165
TALWANDI SABO POWER LIMITED Tender Specification No: TN/12/CM/TSPL/2016-17 BIDDING DOCUMENT AND TECHNICAL SPECIFICATIONS For RAILWAYS, CHP O&M and MATERIAL HANDLING CONTRACT for TALWANDI SABO POWER LIMITED (OWNER) 1980 MW SUPERCRITICALTHERMAL POWER PLANT (3 X 660 MW) AT VILLAGE BANWALA, DISTT. MANSA, PUNJAB, INDIA 21 st July 2016 TSPL TSPL

CHP-Railways-OM-Material-Handling-Contract.pdf - Talwandi

Embed Size (px)

Citation preview

TALWANDI SABO POWER LIMITED

Tender Specification No: TN/12/CM/TSPL/2016-17

BIDDING DOCUMENT AND TECHNICAL SPECIFICATIONS

For

RAILWAYS, CHP O&M and MATERIAL HANDLING CONTRACT

for

TALWANDI SABO POWER LIMITED (OWNER)

1980 MW SUPERCRITICALTHERMAL POWER PLANT

(3 X 660 MW)

AT VILLAGE BANWALA, DISTT. MANSA,

PUNJAB, INDIA

21st July 2016

TSPLTSPL

Talwandi Sabo Power Limited

And

XXXXXXXXXXXXXXXX

Contract# xxxxxxxxxxxxx

__________________________________________________

CONTRACT FOR PROVISION OF [ ] SERVICES

____________________________________________________

*This is a draft contract and the same can be amended at the discretion of TSPL (if needed).

3

THIS AGREEMENT is made on (Date to be Mentioned)

BETWEEN

(1) COMPANY NAME, a company incorporated in India currently having its registered office at

____________________________, (hereinafter referred to as the “Company”, which expression,

unless the context requires otherwise, shall include its successors and permitted assignees); and

(2) XXXX a company incorporated under the provisions of Company Act, 1956 and having its

registered office at xxxxxxxxxxxxxxxxx (hereinafter referred to as the “Service Provider”, which

expression, unless the context requires otherwise, shall include its successors and permitted

assignees).

RECITALS:

WHEREAS the Company requires the Service Provider to provide certain services and the Service

Provider is engaged in the business of providing such services and has agreed to perform the Services

for the Company on the terms and conditions set out in this Contract.

NOW THEREFORE IT IS HEREBY AGREED as follows:

1. The Service Provider agrees to perform the Services in accordance with the terms and conditions

of this Contract and, in consideration of its due performance of the Services, the Company agrees

to pay the Service Provider according to the rates, terms and conditions herein contained.

2. The Contract shall comprise the following documents:

This Agreement

Schedule I: Standard Terms and Conditions

Attachment 1 to Schedule I: Scope of work

Attachment 2 to Schedule I: Compensation Schedule

Schedule II: Appendix A and B

(all hereinafter the “Agreement”).

3. In the event of any inconsistency or discrepancy between any of the documents listed above, the

Standard Terms and Conditions shall have preference over any other documents and these

Standard Terms and Conditions shall apply and shall be incorporated by reference / deemed

incorporated in any Purchase Order issued hereunder and shall prevail at all times between the

Parties over any other terms and conditions (including any terms or conditions which Service

Provider purports to apply except where the Parties by its/their authorized signatories have

specifically agreed in writing to vary and override the said Standard Terms and Conditions.

4. The effective date of this Agreement shall be (Date to be entered) (hereinafter the “Effective

Date”) and this Agreement shall be valid for a period of ***** from the Effective Date / up to

***** (“Term”).

5. For the purposes of Clause 8 (Payment) of Schedule I (Standard Terms and Conditions), the

address for sending invoices shall be as follows:

Talwandi Sabo Power Ltd

Vill. Banawala, Mansa – Talwandi Sabo Road

Dist. Mansa | Punjab – 151302, India

Contact: 8146628274

Email: [email protected]

Attention: Vikash Kumar

6. For the purposes of Notices Clause of Schedule I (Standard Terms and Conditions), the address

for notices shall be:

If to the Company:

Talwandi Sabo Power Limited Limited

Vill. Banawala, Mansa – Talwandi Sabo Road

Dist. Mansa | Punjab – 151302, India

Attention: L.K Jaiswal

Email: [email protected]

Contact: 7087026274

If to the Service Provider:

XXXXXXXXXXXXXXXXX

7. For the purposes of this Agreement, the Company’s representative shall be L.K Jaiswal & for

operational matters shall be Surender Singh. The Service Provider’s representative shall be

XXXXXXXXX for all matters, including contractual and operational.

5

IN WITNESS WHEREOF the Parties hereto have executed this Agreement on the day, month and

year herein above written:

Signed

by……………………

…………………

…………………………….

for and on behalf of TALWANDI SABO

POWER LIMITED

Witness………………………………………

…………….

………………………………………..[Witnes

s Name]

Signed

by……………………………………………

……….

…………………………………………

for and on behalf of XXXXXXXXXXXXX

Witness………………………………………

…………….

……………………………………

PLEASE TICK:

WE HAVE READ THE STANDARD TERMS AND CONDITIONS ENCLOSED WITH

THIS AGREEMENT

SCHEDULE I STANDARD TERMS AND CONDITIONS

1. DEFINITIONS

1.1 In the Agreement, the following words and

expressions shall, unless the context otherwise

requires, have the following meanings:

“Affiliate” shall mean with respect to any

person, any other person that, directly or

indirectly, controls, is controlled by or is

under common control of such specified

person. For the purposes of this definition,

“control” means the direct or indirect

beneficial ownership of more than fifty

percent (50%) of the issued share capital,

stock or other participating interest or the

legal power to direct or cause the direction

of the general management of the

company, partnership or other person in

question, and “controlled” shall be

construed accordingly;

“Agreement” shall mean the Agreement

between the Company and the Service

Provider to which this Schedule is attached.

“Purchase Order” shall mean the

document recording the specific Services

to be carried out under this Agreement,

from time to time.

“Fees” shall mean the prices and/or rates

payable by the Company in respect of the

Services and/or as specified in the relevant

Purchase Order.

1.2 Unless otherwise stated, any and all

references in the Agreement to Clauses are

references to the Clauses of the Agreement.

1.3 The headings in the Agreement are used

for convenience only and shall not govern or

affect the interpretation of the Agreement.

1.4 Words denoting the singular shall include

the plural and vice versa, where the context

requires.

1.5 Except as expressly identified, any

reference to statute, statutory provision or

statutory instrument shall include any re-

enactment or amendment thereof for the time

being in force.

1.6 Unless expressly stated otherwise, all

references to days, weeks, months and years

shall mean calendar days, weeks, months and

years.

2. SCOPE OF CONTRACT

2.1 The terms and conditions of the Agreement

shall apply from the Effective Date and

shall remain valid for the Term unless this

Agreement is terminated earlier by the

Company in accordance with Clause 10

below (Standard Terms and Conditions).

2.2 Subject to the provisions of this

Agreement, the Parties agree that upon

request of the Company in terms hereof,

the Service Provider shall perform the

Services at such locations and for such

periods as may be agreed with the

Company.

2.3 From time to time, the Company may issue

a Purchase Order to the Service Provider.

In such case, the terms and conditions of

this Agreement shall apply to each such

Purchase Order as if repeated in total.

2.4 The Service Provider shall commence the

Services on the scheduled commencement

date stated in the Purchase Order and shall

continue such Services for the duration of

the Purchase Order. Each Purchase Order

is subject to agreement on a case by case

basis.

3. SERVICES

3.1 The Service Provider shall perform the

Services with all due skill, care and

diligence in a safe, competent and timely

manner and in accordance with the

requirements of the Agreement and/or the

relevant Purchase Order.

3.2 Except to the extent that it may be legally

or physically impossible, the Service

Provider shall comply with the Company’s

instructions and directions in all matters

relating to the Services consistent with the

provisions hereunder.

3.3 The Service Provider shall agree with the

Company in the relevant Purchase Order

from time to time as regards the personnel

who will perform the Services and shall:

(a) only provide such personnel who

possess appropriate experience, skills

and qualifications necessary for the

Services to be performed in

accordance with this Agreement;

(b) not remove or replace such personnel

without the prior written consent of the

Company (not to be unreasonably

withheld); and

(c) nominate a senior manager or director

of the Service Provider to have overall

responsibility for the provision of the

Services in terms of the relevant

Purchase Order, which person shall

attend any meetings with the Company

on reasonable prior notice.

3.4 The Company shall be entitled to request

the Service Provider to replace any of its

personnel providing the Services, where in

the Company’s reasonable opinion such

person is incapable and or unsuitable for

performing the Services required by this

Agreement. The Service Provider shall

promptly replace such person at no

additional cost to the Company.

3.5 Without prejudice to any other rights of the

Company under the Agreement or at law, if

the Service Provider fails to perform the

Services in accordance with the provisions

of this Agreement, the Company may use

alternative means to perform the Services

and the Service Provider shall be liable for

any additional cost incurred by the

Company in using such alternate means.

4. FEES

4.1 The Company shall pay for the Services

performed in accordance with the prices as

per Attachment 2 to Schedule I and/or rates

specified in the relevant Purchase Order.

4.2 In case of contingency assignments, the

agreed fees for such onetime Services shall

be payable on completion of the relevant

assignment as per the Purchase Order.

5. SERVICE PROVIDER’S GENERAL

OBLIGATIONS

5.1 The Service Provider shall, and the Service

Provider shall ensure that its employees

and representatives shall, in performing its

obligations under this Agreement, comply

in all respects with all relevant laws,

statutes, regulations and orders for the time

being in force.

5.2 Where any of the Service Provider’s

employees or representatives is present at

any of the Company’s premises for the

purposes of this Agreement, the Service

Provider shall at all times remain

responsible for the conduct and safety of

such employee or representative.

5.3 The Service Provider shall not, in

performing its obligations under this

Agreement, hold itself out or permit any

person to hold it out as being authorised to

bind the Company in any way and will not

commit any act which might reasonably

create the impression that it is so

authorised.

5.4 The Service Provider shall ensure that it

has in place and maintains in place for the

duration of this Agreement sufficient

insurance to comply with all applicable

laws and to cover its potential liabilities

under this Agreement and shall provide

evidence of such insurances to the

Company on request.

3

5.5 The Service Provider may not subcontract

any of its obligations under this Agreement

without the prior written consent of the

Company. The Service Provider shall not

be relieved from any of its obligations or

liabilities under the Agreement by virtue of

any subcontract and the Service Provider

shall be responsible for all Services, acts,

defaults or omissions of its subcontractors

(and its or their employees and consultants)

as though they were the services, acts,

defaults or omissions of the Service

Provider.

5.6 In performing the Services, the Service

Provider shall:

(a) give preference to the purchase and use

of goods manufactured, produced or

supplied in India provided that such

goods are available on terms equal or

better than imported goods with respect

to the timing of delivery, quality,

quantity required, price and other

terms;

(b) subject to Clause 5.5, employ Indian

subcontractors having the required

skills or expertise to the maximum

extent possible insofar as their services

are available on comparable standards

with those obtained elsewhere and at

competitive prices and on competitive

terms, provided that where no such sub-

Contractors are available, preference

shall be given to non-Indian

subcontractors who utilise Indian goods

to the maximum extent possible,

subject to the proviso in Clause 5.6 (a)

above; and

(c) subject to Clause 5.5, co-operate with

and assist Indian companies as

subcontractors to enable them to

develop skills and technology to service

the petroleum industry.

5.7 The Service Provider shall maintain proper

and accurate records in relation to the

Services and shall provide copies of the

same to the Company on request. The

Company (or its appointed representative)

shall have the right to audit the relevant

books and accounts of the Service Provider

in relation to any reimbursable charges

paid for by the Company under this

Agreement. Such audit right shall survive

for a period of 2 (two) years following the

expiry or termination of the Agreement.

Any incorrect payments identified by such

audit shall be adjusted between the Parties

as appropriate.

6. THIRD PARTY CLAIMS AND

LIMITATION OF LIABILITY

6.1 The Service Provider shall be liable for and

shall defend, indemnify and hold the

Company harmless from and against any

and all claims, liabilities, costs, damages

and expenses (including court costs and

legal fees) in connection with any claim

made by any third party (including, but not

limited to, any claim made by any

governmental or statutory authority)

against the Company arising out of or in

connection with the performance by the

Service Provider of its obligations under

this Agreement.

6.2 Notwithstanding anything to the contrary

in this Agreement, in no event shall either

Party be liable to the other, whether arising

under Agreement, tort (including

negligence), strict liability or otherwise, for

any indirect, consequential, special,

punitive, exemplary or incidental loss or

damages of any nature arising at any time

from any cause whatsoever.

7. VARIATIONS

7.1 At any time during this Agreement, the

Company may request the Service Provider

to vary, amend or otherwise alter the

Services (a “Variation Request”).

7.2 Upon the receipt of a request from the

Company pursuant to Clause 7.1, the

Service Provider shall, within 7 days,

notify the Company of the effect of the

Variation Request on the Fees and/or other

terms of the relevant Order.

7.3 If following receipt of the Service

Provider’s response pursuant to Clause 7.2,

the Parties are in agreement on the

Variation Request and the adjustments to

be made to the relevant Purchase Order, the

Parties shall execute a variation order (a

“Variation Order”) to reflect such

agreement.

7.4 The Services shall not be varied, amended

or otherwise altered and/or the Fees shall

not be adjusted until such time as a

Variation Order is executed by both

Parties.

8. PAYMENT

8.1 In addition to any requirements set out in

the relevant Purchase Order, each invoice

shall:

(a) be in duplicate;

(b) bear the Contract Number stated on

the cover sheet to the Agreement;

(c) state the name, e-mail address, mobile

telephone number of the Company's

Representative; and

(d) be accompanied by supporting

evidence and itemised in accordance with

the Company's requirements.

Specifically, the Service Provider shall

submit the following information/

documents to the Company:

(i) Copy of registration certificates

under Indian tax/other laws

including but not limited to

Service Tax, Excise, import

export code etc., as applicable.

(ii) Copy of PAN.

Invoices to the Company shall be sent to the

address set out in the Agreement. Service

Provider must ensure that all invoices for

services performed or goods delivered are

submitted to the Company within 90 days.

8.2 The Company shall make payment of a

correct invoice within 45 days of receipt to

the Service Provider’s nominated bank

account. Any invoice not complying with

the provisions of this Agreement will be

returned by the Company and the Service

Provider shall submit a rectifying invoice.

8.3 The Company may dispute any amount on

an invoice and withhold the disputed

amount provided that:

(a) the Company makes payment of any

undisputed portion of the invoice and

notifies the Service Provider of the

disputed amount within 45 days of

receipt of the relevant invoice;

(b) if the dispute is resolved in favour of

the Service Provider, the Company

shall pay the disputed amount within

fifteen (15) days of the date of the

resolution of the dispute or forty-five

(45) days of receipt of the invoice,

whichever is later.

If the dispute is resolved in favour of the

Company, the Service Provider shall

forthwith issue a credit note for the

disputed amount.

8.4 The Company shall be entitled to set-off /

adjust / deduct from any invoice under this

Agreement, any payment due from the

Service Provider to the Company or any of

its Affiliates.

9. TAXES

9.1 Definitions

For the purposes of this Clause 9:

(a) “Tax” or “Taxes” means taxes, levies,

duties, fees, charges and contributions

as amended from time to time and any

interest or penalties thereon;

(b) “Government Authority” or

“Government Authorities” means any

local or national government or

authority of any country, competent to

levy any Tax.

9.2 Person Responsible for payment of taxes

5

Except as may be expressly set out in this

Agreement, the Service Provider shall be

responsible for:

(a) the payment of all Taxes now or

hereafter levied or imposed on the

Service Provider or its subcontractors

or on the personnel of the Service

Provider or its subcontractors by any

Government Authority in respect of

any wages, salaries and other

remuneration paid directly or

indirectly to persons engaged or

employed by the Service Provider or

its subcontractors (hereinafter referred

to as “Personal Income tax”);

(b) the payment of all Taxes now or

hereafter levied or imposed by any

Government Authority on the

actual/assumed profits and gains made

by the Service Provider or its

subcontractors (hereinafter referred to

as “Corporate Income tax”);

(c) the payment of all Taxes now or

hereafter levied or imposed by any

Government Authority on the services,

if any, provided to the Company by the

Service Provider or its subcontractors

(hereinafter referred to as “Service

tax”);

(d) the payment of all Taxes now or

hereafter levied or imposed by any

Government Authority on the goods, if

any, sold to the Company by the

Service Provider or its subcontractors

(hereinafter referred to as “Sales

tax/VAT”);

(e) the payment of all Taxes now or

hereafter levied or imposed by any

Government Authority on the goods, if

any, manufactured by the Service

Provider or its subcontractors for sale

to the Company (hereinafter referred

to as “Excise Duty”); and

(f) the payment of any other Taxes now or

hereafter levied or imposed by any

Government Authority on the Service

Provider or its subcontractors as a

result of the performance of this

Agreement.

9.3 Withholding taxes and Withholding

certificates

9.3.1 The Company shall, at the time of its

payments due to the Service Provider,

withhold the necessary taxes at such rate as

is required by any Government Authority,

unless and to the extent that the Service

Provider shall produce to the Company any

certificate issued by a Government

Authority (having authority to issue such

certificate) entitling the Service Provider to

receive the payments under the Agreement

for a prescribed period without deduction

of any tax or deduction at a lower rate.

9.3.2 The Company shall provide the necessary

withholding tax certificates to the Service

Provider within the time stipulated by the

relevant law to enable the Service Provider

to file the same with the Government

Authority as a proof of payment of such

taxes.

9.4 Person Responsible for filing of returns /

information to Government Authorities

9.4.1 The Service Provider shall be responsible

for filing all necessary Tax returns

(including, without limitation, returns for

Corporate Income tax, Personal Income

tax, Service tax, Sales tax and Excise Duty)

with the relevant Government Authorities

in accordance with all applicable statutory

requirements and shall be responsible for

providing all information requested by

such Government Authorities.

9.4.2 The Service Provider shall also ensure that

its sub-Contractors file such returns as

stipulated by the relevant Government

Authorities and furnish such information as

requested for by the relevant Government

Authorities.

9.4.3 The Company, with respect to the tax

withheld from the Service Provider in

accordance with Clause 9.3 (Withholding

Tax and Withholding Tax Certificates),

shall be responsible for filing the

withholding tax returns with the relevant

Government Authorities in accordance

with applicable statutory requirements.

9.5 Company’s rights, if treated as

representative assessee by Government

Authorities

In certain situations, a Government

Authority may treat the Company as the

representative assessee of the Service

Provider and/or its subContractors and

recover the Taxes due to the Government

Authority by the Service Provider or its

sub-contractors from the Company. In

such situations, the Company shall have the

following rights:

(a) The Company shall be entitled to

recover from the Service Provider, the

Taxes paid on behalf of the Service

Provider or its sub-contractors

(together with any costs and expenses

incurred by the Company in

connection therewith) or to retain the

same out of any amounts to be paid to

the Service Provider or its sub-

contractors that may be in its

possession (whether due under this

Agreement or otherwise) and shall pay

only the balance, if any, to the Service

Provider; and

(b) If the Company is required to furnish

any details or documents in such

capacity, the Company shall request

the details or documents to be

furnished to it by the Service Provider

and the Service Provider shall

immediately furnish the same to the

Company. If the Service Provider fails

to comply with the foregoing, any

penalty/interest levied on the

Company for non-filing or late filing

of details or documents in this regard

shall be recoverable from the Service

Provider.

9.6 Indemnity

The Service Provider shall defend,

indemnify and hold the Company harmless

from and against any and all claims,

liabilities, costs, damages and expenses

(including court costs and legal fees) in

connection with any Taxes which may be

levied or imposed on the Service Provider

or its sub-contractors by any Government

Authority arising out of or in connection

with the performance of this Agreement.

The Service Provider shall be liable for and

shall defend, indemnify and hold the

Company harmless from and against any

Claim in connection with any infringement

(whether actual or alleged) of any patent or

other intellectual property right arising out

of or in connection with the performance of

this Agreement by the Service Provider.

9.7 Changes in Law

If, after the date of execution of this

Agreement, there is any change in law

which results in a change in the rate of any

Tax included in the Service Provider’s

prices or rates or the introduction of a new

Tax and such change results in an increase

or decrease in the cost to the Service

Provider of performing this Agreement

then the Parties shall agree to a revision in

pricing to reflect such change provided

that:

(a) the Party requesting such revision

shall promptly (and in any case prior to

submission of the Service Provider’s

final invoice under this Agreement)

notify the other Party that such change

in law has arisen; and

(b) the Party requesting such revision

shall provide the other Party with

documentary proof of such change in

cost to the reasonable satisfaction of

the other Party; and

(c) the provisions of this Clause 9.7 shall

not apply to changes in Personal

Income tax or Corporate Income tax or

to changes in non-Indian Taxes.

10. TERMINATION

10.1 Either Party may, at any time and without

cause, terminate all or part of this

Agreement by giving no less than [30]

days’ prior written notice to the other party.

Provided that, if any Purchase Order has

already been initiated and the work is in

progress, then the Company only shall

have the right to cancel/ terminate any

Work under the relevant Purchase Order as

specified in such Purchase Order without

cause and with immediate effect.

10.2 In addition, the Company may terminate all

or part of this Agreement with immediate

effect by written notice to the Service

Provider if one of the following

circumstances occurs:

(a) if the Service Provider breaches any

provision of this Agreement,

provided that where remediable, the

Company has notified the Service

Provider of such breach and the

Service Provider has upon receipt of

such notice, failed to immediately

and thereafter continuously proceed

7

to remedy such breach to the

Company’s reasonable satisfaction;

or

(b) if the Service Provider becomes

insolvent or bankrupt or makes a

composition or arrangements with

its creditors; or

(c) if the Service Provider is wound up

or a resolution for its winding up is

made (other than for the purposes of

an amalgamation or reconstruction

whilst solvent); or

(d) if the Service Provider has a

liquidator, provisional liquidator,

receiver, administrator or an

administrative receiver or manager

of its business or undertaking

appointed; or

(e) if the force majeure under Clause 14

continues for more than thirty (30)

days.

10.3 In the event of cancelation/ termination of

all or part of this Agreement for any reason,

the Company’s sole liability to the Service

Provider in respect of such cancelation/

termination shall be to make payment of

the Fees properly due under this

Agreement up to the date of termination.

10.4 The expiry or termination of this

Agreement shall be without prejudice to

the rights and obligations of the Parties up

to and including the date of expiry or

termination and shall not affect or

prejudice any term of this Agreement that

is expressly or by implication provided to

come into effect on, or continue in force

after, such expiry or termination.

11. CONFIDENTIALITY

11.1 The Company and the Service Provider

shall keep any information which either

Party learns about or receives from the

other pursuant to this Agreement in strict

confidence and will not disclose the same

to any third party without the prior written

consent of the other Party. The foregoing

restriction shall not apply in respect of

information which the Company requires

to disclose for the purpose of performing

Services or which was in the possession of

the disclosing party prior to this Agreement

or which is required to be disclosed by any

law, rule or regulation of any governmental

agency or court order. The provisions of

this Clause shall survive the expiry of

termination of the Agreement for a period

of 3 years.

11.2 The Service Provider shall not disclose

such Information(s) to any potential

Subcontractors until such time and in

manner agreed by Company in writing. The

decision of the Company will be final and

binding on the Service Provider in this

regard.

11.3 The Service Provider shall use best

endeavours to prevent the authorised

disclosure of the all information hereunder.

Where any information is required to be

disclosed under Clause 11.1, the Service

Provider shall give prompt notice to the

Company and shall use its best commercial

endeavours to limit the extent of any such

disclosure.

12. NOTICES

12.1 Any notice or other communication

required or given under this Agreement

shall be delivered in writing either by hand

or by courier, registered mail with

acknowledgment due, or fax to the address

of the relevant Party set out in the

Agreement (or such other address as may

be notified by the relevant Party from time

to time).

12.2 If a notice is delivered by hand or courier

during normal business hours of the

intended recipient it shall be deemed to

have been received at the time of delivery

otherwise on the next business day of the

recipient. A notice sent by facsimile shall

be deemed to have been received at the

time when the sender’s facsimile machine

acknowledges transmission provided

however that if the time of

acknowledgement of transmission is after

5.00pm on a business day of the recipient it

shall be deemed to have been received on

the next business day of the recipient.

12.3 All notices or other communications

between the Parties shall be in the English

language.

13. GENERAL LEGAL PROVISIONS

13.1 The Company shall be entitled to assign

this Agreement to an affiliate/subsidiary or

on giving written notice to the Service

Provider. Save as aforesaid, the Service

Provider shall not be entitled to assign this

Agreement or any part or any benefit or

interest in or under it without the prior

written approval of the Company which the

Company may at its sole discretion accept

or refuse.

13.2 This Agreement shall not be amended or

modified except by mutual agreement in

writing between the Parties.

13.3 This Agreement and the all Schedules and

Attachments annexed hereto contains the

whole agreement between the Parties

relating to the subject matter of this

Agreement, and supersedes any previous

understandings, commitments, agreements

or representations in respect of the subject

matter.

13.4 No delay or failure on the part of either

Party to enforce from time to time all or any

part of the terms and conditions of this

Agreement shall be interpreted as a waiver

of such terms and conditions.

13.5 Nothing in this Agreement shall, or shall be

deemed to, create an agency, a partnership

or a relationship of employer and employee

between the Parties. For the avoidance of

doubt, nothing in this Agreement shall

prevent or restrict the Company from

entering into parallel Agreements with

other parties for services similar or related

to the Services.

13.6 Unless otherwise specifically stated, both

the Company and the Service Provider

shall retain all rights and remedies, both

under the Agreement and at law, which

either may have against the other.

13.7 Each Party represents and warrants to the

other that (i) it has been duly registered and

organised and is a validly existing legal

entity under the laws of the jurisdiction of

its incorporation and that it has full power,

authority and capacity to enter into and to

carry out its obligations under the

Agreement and (ii) by performing the

Services it will not be in breach of any

other Agreement, agreement, license or

permit or in violation of any law and (iii) it

shall at all times act in accordance with

applicable laws and regulations.

13.8 The Service Provider shall comply with all

safety instructions of the Company

consistent with the provisions of the

Agreement including, without limitation,

the safety instructions of any of the

Company's other Service Providers. Such

instructions shall, if the Service Provider so

requires, be confirmed in writing by the

Company's Representative, so far as

practicable.

13.9 The Service Provider shall not be entitled,

without the written consent of Company, to

make any news release or public

announcement concerning the subject

matter of the Agreement or to refer to the

Company, use its name or logo, in print or

electronic forms for marketing or reference

purposes.

13.10 If any provision of this Agreement is

prohibited, invalid or unenforceable in any

jurisdiction, that provision will, as to that

jurisdiction, be ineffective to the extent of

the prohibition, invalidity or

unenforceability without invalidating the

remaining provisions of this Agreement or

affecting the validity or enforceability of

that provision in any other jurisdiction,

unless it materially alters the nature or

material terms of this Agreement.

13.11 The provisions of this Agreement are

solely for the benefit of the Parties. No

other person are intended to have, nor will

have, any rights whatsoever, under this

Agreement, whether for injury, loss or

9

damage to person(s) or property or for

economic loss.

13.12 This Agreement may be executed in one or

more counterparts, each of which will be

deemed to be an original copy of this

Agreement and all of which, when taken

together, will constitute one and the same

instrument.

14. FORCE MAJEURE

14.1 Neither the Company nor the Service

Provider shall be responsible for any

failure to fulfil any term or condition of the

Agreement if and to the extent that

fulfilment has been delayed or temporarily

prevented by a force majeure occurrence

such as any (a) Act of God, (b) fire, flood,

earthquake, (c) war, riot, insurrection and

civil commotion, mobilization or military,

call up of a comparable scope, which has

been notified in accordance with this

Clause 14 and which is beyond the

reasonable commercial control and without

the fault or negligence of the party affected

and which, by the exercise of reasonable

diligence, the said party is unable to

provide against.

14.2 In the event of a force majeure occurrence,

the party that is or may be delayed in

performing the Agreement shall notify the

other party without delay giving the full

particulars thereof and shall use reasonable

endeavours to remedy the situation without

delay.

14.3 Save as otherwise expressly provided in the

Agreement, no payments of whatever

nature shall be made in respect of a force

majeure occurrence.

14.4 Following notification of a force majeure

occurrence in accordance with Clause 14.2,

the Parties shall meet without delay with a

view to agreeing a mutually acceptable

course of action to minimise any effects of

such occurrence.

15. BUSINESS ETHICS

15.1 The Service Provider shall declare any

conflicts of interest with the Company

including relationship or financial interest

of any nature whatsoever with employees,

managers, other suppliers, vendors or

stakeholders of the Company.

15.2 The Service Provider shall not use the services

of any of the employees of the Company,

directly or indirectly or enter into any sort

of monetary transaction with the

employees of the Company. The Service

Provider undertakes that he has not given,

offered or promised to give directly or

indirectly any bribes, commission, gift,

consideration, reward, or inducement to

any of the employees of the Company or

their agent or relatives for showing or

agreeing to show favor or disfavor to any

person in relation to this Agreement or

forbearing to do or for having done or

forborne to do any act in relation to the

obtaining or execution of the aforesaid

undertaking, by the Service Provider, or his

partners, agent or servant or any one

authorized by him or acting on his behalf.

The Service Provider undertakes that in the

event of use of any corrupt practices by the

Service Provider, the Company shall be

entitled to terminate the Agreement

forthwith and recover from the Service

Provider, the amount of any loss arising

from such termination. A decision of the

Company or his nominee to this effect that

a breach of the undertaking had been

committed shall be final and binding on the

Service Provider.

15.3 If at any time during execution or

performance of this Agreement the Service

Provider if faced with any undue demand,

request for gratification or favor from any

employee of the Company or a person

connection with such employee, the

Service Provider must report the same

immediately at

[email protected].

15.4 The Service Provider agrees to comply

with the provisions of the Company’s Code

of Conduct including the Modern Slavery

Act and in case of breach thereof, the same

shall be treated as a breach of this

Agreement.

15.5 The Service Provider shall comply with the

Anti-Bribery and Corruption (AB&C)

requirements as applicable to them.

15.6 The Company shall have a right to initiate

"audit proceedings" against the Service

Provider to verify compliance with AB&C

requirements. Such audit may be carried

out by Company or by a reputed agency to

be appointed by Company at the sole

discretion of Company. The Service

Provider shall extend full cooperation for

smooth completion of the audit mentioned

herein.

15.7 Notwithstanding anything in this

agreement, Company shall have right to

terminate the Agreement forthwith in case,

it is found that the Service Provider has

failed to comply with AB&C requirements.

15.8 The Service Provider may submit/report

'Complaints' pertaining to any violation to

the Company's ethical business practices as

specified in the Company's Code of

Conduct Policy.

External stakeholders such as vendors,

customers, business partners etc. have the

opportunity to submit 'Complaints';

however, the Company is not obligated to

keep 'Complaints' from non-employees

confidential or to maintain the anonymity

of non-employees. We encourage

individuals sending 'Complaints'/raising of

any matter to identify themselves s instead

of sending anonymous 'Complaints' as it

will assist in the effective complaint review

process.

Post review, if the complaint is found to be

have been made with malafide intention,

stringent action will be taken against the

complainant. We encourage reporting

genuine 'Complaints' and those submitted

in true faith.

All the ‘Complaints’ under this policy

should be reported to the Group Head-

Management Assurance at the following

address:

Group Head – Management Assurance,

Vedanta, 75 Nehru Road

Vile Parle (E), Mumbai 400 099

‘Complaints’ can also be sent to the

designated e-mail id:

[email protected]

16. GOVERNING LAW AND DISPUTE

RESOLUTION

16.1 This Agreement shall be governed by,

construed and enforced in accordance with

the laws of Punjab, India.

16.2 Any dispute or difference whatsoever

arising between the parties out of or

relating to the interpretation, meaning,

scope, operation or effect of this

Agreement or the existence, validity,

breach or anticipated breach thereof or

determination and enforcement of

respective rights, obligations and liabilities

of the parties thereto shall be amicably

settled by way of mediation. If the dispute

is not conclusively settled within a period

of twenty-one (21) days from the date of

commencement of mediation or such

further period as the parties shall agree in

writing, the dispute shall be referred to and

finally resolved by arbitration under the

Arbitration and Conciliation Act, 1996 (as

amended from time to time), which are

deemed to be incorporated by reference

into this clause. The arbitration shall be

conducted as follows:

(i) A sole arbitrator shall be appointed in

case the value of claim under dispute is less

than ₹ 50,00,000 (Rupees Five Million

Only) and in any other event by a forum of

three arbitrators with one arbitrator

nominated by each Party and the presiding

arbitrator selected by the nominated

arbitrators.

(ii) The language of the mediation and

arbitration proceedings shall be English.

The seat of arbitration shall be Bathinda,

Punjab.

11

(iii) The award made in pursuance thereof

shall be final and binding on the parties.

The right to arbitrate Disputes under this

Agreement shall survive the expiry or

termination of the Agreement.

12 | P a g e

ATTACHMENT 1 to SCHEDULE I

SCOPE OF WORK

FOR

RAILWAYS , CHP O & M and MATERIAL HANDLING CONTRACT

FOR

TALWANDI SABO POWER LIMITED (OWNER)

1980 MW SUPERCRITICALTHERMAL POWER PLANT

(3 X 660 MW)

AT VILLAGE BANWALA, DISTT. MANSA,

PUNJAB, INDIA

13 | P a g e

Table of Contents

1. Introduction ..................................................................................................................................... 14

2. SCOPE OF WORK ......................................................................................................................... 16

2.1. SCOPE OF WORK FOR TSPL RAILWAYS OPERATION AND MAINTENANCE ............ 16

2.1.1. BATTERY LIMIT FOR RAILWAYS O&M CONTRACT .................................................. 16

2.1.2. RAILWAY YARD OPERATIONS ........................................................................................ 16

2.1.3. MAINTENANCE OF LOCOMOTIVES ................................................................................ 18

2.1.4. MAINTENANCE OF RAILWAY TRACK SYSTEM .......................................................... 24

2.1.5. SIGNALLING & TELECOMMUNICATION ....................................................................... 26

2.1.6. EXECUTION OF WORK ...................................................................................................... 27

2.1.7. INSPECTION, TESTING & MANAGEMENT OF RECORDS ........................................... 28

2.1.8. Tools & Plants List to be provided by contractor. As per Annexure-5 ................................... 28

2.2. SCOPE OF WORK FOR COAL HANDLING PLANT (CHP) O&M CONTRACT ................ 29

2.2.1. BATTERY LIMIT FOR COAL HANDLING PLANT O&M CONTRACT ......................... 29

2.2.2. OPERATION OF COAL HANDLING PLANT. ................................................................... 29

2.2.3. MAINTENANCE OF COAL HANDLING PLANT ............................................................. 31

3. PLANNING .................................................................................................................................... 34

4. QUALITY ....................................................................................................................................... 47

5. HOUSEKEEPING: - Housekeeping of CHP & Railways .............................................................. 49

6. PROGRESS REPORTING AND MEETINGS .............................................................................. 52

7. COLLECTION, ACCOUNTING AND RETURN OF STORES ISSUED BY TSPL ................... 57

8. Annual Maintenance Contracts (AMC’s) ....................................................................................... 57

9. Additional Services ......................................................................................................................... 68

10. STAFFING AND AUTHORITY .................................................................................................... 71

11. INCENTIVES AND PENALTIES AS PER KPIs .......................................................................... 81

12. Health, Safety and Environment (HSE) .......................................................................................... 84

13. Important Information ..................................................................................................................... 93

14. Important Inclusion, exclusion and Owner’s responsibility ........................................................... 94

15. List of Tools Tackles .................................................................................................................... 101

16. List of Consumables to be maintained by O&M contractor ......................................................... 108

17. PM schedule as per Annexure-3 ................................................................................................... 110

18. List of Equipment in CHP Annexure – 32: ................................................................................... 113

19. Bidding Tables with Breakup & Backup ...................................................................................... 147

20. Qualifying Criteria ........................................................................................................................ 148

14 | P a g e

1. Introduction

TSPL Site Overview Project Description:

Talwandi Sabo Power Limited (TSPL) is operating 3X660 MW Indian coal fired supercritical thermal

power plant at village Banawala, District Mansa, Punjab. TSPL is wholly owned subsidiary of Vedanta Ltd.

TSPL has signed long term PPA with Punjab state electricity board for 1800 MW for 25 years. The power

generated at site is evacuated through 3 double circuit lines.

The site is located in the area of high temperature and high humidity.

Site address: Village Banawala, District Mansa, India 151003.

Site elevation: Upper MSL 208.7 meter.

Climate features:

Temperature:

Mean daily maximum: 41.2 deg.C (June)

Mean daily minimum: 4.5 deg.C (January)

Mean yearly maximum: 31.8 deg.C

Extreme maximum: 48.2 deg.C

Extreme minimum:-3.9 deg.C

Wind speed:

Mean minimum: 2.1 km and/or hr

Mean maximum: 6.2 km and/or hr

Wind direction: Northwest to Southwest

Wind loading: According to Indian Standard Code IS-875

Topographic factor: IS 875 and/or UBC-1997

Rainfall:

Maximum annual: 693 mm

Relative Humidity:

Maximum: 76%

Minimum: 33%

Seismic Zone:

Zone 3 as per seismic zone classification IS-1893 and/or latest version.

---------------------------------------------------------------------------------------------------------------------

15 | P a g e

Coal consumption design for the plant is as per Annexure-1

Annexure-1

S.

No. Item Unit Design Coal Worst Coal

No. of boilers No. 1 3 1 3

1 Coal consumption per hour T 459.7 1379.1 508.2 1524.6

2 Coal consumption 24 hours T 11032.8 33098.4 12196.8 36590.4

3 Annual coal consumption 104t 402.7 1208.1 445.2 1335.6

Coal Supply, Transportation and Handling System of TSPL is as per Annexure-2

Annexure-2

Coal Source

Source of Coal Mahanadi Coal Limited and/or South Eastern Coal Limited & Private

suppliers

Type of coal Domestic coal, washed coal & imported coal

Mode of Transportation Railway

Coal Mines distance from the Site 1500 km

Coal Transportation BOX N, HL, R type wagons

Rake Unloading capacity of each wagon tippler 20 Tippling per hour

No. of wagon tipplers 4

No of wagons in one rake 59

Capacity of 1 wagon 60 MT

Rakes received per day under full load Up to 11

Amount of coal feeding per day under full load

with all three units running 30,000 – 35,000 MT

Coal blending ratio As per plant requirements

16 | P a g e

2. SCOPE OF WORK

2.1. SCOPE OF WORK FOR TSPL RAILWAYS OPERATION AND MAINTENANCE

2.1.1. BATTERY LIMIT FOR RAILWAYS O&M CONTRACT

This O&M Service Agreement is on the basis of complete operation, maintenance and

ensuring safety of the plant and staff working at the plant. The scope involves but is not

limited to operations and maintenance of complete Railways including rake movement. The

boundary limit for the scope of work shall start from hauling of rakes from Sadda Singh Wala

Station (SSZ) (Indian Railway loco shall draw rake up to transit point), weighing of rake

through the weighing system installed by owner, changeover of Indian Railway loco to owner

loco, placing rakes at wagon tippler area.

The Work should be done in all shifts, round the clock of the day and all days of the year.

The system mainly includes UP & DOWN railway tracks from SSZ railway station (19 km

from TSPL), two locomotives, railway line change over system, crossing gates and points,

operation & maintenance of the same and any other operation which is not specified but

required to place and draw out the wagons at and/or from unloading point, signaling &

transmission, power supply MCC panels & transformers and other auxiliary systems required

for smooth operation of Railways.

2.1.2. RAILWAY YARD OPERATIONS

Railway yard operations shall include placement of rakes, shunting of wagons, formation of

rakes, signaling, dispatch of rake to SSZ station operations of crossing gates and points,

coupling and decoupling of wagons and any other operation which is not specified but

required to place and draw out of wagons at and/or from unloading point, bulge wagon

manual unloading. Following things are required to be done as per details given below

2.1.2.1. Co-ordination with Indian Railways for data collection and report generation as per

annexure 9 & 10

2.1.2.2. Operation of locomotives shall be done as per plant requirements for ensuring proper rake

handling.

2.1.2.3. Operation of Railway yard and rakes at wagon tippler shall be carried out round the clock

in three shifts on all the days of the year including holidays and Sundays.

2.1.2.4. Contractor has to carry out placement, formation and release of rakes within the

permissible time allocated by Indian Railways.

2.1.2.5. Demurrage charges as imposed by Indian Railways has to be borne by the contractor on

account of delay in placement, formation, release of rakes and all other reasons pertaining

to the contractor as per Annexure-17.

2.1.2.6. Contractor has to ensure no derailments of wagons and locos during their operation within

the battery limit of the scope. In case derailment happens then contractor shall be bound to

carry out re-railment of loco and/or wagons at the cost of the contractor not limited to site

Annexure-17

Demurrage liabilities

TSPL Contractor

Reasons special

instruction

Weigh

bridge failure

Bunching System

failure

delay in

previous rake

Bulge

Handling

Strike

Misc Housekeeping Railway

total

(hrs)

Dem Hrs y Y Y Y Y y Y y y

17 | P a g e

expenditure, contractor shall bear the complete cost of re-railment including various

payments and/or penalties with respect to Indian Railways and any other incidental

expenditures not described here shall be borne by the contractor. In case of accident and/or

derailment, the contractor shall take all possible steps to restore normalcy including repair

of track, loco and wagons at the earliest. Requisitioning of Railway crane (ART, MFD or

any re-railment machinery of railway, if required) shall be arranged and paid by the

contractor. All equipments for rerailment but not limited to cranes, jacks, hydras, ceiling

and/or wire ropes etc. would be in contractor’s scope.

2.1.2.7. Weighment of loaded and unloaded rake and/or wagons has to be done as per instructions

of EIC through the weighing systems installed by the owner. Rake should not be unloaded

without gross weighment and should not be moved outside the plant without tare

weighment, through the weighment system installed by the owner for gross & tare weight.

2.1.2.8. Rake speed during weighment and haulage shall be maintained as per the instructions

issued time to time by EIC.

2.1.2.9. Piloting of all the rakes from SSZ station (Marshalling yard) to Plant and back up to SSZ

station.

2.1.2.10. Entire railway yard operations for placing the wagons for unloading at various unloading

points located inside the plant.

2.1.2.11. Marshalling the wagons after unloading to form a full rake for Railway loco to take over.

Guard Driver Report and continuity of the rakes to be done with Indian Railway Locos

2.1.2.12. Any type of repair to be carried out in the sick wagon is in contractor’s scope.

2.1.2.13. Detaching & placement of sick wagons at manual unloading point.

2.1.2.14. Coordination with Railway administration for movement of TSPL’s inward and outward

rail traffic.

2.1.2.15. Documentation and conducting entire commercial activities as per norms and rules of

railway at in-plant siding

2.1.2.16. Ensure for zero detention of traffic at SSZ and in between section from SSZ to plant for

both to and fro movements of rakes.

2.1.2.17. Contractor has to ensure smooth movement of rakes from Delhi till arrival of rakes in TSPL

premises such as to avoid bunching, congestion, embargo, detention of traffic, or any other

scenario that affects and/or delays the rake movement etc. Contractor has to deliver these

activities through seamless coordination with Northern zone of Indian Railways. Station

Manager and/or Yard Manager of contractor shall maintain all the records in the specific

format as per the norms and practices of Indian Railways and and/or TSPL

2.1.2.18. Station Manager and/or Yard Manager of contractor shall maintain all the records in the

specific format as per the norms and practices of Indian Railways and and/or TSPL.

2.1.2.19. Operation of all manual level crossings within the specified battery limit is in contractor’s

scope.

2.1.2.20. Contractor has to ensure optimum utilization of locos through efficient operational

planning. The fuel economy of locos shall be maintained as per OEM manual.

2.1.2.21. If any coal spillage happened due to any derailment and/or incident with the loaded coal

rakes within the contract battery limit then contractor has to arrange shifting of entire

spilled coal to the coal yard immediately and ensure crushing of coal before feeding to

bunkers.

2.1.2.22. Main operation equipment for railways are as per annexure-31

Annexure-31

S.no Signal and/or Operation Equipment Nos.

18 | P a g e

1 Signal Route setting type British RRI based

interlocking system. 1

2 Manual level crossing gates 11 outside plant & 1 inside plant or as

per approved SIP

3 Wagon tipplers 4

4 Locomotive at TSPL BHEL-1400HP 1

DLW-3100HP 1

5 Railway siding 1

6 Railway track 67 Kms

2.1.3. MAINTENANCE OF LOCOMOTIVES

2.1.3.1. Equipment Details:

DLW WDG3A 3100 HP: 01 Nos.

BHEL WDS6 1400 HP: 01 Nos.

EOT Crane of 25 tons capacity (Two hooks of 25 & 5 tons each)

Screw Compressor 205 cfm – 7.5 kg and/or cm².

Reciprocating washing machine.

Radial drilling machine.

2.1.3.2. Preventive maintenance schedules of locomotives has to be carried out as specified by the

manufacturer.

2.1.3.3. The contractor has to follow maintenance schedules of locomotives recommended by

OEM.

2.1.3.4. All preventive maintenance schedules shall be carried out during the general shift.

2.1.3.5. Locos shall be washed once a month thoroughly or as on when required.

2.1.3.6. Any repairs which includes welding, drilling, wiring, painting, grinding, cutting etc. has to

be done by the contractor.

2.1.3.7. Procurement and/or maintenance of fittings (hoses, nozzles, clamps, fasteners etc.) of

utilities required for loco maintenance is in contractor scope.

2.1.3.8. Maintenance of utilities but not limited to (as mentioned in list above) at loco shed is under

contractor’s scope. Arrangement of slings and/or wire ropes for lifting of loco and/or loco

assemblies is under contractor’s scope.

2.1.3.9. Contractor has to transport diesel for locos from TSPL onsite fueling station and fill the

diesel in locomotives. In case of outage of diesel fueling station contractor has to arrange

diesel from outside and the amount would be reimbursed by TSPL at actual cost after

submission of all original documents subject to the utilization.

2.1.3.10. Charging of loco batteries has to be done by the contractor.

2.1.3.11. Painting of both locomotives has to be done by the contractor once in a year DFT shall be

200 micron and and/or as per EIC instructions.

2.1.3.12. Procurement and/or arrangement the fabrication of fixtures and tackles required for fitting

and/or removal of loco parts would be in contractor’s scope.

2.1.3.13. All necessary testing in locomotives including but not limited to injector testing,

compressor oil pressure gauge, blow by test apparatus, compression and firing testing

apparatus, wheel profile gauge etc. shall be done as per the schedule provided by EIC.

2.1.3.14. Contractor shall submit to arrive at jointly agreed and approved with and/or from TSPL

mandatory spares list within first 30 days for 6 months and 12 months spares requirement

considering 18 hours daily running.

19 | P a g e

2.1.3.15. Contractor should confirm availability of spares before carrying out of any maintenance

job

2.1.3.16. Any expert engagement from OEM if required for railways would be in contractor scope

as per Annexure (Both for Railways & CHP) -34

Annexure-34

List of OEM & vendors

Sl.no. OEM & Vendors Equipment

Railways

1. Diesel Locomotive Works, Varanasi. DLW Loco

2. Bharat Heavy Electricals Limited. BHEL Loco

3. Indian Railway staff For rerailment

4. Lift & Shift For loco maintenance

5. Alliance sharp auto enterprises. For loco maintenance

6. Shiv Ganga. For loco maintenance

Coal Handling Plant

1 Rockwell PLC

2 GE PLC

3 Rexroth Hydraulics

4 Kumar & Kumar, Zoomlion Dozers

2.1.3.17. Contractor shall submit the AMC (Annual Maintenance Contract) for locomotives with

OEM to TSPL for approval prior to signing of this contract. AMC shall include OEM

service engineer monthly visits as specified in AMC. Contractor has to ensure complete

coordination and job execution as per AMC terms. Contractor has to complete all loco

maintenance jobs as instructed by OEM service engineer under his supervision during

monthly visits. Ensuring timely visit of servicing engineer and due services to be done on

time.

2.1.3.18. Temporary lighting arrangements for maintenance work to be done by the contractor.

2.1.3.19. All tools & tackles but not limited to list provided (Annexture-5) are in contractor’s scope

2.1.3.20. Inspection of locomotives

2.1.3.20.1. Daily visual inspection. Checking and diagnosing improper functioning of systems

and/or components and take remedial steps.

2.1.3.20.2. Health inspection of both locos to be carried out once in a month for all assemblies

of locomotives. The measuring and testing instruments should be brought by the

vendor.

2.1.3.20.3. Assemblies include but not limited to Eddy current clutch, radiators, radiator fan,

hydraulic pump, hydraulic motors of radiator fan, fast coupling, compressor,

flexible coupling, after cooler element, turbo charger, water pump, lube oil pump,

engine, auxiliary generator, exciter, alternator and rectifier, traction motors,

dynamic brake blower motor, fuel pump motor, crank case exhaust motor, dust

exhaust blower motor, governor, EP Contactors, EM Contactors, Relays, Reverser

and/or BKT contactors and bogies.

2.1.3.20.4. Leakages for oil, fuel, water and air.

20 | P a g e

2.1.3.20.5. Condition of all hoses for oil, fuel, water and air.

2.1.3.20.6. Proper working of all air valves and brake system.

2.1.3.20.7. Checking of all gauges, indication instruments and all performance parameters are

as per requirement or not.

2.1.3.20.8. Checking of locomotives for any abnormality.

2.1.3.20.9. Checking of level of lubricants and cooling water.

2.1.3.20.10. Thorough checking of engine for proper working, wear and tear, worn and/or

broken parts, proper lubrication of all parts of engine, checking of engine for

proper clearances.

2.1.3.20.11. Checking of wheel and its flanges for correct profile.

2.1.3.20.12. Checking of dimensions of bogie, buffers and CBC couplings.

2.1.3.20.13. Inspection of all electrical wires and/or cables for damage, rubbing and condition.

2.1.3.20.14. Loco and/or engine safety system checks but not limited to low lube oil, low water

level, hot engine, over speed trip, power and/or control ground, battery charging,

wheel slip, CK tip weld etc.

2.1.3.20.15. Checking of crankshaft axial thrust and deflection. Adjust if required.

2.1.3.20.16. Analyze and prevent minor repair becoming major & expensive.

2.1.3.20.17. Inspection of parts and assemblies as informed by Engineer In charge.

2.1.3.21. Preventive maintenance of locomotives.

2.1.3.21.1. Carry out preventive maintenance as per schedule for both locomotives as per

weekly, monthly, two monthly, three monthly, six monthly schedules and yearly

maintenance schedule as recommended by OEM and instruction of engineer in

charge.

2.1.3.21.2. Lubrication, greasing of all parts and bearings of locomotives.

2.1.3.21.3. Replacement of hoses as per condition and requirement.

2.1.3.21.4. Checking and carrying out all field adjustments and/or replacement as

recommended by the OEM or as per OEM Service and/or maintenance manual.

2.1.3.21.5. Adjustment and/or replacement means to adjust and/or replace a brake, motor,

accessory, components of engine, transmission, undercarriage, hydraulic system

etc., and components of piping and all other equipment of locomotive.

2.1.3.21.6. Service and maintenance of the loco engine shall be done as per the OEM

instructions and maintenance schedules.

2.1.3.21.7. Task list and servicing schedule shall be in line with the OEM recommendation

and O&M manual. PM checklist & schedule are subject to change as per site

requirements

2.1.3.21.8. Visual inspection of oil leakage, connections, and overall function and/or

performance validation of the system and/or components that is included in the

contract. Everything found in the visual inspection to be included in a written

report.

2.1.3.21.9. All measureable parameters shall be measured and noted. If any deviation (from

acceptance limits) observed in parameters, to be reported and proposals to rectify

to be submitted. Accordingly the fault to be rectified during site visit.

2.1.3.22. Corrective Maintenance of locomotives

2.1.3.22.1. Scope includes below mentioned items also for smooth and uninterrupted

operation of locomotives.

2.1.3.22.2. Carry out ball, roller, bush, shell and/or thrust bearing changing work of radiator

fan, Eddy current clutch, traction motor blowers, compressor, water pump,

21 | P a g e

turbocharger, connecting rod bearing, engine main bearing, compressor lube oil

pump bearing, maintain and/or adjust air gap of eddy current clutch, oil seal

changing of water pump, oil pump, compressor, rubber ball changing of flexible

coupling, changing of gear coupling, cleaning of after cooler element, changing of

cam shaft segment, cam shaft rollers, fuel injection pump element, engine piston

& rings, cylinder head valves and/or valve seat and/or guide, changing of

radiator, lube oil cooler, compressor lube oil pump and information of Engineer in

Charge.

2.1.3.22.3. Carry out Roller and/or ball bearing changing, chamfering, mica cutting,

insulation varnishing of small and/or medium electrical rotating machines such

as fuel pump motor, crank case exhauster motor, dust exhauster blower motor,

dynamic brake blower motor auxiliary generator and exciter and information of

Engineer in Charge.

2.1.3.23. Calibration (Once a year or in case of recalibration required as per performance)

2.1.3.23.1. Calibration of all gauges fitted in the locomotive showing various pressures and

temperatures once in a year from authorized person and/or agency with certificate

of calibration done and due date.

2.1.3.23.2. Calibration and/or testing of all items of locomotive and not limited to loco fuel

injection pumps, injector nozzles EOT Ceilings and/or wire ropes as and when

required and as per information of engineer in charge from certified sources.

2.1.3.24. Breakdown maintenance of locomotives

2.1.3.24.1. Carry out trouble shooting and fault rectification as required to ensure desired loco

availability.

2.1.3.24.2. Carry out breakdown maintenance with top priority and no delay by deputing extra

manpower if required without any additional cost.

2.1.3.24.3. Emergency break down repairs, accident repairs and out of course repairs shall be

carried out as and when necessary.

2.1.3.25. Deliverables and/or KPIs as per Annexure-16

All KPIs and deliverables to be achieved as per Annexture-16. Other KPIs for locos are mentioned

below

2.1.3.25.1. Aim for reduced per hour operation and maintenance cost of locomotives.

2.1.3.25.2. Provide written operation and maintenance guidelines and daily checkpoint list to

TSPL personnel.

2.1.3.25.3. Timely preparation & submission of service and/or maintenance reports to the

concerned TSPL personnel.

2.1.3.25.4. Ensure adequate stock of service consumables.

2.1.3.25.5. Maintain complete equipment maintenance history and KPIs, submission to

concerned TSPL team.

2.1.3.25.6. Provide proper guidelines of preventive maintenance & replacement schedule

keeping in mind the designed parameters of each component

2.1.3.25.7. Provide guidelines for modifications, changes & product up-gradation resulting

out of technical advancement, frequent problem fixation.

2.1.3.26. Maintenance Schedules as per Annexure-4

22 | P a g e

Following is the representative sample of maintenance schedule for a particular month

Annexure-4

MAINTENANCE SCHEDULE OF DLW LOCOMOTIVE

Serial

No. Date Maintenance Schedule

Serial

No. Date Maintenance Schedule

1 05.04.2016 Weekly Schedule 33 15.11.2016 Weekly Schedule

2 12.04.2016 Weekly Schedule 34 22.11.2016 Weekly Schedule

3 19.04.2016 Weekly Schedule 35 29.11.2016 Weekly Schedule

4 26.04.2016 One Monthly Schedule 36 06.12.2016 Three Monthly Schedule

5 03.05.2016 Weekly Schedule 37 13.12.2016 Weekly Schedule

6 10.05.2016 Weekly Schedule 38 20.12.2016 Weekly Schedule

7 17.05.2016 Weekly Schedule 39 27.12.2016 Weekly Schedule

8 24.05.2016 Two Monthly Schedule 40 03.01.2017 One Monthly Schedule

9 31.05.2016 Weekly Schedule 41 10.01.2017 Weekly Schedule

10 07.06.2016 Weekly Schedule 42 17.01.2017 Weekly Schedule

11 14.06.2016 Weekly Schedule 43 24.01.2017 Weekly Schedule

12 21.06.2016 Twelve Monthly Schedule 44 31.01.2017 Two Monthly Schedule

13 28.06.2016 Weekly Schedule 45 07.02.2017 Weekly Schedule

14 05.07.2016 Weekly Schedule 46 14.02.2017 Weekly Schedule

15 12.07.2016 Weekly Schedule 47 21.02.2017 Weekly Schedule

16 19.07.2016 One Monthly Schedule 48 28.02.2017 Three Monthly Schedule

17 26.07.2016 Weekly Schedule 49 07.03.2017 Weekly Schedule

18 02.08.2016 Weekly Schedule 50 14.03.2017 Weekly Schedule

19 09.08.2016 Weekly Schedule 51 21.03.2017 Weekly Schedule

20 16.08.2016 Two Monthly Schedule 52 28.03.2017 One Monthly Schedule

21 23.08.2016 Weekly Schedule

22 30.08.2016 Weekly Schedule

23 06.09.2016 Weekly Schedule

24 13.09.2016 Three Monthly Schedule

25 20.09.2016 Weekly Schedule

26 27.09.2016 Weekly Schedule

23 | P a g e

27 04.10.2016 Weekly Schedule

28 11.10.2016 One Monthly Schedule

29 18.10.2016 Weekly Schedule

30 25.10.2016 Weekly Schedule

31 01.11.2016 Weekly Schedule

32 08.11.2016 Two Monthly Schedule

MAINTENANCE SCHEDULE OF BHEL LOCOMOTIVE

Serial

No. Date Maintenance Schedule

Serial

No. Date Maintenance Schedule

1 07.04.2016 Weekly Schedule 27 06.10.2016 Weekly Schedule

2 14.04.2016 Weekly Schedule 28 13.10.2016 One Monthly Schedule

3 21.04.2016 Weekly Schedule 29 20.10.2016 Weekly Schedule

4 28.04.2016 One Monthly Schedule 30 27.10.2016 Weekly Schedule

5 05.05.2016 Weekly Schedule 31 03.11.2016 Weekly Schedule

6 12.05.2016 Weekly Schedule 32 10.11.2016 Two Monthly Schedule

7 19.05.2016 Weekly Schedule 33 17.11.2016 Weekly Schedule

8 26.05.2016 Two Monthly Schedule 34 24.11.2016 Weekly Schedule

9 02.06.2016 Weekly Schedule 35 01.12.2016 Weekly Schedule

10 09.06.2016 Weekly Schedule 36 08.12.2016 Three Monthly Schedule

11 16.06.2016 Weekly Schedule 37 15.12.2016 Weekly Schedule

12 23.06.2016 Twelve Monthly Schedule 38 22.12.2016 Weekly Schedule

13 30.06.2016 Weekly Schedule 39 29.12.2016 Weekly Schedule

14 07.07.2016 Weekly Schedule 40 05.01.2017 One Monthly Schedule

15 14.07.2016 Weekly Schedule 41 12.01.2017 Weekly Schedule

16 21.07.2016 One Monthly Schedule 42 19.01.2017 Weekly Schedule

17 28.07.2016 Weekly Schedule 43 26.01.2017 Weekly Schedule

18 04.08.2016 Weekly Schedule 44 02.02.2017 Two Monthly Schedule

19 11.08.2016 Weekly Schedule 45 09.02.2017 Weekly Schedule

20 18.08.2016 Two Monthly Schedule 46 16.02.2017 Weekly Schedule

21 25.08.2016 Weekly Schedule 47 23.02.2017 Weekly Schedule

22 01.09.2016 Weekly Schedule 48 02.03.2017 Three Monthly Schedule

23 08.09.2016 Weekly Schedule 49 09.03.2017 Weekly Schedule

24 15.09.2016 Three Monthly Schedule 50 16.03.2017 Weekly Schedule

24 | P a g e

25 22.09.2016 Weekly Schedule 51 23.03.2017 Weekly Schedule

26 29.09.2016 Weekly Schedule 52 30.03.2017 One Monthly Schedule

2.1.4. MAINTENANCE OF RAILWAY TRACK SYSTEM

TSPL has constructed LWR connectivity from SSZ station to TSPL plant. Total track length is 67

KM approximately out of which (33 KM outside plant and 34 KM inside plant) is in the mid-section

consisting of curves varies from 3 degree to 5 degree, bridges, SEJ’s, points and crossings and LC

gates. Allowed rail traffic speed between SSZ to Plant is 50 KMPH. Permanent way owned by TSPL

shall be maintained as per Indian Railway standard for a speed of 50 Km per hour.

2.1.4.1. List of Equipment: (Quantity may vary with due course of time)

Out plant track, type long welded rail (LWR) – 33 kms

Inside track line, type short welded rail (SWR)- 34kms

Points and crossings = 44 nos

All types of bridges viz. Girder-02 nos, RCC- 07 nos, hume pipe bridge and/or culvert-

60 nos

All switch expansion joints- 10 nos

All manned and unmanned level crossings = 02 nos.

All curves viz. major, minor and ‘S’ Curves-24 nos.

Track inspection motor trolley and push trolley-01 nos.

Any other equipment added in due course of time.

2.1.4.2. REGULAR INSPECTION OF THE PERMANENT WAY

2.1.4.2.1. Railway track inspection as per Indian Railway norms to be done and certificate

from certified agency and/or person to be submitted at intervals as per the

instruction from Owner’s EIC.

2.1.4.2.2. Track fitness certification renewal if required, compliance of periodic inspection

from railway for track to be ensured.

2.1.4.2.3. Daily monitoring of railway track by key man round the clock and inform to PWI

and/or EIC for any abnormality.

2.1.4.2.4. Maintenance and/or repairing of track inspection motor trolley and other trolleys.

2.1.4.3. MAINTENANCE OF TRACK

Maintenance of complete Railway track is to be done as per Indian Railway norms. This item includes

but not limited to following activities:

2.1.4.3.1. Alignment, lifting, packing and through packing.

2.1.4.3.2. Railway track ballast dressing, boxing, filling and spreading.

2.1.4.3.3. Shifting of Ballast, rail and any item and/or part required for track maintenance to

the required point within the entire railway stretch.

2.1.4.3.4. Rail cutting and drilling.

2.1.4.3.5. Maintenance of rail line gauges and maintain gauge as per railway norms.

2.1.4.3.6. Maintenance of points & crossings

2.1.4.3.7. Inspection of Curves and their maintenance

2.1.4.3.8. Maintenance of steel bridges, including replacement of channel slipper, damage

rail, guard rail, fixing of dog pin, J-hook or any other maintenance

25 | P a g e

2.1.4.3.9. Level crossing work, including dismantling of road, replacement of rail, slipper,

guard rail, lifting, and packing & through packing. Maintenance of level crossing

gates

2.1.4.3.10. Checking, Fitting & Maintenance of loose rail fitting, pandrol clips, C.S.9 key,

PSC slipper 52 and/or 60 kg rail, fixing of fish plate, cotter pin, rubber pad.

2.1.4.3.11. Drain cleaning in Railway area as per the requirement

2.1.4.3.12. Replacement of burnout rail, damage rail, check rail, lever point, PSC slipper,

tongue rails & shifting all rail material from store or any place of track area for

requirement point.

2.1.4.3.13. Maintaining rail gaps for all LWR and/or SWR, SEJs inside and outside plant

tracks.

2.1.4.3.14. Inspection and/or maintenance of complete railway track as per Indian Railway

schedule or as per information of EIC. Replacement of bracket fixing at level

crossing & guard rail.

2.1.4.3.15. If at any point of time spare and/or item required for track maintenance is not

available with TSPL than contractor has to arrange that part and/or item for

rectification of the problem and cost of that part and/or item would be reimbursed

by TSPL. Collection and transportation of the above material to the

required site shall be Contractor’s responsibility. Consumables as per Annexure-

27 but not limited to the mentioned list are in the scope of the contractor.

2.1.4.3.16. An annual maintenance program shall be made out for the contract period and a

monthly program shall be made out by the last day of the previous month. The

Contractor shall intimate the progress of implementation of the monthly program

by the 10th of the following month and the short fall shall be carried forward. The

progress of implementation of annual program shall be monitored every month, so

as to complete it within the year.

2.1.4.3.17. Clearing the track lines from debris and/or animal body is included in the

maintenance responsibility of Contractor; routine cleaning of allied equipment’s is

also in the scope of work of the contractor.

2.1.4.3.18. In addition of packing up slacks through packing operation with sequence is best

done continuously from one end towards the other.

2.1.4.3.19. Rectification of weld failures and Rail fractures are to be restored by the contractor

at the earliest.

2.1.4.3.20. Repairing low cess and widening of formation with turfing where ever required

(otherwise ballast shall not retain) are in the scope of the contractor.

2.1.4.3.21. Before monsoon in every year side drain cleaning and de-silting the miner bridges

are in the scope of contractor

2.1.4.3.22. Over hauling of level crossing whenever required & replace the damage fittings if

any are in the scope contractor.

2.1.4.3.23. Greasing of all curves (with graphitized grease) irrespective of the degree (both in

plant & section) Greasing of ER clips, Greasing of the Rail gauge face, points &

crossings, are to be done by the Contractor. Greasing of all fishplate & alternate

the fishplate bolt in every six month are also in the Scope of contractor.

2.1.4.3.24. Vegetation has to be removed from both sides of track area by contractor.

2.1.4.3.25. Contractor shall deploy additional resource during monsoon (at least for four

months i.e. July, August, September and October) for smooth operation of traffic

without any additional cost.

2.1.4.3.26. Rain cuts has to be filled by the contractor on TSPL railway line to avoid washing

of ballast and maintain healthiness of railway line.

26 | P a g e

2.1.4.3.27. Monthly, weekly maintenance schedule & daily progress report with reading &

half yearly plan are to be provided by the contractor to TSPL EIC.

2.1.4.3.28. Contractor has to keep complete set of rerailing equipment.

2.1.4.3.29. For retaining the ballast near the bridge approaches, Necessary works as directed

by EIC of TSPL shall be done by the contractor without any financial implication.

2.1.4.3.30. The contractor shall make necessary arrangements to get the track inspected by

SSE- Permanent way, NR in every 3 months or whenever it is required on its own.

2.1.4.3.31. Fixation of check rail & guard rail wherever required are in the scope of the

contractor

2.1.4.3.32. Contractor has to ensure cordial relationships with surrounding residential areas

and villagers such as to ensure that work outside plant boundary happen

continuously as per the schedules without any hindrance.

2.1.4.3.33. Periodic maintenance and healthiness has to be carried out and/or maintained of

switch expansion joints and bridges (girder, Hume pipe, RUB and ROR) by the

contractor.

2.1.4.3.34. Thermit welding has to be carried out by contractor on TSPL owned railway track

whenever required. USFD testing of all welded joints has to be carried out twice

in a year and carry out re-welding of faulty joints and submit report of

USFD testing machine.

2.1.4.3.35. Maintenance of embankments of bridges and cleaning of culverts of hume pipe

bridges due to chocking by the contractor.

2.1.4.3.36. De-stressing of rails

2.1.4.3.37. Checking of rail joints by USFD- (ultra-sonic flow detector)(USFD machine is in

contractor scope)

2.1.4.3.38. Rail ballast up to 2000 Tons per annum to be supplied by the contractor. Contractor

has to maintain minimum stock of three months of ballast all the time.

2.1.5. SIGNALLING & TELECOMMUNICATION

2.1.5.1. Regular Maintenance of all Signal & Telecommunication system comprising RRI

British interlocking system, CLS signals, Motor point machines, DC & SSDAC

based track circuits and connected batteries, IPS and IPS batteries, IBS-SSDAC

based BPAC as per requirement, Relay Room, cables & all related & allied

equipment and signal gears, Level crossing gates and all telecom equipment in

between MTSS & SSZ and plant Railway Yard to ensure the smooth ,detention free

and safe working of S&T system and rakes movement.

2.1.5.2. All Signal & telecom equipment measurements with records as per IRS norms

including cable meggering and earth resistance measurements at plant yard and all

Signaling equipment in between SSZ and plant railway siding.

2.1.5.3. Maintenance of SSDAC based axle counter track circuits connected batteries with

acid and/or electrolyte and faulty batteries replacement and DC tracks circuit

including track feed batteries with acid and/or electrolyte and faulty batteries

replacement , chargers and all track circuits equipment.

2.1.5.4. IPS & IPS batteries maintenance at battery room including acid and/or electrolyte

and faulty batteries replacement.

2.1.5.5. Point machine maintenance including gauge tests, oiling, greasing and repair and/or

replacement of whole motor point machine.

2.1.5.6. Maintenance of both interlocked and non-interlocked Level crossing gates in

between MTSS & SSZ and in plant area.

2.1.5.7. Maintenance of DG set of 10KVA rating at railway control for S&T equipment

power supply backup.

27 | P a g e

2.1.5.8. Maintenance of all Signals in between MTSS & SSZ.

2.1.5.9. Attending & Rectification of all signaling & telecom failures in between MTSS &

SSZ and in plant area round the clock on 24X7X365 days basis including repair and

replacement of parts to avoid detention of rakes.

2.1.5.10. Cleaning of track circuited tracks, signal posts, motor points at MTSS and in between

MTSS & SSZ along with connected equipment like removal of unwanted vegetation

near Location boxes, JBs, Earth pits, TLJBs & SSDAC equipment and railway S&T

equipment rooms.

2.1.5.11. Maintenance of all S&T equipment parameters measurements with records as per

IRS and/or RDSO, IMS and ISO compliance and schedules according to SMPs

certified by TSPL.

2.1.5.12. Maintenance of data logger and generate reports on regular basis and as required.

2.1.5.13. Maintenance of signal operating panel ,KLCR box and maintaining 100 % of all

signaling gears operation through operating panel including - points ,signals , crank

handles ,interlocked LC gates operations through operating panel to ensure smooth

and delay free rake operation.

2.1.5.14. Maintenance & repair of Railway security gates including painting and provision of

reflective tape to be done by contractor.

2.1.5.15. Railway yard drain cleaning and clearance is to done by contactor to avoid any water

logging at any part of yard affecting rakes movement.

2.1.5.16. Painting and rewriting of all S&T equipment –Signal posts, point machines, rodding,

Location boxes, TLJBs, Level crossing gates warning and/or sign boards. Reflective

tape to be provided for all LC gates manned or unmanned with warning and/or sign

boards and markings between plant & SSZ station as required.

2.1.5.17. Laying of cable, trenching, backfilling & area cleaning for replacement of the

damaged S&T and other cables is in the scope of the contractor. Repair &

Maintenance of the location boxes, JB boxes at and in between Plant & SSZ station

are in the scope of the contractor.

2.1.5.18. Joint Inspection at every 3 months shall be carried out by the contractor with Railway

signaling official for the signaling system examination for proper functioning check

between TSPL & SSZ station.

2.1.5.19. All rakes movement shall be done by Signal route setting through operating panel

only with no manual and/or non-signal movements shall be done bypassing the

interlocking system as per the IR SWR at and in between plant and SSZ station.

2.1.5.20. All S&T maintenance shall be done through SAP module including proper permits

drawn from SAP.

2.1.5.21. Adherence and compliance to all TSPL safety and policies relevant to EHS, OHS,

IMS, ISO standards.

2.1.5.22. All S&T tools and related equipment shall be borne by contractor as per Indian

Railway, IR and/or RDSO standard and or as per TSPL requirements.

2.1.5.23. Upkeep of all track sign boards.

2.1.5.24. Maintenance and upkeep of IBH system

2.1.6. EXECUTION OF WORK

2.1.6.1. The Contractor shall be responsible for executing the work as mentioned in a proper

and expeditious manner as per time schedule agreed between the parties from time

to time. The specifications enumerated in the manufacturer’s manuals to be followed

for guidance and directions.

2.1.6.2. The Contractor shall deploy the experienced Railway supervisory personnel, skilled

labor such that the operation, maintenance and management of Rail Transport

System is smooth and meets TSPL’s requirements and schedules. The names and

28 | P a g e

addresses including all the details working experience of the persons deployed by

the contractor shall be intimated by him to the authorized officer of TSPL in writing

and a separate record thereof shall be maintained by him regarding this and which

shall be open for inspection at any time by the authorized officer of the company.

2.1.6.3. Contractor has to carry out work as per TSPL safety norms and other safety

procedure and/or requirements. Provision of PPE’s, uniform and other requirements

to its staff would be under contractor’s scope.

2.1.6.4. All necessary tools and/or tackles and/or machines and/or gauges and/or

instruments as per IRS required to carry out maintenance and/or inspection and/or

testing of locos, station building, tracks, loco shed, EOT crane and S & T has be

brought by contactor.

2.1.7. INSPECTION, TESTING & MANAGEMENT OF RECORDS

2.1.7.1. The Contractor shall carry out the various preventive maintenance schedules and

tests as given in the Manufacturer’s Manuals of Locos. Proper records of such tests

and schedules shall be maintained by TSPL

2.1.7.2. The work is subject to inspection at all times by TSPL. The Contractor shall carry

out all the instructions given during such inspections.

2.1.7.3. Any work not conforming to the Instruction Manuals or Railway norms & codes

shall be rejected and the Contractor shall carry out the rectification at his cost.

2.1.7.4. The Contractor shall maintain all the Loco log books & shift log registers and the

same shall be duly certified by TSPL in charge

2.1.8. Tools & Plants List to be provided by contractor. As per Annexure-5

All tools, tackles & plants required for safe execution of this contract have to be provided by the

contractor. An indicative list of minimum tools is mentioned in Annexure-5.

A proper log of tools brought into the plant needs to be maintained by the vendor and the report

needs to be shared with TSPL on monthly basis.

29 | P a g e

2.2. SCOPE OF WORK FOR COAL HANDLING PLANT (CHP) O&M CONTRACT

2.2.1. BATTERY LIMIT FOR COAL HANDLING PLANT O&M CONTRACT

This O&M Service Agreement is on the basis of complete operation, maintenance and ensuring

safety of the plant and staff working at the plant. The scope involves but is not limited to

operations and maintenance of complete Coal handling plant including unloading, stacking and

feeding the requisite coal to the bunkers to ensure uninterrupted power generation.

The boundary limit for the scope of work rake unloading at wagon tipplers, conveying of

unloaded coal by wagon tippler through paddler feeder and conveyors, crushing to required

size and feeding up to the coal bunkers (up to coal bunker) including coal conveyor and bunker

floor. The coal has to be fed either to the coal bunkers or stacked in the stock yard. The feeding

of coal to the bunkers may be either from the wagon tippler hopper through crushers and

conveyors or alternatively by stacker re-claimer(s) from the stock yard.

The Work should be done in all shifts, round the clock of the day and all days of the year.

The system mainly includes UP & DOWN railway tracks from SSZ railway station (19 km

from TSPL), two locomotives, railway line change over system, crossing gates and points,

operation & maintenance of the same and any other operation which is not specified but

required to place and draw out the wagons at and/or from unloading point, signaling &

transmission, wagon tipplers, stacker reclaimer, paddle feeders, stock yards, roller screens &

crusher systems, magnetic separators, belt scales, calibration devices, sampling systems and

conveyors, plough feeders, fire hydrant systems, dust suppressions, dust extractions,

ventilations, fire detection and spray systems, dozers, dozer shed, PLCs for operation, sump

pumps, power supply MCC panels & transformers and other auxiliary systems required for

smooth operation of Railways and CHP.

Battery limit for material handling vehicle hire contract is entire TSPL site. Vehicles shall be

required to work anywhere on the site as per plant requirements

2.2.2. OPERATION OF COAL HANDLING PLANT.

2.2.2.1. Operation of side arm charges, wagon tipplers, paddle feeder, crushers, roller

screens, magnetic separators, metal detectors, sampling systems, belt scales,

calibration equipment, plough feeders, stacker cum reclaimer, conveyor belts, dust

suppression system, dust extraction system, ventilation system, sump pumps and

other auxiliary system of coal handling plant which are required for smooth and

safe running of CHP system within the specified boundary limit of the contract.

2.2.2.2. Planning for route selection of rake placement at wagon tippler, identify tippler for

load and numbers of wagons to be placed.

2.2.2.3. Mechanized and/or manual unloading of coal from Railway wagons to ensure

unloading within stipulated free time given by railway (time to time) and shifting

to coal yard.

2.2.2.4. Wagon placement to be done by side arm charger only; locos not to be used for

placement of individual wagons.

2.2.2.5. Stones, coal boulders, any non-coal material which may arrive in coal rack to be

removed from wagon and/or hopper grill and disposal to be done to designated place

as directed by Owner EIC. O&M Contractor to ensure that such material other than

coal boulder is not to be fed to Hopper. However coal boulders of any size (if any

available and/or received) are to be broken to the required size before feeding.

2.2.2.6. The system running period shall be optimized to reduce the wear & tear of the

equipment. The efficient operation shall be provided to achieve full and

uninterrupted generation even during rainy season with sticky coal.

2.2.2.7. Handling of bulged wagon at wagon tippler & unloading of coal from bulged wagon

through mechanized system or manually if required. Manually unloaded coal has to

30 | P a g e

be shifted to the allocated heap in coal yard immediately after unloading as

instructed by owner engineer in-charge

2.2.2.8. If the coal arrived in wagons is sticky and all coal is not evacuated through the

wagon tippler, the O&M Contractor shall deploy additional manpower on

temporary basis to evacuate such coal manually. Any manpower and/or equipment

requires for unlading such coal from wagons to be arranged by O&M Contractor

and no extra cost shall be paid for such arrangements by the Owner.

2.2.2.9. If coal is received by Road in Trucks/Tippers then contractor has to arrange the

unloading and no additional charges shall be payable for such activity. Each truck

should be emptied within 2.5 hours after receiving the truck in yard.

2.2.2.10. Operation of transfer tower equipment like diverter gates, switch gear rooms, EOT

and/or HOT Cranes. Hoists, PA system shall be in the scope of the O&M

Contractor. Contractor has to deploy certified, competent & trained EOT and/or

Hoist operators only

2.2.2.11. Stacking of coal in coal yard in heap separately material type wise, as per Owner

heap clearance system.

2.2.2.12. Operation of coal waste water disposal system. Such water should be recycled back

for use. Coal waste water should not be mixed with other waste water

2.2.2.13. Coal Stacking & compacting, pushing of coal, making of piles etc., separate grade

and/or source coals should be stacked in separate heaps and/or places. The

preparation of heaps, avoidance coal catching fire, sprinkling of water on coal

heaps, firefighting, drainage system of the area etc. The coal yard maintenance in

totality. Contractor has to follow the yard daily checklist & comply with all points

mentioned including temperature monitoring.

2.2.2.14. Operation of dozers provided by Owner. The O&M Contractor shall provide

equipment like tipper and/or Poclain and/or Hydra( New generation) and/or

Tractor and/or Trolley (As per attached annexure-23) which are required for yard

management and/or coal feeding, unloading and any other services required for

smooth operations and maintenance of CHP. With respect to all services

requirements, instructions of Owners EIC shall be final.

2.2.2.15. Feeding of coal from coal yard or and/or and from Wagon tippler hopper to Boiler

Bunkers as per the desired blending ratio as instructed by Owner EIC.

2.2.2.16. Operation & maintenance of any additional equipment and/or up gradation of

existing system added by Owner during the Term of the contract.

2.2.2.17. Operation of dust suppression, dust extraction system, firefighting and sprinkler

system.

2.2.2.18. The O&M Contractor has ensure to follow all standards as per ISO systems (like

check lists & SOPs etc.)

2.2.2.19. SOP must be followed for all equipment operation.

2.2.2.20. The O&M Contractor should not bypass any protection, interlock.

2.2.2.21. Dust extraction and dust spray system should operate effectively to avoid dust

pollution.

2.2.2.22. During coal feeding the O&M Contractor shall ensure that foreign material and/or

stones and/or excess water must not be fed in bunker. On failing this, penalty shall

be imposed depending on loss occurred.

2.2.2.23. System and/or equipment healthiness should be maintained such as it runs within

its operating limits with its optimum efficiency.

2.2.2.24. Coal feeding schedule given by CHP in-charge shall be followed strictly without

any deviation and/or information.

31 | P a g e

2.2.2.25. Coal feeding from yard to be done with heap clearance system established by Owner

i.e. stacking of coal in one heap & feeding of coal on FIFO basis.

2.2.2.26. Stones, coal boulders, any non-coal material which may arrive in coal rack to be

removed from conveyor and disposal to be done to designated place as directed by

Owner EIC. O&M Contractor to ensure that such material other than coal boulder

is not to be fed to Bunker or stacked in Coal heaps. However coal boulders of any

size (if any available and/or received) are to be broken to the required size before

feeding.

2.2.2.27. The system running period shall be optimized to reduce the wear & tear of the

equipment. The efficient operation shall be provided to achieve full and

uninterrupted generation even during rainy season with sticky coal. 100%

availability of coal to the requirement of plant operation shall be maintained by

O&M Contractor.

2.2.2.28. Tarpaulin covering of coal piles in the yard as directed by Owner‘s EIC (Tarpaulin

shall be provided by Owner)

2.2.2.29. Survey and physical verification of coal on monthly basis shall be performed by

Owner. The O&M Contractor should provide necessary assistance and witness the

process.

2.2.2.30. For isolation of electrical feeders, competent person having class-c type certificate

shall be deputed by the contractor in all the three shifts.

2.2.2.31. Blending of coal should be maintained as required by main plant operations.

2.2.2.32. Manual unloading of coal required to be done due to reasons attributable to the

O&M Contractor is in contractor’s scope.

2.2.2.33. Manual unloading required for bulge wagons is in contractor’s scope.

2.2.3. MAINTENANCE OF COAL HANDLING PLANT

2.2.3.1. Corrective maintenance, Routine Maintenance, Preventive Maintenance (PM),

Condition based and break down maintenance of entire CHP equipments, structure

and super structure along with mechanical, electrical, control, instrumentation and

protection system as per industry prudent practices.

2.2.3.2. Maintenance and replacement of Mechanical, Electrical, and Instrumentation

equipments of CHP starting from Wagon Tippler to Boiler Bunker bay for

bunkering path, reclaiming & stacking path. (Details list of equipment is attached

as “Annexure – 32, List of equipments for CHP)

2.2.3.3. Condition monitoring of all equipment and components installed in CHP, however

third party vibration analysis and oil analysis to be arranged by the owner. Oil

samples to be collected by the contractor as per the schedule

2.2.3.4. Submission of Equipment healthiness report, Equipment history, PM and break

down analysis reports to Owner EIC in approved format. Equipment refurbishment

as and when required.

2.2.3.5. Maintenance of all CHP electrical system from the supply source circuit breaker of

the incoming transformer onwards including illumination & street lighting.

2.2.3.6. Maintenance of all equipment’s for amenities like ACs, Water coolers, ventilation

system, exhaust fans etc. in CHP. Sufficient ventilation shall be ensured in

underground areas as per the environmental and PTW norms.

2.2.3.7. Any modifications for improvement of the plant of the structural quantity to the

extent of 5 MT per Month or 60MT per year. Steel shall be provided by the owner.

2.2.3.8. Cable laying and/or panel fixing and/or modification and/or relocation for plant

modification and/or fire incidents included the in scope as follows:-

2.2.3.8.1. HT Cable Laying: - 500 m and/or year Maximum

32 | P a g e

2.2.3.8.2. LT Cable Laying: - 1000 m and/or year Maximum

2.2.3.8.3. Control Cable: - 3000 m and/or Year Maximum

Cable shall be provided by the owner.

2.2.3.9. Replacement of conveyor belt in case it shall be damaged due protection failure,

nonfunctioning of ILMS, Metal detectors, hang type metal separator and the fault

attributable to the O&M Contractor (for example- burning coal fed to the conveyor

belt, large stones I-boulders, I-sleepers, I-metal etc., going on the conveyor belt etc.

the O&M Contractor shall have to replace the belt at his own cost). Any such

damage to be mutually agreed by both and rectify accordingly by the O&M

Contractor. Additional manpower shall be deployed by contractor for damaged belt

replacement and Contractor shall ensure that manpower engaged in routine

maintenance shall not be used in this job.

2.2.3.10. Any breakdown in the machinery or systems shall be attended to ensure no loss of

generation of the plant. .

2.2.3.11. To maintain the coal handling plant, carry out any repair required pertaining to

regular, preventive and breakdown maintenance is in the scope of the O&M

Contractor. Structural Steel required for the same shall be provided by Owner.

O&M Contractor shall plan and give the requirements of such items at least before

two months to facilitate timely purchases.

2.2.3.12. Street Lights Maintenance works within the boundary of the scope of work is in

scope of work of the O&M Contactor.

2.2.3.13. As the operation & maintenance of coal handling plant is specialized in nature &

dusty atmosphere which is directly linked with the generation, the work shall be

carried out only by engaging experienced and skilled engineers and/or technicians.

2.2.3.14. All handling equipment and special T&P supplied by EPC contractor and/or OEM

shall be handed over to the O&M contractor for use during the period of contract.

O&M Contractor shall maintain all these in good working condition for the entire

period of the contract. At the end of the contract, O&M Contractor shall return these

in original good working condition.

2.2.3.15. All tools & tackles required for the Corrective maintenance, Routine Maintenance,

Preventive Maintenance (PM), Condition based, break down maintenance and belt

replacement shall be arranged & maintained by the O&M Contractor.

2.2.3.16. PA system O&M is in O&M Contractor’s responsibility to maintain same.

2.2.3.17. All maintenance jobs shall be done only after taking valid Permit to work and

necessary isolations.

2.2.3.18. Workshop jobs up to Rs 10,000 per month or Rs 1, 20,000 per year shall be in O&M

Contractor’s scope as per rates mentioned in Annexure-33. Beyond this value, if the

work is got done with prior approval of TSPL, cost shall be reimbursed on

submission of documents at actual basis. O&M contractor has to bear the cost

towards loading/ unloading/ packing and removal/refixing and transportation.

However owner shall assist to provide necessary gate pass and other documents.

Annexure-33

List of machining jobs – CHP & Railways

Sl.no. Jobs Rates

1 Material build up & machining of shafts of various diameters Ranging from

10mm to 250mm

2 Casing of various parts.

33 | P a g e

3 Fabrication & fitting of sleeves at worn out shafts.

4 Reconstruction of worn out equipment’s & plumber blocks.

5 Rebuilding of threads like Actuator shafts etc.

6 Fabrication of special purpose type of link rods & nonstandard bolts.

7 Thread cutting on check nuts

8 Thread cutting on bolts

9 All other miscellaneous workshop Jobs

2.2.3.19. Arrangement of lighting at the work spot has to be made by the O&M Contractor.

Contractor has to arrange lighting equipment such as power cable, hand lamps etc.

The O&M Contractor has to take prior approval for taking electrical power supply,

24V and/or 240V hand lamps and transformer as directed by EIC shall be in O&M

Contractor scope for areas wherever required for safety.

2.2.3.20. O&M Contractor has to comply with all Statutory Requirements.

2.2.3.21. Third party inspection (TPI) of wagon tipplers (RDSO approval), Hoist and/or EOT

statutory inspections, pressure vessel statutory inspections and lifting tools and/or

tackles statutory inspections to be done by the contractor.

2.2.3.22. There are six belt scales installed in CHP on CRG03A, 3B, 7A, 7B, 12A & 12B.

Quarterly calibration certification by Government approved third party for each belt

scale is in contractor’s scope. Contractor has to ensure calibration of any other

additional belt scale if installed during course of the contract

2.2.3.23. Contractor has to perform weekly and/or monthly in-house belt scale calibrations

or as per the frequency advised by the owner

2.2.3.24. Any type of scaffolding required for safe execution of all types of jobs within the

battery limit shall be in O&M Contractor scope. Bamboo scaffolding is not allowed

in the plant premises. Green tag has to be obtained from HSE team before using the

scaffold

2.2.3.25. Contractor has to transport diesel for dozers and any other equipment owned by the

owner from TSPL onsite fueling station and fill the diesel in vehicles. In case of

outage of diesel fueling station contractor has to arrange diesel from outside and the

amount would be reimbursed by TSPL at actual cost after submission of all original

documents subject to the utilization. Maximum fuel economy of 30 ltr/hr shall be

considered for dozers. Consumption of diesel beyond 30 ltr/hr fuel economy shall

be back charged to the contractor at actual diesel price

2.2.3.26. Contractor shall submit the AMC (Annual Maintenance Contract) as per Annexure-

33 for Dozers and Hydraulic Systems with OEM or OEM approved service provider

to TSPL for approval prior to signing of this contract. Contractor has to ensure

complete coordination and job execution as per AMC terms. Contractor has to

complete all AMC jobs as instructed by OEM service engineer under his

supervision. Ensuring timely visit of servicing engineer and due services to be done

on time.

2.2.3.27. All maintenance planning and documentation shall be done in SAP and whole

process shall be 100% paperless.

2.2.3.28. As per requirement for communication, walky-talkies and/or long distance cordless

telephones with all statutory license shall be provided by the O&M Contractor.

34 | P a g e

Contractor has to ensure renewal of required statutory licenses for Walky-Talky

and/or long distance cordless telephones

2.2.3.29. Maintenance & cleaning of CCTV cameras and monitors of CHP area is in

contractor’s scope.

2.2.3.30. Regular maintenance and/or modification and/or rectification due to accidents like

fire, pipe failure etc. for all underground pipelines and cables is in contractor’s

scope. Any machinery and/or tools e.g. JCB, excavator and/or drill machine

required for repairing the underground items, to be supplied by the contractor.

3. PLANNING

3.1. Maintenance

3.1.1. O&M Contractor shall prepare and submit a preventive maintenance and servicing

schedule for all equipment under the scope based on recommendations of OEM in

advance and get same approved from TSPL. The schedule so prepared is to be followed

by the O&M Contractor.

3.1.2. O&M Contractor has to handle all AMCs done by the owner (if any) on day-to-day basis.

This includes daily reporting, job planning, work execution and ensuring equipment

healthiness.

3.1.3. O&M Contractor shall submit quality plan for the activities under his scope and get same

approved from TSPL. The approved quality plan shall be adhered to while carrying out

the work under the scope of work. O&M Contractor shall ensure compliance with safety

and statutory requirements and assist TSPL in implementation of ISO 9001 and/or 14001

and/or 18001.

3.1.4. O&M Contractor shall go through all the current defects in computerized maintenance

management system (SAP) at least twice in a day. Most of the maintenance activities are

taken up in planned way except emergency jobs.

3.1.5. Usage of Work Clearance Management (WCM) module – Online work permit system

from SAP is mandatory for all maintenance & operation jobs. SAP access, hardware

and/or software facilitation and required training shall be provided by the owner. All SAP

notifications and/or work orders to be closed after completion of the work.

3.1.6. This shall require site supervisor and/or engineer to go through the defects in SAP

(CMMS) and check the same at site and submit the job plan for the jobs to be done.

3.1.7. Planning shall be done on weekly and daily basis. It shall be based on the current defects

in maintenance management system, diagnosis by condition monitoring, preventive

maintenance; opportunity based maintenance and shall be in consultation with the

Owner’s EIC. Weekly plan shall be prepared by Wednesday of every week. Daily

planning shall be done one day earlier and shall be in line with weekly planning. O&M

Contractor shall submit such a program to Owner’s EIC, but the approval by the TSPL of

the program shall not relieve the O&M Contractor from any obligation under the Contract.

3.1.8. Planning of jobs also includes working out requirement of consumables and spares and

verifying the availability and getting them issued from respective stores, a day in advance

of taking up the job at site.

3.1.9. Monthly consumption of spares for routine maintenance like conveyor belts, MS plates

etc. should be given in advance for next month and reconciliation statement to be produced

every month.

3.1.10. Spares parts and consumable planning for the entire year.

3.1.11. Identification of critical spares and development of bill of material (BOM) list is in

contractor’s scope.

35 | P a g e

3.1.12. Development of spares drawings and reverse engineering to be done by the contractor as

per instructions of EIC.

3.2. Operation

3.2.1. Daily coal feeding plan shall be provided by Owner.

3.2.2. Planning shall be done for adequate blending of coal mix as directed by Owner.

3.2.3. Planning of coal feeding schedule to be done as per plan given by Owner.

3.2.4. Planning of running of conveyor system & rake unloading system to be done so that system

running hours optimize.

3.2.5. Daily meeting in the morning for review of previous day & planning for the day activities.

3.2.6. Coal conveying operation system time to planned such that schedule maintenance can be

met on time.

3.2.7. Routine cleaning and/or monitoring and/or pre operation checks to be planned so that

conveyor operation not delayed.

3.2.8. All pre operational checks to be planned to avoid any delay in rake unloading.

3.2.9. Rising of appropriate notification and/or defects in SAP WCM module.

3.2.10. Issuing the permit from WCM module.

3.2.11. After completion of job, closing of permits by filling all the check sheets given in SAP.

3.2.12. All documents to be filled in their format & maintained in their sequential manner.

3.3. WORK EXECUTION

3.3.1. Mechanical work execution

3.3.1.1. Preventive maintenance as per PM schedule and as per PM checklists. PM schedule &

checklist may change as per equipment maintenance & plant requirements

3.3.1.2. Breakdown maintenance,

3.3.1.3. Condition based and Predictive maintenance

3.3.1.4. Overhauling, reconditioning and testing of existing plant system and equipment.

3.3.1.5. Failure analysis of major and/or repeated breakdown.

3.3.1.6. Statutory compliance and approvals and/or TPIs of plant equipment, tools and/or

tackles, EOT’s & hoist, pressure vessels etc. as per prevalent rules and regulation.

3.3.1.7. Maintenance of all mechanical equipment from wagon tippler to boiler bunker for

bunkering path, reclaim path and stacking path including ventilation systems, dust

extraction system, dust suppression system, hydrant system , wagon tippler, side arm

charger, stacker reclaimer, grizzlies, paddler feeder including hydraulic system, screens,

crushers, various gear boxes, conveyor & its components, sampling system , magnetic

separator, diverted gates, chutes, plough feeders, sump pumps and other equipment as

set out “18 Annexure- List of equipments for CHP”.

3.3.1.8. It includes servicing \lubrication, of mechanical part of equipment like bearing, roller,

gearbox, hydraulic system, valves, pumps, pulleys, etc.

3.3.1.9. It includes repairing\alignment \replacing\overhauling of part of equipment like

bearings, rollers, liners, crusher hammer, shafts, roller screen, pumps, valves, pulley,

gear box & its part, hydraulic system and its part, wagon tippler\stacker reclaimer, dozer

etc.

3.3.1.10. It includes repairing\replacing of conveyor belt, adding or cut and joints of conveyor

belt as on requirement.

3.3.1.11. It includes hot and cold vulcanizing of conveyor belt as on requirement.

3.3.1.12. It includes schedules and/or OEM recommended services and/or overhauling and/or

lubes replacements of all equipments

36 | P a g e

3.3.1.13. It includes maintaining hydraulic oil purity level by purification, topping up, sending

samples to lab for periodical testing.

3.3.1.14. It include conditioning monitoring of all rotating equipment’s and appropriate action

based on the findings.

3.3.1.15. It includes all type of welding, cutting jobs as required.

3.3.1.16. Cleaning of work place is in the scope of the O&M contractor. The O&M Contractor

shall follow good housekeeping practices to the satisfaction of Owner. All the scrap

and/or waste generated should be regularly disposed to the scrap yard or any other

designated place as instructed by Owner EIC.

3.3.1.17. It includes pulley lagging work as on requirement.

3.3.1.18. It includes maintenance of EOTs and hoists.

3.3.1.19. It includes reclamation of crusher hammers, crusher and screens, liner plates for feeders

and discharge chutes etc.

3.3.1.20. It includes minor painting works and strengthening of structures of transfer points,

junction towers, equipment base foundation (including civil work) etc. related to CHP

3.3.1.21. Refurbishment of up to 2000 nos. of idlers per year is in contractor scope. Contractor

has to ensure warranty of at least one year for refurbished idlers

3.3.2. Electrical work execution

3.3.2.1. Preventive maintenance, Breakdown maintenance, Routine & periodic maintenance,

Online and off line maintenance, condition based & predictive maintenance of WT

and/or SAC and/or SCR and/or CONVEYOR & its motors, paddle feeder, magnetic

separators(ILMS,HTMS,METALDETECTOR) and/or diverters and/or gate motors

and/or Pulsator and/or Roller Screen and/or Coal Sampling Unit and/or Movable

device and/or Plough Feeder conveyor motors and/or dust collectors & extraction

system and/or coal crushers and/or separators and/or wagon Tippler & related electrical

& electronic controls

3.3.2.2. All Checklist & PM compliances provided by Tspl EIC, must be adhered by contactor

to fulfill requirement & submit the same after completing the job & Compliances must

be greater than 95%,in case of breakdown contactor has to produce all required tool &

tackles, measuring & testing equipment within 2 hours from the breakdown.

3.3.2.3. TRANSFORMERS: Routine and Breakdown maintenance of Power transformers:

Cleaning, Checking, repair and replacement of gaskets and/or bushing and/or

OFFLTC and/or temperature controller and/or and/or testing of control & power

circuits and/or meggering and/or Testing of transformer oil as per IS-1866 and/or

interlocks and/or trip and closing contracts and/or ventilation system and/or tightness

of control and power connections and/or earth pits and connections and/or safety

requirements, earth pits and/or NGR and/or Temperature measurements and/or

meggering of earth pits and/or filtration of oil and/or replacement of oil and/or

3.3.2.4. Routine & Breakdown maintenance of Power & Control transformers.

3.3.2.5. Modification & forcing not allowed without getting it approved through change order

note

3.3.2.6. If in any emergency it is required must be done with written consent of TSPL EIC.

3.3.2.7. All kind of testing of existing transformer with Megger and/or Multi meter and/or

winding resistance and/or HI pot shall be in contractor scope.

3.3.2.8. Transformer Power cable termination, cable dressing, Control Cable termination,

jointing of HT cables, checking of existing Protection scheme, Cleaning & tightness

shall be in contractor scope

3.3.2.9. Contactor has to check the transformer local protection (Temperature & others trip) up

to VCB panel in every PM record its healthiness in check sheet.

37 | P a g e

3.3.2.10. Transformer OFFLTC, core cracks, wear & tear identification re-varnishing should be

in contractor scope.

3.3.2.11. Shifting of All type of transformer to and/or from work site if required checking, repair

& replacement of HT and/or LT winding of control & power transformer control circuit,

power terminal connection, installation & commissioning shall be contractor scope.

3.3.2.12. All kind of required transformer testing based on its condition monitoring result shall

be in contractor scope & contractor has to arrange all required Tool & Tackle with

testing KIT within 24-hrs

3.3.2.13. All nut bolt spring washer, gasket, lug (CU, AL) all size, shall be in contractor scope

and be available at site as per requirement

3.3.2.14. Earth Pit Maintenance(include filling of charcoal ,salt, water in earth pit) , Maintenance

of equipment’s earthing, ensuring proper Earthing resistance (>0.5 ohms) in Earth Pit,

nomenclature of earth pit, writing the earth resistance over earth pit, checking of its

resistance value whenever required.

3.3.2.15. In case of any breakdown of transformer winding, rewinding of transformer winding

along with transportation, shifting its installation & commissioning shall be in contactor

scope.

3.3.2.16. HT MOTORS: Preventive and Breakdown maintenance of HT motor: shifting of the

motors to and/or from the work site if required and/or Cleaning, Checking, repair and

replacement of lubricating oil and/or greasing of bearing s and/or replacement of

bearings and/or terminal connection and/or control and power circuits and/or tightness

of power cable terminations and/or insulation and/or winding resistance and

inductance and/or interlock and trip contact s and/or winding and bearing temperature

and/or Circuit Breaker operations and and/or /or earth connections and/or control

and power cable laying & jointing and/or safety requirements and/or rewinding of

motor and/or complete overhauling of the motors

3.3.2.17. Preventive, predictive, breakdown maintenance

3.3.2.18. Replacement of bearing is in contractor scope although bearing shall be provide by

TSPL or in case of emergency bearing should be purchased by Contractor & it shall be

reimbursed by TSPL

3.3.2.19. Over-hauling of the motor shall be in contractor scope & contractor have to submit

refurbishment plan based on CBM data.

3.3.2.20. All tools & tackle like bearing puller, Cooper Rod, hydraulic jack and/or puller, and

standard bearing mounting & dismounting tool shall be In contractor scope

3.3.2.21. Spare forecasting & consumption report and reconciliation report required by TSPL EIC

has to be submitted by Contractor

3.3.2.22. Rain and dust proofing of all motor local panel and motor itself with proper canopy

shall be in contractor scope

3.3.2.23. Cleaning of the motors.

3.3.2.24. Maintenance of motor and its lubrication mechanism.

3.3.2.25. Oil toping up in lube oil systems.

3.3.2.26. Tightness checking of the power cables, space heater cable.

3.3.2.27. Replacement of Space Heaters, if found defective.

3.3.2.28. Periodical checking of the motor winding temperature, bearing temperature, vibration,

noise level and motor T.B temperature, if necessary.

3.3.2.29. Checking the RTDs & Neutral CTs terminal connections.

3.3.2.30. Cleaning of coolers, cooling fans and its healthiness checking.

3.3.2.31. Dismantling of motor covers, end covers, coolers, threading out of rotor for inspection

replacement of bearings, repair and/or replacement of wedges, end winding binding etc.

38 | P a g e

Motor alignment & civil foundation amendment of HT motors shall not be in OWNER

scope

3.3.2.32. Replacement of fan blades, bearings, Terminal blocks in contractor scope

3.3.2.33. In case of damage and/or failure of the motor, dismantling and dragging out and/or

shifting of the motor to designated place within plant shall be in Maintenance

contractor’s scope.

3.3.2.34. Testing of the motors for IR values, Winding resistance, and any other test required by

TSPL EIC is in scope of contractor.

3.3.2.35. In case any HT motor fails due to the fault of the contractor, the cost of rewinding &

replacement of damaged parts and repair of the motor shall be recovered from the

contractor or contactor has to replace the same.

3.3.2.36. If during shifting and/or Erection if any mechanical part of motor damaged, contractor

has to replace the damaged part within time limit given by TSPL.

3.3.2.37. LT MOTORS: Preventive and Breakdown maintenance of LT motor: shifting of the

motors to and/or from the work site and/or Cleaning, Checking, repair and

replacement of lubricating oil or grease and/or bearings and/or and/or terminal

connection and/or control and power circuits and/or tightness of power cable

terminations and/or insulation and/or winding resistance and inductance and/or

interlock and trip contacts and/or abnormal sound and/or winding and bearing

temperature and/or Circuit Breaker or starter operations and/or earth connections

and/or control and power cable laying & jointing and/or safety requirements and/or

rewinding of motor and/or complete overhauling of motors. Repairing of DC and/or

AC Brakes.

3.3.2.38. Rain and dust proofing of all motor local panel and motor itself with proper canopy

shall be in contractor scope

3.3.2.39. Cleaning of the motors.

3.3.2.40. Tightness checking of motor power terminals.

3.3.2.41. Greasing of the bearings whenever required.

3.3.2.42. Sealing of motor terminal box with sealing compound and/or gaskets.

3.3.2.43. Replacement of Defective parts such as Terminal blocks, bearings, fans, fan covers,

pulleys.

3.3.2.44. Dismantling and/or installation of motors in case of failure. Checking of motor for

defects in the event of breakdown.

3.3.2.45. Testing of Motors

3.3.2.46. Rewinding of LT motors.

3.3.2.47. Replacement, repair of cooling fan for motor shall be in scope of contractor

3.3.2.48. Repairing of housing of motor shall be in contractor scope in case any damage

3.3.2.49. Revarnishing of motor winding shall be in scope of contractor

3.3.2.50. Motor Terminal blocks, bearings, fans, fan covers need to be purchased by contactor in

case of any emergency decided by Tspl EIC.

3.3.2.51. OVERHAULING OF HT, LT MOTORS- Decoupling and/or Coupling and/or motor

shifting and/or Dismantling and/or Assembling and/or replacement of any damaged

parts of above said equipment and/or Cleaning, checking, repair and replacement of

lubricating oil or grease and/or bearings and/or terminal connection and/or re lugging

of terminations and/or tightness of power cable terminations and/or value of insulation

resistance and/or resistance and inductance and/or cooling system and ribs and/or

abnormal sound and/or carbon brushes and/or slip rings and/or holders and/or air filter

and/or Varnishing and/or drying in the ovens and/or painting and/or no load test

and/or rewinding of HT and/or LT Motors, repairing of housing, replacement of

cooling fan.

39 | P a g e

3.3.2.52. Total motor dismantling, cleaning with motor solvent, varnishing & assembly, testing

is in scope of contractor

3.3.2.53. PCC & MCC SWITCHGEAR PANELS AND LOCAL CONTROL PANELS: -

Preventive, breakdown, corrective, Shut down maintenance of HT and LT switchgear

panel and Local control panels .Cleaning, checking, repair and replacement of control

and power fuses and/or fixing and moving contacts and/or arching chutes and/or control

and power circuits and/or insulation values of switch gear and bus and/or operation

(close and open) of Circuit breaker, MCCB and VCB and/or ACB and/or contractor

and/or related interlocks and/or tightness of power and control circuits and/or load

current and/or transducers and/or ammeters and/or energy meters and/or relays and/or

CT and/or PT and/or LA control transformer and/or earthing connections and/or control

and power cable laying & jointing (straight through and end termination) and/or safety

requirements and/or bus duct and/or Removing of Power and control cable as and when

any modification, safety, maintenance requirement jobs are being done.

3.3.2.54. Each switchgear complete cleaning, clear identification (Nomenclature of feeders) of

each component, complete; indicator normal cubicle grounding line intact.

3.3.2.55. Visual inspection of the appearance of closed bus clean and free of distortion

3.3.2.56. Rain & dust proofing of all PCC, MCC, LCP No water seepage and/or logging

acceptable in switchgear

3.3.2.57. PCC and/or MCC to be maintain neat & clean, Inspection is done by TSPL EIC and

score is provided to contractor.

3.3.2.58. Daily checklist of incomer status in all PCC and/or MCC in CHP to be provided by

contractor

3.3.2.59. Proper identification of all Feeders in PCC and/or MCC be in scope of contractor

3.3.2.60. Preparation of Single line diagram in AutoCAD of power distribution of PCC and/or

MCC to be installed in the corresponding switchgear shall be in scope of contractor

3.3.2.61. Periodic survey by thermo vision camera for all equipment’s and feeders as per

scheduled provided by TSPL EIC contractor must be adhere to provided status

3.3.2.62. Measurement of joint resistance by micro ohm meter shall be done by contactor scope.

3.3.2.63. Implementation of 5S system in all switchgear shall be in contactor scope however the

guideline shall be provided by TSPL SIC.

3.3.2.64. All switchgear & LCP drawing provided by Tspl ECI, one no of hardcopy to be kept

corresponding switchgear, LCP with proper lamination & identification.

3.3.2.65. Testing & calibration of relay & energy meter shall be in contactor scope & contactor

has to produce the relevant certificate for the same.

3.3.2.66. Any Modification, testing in existing system as per guidelines of TSPL EIC contactor

has to complete the same within time limit.

3.3.2.67. Maintaining the setting of relay & metering device of the system shall be in contactor

scope although Tspl shall provide the setting for all relay.

3.3.2.68. Contactor has to prepare a Record of Relay setting of existing system.

3.3.2.69. Fault diagnosis and rectification.

3.3.2.70. CRANES:- Preventive and breakdown maintenance of EOT, Monorail, Hoists:

Cleaning, checking, repair and replacement of control and power fuses and/or fixing

and moving contacts and/or arching chutes and/or control and power circuits and/or

insulation valves of switch gear and bus and/or Operation of contactors and MCCB

and/or interlocks and/or tightness of power and control circuits and/or load current

and/or ammeters and/or voltmeters and/or relays and/or control transformer and/or

timers and/or manipulator and/or limit switches and/or down shop leads and/or cables

and/or control and power cable laying & jointing indications and/or earthing and/or

40 | P a g e

danger boards and/or safety Requirements and/or rewinding of motors and/or brakes

etc.

3.3.2.71. Crane Maintenance of EOT cranes, electrically operated hoists.

3.3.2.72. Maintenance, servicing & upkeep of various cranes, hoists installed at various locations

in the plant.

3.3.2.73. Cleaning of all control panels, resistance boxes and motors.

3.3.2.74. Cleaning of DSL, Contact shoes, brakes & brake shoes, limits.

3.3.2.75. Replacement of defective components.

3.3.2.76. Fault diagnosis and rectification.

3.3.2.77. Cleaning of the system and/or control panels.

3.3.2.78. Troubleshooting of the systems.

3.3.2.79. Tightness checking of power and control components.

3.3.2.80. Replacement of defective components.

3.3.2.81. Replacements of faulty variable frequency drive modules, if applicable.

3.3.2.82. Input Output checking in the PLC.

3.3.2.83. Assisting in taking trial run of the feeders

3.3.2.84. PROTECTION SYSTEM- Cleaning checking of all the relay and protection system, 11

KV system and 0.415 KV protection relays. Check the tightness of control circuits

and/or auxiliary supply and/or signal and protective relays and/or testing and

calibration of protective relay and/or trip circuits and/or earthing measurements. .

3.3.2.85. Fault diagnosis and rectification.

3.3.2.86. Checking of module alignment.

3.3.2.87. Checking of Relays, meters, Indication lamps, Transducers. Replacement of faulty ones.

3.3.2.88. Replacement of defective components.

3.3.2.89. Testing and calibration of Protection relays, meters, breaker closing and opening times.

3.3.2.90. Testing of CT, PT energy meter is in scope of contractor

3.3.2.91. UPS, STATION BATTERY , BATTERY CHARGER AND INVERTER :- Periodical

maintenance of Battery, UPS and Inverter: Cleaning, checking of specific gravity

and/or level of distilled water and/or topping of distilled water and/or acid and/or

individual battery voltages and/or tightness of battery leads and terminations and/or

UPS, Inverter and Battery panels and/or control and power circuits and/or insulation

values and/or fuses of control and power circuits and/or Voltmeters and/or ammeters

and/or control system of UPS, float and float cum boost chargers and/or earthing and/or

applying petroleum jelly.

3.3.2.92. Cleaning of the charger panels.

3.3.2.93. Tightness checking of power and control components.

3.3.2.94. Fault diagnosis and rectification.

3.3.2.95. Replacement of defective components in the panels.

3.3.2.96. Calibration checking and checking of PCBs and limiters.

3.3.2.97. Routine checking of float charging of batteries.

3.3.2.98. Boost charging of batteries whenever required.

3.3.2.99. Maintenance of UPS; batteries, and other power supplies

3.3.2.100. Cleaning of all the cells of the battery banks.

3.3.2.101. Tightness checking of all the cells connection.

3.3.2.102. Applying petroleum jelly on all exposed terminals, inter connections.

3.3.2.103. Periodical Measurement of cell voltage and specific gravity of the cells

3.3.2.104. Maintaining proper heath card on weekly basis of all ups & battery bank installed in

CHP. As per format provided by TSPL EIC.

3.3.2.105. Contactor has to make sure that during any breakdown fault has to be diagnosed &

rectify otherwise they need to make necessary tie up for OEM Support.

41 | P a g e

3.3.2.106. GENERAL LIGHTING AND EXHAUST FANS:-Replacement of lamps as & when

required, fittings and preventive maintenance, Periodical inspection and replacement of

lamps, ballasts, starters, battery of entire lighting system including arena lighting.

Periodic cleaning & complete overhauling of all lighting panels in the plant. Cleaning

and checking of fixtures and/or tightness of control circuits and/or automatic lighting

system and/or sockets and/or LDB and/or SLDB and/or Testing of ELCB and other

portable equipment’s regularly. Repair and replacement of Exhaust fans and/or

rewinding of the motors including sigma search lights

3.3.2.107. Cleaning of light fitting, ceiling fans, exhaust fans.

3.3.2.108. Replacement of lighting accessories, Fan accessories.

3.3.2.109. Fault rectification in the lighting circuits.

3.3.2.110. Cleaning and fault rectification in MLDB, SLDB including replacement of spares.

3.3.2.111. Periodical checking and cleaning of all lighting transformers.

3.3.2.112. Maintenance of welding sockets, 24V AC Supply transformers & sockets 230 VAC

power sockets.

3.3.2.113. Arranging temporary supplies and temporary lighting whenever & wherever required.

3.3.2.114. Checking the Auto operation of street lighting, chimney, cooling tower, DC lighting.

3.3.2.115. Switching on and switching off the lights daily as per schedule and wherever required.

3.3.2.116. Attending faults & replacement of fittings including those in Cooling towers, Chimneys,

Tower lighting and Watch towers. Permanent access and platform as per existing

3.3.2.117. Arranging welding supply & attending to faults in Welding Transformer shall be in

contactor scope.

3.3.2.118. Arranging supply for various purpose in site for any location decided by TSPL EIC shall

be vendor scope.

3.3.2.119. AIR CONDITIONERS:- Electrical installations and maintenance of all ACs provided

in the CHP area.

3.3.2.120. All type of consumable & spares for AC’s is in scope of Contractor

3.3.2.121. DEWATERING and/or SUBMERSIBLE PUMPS AND THEIR CONTROLS: -

Maintenance of motors and/or power and control circuits and/or trouble shooting

and/or overhauling and/or greasing and/or Oil seal replacements and/or measurement

of IR values and winding resistance and/or rewinding of the motors.

3.3.2.122. Dewatering of pits in CHP area shall be in contactor scope

3.3.2.123. Cleaning of cable trays and dewatering of cable trenches.

3.3.2.124. Maintenance Contractor scope also include manual and/or electric pump for transformer

oil and/or lube oil filling; dewatering and/or submersible pump for evacuation of

water seepage and/or rain water from underground cable trench and other plant areas

as per Maintenance Contractor scope of work.

3.3.2.125. Dewatering of cable trenches including arrangement & maintenance of the adequate no.

of de-watering pumps

3.3.2.126. Providing power supply to Dewatering pumps and extra cable is in scope of vendor

3.3.2.127. Contactor need to ensure that during water should not enter inside MCC panel and/or

Switchgear room.

3.3.2.128. Running maintenance of railways in-motion weighbridge (outside & inside) is in

contractor scope.

3.3.2.129. In case of cable fire, full cable replacement & rerouting are under the scope of O&M

contractor in all areas under the battery limit.

3.3.2.130. Thermography checking for bus bar joints is in contractor scope.

3.3.3. CONTROL & INSTRUMENTATION work execution

3.3.3.1. Preventive maintenance

42 | P a g e

3.3.3.2. Breakdown maintenance,

3.3.3.3. Routine & periodic maintenance,

3.3.3.4. Online and off line maintenance,

3.3.3.5. Condition based and Predictive maintenance

3.3.3.6. Overhauling and reconditioning of existing plant system, sub-system and equipment.

This includes maintenance & overhauling requirement as per scope of work.

Reconditioning requirement considers minor additions and/or modification, wiring

modifications, device and/or instrument addition or replacements etc. as per

maintenance or day to day requirements.

3.3.3.7. Minor modification and/or refurbishment as and when required

3.3.3.8. Annual and/or statutory overhaul

3.3.3.9. Failure analysis of major and/or repeated breakdown

3.3.3.10. Painting of plant C&I equipment’s, where ever rust and/or damage to paint observed

3.3.3.11. Annual shutdown and/or statutory overhaul and other shutdown covering all the

planned shutdown and/or overhaul jobs & activities and contingency requirements

without affecting regular and/or routine maintenance activities. The scope of work for

Electrical and C&I works during overhaul and/or shutdown activities includes

maintenance, testing, calibration, modification etc. covers and/or includes all the CHP

equipment’s. Contractor is required to arrange for the additional manpower for

completion of the shutdown and/or overhaul activities in the stipulated time.

3.3.3.12. Modifications of minor nature are in the Maintenance Service Agreement. Examples of

minor modifications are re-wiring and/or wiring modification of the control, protection

& monitoring panel and switchgear, replacement and/or addition and/or alteration of the

small equipment, devices, instrument, addition and/or replacement of the panels or

modules, addition and/or alteration of field instrument & Impulse tubing, permanent

access, platforms, etc. Broadly the minor modifications can be executed within present

manpower.

3.3.3.13. Scope of work shall also include addressing Near Misses and unsafe conditions on

priority as & when they are raised, to reduce hazards at site.

3.3.3.14. The Maintenance Contractor shall be responsible for keeping the C & I equipment’s

under scope available in good working condition at all times.

3.3.3.15. It is expected that the Maintenance Contractor shall work independently without

constant supervision and provide all technical details and progress of jobs on day to day

basis to Engineer In-charge. Owner shall extend guidance and auditing supervision to

the jobs. On the job supervision responsibility shall be of Maintenance Contractor.

3.3.3.16. Maintenance Contractor has to ensure Performance and and/or or efficiency of plant

and/or equipment shall not deteriorate after the maintenance work. Key features of this

Maintenance Service Agreement are timely response to breakdown, diagnostic skills

and capability to bring the equipment back into service in minimum time with cost

efficiency.

3.3.3.17. Scope of work also includes planning and recommending spare parts in day to day

working. Maintenance Contractor may be required to refer maintenance instruction

manuals, drawings for the purpose of maintenance planning and execution.

3.3.3.18. All the spares shall be provided by OWNER for carrying out the jobs. However,

Maintenance Contractor shall have to prepare and provide a list of maintenance spares

requirement from time to time, for procurement purpose to OWNER the initial list

covering first two years requirement shall be submitted within 30 days of signing of the

work order. If required, Maintenance Contractor shall enter the data regarding the spares

and/or consumables requirement in to the system for further processing.

43 | P a g e

3.3.3.19. Maintenance Contractor shall carry out and/or assist in preparation, maintaining,

validation & updating of Standard Maintenance Procedures (SMPs) and/or Drawings

other detail of all the equipments and handover the same to Engineer-In-Charge time to

time as per OWNER requirements.

3.3.3.20. The Maintenance Contractor shall ensure that the Persons properly maintain all the

necessary working drawing and records provided by OWNER and shall be available in

all local panels and/or PLC and/or Switchgears and/or RIU etc and also readily available

in hard copies with proper binding.

3.3.3.21. 24 hour Assistance for the plant operation having adequate competency to work in PLC

& related instrumentation in CHP area.

3.3.3.22. All breakdown maintenance in the areas as stated above.

3.3.3.23. In case of any fire, cable replacement has to be performed by the contractor.

3.3.3.24. All the electrical and C&I technician group in charge must contain separate tool bag

3.3.3.25. OEM Tie Ups as per plant requirements is in contractor’s scope. Indicative OEM list as

per annexure-34

3.3.3.26. Regular System Back UP (Logics, Graphics) and to be submit to TSPL EIC on monthly

basis.

3.3.3.27. *Logic Bypass, Forcing is not allowed, if same has to be done in emergency situation

them must be in consent with TSPL engineer in charge, if found any protection and/or

interlock in bypass condition then penalty and/or suspension of maintenance partner

engineer.

3.3.3.28. Health cards and/or Condition Monitoring.

3.3.3.29. Upkeep of actuators and rewinding of motorized actuator motors in vendor scope.

3.3.3.30. For cleaning, calibration adjustment and reinstallation at site above instruments are to

be removed from site, brought to laboratory / workshop.

3.3.3.31. Spares planning, spares inventory management and timely indents shall be by

Maintenance Contractor. The Maintenance Contractor is responsible for inventory

monitoring, continuous checking of the availability of spares agreed mutually and

timely indents and/or inputs and/or alerts.

3.3.3.32. No equipment and/or component and/or spares shall be replaced without through check-

up and confirmation of its failure and un-usability. Owner engineer in charge may

sought needful confirmation

3.3.3.33. Maintenance Contractor shall maintain the secrecy with respect to all plant drawings,

design document and/or information that may come across during course of execution

of job.

3.3.3.34. Maintenance of new system and/or equipment if installed & commissioned at later stage

due to plant performance requirement or improvement project in the plant area other

than the enclosed broad major equipment categories are also part of this scope of work.

3.3.3.35. Upkeep and maintenance of Pressure Gauge and/or Switches and Temp. Gauges and/or

Switches:

3.3.3.36. Above instruments are to be removed from site, brought to laboratory and/or workshop

for cleaning, calibration adjustment and reinstallation at site.

3.3.3.37. Upkeep and maintenance of all field instruments not limited to Proximity switches,

Limit switches, PG, TG, RTD, TC, All types of switches (Pr. Flow, Level, temp etc) ,

SOV’s, LT, BSS, ZSS, PCS, Chute Block switches, Belt rip switch, Auto Coal samplers,

Magnetic separator, Local panels, cable Trays etc. and other which are installed in CHP

is in vendor scope.

3.3.3.38. *100% cleaning and housekeeping of cable trays, equipments, RIO panels, CCTV

camera, filed instruments shall be ensured by maintenance contractor.

44 | P a g e

3.3.3.39. Proper Housekeeping & equipment cleaning schedule to be prepared and shall be

approved by TSPL EIC, Compliance & effectiveness shall be checked by TSPL EIC &

shall be part of KPI.

3.3.3.40. Panel sealing and locking to be ensured all time by maintenance contractor.

3.3.3.41. Replacement of Control & Power cable laying, Jointing, lugging, ferruling, termination,

tray laying, dressing, etc. is in scope.

3.3.3.42. Upkeep of OFC network and communication, HMI SCADA, Server etc.

3.3.3.43. OFC cable splicing is in scope.

3.3.3.44. Maintenance of earth pit, earthing equipment.

3.3.3.45. Maintenance of LHS cables.

3.3.3.46. Maintenance of Air conditioning and its accessories.

3.3.3.47. 100% compliance to PTW, SOP, SMP, and ISO system standards.

3.3.3.48. Submission of Root cause analysis, Failure analysis report within 24-48 hours of failure.

3.3.3.49. Planning shall be done on weekly and daily basis. It shall be based on the current defects

in maintenance management system, diagnosis by condition monitoring, preventive

maintenance; Testing & calibration schedule; opportunity based maintenance and shall

be in consultation with the Engineer In-charge. Weekly plan shall be prepared by

Wednesday of every week. Daily planning shall be done one day earlier and shall be in

line with weekly planning. Contractor shall submit such a program to engineer -in-

charge of TSPL, but the approval by the TSPL of the program shall not relieve the

Contractor from any obligation under the Contract.

3.3.3.50. Contractor shall have all the required technical skills to carry out various kind of jobs

mentioned in the scope of work and shall make all reasonable efforts to complete the

job without any outside assistance. However if it is necessary to call an outside

assistance and/or OEM to complete a highly specialized job, the list is provided as per

annexure -35

3.3.3.51. All the equipment after overhauling maintenance shall have one-year warranty for

workmanship. Any failure attributable to poor workmanship shall be attended free of

cost at contractor’s account. TSPL engineer in-charge decision in this case shall be final.

3.3.3.52. Contractor has to also bring special tools but not limited to bearing puller, hydraulic

jacks, mechanical jacks, electric bearing heater, hydraulic crimping tool for cable and

conductor, torque wrenches, pipe & impulse tube bending machine & tools.

3.3.3.53. Automatic Oil bath with heating arrangement for checking temperature gauge, Pressure

gauge test bench, ferruling tools, HT cable jointing & termination apparatus & tool, FO

& communication cable termination and splicing tool etc.

3.3.3.54. Testing and measuring tools like multi-meter, AC and/or DC clamp meter, Insulation

Resistance Tester, mA accuracy AC and/or DC clamp meter & multi-meter ,phase

sequence meter, phase angle meter, earth tester, temperature gun, lux meter, vibration

measuring instrument & probe Vernier scales, micrometer, Radius and/or Pitch and/or

Depth gauge, universal bevel protector etc.

3.3.3.55. Special fixtures for assembly and/or dismantling provided by OEMs shall be shared by

TSPL. Any other fixture as and when required shall have to be fabricated by the

contractor free of cost.

3.3.3.56. Contractor has to maintain sufficient inventory of all consumables in his scope to ensure

no work is being held up due to non-availability of consumable.

3.3.3.57. Scaffolding wherever required is in contractor scope.

3.3.3.58. Fabrication of special fixtures for the said job is in contractor scope.

3.3.3.59. Calibration, dismantling, mounting, repair, overhauling, routine maintenance,

preventive maintenance, cleaning, replacement and checking the operating condition

45 | P a g e

while on site and in the laboratory for all the field instruments viz. –Indicators, Switches,

Belt weighment system, gauges& related instrumentation.

3.3.3.60. Routine checking of control power supply, main power supply, connection tightness etc

for all the electrical actuators and tightness shall be in O&M Contractor scope.

3.3.3.61. Additions, deletions, modification and and/or or replacements works involved in the

cable route, cable tray, impulse lines, instruments, instrument airline, panel cutouts etc.

as and when required at the direction of Owner’s EIC.

3.3.3.62. O&M Contractor has to arrange for temporary power supply from the point decided by

Owner’s EIC for site calibration, maintenance, and repair works execution. O&M

Contractor should provide all the hardware required for making these arrangements.

3.3.3.63. Any maintenance and/or repair jobs in PLCs shall be in O&M Contractor scope under

the guidance of Owner’s EIC.

3.3.3.64. O&M Contractor has to daily and/or periodically check and/or inspect the field

instruments, panels, etc. in case of any damage and/or misalignment and/or mal-

operation and/or abnormal conditions, shall have to immediately inform the same to

Owner’s EIC.

3.3.3.65. All maintenance and/or repair and/or overhauling etc. for the pneumatic and/or

motorized actuators shall be carried out by O&M Contractor.

3.3.3.66. Maintenance, minor repair works, cleaning of computers, printers, mouse etc - involved

in plant automation, shall be in the O&M Contractor scope.

3.3.3.67. Painting of damaged, dismantled, and rusted portions etc in field instrumentation and

panels shall be in O&M Contractor scope with material.

3.3.3.68. Fabrication of items like canopies, junction boxes, Panel cutouts for installing any

instruments, mounting brackets for any field mounted instruments, siphons for

instruments, thermo wells for temperature gauges fabrications. Shall be in O&M

Contractor scope.

3.3.3.69. Running maintenance of railways in-motion weighbridge (outside & inside) is in

contractor scope.

3.3.4. Deployment of Heavy Industrial Vehicles as per Annexure-23

Annexure-23

Heavy Industrial Vehicles to be deployed by the contractor

Vehicle No. of vehicles Specifications/make Deployment/day Area

Max fuel

economy

(Ltr/Hr)

Hyva/Tipper 5 AMW - 25 T capacity Three shift

AHP, CHP

5

JCB 1 JCB 3DX 75HP or

equivalent Three shift AHP 6

JCB 1 JCB 3DX 75HP or

equivalent One shift CHP 6

Poclain 1 JCB 220 or equivalent Three shift CHP 14

Tractor/trolley with scraper

1 Any make 45 HP or

more One shift CHP 3

46 | P a g e

Bobcat 2 Bobcat S70 or

equivalent Three shift

CHP, AHP

6

Road sweeper 1 One shift CHP/AHP 2.5

* Diesel cost for these vehicles shall be reimbursed based on actual running hours as per GPS enabled hour meter

installed on the vehicles

Following conditions to be ensured by the O & M Contractor in relation to site vehicle deployment &

usage

3.3.4.1. Deployment of one operator each for every vehicle

3.3.4.2. Deployment of one helper each for every tipper

3.3.4.3. Maintenance of vehicles is in contractors scope

3.3.4.4. Ensuring minimum of 95% availability of each vehicle at site

3.3.4.5. All vehicles to be fitted with GPS system to track the running hours & kilometers

travelled remotely

3.3.4.6. Contractor has to ensure vehicle healthiness as per TSPL checklist (Annexture-25) all

the time

3.3.4.7. Performing duties anywhere on the site as instructed by the EIC

3.3.4.8. Ensuring 100% PPE compliance for each operator and/or helper. This includes wearing

safety helmet, safety glasses, safety shoes, reflective vests and gloves and/or dust masks

and/or ear plugs as applicable

3.3.4.9. Contractor has to abide by traffic rules as applicable at site. Maximum speed of 20 km/hr

to be maintained

3.3.4.10. Only competent operators holding valid driving license to be deployed

3.3.4.11. Diesel cost shall be reimbursed based on actual running hours as per GPS enabled hour

meter installed on the vehicles.

3.3.4.12. In addition to that following minimum vehicles to be deployed by the contractor part of

contract. Fuel to be arranged by the contractor at their own cost

3.3.4.13. Contractor has to ensure timely maintenance of all vehicles to ensure 95% availability

including routine services, PMs, lubricant and/or oil replacement and/or any other

maintenance required, overhauling and/or tyre replacement or any other associated cost

for maintaining equipment availability

3.3.4.14. Contractor has to arrange additional operators and/or helpers within 4 hrs of intimation

whenever required at site

3.3.4.15. Contractor has to ensure availability of sufficient amount of diesel in all vehicles

3.3.4.16. Diesel Reimbursement shall be made as per Annexure-23.

3.3.4.17. Vehicle health checklist as per Annexure-25

3.3.4.18. Penalty – In case availability of vehicles drop below 95% then penalty shall be levied

twice in every decrease in percentage of availability of that equipment on fixed

component on pro-rata basis as per below mentioned calculations

3.3.4.19. Penalty = (Required availability-Actual Availability)*Fixed component of that

vehicle/100*2

Annexure-25

SAFETY INSPECTION CHECKLIST FOR VEHICLES

S. No. 1 2 3 4 5 6

1 Type of the Vehicle

47 | P a g e

2 Name of the Owner

3 Driver and/or Operator - Valid Driving License

4 Tax valid till

5 Insurance valid till

6 Permit valid till

7 Fitness valid till

8 PUC certificate valid till

9 General condition

10 Main Brake and Hand Brake

11 Horn and Reverse Horn

12 Rear-view Mirrors

13 Wind Shield and Wipers

14 Approved type Spark Arrestor

15 Condition of guards, doors & Covers

16 Tail door fastener-Lock Pines and/or Keys

17 Condition of Hydraulic System

18 Leakage in Cooling system

19 Leakage in Lubrication system

20 Condition of Tyres

21 Provision of Fire Extinguisher

22 Trained banks man and/or Helper

23 Last Service date

24 Next Service due on

25 Vehicle permission at site valid till

26 Other Remarks

27 FIT and/or UNFIT FOR SITE WORK

Signature of Auditor

4. QUALITY

4.1. Maintenance Quality

4.1.1. All maintenance activities which are carried out by the O&M Contractor should confirm

to the best engineering practices and be carried out in minimum time possible, Bench

marks should be established for time taken and approved by Owner.

4.1.2. O&M Contractor to offer quality that is consistently dependable for the entire duration

of the assignment in whatever jobs are done under the scope of the contract.

4.1.3. O&M Contractor to demonstrate and give reliable services to avoid repetitive defects of

the same nature.

4.1.4. All the jobs shall be carried out to the satisfaction of the engineer in charge and his

decision shall be final and binding on the O&M Contractor.

4.1.5. All the equipment after overhauling maintenance shall have one-year warranty for

workmanship. Any failure attributable to poor workmanship shall be attended free of

cost at O&M Contractor’s account. Owner’s EIC decision in this case shall be final.

Example of poor workmanship is wrong fitment of component, improper fitment of

component etc.

4.2. Operation Quality

48 | P a g e

4.2.1. Operation of all equipment to be done as per SOP

4.2.2. Operation of all equipment to be done within rated technical parameter of equipment

and system.

4.2.3. Operation of all equipment to be done with optimum utilization to ensure minimum

running hrs.

4.2.4. Equipment should not run with any major defect with bypassing any interlock,

protection, alarm etc.

4.2.5. Operation to be done with ensuring all safety standards.

4.2.6. Operation to be done with ensuring all environmental norms.

49 | P a g e

5. HOUSEKEEPING: - Housekeeping of CHP & Railways

5.1. O&M Contractor has to ensure Mechanized and/or Manual housekeeping system. If the same is

outsourced, a professional and proven Sub Contractor shall be engaged, which should be

approved by Owner

5.2. Cleaning of all parts of conveyors like belt, pulley, idlers, motor, and gearbox, and frame,

walkway for each conveyor to keep it neat and clean by removing jamming of coal, dust etc on

daily basis. Each conveyor system except motor & gearbox should be wash with water at least

once in month.

5.3. Cleaning of transfer and discharge chute of each conveyor & crusher house on regular frequency

as per schedule and as on required to remove chock by water if required (Minimum once in a

month.)

5.4. Cleaning of crusher house, all transfer point, junction tower daily basis up to keep it neat and

clean. If required water washing to be done.

5.5. Cleaning of equipment like motor, gearbox, tripper, WT, ILMS, computers, desk, etc. on daily

basis by cloths, cleaner or by any suitable means.

5.6. Cleaning of trenches by removing mud of any type and keep it clear for free flow of water.

Trenches includes all trenches near Railway control room, WT control room, trenches both side

of main road of CHP, trenches side of road near FCI boundary wall, near Crusher house, CHP

control room, Sprinkling system room and if any in CHP & Coal yard area.

5.7. Housekeeping of the total area under contractor scope including cleaning of all roads within the

specified battery limit whatsoever may the reason, drainage system, all toilets etc. within CHP

& Railways.

5.8. Housekeeping of all areas in the Railways & CHP like Buildings and/or CHP Roads and/or

Drains and/or Toilets and support areas also to be taken care by O&M Contractor on daily basis

round the clock. Any consumable and/or tools required for office and/or toilet cleaning

including but not limited to mops, brooms, wipers, floor cleaners, phenyl, hand wash, room

freshener etc. is in contractor’s scope

5.9. Road sweeper, tractor and/or scraper to be deployed for road cleaning, drain cleaning to be done

using JCB & manually as required.

5.10. Cleaning of spider web inside the control buildings, conveyor galleries, Transfer towers & loco

shed.

5.11. Cleaning of settling tanks & rain harvesting ponds in CHP is in contractor scope.

5.12. Housekeeping score card shall be maintained weekly as per Annexure-6

5.13. Housekeeping of below mentioned premises would be under vendor’s scope. All items required

for housekeeping has to be brought by vendor.

5.14. Railway Control Building including toilets, pantry & crew rest room etc.

5.15. Loco Shed including toilets, pantry etc.

5.16. Electrical, civil, plumbing, sewerage, carpenter maintenance for all buildings in CHP & railways

would be under vendor scope. Any material required for mentioned maintenance has to be

brought by vendor.

5.17. Contractor has to arrange water (cold and hot) tea and/or coffee, snacks and meals for Indian

Railway Staff. All items required for catering would be under Contractor scope.

5.18. Washing of utensils, crockeries, bed sheets, pillow cover, blankets kept at railway running room

for Indian Railway crew.

5.19. Disposal of waste material.

5.20. Contractor has to develop an office and rest and/or dining room for contractor staff at site.

50 | P a g e

5.21. Housekeeping conditions shall be evaluated based on scoring mechanism as per Annexure-6.

Contractor has to achieve minimum score of 80% every month

5.22. In case of bunker chocking and any hot spot observed on bunker then bunker unloading, clearing

the choking and shifting of removed coal to coal yard is in the scope of O&M contractor as per

instruction by EIC. Any maintenance work such as dismantling & fixing of spool pieces, feeder

belts etc. required for removal of clinkers, burned coal and ensuring free flow of coal to the mills

is in contractor’s scope

Annexure-6

CHP Housekeeping scorecard

Package CHP

Assessment Month

AS PER DEFINED FREQUENCY DATE:

HOUSE KEEPING REPORT

S.NO AREA

JOINT OBSERVATION

RE

MA

RK

S

Ho

use

kee

pin

g

Wat

er w

ash

ing

Equ

ipm

ent

Cle

anin

g

Su

mp p

it C

lean

ing

Dra

in &

set

tlin

g

pond

C

lean

ing

and

/or

cov

erin

g

Cab

le t

ray

MC

C p

anel

cle

anin

g

Roo

f &

wal

l cl

eanin

g

Scr

ap r

emo

val

Road

Cle

anin

g

Sco

re

1 CONTROLROOMS D W D NA NA NA NA M W NA

2 TRANSFER TOWER 0 W M W M M M W M M NA

3 TRANSFER TOWER 1 W M W M M M W M M NA

4 TRANSFER TOWER 2 W M W M M M W M M NA

5 TRANSFER TOWER 3 W M W M M M W M M NA

6 TRANSFER TOWER 5 W M W M M M W M M NA

7 TRANSFER TOWER 6 W M W M M M W M M NA

8 TRANSFER TOWER 7 W M W M M M W M M NA

9 TRANSFER TOWER 8 W M W M M M W M M NA

10 TRANSFER TOWER 9 W M W M M M W M M NA

11 TRANSFER TOWER 10 W M W M M M W M M NA

12 TRANSFER TOWER 11 W M W M M M W M M NA

13 TRANSFER TOWER 12 W M W M M M W M M NA

14 TRANSFER TOWER 13 W M W M M M W M M NA

15 DRIVE HOUSE 3AB W M W M M M W M M NA

16 DRIVE HOUSE 12AB W M W M M M W M M NA

17 COAL SAMPLER 4AB W M W M M M W M M NA

18 COAL SAMPLER 12AB W M W M M M W M M NA

19 PUMP HOUSE WT-1 W M W NA M M W M M NA

20 PUMP HOUSE WT-2 W M W NA M M W M M NA

51 | P a g e

21 COMPRESSOR HOUSE W M W NA M M W M M NA

22 YARD CONVEYOR WALKWAY 7A W M W M M M W NA M NA

23 YARD CONVEYOR WALKWAY 7B W M W M M M W NA M NA

24 CONVEYOR GALLERY 1 A W M W M M M W M M NA

25 CONVEYOR GALLERY 1 B W M W M M M W M M NA

26 CONVEYOR GALLERY 1 C W M W M M M W M M NA

27 CONVEYOR GALLERY 1 D W M W M M M W M M NA

28 CONVEYOR GALLERY 2 W M W M M M W M M NA

29 CONVEYOR GALLERY 3 W M W M M M W M M NA

30 CONVEYOR GALLERY 4 W M W M M M W M M NA

31 CONVEYOR GALLERY 5 W M W M M M W M M NA

32 CONVEYOR GALLERY 6 W M W M M M W M M NA

33 CONVEYOR GALLERY 7A W M W M M M W M M NA

34 CONVEYOR GALLERY 7B W M W M M M W M M NA

35 CONVEYOR GALLERY 7C W M W M M M W M M NA

36 CONVEYOR GALLERY 8 W M W M M M W M M NA

37 CONVEYOR GALLERY 9 W M W M M M W M M NA

38 CONVEYOR GALLERY 10 W M W M M M W M M NA

39 CONVEYOR GALLERY 11 W M W M M M W M M NA

40 CONVEYOR GALLERY 12 W M W M M M W M M NA

41 BUNKER AREA W M W M M M W M M NA

42 ROADS and/or DRAINS W M NA NA M NA NA NA M M

43 TOILETS D D D NA NA NA NA M D NA

44 PCC ROOMS, PLC ROOMS, 11 kv

SWITCHGEAR ROOMS W NA W NA NA M W M W NA

D – Daily, W – Weekly, M – Monthly, NA – Not Applicable

52 | P a g e

6. PROGRESS REPORTING AND MEETINGS

6.1. The daily and/or weekly and/or monthly report(s) of O&M Contractor shall be submitted to

TSPL as per requirement in agreed format & shift log book, register shall also be maintained

in the requisite form.

6.2. Any event which is likely to affect smooth operations should be promptly informed to control

room & Owner’s EIC.

6.3. O&M Contractor shall have to submit reconciliation statement for materials issued by Owner at

the end of the month or as demanded by Owner’s EIC.

6.4. The O&M Contractor shall be required to furnish satisfactory job completion report to Owner’s

EIC. The submission of report should be on daily basis and consolidated monthly report shall

be submitted within 3 days of next month.

6.5. Maintaining equipment running hours, maintenance data sheet of each equipment, condition

monitoring, analysis reports of breakdowns, root cause failure analysis report, CAPA as per

ISO format and reports to be submitted within time schedule as specified by Owner’s EIC.

6.6. Equipment operating parameter to be maintained and submit.

6.7. Daily defect list to be maintained and submit.

6.8. All operation equipment daily checklist and/or CLTI checklists to be filled on daily basis and

submitted to TSPL EIC.

6.9. Defects observed from daily checks to be uploaded in SAP.

6.10. Maintenance KPIs i.e. equipment availability, MTBF, MTTR and OEE to be recorded and

submitted on monthly basis.

6.11. Maintenance history card to be maintained for all critical equipments.

6.12. Root cause analysis (RCA) to be done for all major failures and compliance to CAPA points to

be done to avoid repetitiveness.

6.13. Spares and lubes consumption history and/or trend to be maintained for all equipments and

submitted on monthly basis.

6.14. PM compliance report to be submitted on monthly basis

6.15. Daily belt scale reading data to be maintained and submit shift\day wise.

6.16. Coal stock reports to be maintained and submit daily.

6.17. Daily meeting with Owner’s EIC & team to be done regarding daily work status.

6.18. Monthly performance review meeting to be done at the end of month, date shall be decided by

Owner’s EIC.

6.19. Monthly performance to be represent by O&M Contractor corporate by first week of next month

to Owner’s higher management.

6.20. Safety meeting Owner as per schedule, to be participate by O&M Contractor’s site manager and

safety officer.

6.21. Any training or quality or any functional drive held by Owner, to be participate by O&M

Contractor.

6.22. List of Reports

Following reports shall be required to submit by the contractor as per the mentioned timelines.

Formats of these reports shall be provided by the owner, however the format & no. of reports

are subject to change on plant requirements. Reporting & MIS compliance shall be evaluated

based on scoring mechanism as per Annexure-11. Contractor has to achieve minimum score of

90% every month

List of reports –

53 | P a g e

CHP operations (Annexure-7)

CHP Maintenance (Annexure-8)

Railways operations (Annexure-9)

Railways Maintenance (Annexure-10)

Score card for report submission (Annexure-11)

Annexure-7

Sl. No. Reports – CHP Operations Frequency

1 Daily Coal Consumption Report With belt scale reading Daily

2 Belt Scale reading Daily

3 Coal blending report Daily

4 Rake unloading report per rake Per Rake

5 Coal Yard Checklist Daily

6 Heap wise stock register Daily

7 Transport Details Register Daily

8 CHP Daily production report Daily

9 CHP Defect List Daily

10 Equipment running hrs Daily

11 Equipment operating parameter checklists Daily

12 Equipment availability report Daily

13 Manpower attendance signed scan copy for operation Daily

14 Rake Details Register Per Rake

15 Empty Wagons Details Monthly

16 Buldge wagon Details Monthly

17 Safety DPR Daily

18 Daily work permit status Daily

19 Housekeeping Daily

20 Daily equipment checklists and/or CLTI Daily

Annexure-8

Sl. No. Reports – Maintenance Frequency

1 Maintenance log book Daily

2 PM schedule compliance Monthly

3 Lubricants consumption report Weekly

4 Equipment’s running hours Weekly

5 RCA Within 7 days of failure

54 | P a g e

6 Modification reports Within 7 days of

modification

7 Spares consumption report and/or spares management sheet Weekly

8 Spares and consumables indent Monthly

9 Maintenance report Monthly

10 Maintenance plan Monthly

11 PM checklists and/or reports After PM

completion

12 KPIs of critical equipment’s Monthly

13 Compliance report of booking Non-value waste generated Monthly

Annexure-9

Sl. No. Reports – Railways Maintenance Frequency

1 Maintenance log book Daily

2 PM schedule compliance Weekly

3 Lubricants consumption report Weekly

4 Equipment’s running hours Weekly

5 RCA Within 7 days of failure

6 Modification reports Within 7 days of

modification

7 Spares consumption report and/or spares management sheet Weekly

8 Spares and consumables indent Monthly

9 Maintenance report Monthly

10 Maintenance plan Monthly

11 PM checklists and/or reports After PM

completion

12 KPIs of critical equipment’s Monthly

13 Compliance report of booking Non-value waste generated Monthly

14 PM and relevant permits in SAP Daily

15 Fuel consumption report Monthly

16 PM and/or breakdown hours Monthly

17 Equipment utilization and availability Monthly

Annexure-10

Sl. No. Reports – Railways Operations Frequency

1 SMS – to all concerns informing, rake dept. from SSZ, arrival, placement with w and/or m, rake

release with w and/or m and rake departure to SSZ Rake wise

2 Preparation of wagon ID after physical checking of wagon number at R & D Yard. Rake wise

3 Preparation of wagon way bill. Rake wise

4 Rake receiving memo duly signed b railway crew as per format. Rake wise

55 | P a g e

5 Handover memo duly signed by railway crew as per format. Rake wise

6 Submission of RR to railway. Rake wise

7 Submission of WW bill and/or documents duly signed by contractor to TSPL stores. Rake wise

8 Rake delay report Monthly

9 Station master message book Daily

10 Station master diary Daily

11 Escort register Rake wise

12 Identify missing wagon from rake and report of railway and TSPL Rake wise

13 Keep photocopy of railway documents Rake wise

14 Bulge wagon details Monthly

15 Safety DPR Daily

16 Daily work permit status Daily

17 House keeping Daily

18 Shift wise manpower report Daily

19 Training of staff Monthly

20 Shunting log book Daily

Annexure-11

Package CHP Assessment Month

REPORTS and MIS

Daily

Report

(within 1

day)

1

Weekly

Report

(Within 2

days)

2

Monthly

Report

(Within 4

days)

4

Safety

Reports

(within 1

days)

1

DATE

Actual

Submissi

on time

Shortfa

ll

Actual

Submissi

on time

Shortfa

ll

Actual

Submissi

on time

Shortfa

ll

Actual

Submissi

on time

Shortfa

ll

(Days) (Days) (Days) (Days) (Days) (Days) (Days) (Days)

1 1 0

4 0 1 0

2 1 0

1 0

3 1 0 1 0

4 1 0 1 0

5 1 0 1 0

6 1 0 1 0

7 1 0 2 0 1 0

8 1 0

1 0

9 1 0 1 0

10 1 0 1 0

11 1 0 1 0

56 | P a g e

12 1 0 1 0

13 1 0 1 0

14 1 0 2 0 1 0

15 1 0

1 0

16 1 0 1 0

17 1 0 1 0

18 1 0 1 0

19 1 0 1 0

20 1 0 1 0

21 1 0 2 0 1 0

22 1 0

1 0

23 1 0 1 0

24 1 0 1 0

25 1 0 1 0

26 1 0 1 0

27 1 0 1 0

28 1 0 2 0 1 0

29 1 0

1 0

30 1 0 1 0

31 1 0 1 0

TOTA

L 31 0 8 0 4 0 31 0

57 | P a g e

7. COLLECTION, ACCOUNTING AND RETURN OF STORES ISSUED BY TSPL

7.1. All materials, spares etc. (under the scope of TSPL) shall be provided by TSPL’s store.

Transportation of material to the Contractor’s work place including preservation and safe

custody shall be the responsibility of Contractor.

7.2. Contractor shall place demand for the above items in advance.

7.3. The Contractor shall submit the reconciliation statement for every month by 10th of the

following month along with consumption and/or utilization statement, separately for Loco and

Track. In case of shortage of material, cost of material shall be recovered from the RA bill of

the Contractor of the concerned month. This is full and final reconciliation for spares, for the

concerned month.

7.4. The new lubricant and grease barrels brought by contractor must be inspected before their use

and certified by the representatives of TSPL

7.5. The Contractor has to return all the, unserviceable materials and/or spares, and scraps to the

Central Store once in every month at his cost.

7.6. Contractor shall maintain a stock ledger separately category wise, for all items issued by

TSPL.

8. Annual Maintenance Contracts (AMC’s) O & M Contractor has to award the following AMCs to OEM or OEM recommended competent

service providers before signing the contract

AMC Qty/Area Service Provider Locomotives 2 DLW & BHEL

Dozers 4 Zoomlion/Kumar & Kumar

Hydraulics CHP & other plant area as

required

Rexroth

ACs CHP & Railways Competent

Belt scale calibration 6 Maxim or any Govt. approved agency

8.1. LOCOMOTIVES

SCOPE OF WORK Following scope of work to be ensured during entire contract period

8.1.1. Inspection

a) Check and diagnose improper functioning of systems/components and take remedial

steps.

b) Health inspection of loco 01 and loco 02 to be carried out once in a month for all

assemblies of locomotives. The measuring and testing instruments should be brought by

vendor.

c) Assemblies include and not limited to Eddy current clutch, radiators, radiator fan,

hydraulic pump, hydraulic motors of radiator fan, fast coupling, compressor, flexible

coupling, after cooler element, turbo charger, water pump, lube oil pump, engine,

auxiliary generator, exciter, alternator and rectifier, traction motors, dynamic brake

blower motor, fuel pump motor, crank case exhaust motor, dust exhaust blower motor,

batteries, governor, EP Contactors, EM Contactors, Relays, Reverser/BKT contactors and

bogies.

d) Leakages for oil, fuel, water and air.

58 | P a g e

e) Condition of all hoses for oil, fuel, water and air.

f) Proper working of all air valves and brake system

g) Checking of all gauges, indication instruments and all performance parameters are as per

requirement or not.

h) Checking of locomotives for any abnormality.

i) Checking of level of lubricants and cooling water.

j) Through checking of engine for proper working, wear and tear, worn/broken parts, proper

lubrication of all parts of engine, checking of engine for proper clearances.

k) Checking of wheel and its flanges for correct profile.

l) Checking of dimensions of bogie, buffers and CBC couplings.

m) Inspection of all electrical wires/cables for damage, rubbing and condition.

n) Loco/engine safety system checks but not limited to low lube oil, low water level, hot

engine, over speed trip, power/control ground, battery charging, wheel slip, CK tip weld

etc.

o) Checking of crankshaft axial thrust and deflection. Adjust if required.

p) Analyze and prevent minor repair becoming major & expensive.

q) Inspection of parts and assemblies as informed by Engineer In charge.

8.1.2. Preventive Maintenance

Carry out health inspection/condition but not limited to below mention items and

supervision/expert guidance for rectification of abnormalities observed.

a) Trouble shooting of any fault.

b) Radiator fan: radiators, fan, bearings, gearbox, excello shaft etc.

c) Eddy current clutch: bearings, carbon brushes, air gap, windings, connections etc.

d) Lube oil cooler: condition, leakages, piping’s etc.

e) Rear traction motor blower: bearings, belts, housing, blower, ducting’s, belt tension etc.

f) Hydraulic tank: condition, leakages, connections, sensors etc.

g) Hydraulic motors for radiator fan: motors, connections, condition etc.

h) Flexible coupling: condition, torqueing, rubber balls, gap etc.

i) Compressor: Oil pressure, lube oil pump and its bearing, crankshaft bearings, oil seals,

loading/unloading, EPG, unloader valves, inlet/exhaust valves, oil leakage from valves,

breather valve, pistons, connecting rods, alignment etc.

j) Hydraulic pump

k) Gear coupling: condition, torqueing, gears/teeth’s, lubrication, gap, extension shaft

alignment etc.

l) Turbocharger: run down, turbine/blower condition, lubrication, bush bearings, ducting’s

etc.

m) After cooler: Condition, piping’s, performance etc.

n) Water pump: bearings, leakages, performance, tell-tale hole etc.

o) Lube oil pump: bearings, leakages, performance, etc.

p) Engine: sound, lubrication, leakages (fuel/water/oil), connecting rods, crank shaft thrust

& deflection, shell bearings, piston & rings, liners, fuel pump, HP tube, injector nozzles,

fuel pump & push rod rollers, cam shaft, cylinder heads, oil catcher, vibration damper

etc.

q) Governor: Performance, mounting, actuator, linkages, wiring etc.

r) Traction alternator: condition, bearings, rotor, stator, windings, insulations, carbon

brushes etc.

s) Auxiliary/Exciter generator: condition, bearings, rotor, stator, windings, insulations,

carbon brushes etc.

59 | P a g e

t) Traction Motors: mounting, condition, bearings, commutator, stator, windings,

insulations, carbon brushes etc.

u) Self-starter motor: magnetic switch, solenoid, motor, carbon brushes, wiring etc.

v) Fuel pump motor/pump, Pre/post lubrication motor, crank case exhauster motor, dust

exhauster blower motor, dynamic brake blower motor, inertial filter motor: mounting,

condition, bearings, commutator, stator, windings, insulations, carbon brushes etc.

w) Lubricating oil system: piping’s leakages, pressure, condition of hoses, regulating/relief

valves, filters etc.

x) Fuel oil system: piping’s, leakages, pressure, condition of hoses, regulating/relief valves,

filters etc.

y) Air system: piping’s, leakages, pressure, condition of hoses, regulating/relief/safety

valves, filters, brake system valves, main air reservoirs etc.

z) Cooling water system: piping’s, leakages, pressure, condition of hoses, valves, etc.

aa) Sensors for condition, proper working, mounting, wiring, performance: Voltage, current,

pressure, rpm/speed, temperature, water level etc.

bb) Contactors, relays, VRP, ADB, RDB, MEP, breakers, displays, master controller and all

other electrical/electronic equipment’s for proper working.

cc) Air dryer

dd) Electrical wirings for any repeated/floating faults.

ee) Bogie: Dimensions, wheel profile, brake gearing, centre pivot, side bearers, axle

clearances, CBC height/clearances, axle bearings, hand brake, suspension motor nose,

fuel tank, fuel gauges etc.

ff) Any other item not mentioned here but as informed by EIC.

8.1.3. Corrective Maintenance

If situation demands and requirement arises scope includes supervision of below mentioned items

also for smooth and uninterrupted operation of locomotives.

a) Carry out Ball/roller/bush/shell/thrust bearing changing work of radiator fan, Eddy

current clutch, traction motor blowers, compressor, water pump, turbocharger,

connecting rod bearing, engine main bearing, compressor lube oil pump bearing,

maintain/adjust air gap of eddy current clutch, oil seal changing of water pump, oil pump,

compressor, rubber ball changing of flexible coupling, changing of gear coupling,

cleaning of after cooler element, changing of cam shaft segment, cam shaft rollers, fuel

injection pump element, engine piston & rings, cylinder head valves/valve seat/guide,

changing of radiator, lube oil cooler, compressor lube oil pump and information of

Engineer in Charge.

b) Carry out Roller/ball bearing changing, chamfering, mica cutting, insulation varnishing

of small/medium electrical rotating machines such as fuel pump motor, crank case

exhauster motor, dust exhauster blower motor, dynamic brake blower motor auxiliary

generator and exciter and information of Engineer in Charge.

8.1.4. Breakdown Maintenance

a) Have to visit site without delay if any breakdown is reported

b) Carry out trouble shooting of fault and supervise its rectification

c) Provision of special tools/tackles if not available with TSPL at that point of time.

DELIVERABLES

8.1.2.1. Maintain OEM rated/claimed output/fuel economy.

60 | P a g e

8.1.2.2. Aim for reduced per hour operation and maintenance cost of locomotives.

8.1.2.3. Aim for zero unplanned equipment outage.

8.1.2.4. Provide written operation and maintenance guidelines and visit checkpoint list to

TSPL personnel.

8.1.2.5. Timely preparation & submission of service/maintenance reports to the concerned

TSPL personnel.

8.1.2.6. Provide necessary on-site training to the O & M technician/operators for

performing the safe operation.

8.1.2.7. Provide proper guidelines of preventive maintenance & replacement schedule

keeping in mind the designed parameters of each component

8.1.2.8. Provide guidelines for modifications, changes & product up-gradation resulting out

of technical advancement, frequent problem fixation.

REPORTS

2.4.11.1.3.1. After each visit a report is to be submitted and to suggest remedial action for

any observation.

2.4.11.1.3.2. Mechanical and electrical checklist has to be filled by the vendor

representative and would be signed jointly.

2.4.11.1.3.3. Analysis reports of breakdowns.

2.4.11.1.3.4. Root cause failure analysis report.

2.4.11.1.3.5. Corrective and preventive action for repeated failures/maintenance.

8.2. Dozers

8.2.1. SCOPE OF WORK

Following scope of work to be ensured during entire contract period

8.2.1.1. Inspection 8.2.1.1.1. Daily Visual Inspection

8.2.1.1.2. Checks of the engine, transmission, undercarriage, hydraulics etc.

8.2.1.1.3. Checks under various load conditions.

8.2.1.1.4. Checks shall be done for vital functions of the engine, transmission and

hydraulic system. This inspection results shall be compared with previous

inspections and give engine, transmission and hydraulic system’s health

status as well as trending of values.

8.2.1.1.5. Check and diagnose improper functioning of systems/components

and take remedial steps.

8.2.1.1.6. Ensuring timely maintenance & upkeep of engine, transmission, final drive

undercarriage etc.

8.2.1.1.7. Analyze and prevent minor repair becoming major & expensive.

8.2.1.2. Adjustment 8.2.1.2.1. Checking and carrying out all field adjustments/replacement as

recommended by the OEM or as per OEM Service/Maintenance manual

8.2.1.2.2. Periodical adjustment

61 | P a g e

8.2.1.2.3. Adjustment/Replacement means to adjust and/or replace a brake, motor,

accessory, components of engine, transmission, undercarriage, hydraulic

system etc., and components of piping and all other equipment of the dozer.

8.2.1.3. Servicing 8.2.1.3.1.1. Schedule maintenance service at 250 hours, 500 hours and 1000 hours

and 4000 hours as per maintenance schedule of OEM. Following spares

to be replaced as per scheduled service

8.2.1.3.1.1.1. Steering Filter each 250 hours

8.2.1.3.1.1.2. Hydraulic Filter each 250 hours

8.2.1.3.1.1.3. Coolant Filter each 700 hours

8.2.1.3.1.1.4. Air Filter 1000 hours or if required

8.2.1.3.1.1.5. Fan Belt 1000 hours or if required

8.2.1.3.1.2. Contractor to submit the comprehensive servicing schedule for the AMC

period; which shall include service plan, regular inspection plan, and task

lists of service & regular inspection for each equipment.

8.2.1.3.1.3. Service and maintenance of the Diesel engine shall be done as per the

CUMMINS instructions and maintenance schedules.

8.2.1.3.1.4. Task list and servicing schedule shall be in line with the OEM

recommendation and O&M manual

8.2.1.3.1.5. Visual inspection of oil leakage, connections, and overall

function/performance validation of the system/components that is

included in the contract. Everything found in the visual inspection to be

included in a written report

8.2.1.3.1.6. All measureable parameters shall be measured and noted. If any deviation

(from acceptance limits) observed in parameters, to be reported and

proposals to rectify to be submitted. Accordingly the fault to be rectified

during site visit.

8.2.1.3.1.7. All types of necessary/special tools & tackles and manpower required to

carry out all types of service, maintenance, breakdown maintenance and

troubleshooting is in contractor’s scope.

8.2.2. Reports

A joint report of every visit to be made and submitted/forwarded after the equipment

inspection and servicing. This report should also include recommendation on

replacement of any part (s) /sub- assembly improvement on efficiency of the

Equipment.

Contractor to maintain the service record of dozers for complete AMC period. Record

shall be handed over to owner on contract completion

8.2.3. Spares

All types of lubricants including oils, greases & coolants will be provided by TSPL to

the contractor. Lubricants issue record will be maintained by the lubricant storekeeper.

Contractor has to maintain the record of lubricant consumption & report to TSPL team

after every service. It is contractor’s responsibility to intimate the TSPL team in

advance regarding remaining stock of lubricants and to ensure timely ordering to keep

the minimum stock available.

Stock of all consumables & spares like filters, O-rings (excluding oils & greases) will

be maintained by Contractor at TSPL site. For maintaining such stock, TSPL shall

62 | P a g e

provide storage space inside its premises. The cost for spares/consumables (as per the

defined price list) will be reimbursed to Contractor on actual consumption basis. It is contractor’s responsibility to maintain the minimum stock of all service &

mandatory spares at TSPL site.

All the spares used must be strictly in accordance with the O&M manual/OEM

recommendations only

Transit Insurance for all spares to be in contractor’s account

Warranty/Guarantee of all the supply items shall be guaranteed against any

manufacturing defects. Free replacement to be provided for pre-mature failure (if any)

of supplied items.

Goods received at site would be inspected for quality assurance.

Any rejected goods/lots (on account of quality) should be removed by the contractor

at his own cost from site within 15 days of being intimated and contractor should

arrange to provide the alternate supplies within the same period. In the event of failure

to meet these deadlines, TSPL reserves the right to procure equivalent material from

the open market and recover 1.5 times the amount from the supplier.

8.2.4. Troubleshooting at Site

One contractor’s engineer to be posted at our site permanently and Senior Engineer

should visit the site on fortnightly basis or as per requirement

All breakdown calls to be attended immediately within 24 hours from the time of

logging of the complaint. After receiving breakdown calls from TSPL, contractor to

depute the technicians at site to trouble shoot and analyze failures. Problems to be

attended with backup of required spare parts.

If/when a problem/malfunction in the dozers occurs, an on-site analysis of the problem

to be carried out by certified technicians within the agreed timeline. When a root cause

is documented, action to be taken to rectify and prevent future malfunctions.

8.2.5. DELIVERABLES

Guaranteed availability of 85% has to be maintained for each individual dozer as per

below mentioned formula

𝐴𝑣𝑎𝑖𝑙𝑎𝑏𝑖𝑙𝑖𝑡𝑦 =𝑇 − (𝑃 + 𝑈)

𝑇× 100

Where

T = Total available time

P = Planned downtime

U = Unplanned/breakdown time

Achieve OEM recommended scheduled maintenance plan compliance of 90% or more.

Maintain OEM rated/claimed output/fuel economy.

Aim for reduced per hour operation and maintenance cost of dozers.

Aim for zero unplanned equipment outage.

Provide written operation and maintenance guidelines and daily checkpoint list to

TSPL personnel.

Timely preparation & submission of service/maintenance reports to the concerned

TSPL personnel.

Ensure adequate stock of service consumables & mandatory spares.

63 | P a g e

Maintain complete equipment maintenance history and KPIs, submission to concerned

TSPL team

Provide necessary on-site training to the O & M technician/operators for performing

the safe operation.

Provide proper guidelines of preventive maintenance & replacement schedule keeping

in mind the designed parameters of each component

Provide guidelines for modifications, changes & product up-gradation resulting out of

technical advancement, frequent problem fixation.

8.2.6. INCLUSIONS

Stock of all consumables & spares (excluding oils & greases) to be maintained by

contractor at TSPL site.

Cost of auxiliary equipment like welding machine, workshop machining charges etc.

shall be in Contractor’s scope.

TSPL will provide storage space for provisioning of lockers but lockers have to be

arranged by Contractor.

General/special tools like jacks, rigs, chains, heavy pipe wrenches etc. are to be

arranged by Contractor.

Any repair job related to damaged parts, chassis, welding work etc. shall be to

Contractor’s account.

Maintenance of AC shall be in Contractor’s scope

8.2.7. EXCLUSIONS

All types of lubricants including oils, greases & coolants will be provided by TSPL

to the contractor.

Major Overhauling of Engine, Transmission and Final Drive. Contractor has to

submit the detailed major overhauling plan in advance with details of estimated

cost, spares & timeframe.

Mobile crane, heavy auxiliary equipment and extra manpower required for major

overhauling

8.2.8. SERVICE CREW PROFILE- As per annexure-37

Annexure-37

Item Site Engineer/Mechanic Senior Engineer

Jobs Daily inspections/checks

Routine adjustments

Lubrication/greasing

Breakdown attending

Onsite troubleshooting

Capturing & maintaining

equipment history

Permit to work & JSA

compliance

Necessary onsite training to

maintenance crew

Fortnightly services as per predefined

checklist

Scheduled maintenance services as

per OEM recommendations

Service report preparation &

submission

Breakdown attending/

troubleshooting

Spares planning

Maintenance plan preparation &

submission

Service checklist preparation &

compliance

64 | P a g e

Generate maintenance KPIs &

subsequent downtime analysis

Major overhaul plan preparation &

submission

Provide written SOPs & SMPs

Qualification ITI/Diploma Diploma/Degree

Experience Min 3-4 years on similar equipment Min 4-5 years on similar equipment

8.3. Hydraulics

Scope of Work of Hydraulic system of Coal Handling plant:-

1. Contractor shall do Service, routine maintenance, troubleshooting and breakdown maintenance of

all equipments mentioned in the Annexure-1, which shall incudes’ but not limited to hydraulic

motors, hydraulic pumps, hydraulic recharge pumps, heat exchangers, distribution blocks, valves

of all type like solenoid valves, relief valves etc., gauges of all type like pressure gauges,

temperature sensors etc., accumulators, filters, electrical switches and relays, spider control system,

Control and instrumentation system of all equipment’s covered in the scope.

2. Contractor service engineers/service team shall visit the owner site fortnightly.

3. Test run and adjust the installed systems and piping at end-user site, in order to check if it meets

specifications for operation.

4. Visual inspection of oil leakage, connections, and overall function/performance validation of the

system/components that is included in the contract. Everything found in the visual inspection will

be included in a written report

5. Non-intrusive temp inspection; means temperature measurements in different ways where no

sensor is inserted in any part of the system. Temperatures can be measured with IR-temperature

sensor, Temperature probe or other suitable temperature measurement method. Instruments/tools

required for the same are in contractors scope.

6. All measureable pressures are measured and noted. If pressures are outside any given parameters,

this will be reported and rectified during the service visit.

7. All oil levels are inspected and either information of filling up/topping of the oil or filling upon

service visit. The correct oil and filling equipment shall be provided by Owner.

8. Checks are done for vital functions of the hydraulic system. This inspection results shall be

compared with previous inspections and give the hydraulic system health status as well as trends

of values.

9. On-site complete Oil analysis is done which includes line particle counter to measure the particle

content in the oil, moister content etc. The result will be included in the written report and if any

recommendations/actions are proposed, they will be highlighted. Oil analysis/testing equipments

are in the scope of the contractor.

10. Adjustment/Replacement means to adjust and/or replace a brake, motor, pumps, valves of all type,

gauges of all type, accessory, components in power unit such as accumulators etc., and components

in piping and service equipment of the system. Material handling equipment such as cranes or other

lifting devices, mounting tools and consumables such as non-reusable mounting material etc. are

provided by Owner.

11. Contractor shall ensure OEM rated performance of each equipment.

65 | P a g e

12. On site Troubleshooting root cause analysis. If/when a problem/malfunction in the system occurs,

an on-site analysis of the problem is carried out by certified technicians within the agreed time.

When a root cause is documented, action is taken to rectify and prevent future malfunction.

13. Maintenance service covers prepare service task list of each hydraulic equipment as per OEM

guidelines, performing the maintenance at the end-user site, planning and scheduling service

schedule of all hydraulic equipment/systems, to ensure 100% equipment availability for end user.

14. With every service visit a report is delivered. The report shall include all check points covered by

service agreement as well as a detailed specification of instant/short term/long term needs for

service/repair.

15. Basic training of the hydraulic systems shall be given to the owner engineers/technicians. Training

shall include theoretical as well as practical aspects of the hydraulic system.

16. Lubricants, hydraulic oils and Grease shall be supplied by owner.

17. All consumables except lubricants and oils are in contractor’s scope.

18. Service, troubleshooting, maintenance and breakdown maintenance spares like O rings, oil filters

are in the scope of the contractor, and shall be supplied on chargeable basis. Contractor shall submit

rate list of all the spares list including price (MRP) along-with quotation, price of the spares shall

remain firm for full contract period.

19. Uses of the spares shall be certified by Engineer In-charge.

20. Spares except covered in Contractor scope shall be supplied by TSPL on recommendation of the

contractor.

21. Usages of the spare shall be strictly in accordance with the O&M manual/OEM recommendation.

22. Contractor shall do site audit and prepare list of complete spares for the equipment cover in the

scope. List shall be submitted to owner within 15 days, after award of the contract.

23. Contractor shall do all the service, maintenance and troubleshooting in accordance with OEM

“Quality Guarantee terms and conditions” and shall ensure that owner will avail all guarantee terms

provided by OEM.

24. All documentation and communication with OEM for availing “Quality Guarantee” is in

contractor’s scope. If Owner will failed to avail any Quality Guarantee term due to the reasons

pertaining to Contractor, Contractor shall bear the financial implication for the same and

maintained the equipment free of cost to owner.

25. Contractors shall ensure its engineers availability at owner site to attend all kind of trouble

shootings and breakdowns within 24 hours, as and when called by owner.

26. All tools & tackles, and manpower required to do all type of service, maintenance, breakdown

maintenance and troubleshooting shall be in contractor’s scope.

27. Contractor shall ensure 100% availability of equipment.

8.4. Air conditioners

1. The Contractor shall Supply Skilled & Un-skilled Man Power Required for Service, Repair &

Maintenance of all the Window/Split / Tower / Cassette Air-Conditioners as per Schedule. It will

be the responsibility of the contractor to keep the machines (Air Conditioners,) in proper working

condition round the clock throughout the period of this service contract as directed by Engineer-in-

charge.

The Contract shall Cover Supply of Skilled & Un-skilled Man Power Required for cover Spot

Breakdown Maintenance, Preventive Maintenance and Servicing, Overhauling, Repairing of

machines, Transportation of Machines

The healthiness of above machines shall be ensured with No abnormal sound, proper setting of

thermostats, their tripping and all required accessories for proper operation and safety of the

machines.

66 | P a g e

Spares of AC#s, motor, micro PLC, touchscreen, body replacement or Entire AC, shall be

supplied by TSPL free of cost as per requirements depending on availability decided by the

Engineer-In-Charge.

2. Minor Nature of Complaints & Spot Breakdown Maintenance for AC#s:-

Following Activities Are Covered Under This Head:

a) Replacement of Blower Motor in A.C#s.

b) Replacement of Capacitors, MCBs, Relay and Overload in A.C#s.

c) Rectification of Electric Circuits in A.C#s, Cassette AC & Tower A.c#

d) Servicing of A/C (Window, Split ,cassette & Tower Type) Covers Cleaning of filter, De

Scaling of Condenser, Cooling Coil, Pressure cleaning by air/water, & General cleaning.

e) Lubrication and greasing, etc. in various parts of M/cs.

f) General Checking of A/cs once in a day.

g) Replacement of remote batteries, thermostat.

3. Major Nature of Complaints for AC#s

Following Activities are Covered Under This Head:

a) Installation of A.C Units (Window, Split, Cassette Tower)

b) Transportation of Defective A/c units, from location to repairing bay for repairing &

repairing bay to various location after repairing as per instruction of Engineer in charge.

c) Over hauling of A.C Units in Every 6 Months.

d) Gas filling/Welding /Brazing/Compressor Changing.

e) Repair of compressor, AC motors, service valves, Fin straightening, fan belts, and repair of

body.

8.5. Belt scale calibration

Scope of work

a. Scope of work involves Calibration of 6 numbers of belt scales quarterly.

Make TONY TECH-4 numbers of belt scales

Make SIEMENS-2 numbers of belt scales

b. Calibration to be carried out in presence of EIC or engineer provided by TSPL.

c. Vendor shall provide competent manpower for the job whereas in in case of

requirement of any unskilled labor, shall be provided TSPL.

d. Contractor shall provide tools required for calibration.

i. Tools will include multimeter, spanner, Screwdriver etc.

e. Lodging and boarding is in the scope of contractor.

f. Contractor shall provide competent manpower for carrying out the job

g. Generated reports to be circulated within 5 working days

h. All PPEs should be use during work. (Helmet, safety shoes, dust masks, hand

gloves, safety goggles, Fluorescent jackets etc.)

i. All PPEs is in the scope of contractor.

67 | P a g e

Procedure for calibrating belt scale

For Belt scale 3A/3B and 12A/12B

i. Cleaning of the exterior of the load cells thoroughly.

ii. Open the covers and clean interior and close them tight

iii. Parameters to be checked

iv. Limit switches and sensor power supply and output supply to be checked

v. Excitation voltage to be checked

vi. Output voltage to be checked

vii. Check out the load cell connections before starting the calibration.

viii. Change the controller to calibration mode.

ix. All feedback and output cable to be checked.

x. The actual dead load zero value is displayed.

xi. Check mode should be local and in auto mode.

xii. Start auto calibration but pressing push button of calibration in running

condition of belt.

xiii. The display shows the actual value.

xiv. Ensure the desired value is displayed i.e error should be less than 0.5%

For Belt scale 7A/7B

xv. Cleaning of the exterior of the load cells thoroughly.

xvi. Open the covers and clean interior and close them tightly.

xvii. Parameters to be checked.

xviii. Sensor power supply and output supply to be checked

xix. Excitation voltage to be checked

xx. Output voltage to be checked

xxi. Load balance to be checked

xxii. Check out the load cell connections before starting the calibration.

xxiii. Change the controller to calibration mode.

xxiv. All feedback and output cable to be checked.

xxv. The actual dead load zero value is displayed.

xxvi. Start auto Zero calibration with a completely empty Belt in running

condition.

xxvii. Stop the belt Put the standard weight of 8.2 KGs*15= 123 Kg and wait for

steady display.

xxviii. Start auto span calibration in running condition of belt with standard

weight.

xxix. The display shows the actual value.

xxx. Ensure the desired value is displayed i.e error should be less than 0.5%

68 | P a g e

9. Additional Services

9.1. The O&M Contractor is required to perform all Services as specified in this O&M Service

Agreement as per Prudent Utility Practices including those prudent industry practices. However,

there may be occasions when certain extra activities are required to be performed which necessitate

deployment of additional manpower and/or resources (diesel, special tool and/or crane). Such

activities shall be carried out by the O&M Contractor pursuant to a prior request of the Owner and

such activities shall be called as Additional Services.

9.2. Additional Services, if any, provided under this O&M Service Agreement shall be reimbursed at

actual along with applicable taxes against the submission of necessary documentary evidences.

9.3. Additional manpower for Additional Services shall not be deployed to perform Scope of work for

routine O&M activities under this O&M Service Agreement.

9.4. Civil repair works up to Rs 70,000 per month or Rs 8, 40,000 per annum, civil work unit rates as

per Annexure-26 is in contractor’s scope. Beyond this value, if the work is got done with prior

approval of TSPL, cost shall be reimbursed on submission of documents at actual basis.

9.5. Additional Manpower: - In case Owner observes the requirement to increase the manpower, then

additional manpower rate shall be applicable as per Annexure-28.

9.6. Job rates for Motor Rewinding as per Annexure 29

9.7. Terms & Conditions:

Rotor should be sent along with motor

Estimate shall be sent after inspection & analysis of the Motor.

Service tax Extra on prevailing rate

Those Motor’s in which used Copper Strip, that motors are not Rewind.

Beyond 500m/year HT cable laying: - unit rate shall be applicable as @ ________ Rs. / Meter.

Beyond 1000m/year LT cable Laying: - unit rate shall be applicable as @ ______ Rs./Meter

Beyond 3000m/year C&I cable Laying: - unit rate shall be applicable as @ ______ Rs./Meter

9.8. Additional Vehicle as per Annexure-35

Annexure-28

In Case Owner feels that more manpower is required on permanent basis

S. no. Categories Rate per

month Remarks

1 Operator

Rat

es i

ncl

udes

all

saf

ety a

nd s

tatu

tory

2 Fitter

3 Welder

4 Mill wrighter

5 Rigger

6 Skilled Labour

7 Unskilled Labour

8 Semiskilled Labour

9 Vulcanizer

10 Mechanical Engineer

11 Electrical Engineer

12 C&I Engineer

69 | P a g e

13 Electrician

14 C&I Technician

15 Stone picker

16 Loco operator

17 Station master

18 Train examiners(TXR)

19 LC Gate Man

20 TSOs/Shunt Man

21 S&T Technician

22 Motor Points fitter

23 LC gates fitter

24 Wire Man

25 S & T Helper

26 PWI

27 Mates

28 Key Man

29 Gang Man

30 Loco Technician - Mech

31 Loco Technician - Elect

32 Loco Helper – Mech

33 Loco Helper – Elect

34 Supervisor

35 Safety officer

Annexure-29 Rewinding of motors

S.No Discription Hp Kw Rate 900 Rpm Rate 1400

Rpm

Rate 2800

Rpm

1 Motor 300 hp 220.70kw

2 Motor 375hp 280kw

3 Motor 422hp 315kw

4 Motor 476hp 355kw

5 Motor 536hp 400kw

6 Motor 604hp 450kw

7 Motor 845hp 630kw

Annexure- 35

Additional Vehicles

Vehicle No. of vehicles Specifications/make Rate including

operator

70 | P a g e

Hyva/Tipper

1 (12 Hrs

working/day, diesel

at actual)

AMW - 25 T capacity

JCB

1 (12 Hrs

working/day, diesel at actual)

JCB 3DX 75HP or equivalent

Poclain

1 (12 Hrs

working/day, diesel at actual)

JCB 220 or equivalent

Bobcat

1 (12 Hrs

working/day, diesel

at actual) Bobcat S70 or equivalent

Payloader

1 (12 Hrs

working/day, diesel at actual)

170HP

Dozer

1 (12 Hrs

working/day, diesel

at actual) 355 HP

71 | P a g e

10. STAFFING AND AUTHORITY

10.1. O & M Contractor shall ensure that the operations & maintenance practices and Services with

respect to the Plant shall be drawn and/or based on the experience know-how and expertise of

its personnel and sub-contractors and in accordance with best international standards as well

highest professional standards maintained by the O & M Contractor.

10.2. The operation and maintenance of the Plant by the O & M Contractor shall be based on its

experience and best commercial practices in accordance with the following principles:

10.3. The delegation of decision making authority to the individuals responsible for carrying out

operation and maintenance tasks to the maximum extent that is practicable; and

10.4. The promotion of vertical and horizontal flows of information; and

10.5. The flattest hierarchical management structure practicable and consistent with the world’s best

norms; and

10.6. The Code of Conduct similar to those applied to officers and employees of the Owner and as

provided to the O&M Contractor.

10.7. O&M Contractor Staff: The O & M Contractor shall, without limiting or deviating from its

obligations to perform the Services, staff on its own behalf. Before taking office, all individual

selected by the O & M Contractor shall be approved by the Owner at no additional cost, in case

required. The Owner may, in its discretion, participate in interview process of hiring all or any

manpower required for performing the services as per this O&M Service Agreement. It is

clarified that the skill matrix as per Annexure 12, 13, 14 is tentative only and changes may be

made unanimously depending on the requirement post the execution of this O&M Service

Agreement.

10.8. The O&M Contractor shall ensure the availability of any additional manpower required for the

normal and/or emergency and/or overhauling work shall be deployed by the O&M contractor

without any additional cost.

10.9. The O&M Contractor shall deploy trained and experienced operators, having valid licenses to

operate special equipment.

10.10. The O&M Contractor shall maintain skilled and experienced manpower all the time so that

plant availability is not affected.

10.11. Owner reserves the right to review the work performance, assigned KPI and deliverables as per

this O&M Service Agreement and revised the regular deployed manpower strength to meet the

business targets.

10.12. Skill matrix for proposed manpower for Maintenance of Coal Handling Plant (CHP) as per

Annexure-12 or as approved by the Owner.

10.13. Skill matrix for proposed manpower for Operations of Coal Handling Plant (CHP) as per

Annexure-13 or as approved by the Owner

10.14. Approximate manpower strength for execution of entire contract within the defined boundary

limits is mentioned in Anexxure-36. The O&M Contractor shall maintain the manpower

strength of around total 300 numbers. As per Annexure-36.

Annexure-12

Coal handling Plant Maintenance (CHP)

sr.

no. Category QUALIFICATION Experience and Skills Major Responsibility

72 | P a g e

1 Maintenance In

charge

BE (Mech and/or

Elect)

BE with>8years or Diploma mechanical

and/or professional qualification with

>10years experience in coal handling

plant maintenance OR with relevant

industrial experience. Experience of

Wagon tippler and/or Side arm charger

and/or Stacker reclaimer and/or Crushers

and/or Screens and/or DE system and/or

Conveyor system and/or Paddle feeder

and/or Gear box and/or pumps and/or

plough feeder and/or etc. Should have

worked with similar industries of material

and/or coal handling of capacity more

than 1000mt and/or hr. Experience of

Overhauling activities of Coal handling

plant equipments and/or system

Lead CHP maintenance

team. Ensuring CHP

availability. Maintenance

planning. Shutdown job

planning. Shift schedule

preparation. All general shift

jobs other than PM like

breakdowns, major

alignments, spare part

replacement, new

fabrication and

modifications etc. Spares

Planning. Ensure Statutory

compliance of all CHP

equipment’s. Initiatives of

IMS implementation. Asset

optimization. Ensuring

CAPA of RCA. Preparing

SMP’s and JSA. Monthly

Maintenance Report as per

EIC instructions.

Implementing and ensuring

100% compliance of PTW

system. Ensuring 100%PPE

compliance. Ensuring 100%

LOTO compliance.

Ensuring compliance of

TSPL EHS policy. Preparing

documents of CHP

maintenance dept. as per the

certification requirements of

ISO 9001, ISO 14001 and

BS OHSAS 18001

2

Maintenance

Engineer and/or

shift Incharge

and/or

supervisor

BE (Mech and/or

Elect)

BE with>5years or Diploma mechanical

and/or professional qualification with

>7years experience in coal handling plant

maintenance OR with relevant industrial

experience. Experience of Wagon tippler

and/or Side arm charger and/or Stacker

reclaimer and/or Crushers and/or

Screens and/or DE system and/or

Conveyor system and/or Paddel feeder

and/or Gear box and/or pumps and/or

plaug feeder and/or etc. Should have

worked with similar industries of material

and/or coal handling of capacity more

than 1000mt and/or hr. Experience of

Overhauling activities of Coal handling

plant equipments and/or system

Engineer: - Planning of CHP

equipment maintenance to

prevent breakdown.

Planning and compliance of

PM. Analysis of breakdown

for root cause, and preparing

and implementing

Preventive action plan.

Handling of maintenance

team. Coordination with

operation team. Spare

planning. Modification

and/or innovations to

improve the system.

73 | P a g e

Supervisor: - To execute the

tasks in fields with team and

guide the team according the

Incharge’s plan.

3

Skilled fitter+

technician+

ELECTRICIAN

ITI Experienced

Preferred ITI in mechanical\

Electrical\instrumentation and/or >5years

experience in Conveyor maintenance,

gearbox maintenance, motors, control

instruments, Rotating part maintenance,

Wagon tippler maintenance, Stacker

reclaimer maintenance, should have

worked with Coal and/or Material

handling of capacity of more than 1000

mt and/or hrs.

Execution of maintenance

activities of CHP equipment

& dozers, rectification of

defects, restoration of

breakdowns. Follow PM

schedules.

4 Skilled Fitter

(Hydraulic ) ITI Experienced

ITI in mechanical especially in hydraulic

system, 5+years working experience in

maintenance of hydraulic system of

wagon tippler and/or Stacker reclaimer.

Execution of maintenance

activities of CHP equipment

especially hydraulic system.

Monitoring and maintaining

hydraulic oil conditions

and/or spare management of

hydraulic system.

Rectification of defects,

restoration of breakdowns.

Follow PM schedules.

5 Skilled welder

and/or Cutter ITI Experienced

ITI in mechanical or qualified 3G welder,

>5 +years working experience in welding

and/or Cutting of MS, SS, CS.

Execution of maintenance

and/or Welding and/or

cutting activities of CHP

equipment, rectification of

defects, restoration of

breakdowns. Follow PM

schedules.

6 Skilled Helper Experienced

3 to 4 year working experience in

maintenance activities of coal handling

plant.

Helping Maintenance team

as directed.

7 Rigger Experienced

ITI in mechanical. And and/or OR >5

years working experience in Coal

handling plant maintenance activities.

(like Belt lifting etc.)

Rigging activities during

belt replacement,

maintenance work at height

or else.

74 | P a g e

8 Belt Vulcanizer Experienced

ITI in mechanical. And and/or OR >5

year working experience in belt joint of

EP & Steel chord conveyors.

Jointing activities of

conveyor belts. Preparation

and joint of EP & Steel

chord belts.

Annexure-13

CHP operation manpower

Sl

no. Location Responsibility Job

Qualification

s & EXP

1 CHP control Room For control room+ for field

supervising

Control room: - Operation of CHP through

PLC, Logging data, reports, defects communication and/or resolving with

maintenance, PTW issuance.

WT operation as on requirement Field sup:- Monitoring and co coordinating

operation activities, coal unloading, yard

activities with local operators for smooth operation , Isolation for Maintenance,

Housekeeping guidance, coordination with

railway in charges and/or WT team for smooth unloading of coal rake.

Diploma and/or

Graduate

Electronic

and/or

electrical & and/or OR

Relevant

industrial experience.

2 Wagon tipplers U and/or

G House

Paddle feeder and/or UG belt

and/or Cr H monitoring. For 3

system running

Operation of

1.Paddel feeder 2.Dust Extraction system

5. Tunnel water Sump pumps

6.Magnetic separator & removal of collected Iron pieces

7. Resetting Pull chord trip.

9. Ventilation system. Assists WT operator for any problem in

WT and/or SAC and/or Grizzly operation.

Graduates

exp>3 Y and/or

Diploma exp> 3 y and/or ITI

with exp> 5

year

3 Coal stack Yard Stacker reclaimer operator, for

yard.

Stacker Rec operator:- Operation of

Stacker reclaimer, monitoring of all

lubrication and parameters of SCR

equipments, coordination with

maintenance team for defect

rectification.

Yard sup:- Handling of coal yard

activities, making of coal heap,

records of heap clearance, Guide to

dozer for proper heaping, yard water

sprinkling, and etc

Diploma Electronic

and/or ele .Exp

of Stacker reclaimer

operation >5

year Yard Sup: - ITI

and/or

Relevant experience of

coal yard

4 Coal conveyors

Till SCR & For After SCR.

Monitoring, PC reset, Flap

gate C and/or o, etc. Conti

moving.

Monitoring of coal conveyor,

operation flap gates, Magnetic

separators, removal of metals, MD

operation, Resetting of BSS and/or

Pull chord, removal of jamming if

any, coordination with CHP control

room and maintenance team for

defect rectification

SCR operator should have

exp of

operating SCR

>3 year

and/or ITI

with exp> 5 year

5 Bunkers For bunker area operation

(plough feeder etc)

operation of plague feeder to fill

bunker, inspection and/or

measurement of bunker level,

monitoring of conveyors & its

components, operation of DE and/or

DS and auxiliary, coordination with

Graduates

exp>3 Y and/or Diploma exp>

3 y

75 | P a g e

CHP control room for coal feeding

activities

6 Bulldozer dozer operation

Operation of dozer where ever

required, heap preparation,

reclamation of coal in yard for

feeding, monitoring and/or filling of

dozer lubrication and fuel.

Skill dozer

operators.

Exp>5 year

7 Conveyors Stone picking

Online stone picking from running

conveyors before crushers and before

bunkers

Specialized

stone picking experience>3 Y

8 CHP and/or Conveyors Housekeeping Housekeeping jobs in CHP, in &

around running system

Material

handling system

experience>2 Y

9 Safety Officer All CHP & Railways Should have knowledge of all the

safety standards as per OHSAS 18001

Material handling

system

experience>2 Y

10 Supervisor All CHP & Railways All works supervisory in CHP &

railways

Material handling

system

experience>2 Y

Daily manpower deployment shall not exceed 220. Total number of gate passes shall not exceed

285.

76 | P a g e

10.15. The selection and replacement of O&M Contractor Staff shall be carried out by the O&M

Contractor such as to ensure that all O & M Contractor Staff are suitably qualified and

experienced for their specified role(s). The O & M Contractor shall forward to the Owner the

resumes of candidates for positions to the level of sectional heads for approval within 5

Business Days, to which the approval shall not be unreasonably denied. In case of non-receipt

of approval from the Owner within 5 Business Days, the candidate shall be deemed to have

been approved by the Owner. The Owner shall forward to the O & M Contractor reasons, in

writing, in the event it rejects any candidate proposed by the O & M Contractor.

10.16. The personnel provided by the O&M Contractor for the performance of the Services shall be

employees of the O&M Contractor or its Affiliates or of qualified subcontractors (approved by

Owner where such approval is required).

10.17. All such persons shall perform their duties at the direction and under the supervision and

responsibility of the O&M Contractor and shall be deemed agents of the O&M Contractor. The

O&M Contactor shall be responsible for the acts and omissions of such persons acting within

the scope and conduct of their respective duties

10.18. All personnel engaged in the performance of the Services shall be qualified to perform and

experienced in the duties to which they are assigned (or be trained in the same) and shall meet

the requirements for Facility personnel under the O&M Manuals and in accordance with

Prudent Utility Practices. The working hours, rates of compensation and all other matters

relating to the employment of personnel performing the Services shall be consistent with the

relevant labour Service Agreements entered into by the O&M Contractor with respect to such

employees.

10.19. The O&M Contractor shall be solely responsible for the employment policies that specify

requirements for the O&M Contractor Staff. Such policies are to be consistent with any labour

Service Agreement entered into by the O&M Contractors and conform to labour laws in force.

10.20. The O&M Contractor shall observe directives relating to minimum age for employment

acceptable conditions of work with respect to minimum wages, hours of work and occupational

health and safety and all other statutory norms.

10.21. The O&M Contractor shall be solely responsible for obtaining in a timely fashion any required

clearances and permits for the O&M Contractor Staff.

10.22. Owner reserves the right to reject any staff of O&M Contractor based on the performance,

character or behavior of the O&M Contractor Staff;

10.23. The O&M Contractor shall demonstrate to the Owner that the personnel provided by the O&M

Contractor are properly trained, competent to perform the work in charge and is cognizant of

Site, environmental issues, health and safety procedures.

10.24. The O & M Contractor shall ensure the following:

10.25. Only personnel with the highest work ethics and experience shall be engaged at the Plant,

including those that are hired by the O & M Contractor’s sub-contractors.

10.26. All O & M Contractor Staff (including those of the sub-contractors) shall have proper Personal

Protective Equipment with training in the appropriate safety and environmental procedures to

ensure that the risk of accident is minimized.

10.27. Availability of adequate number of appropriately qualified people round the clock for ensuring

that problems with Operation and Maintenance of Plant are addressed in a timely manner.

77 | P a g e

10.28. Any and all additional personnel and related equipment & resources required for successful

operation and maintenance of the Plant, under all circumstances in keeping with the standards

set out herein, shall be arranged and employed at the cost of the O & M Contractor, unless these

Services are to be declared as Additional Services. The O & M Contractor shall provide, at

different stages to be decided by the Plant Manager, the Services of expatriates and experts to

address special issues up to the end de-mobilization Period.

10.29. The O&M Contractor should ensure the minimum availability of the manpower as agreed as

per Proposed Staffing Plan. In the cumulative quantity of manpower deployed for any category

as per the Proposed Staffing Plan in a given month is less than 95% of the agreed category wise

minimum manpower quantity. The suitable penalty of 1.5 times of the average category wise

manpower rate mentioned as follows shall be deducted as penalty for the shortfall below 95%

of the respective category. The penalty shall be recovered from the O&M Contractor’s monthly

bills.

10.30. The defined categories are executive, skilled & unskilled as per Annexure-14:

Illustration: - Please refer the following illustration for the availability of manpower

Month for example

Category Manpower = 100 nos.

Month days = 30

No. of Sundays = 5

No. National holidays = 2

Hence no. of working days = (30-5-2) = 23

Available man-days for the month = 100 X 23 = 2300

So, required man-days (i.e. 95 %) for the month = 0.95 X 2300 = 2185 Man-days

Annexure-14

Manpower categorization

S. No Category Description Rate/Month

1

Executive

Site In-charge

2 Engineer/Area In-charge

3 Area supervisor

4 Field supervisor

5 Operator

6 Station Master

7 Loco Operator

8 Train examiners(TXR)

9 PWI

10

Skilled

Rigger

11 Technician

12 Fitter

13 Welder

14 Safety officer

78 | P a g e

15 Enabling staff

16 Store keeper

17 LC Gate Man

18 TSOs/Shunt Man

19 Wire Man

20 Mates

21 Key man

22 Unskilled Helper (unskilled)

23 Gang man

10.31. Illustration for penalty calculation is mentioned as per Annexure-15

Annexure-15

Sample Attendance

Sl No Category NEW RATE

Manpower Mandays for

month Certified Mandays

For 95% Shortage Penalty

1

Executive 100 1 25 5 23.75 18.75

100 17 425 413 403.75 -9.25

Avg Salary 100 9.5 57

Per Day Salary 4.00

2

Skilled

100 2 50 47 47.5 0.5

100 36 900 773 855 82

100 83 2075 1937 1971.25 34.25

100 15 375 337 356.25 19.25

Avg Salary 100 136 816

Per Day Salary 4.00

3 Unskilled 100 45 1125 1013 1068.75 55.75 334.5

Per Day Salary 4.00

Grand Total 199 4975 4525 4726.25 201.25 1207.5

Month Day 30

No of Sunday 4

Holiday 1

No of working days - 25

79 | P a g e

10.32. Major Sub-Contractors and major Suppliers and/or Sub-Suppliers proposed by the O & M

Contractor shall have to obtain prior written approval from the Owner before being engaged as

Sub-Contractor and Supplier and/or Sub-Supplier respectively under this O & M Service

Agreement by the O & M Contractor. The approval shall not be unreasonably withheld or

refused. The approval shall be deemed to have been given where no response is received from

the Owner on the lapse of seven Business Days from receipt by the Owner of written intimation

from the O & M Contractor of a proposal to appoint a Sub-Contractor and/or Supplier and/or

Sub-Supplier.

10.33. General Personnel Requirements

10.33.1. All personnel engaged in the performance of the Services shall be qualified to perform and

experienced in the duties to which they are assigned (or be sufficiently trained in the same)

and shall meet the requirements for the relevant category of personnel under the O&M

Manuals and, to the extent applicable, shall satisfy the standards of performance provided in

this O & M Service Agreement.

10.33.2. All individuals engaged in the performance of the O& M Contractor’s obligations under this

O&M Service Agreement and who are assigned to the Plant (or part thereof) shall be the

employees of the O & M Contractor and and/or those of its subcontractors and their working

hours, rates of compensation and all other matters relating to their employment shall be

determined solely by the O & M Contractor save that:-

10.33.3. If Owner has a complaint about the performance of any of the Staff, Owner may give written

notice to the O & M Contractor identifying the member of Staff and describing the complaint

in detail. If the complaint concerns gross misconduct or if, in the opinion of Owner, the

presence of such member of staff poses a threat towards operation of the Plant, the O & M

Contractor shall, if requested by Owner, immediately remove the relevant member of Staff

from the performance of the Services and replace him.

10.33.4. The O&M Contractor shall be solely responsible for employment policies that specify

requirements for the Staff under the direction of the O&M Contractor, and such policies are

to be consistent with the exiting applicable labor laws and any Competent Authority

Directives applicable on the Owner. Owner shall duly disclose to O & M Contractor any

such applicable Competent Authority Directives.

10.33.5. O & M Contractor shall comply with the law, including the law in so far as it relates to and

regulates the government’s policy and requirements.

10.33.6. O & M Contractor shall without prejudice give priority to local contractors provided that

quality, delivery times, reliability, experience and other terms are comparable to those

offered by others.

10.33.7. In all circumstances other than a Force Majeure event, O & M Contractor shall ensure that

enough staff is present at all times for the complete operation & maintenance of the Plant

other than the operation of Main control room, during the entire Term. In an emergency

event, the O & M Contractor shall plan and make arrangements and bear all the costs

associated with such arrangements for ensuring such staff is present on-site for uninterrupted

operation and maintenance of the Plant.

80 | P a g e

10.33.8. Where the Owner reasonably determines that the O & M Contractor has not employed the

required resources at the Plant for the Services, the Owner shall have the right to ask the O

& M Contractor to arrange for such resources and in case of the O & M Contractor does not

respond reasonably within twenty four hours period from the receipt of the Owner’s request,

the Owner shall have the right to arrange for such resources and the cost impact for the such

resources shall be borne by O & M Contractor. Apart from the same, O & M Contractor shall

manage the said resources in order to execute the required work. The Owner shall inform the

O & M Contractor in writing prior to appointing such additional resources at the Plant.

10.34. Plant Manager

10.34.1. In addition to the above, the O&M Contractor shall appoint an individual (the “Plant

Manager”), who, subject to any necessary approvals, shall be authorized and empowered to

act as the agent for and on behalf of the O&M Contractor on all matters concerning this

O&M Service Agreement and the O&M Contractor’s obligations hereunder. In all such

matters, the O&M Contractor shall be bound by the communications, directions, requests

and decisions issued in writing by the Plant Manager. No later than [ten (10)] days prior to

employing any individual as Plant Manager, and thereafter prior to naming any successor

and/or substitute to the Plant Manager, the O&M Contractor shall submit its candidate(s) for

Plant Manager to the Owner for the Owner’s prior written approval, for which approval shall

not be unreasonably withheld. The Owner may require the O&M Contractor to remove and

replace the Plant Manager at any time and from time to time if the Owner determines in its

reasonable judgment that cause exists for such removal (which cause shall be specified in

reasonable detail to the O&M Contractor). As used in this Section, “cause” shall mean

negligence, misconduct or malfeasance in the conduct of a person’s duties or responsibilities

to be performed within the scope of his engagement at the Plant (whether on or off the Plant).

10.34.2. Any agreement, contract, notice or other document that is expressly permitted hereunder or

otherwise by the Owner to be executed by the O&M Contractor shall be executed by the

Plant Manager or, subject to prior written notice to the Owner, such other representative of

the O&M Contractor who is authorized and empowered by the O&M Contractor to execute

such documents.

10.35. Lines and extent of Authority

10.35.1. The Plant Manager shall report to the Owner’s EIC and/or designated officer in matters

relating to performance of the Services. The changes in any Personnel recruited after due

approval of Owner shall be carried out in consultation between the Owner and Plant

Manager.

10.35.2. The O&M Contractor shall not settle, compromise, assign, pledge, transfer, release or

consent to the compromise of any claim, action, suit, debt, demand or judgment against or

due by the Owner or O&M Contractor, the cost of which, would otherwise be paid and/or

reimbursed by the Owner either as part of Fees or otherwise hereunder, or submit any such

claim,

10.35.3. The O&M Contractor shall not act or omit to act and shall ensure that none of the O&M

Contractor’s Staff acts or omits to act if such an act or omission shall or could be reasonably

expected to cause a suspension of the performance or an excuse for the non-performance of

any of the obligations of any Person who is a counterparty to any other Agreement in relation

to the Plant.

81 | P a g e

10.35.4. The Plant Manager shall be authorized and empowered to act for and on behalf of the O&M

Contractor on all matters concerning this O&M Service Agreement and its obligations

hereunder, other than any amendments to or modifications of this O&M Service Agreement.

In all such matters, the O&M Contractor shall be bound by the written communications,

directions, requests and decisions given or made by the Plant Manager. The Plant Manager

shall direct and manage the O&M Contractor’s resources and shall have full responsibility

for the Plant’s operation and administration.

10.35.5. If the existing Plant Manager dies, retires, is dismissed and/or removed or is otherwise unable

to carry out his duties or the term of his appointment ends, the O&M Contractor shall procure

that a suitably qualified and experienced replacement is appointed promptly, after due

approval from the Owner.

10.35.6. O&M Contractor staff shall be strictly as per this contract. Any deviation in the same shall

be subject to the approval of the concerned Owner-EIC

11. INCENTIVES AND PENALTIES AS PER KPIs

General

In this Section, the following words and expressions have the meanings as stated hereunder unless

repugnant to the context thereof:

11.1. “Annual O&M Fee” means the Fee payable to the O&M Contractor for the relevant Contract

Year for which Liquidated Damages or Bonuses under this Section are being calculated;

11.2. “Month” means a respective month of the Term;

11.3. “Monthly O&M Fee” means the Fee payable to the O&M Contractor for the relevant month for

which Liquidated Damages under this Section are being calculated;

11.4. “Key Performance Indicators (KPI)” refers to the execution in respect of each of the KPI by the

O&M Contractor hereunder, individually or collectively as required in the context;

11.5. “Incentives (Calculated & payable monthly) for any year, as per below table shall be capped at

7% of annual contract value. “Penalties (Calculated & deductible monthly) for any year, as per

below table shall be capped at 10% of annual contract value. Penalties towards Demurrages,

Safety and HR shall have no cap and are mutually exclusive.

11.6. “Key Performance Indicators (KPI)” Summary as per Annexure-16

Annexure-16

MONTHLY KPIs for Incentive & Penalty for RAILWAYS & CHP (O&M)

S.

No. Deliverable Target

Evaluation

methods Incentive Penalty

1

Manpower attendance

(Including Regular &

Additional both)

95% mandays

CLMS

1.25 times on incremental

percentage above 95% up to

100%

1.5 times on the shortfall below 95%

2 Demurrage hours 0 hrs RAKE register &

Demurrage register

Demurrage hours

penalty attributable to

contractor as per Annex 17

3 Coal feeding as per schedule & maintaining healthy bunker

levels

100% CHP DPR 0.25% of monthly

fees per incident

82 | P a g e

4 Feeding of foreign material/stones/tramp

iron/water to bunkers

Zero

incidents

Incidents

communicated

0.25% of monthly

fees per incident

5 Monthly feed rate during coal bunkering

2000 TPH CHP DPR/ Flash Report

Rs 5000 for every 100 TPH between 2000 to 2500

Rs 5,000 per 100

TPH less than 1800 TPH, Flat Rs 40,000

below 1200 TPH

6 Availability of both feeding streams

One stream available

CHP DPR/ Flash Report

Rs 25,000 per hour

when both streams

are unavailable

7 PM compliance-( Railway & CHP) Mech & ECI

95% As per SAP PM compliance

Rs. 5000/- per

equipment less than

95%

8 Individual equipment availability

95% MTBF report

Rs 3000 for every 1%

between 95% to 100%, on

pro-rata basis

Rs. 5000/- per

equipment having

availability <95%

9 Daily/CLTI checklist compliance

95% Monthly compliance

Rs. 5000/- per

equipment less than

95%

10 Safety scorecard 90% As per annexure -

20 Rs 50,000 for above 95% As per Annexure-21

11 Contractor performance

scorecard 85%

As per annexure -

18

Rs 5000 for every 1% between 90% to 95%, flat Rs

50,000 above 95%

Rs 5,000 for every

1% less than target

12 Statutory compliance 100% Monthly

compliance

Rs 5,000 for every

1% less than target

13 Area housekeeping scorecard 80% As per annexure -6 Rs 30,000 for above 90% Rs 5,000 for every

1% less than target

14 Availability of vehicles at site 95% As per Annexure-

23

Twice of the fixed

component on pro-rata basis

15 Report/MIS scorecard 90% As per Annexure-

11

Rs 3,000 for every

1% less than target

Annexure-18

Contractor Performance Score card

S No Points Criteria for evaluation Wtg

1 LEADERSHIP 20

A

Organogram exists having clear identification about 1st line,

second line command and general shift and shift supervision.(

For other than equipment – maintenance contract; Is manning details as per contract )

Full score if an effective organogram exists or else 0.

(For contract other than equipment maintenance

contract , full score if manning details is as per contract or else 0).

1

B Daily Report in requisite Formats. Checklist compliance. Full score if report is regular and check list followed

else zero 2

C Ability to manage workforce in critical and/or crises situation.

(E.G.- strike). Break down in the night shift.

Zero Score, if strike or disruption resulting in delay in

production and/or maintenance. Else full score 5

D Action taken by Contractors Supervisors for Completion of

Pending Jobs . Pending jobs completed and/or Total pending job . 2

E Discipline and Punctuality of team Late coming ,Absentism, Leave without intimation. Full marks for 100 % compliance else zero.

2

F Communication of contractor with its team. Timely resolution

of their grievance related to work.

Full score for 100 % compliance with no pending

grievances else zero. 2

83 | P a g e

g Visual display on the performance by the contractor in

identified areas. Full score if display as per TSPL standard else zero. 2

h Prompt payment to worker and/or sub-contractor as per agreed schedule. Safety PPE’s Issue and/or Uniform Issue as per

agreed schedule.

Any deviation in Payment and/or Uniform issue and/or Safety PPE issue as per agreed scheduled will result in

zero marks or else Full marks

4

2 TECHNICAL COMPETENCY & UPDATE 20

a

Supporting Programmed .(E.g. Lubrication compliance versus

actual done. CBM actual versus planned.)

Prorata on adherence to planning 80 to 100%. Else zero 5 Or

Cleaning of TSPL and/or contractor equipments, daily

inspection of equipments. CLIT ( cleaning lubrication

inspection and tightening checklist )checklist with parameter to be followed

b Training and upgradation of technical knowledge of Contractor’s team. Identified of training and their skill

enhancement

On pro-rata basis. Number of training imparted against

number training identified. 5

c Independent process handling or breakdown handling Prorata basis on close loop feedback from TSPL site in-

charge 5

d Completion of job within stipulated time. (Shut down, planned job and PM to be completed within target time ). Activity wise

drill down of the job with adequate timeline.

Timely completion of job within a target time. Full

marks else zero 5

3 CONTINUOUS STRUCTURAL IMPROVEMENT 10

a Analysis of problem , action taken against problem to avoid

reoccurrence along with his Team.

Full marks if Reoccurrence are controlled or brought

down to zero after work done or else 0 5

b Improvement Initiative. Acceptance and active participation to new improvement initiative and/or project.

50% marks for implementation of initiative and 50% marks if tangible benefit and/or gain come out

5

4 SAFETY & HOUSEKEEPING As per the Contractor safety score card. 10

a As per the Contractor safety score card. Score of Contactor safety Scorecard to be converted in

Scale of 10 10

5 RESULT-UPTIME AND QUALITY 40

a Equipment availability and/or deliverables

Prorata basis on contract deliverable as per annexure.

30

Important:- Serious incident resulting in Fatality will

give zero marks in deliverables section (If investigation indicates that it is contractor fault).

Any Lost time injury will call for 10 mark deduction

from score.

b Status of necessary tools , tackles as per contract annex. Full mark if as per contract or else 0 3

c Response time. If deployment of manpower is greater than 95% of

required then full marks else zero. 2

d Quality of Work All jobs should be in conformance with requirement. No

rework and/or repeatability of job. 5

Total Score 100

84 | P a g e

12. Health, Safety and Environment (HSE)

12.1. The Contractor shall take all safety precautions and provide adequate supervision by competent

persons in order to do the job safely and without damage to plant, personnel, and the environment.

The detail safety instructions and guidelines can be collected from the Engineer and/or Manager in

charge and the Safety Heads of respective area.

12.2. Compliance to Safety Rules & Regulations: Contractor shall be responsible for and shall follow

safety Act & rules under the provision of factory Act 1948, PFR 1952, Indian Electricity rules 1956,

Gas cylinder Rules 2004, Petroleum Act 1934 , BOCW and other applicable acts & rules as

amended up to date and other statutory safety rules & regulations in force during continuation of

the contract.

12.3. Safety Training: All contractor employees should undergo Safety Induction training before putting

them on the job at our Site. No worker and/or Employee should be allowed inside the plant without

gate pass .Gate pass shall be issued only after undergoing the safety induction training .Employees

should report in safety training with temporary gate pass( only for training ) ,safety shoe ,helmet

and goggles .The contractor shall ensure that Job specific Safety training is provided to their

employees from time to time by providing them the knowledge about the Occupational Hazards

and their countermeasures.

12.4. PPEs: Contractor shall provide all necessary safety gadgets as applicable for the work area, like

safety shoes, safety helmets, goggles, suitable respirators, dust masks, ear plugs, hand gloves etc.

etc. to all his employees . All personal protective equipment (PPEs) should be of ISI grade

confirming to recognized bodies (certified by EN and/or CE and/or NIOS and/or CLI) standards.

The mandatory PPEs are Helmet, Safety Shoes, Goggles, Hand Gloves and Reflective Jacket.

Based on the requirement in particular area and/or job specific PPE like Ear plug and/or muff dust

respirator, mask, safety belt, specific gloves, suits, gumboot etc. Approval of Quality of PPE shall

be approved by TSPL HSE Department

a) Safety Helmets as per IS 2925.

b) Good quality leather safety shoes as per IS 10348; 1982 and/or IS 5882.

c) Good quality leather safety shoes as per IS 11225; 1985 for women workers.

d) Double Lanyard Full body Safety harness as per IS 3521, with SH 40 hook for workers working

at Height more than 1.8 M.

e) For welding PPEs such as Apron (as per IS 6153), Welding Google's (as per IS 1179), Face

shield, Leather Gloves & elbow guards should be used.

f) Jean Jacket, Cotton Pant, Cotton Shirt & Cotton apron in hot zone area to be used. No entry with

synthetic cloths shall be permitted.

g) Chemical resistant apron as per IS 4501.

h) Good quality ear plugs and and/or ear muffs as per IS9167.

i) Good quality Safety Goggles, Dust mask & area specific applicable respirators as per IS 8522,

(HF respirators for Pot Room, HCL respirator of HCL Acid handling, Ammonia Respirator for

Ammonia Handling) to be used. These respirators should be Checked and approved by our Safety

Department.

j) Gumboots as per IS 5557, for the activities involving water logged areas. The contractor should

provide quantity of PPEs proportionate to the no of manpower deployed & the Nature of the job at

the site .In case of ambiguity our Safety Department Guideline on brand and Quality of PPEs shall

be final.

12.5. At any point of operation of contract the contractor shall remain liable to report to the safety

department with respect to ensuring Safety at the site.

85 | P a g e

12.6. Road Safety norms: All Employees of contractor including the vehicles used by them should strictly

follow Road Safety Policy for our TSPL site while working inside the plant premises. Contractor

shall ensure reflective sticker on Helmet and bicycle.

12.7. Work Permit :Necessary work permits ( Working at Height, Hot work permit, Working in confined

Space, Excavation, Electrical work ,Working on critical equipment cranes, lifts , Working on

dangerous lines etc )should be taken from relevant authority before starting such jobs. All safety

guidelines mentioned in these work permits should be strictly adhered to.

12.8. Height Works: Supervisor must be present at site during height jobs or other risky jobs & take

necessary work permits. Suitable scaffolding should be provided for workmen for all works that

cannot safely be done from the Ground or from solid construction except such short period work

as can be done safely from ladders. When a ladder is used an extra Worker shall be engaged for

holding the Ladder and if the ladder is used for carrying material as well, suitable footholds and

handholds shall be Provided on the ladder and the ladder shall be given an inclination not steeper

than 1 in 4 (1 horizontal and 4 vertical). Safety nets conforming to IS 5175 should be provided, if

required. Scaffolding must be tested by trained scaffold working at height and properly tagged

“Safe to Use” date of inspection and signature. Person working at height must have height pass

issued by TSPL HSE Department

12.9. Electrical Works: Strict enforcement of Lockout & Tag out system to be ensured & necessary work

permits to be taken before starting of the Job. Mandatory use of Arc Protection Suit for work on

electrical systems. Suitable Arc flash suit as per voltage shall be used by the Contractor. During

maintenance contractor shall procure LOTO Equipment as per Vedanta Safety Standards. This is

applicable for maintenance contractors.

12.10. Excavation, trenching & Demolition: Necessary work permits to be taken before any Excavation

& Demolition work. All trenches 1.2 meters or more in depth shall at all times be supplied with at

least one ladder for each 50 meters length or fraction thereof. Ladder shall be extended from bottom

of the trenches to at least 1 meter above the surface of the ground. The sides of the trenches which

are 1.5M in depth shall be stepped back to give suitable slope or securely held by timber bracing,

so as to avoid the danger of sides to collapse. The excavated materials shall not be placed within

1.5 meters of the edge of the trench or half of the trench width whichever is more. Cutting shall be

done from top to bottom. Under no circumstances undermining or under-cutting shall be done.

12.11. Before any demolition work is commenced and also during the progress of the demolition work-

a) All roads and open areas adjacent to the work site shall either be closed or suitably protected

b) No electric cable or apparatus which is liable to be a source of danger shall remain electrically

charged.

c) All practical steps shall be taken to prevent danger to persons employed from risk of fire or

explosion or flooding. No floor, roof or other part of the building shall be so overloaded with

debris or materials as to render it unsafe. All necessary personal safety equipment as considered

adequate by the Engineer -In-Charge should be kept available for the use of the persons

employed on the Site and maintained in condition suitable for immediate use, and the contractor

shall take adequate steps to ensure proper use of equipment by those concerned.

12.12. Pressure vessels ,Lifting Tools,& Lifting machines : All Pressure vessels ,Lifting tools ,tackles,

machines & mobile equipment like cranes, hydra, forklifts, etc. should comply to Safety Standard

& should have valid test certificate as per PFR and maintained as per the prescribed guidelines . A

list of all such Pressure vessels, lifting machines, tools and tackles along with copy of test

certificates must be submitted to concern Safety Head before taking into use.

12.13. All Pressure vessels to have a clear marking of Safe Operating Pressure & to be operated below the

Safe Operating pressure at all-time complying to the Guidelines.

86 | P a g e

12.14. Every crane driver or hoisting appliance operator shall be properly qualified and no person under

the age of 21 years should be in charge of any hoisting machine including any scaffolding, winch

or give signals to the operator. Contractor to ensure Colour code for tested equipments. The

guidance shall be issued by TSPL HSE Department on quarterly basis.

12.15. The below mentioned things to be ensured.

" Record of all lifting tools, tackles, lifting machines, hoists & lifts to be maintained in a Register

as per Factory Act 1948 (Section 28,29).

" All Lifting gears to be marked with Identification No, SWL, Testing date, Due Date of Testing.

" Annual & half yearly inspection as applicable to be carried out for all lifting machines, chains,

ropes, & lifting tackles by competent person as per PFR rule & Record to be maintained as per

PFR.

" Half yearly inspection to be carried out for all hoists & lifts by competent Agency. Record of the

same to be maintained as per Form 7A of Orissa Factories Rule.

" Quarterly inspection color coding to be carried out by respective Agency and/or Department.

(Q1-Green;Q2-Blue;Q3-Yellow;Q4;Orange, Rejected; Red).

" Physical verification to be done at site for all lifting tools, tackles, Slings & ropes by respective

agency as per checklist.

" Periodic maintenance of All Lifting tools & tackles to be covered under Preventive Maintenance

schedule of the plant.

" Forklifts and/or pallet trucks to be tested annually and record to be maintained.

" All Lifting machines to be painted, fitted with fluorescent stickers (both front & back) &

maintained in good condition with daily checking register by the drivers.

" EOT cranes should have at least one independent escape route and shall be provided with

Warning and/or alarm devices while in operation. Standard hand signals to be displayed and

training to be provided to the operators, riggers & signalers.

" All hooks shall be provided with spring retainers and/or latch.

" Hydra is strictly prohibited for shifting the materials .It can only be used for lifting the loads.

Hydra crane shall comply with run over protection as per standard attached. Also all hydras to have

clear marking of SWL in bold letter on different height of Boom, a display of load chart, copy of

test certificate & board mentioning the details of Equipment no, SWL, Testing Date, Due Date of

testing

" All lifting tools and tackles shall comply to BIS and applicable reference standard number to be

quoted for each equipment.

" Any incident of failure and/or breakdown to be properly investigated and recorded.

" Pre-employment & periodic medical examination including Audiometry & Color blindness test

to be carried out for all EOT crane operators & drivers of lifting machines(Hydra, Forklift etc.). &

record to be maintained.

12.16. Competency: All contractors engaging 100 or more workers shall have to keep full time qualified

& experienced (minimum 5 years) Safety Officers with qualifications. Their Competency shall be

verify by Head-HSE. Factory Rule, 1952. Other contractors should appoint a safety supervisor

and/or co-coordinator for coordinating safety activities with company safety office.

12.17. Competency certificates (Experience and and/or or statutory qualification) for welders, Riggers,

electricians, Heavy earthmoving machine operators and/or drivers and other such specialist

workers, shall be submitted by each contractor to the respective department HODs.

87 | P a g e

12.18. Health Check Up : Contractor shall furnish Health Record as per Punjab Factory Rules and Vedanta

Sustainability Guidelines. Specific medical examination such as Spirometry, Eye test, Audiometry

is also required. Vertigo and other required test for working at Height Confined space entry shall

be carried out. Based on the Medical Report Certifying surgeon shall issue the fitness certificate.

TSPL Medical Officer Reserve the right to disqualify the fitness anytime is found unsatisfactory.

Contractor shall disclose & furnish the past medical History of worker suffering from

communicable disease or disease like epilepsy, vertigo and Heart Disease.

12.19. Vedanta Sustainability Frame Work and Life Saving Rules Compliance: Contractor shall ensure

compliance Vedanta Sustainability Frame Work and new safety Standards. Life Saving Rules is an

integral part of HSE Management which is considered as ZERO TOLERANCE POLICY. Hence

in no case contractor should violate the same. The Six Standards Viz. Electrical Safety, Confined

Space Entry, Isolation, Working at Height, Confined space Entry and Ground Control as per VSAP

must be strictly complied. The specific equipment like Personal and/or Group Lock, LOTO. Rescue

equipment and specific PPE like Arc flash suit, working at height, Gas detection system etc. to be

made available by the contractor.

12.20. Environmental Aspect: All precautionary measures to be adopted at workplace to prevent

Environmental Damage.

12.21. Maintenance of Safety Records & Reporting: The Contractor should maintain applicable legal

registers. Apart from the same they should maintain register of PPEs Issue, Training of employees,

Accident and/or Injury register, & Health checkup, Equipment details, Operator Authorization

details etc. Following information to be submitted at the end of the every month (before 3rd of

next month) to the respective Safety HODs directly with copy to site in charge.

A. - Total nos. of employees =

- Working hrs and/or days =

-Duration of contract (in days) =

B. STATUS OF SAFETY - GADGETS

- Nos. of helmets =

- Nos. of safety belt =

- Nos. of goggles =

Welding Goggles =

Grinding Goggles =

General Goggles =

- Nos. of hand gloves =

- No. of safety shoe and/or gum boot =

- Length of barricading tapes =

- Status of warning tags (like =radiography, road blocking, no entry etc. use)

C. INCIDENT STATUS

Name of safety representative =

- Nos. of minor injuries =

- Nos. of three days injuries =

- Nos. of major injuries =

- Nos. of fatalities (if any) =

D. INSPECTION RECORD

- Gas cutting set & welding =machine inspected on & by

- List of hand tools updated on =

- Hand tools inspected on & by =

88 | P a g e

- Ladders & lifting tools inspected =on & by

E.TRAINING RECORD:

No of Training Conducted & Topics Covered-

No of People Trained with Details of Trainer-

Signature of Site In charge

Name of the Contractor: #######.

12.22. Any additional report to be submitted shall be decided by our Safety HOD's at the site.

12.23. Responsibility: Ensuring Safety and prevention of any accident and/or incident of the employees

of the contractor shall be the sole responsibility of the contractor.

12.24. Violation & Penalties: In case of any violation of safety measures by the contractor or his

employees shall be taken seriously and in such situation our plant reserves it's right to cancel this

contract and and/or or suitably penalize the contractor as per Annexure-19

Annexure-19

Sl No Description of Unsafe Act and/or Conditions Penalty rate and/or

Violation ( Rs )

1 Nonuse of basic PPEs like (Safety helmet, Safety shoes 200 and/or -

2 Using welding machine without proper plug pin, ear thing & ELCB 500 and/or -

3 Taking power by inserting naked wires instead of appropriate plug. 200 and/or -

4 Taking electrical supply from DB without ELCB and/or RCCB 500 and/or -

5 Not using earth connection for electrical gadgets like grinder, drilling machines,

pump motors, blowers etc 500 and/or -

6 Nonuse of welding shield during Welding & nonuse of Safety goggles during cutting

and/or girding and/or drilling 200 and/or -

7 Not following Safety Work Permit System 500 and/or -

8 Not following the safety advice and/or instruction of our safety official.- 5000 and/or -

9 Bypassing safety interlocks or removal of safety guards 500 and/or -

10 Operating Hydra without Safety Guideline 1000 and/or -

Using chain blocks or lifting tackles which are not tested or not meeting safety

standards 1000 and/or -

11 Rolling of gas cylinders on the ground during transportation from one place to

another place 200 and/or -

12 Using gas cutters without flash back arrestors, damaged hose, and leaky cylinders 200 and/or -

13 Adopting short cut methods (Any Un-safe Act) 200 and/or -

14 Violation of Road Safety norms (As per policy 1st time - 2nd time onwards 200 and/or -

15 Violation of Road Safety norms (As per policy 2nd time onwards 500 and/or -

16 Violation More than twice - Ban of Vehicle and removal

of person from site.

17 Non availability of Gate pass at 50 and/or - person

18

For any accident due to the negligence of the contractor and/or contractor's deployed

agencies and/or workers or sub-contractors following penalties shall be levied as

mentioned below

18a Fatal Accident

89 | P a g e

10Lac and/or - or 50% of

Contract value (which one

will be Lower )

18b a. For Major and/or reportable accident (Permanent Disability) 5.0 Lacs

18c b. for reportable accident (Non-Permanent Disability) 50000 and/or -

12.25. Damages: Charges towards any damage of equipment and/or material at our site caused due to miss

handling by contractors workers and/or vehicle shall be deducted from contractor's bill after

assessment by our Engineer in charge .The assessment of our Engineer In charge shall be final and

binding on the contractor. All of the contractor's vehicle entering into factory premises must be

comprehensively insured.

12.26. No worker of contractor and/or contracting farm and the contractor himself shall be allowed to

consume alcoholic drinks or any narcotics within the plant premises. If found under the influence of

the above, the contractor and/or contracting firm shall have to change and/or replace him, failing

which we may terminate the contract.

12.27. Smoking within the battery area, tank farm, flammable material storage area & other such high risk

areas is strictly prohibited. Violators of the no smoking rules shall be discharged immediately.

Handling of flammable materials inside plant premises should be dealt with adequate protection so

as to avoid fire & Explosion .Instruction from respective Department and Safety Department should

be followed strictly for compliance of the same.

12.28. The contractor and/or contracting firm shall not deploy any person suffering from any contagious,

loathsome or infectious disease. The contractor should ensure high standard of Hygiene in his

workplace to prevent out break and/or spreading of contagious disease.

12.29. Reporting of Accidents & Dangerous Occurrences :The contractor shall immediately upon knowing

of any accident ,damage or losses in which he is involved on the site should inform the area in charge

.The contractor shall not negotiate ,pay settle, admit or repudiate any claim without the consent of

our company management.

12.30. Violation of life saving rules shall be taken seriously and in case of violation of any rules penalty of

Rs. 500 and/or - shall be imposed. In case of second violation Rs. 2000 and/or - shall be levied and

on third time person shall be agreed to leave the workplace and suitable penalty action shall be taken

against the contractor as per management decision.

12.31. Consuming Alcohol or drugs in strictly prohibited and in case violation person shall be removed

immediately.

12.32. Score card system shall be followed and Separate guidelines for same shall be issued by HSE Dept.

Time to time and accordingly appreciation and Penalty shall be imposed. A sample copy is attached

as reference. Point # 14shall vary as per nature of Job. Safety Score card may change time to time

based on company policy. Present safety score card as per Annexure-20

Annexure-20

Monthly HSE Score Card

Name of Contractor-Energo Month-

Sr.

No. Parameter

Max

Marks Scoring Criteria Marks Obtained Remark

1 First aid cases 10 For each First Aid case five marks

shall be deducted

90 | P a g e

2

Incident cases and/or Property

Damage and/or Fire incident

and/or Environmental Incident

4 For each incident case Four marks

shall be deducted

3 Compliance of Vedanta

Sustainability Frame work 8

For each violation of Vedanta

Sustainability framework 1(One)

marks shall be deducted. It

Includes:

a. Fleet Management

b. Machine Guarding up

keepment and fixation

c. Waste Management at

workplace

d. Health checkup of employees

4a Reporting of Near miss, Unsafe

Acts and conditions 8

Reporting of Near miss -10 (Full

marks - 5), Unsafe conditions -30

(Full marks - 3)

Unsafe Acts -20 (Full marks - 2)

4b

Percentage compliance of NCR

raised in Portal or Various

Audits

4 For each non compliances one

mark shall be deducted

5 No. severe safety Violation 5

5 marks shall be deducted for

severe safety violation (for 10

no's of 4s - 5 marks and for 5 no's

5S , 5 marks will be deducted)

6

a. Number of Tool Box and/or

HSE Talks - 5 marks

10

a. Prorata basis (No. of Safety talk

and/or month divided by average

man power)

b. Contractor Weekly HSE

meeting - 5 marks b. Prorata basis

7 HSE training, 5 8% coverage of total manpower

per month

91 | P a g e

8

Legal compliance status (Testing

of Lifting Tools & Tackles,

Safety Belts (full body harnesses,

Fall arresters)

4

1 mark will be deducted for each

non compliances observed on

site.

PTW Compliance 8 For deviation in each PTW case

two marks shall be deducted

9

a. Condition of Hand Tools

and/or Equipment and/or

Vehicle of the contractor

4

a. 1(One) mark will be deducted

for every non compliances

observed on site.

b. Condition and compliance for

movable equipment

b. 1(One) mark will be deducted

for every non compliances

observed on site.

10

House keeping (including waste

removal from workplace after

completion of work)

5

1(One) mark will be deducted for

each non compliances observed

on site.

11 Quality of PPEs and scaffolding

compliance 5

1(One) mark will be deducted for

every 1 non compliances

observed on site.

12 Safety motivational programme

and other initiatives 5

Compliance of safety

motivational programme and

submission of relevant

documents

13 job specific compliance

a Are Water spillage are being

cleaned daily 1

Marks will be Zero If found any

non conformity

b Fire protection system readiness 2 Marks will be Zero If found any

non conformity

c Are update list of vehicle driver

and/or WAH are available 1

Marks will be Zero If found any

non conformity

d Is Fire hydrant is charged &

working without water leakages 2

Marks will be Zero If found any

non conformity

e Is fire detection system is

working 1

Marks will be Zero If found any

non conformity

f Identification & mitigation of

any gas leak 1

Marks will be Zero If found any

non conformity

92 | P a g e

g Are health assessement of

workers are available 1

Marks will be Zero If found any

non conformity

h Is housekeeping of equipment is

ok 2

Marks will be Zero If found any

non conformity

i Are all signage are available 1 Marks will be Zero If found any

non conformity

j Behaviour of workers 1 Marks will be Zero If found any

non conformity

K

Is 5S initiative followed &

Kaizan has been implemented at

your work place

2 Marks will be Zero If found any

non conformity

TOTAL SCORE 100

Signature of Contractor In charge

Signature of TSPL Safety Officer

14 * Job Specific compliance score carries 15 marks. Scoring criteria is based on nature of job which is dynamic in nature

and will be changed whenever new requirement comes.

d) Penalty clause is applicable for HSE scorecard as per Annexure-21

Annexure-21

Sl.

Number

Order Value for short term contract or Running Bill and/or Month

value Penalty in assessment month

1 Less than 10 Lacks Rs 10000 and/or -

2 In between 10- 15 Lacks Rs. 15000 and/or -

3 More than 15 Lacks Rs 30000 and/or

12.33. If the safety Score is more than 95 % then contractor shall awarded Rs 50000 and/or -

(Fifty Thousand) as an Appreciation with certificate and the appreciation amount to be

disbursed for the safety of their employees.

12.34. Pre-employment and Half yearly health checks

12.35. Contractor has to ensure following mandatory health checks (but not limited to) for each

employee and workman in every six months

SPIROMETRY

AUDIOMETRY

E.C.G.

EYE TESTING FROM EYE-SPECIALIST

DIGITAL X-RAY CHEST

COLOR BLINDNESS

93 | P a g e

BLOOD TEST FOR

-Hb

-BLOOD GROUPING

-RBS and/or FBS

-URINE C and/or E

12.36. Any additional medical test required to be done as per Vedanta Sustainability Framework,

Vedanta HSE policy or any government rules & regulations if introduced during the contract

term, has to be done by the contractor for all their employees and workmen.

13. Important Information

13.1. The Performance Values and corresponding Liquidated Damages in respect of KPI’s shall be

calculated monthly in accordance with the following procedure:

13.2. Written calculations of the KPI’s carried out by the Owner’s Staff at the Plant shall be furnished

to the O&M Contractor, who may provide comments within ten (10) Business Days of receipt

thereof;

13.3. The Owner’s Staff at the Plant shall finalize their calculation of the KPIs within 10 days of every

month, which may be revised taking into account comments, if any of the O&M Contractor.

13.4. Based on the calculations finalized monthly, or any further revisions made on review thereof,

the Owner shall calculate incentive & penalties in respect of KPI’s at the rates set out above as

per Annexure-16 and forward these final binding calculations to the O&M Contractor

13.5. Notwithstanding any other provision in this O & M Service Agreement, the liability of the O&M

Contractor for any failure to perform any obligation hereunder or the consequences of any such

failure, for which penalties are expressly provided as the Owner’s remedy thereof, shall be

limited, except in cases of O&M Contractor fraud or misconduct, to payment of the

corresponding penalties and/or incentives.

13.6. Subject to as provided in this Section, it is understood and agreed that payment of the relevant

Liquidated Damages shall be the Owner’s sole discretion and exclusive remedy for damages

with respect to any shortfall in production of energy.

13.7. Owner reserves the right to have independent audits of the KPI’s and other matters relating to

the Facility carried out at any time and the Parties shall implement the findings of such audits

in good faith.

13.8. O&M Contractor shall be liable to compensate the Owner for any act and/or omission and/or

any breach and/or fault resulting in imposition and/or creation of monetary liability of any kind

on the Owner which can be attributed to default or breach in performance of obligations of the

O&M Contractor under this O&M Service Agreement.

94 | P a g e

14. Important Inclusion, exclusion and Owner’s responsibility

Inclusions, exclusions and owner’s responsibility for CHP O&M

14.1. Inclusions in the scope of work

14.1.1. Scope of this contract covers supply of all consumables required for operation and maintenance

purpose, testing work and to maintain the plant. However process chemicals; lube oil,

hydraulic oil and grease are in Owner scope. Tentative list of Tools Tackles and List of

Equipments is attached as “Annexure-5 - Tools Tackles and List of Equipments. It is

responsibility of O&M Contractor to arrange all consumables timely to ensure work completion

in stipulated time duration. Quality of consumable is very important and thus only reputed

company consumables should be used for equipment. O&M Contractor to get all make and

brand certified by Owner.

14.1.2. General Purpose O&M Consumables but not limited to which go permanently into machines.

14.1.3. Civil repair works up to Rs 70,000 per month or Rs 8, 40,000 per annum, Civil work unit rates

as per Annexure-26

Annexure-26

Civil work BOQ of Coal Handling Plant

Sn. Particulars Unit Unit Rate

1

Providing and laying in situ, cement concrete of trap and/or granite and/or quartzite

and/or gnesis metal for foundation and bedding including bailing out water, plywood,

steel formwork, compacting, finishing uneven and honeycombed surface curing etc

complete.

P.C.C 1:4:8 Cum

2

Providing and casting in situ, cement concrete of trap and/or granite and/or quartzite

and/or gnesis metal of approved quality for RCC works as per detailed design and

drawing including bailing normal dewatering, plywood and/or steel formwork,

compacting, finishing uneven and honeycombed surface with curing etc. complete. (

Excluding cost of Reinforcement)

M 25 Cum

3

Providing and fixing in position HYSD tor steel bar( IS 1786 grade Fe 415 and/or 500

) reinforcement of various diameters for RCC structures etc. complete (including cost

of binding wire).

MT

4

Providing second class brunt brick masonary with conventional and/or IS type brick

in cement mortor 1:6 ,including bailing out water, striking out joints on exposed faces

and watering complere.

Cum

5

Providing cement plaster in following thickness with appropriate coats in cement

mortar in following proportions to concrete and/or Brick masonary or stone surface

in all positions including scaffolding and curing with super plasticizer as and when

directed etc. complete.

Outer Surface 15 mm thick in CM 1:4 Sqm

6 Providing and applying 2 coats of Super Snowcem over cement based waterproof

paint or equivalent to plastered External surfaces of building

Outer Surface Sqm

95 | P a g e

7 Providing and applying 2 coats of acrylic Emulsion paint and/or OBD over a coat of

primer to internal surface of building.

Internal Surface Sqm

8

Aluminium glazed Doors, windows and ventilators with anodised aluminium section

of BECO or approved equivalent with necessary fittings and fixtures as per IS 1948

and IS 63400

Sqm

9

Providing and fixing white glaze tiles confirming to IS 777 of earthenware, covered

by a glaze( gloosy or matt) thoroughly matured and fitted to body. Tile shall be of size

148.5x148.5 mm in size or as directed by EIC.Thickness of tiles shall be 5 mm to 6

mm. Tiles shall be fixed with cement mortor of 1:4 of 10 mm thickness( for floor)

and/or 12 mm (for wall) and with grey cement slurry spread over cement mortor etc

complete.

For Toilet and Bathroom Sqm

10 Providing and fixing Acid resistant tile lining for battery room as per detail drawing

and specification and as directed by engineer in charge.

Wall upto 3 m ht sqm

11 ROOF WATER PROOFING

Providing and applying polyurethane based water proofing paint on sloping and/or flat

roofs

On SWGR Roof Sqm

12 Providing and applying Enamel Paint in 2 coats over 2 coats of Zinc chromate primer

Building walls upto hight 2 M Sqm

Equipments and structure of CHP Sqm

13 Providing and fixing 5MM thk plane glass of Make Saint Gobain or Modi Guard. Sqm

96 | P a g e

14.1.4. Plumbing jobs including pipes & fittings, wherever required in railways & CHP are in

contractor scope

14.1.5. Carpentry jobs for CHP & Railways buildings would be under contractor scope.

14.1.6. Excavation where ever required in railways & CHP depth upto 2mtrs is under contractor scope.

14.1.7. Belt vulcanizing machine up to belt width 1800mm jointing, is in contractor scope.

14.1.8. AMC of LOCO, DOZER and Hydraulics shall be under contractor scope.

14.1.9. AMC of Air conditioner including spares of all the AC’s in railways & CHP area including all

the equipments are under contractor scope/ battery limit.

14.1.10. Drinking water to their employees & workman to be arranged by the O&M contractor.

14.1.11. During the term of contract, any new system install, the contractor has to ensure the operation

& maintenance of new system.

14.1.12. Painting and/or whitewashing of all buildings in CHP & Railways to be done by the contractor.

All interiors of CHP wagon tippler house, conveyor transfer houses, conveyor galleries, all

underground areas to be whitewashed every year. All other buildings in CHP & Railways to be

whitewashed and/or painted every alternate year considering painting done in first year of the

contract.

14.1.13. O&M RESPONSIBILITY MATRIX as per Annexure-22

Annexure-22

Responsibility Matrix

Sl.

No. Description of work / Activity

Responsibility

Matrix / Scope REMARK

OWNER O&M

1 Total Maintenance of the Railways

& CHP √

Total maintenance of Railways & coal handling plant

mechanical, electrical and instrumentations and control

equipments of the plant and relevant facilities. Any

equipment added in future for plant requirement. This

includes Routine, Preventive, Predictive, Overhaul maint.

Etc.)

PLC maintenance shall be in O&M contractor scope

2 Total Operation of the Railways &

coal handling plant √

Operation of complete Railways & CHP is in the scope of O

& M contractor.

O&M contractor should depute graduate qualified engineer

as a shift in charge.

Complete Local Operations of coal handling plant, HT &

LT Switchgears.

O&M contractor shall provide other required qualified

engineer, technicians, operator, fitter, electricians to deliver

the required services.

3 All type of Fuel required for O&M √ √

Diesel for locos & dozers shall be supplied by OWNER,

however collection of diesel from storage facility and filling

in the locos & dozers to be done by the contractor.

If diesel facility is not available or diesel is not available at

site then O & M contractor has to arrange diesel from

outside and cost shall be reimbursed based on actual

consumption

97 | P a g e

4 Lubricants which go into the

System / equipment √

lubricants, hydraulic oil, and grease which go into the

System / equipment for routine & preventive maintenance

(preventive maintenance as per the OEM schedule) shall be

provided by the owner.

5

All type of Consumables which

goes in to the System / equipment

including Plant General Lighting

Other consumables like general lighting, cable jointing kit,

welding electrodes, nut and bolts, gaskets, general gland

packing, shall be in the scope of O&M contractor

6 Spares Parts which goes in to the

System / equipment √

Gases –welding/cutting gas, refrigerant gas, calibration gas

also in the scope of O&M contractor.

Minimum stock /re ordering level to be maintained as

specified by the owner.

All consumables to procure from approved vendor list

provided by owner.

7 Inventory of Spare Part in

accordance with the OEM’s √

Spares planning, spares inventory management and timely

indents with proper justification shall be done by O&M

contractor. O&M contractor is responsible for inventory

monitoring, continuous checking of the availability of

spares agreed mutually and timely indents.

Also reverse engineering as and when required shall be in

scope of O&M contractor

Benchmarking of Inventory with other same size reputed

Railway & coal handling plants is also in the scope of O &

M contractor.

8 Workshop Repair √

Workshop jobs up to Rs 10,000 per month or Rs 1, 20,000

per year shall be in O&M Contractor’s scope. Beyond this

value, if the work is got done with prior approval of TSPL,

cost shall be reimbursed on submission of documents at

actual basis. O&M contractor has to arrange loading/

unloading/ packing and removal/refixing and transportation.

However owner shall assist to provide necessary gate pass

and other documents.

9 Motor Rewinding √ √

All LT motor rewinding shall be in the scope of O&M

contractor. Any repair required in rotor, bearing housing,

end cover etc shall be in scope of O&M contractor.

Rewinding of HT motors to be done by O & M contractor as

per additional services clause & same to be reimbursed at

actual cost.

98 | P a g e

10 OEM visit/services √ √

AMCs with OEM for critical eqquipments shall be done by

the owner, coordination and execution of AMC jobs to be

done by the contractor on day-to-day basis.

11 Waste Disposal √

O&M contractor shall be responsible for waste disposal

system. This includes disposal of scrap steel, rubber waste,

lube waste, jute, cotton etc. to designated place within the

boundary limit

12 Disposal of Solid/liquid Waste √

All solid waste like stone from coal to be disposed by the

O&M contractor to some designated mutually agreed place

within plant Boundary.

All solids and liquid waste are to be disposed by the O&M

contractor as per PCB norms & good housekeeping practices.

13 Fire Fighting Equipment √

Operation & Maintenance of all firefighting equipments like

hydrants, sprinklers, fire suppression system, deluge valves,

fire detection & protection system is in O & M contractor’s

scope

14 Plant Safety and Security √ √

Deployment of Security agency is in the scope of Owner

however area wise security and safety shall be in the scope

of O&M contractor.

15 Plant Up keep services √

Housekeeping of the entire Railways & CHP shall be in the

scope of O&M contractor. Housekeeping Vendor has to

ensure that housekeeping of entire plant shall be based on

5S. Housekeeping shall be performed by using mechanized

equipments like industrial vacuum cleaner (4 Nos.),

sweeping machine (1 no.), bobcat (1 no.), and mechanized

floor sweeping machine. Manual housekeeping shall be

performed in the area where mechanized cleaning is not

possible.

To have regular thrust on Housekeeping there shall be

periodical audits by joint member committee and

performance shall be evaluated based on monthly scoring

system. The committee shall give the score as per the

standards formats of 5S which shall be prepared during

implementation stage of systems. Penalty is applicable if

score is below 80%

16

Maintenance of internal roads,

building and all major/minor civil

works

All Repair & day to day maintenance of offices, storage

sheds, civil repair and workshop shall be done by O&M

contractor. Drain & road cleaning to be ensured on regular

basis. Civil/painting/glass work up to Rs. 70,000 per month

or Rs 8,40,000 per annum is in contractor’s scope

17 Insurance for the Plant &

Machinery as applicable √ √

Owner shall obtain required plant and machinery insurance

and shall also pay for the renewals.

All required works for the insurance are made by O&M

contractor.

18 Personnel Insurance & required by

government rules √

All statutory requirement related to O&M contractor

personnel in O&M contractor scope

19 Material shifting from stores √

All arrangement for transportation including crane, hydra,

and trailer from owner’s store to site shall be in the scope of

O&M contractor.

99 | P a g e

20 Fuel Management, Inventory

Management √ √

O&M contractor shall assist in maintaining the Owner’s

inventory plans. This includes necessary physical

verification, heap/batch reconciliation.

21 Regular, Preventive, Breakdown

maintenance √

All maintenance plans for the year to be submitted to Owner

at starting of the year. Monthly reports including vibration

analysis and health of the equipment has to be submitted to

Owner regularly. All check lists, equipment history cards,

any package used for computerized maintenance planning

has to be handed over to Owner and at the end of contract

period.

22 Annual Maintenance Contract with

OEM (Not Limited to) : √ √

AMCs with OEM for critical eqquipments shall be done by

the owner, coordination and execution of AMC jobs to be

done by the contractor on day-to-day basis.

23 Annual shut-down & Overhauls √ All annual overhauls shall be in the scope of O&M

contractor

24 Tools and Tackles √

All other tools and tackles shall be in the scope of O&M

contractor as per the given tools list.

25 Use of EOT cranes/lifting hoists

Cranes √

EOT/lifting hoists shall be handed over to O&M contractor

Proper up keeping shall be in the scope of O&M contractor

including qualified operator, load testing as per statutory

requirement and necessary approvals.

26 Use of Equipment Handling

System √ All handling equipment shall be with O&M contractor.

27 Training & Development of O&M

contractor’s staff √

O&M contractor shall provide the On the job training (OJT)

to contractor’s staff in operation and maintenance as and

when desired.

28 Manpower for O&M √

All domain expert/area managers are to be mobilized within

the allowed mobilization period. The deputation of area in-

charges/ managers/engineers shall be done only after

interviewed and finally after approval by owner.

O&M contractor has to maintain the manpower as per the

agreed requirement, If manpower shortfalls by less than

95%, then penalty shall be imposed as per the clause

29 ISO, WCM, TPM, AO, 5S,

Sustainability √ √

Obtaining ISO /OHSAS certification shall be in the scope of

Owner, however necessary support/documentation shall be

provided by O&M contractor. Implementation of TPM,

WCM, 6Sigma & 5S shall be in the scope of operator.

30

Suitable Office accommodation &

furniture including storage

facilities, rest room & office

equipment facilities

Office building for staff members shall be in the scope of O

& M contractor. Furniture & all other Furnishing (IT,

Phones etc) as per the requirement shall also be in the scope

of O&M contractor.

31 Medical Facilities at site √ √ Medical facilities, as available in the factory premises shall

be provided by Owner.

100 | P a g e

However the required emergency services like Ambulance,

First Aid & Dining facility has to be kept ready by O&M

contractor.

32

Residential Accommodation, staff

boarding/lodging, conveyance,

food, uniform, PPEs

√ O&M contractor’s responsibility.

33

Statutory Compliances

Environmental aspects Electrical

Inspectorate Factory inspectorate /

Licensing and Permits from local

& central authorities

All statutory compliances like third party inspection (TPI)

of wagon tipplers (RDSO approval), Hoist/EOT statutory

inspections, pressure vessel statutory inspections, lifting

tools/tackles statutory inspections, belt scale calibrations,

walky-talky/ Long distance telephones license etc. to

be done by the contractor.

34

Evaluation of Plant Operation and

furnishing recommendations on

cost effective ways to improve the

Plant Performance.

√ O&M contractor’s responsibility.

35

Testing Instrument

The testing equipments as provided by OEM/EPC shall be

handed over to O&M contractor

Proper up keeping of these equipments shall be in the scope

of O&M contractor. Further Required equipments shall be

purchased by Owner

36 Mobile Crane and Truck / Trailer

with Operator, as & when required √ O&M contractor’s responsibility

37 Involvement of Sub contracting

agencies √

All core areas should be under direct control of O&M

contractor. O & M contractor has to ensure onsite safety of

all subcontract workforce. However for special areas where

some sub agencies are needed, it should be approved by

Owner.

38 Supervision of sub-contracting

services √ O&M contractor responsibility

39 Belt vulcanizing √

Belt vulcanizing machine shall be provided by the owner.

Maintenance & up keeping of the machine is in contractors’

scope. Belt jointing kits, manpower & any other consumable

is O&M contractor’s responsibility

40

Modification Jobs – Major or

Minor including Repair/

Reclamation of sub-components

√ √

Execution by O&M contractor, Spares by Owner. Structural

fabrication work of 5MT per month or 60MT per annum is

in contractor’s scope. Steel shall be provided by the owner.

Any small modification/improvement required is in

contractor’s scope

41

Proactive & Reliability Centered

Maintenance philosophy should be

adopted for the maintenance

√ √

Vibration analysis and oil analysis to be provided by owner.

However contractor has to assist the vibration analysis

agency & oil sample collection as per schedule

42 Overhauling and Testing of all

Transformer √ √

Testing and Minor Repairs in O&M contractor Scope

including transformer oil analysis on yearly basis and

Major Repair in Owner Scope .

43 Structural & piping Jobs √ √

Any structural and piping jobs required for maintenance,

shall be in scope of O&M contractor. However, steel

required to be provided by owner. Structural jobs shall be

limited to 24 MT per year. Painting of the same shall also to

be done.

44 Pest Control √ O&M contractor’s responsibility.

45 Special Manpower Deployment

during Monsoon √

O&M contractor’s responsibility (As Per instructions of

EIC)

101 | P a g e

46 Improvement Coal Handling

Plants & Quality Circle √

O & M contractor has to take necessary Improvement Coal

Handling Plants & shall make Quality Circle teams to

enhance the Efficiency of the Power Plant

47 Refurbishment of 2000(Nos) idlers √ O & M contractor has to refurbish the idlers & reuse the

usable idlers

48 Purchasing/ procurement of

Ballast for rail tracks √

Around 2000 tons per annum, but not limited to required

quantity

49

AMC of LOCOS, DOZERS,

HYDRAULICS, AIR

CONDITIONERS AND BELT

SCALE CALIBRATION

√ Contractor has to finalize the AMCs before signing the O &

M contract as per outlined scope of work

50 Housekeeping of all the areas

within the battery limit √

No coal dust on any of the equipment & clean all the houses

and/or buildings and conveyor galleries

14.2. Exclusion from Scope of Work Owner’s Responsibility

14.2.1. Condition monitoring of equipment like vibration monitoring and analysis, noise testing,

lube oil and/or hydraulic oil testing.

14.2.2. In plant premise Owner shall provide land at free of cost to build office, store etc. Single

point light and water supply within 500 meter of allocated space for office construction

approved by tspl, as per Vedanta sustainability standard.

14.2.3. To provide available drawing, P&ID’s, manuals hard or soft copies for reference.

14.2.4. To provide special tools and/or fixture supplied by OEM

14.2.5. To provide spares.

14.2.6. 4 no’s of Dozers

14.2.7. Fire extinguisher & its refilling.

14.2.8. Lube oil, hydraulic oil, grease & pulley lagging shall be provided by Owner

15. List of Tools Tackles

15.1. All required tools & tackles for smooth running of entire Railways & CHP system are in O&M

Contractor scope. Indicative list of minimum no. of tools is as per annexure-5. Any other tool

required during the execution of the contract has to be arranged by the contractor.

Annexure-5

Tools for Rake Operations

Sl.

No Tool Description Specification Quantity

1

Walky talky and/or Long distance

cordless telephones (with proper

license)

RDSO Approved

20

2 Tricolor torch 26

3 Red & Green hand flag 40 each

4 Wheel skid 16

5 Point clamp 32

6 Banner flag for LC gate 24

102 | P a g e

7 Mobile for communication As per req.

Tools for Loco Maintenance

Tool Specs Qty Make

1 Open Spanner Set 6 - 32 mm 1 Taparia

2 Ring Spanner Set 6 - 32 mm 1 DEP 12

3 Adjustable Spanner 205 mm 1 18010

4 Adjustable Spanner 255 mm 1 1171-

8/1171N-8

5 Pliers 210 mm 2 1172-

10/1172N-10

6 Nose Pliers 170 mm 2 1621-8

7 Cutting Pliers 165 mm 2 Long Nose

1430-6

8 Circlip Plier 195 mm 1 1121-6

9 Circlip Plier 180 mm 1 Straight

1441-7

10 Insulated Screw Driver 286 mm 2 Bent 1442-7

11 Small Screw Driver 185 mm 2 937 I

12 Line Tester 180 mm 2 P5 861 100

13 Screw Driver Set 2 815

14 Bi Hexagonal Socket Set (Bigger size sockets) 1 821

15 Bi Hexagonal Socket Set (Smaller size sockets) 1 S 3/4 BH

16 Pipe Wrench 300 mm 1 S-14M X L

17 Pipe Wrench 450 mm 1 1273

18 Hammer with handle 1.6 kg 2 1275

19 Hammer with out handle 3.6 kg 2 GH 1500

20 Soft Faced Hammer with Handle 0.8 kg 1 SHH 3600

21 Tubular Spanners Set 1 SFH 40

22 Octagonal Chisels 200 mm 4 TS 08

23 Leather hole punch set 2 105

24 Center Punch 100 mm 2

25 Tin Cutter with Spring 250 mm 1 1884

26 Gear Puller 250 mm 1 TCS 10

27 Allen Key Set mm 1 BP 310-3

Legs

28 Allen Key Set Inch 1 KM-9V

29 Hack Saw and blades 12 inch 2 TWR 400

30 Steel Scale 30 inch 1

31 Multimeter 2

32 Wooden Saw 2 Motwane

103 | P a g e

33 Oil Can 2

34 Crow Bars (Badi) 2

35 Tomy Bars 2

36 Filler Gauge 2

37 Benjo Bolt Spanner 1-1/3 1

38 File Flat, round, half round fine and rough 2 each

39 Meger 1

40 Pneumatic grease gun (with all fittings for greasing of axle

box) 25 kg 5

41 Grease gun (with all fittings) 5 kg 5

42 Rerailing Kit 1 Set

Tools for Track Maintenance Sl.

No

Tool Description

Specification Quantity

1 Crow Bar

30 Nos

2 Rack Ballast

30 Nos

3 Spade

1.8 Kg 18 Nos

4 Fish Bolt Spanner

42 mm 12 Nos

5 Box Spanner

24 mm 18 Nos

6 Drill bit with socket

22, 28 and 32 mm 12 Nos

7 Rail Dolly

04 Nos

8 Rail Tongs

06 Nos

9 Diplorry

03 Nos

10 Rail Lifting Jack

15 tons 12 Nos

11 Gauge cum level

Model ST-2 06 Nos

12 Pin Cut Bari

10 Nos

13 Spirit Level 6" Model SL-2 06 Nos

14 Rail Cutting Machine

01 Nos

15 Rail Drilling Machine

01 Nos

16 Generator

01 Nos

17 Rail Grinder

01 Nos

18 Welding Joint Cutter

60 Kg rail 01 Set

19 Petrol Burner

01 Set

104 | P a g e

20 Crucible with stand, die holder and accessories. 01 Set

21 Gamla (Tagadi)

30

22 Axe

10

23 Spade

15 Nos

24 Hand Panja

30

25 Hand Panji

30

26 Hammer

6

27 Banner flag

6

28 Permanent way measuring kit TK-1 02 Nos

29 Jim Crow

04 Nos

Tools for S & T Maintenance

s.no Tool Name Reqd. Qnty

1 Digital Clamp Multimeter with provision of measuring AC/DC

voltage, Current, Resistance &frequency. 2

2 Earth Resistance Meter kit : 2

1)Earth Resistance meter 2) 04Nos of testing Probes 3)4x10mtrs

connecting wires

3 Screw drivers sets 2

4 Nose pliers 2

5 Flat Nose pliers 2

6 Wire strippers with multiple provision for stripping different wire

sizes. 2

7 Soldering Iron 25Watts 2

8 Soldering Iron 75watts 2

9 Solder wire normal (22 swg) 2x500gms

10 Solder wire heavy (35 swg) 2x500gms

11 Cable meggering meter 2

12 Handheld electric drill machine 1

13 Track drilling machine manual cycle type for channel bond

pin drilling 2

14 Electric Arc Welding Set portable type 1

15 Battery Hydrometers range-1.100 -1.300 5

16 Point Gauge 1.62/3.25/5.00mm 5

17 Cable fault detector & locator kit 1

105 | P a g e

18 Spanner open no. 30 -32 , 16 -17 , 36-41, 20-22 2 each

19 Spanner ring no. 16 -17 2

20 Open Spanner no. 50 2

21 Adjustable spanner 16" 2

22 Box Spanner 12- 13 4

Tools for CHP

S.

No. Tool

Qty

1 All kind of Spanners, As required

2 Hammers, As required

3 Chisel, As required

4 Files, As required

5 Calipers, As required

6 Pliers, As required

7 Screw Driver, As required

8 Portable Drilling Machine, As required

9 Pneumatic Grinding Machine, As required

10 Grinding Machines, As required

11 Panel Sheet Cutting Jig – Saw Machine, As required

12 Cable Gland Hole Cutter, As required

13 Hydraulic Hole Punch, As required

14 Air Blowers, As required

15 Hot Air Blower, As required

16 Lamp Heater, As required

17 ARC and TIG welding machines with generator or rectifier etc., As required

18 Welding Transformers As required

19 Portable Welding Machines As required

20 Gas cutting set, As required

21 Slings As required

22 Chain Blocks As required

23 wire ropes

As required

24 Hydraulic Jacks As required

106 | P a g e

25 Ellen keys As required

26 Wrenches As required

27 socket spanners As required

28 test lamps, As required

29 testers, As required

30 discharge rods, As required

31 multi meters, As required

32 Meggers As required

34 Lifting Tools &Tackles As required

36 Transport Vehicles As required

38 Hydraulic Mobile Crane As required

40

Truck for transportation of spares and materials, Bus and Van for

transportation of workmen

As required

42 Wire Rope As required

50 Tap sets up to 8 mm As required

52 Filler gauges, As required

54 screw gauges, As required

56 Vernier calliper As required

58 Drill Machine As required

60 Drill Bits As required

62 Digital multimeters As required

64 AC & DC Clamp on meters As required

66 Mobile Scaffolding cum Ladder upto 14 mtrs

68 Scaffolding material. upto 14 mtrs

70 Ladders of various heights.

72 Hydraulic Jacks (100 T, 50 T & 25T). 2 set from each

74

Slings(32 mm,25mm,50mm)-

4 no’s of each

type - 6 mt.& 3

mt. of length

76 Portable welding machines 15

78

Hydraulic tools (100 mm dial pressure gauge- 4 no’s, minimess hose

1.5 mt.- 4 no’s and 2 mtr 4 no’s, 4 minimess couplings)

80 Hilti-Machine 2

82 Wire Rope (16 mm) 300 mt.

84 Fire blankets 4

86 Dye Machine(thread cutting –plumbing material) 1

107 | P a g e

88 Induction coil heater for bearing fitment 2

96 Chain Block-5 Ton 15

98 Grease gun’s- 10 kg- 10

100 Winch m and/or c- 10 T,25 T 1 each

102 Vernier Caliper 1

104 Drill machine (bit size up to 16mm)-

106 Gas detectors 1

108 US thickness tester 1

110

Electric wrench –

2 to 3 different

types for torque

ratings

112 Oxygen level meter 1

114 Anemometer for underground ventilation monitoring 1

116 Lux level monitor 1

118 Infrared temp gun 10

120 Co-methane tester 1

122 Re-railing kit 1

124 Belt vulcanizing Machine 1

126 Thermography kit 1

127 Hydra New generation 1

128 Vacuum cleaner 3

129 Tractor with trolley& scrapper 1

108 | P a g e

15.2. Tools for all HT & LT motors shifting & overhauling.

15.3. All lifting tools must have third party certificate for their healthiness.

15.4. DG set welding M/C as when required for maintenance.

15.5. Adequate no of Measuring instruments like Digital multimeters, AC & DC Clamp on meters,

Insulation testers – 500V & 2.5 KV, Motor Checker, multimeters, 02 sets of Box Spanner sets,

Hydraulic Crimping tool up to 1000 Sqmm, 05 no of manual Crimping tools up to 16 Sqmm, 03

Kits of Electrician tools of Everest and/or Taparia make, soldering iron, De-soldering pump, pipe

wrench 300 mm, etc. files of all types & sizes.

15.6. All the electrical and C&I technician group should be equipped with minimum tools

15.7. Local Store: Maintaining the local store with the history of spare issued and used; proper tagging

and health card and/or testing date to be fixed. Testing of spare parts before use. Maintaining the

defective parts, damaged batteries, used grease. Monthly reconciliation status of spares, lubricants,

motors, bearings. Etc. Defective parts only be declared as scrap with the approval of owner. If the

owner repairs any defective component and/or part and/or equipment declared as scrap by the

Maintenance Contractor shall be debited from Maintenance Contractor’s bill.

16. List of Consumables to be maintained by O&M contractor Contractor has supply all consumables other than lubricants, oils & greases (Provided by TSPL).

Contractor has to maintain continuous availability of consumables as per Annexure – 27. Any

additional consumable if required during execution of the contract has to be arranged by the contractor

ANNEXURE -27

List of Consumables

S.

no. Consumables S. no. Consumables

1 Ana Bond 66 Steam gasket sheets

2 Araldite 67 Teflon tape

3 Banian Cloth 68 Twine

4 Battery (Pencil) 69 Varnish

5 Battery Torch cell 70 Welding glasses German and/or white)

6 Brush 71 Welding holders

7 LED and/or Bulbs (15W and/or 60W

and/or 24V) 72 Wire brush

8 Chalkpieces 73 Wood screws

9 Coir rope 74 All kinds of general purpose nut and/or bolts

and/or washer and/or screws and/or

10 Conical grinding stone 75 All kinds of High strength nut and/or bolts

and/or washer and/or screws and/or

11 Coton tape roll 76 Hydraulic O-rings and O-ring repair kits

12 Cotton waste 77 Small spares like washer, small screws of size

up to10 x 75 mm etc.

13 CRC 2-26 ( Contact Cleaner) 78 dresser gaskets

14 CTC ( Carbon Tetra Cloride) 79 victolic gaskets

15 Cutting nozzle 80 rubber kits for valves

109 | P a g e

16 DA gas, oxygen gas 81 fluid hoses

17 Drill bits 82 locking pins,

18 Emery sheet (Coarse and Fine) 83 Belt Jointing material

19 F.G. Tape varnished roll 84 Dye Penetartion Kit

20 Fevicol 85

conduit material, wiring, cables, lugs, gland,

JBs, ladder, ferul, etc. required in vendor

scope.

21 Fevifold 86 argon gas

22 Fibre glass sheet 87 welding electrode and filler wires

23 Ferrules of different sizes 88 Nitrogen gas required in hydraulic systems

24 Fibre sleeve 89 Nitrogen filling kit

25 Gaada cloth 90

necessary tape (PVC and/or Para and/or

Empire and/or Fiber-glass and/or Glass mica

and/or Cotton, Teflon)

26 Gasket (rubber) 91 Lugs

27 Gasket oil sheets 92 cotton waste

28 Gaskets 93 cotton cloth

29 Gasket oil papers 94 Kerosene

30 Gland rope 95 de-soldering pump

31 Gouch screws 96 24V hand lamp with transformer

32 Grinding paste (coarse and fine) 97 test board

33 Grinding wheel (Cutting and/or

Buffing) 98 Belt fasteners

34 Hacksaw Blade 99 Felt seals

35 Hand Gloves(Leather and/or Cotton

and/or Rubber and/or Asbestos) 100 asbestos rope

36 Holdite Graphite compound 101 U-clamps

37 All types of shims and/or packings 102 Pipe clamps

38 Torch 103 Ballast

39 Holdite liquid sealants 104 Jute Bags

40 Hose clamps 105 Cement Bags

41 Jointing sheets 106 Belcha

42 Insulation screws 107 Kassi

43 Insulation tape 108 Phawada

44 Kerosene 109 Bathal

45 Lead wire 110 Mops, brooms, wipers, floor cleaners, phenyl,

hand wash, toilet cleaners, room fresheners etc.

46 HT,LT Aluminium Lugs of different

sizes 111 panel indication lamps

47 Loctite (Flange seal ant, Thread

sealant,Bearing retainer) 112 masking tapes

48 M Seal 113 copper and/or SS and/or GI and/or PVC tubes

& fittings

110 | P a g e

49 All type of Fasteners like Bolt and/or nut

and/or washer 114 plastic cellulose tapes

50 Welding electrodes 115 fiberglass tapes

51 O Ring and/or Chord 116 soap

52 PVC solution 117 silicon sealants

53 Paintbrush 118 Calibration gases

54 Pendant holder 119 Buffer solution for PH calibration,

55 Petrol, Diesel 120 Batteries for instruments

56 Petrleum jelly 121 Plastic sheets & tying

57 Precision blue paste 122 detergents

58 Raval plugs 123 disinfectants

59 Rustolene 124 insulating varnish

60 Sand paper 125 Paint,

61 All kinds of washers 126 solvent

62 Shellac 127 AC coolant gas

63 Shims 128 Water Hoses

64 Soldering paste 129 Spark Lighter

65 Soldering rod

Remarks: The above list is not comprehensive. Other Consumables and/or non -machine specific spares also shall

be supplied & maintained by the contractor.

17. PM schedule as per Annexure-3

Annexure-3

PM schedule - Mechanical

Equipment Name plate Text PM

frequency Equipment Name plate Text

PM

frequency

10062783 Maint Plan for Conveyor 1 B Monthly 10064687 Impulse fabric collector for

crusher B Monthly

10064560 Impulse fabric collector FOR

NO.7 TT B Monthly 10062811 Maint Plan for Bulldozer-1 Monthly

10062788 Maint Plan for Conveyor 2A Monthly 10063798 Maint Plan for Conveyor 7A Monthly

10062812 Maint Plan for Bulldozer-2 Monthly 10063898 Maint Plan for #2 Sampling

system-12A Monthly

10064561 Impulse fabric collector FOR

NO.7 TT A Monthly 10064688

Impulse fabric collector for

crusher A Monthly

10062789 Maint Plan for Conveyor 2B Monthly 10063799 Maint Plan for Conveyor 7B Monthly

10062813 Maint Plan for Bulldozer-3 Monthly 10063899 Maint Plan for #2 Sampling

system-12B Monthly

10064562 Impulse fabric collector FOR

NO.7 TT C Monthly 10064693

Impulse fabric collector

FOR NO 5 TT B Monthly

10062770 Maint Plan for Wagon tippler

pump-1 Monthly 10063807 Maint Plan for Conveyor 9A Monthly

111 | P a g e

10062792 Maint Plan for Conveyor 3A Monthly 10064694 Impulse fabric collector

FOR NO 5 TT A Monthly

10062814 Maint Plan for Bulldozer-4 Monthly 10062812 Maint Plan for Bulldozer-2 Monthly

10063825 Maint Plan for Ring hammer

crusher-A Monthly 10063808 Maint Plan for Conveyor 9B Monthly

10063829 Maint Plan for Cushion roller-A Monthly 10064695 Impulse fabric collector FOR

NO.6 TT A Monthly

10063830 Maint Plan for Cushion roller-B Monthly 10062813 Maint Plan for Bulldozer-3 Monthly

10064563 Impulse fabric collector FOR

NO 8 TT Monthly 10063811 Maint Plan for Conveyor10A Monthly

10062751 Maint Plan for Wagon Tippler-B Monthly 10064696 Impulse fabric collector FOR

NO.6 TT C Monthly

10062793 Maint Plan for Conveyor 3B Monthly 10062814 Maint Plan for Bulldozer-4 Monthly

10063827 Maint Plan for Ring hammer

crusher-C Monthly 10063812 Maint Plan for Conveyor10B Monthly

10063828 Maint Plan for Ring hammer

crusher-D Monthly 10063815 Maint Plan for Conveyor11A Monthly

10063831 Maint Plan for Cushion roller-C Monthly 10063816 Maint Plan for Conveyor11B Monthly

10063832 Maint Plan for Cushion roller-D Monthly 10063821 Maint Plan for Conveyor12A Monthly

10064652 IMPULSE FABRIC

COLLECTOR FOR TT 0 B Monthly 10063822 Maint Plan for Conveyor12B Monthly

10062772 Maint Plan for Wagon tippler

pump-3 Monthly 10063823 Maint Plan for Conveyor13A Monthly

10062796 Maint Plan for Conveyor 4A Monthly 10062744 Maint Plan for Wagon

Tippler-A Monthly

10064653 IMPULSE FABRIC

COLLECTOR FOR TT 0 A Monthly 10063824 Maint Plan for Conveyor13B Monthly

10062797 Maint Plan for Conveyor 4B Monthly 10062811 Maint Plan for Bulldozer-1 Monthly

10064678 Impulse fabric collector FOR

NO 1 TT B Monthly 10062782 Maint Plan for Conveyor 1 A Monthly

10062802 Maint Plan for Conveyor 5A Monthly 10062746 Motor double-track bridge

crane WTH#1 Monthly

10063833 Maint Plan for Roller screen-A Monthly 10062783 Maint Plan for Conveyor 1 B Monthly

10064679 Impulse fabric collector FOR

NO 1 TT A Monthly

10062803 Maint Plan for Conveyor 5B Monthly

10063834 Maint Plan for Roller screen-B Monthly

10064683 IMPULSE FABRIC

COLLECTOR FOR NO 2 TT B Monthly

10062806 Maint Plan for Conveyor 6A Monthly

10063835 Maint Plan for Roller screen-C Monthly

10064684 IMPULSE FABRIC

COLLECTOR FOR NO 2 TT A Monthly

10062807 Maint Plan for Conveyor 6B Monthly

10063836 Maint Plan for Roller screen-D Monthly

10064685 Impulse fabric collector FOR

NO 3 TT B Monthly

10062817 Bucket wheel stacker cum

reclaimer –A Monthly

10063896 Maint Plan for #1Sampling

system-4A Monthly

10064686 Impulse fabric collector FOR

NO 3 TT A Monthly

112 | P a g e

10062818 Bucket wheel stacker cum

reclaimer –B Monthly

10063897 Maint Plan for #1Sampling

system-4B Monthly

113 | P a g e

18. List of Equipment in CHP Annexure – 32:

Following is the list of main equipment in CHP. O & M Contractor has to carryout complete

operation & maintenance of all CHP equipment but not limited to following table

Equipment

No.

Equipment

category Equipment Name Specification

1 M Wagon Tippler-A

capacity: Q=0~20 and/or h; rated rolling mass:110t; motor:2×55kW;

Maximum rolling angle:165°; Control by VFD; With water spray

system

2 M Wagon Tippler-B

capacity: Q=0~20 and/or h; rated rolling mass:110t; motor:2×55kW;

Maximum rolling angle:165°; Control by VFD; With water spray

system

3 M Wagon Tippler-C

capacity: Q=0~20 and/or h; rated rolling mass:110t; motor:2×55kW;

Maximum rolling angle:165°; Control by VFD; With water spray

system

4 M Wagon Tippler-D

capacity: Q=0~20 and/or h; rated rolling mass:110t; motor:2×55kW;

Maximum rolling angle:165°; Control by VFD; With water spray

system

5 M Wagon tractor-A

Control by VFD; rated track weight:5000t; pulling of back hook

:400kN; motor5×55kW working speed:0.7m and/or s; return

speed:1.2m and/or s;

6 M Wagon tractor-B

Control by VFD; rated track weight:5000t; pulling of back hook

:400kN; motor5×55kW working speed:0.7m and/or s; return

speed:1.2m and/or s;

7 M Wagon tractor-C

Control by VFD; rated track weight:5000t; pulling of back hook

:400kN; motor5×55kW working speed:0.7m and/or s; return

speed:1.2m and/or s;

8 M Wagon tractor-D

Control by VFD; rated track weight:5000t; pulling of back hook

:400kN; motor5×55kW working speed:0.7m and/or s; return

speed:1.2m and/or s;

9 M paddle feeder-A

capacity: Q=300~1250t and/or h, 300~1250t and/or h control by

VFD ;with hopper guard:14.6m 14.6mcontrol by carrier wave ;main

motor:30kW; travel motor:2.2×2kW;Power supply voltage 415V

10 M paddle feeder-B

capacity: Q=300~1250t and/or h, 300~1250t and/or h control by

VFD ;with hopper guard:14.6m 14.6mcontrol by carrier wave ;main

motor:30kW; travel motor:2.2×2kW;Power supply voltage 415V

11 M paddle feeder-C

capacity: Q=300~1250t and/or h, 300~1250t and/or h control by

VFD ;with hopper guard:14.6m 14.6mcontrol by carrier wave ;main

motor:30kW; travel motor:2.2×2kW;Power supply voltage 415V

12 M paddle feeder-D

capacity: Q=300~1250t and/or h, 300~1250t and/or h control by

VFD ;with hopper guard:14.6m 14.6mcontrol by carrier wave ;main

motor:30kW; travel motor:2.2×2kW;Power supply voltage 415V

114 | P a g e

13 M

Motor double-track

bridge crane

WTH#1

Lk=25.5m(13.5m) 28.5m(13.5m);Q=20 and/or 5t;main hosit weitht

20t;main hosit height16m; ;subsidiary hosit weitht 5t 5t;subsidiary

hosit height24m hosit speed8.8m and/or min Power supply voltage

415V

14 M

Motor double-track

bridge crane

WTH#2

Lk=25.5m(13.5m) 28.5m(13.5m);Q=20 and/or 5t;main hosit weitht

20t;main hosit height16m; ;subsidiary hosit weitht 5t 5t;subsidiary

hosit height24m hosit speed8.8m and/or min Power supply voltage

415V

15 M Vibrating grizzly-A capacity: Q=0~1250t and/or h motor:4×2.25kW, size of sieve

plate:7500×14100mm, Power supply voltage 415V

16 M Vibrating grizzly-B capacity: Q=0~1250t and/or h motor:4×2.25kW, size of sieve

plate:7500×14100mm, Power supply voltage 415V

17 M Vibrating grizzly-C capacity: Q=0~1250t and/or h motor:4×2.25kW, size of sieve

plate:7500×14100mm, Power supply voltage 415V

18 M Vibrating grizzly-D capacity: Q=0~1250t and/or h motor:4×2.25kW, size of sieve

plate:7500×14100mm, Power supply voltage 415V

19 M Bidirectional

retainer-A

fluid drive; hydraulic system working pressure:7mpa;hydraulic

system motor power:5.5kW

20 M Bidirectional

retainer-B

fluid drive; hydraulic system working pressure:7mpa;hydraulic

system motor power:5.5kW

21 M Bidirectional

retainer-C

fluid drive; hydraulic system working pressure:7mpa;hydraulic

system motor power:5.5kW

22 M Bidirectional

retainer-D

fluid drive; hydraulic system working pressure:7mpa;hydraulic

system motor power:5.5kW

23 M Rail clamp-A max total clamp force:600kn ;fluid drive hydraulic system working

pressure:7MPa; hydraulic system motor power:5.5kW

24 M Rail clamp-B max total clamp force:600kn ;fluid drive hydraulic system working

pressure:7MPa; hydraulic system motor power:5.5kW

25 M Rail clamp-C max total clamp force:600kn ;fluid drive hydraulic system working

pressure:7MPa; hydraulic system motor power:5.5kW

26 M Rail clamp-D max total clamp force:600kn ;fluid drive hydraulic system working

pressure:7MPa; hydraulic system motor power:5.5kW

27 M CONVEYOR 1 A

Belt width 1400mm,Belt speed V=2.5m and/or s, rated capacity

Q=1250t and/or h, L=51.064m, a=0°;motor:Y225M-4 45kW reducer

gear :PHA9045R3+FAN EP200-1400×5(4.5+1.5)

28 M CONVEYOR 1 B

Belt width 1400mm,Belt speed V=2.5m and/or s, rated capacity

Q=1250t and/or h, L=51.064m, a=0°;motor:Y225M-4 45kW reducer

gear :PHA9045R3+FAN EP200-1400×5(4.5+1.5)

29 M CONVEYOR 1 C

Belt width 1400mm,Belt speed V=2.5m and/or s, rated capacity

Q=1250t and/or h, L=51.064m, a=0°;motor:Y225M-4 45kW reducer

gear :PHA9045R3+FAN EP200-1400×5(4.5+1.5)

115 | P a g e

30 M CONVEYOR 1 D

Belt width 1400mm,Belt speed V=2.5m and/or s, rated capacity

Q=1250t and/or h, L=51.064m, a=0°;motor:Y225M-4 45kW reducer

gear :PHA9045R3+FAN EP200-1400×5(4.5+1.5)

31 M

Bucket wheel

stacker cum

reclaimer -A

Stacking capacity Q=2500t and/or h, reclaiming capacity track

distance 7m,beam length 35m,belt width B=1600mm,belt speed

V=3.15m and/or s, voltage 11kV;Hydraulic pitch by type tail

trolley; Total installed power 490kW

32 M

Bucket wheel

stacker cum

reclaimer -B

Stacking capacity Q=2500t and/or h, reclaiming capacity track

distance 7m,beam length 35m,belt width B=1600mm,belt speed

V=3.15m and/or s, voltage 11kV;Hydraulic pitch by type tail

trolley; Total installed power 490kW

33 M Wiper-A B=1600mm,Thrust:20Kn

34 M Wiper-B B=1600mm,Thrust:20Kn

35 M Bulldozer-1 TY220

36 M Bulldozer-2 TY220

37 M Bulldozer-3 TY220

38 M Bulldozer-4 TY220

39 M Roller screen-A

capacity: Q=1250t and/or h, motor :R77 N=4×12kW;size input

:350mm,size below screen :30mm;Shaft diameter sieve

12×130mm;Screen area 4823×1600mm2

40 M Roller screen-B

capacity: Q=1250t and/or h, motor :R77 N=4×12kW;size input

:350mm,size below screen :30mm;Shaft diameter sieve

12×130mm;Screen area 4823×1600mm3

41 M Roller screen-C

capacity: Q=1250t and/or h, motor :R77 N=4×12kW;size input

:350mm,size below screen :30mm;Shaft diameter sieve

12×130mm;Screen area 4823×1600mm4

42 M Roller screen-D

capacity: Q=1250t and/or h, motor :R77 N=4×12kW;size input

:350mm,size below screen :30mm;Shaft diameter sieve

12×130mm;Screen area 4823×1600mm5

43 M Ring hammer

crusher-A

capacity Q=1250t and/or h; motor: N=630kW;size input

:350mm;size output:30mm motor YKK5601-8 630kW Hydraulic

coupler YOX1150 voltage :11kV

44 M Ring hammer

crusher-B

capacity Q=1250t and/or h; motor: N=630kW;size input

:350mm;size output:30mm motor YKK5601-8 630kW Hydraulic

coupler YOX1150 voltage :11kV

45 M Ring hammer

crusher-C

capacity Q=1250t and/or h; motor: N=630kW;size input

:350mm;size output:30mm motor YKK5601-8 630kW Hydraulic

coupler YOX1150 voltage :11kV

46 M Ring hammer

crusher-D

capacity Q=1250t and/or h;motor:N=630kW;size input

:350mm;size output:30mm motor YKK5601-8 630kW Hydraulic

coupler YOX1150 voltage :11kV

116 | P a g e

47 M Cushion roller-A Belt width B=1600MM ; capacity:Q=1000~1500T and/or H,

48 M Cushion roller-B Belt width B=1600MM ; capacity:Q=1000~1500T and/or H,

49 M Cushion roller-C Belt width B=1600MM ; capacity:Q=1000~1500T and/or H,

50 M Cushion roller-D Belt width B=1600MM ; capacity:Q=1000~1500T and/or H,

51 M Conveyor 2A

Capacity:Q=2500t and/or h,belt width: B=1600mm, belt length

:LA=123.5;angle:=12°,belt speed :V=3.15m and/or s;motor:220kW

YKK450-4 reducer gear phd9080r3+fan+holdback voltage:11kV

;EP300-1600×5(6+3)

52 M Conveyor 2B

Capacity:Q=2500t and/or h,belt width: B=1600mm, belt length

:LB=119.10;angle:=12°,belt speed :V=3.15m and/or s;motor:220kW

YKK450-4 reducer gear phd9080r3+fan+holdback voltage:11kV

;EP300-1600×5(6+3)

53 M Conveyor 3A

capacity: Q=2500t and/or h, belt width: B=1600mm, belt length:

L=186m,angle :=15°,belt speed :V=3.15m and/or s ,motor:

2×400kW YKK400-4 reducer gear PHD9100P3+FAN

voltage:11kV ;ST2000

54 M Conveyor 3B

capacity: Q=2500t and/or h, belt width: B=1600mm, belt length:

L=186m,angle :=15°,belt speed :V=3.15m and/or s, motor:

2×400kW YKK400-4 reducer gear PHD9100P3+FAN

voltage:11kV ;ST2001

55 M Conveyor 4A

capacity: Q=2500t and/or h, belt width :B=1600mm,length

:LA=68m a=12°belt speed :V=3.15m and/or s, motor: 280kW

YKK450-4 reducer gear PHD9085R3+FAN+HOLDBACK voltage

:11kV;EP300-1600×5(4.5+1.5)

56 M Conveyor 4B

capacity: Q=2500t and/or h, belt width :B=1600mm,length

:LA=68m a=12°belt speed :V=3.15m and/or s, motor: 280kW

YKK450-4 reducer gear PHD9085R3+FAN+HOLDBACK voltage

:11kV;EP300-1600×5(4.5+1.5)

57 M Conveyor 5A

capacity :Q=2500t and/or h, belt width :B=1600mm,belt length

L=80m,angle =3°,belt speed :V=3.15m and/or s ,motor :160kW

Y315L1-4;reducer gear PHD9080R3+FAN+HOLDBACK voltage

:11KV;EP300-1600×5(4.5+1.5)

58 M Conveyor 5B

capacity :Q=2500t and/or h, belt width :B=1600mm,belt length

L=80m,angle =3°,belt speed :V=3.15m and/or s, motor :160kW

Y315L1-4;reducer gear PHD9080R3+FAN+HOLDBACK voltage

:11KV;EP300-1600×5(4.5+1.5)

59 M Conveyor 6A

capacity :Q=2500t and/or h, belt width :B=1600mm,length

:L=120M,angle =12°,belt speed :V=3.15m and/or s, motor: 280kW

YKK450-4 reducer gear PHD9085R3+FAN+HOLDBACK voltage

:11kV;EP300-1600×5(6+3)

60 M Conveyor 6B

capacity :Q=2500t and/or h, belt width :B=1600mm,length

:L=120m,angle =12°,belt speed :V=3.15m and/or s, motor: 280kW

YKK450-4 reducer gear PHD9085R3+FAN+HOLDBACK voltage

:11kV;EP300-1600×5(6+3)

117 | P a g e

61 M Conveyor 7A

capacity :Q=2500t and/or h, belt width :B=1600mm,length

:L=800.5m,angle :=0°,belt speed :V=3.15m and/or s, motor:

2×355kW YKK450-4 reducer gear PHD9090R3+FAN ST2001

62 M Conveyor 7B

capacity :Q=2500t and/or h, belt width :B=1600mm,length

:L=800.5m,angle :=0°,belt speed :V=3.15m and/or s, motor:

2×355kW YKK450-4 reducer gear PHD9090R3+FAN ST2001

63 M Conveyor 7C

capacity :Q=2500t and/or h,belt width :B=1600mm,length

:L=800.5m,angle :=0°,belt speed :V=3.15m and/or s,motor:

2×355kW YKK450-4 reducer gear PHD9090R3+FAN ST2001

64 M Conveyor 8A

capacity :Q=2500t and/or h,belt width :B=1600mm,length :L=

88m,angle :=13°,belt speed :V=3.15m and/or s,motor: 315kW

YKK450-4 reducer gear PHD9090R3+FAN+HOULDBACK

EP300-1600×5(6+3)

65 M Conveyor 8B

capacity :Q=2500t and/or h,belt width :B=1600mm,length :L=

88m,angle :=13°,belt speed :V=3.15m and/or s,motor: 315kW

YKK450-4 reducer gear PHD9090R3+FAN+HOULDBACK

EP300-1600×5(6+3)

66 M Conveyor 9A

capacity :Q=2500t and/or h,belt width :B=1600mm,length :

L=120M,angle :=7.3°,belt speed :V=3.15m and/or s, motor: 280kW

YKK450-4 reducer gear :11kV ;EP300-1600×5(6+3)

67 M Conveyor 9B

capacity :Q=2500t and/or h, belt width :B=1600mm,length :

L=120M,angle :=7.3°,belt speed :V=3.15m and/or s, motor: 280kW

YKK450-4 reducer gear :11kV ;EP300-1600×5(6+3)

68 M Conveyor10A

capacity :Q=2500t and/or h, belt width :B=1600mm,length:L=127m,

angle :=14°,belt speed :V=3.15m and/or s, motor: 355kW YKK450-

4 reducer gear PHD9090R3+FAN voltage :11kV;EP300-

1600×5(6+3)

69 M Conveyor10B

capacity :Q=2500t and/or h, belt width :B=1600mm,length:L=127m,

angle :=14°,belt speed :V=3.15m and/or s, motor: 355kW YKK450-

4 reducer gear PHD9090R3+FAN voltage :11kV;EP300-

1600×5(6+3)

70 M Conveyor11A

capacity :Q=2500t and/or h, belt width :B=1600mm,length

:L=212,angle =2.4°,belt speed :V=3.15m and/or s, motor: 280kW

YKK450-4 reducer gear PHD9085R3+FAN+HOLDBACK voltage

:11kV;EP300-1600×5(6+3)

71 M Conveyor11B

capacity :Q=2500t and/or h, belt width :B=1600mm,length

:L=212,angle =2.4°,belt speed :V=3.15m and/or s, motor: 280kW

YKK450-4 reducer gear PHD9085R3+FAN+HOLDBACK voltage

:11kV;EP300-1600×5(6+3)

72 M Conveyor12A

capacity :Q=2500t and/or h, belt width: B=1600mm,length :L=324.7

m, angle =9.1°,belt speed :V=3.15m and/or s, motor: 2×450kW

YKK450-4 reducer gear PHD9105R3+FAN voltage :11kV ;ST2000

73 M Conveyor12B

capacity :Q=2500t and/or h, belt width: B=1600mm,length :L=324.7

m, angle =9.1°,belt speed :V=3.15m and/or s, motor: 2×450kW

YKK450-4 reducer gear PHD9105R3+FAN voltage :11kV ;ST2001

118 | P a g e

74 M Conveyor13A

capacity :Q=2500t and/or h, belt width :B=1800mm, length:

L=280.65M angle =0°,belt speed :V=2.5m and/or s, motor

:2×160kW Y315L1-4;reducer gear

PHD9080R3+FAN+HOLDBACK voltage:11kV;EP300-

1800×5(6+3)

75 M Conveyor13B

capacity :Q=2500t and/or h,belt width :B=1800mm,

length:L=280.65M angle =0°,belt speed :V=2.5m and/or s,motor

:2×160kW Y315L1-4;reducer gear

PHD9080R3+FAN+HOLDBACK voltage:11kV;EP300-

1800×5(6+3)

76 M

Electric drive

double-side plough-

U1A1

B=1800mm,Thrust :1000kg with hopper

77 M

Electric drive

double-side plough-

U1A2

B=1800mm,Thrust :1000kg with hopper

78 M

Electric drive

double-side plough-

U1B1

B=1800mm,Thrust :1000kg with hopper

79 M

Electric drive

double-side plough-

U1B2

B=1800mm,Thrust :1000kg with hopper

80 M

Electric drive

double-side plough-

U1C1

B=1800mm,Thrust :1000kg with hopper

81 M

Electric drive

double-side plough-

U1C2

B=1800mm,Thrust :1000kg with hopper

82 M

Electric drive

double-side plough-

U1D1

B=1800mm,Thrust :1000kg with hopper

83 M

Electric drive

double-side plough-

U1D2

B=1800mm,Thrust :1000kg with hopper

84 M

Electric drive

double-side

ploughU1E1

B=1800mm,Thrust :1000kg with hopper

85 M

Electric drive

double-side plough-

U1E2

B=1800mm,Thrust :1000kg with hopper

86 M

Electric drive

double-side plough-

U2A1

B=1800mm,Thrust :1000kg with hopper

119 | P a g e

87 M

Electric drive

double-side plough-

U2A2

B=1800mm,Thrust :1000kg with hopper

88 M

Electric drive

double-side plough-

U2B1

B=1800mm,Thrust :1000kg with hopper

89 M

Electric drive

double-side plough-

U2B2

B=1800mm,Thrust :1000kg with hopper

90 M

Electric drive

double-side plough-

U2C1

B=1800mm,Thrust :1000kg with hopper

91 M

Electric drive

double-side plough-

U2C2

B=1800mm,Thrust :1000kg with hopper

92 M

Electric drive

double-side plough-

U2D1

B=1800mm,Thrust :1000kg with hopper

93 M

Electric drive

double-side plough-

U2D2

B=1800mm,Thrust :1000kg with hopper

94 M

Electric drive

double-side plough-

U2E1

B=1800mm,Thrust :1000kg with hopper

95 M

Electric drive

double-side plough-

U2E2

B=1800mm,Thrust :1000kg with hopper

96 M

Electric drive

double-side plough-

U2F1

B=1800mm,Thrust :1000kg with hopper

97 M

Electric drive

double-side plough-

U2F2

B=1800mm,Thrust :1000kg with hopper

98 M

Electric drive

double-side plough-

U3A1

B=1800mm,Thrust :1000kg with hopper

99 M

Electric drive

double-side plough-

U3A2

B=1800mm,Thrust :1000kg with hopper

100 M

Electric drive

double-side plough-

U3B1

B=1800mm,Thrust :1000kg with hopper

120 | P a g e

101 M

Electric drive

double-side plough-

U3B2

B=1800mm,Thrust :1000kg with hopper

102 M

Electric drive

double-side plough-

U3C1

B=1800mm,Thrust :1000kg with hopper

103 M

Electric drive

double-side plough-

U3C2

B=1800mm,Thrust :1000kg with hopper

104 M

Electric drive

double-side plough-

U3D1

B=1800mm,Thrust :1000kg with hopper

105 M

Electric drive

double-side plough-

U3D2

B=1800mm,Thrust :1000kg with hopper

106 M

Electric drive

double-side plough-

U3E1

B=1800mm,Thrust :1000kg with hopper

107 M

Electric drive

double-side plough-

U3E2

B=1800mm,Thrust :1000kg with hopper

108 M

Electric drive

double-side plough-

U3F1

B=1800mm,Thrust :1000kg with hopper

109 M

Electric drive

double-side plough-

U3F2

B=1800mm,Thrust :1000kg with hopper

110 M 3-location head

moveable device

capacity:Q=2500t and/or h,belt width:B=1600mm, moving

distance =7.2m, belt speed:V=3.15m and/or s

111 M Air lock-1AA B=1400mm,1000mm×1000mm

112 M Air lock-1AB B=1400mm,1000mm×1000mm

113 M Air lock-1BA B=1400mm,1000mm×1000mm

114 M Air lock-1BB B=1400mm,1000mm×1000mm

115 M Air lock-1CA B=1400mm,1000mm×1000mm

116 M Air lock-1CB B=1400mm,1000mm×1000mm

117 M Air lock-1DA B=1400mm,1000mm×1000mm

118 M Air lock-1DB B=1400mm,1000mm×1000mm

119 M Air lock-2A B=1600mm, 1200mm×1200mm 1100mm×1100mm

121 | P a g e

120 M Air lock-2B B=1600mm, 1200mm×1200mm 1100mm×1100mm

121 M Air lock-4A B=1600mm, 1200mm×1200mm 1100mm×1100mm

122 M Air lock-4B B=1600mm, 1200mm×1200mm 1100mm×1100mm

123 M Air lock-5AA B=1600mm, 1200mm×1200mm 1100mm×1100mm

124 M Air lock-5AB B=1600mm, 1200mm×1200mm 1100mm×1100mm

125 M Air lock-5BA B=1600mm, 1200mm×1200mm 1100mm×1100mm

126 M Air lock-5BB B=1600mm, 1200mm×1200mm 1100mm×1100mm

127 M Air lock-6A B=1600mm, 1200mm×1200mm 1100mm×1100mm

128 M Air lock-6B B=1600mm, 1200mm×1200mm 1100mm×1100mm

129 M Air lock 7A 1 B=1600mm, 1200mm×1200mm 1100mm×1100mm

130 M Air lock7A 2 B=1600mm, 1200mm×1200mm 1100mm×1100mm

131 M Air lock 7B 1 B=1600mm, 1200mm×1200mm 1100mm×1100mm

132 M Air lock 7B 2 B=1600mm, 1200mm×1200mm 1100mm×1100mm

133 M Air lock 7C 1 B=1600mm, 1200mm×1200mm 1100mm×1100mm

134 M Air lock 7C 2 B=1600mm, 1200mm×1200mm 1100mm×1100mm

135 M Air lock-8A B=1600mm, 1200mm×1200mm 1100mm×1100mm

136 M Air lock-8B B=1600mm, 1200mm×1200mm 1100mm×1100mm

137 M Air lock-9A B=1600mm, 1200mm×1200mm 1100mm×1100mm

138 M Air lock-9B B=1600mm, 1200mm×1200mm 1100mm×1100mm

139 M Air lock-10A B=1600mm, 1200mm×1200mm 1100mm×1100mm

140 M Air lock-10B B=1600mm, 1200mm×1200mm 1100mm×1100mm

141 M Air lock-11A B=1600mm, 1200mm×1200mm 1100mm×1100mm

142 M Air lock-11B B=1600mm, 1200mm×1200mm 1100mm×1100mm

143 M Air lock-12AA B=1600mm, 1200mm×1200mm 1100mm×1100mm

144 M Air lock-12AB B=1600mm, 1200mm×1200mm 1100mm×1100mm

145 M Air lock-12BA B=1600mm, 1200mm×1200mm 1100mm×1100mm

146 M Air lock-12BB B=1600mm, 1200mm×1200mm 1100mm×1100mm

147 M Air lock CRUSHER

HOUSE A 1 B=1600mm,1560mm×1200mm

148 M Air lock CRUSHER

HOUSE A 2 B=1600mm,1560mm×1200mm

122 | P a g e

149 M Air lock CRUSHER

HOUSE B 1 B=1600mm,1560mm×1200mm

150 M Air lock CRUSHER

HOUSE B 2 B=1600mm,1560mm×1200mm

151 M #1Sampling system-

4A

Belt width :B=1600mm belt speed :V=3.15m and/or s capacity

:Q=2500t and/or h angle =12°motor of sampling machine

15kW;motor of crusher: 5.5kW;motor of bucket elevator: 2.2kW;

size input:30mm; size output:3~10mm :30mm;:3~10mm

152 M #1Sampling system-

4B

Belt width :B=1600mm belt speed :V=3.15m and/or s capacity

:Q=2500t and/or h angle =12°motor of sampling machine

15kW;motor of crusher: 5.5kW;motor of bucket elevator: 2.2kW;

size input:30mm; size output:3~10mm :30mm;:3~10mm

153 M #2 Sampling

system-12A

Belt width :B=1600mm belt speed :V=3.15m and/or s capacity

:Q=2500t and/or h angle =8.9°;motor of sampling machine

15kW;motor of crusher:5.5kW;motor of bucket elevator:2.2kW;size

input:30mm;size output:3~10mm :30mm; :3~10mm

154 M #2 Sampling

system-12B

Belt width :B=1600mm belt speed :V=3.15m and/or s capacity

:Q=2500t and/or h angle =8.9°;motor of sampling machine

15kW;motor of crusher:5.5kW;motor of bucket elevator:2.2kW;size

input:30mm;size output:3~10mm :30mm; :3~10mm

155 M Belt-type magnetic

separator-A Belt width1400mm Intensity:1100GS B=1400mm, =1100GS

156 M Belt-type magnetic

separator-B Belt width1400mm Intensity:1100GS B=1400mm, =1100GS

157 M Belt-type magnetic

separator-C Belt width1400mm Intensity:1100GS B=1400mm, =1100GS

158 M Belt-type magnetic

separator-D Belt width1400mm Intensity:1100GS B=1400mm, =1100GS

159 M Hang-type magnetic

separator-3A Belt width1600mm Intensity:1100GS B=1600mm, =1100GS

160 M Hang-type magnetic

separator-3B Belt width1600mm Intensity:1100GS B=1600mm, =1100GS

161 M Hang-type magnetic

separator-12A Belt width1600mm Intensity:1100GS B=1600mm, =1100GS

162 M Hang-type magnetic

separator-12B Belt width1600mm Intensity:1100GS B=1600mm, =1100GS

163 M Sluice pump-1 Flow:Q=200m and/or h outlet water-head:160m, Q=200m3 and/or

h,:H=160m

164 M Sluice pump-2 Flow:Q=200m and/or h outlet water-head:160m, Q=200m3 and/or

h,:H=160m

165 M WTH#1 WT A

Sewage pump-A

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

123 | P a g e

166 M WTH#1 WT A

Sewage pump-B

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

167 M WTH#1 WT B

Sewage pump-A

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

168 M WTH#1 WT B

Sewage pump-B

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

169 M WTH#2 WT A

Sewage pump-A

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

170 M WTH#2 WT A

Sewage pump-B

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

171 M WTH#2 WT B

Sewage pump-A

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

172 M WTH#2 WT B

Sewage pump-B

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

173 M TT-0 Sewage pump-

A

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

174 M TT-0 Sewage pump-

B

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

175 M TT-1 Sewage pump-

A

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

176 M TT-1 Sewage pump-

B

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

177 M TT-2 Sewage pump-

A

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

178 M TT-2 Sewage pump-

B

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

179 M TT-3 Sewage pump-

A

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

180 M TT-3 Sewage pump-

B

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

181 M TT-5 Sewage pump-

A

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

182 M TT-5 Sewage pump-

B

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

183 M TT-6 Sewage pump-

A

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

184 M TT-6 Sewage pump-

B

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

124 | P a g e

185 M TT-7 Sewage pump-

A

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

186 M TT-7 Sewage pump-

B

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

187 M TT-8 Sewage pump-

A

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

188 M TT-8 Sewage pump-

B

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

189 M Coal stock pile

sewage pump-A

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

190 M Coal stock pile

sewage pump-B

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

191 M Crusher house

sewage pump-A

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

192 M Crusher house

sewage pump-C

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

193 M Crusher house

sewage pump-B

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

194 M TT-9 Sewage pump-

A

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

195 M TT-9 Sewage pump-

B

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

196 M TT-10 Sewage

pump-A

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

197 M TT-10 Sewage

pump-B

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

198 M TT-11 Sewage

pump-A

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

199 M TT-11 Sewage

pump-B

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

200 M CRG# 7 Sewage

pump-A

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

201 M CRG# 7 Sewage

pump-B

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

202 M CRG# 7 Sewage

pump-C

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

203 M CRG# 7 Sewage

pump-D

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

125 | P a g e

204 M CRG# 7 Sewage

pump-E

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

205 M CRG# 7 Sewage

pump-F

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

206 M CRG# 7 Sewage

pump-G

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

207 M CRG# 7 Sewage

pump-H

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

208 M CRG# 7 Sewage

pump-I

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

209 M TT-12 Sewage

pump-A

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

210 M TT-12 Sewage

pump-B

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

211 M TT-13 Sewage

pump-A

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

212 M TT-13 Sewage

pump-B

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

213 M Bunker bay Sewage

pump-A

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

214 M Bunker bay Sewage

pump-B

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

215 M Crusher house

sewage pump-D

Flow:Q=50-70m and/or h,outlet water-head:25-30m, :Q=50-70m3

and/or h,:H=25-30m

216 M Electric monorail

hoist-TT#1-A Lifting weight:2t, lifting height H=13m

217 M Electric monorail

hoist-TT#1-B Lifting weight:2t, lifting height H=6m

218 M Hand operated

hoist-TT#1-A Lifting weight:1t, lifting height H=6m

219 M Hand operated

hoist-TT#1-B Lifting weight:1t, lifting height H=6m

220 M Electric monorail

hoist-TT#2-A Lifting weight :2t,lifting height H=13m

221 M Electric monorail

hoist-TT#2-B Lifting weight:2t, lifting height H=6m

222 M Hand operated

hoist-TT#2-A Lifting weight:1t, Lifting height H=6m

126 | P a g e

223 M Hand operated

hoist-TT#2-B Lifting weight:1t, Lifting height H=6m

224 M Electric monorail

hoist-TT#3-A Lifting weight:2t, lifting height H=13m

225 M Electric monorail

hoist-TT#3-B Lifting weight:2t, lifting height H=6m

226 M Hand operated

hoist-TT#3-A Lifting weight:1t, lifting height H=6m

227 M Hand operated

hoist-TT#3-B Lifting weight:1t, lifting height H=6m

228 M Electric monorail

hoist-TT#4-A Lifting weight:2t, lifting height H=13m

229 M Electric monorail

hoist-TT#4-B Lifting weight:2t, lifting heigh H=6m

230 M Hand operated

hoist-TT#4-A Lifting weight:1t, lifting height H=6m

231 M Hand operated

hoist-TT#4-B Lifting weight:1t, lifting height H=6m

232 M Electric monorail

hoist-TT#5-A Lifting weight:5t, lifting height H=27m

233 M Electric monorail

hoist-TT#5-B Lifting weight:3t, lifting height H=5m

234 M Electric monorail

hoist-TT#5-C Lifting weight:3t, lifting height H=5m

235 M Electric monorail

hoist-TT#5-D Lifting weight:5t, lifting height H=5m

236 M Electric monorail

hoist-TT#5-E Lifting weight:5t, lifting height H=5m

237 M Electric monorail

hoist-TT#5-F Lifting weight:2t, lifting height H=6m

238 M Hand operated

hoist-TT#5-A Lifting weight:1t, lifting height H=6m

239 M Hand operated

hoist-TT#5-B Lifting weight:1t, lifting height H=6m

240 M Electric single beam

hung crane-TT#6-A Lk=7.0m, Lifting weight Q=5t , lifting height H=18m

241 M Electric monorail

hoist-TT#6-B Lifting weight Q=5t , lifting height H=6m

127 | P a g e

242 M Electric monorail

hoist-TT#6-C Lifting weight Q=5t , lifting height H=6m

243 M Electric monorail

hoist-TT#6-D Lifting weight Q=5t , lifting height H=6m

244 M Electric monorail

hoist-TT#6-E Lifting weight Q=5t , lifting height H=6m

245 M Electric monorail

hoist-TT#6-F Lifting weight Q=2t , lifting height H=6m

246 M Electric monorail

hoist-TT#6-G Lifting weight Q=2t , lifting height H=6m

247 M Hand operated

hoist-TT#6-A Lifting weight Q=1t , lifting height H=6m

248 M Hand operated

hoist-TT#6-B Lifting weight Q=1t , lifting height H=6m

249 M Electric single beam

hung crane-TT#7-A Lk=4.0m, Lifting weight Q=3t , lifting height H=7m

250 M Electric monorail

hoist-TT#7-B Lifting weight Q=3t , lifting height H=21m

251 M Electric monorail

hoist-TT#7-C Lifting weight Q=5t, lifting height H=7m

252 M Electric monorail

hoist-TT#7-D Lifting weight Q=5t, lifting height H=7m

253 M Electric monorail

hoist-TT#7-E Lifting weight Q=2t , lifting height H=8m

254 M Hand operated

hoist-TT#7-A Lifting weight Q=1t , lifting height H=8m

255 M Hand operated

hoist-TT#7-B Lifting weight Q=1t , lifting height H=8m

256 M Electric monorail

hoist-TT#8-A Lifting weight Q=5t , lifting height H=12m

257 M Electric single beam

hung crane-TT#8-B Lk=4.5m, Lifting weight Q=5t , lifting height H=6m

258 M Electric monorail

hoist-TT#8-C Lifting weight Q=5t , lifting height H=6m

259 M Electric monorail

hoist-TT#8-D Lifting weight Q=5t , lifting height H=6m

260 M Hand operated

hoist-TT#8-A Lifting weight Q=1t , lifting height H=6m

128 | P a g e

261 M Electric single beam

hung crane-TT#9-A Lk=6m Lifting weight Q=5t , Lifting height H=5m

262 M Electric monorail

hoist-TT#9-B Lifting weight Q=5t, lifting height H=15m

263 M Electric monorail

hoist-TT#9-C Lifting weight Q=2t , lifting height H=8m

264 M Hand operated

hoist-TT#9-A Lifting weight Q=1t, lifting height H=6m

265 M Hand operated

hoist-TT#9-B

266 M Electric monorail

hoist-TT#10-A Lifting weight Q=5t, lifting height H=12m

267 M Electric monorail

hoist-TT#10-B Lifting weight Q=5t, lifting height H=6m

268 M Electric monorail

hoist-TT#10-C Lifting weight Q=5t, lifting height H=6m

269 M Electric monorail

hoist-TT#10-D Lifting weight Q=5t, lifting height H=6m

270 M Electric monorail

hoist-TT#10-E Lifting weight Q=5t, lifting height H=6m

271 M Electric monorail

hoist-TT#10-F Lifting weight Q=5t, lifting height H=6m

272 M Electric monorail

hoist-TT#10-G Lifting weight Q=5t, lifting height H=6m

273 M Electric monorail

hoist-TT#10-H Lifting weight Q=5t, lifting height H=12m

274 M Electric monorail

hoist-TT#10-I Lifting weight Q=5t, lifting height H=6m

275 M Electric monorail

hoist-TT#10-J Lifting weight Q=5t, lifting height H=6m

276 M Electric monorail

hoist-TT#10-K Lifting weight Q=5t, lifting height H=6m

277 M Electric monorail

hoist-TT#10-L Lifting weight Q=2t , lifting height H=6m

278 M Electric monorail

hoist-TT#10-M Lifting weight Q=1t , lifting height H=6m

279 M Electric monorail

hoist-TT#10-N Lifting weight Q=1t , lifting height H=6m

129 | P a g e

280 M Electric monorail

hoist-TT#11-A Lifting weight Q=5t , lifting height H=20m

281 M Electric monorail

hoist-TT#11-B Lifting weight Q=5t , lifting height H=6m

282 M Electric monorail

hoist-TT#11-C Lifting weight Q=5t , lifting height H=6m

283 M Electric monorail

hoist-TT#11-D Lifting weight Q=5t , lifting height H=6m

284 M Electric monorail

hoist-TT#11-E Lifting weight Q=5t , lifting height H=6m

285 M Electric monorail

hoist-TT#11-F Lifting weight Q=5t , lifting height H=6m

286 M Electric monorail

hoist-TT#11-G Lifting weight Q=5t , lifting height H=6m

287 M Electric monorail

hoist-TT#11-H Lifting weight Q=2t , lifting height H=9m

288 M Hand operated

hoist-TT#11-A Lifting weight Q=1t

289 M Hand operated

hoist-TT#11-B lifting height H=6m

290 M Electric monorail

hoist-TT#12-A Lifting weight Q=5t, lifting height H=13m

291 M Electric monorail

hoist-TT#12-B Lifting weight Q=5t, lifting height H=5m

292 M Electric monorail

hoist-TT#12-C Lifting weight Q=5t, lifting height H=5m

293 M Electric monorail

hoist-TT#12-D Lifting weight Q=5t, lifting height H=5m

294 M Electric monorail

hoist-TT#12-E Lifting weight Q=2t , lifting height H=7m

295 M Hand operated

hoist-TT#12-A Lifting weight Q=1t, lifting height H=6m

296 M Hand operated

hoist-TT#12-B Lifting weight Q=1t, lifting height H=6m

297 M

Electric single beam

hung crane-TT#13-

A

Lifting weight Q=5t , lifting height H=8m

298 M Electric monorail

hoist-TT#13-B Lifting weight Q=5t, lifting height H=15m

130 | P a g e

299 M Electric monorail

hoist-TT#13-C Lifting weight Q=3t , lifting height H=6m

300 M Hand operated

hoist--TT#13-A Lifting weight Q=1t

301 M Hand operated

hoist-TT#13-B lifting height H=6m

302 M Electric monorail

hoist-13A Lifting weight Q=10t , lifting height H=60m

303 M Electric monorail

hoist-13B Lifting weight Q=10t, lifting height H=9m

304 M Electric monorail

hoist-TT#0-A Lifting weight Q=2t , lifting height H=13m

305 M Electric monorail

hoist-TT#0-B Lifting weight Q=2t , lifting height H=6m

306 M Electric monorail

hoist-TT#0-C Lifting weight Q=2t , lifting height H=6m

307 M Hand operated hoist

-TT#0-D Lifting weight Q=1t , lifting height H=6m

308 M Hand operated hoist

-TT#0-E Lifting weight Q=1t , lifting height H=6m

309 M

Electric single beam

hung crane-

WTH#1A

Lifting weight Q=3t , lifting height H=8m

310 M

Electric single beam

hung crane-

WTH#1B

Lifting weight Q=3t , lifting height H=8m

311 M Electric monorail

hoist-WTH#1C Lifting weight Q=2t, lifting height H=8m

312 M Hand operated

hoist-WTH#1D Lifting weight Q=1t lifting height H=8m

313 M Hand operated

hoist-WTH#1E Lifting weight Q=1t lifting height H=8m

314 M Hand operated

hoist-WTH#1F Lifting weight Q=1t lifting height H=8m

315 M

Electric single beam

hung crane-

WTH#1G

Lifting weight Q=3t

316 M

Electric single beam

hung crane-

WTH#2A

lifting height H=8m

131 | P a g e

317 M Electric monorail

hoist-WTH#2B Lifting weight Q=1t lifting height H=8m

318 M Hand operated

hoist-WTH#2C Lifting weight Q=1t lifting height H=8m

319 M Hand operated

hoist-WTH#2D Lifting weight Q=1t lifting height H=8m

320 M Hand operated

hoist-WTH#2E Lifting weight Q=1t lifting height H=8m

321 M Hand operated

hoist-WTH#2F Lifting weight Q=1t lifting height H=8m

322 M

Electric single beam

hung crane-

WTH#2G

Lifting weight Q=3t , lifting height H=8m

323 M Electric monorail

hoist-CRUS-A Lifting weight Q=5t , lifting height H=33m

324 M Hand operated

hoist-CRUS-B Lifting weight Q=1t lifting height H=7m

325 M Hand operated

hoist-CRUS-C Lifting weight Q=1t lifting height H=7m

326 M Hand operated

hoist-CRUS-D Lifting weight Q=1t lifting height H=7m

327 M Hand operated

hoist-CRUS-E Lifting weight Q=1t lifting height H=7m

328 M Hand operated

hoist-CRUS-F Lifting weight Q=1t lifting height H=7m

329 M Hand operated

hoist-CRUS-G Lifting weight Q=1t lifting height H=7m

330 M Hand operated

hoist-CRUS-H Lifting weight Q=1t lifting height H=7m

331 M Hand operated

hoist-CRUS-I Lifting weight Q=1t lifting height H=7m

332 M Hand operated

hoist-CRUS-J Lifting weight Q=1t lifting height H=7m

333 M Hand operated

hoist-CRUS-K Lifting weight Q=1t lifting height H=7m

334 M Hand operated

hoist-CRUS-L Lifting weight Q=1t lifting height H=7m

335 M Hand operated

hoist-CRUS-M Lifting weight Q=1t lifting height H=7m

132 | P a g e

336 M

Electric single beam

hung crane-CRUS-

N Lifting weight Q=12t lifting height H=7m

337 M

Electric single beam

hung crane-CRUS-

O Lifting weight Q=12t lifting height H=7m

338 M Electric monorail

hoist-CRUS-P Lifting weight Q=12t lifting height H=10m

339 M Hand operated hoist

-CRUS-Q Lifting weight Q=1t , Lifting height H=10m

340 M Hand operated hoist

-CRUS-R Lifting weight Q=1t , lifting height H=10m

341 M Hand operated hoist

-CRUS-S Lifting weight Q=1t , lifting height H=10m

342 M Hand operated hoist

-CRUS-T Lifting weight Q=1t , lifting height H=10m

343 M Electric single beam

crane-DOZER Lifting weight Q=5t, lifting height H=7m

344 M Electric single beam

hung crane-3A1 Lifting weight Q=5t , lifting height H=6m

345 M Electric single beam

hung crane-3A2 Lifting weight Q=5t , lifting height H=6m

346 M Electric monorail

hoist-SAMP1-A Lifting weight Q=2t, lifting height H=18m

347 M Hand operated

hoist-SAMP1-B Lifting weight Q=1t, lifting height H=9m

348 M Hand operated

hoist-SAMP1-C Lifting weight Q=1t, lifting height H=9m

349 M Hand operated

hoist-SAMP1-D Lifting weight Q=1t

350 M Hand operated

hoist-SAMP1-E lifting height H=9m

351 M Electric monorail

hoist-SAMP2-A Lifting weight Q=2t, lifting height H=9m

352 M Electric monorail

hoist-SAMP2-B Lifting weight Q=2t , lifting height H=18m

353 M Hand operated

hoist-SAMP2-C Lifting weight Q=15t , lifting height H=9m

354 M Hand operated

hoist-SAMP2-D Lifting weight Q=15t , lifting height H=9m

133 | P a g e

355 M Electric single beam

hung crane-13C Lifting weight Q=5t, lifting height H=7m

356 M Electric monorail

hoist-13D Lifting weight Q=5t, lifting height H=48m

357 M Electric single beam

hung crane Lifting weight Q=5t, lifting height H=7m

358 M Electric monorail

hoist-DRIV-12A Lifting weight Q=10t lifting height H=9m

359 M Electric monorail

hoist-DRIV-12B Lifting weight Q=10t lifting height H=9m

360 M Electric monorail

hoist-DRIV-12C Lifting weight Q=10t lifting height H=9m

361 M Electric monorail

hoist-DRIV-12D Lifting weight Q=10t lifting height H=9m

362 M Electric monorail

hoist-DRIV-12E Lifting weight Q=5t, lifting height H=9m

363 M Sprinkler-1 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

364 M Sprinkler-2 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

365 M Sprinkler-3 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

366 M Sprinkler-4 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

367 M Sprinkler-5 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

368 M Sprinkler-6 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

369 M Sprinkler-7 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

370 M Sprinkler-8 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

371 M Sprinkler-9 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

372 M Sprinkler-10 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

373 M Sprinkler-11 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

374 M Sprinkler-12 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

375 M Sprinkler-13 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

376 M Sprinkler-14 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

377 M Sprinkler-15 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

378 M Sprinkler-16 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

379 M Sprinkler-17 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

380 M Sprinkler-18 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

134 | P a g e

381 M Sprinkler-19 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

382 M Sprinkler-20 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

383 M Sprinkler-21 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

384 M Sprinkler-22 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

385 M Sprinkler-23 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

386 M Sprinkler-24 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

387 M Sprinkler-25 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

388 M Sprinkler-26 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

389 M Sprinkler-27 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

390 M Sprinkler-28 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

391 M Sprinkler-29 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

392 M Sprinkler-30 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

393 M Sprinkler-31 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

394 M Sprinkler-32 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

395 M Sprinkler-33 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

396 M Sprinkler-34 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

397 M Sprinkler-35 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

398 M Sprinkler-36 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

399 M Sprinkler-37 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

400 M Sprinkler-38 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

401 M Sprinkler-39 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

402 M Sprinkler-40 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

403 M Sprinkler-41 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

404 M Sprinkler-42 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

405 M Sprinkler-43 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

406 M Sprinkler-44 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

407 M Sprinkler-45 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

408 M Sprinkler-46 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

409 M Sprinkler-47 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

410 M Sprinkler-48 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

135 | P a g e

411 M Sprinkler-49 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

412 M Sprinkler-50 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

413 M Sprinkler-51 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

414 M Sprinkler-52 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

415 M Sprinkler-53 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

416 M Sprinkler-54 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

417 M Sprinkler-55 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

418 M Sprinkler-56 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

419 M Sprinkler-57 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

420 M Sprinkler-58 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

421 M Sprinkler-59 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

422 M Sprinkler-60 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

423 M Sprinkler-61 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

424 M Sprinkler-62 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

425 M Sprinkler-63 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

426 M Sprinkler-64 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

427 M Sprinkler-65 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

428 M Sprinkler-66 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

429 M Sprinkler-67 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

430 M Sprinkler-68 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

431 M Sprinkler-69 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

432 M Sprinkler-70 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

433 M Sprinkler-71 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

434 M Sprinkler-72 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

435 M Sprinkler-73 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

436 M Sprinkler-74 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

437 M Sprinkler-75 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

438 M Sprinkler-76 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

439 M Sprinkler-77 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

440 M Sprinkler-78 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

136 | P a g e

441 M Sprinkler-79 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

442 M Sprinkler-80 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

443 M Sprinkler-81 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

444 M Sprinkler-82 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

445 M Sprinkler-83 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

446 M Sprinkler-84 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

447 M Sprinkler-85 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

448 M Sprinkler-86 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

449 M Sprinkler-87 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

450 M Sprinkler-88 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

451 M Sprinkler-89 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

452 M Sprinkler-90 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

453 M Sprinkler-91 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

454 M Sprinkler-92 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

455 M Sprinkler-93 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

456 M Sprinkler-94 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

457 M Sprinkler-95 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

458 M Sprinkler-96 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

459 M Sprinkler-97 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

460 M Sprinkler-98 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

461 M Sprinkler-99 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

462 M Sprinkler-100 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

463 M Sprinkler-101 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

464 M Sprinkler-102 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

465 M Sprinkler-103 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

466 M Sprinkler-104 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

467 M Sprinkler-105 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

468 M Sprinkler-106 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

469 M Sprinkler-107 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

470 M Sprinkler-108 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

137 | P a g e

471 M Sprinkler-109 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

472 M Sprinkler-110 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

473 M Sprinkler-111 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

474 M Sprinkler-112 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

475 M Sprinkler-113 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

476 M Sprinkler-114 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

477 M Sprinkler-115 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

478 M Sprinkler-116 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

479 M Sprinkler-117 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

480 M Sprinkler-118 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

481 M Sprinkler-119 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

482 M Sprinkler-120 working pressure:0.3~0.6MPa;flow rate :45.6m3 and/or h

483 M Impulse fabric

collector bunker bay

1

L=5850~7800m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

484 M Impulse fabric

collector bunker bay

2

L=5850~7800m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

485 M Impulse fabric

collector bunker bay

3

L=5850~7800m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

486 M Impulse fabric

collector bunker bay

4

L=5850~7800m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

487 M Impulse fabric

collector bunker bay

5

L=5850~7800m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

488 M Impulse fabric

collector bunker bay

6

L=5850~7800m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

489 M Impulse fabric

collector bunker bay

7

L=5850~7800m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

490 M Impulse fabric

collector bunker bay

8

L=5850~7800m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

138 | P a g e

491 M Impulse fabric

collector bunker bay

9

L=5850~7800m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

492 M Impulse fabric

collector bunker bay

10

L=5850~7800m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

493 M Impulse fabric

collector bunker bay

11

L=5850~7800m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

494 M Impulse fabric

collector bunker bay

12

L=5850~7800m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

495 M Impulse fabric

collector bunker bay

13

L=5850~7800m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

496 M Impulse fabric

collector bunker bay

14

L=5850~7800m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

497 M Impulse fabric

collector bunker bay

15

L=5850~7800m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

498 M Impulse fabric

collector bunker bay

16

L=5850~7800m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

499 M Impulse fabric

collector bunker bay

17

L=5850~7800m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

500 M Impulse fabric

collector bunker bay

18

L=5850~7800m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

501 M Impulse fabric

collector bunker bay

TT A

L=14500~18500m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

502 M Impulse fabric

collector bunker bay

TT B

L=14500~18500m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

503 M

A and/or C

INDOOR UNIT

CHP COMPLEX

BUILDING 1

SLV-D160Q4 and/or N1-C,L=1800m3 and/or h,

QL=16.0kW,240V,N=0.19kW ; Make: GUANGDONG

SHENLING AIR CONDITIONING EQUIPMENT CO.,LTD

139 | P a g e

504 M

A and/or C

INDOOR UNIT

CHP COMPLEX

BUILDING 2

SLV-D160Q4 and/or N1-C,L=1800m3 and/or h,

QL=16.0kW,240V,N=0.19kW ; Make: GUANGDONG

SHENLING AIR CONDITIONING EQUIPMENT CO.,LTD

505 M

A and/or C

INDOOR UNIT

CHP COMPLEX

BUILDING 3

SLV-D160Q4 and/or N1-C,L=1800m3 and/or h,

QL=16.0kW,240V,N=0.19kW ; Make: GUANGDONG

SHENLING AIR CONDITIONING EQUIPMENT CO.,LTD

506 M

A and/or C

INDOOR UNIT

CHP COMPLEX

BUILDING 4

SLV-D160Q4 and/or N1-C,L=1800m3 and/or h,

QL=16.0kW,240V,N=0.19kW ; Make: GUANGDONG

SHENLING AIR CONDITIONING EQUIPMENT CO.,LTD

507 M

A and/or C

INDOOR UNIT

CHP COMPLEX

BUILDING 5

SLV-D80Q4 and/or N1-C,L=1140m3 and/or h,

QL=8.0kW,240V,N=0.10kW ; Make: GUANGDONG SHENLING

AIR CONDITIONING EQUIPMENT CO.,LTD

508 M

A and/or C

INDOOR UNIT

CHP COMPLEX

BUILDING 6

SLV-D80Q4 and/or N1-C,L=1140m3 and/or h,

QL=8.0kW,240V,N=0.10kW ; Make: GUANGDONG SHENLING

AIR CONDITIONING EQUIPMENT CO.,LTD

509 M

A and/or C

INDOOR UNIT

CHP COMPLEX

BUILDING 7

SLV-D80Q4 and/or N1-C,L=1140m3 and/or h,

QL=8.0kW,240V,N=0.10kW ; Make: GUANGDONG SHENLING

AIR CONDITIONING EQUIPMENT CO.,LTD

510 M

A and/or C

INDOOR UNIT

CHP COMPLEX

BUILDING 8

SLV-D80Q4 and/or N1-C,L=1140m3 and/or h,

QL=8.0kW,240V,N=0.10kW ; Make: GUANGDONG SHENLING

AIR CONDITIONING EQUIPMENT CO.,LTD

511 M

A and/or C

INDOOR UNIT

CHP COMPLEX

BUILDING 9

SLV-D80Q4 and/or N1-C,L=1140m3 and/or h,

QL=8.0kW,240V,N=0.10kW ; Make: GUANGDONG SHENLING

AIR CONDITIONING EQUIPMENT CO.,LTD

512 M

A and/or C

INDOOR UNIT

CHP COMPLEX

BUILDING 10

SLV-D80Q4 and/or N1-C,L=1140m3 and/or h,

QL=8.0kW,240V,N=0.10kW ; Make: GUANGDONG SHENLING

AIR CONDITIONING EQUIPMENT CO.,LTD

513 M

A and/or C

INDOOR UNIT

CHP COMPLEX

BUILDING 11

SLV-D80T2 and/or N1,L=1200m3 and/or h,

QL=8.0kW,240V,N=0.14kW ; Make: GUANGDONG SHENLING

AIR CONDITIONING EQUIPMENT CO.,LTD

514 M

A and/or C

INDOOR UNIT

CHP COMPLEX

BUILDING 12

SLV-D112DL and/or N1-B,L=1600m3 and/or h,

QL=11.2kW,240V,N=0.18kW ; Make: GUANGDONG

SHENLING AIR CONDITIONING EQUIPMENT CO.,LTD

140 | P a g e

515 M

A and/or C

INDOOR UNIT

CHP COMPLEX

BUILDING 13

SLV-D112DL and/or N1-B,L=1600m3 and/or h,

QL=11.2kW,240V,N=0.18kW ; Make: GUANGDONG

SHENLING AIR CONDITIONING EQUIPMENT CO.,LTD

516 M

A and/or C

INDOOR UNIT

CHP COMPLEX

BUILDING 14

SLV-D112DL and/or N1-B,L=1600m3 and/or h,

QL=11.2kW,240V,N=0.18kW ; Make: GUANGDONG

SHENLING AIR CONDITIONING EQUIPMENT CO.,LTD

517 M

A and/or C

INDOOR UNIT

CHP COMPLEX

BUILDING 15

SLV-D112DL and/or N1-B,L=1600m3 and/or h,

QL=11.2kW,240V,N=0.18kW ; Make: GUANGDONG

SHENLING AIR CONDITIONING EQUIPMENT CO.,LTD

518 M

A and/or C

INDOOR UNIT

CHP COMPLEX

BUILDING 16

SLV-D28DL and/or N1-B,L=650m3 and/or h,

QL=8.0kW,240V,N=0.12kW ; Make: GUANGDONG SHENLING

AIR CONDITIONING EQUIPMENT CO.,LTD

519 M

A and/or C

INDOOR UNIT

CHP COMPLEX

BUILDING 17

SLV-D28DL and/or N1-B,L=650m3 and/or h,

QL=8.0kW,240V,N=0.12kW ; Make: GUANGDONG SHENLING

AIR CONDITIONING EQUIPMENT CO.,LTD

520 M

A and/or C

OUTDOOR UNIT

CHP COMPLEX

BUILDING 1

SLV-530(18)W and/or DSN1,L=22000m3 and/or h,

QL=53kW,415V,N=18.7kW ; Make: GUANGDONG SHENLING

AIR CONDITIONING EQUIPMENT CO.,LTD

521 M

A and/or C

OUTDOOR UNIT

CHP COMPLEX

BUILDING 2

SLV-530(18)W and/or DSN1,L=22000m3 and/or h,

QL=53kW,415V,N=18.7kW ; Make: GUANGDONG SHENLING

AIR CONDITIONING EQUIPMENT CO.,LTD

522 M

A and/or C

OUTDOOR UNIT

CHP COMPLEX

BUILDING 3

SLV-400(14)W and/or DSN1,L=15000m3 and/or h,

QL=40kW,415V,N=14.4kW ; Make: GUANGDONG SHENLING

AIR CONDITIONING EQUIPMENT CO.,LTD

523 M

A and/or C

OUTDOOR UNIT

CHP COMPLEX

BUILDING 4

SLV-400(14)W and/or DSN1,L=15000m3 and/or h,

QL=40kW,415V,N=14.4kW ; Make: GUANGDONG SHENLING

AIR CONDITIONING EQUIPMENT CO.,LTD

524 M

CENTRIFUGAL

FAN BOX CHP

COMPLEX

BUILDING

HTFC-V-5#,n=1000r and/or min ,L=10033m3 and/or h,

H=441PaMOTOR :Y132S-4,N=5.5kW

525 M

AXIAL FAN CHP

COMPLEX

BUILDING 1

#4.5,α=25°,n=1450r and/or min, L=5881m3 and/or h,

H=113Pa,MOTOR :YSF711-4,N=0.25kW

141 | P a g e

526 M

AXIAL FAN CHP

COMPLEX

BUILDING 2

#4.5,α=25°,n=1450r and/or min, L=5881m3 and/or h,

H=113Pa,MOTOR :YSF711-4,N=0.25kW

527 M

AXIAL FAN CHP

COMPLEX

BUILDING 3

#4,α=25°,n=1450r and/or min, L=3920m3 and/or h,

H=88Pa,MOTOR :YSF631-4,N=0.12kW

528 M

AXIAL FAN CHP

COMPLEX

BUILDING 4

#2.8,α=25°,n=1450r and/or min, L=1346m3 and/or h,

H=44Pa,MOTOR :YSF501-4,N=0.025kW

529 M AXIAL FAN CHP

COMPLEX

BUILDING 5

#2.8,α=25°,n=1450r and/or min, L=1346m3 and/or h,

H=44Pa,MOTOR :YSF501-4,N=0.025kW

530 M AXIAL FAN CHP

COMPLEX

BUILDING 6

#2.8,α=25°,n=1450r and/or min, L=1346m3 and/or h,

H=44Pa,MOTOR :YSF501-4,N=0.025kW

531 M AXIAL FAN CHP

COMPLEX

BUILDING 7

#2.8,α=25°,n=1450r and/or min, L=1346m3 and/or h,

H=44Pa,MOTOR :YSF501-4,N=0.025kW

532 M AXIAL FAN CHP

COMPLEX

BUILDING 8

#2.8,α=25°,n=1450r and/or min, L=1211m3 and/or h,

H=37Pa,MOTOR :YBFA-6314,N=0.12kW

533 M

AXIAL FAN CHP

COMPLEX

BUILDING 9

#2.8,α=25°,n=1450r and/or min, L=1211m3 and/or h,

H=37Pa,MOTOR :YBFA-6314,N=0.12kW

534 M IMPULSE FABRIC

COLLECTOR FOR

TT 0 A

L=6817~10226m3 and/or h, H=2554~1673Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

535 M IMPULSE FABRIC

COLLECTOR FOR

TT 0 B

L=6817~10226m3 and/or h, H=2554~1673Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

536 M

CENTRIFUGAL

FAN BOX FOR

TRANSFER

TOWER 0

HTFC-V-10#,n=1000r and/or min, L=80000m3 and/or h, H=1341Pa

MOTOR :Y22M-4,N=55kW

537 M

POWER ROOF

FANS FOR

TRANSFER

TOWER 0 A

#10,n=960r and/or min,L=39000m3 and/or h, H=317Pa MOTOR

:Y132M2-6,N=5.5kW

538 M

POWER ROOF

FANS FOR

TRANSFER

TOWER 0 B

#9,n=960r and/or min, L=34500m3 and/or h ,H=202Pa MOTOR

:Y132S-6,N=3kW

142 | P a g e

539 M Impulse fabric

collector FOR NO

1 TT A

L=6817~10226m3 and/or h, H=2554~1673Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

540 M Impulse fabric

collector FOR NO

1 TT B

L=6817~10226m3 and/or h ,H=2554~1673Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

541 M IMPULSE FABRIC

COLLECTOR FOR

NO 2 TT A

L=6817~10226m3 and/or h, H=2554~1673Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

542 M IMPULSE FABRIC

COLLECTOR FOR

NO 2 TT B

L=6817~10226m3 and/or h, H=2554~1673Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

543 M

CENTRIFUGAL

FAN BOX FOR NO

2 TT

HTFC-V-10#,n=1000r and/or min, L=80000m3 and/or h,

H=1341Pa,MOTOR :Y22M-4,N=55kW

544 M

POWER ROOF

FANS FOR NO 2

TT A

#10,n=960r and/or min, L=39000m3 and/or h, H=317Pa MOTOR

:Y132M2-6,N=5.5kW

545 M

POWER ROOF

FANS FOR NO 2

TT B

#9,n=960r and/or min ,L=34500m3 and/or h, H=202Pa MOTOR

:Y132S-6,N=3kW

546 M Impulse fabric

collector FOR NO

3 TT A

L=6817~10226m3 and/or h, H=2554~1673Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

547 M Impulse fabric

collector FOR NO

3 TT B

L=6817~10226m3 and/or h, H=2554~1673Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

548 M Impulse fabric

collector for crusher

A

L=16500m3 and/or h, H=3334~2000Pa,△H<1000Pa ; Make:

JIANGSU ZHIYU AIR-CONDITIONING ENVIRONMENTAL

PROTECTION EQUIPMENT CO.,LTD

549 M Impulse fabric

collector for crusher

B

L=16500m3 and/or h, H=3334~2000Pa,△H<1000Pa ; Make:

JIANGSU ZHIYU AIR-CONDITIONING ENVIRONMENTAL

PROTECTION EQUIPMENT CO.,LTD

550 M Centrifugal fan box

FOR NO 5 TT

HTFC-V-10#,n=1000r and/or min L=80000m3 and/or h,

H=1341Pa,MOTOR :Y22M-4,N=55kW

551 M Power roof fans

FOR NO 5 TT A

#9,n=960r and/or min ,L=34500m3 and/or h, H=202Pa MOTOR

:Y132S-6,N=3kW

552 M Power roof fans

FOR NO 5 TT B

#9,n=960r and/or min, L=34500m3 and/or h ,H=202Pa MOTOR

:Y132S-6,N=3kW

553 M Power roof fans

FOR NO 5 TT C

#9,n=960r and/or min ,L=34500m3 and/or h, H=202Pa MOTOR

:Y132S-6,N=3kW

143 | P a g e

554 M Impulse fabric

collector FOR NO

5 TT A

L=16500m3 and/or h, H=3334~2000Pa,△H<1000Pa ; Make:

JIANGSU ZHIYU AIR-CONDITIONING ENVIRONMENTAL

PROTECTION EQUIPMENT CO.,LTD

555 M Impulse fabric

collector FOR NO

5 TT B

L=16500m3 and/or h, H=3334~2000Pa,△H<1000Pa ; Make:

JIANGSU ZHIYU AIR-CONDITIONING ENVIRONMENTAL

PROTECTION EQUIPMENT CO.,LTD

556 M Impulse fabric

collector FOR NO.6

TT A

L=14500~18500m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

557 M Impulse fabric

collector FOR NO.6

TT B

L=10800~14500m3 and/or h, H=3187~2019Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

558 M Impulse fabric

collector FOR NO.6

TT C

L=10800~14500m3 and/or h, H=3187~2019Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

559 M Impulse fabric

collector FOR NO.7

TT A

L=14500~18500m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

560 M Impulse fabric

collector FOR NO.7

TT B

L=14500~18500m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

561 M Impulse fabric

collector FOR NO.7

TT C

L=10800~14500m3 and/or h, H=3187~2019Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

562 M

Explosion proof

Axial fan FOR

NO.7 TT A

#5.6,α=25°,n=1450r and/or min, L=10379m3 and/or h,

H=174Pa,MOTOR :YBSF802-4,N=0.75kW

563 M

Explosion proof

Axial fan FOR

NO.7 TT B

#5.6,α=25°,n=1450r and/or min, L=10379m3 and/or h,

H=174Pa,MOTOR :YBSF802-4,N=0.75kW

564 M

Explosion proof

Axial fan FOR

NO.7 TT C

#5.6,α=25°,n=1450r and/or min, L=10379m3 and/or h,

H=174Pa,MOTOR :YBSF802-4,N=0.75kW

565 M

Explosion proof

Axial fan FOR

NO.7 TT D

#5.6,α=25°,n=1450r and/or min, L=10379m3 and/or h,

H=174Pa,MOTOR :YBSF802-4,N=0.75kW

566 M Impulse fabric

collector FOR NO 8

TT

L=6817~10226m3 and/or h, H=2554~1673Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

567 M Impulse fabric

collector FOR NO 9

TT A

L=10800~14500m3 and/or h, H=3187~2019Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

144 | P a g e

568 M Impulse fabric

collector FOR NO 9

TT B

L=10800~14500m3 and/or h, H=3187~2019Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

569 M

Explosion proof

Axial fan FOR NO.

9 TT A

#5.6,α=25°,n=1450r and/or min, L=10379m3 and/or h,

H=147Pa,MOTOR :YBFA-8024,N=0.75kW

570 M

Explosion proof

Axial fan FOR NO.

9 TT B

#5.6,α=25°,n=1450r and/or min, L=10379m3 and/or h,

H=147Pa,MOTOR :YBFA-8024,N=0.75kW

571 M

Explosion proof

Axial fan FOR NO.

9 TT C

#5.6,α=25°,n=1450r and/or min, L=10379m3 and/or h,

H=147Pa,MOTOR :YBFA-8024,N=0.75kW

572 M

Explosion proof

Axial fan FOR NO.

9 TT D

#5.6,α=25°,n=1450r and/or min, L=10379m3 and/or h,

H=147Pa,MOTOR :YBFA-8024,N=0.75kW

573 M

Explosion proof

Axial fan FOR 10

TT A

#5.6,α=25°,n=1450r and/or min, L=10379m3 and/or h,

H=174Pa,MOTOR :YBF802-4,N=0.75kW

574 M

Explosion proof

Axial fan FOR 10

TT B

#5.6,α=25°,n=1450r and/or min, L=10379m3 and/or h,

H=174Pa,MOTOR :YBF802-4,N=0.75kW

575 M

Explosion proof

Axial fan FOR 10

TT C

#5.6,α=25°,n=1450r and/or min, L=10379m3 and/or h,

H=174Pa,MOTOR :YBF802-4,N=0.75kW

576 M

Explosion proof

Axial fan FOR 10

TT D

#5.6,α=25°,n=1450r and/or min, L=10379m3 and/or h,

H=174Pa,MOTOR :YBF802-4,N=0.75kW

577 M Impulse fabric

collector FOR 10

TT A

L=14500~18500m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

578 M Impulse fabric

collector FOR 10

TT B

L=14500~18500m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

579 M

Explosion proof

Axial fan FOR 11

TT A

#5.6,α=30°,n=1450r and/or min ,L=11682m3 and/or h,

H=186Pa,MOTOR :YBFA-90S4,N=1.1kW

580 M

Explosion proof

Axial fan FOR 11

TT B

#5.6,α=30°,n=1450r and/or min, L=11682m3 and/or h,

H=186Pa,MOTOR :YBFA-90S4,N=1.1kW

581 M

Explosion proof

Axial fan FOR 11

TT C

#5.6,α=30°,n=1450r and/or min, L=11682m3 and/or h,

H=186Pa,MOTOR :YBFA-90S4,N=1.1kW

145 | P a g e

582 M Impulse fabric

collector FOR NO.

11 TT A

L=14500~18500m3 and/or h ,H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

583 M Impulse fabric

collector FOR NO.

11 TT B

L=14500~18500m3 and/or h, H=3334~2000Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

584 M Impulse fabric

collector FOR NO

12 TT A

L=10800~14500m3 and/or h, H=3187~2019Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

585 M Impulse fabric

collector FOR NO

12 TT B

L=10800~14500m3 and/or h ,H=3187~2019Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

586 M Impulse fabric

collector FOR NO

13 TT A

L=10800~14500m3 and/or h ,H=3187~2019Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

587 M Impulse fabric

collector FOR NO

13 TT B

L=10800~14500m3 and/or h, H=3187~2019Pa, △H<1000Pa ;

Make: JIANGSU ZHIYU AIR-CONDITIONING

ENVIRONMENTAL PROTECTION EQUIPMENT CO.,LTD

588 M Centrifugal fan box

FOR WT A

HTFC-V-12.5#,n=700r and/or min ,L=102538m3 and/or h,

H=1148Pa,Power supply:415V-3-50HZ,N=55kW

589 M Centrifugal fan box

FOR WT B

HTFC-V-12.5#,n=700r and/or min, L=102538m3 and/or h,

H=1148Pa,Power supply:415V-3-50HZ,N=55kW

590 M Centrifugal fan box

FOR WT C

HTFC-V-12.5#,n=700r and/or min, L=102538m3 and/or h,

H=1148Pa,Power supply:415V-3-50HZ,N=55kW

591 M Centrifugal fan box

FOR WT D

HTFC-V-12.5#,n=700r and/or min, L=102538m3 and/or h,

H=1148Pa,Power supply:415V-3-50HZ,N=55kW

592 M

Explosion proof

Axial fan FOR WT

A

18#,n=480r and/or min,α=15°,L=112500m3 and/or h,

H=276Pa,Power supply:415V-3-50HZ,N=15kW

593 M

Explosion proof

Axial fan FOR WT

B

18#,n=480r and/or min,α=15°,L=112500m3 and/or h,

H=276Pa,Power supply:415V-3-50HZ,N=15kW

594 M

Explosion proof

Axial fan FOR WT

C

18#,n=480r and/or min,α=15°,L=112500m3 and/or h,

H=276Pa,Power supply:415V-3-50HZ,N=15kW

595 M

Explosion proof

Axial fan FOR WT

D

18#,n=480r and/or min,α=15°,L=112500m3 and/or h,

H=276Pa,Power supply:415V-3-50HZ,N=15kW

596 M A and/or C for

CONTROL ROOM

FOR WT A

QL=8.1 kW, L=1500m3 and/or h,N=4.7kW, H=50Pa ; Make:

GUANGDONG SHENLING AIR CONDITIONING EQUIPMENT

CO.,LTD

146 | P a g e

597 M A and/or C for

CONTROL ROOM

FOR WT B

QL=8.1 kW, L=1500m3 and/or h,N=4.7kW, H=50Pa ; Make:

GUANGDONG SHENLING AIR CONDITIONING EQUIPMENT

CO.,LTD

598 M A and/or C for

CONTROL ROOM

FOR WT C

QL=8.1 kW, L=1500m3 and/or h,N=4.7kW, H=50Pa ; Make:

GUANGDONG SHENLING AIR CONDITIONING EQUIPMENT

CO.,LTD

599 M A and/or C for

CONTROL ROOM

FOR WT D

QL=8.1 kW ,L=1500m3 and/or h,N=4.7kW, H=50Pa ; Make:

GUANGDONG SHENLING AIR CONDITIONING EQUIPMENT

CO.,LTD

600 M

Axial fan FOR

BULLDOZER

MAINTANCE

SHED 1

#4.5,α=25°,n=1450r and/or min, L=5881m3 and/or h,

H=113Pa,MOTOR :YSF-7114,N=0.25kW

601 M

Axial fan FOR

BULLDOZER

MAINTANCE

SHED 2

#4.5,α=25°,n=1450r and/or min, L=5881m3 and/or h,

H=113Pa,MOTOR :YSF-7114,N=0.25kW

602 M Axial fan FOR CHP

SWITCH ROOM 3

#4.5,α=20°,n=1450r and/or min, L=4504m3 and/or h,

H=110Pa,MOTOR :YSF632-4,N=0.18kW

603 M Axial fan FOR CHP

SWITCH ROOM 4

#4.5,α=20°,n=1450r and/or min ,L=4504m3 and/or h,

H=110Pa,MOTOR :YSF632-4,N=0.18kW

604 M Air-Conditioner

FOR CHP SWITCH

ROOM 2

QL=21.7kW,L=4100m3 and/or h,N=11.6kW, H=250Pa ; Make:

GUANGDONG SHENLING AIR CONDITIONING EQUIPMENT

CO.,LTD

605 M Air-Conditioner

FOR CHP SWITCH

ROOM 3

QL=21.7kW,L=4100m3 and/or h,N=11.6kW, H=250Pa ; Make:

GUANGDONG SHENLING AIR CONDITIONING EQUIPMENT

CO.,LTD

606 M Axial fan FOR

WTH SWGR RM 1

#5.6,α=20°,n=1450r and/or min ,L=8667m3 and/or h,

H=169Pa,MOTOR :YSF801-4,N=0.55kW

607 M Axial fan FOR

WTH SWGR RM 2

#5.6,α=20°,n=1450r and/or min, L=8667m3 and/or h,

H=169Pa,MOTOR :YSF801-4,N=0.55kW

608 M Axial fan FOR

WTH SWGR RM 3

#5.6,α=20°,n=1450r and/or min, L=8667m3 and/or h,

H=169Pa,MOTOR :YSF801-4,N=0.55kW

609 M Axial fan FOR

WTH SWGR RM 4

#5.6,α=20°,n=1450r and/or min, L=8667m3 and/or h,

H=169Pa,MOTOR :YSF801-4,N=0.55kW

610 M Axial fan FOR

WTH SWGR RM 5

#5.6,α=20°,n=1450r and/or min, L=8667m3 and/or h,

H=169Pa,MOTOR :YSF801-4,N=0.55kW

611 M Axial fan FOR

WTH SWGR RM 6

#5.6,α=25°,n=1450r and/or min, L=10379m3 and/or h,

H=174Pa,MOTOR :YSF802-4,N=0.75kW

612 M Axial fan FOR

WTH SWGR RM 7

#5.6,α=25°,n=1450r and/or min, L=10379m3 and/or h,

H=174Pa,MOTOR :YSF802-4,N=0.75kW

147 | P a g e

613 M Axial fan FOR

WTH SWGR RM 8

#5.6,α=25°,n=1450r and/or min, L=10379m3 and/or h,

H=174Pa,MOTOR :YSF802-4,N=0.75kW

614 M Axial fan FOR

WTH SWGR RM 9

#5,α=25°,n=1450r and/or min, L= 7655m3 and/or h,

H=138Pa,MOTOR :YSF712-4,N=0.37kW

615 M

Axial fan FOR

WTH SWGR RM

10

#4.5,α=20°,n=1450r and/or min ,L=4504m3 and/or h,

H=110Pa,MOTOR :YSF632-4,N=0.18kW

616 M

Axial fan FOR

WTH SWGR RM

11

#4.5,α=20°,n=1450r and/or min, L=4504m3 and/or h,

H=110Pa,MOTOR :YSF632-4,N=0.18kW

617 M

Axial fan FOR

WTH SWGR RM

12

#4.5,α=25°,n=1450r and/or min, L=5881m3 and/or h,

H=113Pa,MOTOR :YSF711-4,N=0.25kW

618 M

Axial fan FOR

WTH SWGR RM

13

#4.5,α=25°,n=1450r and/or min, L=5881m3 and/or h,

H=113Pa,MOTOR :YSF711-4,N=0.25kW

619 M

Air-Conditioner

FOR WTH SWGR

RM 1

QL=57kW,L=10000m3 and/or h, N=35.4kW ; Make:

GUANGDONG SHENLING AIR CONDITIONING EQUIPMENT

CO.,LTD

620 M

Air-Conditioner

FOR WTH SWGR

RM 2

QL=43kW,L=8000m3 and/or h, N=24kW ; Make: GUANGDONG

SHENLING AIR CONDITIONING EQUIPMENT CO.,LTD

621 M Wagon tippler

pump-1 Flow 15m3 and/or h, head 85.5m, power 7.5kw

622 M Wagon tippler

pump-2 Flow 15m3 and/or h, head 85.5m, power 7.5kw

623 M Wagon tippler

pump-3 Flow 15m3 and/or h, head 85.5m, power 7.5kw

624 M Wagon tippler

pump-4 Flow 15m3 and/or h, head 85.5m, power 7.5kw

19. Bidding Tables with Breakup & Backup

S.No Heads Cost/Month

1 Manpower

2 Tools Tackles

3 AMC

4 Equipment for Material Handling (Fixed & Variable)

5 Consumables

148 | P a g e

Annexures to Bidding Heads

1. Manpower : Grade wise and utility wise

2. List of tools and tackles with individual costing

3. AMC detail per AMC

4. Addition wise Breakup

20. Qualifying Criteria The participating vendor should meet the below mentioned criteria:-

1. Has experience of handling a minimum of 1200 Tph CHP O&M for at least 3 years. Experience in

handling 1500 Tph CHP would be an added advantage

2. Has experience of handling minimum of 5 rakes/day

3. Minimum turn over should be over 80 cr/year in O&M works

4. Existing deputed manpower on company payroll in various plants for O&M works shall be about 500

5. ISO 9001, 14001, 18001 certified

Documents to be submitted with bid

1. Provide list of references of previous contracts handled and complete Customer List Handled or

being handled

2. Furnish the order copy of the latest order received on similar grounds

3. ISO 9001, 14001, 18001 Certificates

4. Annual Audited Report of last 3 years : P&L Statements and Balance Sheet

5. List of available Tools, tackles and equipment(s) which can be immediately deployed for this

plant

149 | P a g e

ATTACHMENT 2 to SCHEDULE I

COMPENSATION SCHEDULE

1. COMPLETENESS OF PRICING

All rates, sums, charges and prices referred to in this Schedule:

(a) are stated in Indian rupees (INR).

(b) are considered complete and fully inclusive in respect of the services being provided and no

additional rates, sums, charges or prices shall be paid, except as expressly stated in the

Agreement;

(c) shall remain fixed and firm and shall not be subject to amendment for any cause, except as

expressly stated in the Agreement.

The cost of any item where the price is left blank shall be deemed included elsewhere.

2. Taxes

The prices and rates set out in this Schedule II (Compensation Schedule) are:

(a) inclusive of all Indian direct taxes (including without limitation personnel taxes, withholding taxes

and corporate taxes) now or hereafter levied or imposed on the Service Provider; and

(b) inclusive of all non-Indian taxes (whether direct or indirect) now or hereafter levied or imposed on

the Service Provider; and

(c) Inclusive of all taxes/levies/duties as applicable except for Service Tax which shall be paid over

and above the below mentioned charges as per applicable rates, current rate is [ ]%.

3.Withholding Tax

TDS shall be deducted as per the applicable rates under Income Tax Act and same shall be in Service

Provider’s account only.

150 | P a g e

4. Payment terms for the contract shall be

4.1 Payment Terms

4.1.1 Payment for Mobilization Period:

4.1.1.1 10% of the annual contract value shall be released after 45 days as mobilisation advance

and shall be paid against the submission of Advance Bank Guarantee, advance shall be

recovered from the monthly bills. Mobilisation shall not be linked with the payment of

advance.

4.1.1.2 “Mobilization Period” means a period of 30 days starting from the Date of issuance of

Purchase order. The Mobilization Period can be extended provided Owner gives 1 month’s

upfront notice to the O&M Contractor indicating that the Handover has been shifted.

4.1.1.3 Liquidated Damages (LD): LD of 1.25 times per day of the manpower cost as per the

relevant category shall be applicable on the number of mobilisation of particular category

not achieved within the period of 30 days provided as mobilisation period.

4.1.1.4 The O&M Contractor shall pay the premium payable on such insurance policy (ies), so as

to keep them in force and valid from the date of commencement of the Mobilization Period

till the expiry of the Term or the termination of this O & M Service Agreement and furnish

the certified true copies of the same to the Owner. Each insurance policy shall provide that

the same shall not be cancelled or terminated unless 30 days clear notice of cancellation is

provided to Owner in writing. If at any time, the O&M Contractor fails to purchase and

maintain in full force and effect any of the aforesaid insurances, the Owner may at its own

option purchase and maintain such insurance and all sums incurred by Owner in respect

thereof shall be reimbursed by O&M Contractor forthwith on demand, failing which the

same shall be recovered by the Owner by exercising right of set off or otherwise.

4.1.2 100% payment towards Monthly O&M fee:

4.1.2.1 Unless otherwise specified by the Owner, the O & M Contractor shall raise invoices for

100% amount within the tenth (10th) Day of the next month. The same shall be payable

within forty five (45) days of receipt of the invoices from the O&M Contractor.

4.1.2.2 The time period shall commence from the first day of submission of invoices in original to

Owner’s-EIC and in duplicate to finance department

4.1.2.3 Payment shall be made after adjusting all amounts as per applicable “Adjustment for

Incentives/Liquidated Damages/Penalties”.

4.1.2.4 The invoices shall be signed by the O & M Contractor’s authorized signatory along with

all necessary documents required as follows:

a) HR Clearance Certificate for the last month’s manpower deployment basis as per “HR

Compliances and Procedures

b) No Dues/Claim Certificate as per “No Dues/Claim Certificates”

4.1.2.5 Post payment audit: The Owner reserves the right to carry out a post payment audit and to

enforce recovery, if any found as a result of such examination. The deductions shall be

made for payments pertaining to the contractor and with mutual consent.

151 | P a g e

4.1.3 Adjustment for Liquidated Damages/Penalties

4.1.3.1 The O&M Contractor will be provided with the calculation of Liquidated

damages in respect of KPIs to the Owner in accordance with “Incentives & penalties”.

4.1.3.2 Adjustment for the same shall be made from the monthly invoice based on the

calculations/verification of Owner’s EIC. The decision of the Owner shall be final &

binding in this matter.

4.1.4 Disputed Payments of Liquidated Damages

4.1.4.1 At any time prior to ninety (90) Days after the date of receipt of an invoice or the receipt

of a calculation of Liquidated Damages by a Party, such receiving Party may serve notice

(a “Payment Dispute Notice”) on the other Party that the amount of such invoice or the

amount of Liquidated Damages, as the case may be, is in Dispute.

4.1.4.2 Each Payment Dispute Notice shall specify the invoice or calculation amount concerned,

the amount in Dispute and the basis of the Dispute thereof. All undisputed amounts shall

be paid within the relevant period provided in this O&M Service Agreement.

4.1.4.3 Upon the final resolution of the Dispute, any amounts determined to be owed or to have

been paid but not owed by the paying Party, as the case may be, shall be paid by the

owing Party or repaid by the receiving Party to the paying Party, as the case may be.

152 | P a g e

Schedule II

APPENDIX A: VEDANTA SUSTAINABILITY CLAUSES 1. Health, Safety and Environment (HSE) Systems Designation of Supervisor: The Contractor shall specify

one of its employee as the Site HSE Supervisor who shall be responsible for attending HSE matters at all

levels at the site of work, including emergency response.

Attendance of contractor: The contractor shall ensure that its site HSE supervisor is present at the place of

work and performs supervisory functions at all times whenever four or more workers of the contractor or

its sub-contractors are present at the place of work. Statutory Compliance: Contractor shall identify,

document and comply with all pertinent Health, Safety and Environment (HSE) laws and regulations,

approvals, licenses and permits which are applicable to the services and conduct of activities.

Contractor shall conduct internal inspections and record to ensure full implementation of requirements and

compliance with the system at the site. Contractor shall provide documentary evidence that it has complied

with the system, on company's demand.

Contractor Site management plan: The contractor should comply to his submitted plan in his bid document

on how to manage and improve the work site. Page 7 of 12

153 | P a g e

2. Hazard and Risk Assessment

Pre and post Job Safety assessments: Contractor is responsible and accountable for ensuring effective

procedures and assessment systems are in place to meet all HSE conditions.

Prior to the commencement of any operation/activity, Contractor must undertake a hazard and risk

assessment, such as a job safety analysis or job risk analysis including control and mitigation process. The

risk assessment should cover the following aspects of workplace

1. General Safety and Environmental Management Procedures

2. Waste Disposal

3. Equipment Decommissioning

4. Water Discharges

5. Material Storage/Spills

6. Storm Water Management

7. Use of Asbestos, Lead, CFCs and other objectionable chemicals.

8. Hot working, gas welding, etc

9. All electrical works

10. Work at heights including scaffolding

11. Demolition

12. Construction work of any kind

13. Transport management

14. Tank cleaning or testing

15. Confined space, etc

3. Awareness, Competency and Behavior

Awareness: Before commencement of any Services, Contractor shall at its own expense ensure that

Contractor's Personnel have been given the necessary HSE training including training in hazard

identification, risk analysis, safe working behavior etc. The HSE training shall include a briefing explaining

the nature of the part of the Services

they will be performing, a job safety analysis and description of the hazards, which may be encountered

during the performance of the particular tasks, which they are required to perform. During such training,

Contractor shall emphasize the fact that each person has an obligation to stop an act or task if it is unsafe.

Contractor shall ensure that Contractor's Personnel attend refresher courses to maintain familiarity with

current procedures. Contractor shall provide evidence of completion of all training and competency

assessments upon request by Company.

All Contractors' Personnel arriving on the site shall attend the Contractor's or Company's HSE inductions

including a review of the site's safety procedures including Permit to Work and evacuation.

Contractor shall ensure safety meeting schedule, including but not limited to pre shift safety meetings,

safety toolbox meeting, safety committee meetings and management review meetings.

Competency: The contractor shall ensure that all of its supervisory personnel performing work possess any

specific competencies or qualifications, experience, responsibility and authorities required by applicable

occupational health and safety laws, and shall provide proof of same satisfactory to company upon request.

Behavior: The contractor should provide adequate guidance so that contractor's personnel works to reduce

workplace incidents and improve safe performance at all times. The contractor shall ensure that his staff

conducts in a fit and proper manner whilst on site. Failure to do this may result in the removal or exclusion

of such persons from the site.

4. Change Management: Page 8 of 12

154 | P a g e

If there is a change in site supervisor and contractor management personnel, it shall be notified to designated

contractor manager as a part of Management of Change (MOC) process. This also includes reassess hazards

and risk where the changes occur to the work scope, plant and equipment and the working environments.

5. Incident Reporting

Reporting: Any accident, injury, near misses, fire , explosion, spill of chemicals, environment degradation

etc involving Company or Contractor's personnel, property or any third party property shall be reported

immediately to Company, irrespective of whether injury to a person or damage to property or equipment

resulted.

Access to site: If Company exercises its right to conduct its own investigation; Contractor shall provide

Company with all reasonable assistance to allow & to complete its investigation.

Learnings: Contractor shall implement the learnings from incident to prevent a recurrence. Contractor must

share lessons learned with Contractor's Personnel.

6. Safety Interaction

The contractor must conduct regular safety interactions of its Personnel in accordance with the Company's

safety interaction process. The number and frequency of safety interactions to be performed will be at the

discretion of the Company Representative. Quality assessments of the safety interactions will be undertaken

by the Company's HSE Personnel.

The Service Provider must conduct investigations into incidents, accidents and injuries by its Personnel or

involving its equipment and property in accordance with the Company's incident investigation process.

Action items must be created to prevent recurrence and be closed out before due dates.

7. Emergency Drills

Contractor shall participate in emergency response drills to test the effectiveness of its emergency

procedures and equipments and the knowledge and proficiency of Contractor's Personnel. Contractor will

provide with their emergency response plan (ERP) which must be adoptable to suit the site.

8. Cardinal Rule*

Contractor shall ensure that all Contractors' Personnel follow the five safety cardinal rules. The rules are:

" Do not override or interfere with any Safety Provision nor let anyone else override or interfere regardless

of seniority.

" Personal Protective Equipments (PPEs) applicable to the given task must be adhered to.

" Always follow isolation and lock out procedure

" No person will be allowed to work if under the influence of alcohol or drugs

" Report all injuries and illness On violation of cardinal rules, yellow card will be issued to the concerned

personnel and disciplinary action will be taken which may result in suspension of personnel also.

* (Cardinal rules may vary from company to company)

9. Personal Protective Equipment Contractor shall, at its own expense, supply Contractor's Personnel, where

required, in connection with the safe performance of the Services, with adequate protective clothing and

other protective equipment including first aid which shall be maintained in good condition or replaced, and

shall be worn at all times where required to manage potential injury hazards associated with a work activity

under this Contract.

Contractor shall ensure that his personnel have been trained in the correct use and application of PPE. All

such training shall be documented and available to company on request.

10. Equipment, Tools, Tackles and Resources Page 9 of 12

155 | P a g e

Contractor shall ensure that all plant, tools and equipment used by Contractor's Personnel in the

performance of the Services are suitable for use for the particular task or tasks for which they are to be used,

are maintained in safe and operable condition and that users of the plant, tools and equipment are trained,

experienced and where necessary, licensed and certified to operate them.

Contractor shall maintain a register of all lifting equipment and tackle. Contractor shall, upon request,

provide certification of inspection within the previous twelve months for all cranes and lifting slings and

tackle before the equipment is used for the Work, and/or shall carry out such tests and inspections as are

requested by applicable regulatory authorities. Safe Working Load (SWL) and radius charts shall be

available for all lifting equipment and shall be marked on the equipment. Contractor shall ensure pre-

inspection of lifting tools tackles including wire rope slings, clamps, shackes, hooks etc before taking up

the job. Company reserves the right to require,

Contractor to inspect any lifting gear that does not meet the requirements stated above. All equipment shall

be stored and operated in accordance with the manufacturer's specification and guidelines.

Contractor shall maintain up to date copies of all tests and maintenance certificates relating to cranes, lifting

beams pulley blocks and lifting gear, and shall make them available to the Company upon demand.

All tools & tackles required for the execution of the job shall be arranged by contractor. Also a periodic

audit would be undertaken to assess the condition of such tools and tackles.

While using their equipment and carrying out any job, if any equipment / installation belonging to company

or any other agency at site is damaged by contractor, it will be made good at the risk and cost of contractor.

Detailed risk assessments shall be conducted for all equipment to identify all foreseeable hazards and

determine the most appropriate controls to mitigate the risks associated in using in accordance with HSE

laws and regulation.

Vehicles operating in company premises shall observe all parking and speed restrictions, road signs and

traffic rules as per company policy.

11. Material Safety Data Sheets

The contractor shall maintain, at the job site, Material Safety Data Sheets for all hazardous materials and

products taken onto the job site.

Products are stored in appropriate containers clearly labelled prior to sending to site, all hazard substances

are risk assessed to determine their safety requirements and suitability for use.

12. Work Permits

Contractor shall follow the site Permit to Work (PTW) system for carrying out hazardous activities that

includes following (but not limited to) activities. The contractor shall not perform any of such activities

without first obtaining and displaying the applicable work permit at the project site.

a.Hot work

b.Confined space entry

c.Working at height

d.Breaking into piping

e.Lockout / Tagout / isolation etc.

f.excavation or drilling into the ground or a concrete building slab using powered equipment

g.Hazardous substance handling, etc.

h.Excavation / trenching

i.Chemical management MSDS's

j.Any government related permit

13. Health and Fitness

Each contract employee shall undergo a pre-employment medical check and periodical medical

examination (PME) as per the company guidelines by a company approved doctor/ medical personnel and

cleared for the type of work he/ she will undertake, prior to the commencement of work. Page 10 of 12

156 | P a g e

Contractor shall ensure that all Contractors' Personnel are able to perform the essential functions of their

respective assignments and shall certify the same to Company if so requested by Company or if required

by law. Contractor's medical assessment process shall equal or exceed the requirements of Company's

medical assessment procedure.

Contractor shall ensure health assessment, monitoring and management of contract personnel exposure to

noise, dust and other physical hazards that have the potential to be harmful to health.

14. Disease

Contractor shall ensure that any of Contractor's Personnel who exhibit any symptoms of any severe

infectious disease that is communicable by air or surface contact immediately make appropriate

arrangements to be medically assessed and removed from the Site until they have received medical

clearance and can provide proof of such clearance.

15. Hygiene and Housekeeping

Contractor shall ensure that Contractor's Personnel maintain high standards of hygiene and housekeeping

on the Site. Contractor shall conduct routine hygiene and housekeeping inspections on the site to ensure

that standards are maintained.

Contractor shall collect and segregate scraps generated by their activities or services by creating separate

bins and finally deposit or utilize as per the directions of COMPANY.

16. Environment Protection

Contractor shall ensure proper collection and storage of used oil and waste oil generated at site. The used

oil and waste oil collected so shall be disposed off in compliance to law. Any oil/grease soaked cotton waste

would be collected from site of work and suitably disposed as per the guidelines.

Contractor shall use appropriate Personnel protective equipments and follow requisite procedure for

handling, transportation and storage of Hazardous wastes inside the plant including disposal sites owned

by company.

Contractor shall be solely responsible for damage caused to the surrounding/ environment during transit.

Contractor shall ensure optimum use of water, energy and other resources while providing services and also

work for loss prevention in the form of leakages, spills, overflows, wastages etc

Contractor shall be solely responsible for the legal actions that may be initiated consequent to environmental

hazards as aforesaid. Contractor would ensure that spillages, leakages and overflows etc are attended

immediately on notice or on intimation.

17. Smoking

Contractor's Personnel shall not smoke at the work site except within designated smoking areas.

18. Contractor Accommodation

Where the Contractor's Personnel provides accommodation for contract workers, the accommodation shall

be appropriate for its location and be clean, safe and, at a minimum, meet the basic needs of workers. In

particular, the provision of accommodation shall meet national legislation and shall have the minimum

following:

" Provision of sanitary, laundry and cooking facilities and potable water

" Safe location w.r.t health, hygiene and fire risks.

" Provision of first aid, medical facilities and proper ventilation.

" Building material shall be suitably inflammable, have smoke and fire alarms fitted and include other safety

checks to prevent fire.

19. Clearance of Site

On a continuous basis consistent with Good Industry Practice during the progress of the Works the

Contractor shall clear away and remove pursuant to the directions of the Owner from the Site all scrap,

debris, other waste Page 11 of 12

157 | P a g e

materials. The Contractor shall, leave on the Site for the Owner such temporary works as instructed by the

Owner, free of charge.

The Contractor shall at all times and particularly after completion of the Works, keep the Site and the

Facility in a clean, safe and workman like condition and shall dispose of all rubbish (other than hazardous

materials or other materials which may contaminate ground-water, for which other arrangements shall be

made by the

Contractor) in accordance with Good Industry Practice.

20. Removal of unsafe Workers

The contractor shall document any identified instances of noncompliance with safety requirements by its

workers and subcontractors. Where any worker or subcontractor breaches safety requirements and thereby

presents a threat of serious injury or death to any person, the contractor shall remove that worker or

subcontractor from the project site for the duration of the project.

21. Subcontracting

The Contractor shall be able to demonstrate that he has applied selection procedures that ensure that his

sub-contractors are demonstrably competent to perform the works safely. The Contractor shall provide to

the Location Manager the names of sub-contractors he intends to appoint in advance of entering into a

contract with any such sub-contractor. The requirements of this booklet, the contract specification, the

contract health and safety plan, the risk assessments and method statements shall be imposed upon sub-

contractors by the Contractor.

22. Monitoring

Compliance check by contractor: The Contractor shall monitor his safety performance and that of his sub-

contractors to ensure compliance with standards set in the contract. The frequency of monitoring will be

dependent upon the risk profile and number of persons employed.

Root Cause of incidents: All accidents shall be investigated to establish the basic causes and to recommend

appropriate improvements in control. Details of all accidents, together with the associated investigation and

recommendations, shall be passed to the company as soon as deemed reasonable.

Audit by company: The Company reserves the right to audit all aspects of the management of health and

safety on site at any time. Deficiency identified during any inspection / audit shall be entered into an

appropriate action register that summarize the deficiency, the required actions, the person to whom that

action have been assigned and date by which the action shall be completed.

The contractor shall be responsible to ensure all actions are completed, verified and closed within stipulated

timeframes.

Monitoring by company: The Company reserves the right to allocate weight age and set safety KPIs in the

contractor's scorecard. The scorecard performance shall be reviewed periodically.

23. Contractor Queries

The queries should be normally directed to company's designate as specified in contract. The site specific

"contractor safety management manual" can also be referred for any clarifications when in doubt. The

details on specific processes, plants and machineries and related hazards are detailed in this manual.

158 | P a g e

APPENDIX B: CODE OF CONDUCT This code of conduct is applicable to all suppliers "('suppliers' herein refers to suppliers/ vendors/ gents/

consultants/ contractors/joint venture partners/third parties) who have business relationship with Vedanta"

(Vedanta herein refers to the company and any its subsidiaries). Page 12 of 12

159 | P a g e

- Compliance with Laws: The suppliers shall ensure compliance to all governmental norms - local &

international such as Environment Protection, Minimum wages, Child Labor, US Foreign Corrupt Practices

Act, UK Bribery Act, Anti Bribery, Corruption, Health & Safety etc.

- Compliance with company policies: Shall follow all Environment, Health & Safety and other operational

policies of the company while executing the work under this agreement/contract at company site.

- Conduct with company employees: forbid using inappropriate language in the workplace, including

profanity, swearing, vulgarity or verbal abuse.

- Child Labor: oppose and do not permit the use of, forced or child labor.

- Unethical Behavior: Shall not take any recourse to any unethical behavior (implicit or explicit) with any

employee of Vedanta for the purpose of obtaining an order or any information that may result in a

favorable financial impact more specifically.

- Bribery & Corruption: Shall not offer or accept bribe or use other means of obtaining undue or improper

advantage. No supplier or its representatives or employee, shall offer to any employee of Vedanta a

kickback, favor, gratuity, or anything of value to obtain favourable treatment or for the advancement of

business. Shall not take any advantage of any family/social/political connection in obtaining favour with

regard to any order merit shall be the sole attribute for association with Vedanta.

- Undue Favor: Shall not offer any gift or entertainment for the purpose of obtaining an order or any undue

favor (also refer the Gift policy of Vedanta which is uploaded on company website).

- Reporting violations of code: Shall forthwith report any unethical activity or discrimination if practiced

by any Vedanta employee/other suppliers as per Vedanta whistleblower policy (uploaded on the company

website).

- Competition and fair dealing: Shall desist from unfair trade practices with your competitors who are also

associated with Vedanta.

- Confidential Information: Shall protect and not in-fringe with any Vedanta intellectual Property

/information /technology which comes to your knowledge during the course of your business relationship

/dealings with Vedanta.

- The financial and sales results of the Company, or any member of the Company, before they are in the

public domain.

- Trade secrets, including any business or technical information, such as formulae, recipes, process, research

programs or information that is valuable because it is not generally known.

- Any invention or process developed by an employee using the Company's facilities or trade secret

information resulting from any work for the

Company, or relating to the Company's business.

- Proprietary information such as customer sales lists and customer's confidential information

- Any transaction that the Company or any member of the Company is or may be considering which has

not been publicly disclosed Vedanta expects its suppliers to comply with the conditions of the supplier code

in letter and spirit. It is the supplier's responsibility to read and understand the contents of Vedanta's supplier

code and code of conduct & business Ethics policy and agree to uphold its values during your business

association with Vedanta. Please contact the concerned Head Commercial/Company Secretary if you any

questions about the supplier code.