Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
2
भारत सरकार Government of India
अ तिरक्ष िवभाग Department of Space
सतीश धवन अंतिरक्ष के द्र Satish Dhawan Space Centre शार SHAR
ीहिरकोटा डा.घ.524124 आ.ंप्र. भारत SRIHARIKOTA P.O. 524124, AP, INDIA टेिलफोन:+91 8623 225023 Telephone: +91 8623 225023 फेक्स: +91 8623 225170 Fax: +91 8623 225170
GOVERNMENT OF INDIA :: DEPARTMENT OF SPACE
SATISH DHAWAN SPACE CENTER SHAR :: SRIHARIKOTA – 524 124 SRI POTTI SREERAMULU.NELLORE DISTRICT (A.P)
TENDER NOTICE NO. SDSC SHAR/Sr.HPS/PT/05/2019-2020
On behalf of President of India, Sr. Head Purchase and Stores, SDSC SHAR, SRIHARIKOTA invites on line quotations for the following.
Sl No
Ref. No. Description Qty.
01 SHAR SPP 2019 0 10967 e-procurement [Two Part basis]
Procurement of Raw Materials, Supply, Site Fabrications, Inspection, erection, Levelling & Commissioning of Steel Structures.
1 Lot
02 SHAR SPP 2019 0 10678 e-procurement [Two Part basis]
Design, Manufacture, Inspection, Transportation, Testing, supply and Commissioning of 15t and 8t trailer.
1 Lot
03 SHAR SPP 2019 0 10952 e-procurement [Two Part basis]
Supply, erection, commissioning and Third Party inspection of Double Girder, EOT cranes 80t, 50t & 40t.
1 Lot
Last Date for downloading of tender documents : 11.06.2019 at 16:00 hrs. Due Date for submission of bids online : 11.06.2019 at 16:00 hrs. Due Date for Bid Sealing on : 11.06.2019 at 16:01 hrs. to 11.06.2019 at 17.30 hrs. Due Date for Open Authorization : 11.06.2019 at 17.31 hrs. to 13.06.2019 at 17:00 hrs. Due Date for opening of tenders : 14.06.2019 at 14:30 hrs.
Instructions to Tenderers:
No tender fee shall be applicable for tenders submitted through EGPS
01. For full details/scope of work and terms and conditions etc., please see the enclosed annexures.
02. Interested tenderers can download the e-tender from ISRO e-procurement website https://eprocure.isro.gov.in and submit the offer on line in the e-procurement portal. Offers sent physically by post/courier/in person will not be considered.
03. Tender documents are also available on ISRO website www.isro.gov.in ISRO e-procurement website https://eprocure.isro.gov.in and SDSC SHAR, Sriharikota website www.shar.gov.in. The same can be down loaded and offer submitted on line in the e-procurement portal.
04. Quotations received after the due date/time will not be considered.
05. The tender documents are available for download upto 11.06.2019 at 1600 hrs. and last date for submission of tenders on line 11.06.2019 at 1600 hrs. and Tender Opening on 14.06.2019 at 14:30 hrs.
06. Sr. Head, Purchase and Stores, SDSC-SHAR, Sriharikota reserves the right to accept or reject any/or all the quotations. DT: 09.05.2019 Sr. HEAD, PURCHASE AND STORES
SATISH DHAWAN SPACE CENTRE SHAR
SOLID PROPELLANT PLANT
Indent Ref: SHAR/ SPP/2019010952
TECHNICAL SPECIFICATIONS OF DOUBLE GIRDER EOT CRANES
Sl.
No
Type of
crane
Capacity
of crane
(ton)
Span
(m)
Height of
Lift (m)
Crane
Travel
(m)
Duty
class of
crane
Quantity
( Nos)
Facility
1
Flameproof
Double Girder,
EOT Cranes
80t 11.80m 13.0m ~27m
Class - II
of
IS:3177
02 (HVM) Mixer
Room, SPP
2
Flameproof
Double Girder,
EOT Cranes
50t 17.20m 8.0m ~58m 02 Premix Storage -
2, SPP
3
Flameproof
Double Girder,
EOT Cranes
50t 21.20m 9.0m ~66m 02 Bowl Cleaning-2,
SPP
4
Safe area
Double Girder,
EOT Crane
40t
(Non FLP) 19.20m 15.0m ~75m 01 HIL - 3, SPP
Note :
1. S.No. 2 cranes (02nos.) are running in the same building on the same rail and level. Hence, LT rails of 1 set for a
bay length of ~58m shall be provided and quotation must be submitted considering the LT rails of one bay length
only. The two cranes shall be of different colors.
2. S.No. 3 cranes (02nos.) are running in the same building on the same rail and level. Hence, LT rails of 1 set for a
bay length of ~58m shall be provided and quotation must be submitted considering the LT rails of one bay length
only. The two cranes shall be of different colors.
3. S.No. 4 crane is Non flame proof EOT crane.
The above EOT cranes shall be supplied, transported, erected and commissioned as per the Technical
Specifications, Terms & Conditions given in following pages of this document.
Ref : SHAR/SPP/2019010952
CONTENTS OF BOOKLET
Sl. No
Contents
Page No.
1 Bid Qualification Criteria for supply of Double Girder EOT Cranes Page i & Page ii
2 Technical Specifications cum Compliance statement, Terms &
conditions of supply including codes and standards & dimensions.
2.1 Mechanical Specifications M1 to M13
2.2 Electrical Specifications E1 to E16
2.3 Painting P – 1
2.4 Terms & conditions T 1 – T 9
2.5 Tools Tools - 1
2.6 Bought out items BOM - 1
2.7 IS codes Codes -1 – Codes 2
2.8 EOT crane clearance diagram CD - 1
2.9 EOT crane clearance dimensions CCD - 1
2.10 Schematic of Push Button operating station PBS - 1
3 Quality Assurance, Inspection and Testing plan for EOT Cranes QAP – 1 to QAP - 11
4 List of spares Spares - 1
Page i
BID QUALIFICATION CRITERIA FOR SUPPLY OF EOT CRANES (07Nos.)
Bidders who are qualifying/meeting following Technical and Financial capabilities are eligible to
participate in the bid for supply of 7nos. of EOT cranes. Bidder shall furnish all the requirements asked in
this criteria with documentary proof and submit along with quotation. Bids of the parties which are not
meeting the following criteria will not be considered for evaluation and will be rejected without seeking
any further clarifications.
Bidder shall print, sign and stamp each page of proposal as token of acceptance & submit scanned
copy of the same along with the offer.
S.No Description of terms Bidders confirmation
1 Technical Qualification Requirements:
The bidder should meet the following technical qualifying
requirements a nd shall submit relevant certificates to establish his
credentials.
1.1 The Bidder should be an organization with experience in having
executed contracts for design, engineering, manufacture, supply,
erection, testing and commissioning of Double girder EOT cranes for
last 10 years in India. Necessary firm establishment certificate shall be
provided.
1.2 The firm should have successfully completed Design, Manufacture,
Installation, Testing and Commissioning of at least 1no. of double
girder EOT cranes during last 10years ending on 31.12.2018 of
capacity not less than 60 tons with a span of 12 m and above.
Bidder shall provide PO copies, relevant completion certificates
from the owners (end users) along with the submission of bid for
consideration of bid document.
1.3 The firm should have successfully completed Design, Manufacture,
and commissioning of EOT cranes with VVVF (VFD) drive, control
systems and fail safe mechanisms, hoist mechanism using
drum/barrel coupling of at least one no. of crane of capacity not less
than 60t in last 10 years. Bidder shall provide relevant certificates
and PO copies.
1.4 The firm should have facility to full load test and over load testing of
80t EOT crane (hoist and cross travel) at their factory.
1.5 The firm should have successfully completed Design, manufacture and
establishment of high capacity EOT cranes (60t and above) to the
satisfaction of reputed third party inspection agencies like M/s
MECON/ M.N.Dastur/Lloyds Register/ BV and DNV during last 10
years. Bidders shall provide relevant proof with certificates.
1.6 Bidder shall furnish the details of their factory like manpower,
machinery, quality system etc., for department to access their
capability. Bidder shall submit above information in the format given
in “Questionnaire” attached as Annexure to this BQC.
2 Financial Qualification Requirements:
The bidder should also meet the following financial qualification
requirements:
2.1 The Bidder should have an annual turnover of not less than a value of
Rs.3crores per year on average for the last three financial years
ending 31-03-2018. Copy of audited Balance Sheets for last three
years have to be submitted.
Page ii
2.2 Firm should have undertaken and successfully completed following
value of works related EOT cranes at least in last 05 (Five) years:
Single work of EOT cranes not less than: Rs.2.5 crores.
(or)
Two works of EOT cranes not less than: Rs.1.8crores (each)
Copies of PO`s shall be attached.
2.3 Bidder should possess a current Solvency Certificate from
Nationalized Bank for an amount of not less than Rs.1 crore.
2.4 IT/ TDS certificate shall be submitted with Loss & Profit for last
three years ending 31-03-2018. Copy of audited Balance Sheets for
last three years shall be provided.
2.5 Bidder shall submit audited statement of financial status for last 03
years.
II. The following documents shall be submitted along with the application for prequalification of Bid:
1. Duly filled “Questionnaire” signed by competent person, name, phone no and company seal.
2. List of documents of proof submitted along with BQC for S.No. 1 & 2.
3. Any other relevant information which add value to above.
IMPORTANT NOTES :
1. Bidder shall furnish all the above details fully and explicitly.
2. Please note that the “BID” without above mentioned the documents/information in support of
the eligibility criteria will be summarily rejected.
3. No further clarifications will be seeking in this regard.
III. Bid Selection Procedure and Process of BID Qualification
Step - 1 : Short listing based on documents submitted, satisfying the all eligibility criteria
given above by the firm or individual along with their Bid / application. (Non-
submission of any document as given in above list within stipulated time leads
to rejection of Bid).
Step - 2 : Subsequently Bidder’s competency, their technical achievements and financial
status will be evaluated suitable for his project. Feedbacks from Bidder`s clients
will be verified.
Step – 3 : Visit to sites/EOT Cranes by technical team (ISRO or Third party) where Bidder
has established above mentioned capacity EOT cranes.
Step - 4 : If required to visit will be made to their factory/ firm by technical team (ISRO or
third party) for accessing the capability of manufacturer.
Step - 5 : Mean while technical Bids will be opened and scrutinized for meeting all
technical specification and supply conditions.
ISRO - SHAR reserves right to verify the information / data furnished by Bidder. If the same is found as
fault or with any deviation the bid will be rejected.
Only those Bidders who are found suitable & meeting all the above qualification Criteria/requirements
will be finally qualify for opening the Price Bids for evaluation.
TECHNICAL SPECIFICATION OF EOT CRANES (07Nos.)
M - 1
I
Bidder shall completely fill the following format of technical specifications and terms & conditions with
mentioning required details. Bidder can add more information and details, if required, by attaching
separate sheets, by giving point no. of this format. Inadequate /incomplete, ambiguous or unsustainable
information, against any of the clauses of the specifications / requirements shall be treated as non-
compliance to tender and quotation will be rejected. Generalized statements like cranes shall be
manufactured "as per your specifications" or "as per IS standards" or "as per enclosed specification"
is not acceptable and Bidder shall submit all the specifications by filling in the following FORMAT only,
otherwise it is not valid.
II
Bidder shall submit complete information asked in Qualification Criteria for qualifying for bid with all
information’s, certificates and earlier references of manufacture should be enclosed. The offer meeting
all the requirements & conditions in all respects will only be considered for further processing.
III THE FOLLOWING INFORMATION/ DOCUMENTS SHALL BE SUBMITTED
ALONG WITH QUOTATION.
Confirm whether
attached & up loaded
in e-portal
III.a
Acceptance of Technical Specifications with Point-wise Specifications to all
points as given in this "Specification cum Compliance Statement" (given in
the following FORMAT). Bidder shall agree/accept for all technical
specifications/terms & conditions by filling acceptance columns and signing
conditions by filling acceptance columns and signing with company seal in all
the pages of this tender specifications.
III.b Bidder Qualification Criteria with duly furnished information, as given along with
this specifications.
III.c Schematic GA Diagram/ Clearance drawing of EOT Cranes showing major
dimensions & clearances as per following specifications.
III.d
Deviations with respect to specifications given below are not acceptable.
However, Bidder can submit / suggest improvements, if any, separately by
indicating the clause no. in this specifications.
III.e Bids/Quotations without above documents/Information, will not be considered
for evaluation and will be rejected.
SL.NO. DESCRIPTION ISRO-SHAR SPECIFICATION Bidder’s Confirmation
/ Acceptance
1
Scope of Work
Design, Manufacture, Inspection, Shop testing, Supply,
Erection, Commissioning and Performance proving of 7 nos.
of Flame proof, Top running, Double girder heavy duty
EOT cranes, along with LT gantry rails, power cable system as
per the following specifications, terms & conditions and in
accordance with latest editions of IS:3177, IS:807 & relevant
codes and standards.
TECHNICAL SPECIFICATION OF EOT CRANES (07Nos.)
M - 2
1.1.A
Detailed Scope
of Work
1. The scope of work shall also include procurement of all
materials including importing of components (from other
countries) required for completion of the work,
coordinated planning for manufacture, inspection, third
party inspection services, painting, load testing at
supplier works.
2. Packing, marking, loading on Trucks/ Trailers and safe
transportation of EOT cranes & other parts / items /
accessories from supplier site to SHAR site.
3. Erection of EOT cranes, Bridge rails, and LT Drag chain
power cable system at our site.
4. Testing & Commissioning of EOT Cranes shall be done as
per the Technical Specifications ,QAP & conditions and
also in accordance with latest editions of IS:3177, IS:807 &
relevant codes and standards.
5. The scope of work shall also include procurement of all
materials including importing of components (from other
countries) required for completion of the work,
coordinated planning for manufacture, inspection, third
party inspection services, painting, load testing at
supplier works.
6. Packing, marking, loading on Trucks/ Trailers and safe
transportation of EOT cranes & other parts / items /
accessories from supplier site to SHAR site.
7. Erection of EOT cranes, Bridge rails, and LT Drag chain
power cable system at our site.
8. Testing & Commissioning of EOT Cranes shall be done as
per the Technical Specifications ,QAP & conditions and
also in accordance with latest editions of IS:3177, IS:807 &
relevant codes and standards.
1.1.B
Third party
inspection is in
the scope of
supplier
Arranging the third party inspection is in the scope of
supplier for the entire scope of work (Design approvals, Stage
inspections, & testing) as given above and as per QAP
enclosed. Supplier shall engage third party inspection agencies
like M/s. Mecons, M/s M.N.Dhastur, M/s Lloyds register, M/s
DNV. The finalization of third party agency shall be done on
mutual agreement between ISRO and Supplier.
1.1.C General
EOT cranes shall meet requirements of these tender
specifications which contain different sections, and as per
relevant standards. In case of any difference / conflict
between various sections of specifications and to that of
standards, the stringent of all as per department
(purchaser’s) view shall be applicable.
1.1.D
VVVF Drive
Panels
Location
a) For Flameproof cranes (S. No. 1 to 3 of Cover Page)
VVVF panels shall be erected in a separate room at
ground level and cabling shall be done from this room to
the EOT cranes at gantry girder height.
b) For Normal(non-flameproof) Crane mentioned (S. No. 4)
the panel shall be mounted on the EOT Crane platform
only.
TECHNICAL SPECIFICATION OF EOT CRANES (07Nos.)
M - 3
1.2 Quantity of
Cranes
Cranes–1 (For HVM 1 & 2: Mixer Room, Flameproof 80t
capacity,02Nos.)
As mentioned in attached Table 2.
Cranes – 2 (For PMS–Premix Storage-2: Flameproof 50t
Capacity, 02Nos.) : As mentioned in attached Table 2.
NOTE: Both 50t Cranes travel in one facility bay on same
length of rails.
Cranes – 3 (For Bowl Cleaning -2: Flameproof 50t Capacity,
02Nos.): As mentioned in attached Table 2.
NOTE: Both 50t Cranes travel in one facility bay on same
length of rails.
Cranes – 4 (For HIL -3: Non-flameproof 40t Capacity, 01Nos.):
As mentioned in attached Table 2.
1.3
Hazardous area
conditions (For
FLP cranes)
EOT cranes shall be equipped with flame proof electrical
systems suitable for operating in hazardous area classified as
Zone1, Gas group IIA/IIB,T4 as per relevant IS/IEC standards.
1.4 Application
These EOT cranes are used for handling of dangerous/
hazardous materials like rocket flight hardware, rocket
motors, propellant containers, fuel/oxidizer powder tanks
etc., for positioning and assembly during processing of
space vehicles. In case of any failure of crane, there will be
heavy loss to property and life. Hence Supplier shall design,
manufacture and erect the cranes with emphasis on quality,
reliability and safety and shall ensure smooth & reliable
operation of cranes with long service life.
1.5
Usage period &
Desired life of
cranes
These EOT cranes will be put to use for 365 Days,
intermittent duty with Hoist CT, and LT movements. EOT
Cranes shall be designed for long service life with trouble
free operation.
1.6 Operating
Environment of
Cranes
Indoor, near to sea (i.e., saline atmosphere), with
ambient temperature 50ºC and with relative humidity 95%.
Weather conditions are tropical. Bidder shall consider
above while design of EOT cranes, electrical systems,
enclosures, painting of cranes and related parts.
2.0 MAIN PARAMETERS OF DG EOT CRANES (FLP – 6nos, & Normal – 01No.)
2.1 Type of Cranes Top running, Double girder, Flame proof/ Normal EOT
Cranes for Indoor use.
2.2 Class & Duty Structure Class-II ( M 5 ) duty as per IS: 807.
Mechanisms: Class – II (M5) as per IS:3177.
2.2.A
Duty Factor
(Cdf) for flame
proof Cranes/
Normal cranes
As cranes are used for handling dangerous materials, the
Duty factor (Cdf) of 1.7 shall be taken in design of
components in hoist motion.
TECHNICAL SPECIFICATION OF EOT CRANES (07Nos.)
M - 4
Cranes Description
2.3 EOT Cranes
capacities
80t (80,000kg) – 02 Nos.,
50t (50,000kg) – 02 Nos,
50t (50,000kg) – 02 Nos,
40t (40,000kg) – 01 No.
2.4 Span As mentioned in the cover page & table 2.
2.5 Lift of height
(above FFL) As mentioned in the cover page & table 2.
2.6
Distance from
Floor to top of
rail
As mentioned in the cover page & table 2.
2.7 Crane travel in
metre (LT) As mentioned in the cover page & table 2.
2.8 Operation Speeds (maximum) in m/min for both the cranes
i) Hoist in m/min Main-2.5/ Creep-0.25 (Through VVVF Drives).
ii) Long travel in
m/min
For 80t : Main-4.0/ Creep-0.4 (Through VVVF Drives).
For 50t : Main-6.0/ Creep-0.8 (Through VVVF Drives).
For 40t : Main-6.0/ Creep-0.8 (Through VVVF Drives).
iii) Cross travel in
m/min
For 80t : Main-4.0/ Creep-0.4 (Through VVVF Drives).
For 50t : Main-6.0/ Creep-0.8 (Through VVVF Drives).
For 40t : Main-6.0/ Creep-0.8 (Through VVVF Drives).
iv) Creep speed
VVVF drives
Creep speed shall be provided through VVVF drives &
controls of make : M/s SIEMENS / M/s ABB
2.9 Side clearance (Distance from centre of gantry rail to nearest
obstruction) ~ 400 mm
2.10 Head Room
available
(Maximum) (Vertical distance from top of gantry rail to
lowest overhead obstruction) ~ 4.0meters
2.11 Hook
Approaches
EOT Cranes
CT: DSL side / Non DSL side: Refer Table 2
LT: Drive side / LT Non-Drive side: Refer Table 2
2.12 CT Wheel
diameter Not less than 400mm
2.13 LT Wheel
Diameter Not less than 500mm
2.14 Location of
VVVF Panels
a) For Flameproof cranes :
VVVF drive panels, DBR units, other electrical panels
shall be kept in separate room in ground level. Refer
clause no. 5.4 (h)
b) For Normal crane :
All panels shall be provided on the top of the crane i,e on
LT platforms .
2.15
Size of Cross
Travel Bridge
Girder Rail
Cranes CT Rails not less than CR-80 as per IS:3443. Only CR
rails shall be used.
TECHNICAL SPECIFICATION OF EOT CRANES (07Nos.)
M - 5
2.16
Size of Cranes
gantry rails for
Long Travel
Cranes LT Rails not less than CR-100 as per IS: 3443.
Only CR rails shall be used. LT Rails are in the Cranes
vendor's scope.
2.17 COMMON PARAMETERS FOR EOT CRANES
2.18
Number of
wheels for LT
drive
4
2.19 LT Drive
Horizontal type, Foot mounted, standard make gearboxes as
mentioned in the “Make of bought out items” shall be used.
Twin drive shall be for span above 15m.
2.20 Number of
wheels for
CT drive
4
2.21 CT Drive Central drive with Vertical type gearboxes of standard make
shall be used with proper lubrication arrangement for
gearbox.
2.22 Platform for
approach for
maintenance
of CT drive
Maintenance platform covered with chequered plate shall
be provided for maintenance of CT drive.
2.23 Type of bearings
for LT/CT wheels
Anti-friction, heavy duty double row Spherical Roller
Bearings.
2.24 Type of
mounting of
LT/CT wheels
"L" type brackets, fastened with fit bolts with nut and lock
nuts.
2.25
Operations
required
through
Floor operated pendant with down shop leads.
For 80t cranes plug in pendant on trolley shall be considered.
3 MECHANICAL ELEMENTS DESIGN & DETAILS
3.1 EOT cranes mechanisms components shall be designed for strength under case
I, II, III and IV loading conditions and load combinations as per clause no. 7.3.2
of IS:3177.
3.1.A Factor of safety and permissible stress shall be calculated as per clause no.
7.4.3 & 7.4.4 of IS: 3177 and technical specifications given and on the basis of
minimum ultimate tensile strength. However, for all load bearing mechanical
components’ factor of safety shall not less than 5 for case-I loading.
3.1.B Supplier shall consider above loading conditions & permissible stresses in
design of EOT Cranes and accordingly shall submit calculations for mechanism
components.
3.1.C The stresses in all components of hoist mechanism and gearboxes should
not exceed 66% of yield stress/proof stress of the material for the
component under break down conditions of motor i.e. pullout torque of
motor.
TECHNICAL SPECIFICATION OF EOT CRANES (07Nos.)
M - 6
3.1.D All mechanical components in Hoist (vertical load path), shall be designed for
infinite fatigue life. Fatigue analysis shall be based on the cranes maximum
rated load. Necessary calculations shall be submitted during detail engineering
as per code IS 3177.
3.1.E No cast iron part should be used /considered in mechanical load bearing
member on the cranes, except for electrical equipment. Similarly, wood or
combustible material and Bush bearing should not be used in any part of
the cranes.
3.2 Hoist hook type Forged, Single Shank Point hook with safety latch and Thrust
Bearing as per IS:3815 / IS:15560.
3.2 a Hook for 80t
cranes
High tensile steel grade point hook shall be used for 80t
crane hook. The dimensions of this point hook shall be
nearer to 50t hook (which is “L” grade). High tensile hook for
80t crane shall be imported, high quality of reputed makes
: M/s IRIZAR/ M/s CROSBY / M/s CM (STB).
3.2 b Hook for 80t
cranes
The hook dimensions of 80t shall be similar as far as
possible to the hook dimensions of 50t cranes as the
handling tackles and other fixtures are same for handling
with 80t crane & 50t cranes.
3.2 c Lubrication of
hook
Provision shall be made for lubrication of hook thrust
bearing and provide with dust cover.
3.3 Number of falls
for Hoist 08 (Eight).
3.4
Rope Drum
Rope Drum shall be of fabricated type made from steel
of IS: 2062 Grade ‘B’ and shall be duly stress relieved and
shall be made as per IS 3177.
3.5 Rope drum diameter shall be minimum 28 times the
diameter of wire rope.
3.5A
Rope Drum
Fleet Angle of wire rope from drum to sheave shall not
be more than 2.5 deg and drawings & calculations shall be
provided in this regard.
3.6
Rope drum shall be provided with not less than three dead
turns at each anchored end and at least one spare groove at
the other end. Grooves shall be finished smooth.
3.7
Rope dead ends shall be clamped with
minimum three clamping wedges with two numbers of bolts
on each clamp. The bolts shall be at the centre of clamp
and shall be wire locked.
3.7.A In the event of failure of drum shaft or bearing, the drum
must be retained on the trolley without falling.
3.8 Hoist wire rope
M/s USHA MARTIN make, Galvanized, 6x36, RHO lay,
core IWRC, Grade 1960MPa. Genuine wire rope shall be
used. No joints shall be used for wire ropes under this
specification.
3.8.A Factor of Safety
on wire rope Minimum Factor of safety on wire rope shall be 8 (eight)
on minimum breaking strength of wire rope.
3.9 Rope Sheaves
All sheaves shall be of forged steel only. Sheave
diameters shall be minimum 24 times rope diameter.
In the event of hook over travel, where the lower block
contacts the cranes trolley structure, the ropes shall not be
cut or crushed.
TECHNICAL SPECIFICATION OF EOT CRANES (07Nos.)
M - 7
All the sheaves shall be mounted above the trolley platform
with ease access to maintenance/repair and inspection.
All the top sheaves shall be positioned such that it can
be removed individually without removing other
components like equalizer pulley, rope drum etc.
3.9.1 Bearings for
Sheaves/ Pulleys
All the sheaves & pulleys shall be provided with standard
roller bearings of genuine make of SKF, FAG, INA, TIMKEN.
3.9.2 Lubrication of
Pulleys
Arrangement shall be provided for periodical
lubrication/ greasing of bearings.
Guards/covers shall be provided for all sheaves.
3.9.3 Equalizer
Pulley
Equalizer pulley shall be 18 to 20 times the wire rope
diameter and shall be mounted on swiveling arrangement.
3.9.4
Sheaves
1. Sheave grooves shall be machined smooth and support
wire rope uniformly at least 1360 angle of contact over
its circumference.
2. Wire rope fleet angle shall be not more than 2.50 for
sheaves.
3.10 Gear Boxes for
HOIST
Standard reputed make, Crane duty, Helical type, paralle
shaft, spilt type housing gearboxes, horizontal foot
mounted shall be used for hoist motion.
3.11 Gear Boxes for
CT & LT
Helical /Bevel helical, parallel shaft gearboxes of
Crane duty shall be used for CT & LT drives.
Vertical Gearboxes shall have an oil pump lubrication
system when vertical gearing exceeding three stages.
Tubing/ Piping for gearbox lubrication shall be
provided with SS316/SS304 and must be properly clamped.
No hoses shall be used. Visual indicator/ gauge for oil flow
shall be provided in line.
3.12
Standard make of
Gearboxes for all
motions of EOT
Cranes.
Makes shall be M/s. Elecon / Shanti Gears/ Premium-
GREAVES /Flender-Siemens only. Other makes & Own
make gearboxes are not acceptable.
3.12a Material of
gears & Pinions,
Shafts
All are Forged Alloy Steel / Case hardening steels, as per
standard manufacturer of gearboxes.
3.12b Torque rating of
Gearboxes/
Pinions/ Gears
1) Gearboxes selection shall consider starting torque of
motor (i.e., 2 times the full load torque) of selected
motors.
2) Due consideration shall be given for braking torque in
input shaft of Gearbox.
3) Service factor shall be 1.6 for hoist on the electrical
KW of selected motor.
4) Service factor shall be 1.5 for LT & CT on the
electrical KW of selected motor.
TECHNICAL SPECIFICATION OF EOT CRANES (07Nos.)
M - 8
5) The stresses in all components of hoisting machinery
& gearboxes should not exceed 66% of yield point
(proof stress) of the material for the components
under break down conditions of motor i.e., pull-out
torque of motor.
6) All the pinions shall be integral with the shafts.
7) Input shaft design calculations and torque rating
shall be considered with 2nos. of brakes for Hoist
Motion.
8) The noise level shall not be more than 80dBA during
the gearbox in operation measured at a distance of 1m
from gearbox.
3.12c
Details/
Drawings of
gearboxes
Drawings and Details of gear boxes, selection criteria,
Power rating & torque rating, materials, stresses
calculations, service factor, bearing details, data sheets
etc., shall be submitted for TPIA/ Purchaser for
approvals during design phase.
3.13 Gearboxes
construction
Gearboxes shall have fill and drain connections, Breathers,
lubricant level indicator, and shall have good accessibility
for checking, maintenance and oil filling.
The casings of gearboxes shall be made from
structural steel (IS:2062) and duly stress relieved.
No oil leakage is allowed from gearboxes. Oil drip pans
shall be provided around the gearbox.
Sufficient clearance need to be maintained between gear of
one stage to pinion of next stage of non- meshing sets to
avoid interference.
For hoist mechanism, the brake drum (02nos.) shall be
provided on each side of the input shaft of the gearbox.
Reliable oil seal arrangement i.e., double stage oil
sealing arrangement shall be provided for shafts of
gearboxes.
3.14 Brakes
3.15 Hoist Brakes Two nos. of imported electro hydraulic flameproof thruster
brakes with Manual release. Makes shall be M/s Witton
Kramer /M/s Bubenzer /M/s SIBRE /M/s GALVI. Thrusters
for brakes shall be Explosive Proof (Ex d), ATEX/ PTB
Certified. Make of thrusters: EMG, Germany or Brook
Crompton, UK, or Galvi. Explosion proof certificates shall be
submitted for Approvals during design phase.
3.16
Brake performance certificate, test certificate and Ex-Proof certificates shall
be provided from original manufacturer of brakes.
3.17
Hoist Brake
Rating
Torque rating of Each thruster brake shall be minimum 2
times motor full load torque. One of the hoist brake shall be
provided with operating delay in brake application from
brake to brake.
Minimum diameter of the brake drum shall be
Ø315mm for the hoist mechanism.
TECHNICAL SPECIFICATION OF EOT CRANES (07Nos.)
M - 9
3.18
Braking
distance/ brake
path
Hoist components and brake shall be selected such that
the braking distance for lowering motion as per IS 3177
with one brake at full rated speed. Necessary
calculations shall be submitted in this regard during
design phase.
3.19
Brakes for CT &
LT
For each motor, flame proof EHT brakes of M/s
Electromag/ M/s Kateel/ M/s Sterling Controls shall be
provided. Brakes shall be minimum 1.5 times full load
torque of selected motor.
Minimum brake drum diameter shall not be less than
Ø160mm.
3.20
Brake rating/
adjustment
for CT and LT
motions
In travel motion retardation with brakes shall not exceed
7cm/sec2. Necessary calculations shall be submitted in this
regard during design phase.
3.21 Brakes shall be mounted on the input pinion shaft of the gearboxes.
3.22 Brake Dru m
Brake drum shall be forged/cast steel/ SG iron. Drums
shall be completely machined and Static & dynamically
balanced. Hardness of surface of finished drum shall be 38-
43 Rc Width of the brake drum shall be 5 to 10mm more
than the width of the brake shoes.
3.23 Mounting of
equipment
All the gearboxes, motors, brakes, Wheel L brackets, bearing
pedestals, etc. shall be mounted on machined and leveled
surfaces. If shims are needed, only Stainless steel shims shall
be used.
3.24
Couplings
between
motor, brake
drum
Flexible Full geared couplings shall be used. Make of
Couplings shall be M/s Fenner only.
3.25
Couplings
between
gearbox and
rope drum for
hoist
Drum/ Barrel coupling of adequate rating shall be provided
between output shaft of hoist gearbox and rope drum
Make of drum/barrel coupling shall be M/s Malmedie /
M/s Jaure only.
Service factor of minimum 2.0 on the rated KW/ Full
Load torque of selected motor.
Selection criteria, calculations, service factor, Torque rating,
drawings shall be submitted for approval during design
phase.
3.26 Travel Wheels
All cranes wheels shall be made from forged steel like
C55Mn75 and minimum hardness shall be 300-350BHN
for a case depth of 10mm.
3.27 Travel Wheels
Wheels shall be double flanged with straight tread with
12 deg taper flanges with adequate flange thickness. Wheels
shall be accurately precision machined and shall be matched
in pairs with minimum deviations.
3.28 Drive shafts
Shafts shall be of forged steel C45. Angular
deflection of the shaft at torque corresponding to 1.33
motor rated torque during acceleration shall not
exceed 0.10deg./m of shaft length.
TECHNICAL SPECIFICATION OF EOT CRANES (07Nos.)
M - 10
3.29
Fasteners
Galvanized, high tensile fasteners of tensile quality 8.8 or
more shall be used in cranes parts, except for Fit bolts of
Girder.
Make of all fasteners shall be M/s TVS/ UNBRAKO/ LPS
only. Test certificates shall be provided.
Galvanizing shall be done by original manufacturer of
bolts.
3.29a Fasteners for
Couplings
High tensile Fit bolts (as per IS:3640) of Property class
min 8.8 shall be used for Couplings, and other power
transmission components as required.
3.30 Lubrication of
Cranes
Localized/ semi centralized lubrication system with easy
approach for all pedestal & pulley bearings, couplings,
wheel bearings etc., shall be used.
3.31
Maintenance
accessibility &
Safety
Safe access for maintenance and removal of all mechanical
and electrical parts must be ensured without any additional
scaffolding. All parts requiring replacement or inspection or
lubrication shall be easily accessible.
3.32 Keys & Keyways
All keys where ever used should be of parallel keys as per
IS:2048 (couplings / gearboxes / motor shafts).
Material of keys shall be 45C8 or alloy steel.
Proper fits and tolerances shall be used between key and
keyways; such that key should not get loosened in service
life. Key end arrestors shall be provided.
3.33 Bearings
Ball and roller antifriction bearings of approved make SKF /
TIMKEN / FAG only shall be used throughout the drives
except where specified otherwise.
Rated life of ball and roller bearings shall be not less than
total life (B10 or L10) in working hours (not less than
20,000hrs).
Special consideration shall be given to bearings which
operate at low speeds. Certified confirmation of the
bearings capacity at low speeds must be obtained from
the manufacturer during design phase.
All bearings shall be provided with proper lubrication and
means of lubrication. Mounting fits, tolerances and
clearances shall be as recommended by the bearing
manufacturer.
3.32 Bearing
Housings
All bearings housings shall be of STANDARD MAKE (SKF
/ FAG / TIMKEN) and made of cast steel or forged steel
or fabricated steel bolted to a rigid portion of cranes
structure by minimum 4 bolts. Housings shall be split on
the shaft centre line to permit removal of the shafts.
The underside of the base of each bearing pedestal shall
be machined and shall bear upon a machined surface.
4.0 STRUCTURAL DETAILS OF EOT CRANES
4.1
Design of
structural work
The cranes should be rigid, robust and of sturdy
construction. The design of all structures shall be done
as per IS: 807 - Class –II (M5) and as per this technical
specifications.
TECHNICAL SPECIFICATION OF EOT CRANES (07Nos.)
M - 11
4.2
Material of
structural
items.
All the structural plates used in fabrication of Girders,
Trolleys and End carriages, etc., shall be of minimum
8mm thick of IS:2062. .TPIA stamping, heat no., lot no. and
standard makes mentioned in the annexure shall be made
available.
4.2.1 Platform cover
plates
M.S Chequered plates for trolley and platforms’
covering shall be minimum of 6mm.
4.3 Girders Bridge Girders shall be of double Girder, Box Type
construction having maximum rigidity.
4.4 Deflection of
Girders
The bridge girders shall not deflect more than
1/1000 of span with safe working load on the trolley,
with trolley stationed at mid span and excluding
deflection due to dead load.
4.5 Girder Joints
No splice joint is permitted. Girder is to be of single piece
only. Number of weldable butt joints along the total length of
the girder should not exceed two.
4.6
Ratio of
span to
depth
For Box Girders Span to Depth ratio shall not exceed 18.
Accordingly other ratios as per heavy duty cranes shall be
selected as per standards.
4.7 Local Buckling
of top flange
Local buckling of top flange and compression
members shall be considered. Adequate top flange
thickness of not less than 20mm and bottom flange of
thickness of not less than 16mm shall be provided for
heavy duty structures/ girders and necessary calculation
shall be submitted for approval.
4.8 End Carriages
End carriage shall be fabricated as solid box section made
from rolled steel plates IS2062, except for essential
openings which shall be reinforced.
4.9 Structural bolted
Joints
Fit Bolts (as per IS3640 ) with property class 5.6 and reamed
holes shall be used for all structural joints between girder,
& end carriages, wheel L- bracket & end carriages etc.,
4.10 Trolley
The trolley frame shall be built up of rolled sections and
box sections to form a rigid structure and shall be arranged
to afford maximum accessibility to mechanical and electrical
parts placed on it.
The trolley frame shall be of highly rigid construction
such that lifted loads do not cause deflections that
impair the proper operation of machinery.
No parts shall be mounted under the trolley except for the
gravity limit switch weight. Top pulley block and all other
pulleys, equalizer pulley, fitments shall be mounted on the
top of trolley platform only.
4.11 Top chequered
plate of trolley
The top of the trolley frame shall be fully covered with 6mm
chequered plate all over except for openings required for
the ropes for bottom block etc., to pass.
Trolley and top pulley block shall be designed such that
at the highest position of hook there shall be a clear
distance of 700 mm between the lowest point of trolley
obstruction and the highest point of bottom block.
TECHNICAL SPECIFICATION OF EOT CRANES (07Nos.)
M - 12
4.12
Safe distance
Between trolley
& top pulley
block
Safe access for maintenance and removal of all mechanical
and electrical parts must be ensured without any additional
scaffolding.
All parts requiring replacement or inspection or lubrication
shall be easily accessible without the need for dismantling
of other equipments or structures.
4.13
CT
maintenance
platform
Maintenance platform covered with chequered plate shall
be provided under the CT mechanism (i.e below CT
gearbox). Access shall be there for draining of oil.
4.14 Hand rails for
trolley
Handrails of 1000mm height shall be provided on all the
four sides of the trolley.
4.15 CT rail wear
plate
Full length wearing plate of minimum 8mm should be
provided under the trolley rails and should be 10 to
12mm lesser in width than the rail base as per IS 807.
4.16 CT rail welding
CT rails shall be made continuous by welding standard
lengths. Welding shall be done as per standard procedure
approved by Third Party Inspection Agency / purchaser.
4.17 CT & LT rail
clamping
CT & LT Cranes rails shall be clamped to the girders with
double bolt clamping plates of M/s GANTREX / M/s
GANTRAIL make. The rail clamps shall be spaced not more
than 450mm apart.
4.18 Rail Clamps for
CT & LT rails
All the rail clamps & fasteners shall be of standard make
of M/s GANTREX/ M/s GANTRAIL.
4.19 Rail stoppers
/Wheel ramps
CT & LT Rails shall be prevented from creeping in the
longitudinal direction by welded rail stops and Wheel
ramps.
4.20 Jacking pads
Suitable jacking pads should be provided on end carriages
and trolley for jacking up the cranes for changing track
wheels.
4.21 Safety Pads
Safety pads shall be provided under the end carriages and
trolley to prevent the cranes from falling more than 25mm
in the event of breakage of a track wheel/axle.
4.22 End buffers Spring buffers of rated capacity shall be provided for long
travel and cross travel.
4.23 Metric
Component
All components including fasteners should be in metric
system only.
4.24 Locking of
fasteners
Bolts in rotating parts shall be locked with spring
washers and lock nuts.
All couplings and brake drums shall be provided with “Fit”
type bolts.
4.25
Make of
steel raw
materials
All the structural raw materials (plates, angles, beams) shall
be of NEW and fresh lot and of reputed make of M/s SAIL/
M/s JINDAL/ M/s ESSAR/ M/s TATA STEEL only.
4.26 Welded joints
All butt joints shall be 100% radiographed for both
compression and tension joints and in flanges / Webs. All
other welds shall be DP tested.
TECHNICAL SPECIFICATION OF EOT CRANES (07Nos.)
M - 13
4.27 Platforms
Full length chequered platform of width 750mm shall be
provided on both bridge Girders with hand rails of height
1000mm. The platforms shall be bolt jointed.
4.28 Toe guards Toe guards shall be provided for all openings, on trolley
and on bridge platforms with minimum height of 100mm.
4.29
Machine
bases on
trolley/ LT
platform
Parts of steel frames carrying machinery should be provided
with doubling plates (including stiffeners) of adequate
thickness welded and machined to true surface.
All the drive system bases shall be made rigid to take all the
loads.
4.30
Protection
Guards for
rotating
equipment
Guards: All the moving parts should be duly covered with
guards as per safety norm. Proper guard / cover / tray
to prevent falling of bolts from coupling etc should also be
provided, wherever required.
4.31
Welded snugs shall be fitted against the feet of all pedestals, gearboxes,
brakes etc., except motors. Motors shall be provided with alignment screws
for side alignment.
4.32 Ladders
4.32.1 Approach Ladders shall be provided from catwalk to end carriage and to LT
platforms in all four corners.
4.32.2 Approach ladders to be provided for reaching the trolley at two
locations along the span of the girder.
4.33
Protection
Guards for
rotating
equipment
Guards: All the moving parts couplings, shafts shall be duly
covered with guards as per safety norm. Proper guard /
cover / tray to prevent falling of bolts from coupling etc
should also be provided, wherever required. The covers shall
be strong enough to take person weight ~ 100 kg.
4.34 Fasteners for pedestal blocks, motors, gear boxes etc., shall be easily
removable from the top of platform. Studs or body bound bolts shall not be
used as fasteners for mechanical items except for fixing covers.
TECHNICAL SPECIFICATIONS OF EOT CRANES (07Nos.)
E - 1
ISRO/SHAR Technical Specification Bidder’s Confirmation
/ Acceptance
5 ELECTRICAL SYSTEMS (FOR FLAMEPROOF CRANES)
5.1 Electrical Equipment Environment
a)
Items supplied should be suitable for Hazardous Area:
Zone1, Gas Group IIA/IIB, T4 as per IS5572, IS 5571, IS 2148 and IS
5780 or equivalent IEC standards.
b) Item supplied should be suitable for tropical and humid climate:
Temperature of 50°C & RH not less than 95%.
c)
De-rating:
All the drive motors, power cables etc., shall be done for ambient
temperature of 50°C.
d) Item supplied should be suitable for the following power supply variation:
Voltage ±10 % and Frequency ±3 %.
5.2 Voltage
a) Power supply to motors:
3 Ph, 4 Wire, 415 V AC ± 10%, 50 Hz ± 3%.
b)
Control Voltage inside the Electrical Panel:
1 Ph, 2 Wire, 110 V AC for all contactors, relay, indication lamps, etc.
1 Ph, 3 Wire, 230 V AC for all lights, power sockets, etc.
24 V, DC supply for Drive auxiliary supply (if required).
c) Control Voltage in the Pendant push button:
8.9 V, Intrinsic safe supply (interfaced to hazardous to safe area).
5.3 Electric Motor
a)
Should accept the input from VVVF drive, 60% CDF, min of with 300 starts
per hours, IP55, Inverter Duty, Class ‘F’ insulation, suitable for hazardous
area mentioned above.
b) Hoist motor shall have a provision to connect encoder in its shaft.
c) Rating of the CT and LT motors shall be of same and it shall be selected
based on higher rating within CT and LT motors.
d) Terminal blocks of all
motors
1. Preferably on top of the motor
2. Wherever it is on the side of the motor, a
minimum clearance of 600 mm (without
affecting hook approaches) to be
maintained to approach for maintenance.
e) Thermistor
1. All the motors shall be housed with inbuilt
THERMISTOR. (For CT and LT motors only,
TRIP Thermistor alone shall be provided)
2. Independent thermistor relay need to be
used. The relay shall have a provision of
NO / NC contacts and remote resetting.
3. Alarm (Only Hoist motor) and Trip (All
motors) input to be wired separately as
an input to VVVF control unit.
4. Protection like switch OFF / TRIP the
motor in case of increase in surface
temperature more than T4 classification.
f) Bearing
1. Type: ‘ZZ’ bearing.
2. If not suitable lubrication provision to be
provided.
3. Insulated bearing to be used in case of
motor rating more than 55 kW.
g) Torque rating of Motors 1. Pull out torque of motors shall be not less
than 2.75 times of full load torque.
TECHNICAL SPECIFICATIONS OF EOT CRANES (07Nos.)
E - 2
2. Motor full load torque rating shall be
minimum 120% of calculated torque with
duty factors as per IS: 3177.
h) Speed rating of Motors Shall be of 750 RPM.
i) Current drawn by the
Motors
Maximum Current drawn by all motors (rating
more than 2 hP) with SWL should not exceed
80 % of the full load rated current even at
slower speeds.
j) Over load capability
150% of full load current for 2 minutes
without damage or permanent deformation
from zero to base speed.
5.4 VVVF Drives
The power (kW) rating of VVVF drive shall be
one step higher than the selected motor
electrical power (kW).
a) Main Hoist Drive
1. Shall be supplied with 2 Nos. (1 Working;
1 Standby).
2. Three positions-maintained selector
switches shall be provided for the above
selection.
3. The selected drive shall be indicated by
means of indication lamp.
4. It shall have a provision for
communicating either via. PROFINET /
Ethernet protocol.
b) CT & LT Drives
1. Shall be supplied with 1 No. (1 Working)
for CT and 1 No. for LT.
2. Shall be supplied with 1 No. of common
spare for both CT & LT Drive.
3. Common spare drive shall be selected by
selector switch.
4. All the necessary interlock, inputs and
outputs shall be wired in the common
control unit.
5. The selected drive input and output
power isolation need to be interlocked
with chosen drive (for which it is standby)
input and output power.
6. It shall have a provision for
communicating to the automation
system via. PROFINET / Ethernet
protocol.
c) Drive Control Unit
1. Shall be supplied with 2 Nos. (1 Working;
1 Standby) for all Motion Drives.
2. Three positions-maintained selector
switches shall be provided for the above
selection.
3. The selected control unit shall be
indicated by means of indication lamp if
it can be connected as onboard and
wired.
TECHNICAL SPECIFICATIONS OF EOT CRANES (07Nos.)
E - 3
d) DI & DOs
20 % additional DI / DOs in control unit with
respect to the used/assigned terminals for
future usage. The same will be counted after
completing the commissioning of the EOT
crane at site.
e) Operator Panel
1. Combined (One for MH, CT and LT
Motors together) advanced operator
panel need to be provided on the panel
door. (Qty: 2 Nos. 1 Working + 1 Standby)
2. Operator panel shall be capable of
commissioning the individual drive.
3. Provided with fault history read and
logging facility.
4. It needs to be mounted on the panel
door.
f) Drive Software
1. Suitable software need to be supplied
along with drive.
2. Supplied software shall have a valid
license for its operation and the same
shall be accessible for entire program
structure of the drive.
3. This software to be loaded on the laptop
(laptop is in the scope of department).
Suitable software if any also needs to be
installed.
4. Drive communication cable suitable for
support either USB or RJ45 of the laptop
need to be supplied.
g) Make & Model of VVVF
Drives
1. M/s SIEMENS: S-120.
2. M/s ABB: ACS 880.
h) Location of Panel
1. Identified in the safe area in ground level
in a separate room at floor level for FLP
cranes.
2. Cable Lengths shall be considered from
VVVF Panel Room to Junction box and
Junction Box to top of EOT Crane as
mentioned in the Specifications Booklet.
3. Approximate distance from VVVF panel
room to gantry girder level is ~40m for
each crane.
4. All the cables routing from panel room to
plug-in pendants (for 80t cranes) and
supply to the top of the EOT crane must be
done through the perforated cable trays
with G.I. coated.
5. All the cable distances mentioned in the
Specification Booklet are as per the
routing provision provided as per the site
requirement.
5.5 Input and Output Choke
Suitable input choke for controlling the
harmonics and output choke for reducing
dv/dt and terminal peak voltages at MOTOR.
5.6 Dynamic Braking Resistor
1. DBR of suitable capacity/rating shall be
provided to all VVVF drives (in feed re-
generative model shall not be selected).
TECHNICAL SPECIFICATIONS OF EOT CRANES (07Nos.)
E - 4
2. For Hoist motions DBRs shall be sized for
a minimum of 150% of motor full load
torque and it shall not be less than the
torque limit setting of the VFD in the
hoisting direction.
3. Necessary forced cooling needs to be
planned. Controlling of the cooling fans
needs to be linked with control supply
ON.
5.7 Dynamic Braking Unit
Suitable rated Dynamic Braking Unit (DBU)
need to be provided for individual drives
including spare VVVF drive.
5.8 Encoder for MH Motor
Flame proof hollow shaft incremental
encoder - To be used to achieve vector control
mode of operation for Hoist application.
All Encoders signals shall be suitable for VVVF
drive input.
Screened cable as per manufacturer
(Encoder) recommendations shall be used for
all encoders. It shall be of M/s LAPP or M/s
IGUS make cable only.
The supplied encoder shall have a provision to
send two signals from the single encoder.
Encoder shall have a terminal strip
termination for connecting the cables.
5.9 Brakes Control
All the brakes shall be supplied with OPEN /
CLOSE limit switches.
The same shall be wired individually up to
panel to enable for the interlocks. Nowhere it
shall be combined till intrinsic safe isolator at
panel.
All the brakes need to be powered with
suitable rated Motor Protection Circuit
Breaker (MPCB)
5.10 Scheme to be followed for powering the Brakes
a) All Brakes
1. Logic for operation:
a. Opening: Monitoring min. of 20% of
current built in the motor.
b. Closing: Monitoring min. of 0%
speed of the motor.
2. No. of power contactor: 2 Nos. per brake
(only for MH Motor)
3. Controlling of power contactor:
a. One no. of digital output/ contactor
from the control unit.
b. One no. of intrinsic safe relay/
contactor.
4. All the brake contactor status needs to be
monitored.
5. In case of any one power contactor got
welded/fused, the system has to operate
with flashing indication.
6. If both the power contactors got
welded/fused, main (line) contactor need
TECHNICAL SPECIFICATIONS OF EOT CRANES (07Nos.)
E - 5
to be switched OFF.
7. Similarly, MPCB trip status needs to be
wired as one digital input to control unit
for logic evaluation.
5.11 Limit Switches
1. Gravity Limit switch: Should control the
Entire power supply of the crane. (Qty: 1
No. for MH)
2. Rotary Limit switch: Should control the
Hoist motion of the crane. It shall have a
4 NC points. (Qty: 1 No. for MH)
3. 2-Way Lever Limit switch: Should control
the Cross Travel and Long Travel of the
crane. (Qty: 4 Nos. – 2 Nos. for each CT
and LT)
4. Door Limit switch: Should control the
panel lighting of the VVVF Drive panel.
Qty: As per panel design
5. Individual limit status need to be wired
individually and it shall not be looped in
series till intrinsic safe isolator point at
panel.
5.12 Junction Boxes
a) Flame Proof Junction
Boxes
1. FLP junction boxes need to be planned for
inter facing of all the equipment which are
powered not through intrinsic safe supply
(i.e., > 8.9 V)
2. All the terminal inside this box shall have
a provision for connecting ring type lugs
only.
3. The probable locations of the JBs are
a. Crane LT Girder.
b. Crane Platform.
c. Crane Trolley / platform.
4. Make: M/s FEPL / M/s BALIGA / M/s FCG /
M/s STAHL.
b) Non-Flame Proof Junction
Boxes
1. Non-FLP junction boxes need to be
planned for inter facing of all the
equipment which are powered through
intrinsic safe supply (i.e., pendant control,
limit switches, etc)
2. The probable locations of the JBs are
a. Crane LT Girder.
b. Crane Platform.
c. Crane Trolley / platform.
3. Make: M/s Rittal / M/s President.
5.13 Power Socket
1. On the Crane: Each side of the LT platform
1 No. of 1 phase, 230 Volts AC FLP switch
cum socket with plug top with necessary
isolating switch / MCB inside the panel.
2. Inside the Panel: 1 No. of 230 V AC power
sockets with ON / OFF switch for all the
panels.
5.14 Light Fittings & Bell 1. On the Crane:
TECHNICAL SPECIFICATIONS OF EOT CRANES (07Nos.)
E - 6
a. Under slung FLP, 150 Watts LED light
fitting need to be planned. Qty: 4 Nos.
b. FLP bell need to be planned. Qty: 1
No.
2. Inside the Panel: 1 No. of 230 V AC LED
light fittings need to be planned for all the
panels.
3. Make of LED light fitting: BALIGA
5.15
Pendant (Plug in Pendant
– Only for Mixer Cranes
80T)
Push Button Station (PBS):
1. Shall be provided with Key way switch
Lockable at OFF (used for Control ON),
Mush room head Emergency OFF.
2. Control ON & OFF indication lamp
powered through Intrinsic Safe circuit.
3. Shall be provided with push buttons for
controlling main and creep of all motions.
i.e., Hoist: UP/down; CT: right/left; LT:
forward/reverse and bell
4. All the push buttons materials shall be of
stainless steel.
5. All the push button commands to be
routed through 1NO + 3 NC auxiliary
contactor.
6. Shall also provide with 2-way Switch for
Under Bridge Lights.
7. Minimum 30 % Spare Core shall be
provided in PBS with respect to the used
cores.
8. All push buttons are to be powered
through intrinsic safe module only apart
from other control elements like limit
switch, etc.,
9. Enclosure and Chain for the pendant shall
be Stainless-steel.
Connection to pendent:
1. Trailing cable supported on anti-friction
bearings wheeled trolleys.
2. The pendant control cables are to be
routed properly in suitable cable trays
along the building structure.
Push button Station Type: Either push button
station supported by trailing cable or of
movable trolley.
5.16 Cables All the cables need to laid and end-terminated
as per the site requirement.
a) Encoder Cable
The following cables need to be supplied:
1. The Encoder cables shall be minimum of 8
cores only.
2. The cable shall be of screened cables and
it should have the provision of connecting
the shield to earth.
3. There is ‘NO’ joint of cable is allowed
between the panel end to the encoder
end. Hence, cable shall be of flexible cable
only.
TECHNICAL SPECIFICATIONS OF EOT CRANES (07Nos.)
E - 7
4. Qty of cable with full length: 2 Nos. To be
connected to both the signals of the
proposed encoder.
5. Make: M/s LAPP or M/s IGUS
b) Power Cables
The following area cables need to be supplied:
1. All the power cables shall be of 4 core
only.
2. Minimum size shall be of 4 sq.mm.
3. The cable running between panel to field
equipment, other than the cable running
in Drag Chain are of 1.1 kV Grade, XLPE
insulated, copper conductor, G.I.
armoured cables only.
4. From power supply source at SDSC SHAR
to Protective Panel Incomer. Distance: ≈50
mtrs.
5. From Protective panel to all the other
panels, field equipments like motor,
brakes, lights, bell, etc.
Power cables towards the motors are to be
selected as follows:
1. Selected / approved motor electrical kW
and rated current to be selected for the
voltage drop calculation.
2. Maximum 3% of Voltage drop only will be
accepted in the selected cables.
3. Incomer cables rating to be considered for
maximum of three different motions
along with EOT Crane lights and other
transformers loads.
c) Control Cables
The following area cables need to be supplied:
1. All the control cables shall be minimum of
12 core which are running between
junction box to junction box and panel.
2. The cable running between panel to field
equipment, other than the cable running
in Drag Chain are of 1.1 kV Grade, XLPE
insulated, copper conductor, G.I.
armoured cables only.
3. From Protective panel to all the other
panels, field equipment like brake limit
switches, various limit switches, pendant,
etc.
4. Out of used cores, 30% of core shall be
kept as spare with respect to each size of
the cables from panel to junction boxes.
d) Cable Identification
1. Cable tags indicating the source and
destination to be provided for all the
cables.
2. The ferrules shall be of ring type and of
non-deteriorating material.
e) Inside the panel
The following cable management to the
planned:
1. Power circuit – Minimum size: 4 Sq.mm
2. Control circuit – Minimum size: 2.5 Sq.mm
TECHNICAL SPECIFICATIONS OF EOT CRANES (07Nos.)
E - 8
3. Signal wire (for Control Unit and Encoder
module) - Maximum size: 0.5 Sq.mm
4. Colour coding should be followed as:
b. 110 V AC Phase – Grey without sleeve.
c. 240 V AC Phase – Grey with RED
sleeve.
d. 110 V &240 V AC Neutral– Grey with
BLACK sleeve.
e. 415 V AC – Black with RED, YELLOW,
BLUE and / BLACK.
f. 24 V DC Positive– Red.
g. 24 V DC Negative– Blue.
h. 8.9 V DC – Orange.
i. Signal cable – As per the standard of
LAPP/IGUS cable.
j. Earth cable – Green & Yellow.
3. All the limit switch terminals (Hoist, CT, LT
and Brakes, etc) need to be wired up to
the terminal block of the VVVF panel.
4. Interconnecting / looping of above
terminals need to be carried out in the
VVVF panel intrinsic safe module
terminals only.
5. Interconnecting of above terminals in the
equipment’s and bringing the common
terminals to the VVVF panel is not
acceptable.
f) Earthing
The following area cables/strips need to be
supplied:
1. Earth strip (min. 25 x 6 mm) need to be
supplied.
2. LT Rail at both the sides of the crane needs
to be earthed.
3. All the equipment including the
mechanical structure needs to be
grounded effectively with double
earthing.
4. Suitable bridge clamp need to be
positioned on the crane for tapping of
earth points.
5. Panel shall be provided with earthing
provision at both the ends. Same shall be
connected with plant earth (which is 20
mtr. away from the panel location).
TECHNICAL SPECIFICATIONS OF EOT CRANES (07Nos.)
E - 9
g) Drag Chain
1. Drag chain need to be planned for LT and
CT motions.
2. Necessary supports (like beam / angles,
guided cable tray, etc) for running the
drag chain along the LT and CT motions
need to be supplied.
3. Maintenance cage (LT) shall be provided
for attending the drag chain maintenance.
4. All the cables running inside the drag
chain are of same make as that of the drag
chain.
5. Make: M/s IGUS / M/s LAPP.
5.17 MCCB
1. Protective Panel - MCCB with adjustable
overload, adjustable short circuit
protection, adjustable ground fault and
Instantaneous protection to be provided.
2. Protective Panel - MCCB handle (door
operated) shall have an illumination kit for
indicating ON / OFF / TRIP.
5.18 MCB
1. Voltage input to the Multifunction meter
shall be routed through 4-pole MCB
2. Individual components control shall be
planned by a dedicated MCB control.
3. All the MCBs shall have the provision for
ON, OFF and Alarm contact provisions.
The same shall be wired for the control
logics (to meet the logical operation).
5.19 Switch Dis-connector
Fuse (SDF) unit
1. All motion Panel - Switch Dis-connector
Fuse unit shall be provided.
2. All SDF to be provided with semi-conductor
fuse with fuse indication cum monitoring
device.
3. All SDF to be provided with auxiliary switch
to ensure the ON / OFF status of SDF Unit.
Same to be wired up to drive input to
enable the drive for operation.
4. All the semi-conductor fusing indication to
be wired as the drive input in series with
the above point to enable the drive for
operation.
5. All the isolating switches are to be provided
with door interlocking and defeating
provision.
6. All the isolating switches (either MCCB /
SDF) are to be located uniformly in the
height of from FFL.
5.20 Fuses
Hoist, CT and LT power supply to VVVF drives
to be routed through Semiconductor fast
acting Fuses or as per the Drive
manufacturer’s recommendation of adequate
rating. Fuses shall have an indicator for fusing.
5.21 Cable Tray 1. Perforated G.I. cable trays need to be
TECHNICAL SPECIFICATIONS OF EOT CRANES (07Nos.)
E - 10
planned for routing the cables from the
panel to top of the crane.
2. Necessary supports (like beam/ angles,
etc) for running the cable tray inside the
trench (bottom of the panel), on the wall,
on the crane, etc need to be supplied.
3. Entire length of the cable trays need to be
covered with G.I. sheet cover with bolts
and nuts and all bolts and nuts shall be of
G.I coated.
4. No cables are routed without cable trays
and cover anywhere from panel room to
top of the crane.
5. The cable trays are also to be earthed
with respect to the common ground.
6. Aluminum strip shall not be used for
earthing the cable tray. Only G.I strip
alone shall be used.
7. All the cables routing from panel room to
plug-in pendants and supply to the top of
the EOT crane must be done through the
perforated cable trays with G.I. coated.
8. The cable tray shall have the width of 300
mm.
9. Length of all the cable trays shall meet
above specified cable lengths and for
each crane cable.
5.22 Motor Protection Circuit
Breaker (MPCB)
1. Rating shall be selected as per the type-2
co-ordination chart with respect to fuse-
less feeder.
2. All the brakes need to be powered with
suitable rated motor protection circuit
breaker.
3. To be provided for each motor where the
output of single VVVF drive is driving two
or more nos. of motors.
4. Trip status to be wired as one no. of Digital
Input to control unit to create logic as per
the user requirement.
5. ON/OFF status also to be wired as one no.
of Digital Input to control unit to create
logic as per the user requirement.
6. More than 1 motor shall not be powered
through single MPCB.
5.23 Contactor
a) Auxiliary Contactor
1. Shall be used as intermediate contactors
to the power contactors.
2. All the field interlocks need to be wired to
the auxiliary contactor level.
3. Suitable surge suppressor need to be
supplied along with auxiliary contactor.
4. It shall be utilized for contact
multiplication instead of add-on NO, NC
contacts for power and auxiliary
contactor.
TECHNICAL SPECIFICATIONS OF EOT CRANES (07Nos.)
E - 11
b) Power Contactors
1. Duty: AC-3
2. The contactors shall be able to withstand
their rated current for one second without
welding / fusing of the contacts
3. Individual Power Contactors are to be
provided for each motion for controlling.
4. All the power contactors need to be
powered viz. auxiliary or interposing
contactors / relays with suitable rating
along with surge suppressor.
5. Any multiplication of NO, NC points –
auxiliary contactor need to utilize.
6. NO add-on blocks will be allowed for
power contactors.
7. Suitable power isolation (both input and
output side) using this power contactors
need to be planned for the selection of
spare drives.
5.24 Intrinsic Safe Relay
Input Relay:
1. All the field signals like pendant push
button, limit switches (motion & status) to
be wired to this relay.
2. This relay shall be located in safe area
(inside the panel) only. Make: M/s P&F
3. All this relay shall be selected to suitable
for operating with 110V AC supply.
Output Relay:
1. These relay shall be used for powering
indication lamps in the hazardous
location.
2. This relay shall be located in safe area
(inside the panel) only. Make: M/s P&F
3. All this relay shall be selected to suitable
for operating with 110V AC supply.
Interlock:
1. All the output commands from control
unit shall be directly given as the input of
this relay.
2. All the interlock wiring (if required) as per
the logic need to be carried out in this
relay itself.
3. No relay board shall be used for creating
any interlock inside the panel.
Make: P&F only (both input and output relays)
5.25 Panel
a)
Individual panel (without patrician between panel) to be planned towards
effective utilization of panel AC. Make: M/s Rittal/ M/s President (both
panel and AC)
Protective Panel (1 No.), Hoist Panel (4 Nos.), Hoist control panel (1 No.)
Aux. Hoist Panel (1 No.), CT Panel (1 No.), LT Panel (2 Nos.), Common
control panel for Aux. Hoist, CT and LT (1 No.) - (all together in a same
panel), Control & Lighting Transformer Panel (1 No.) & DBR Panel – All the
panels height shall be maintained and the same need to be get it cleared
from department before ordering the panel.
TECHNICAL SPECIFICATIONS OF EOT CRANES (07Nos.)
E - 12
b) Protective panel shall be provided with mushroom head emergency switch
to disable power supply during maintenance
c) Painting
1. Paint shade – RAL 7032 / 7035.
2. Base frame – Matt black.
3. Mounting plate – Orange.
d) Indication Lamps
1. It shall be of cluster LED provided with
translucent lamp covers
2. Cluster LED module shall be suitable for
direct operation on 230 V / 110 V, 50 Hz
AC or 24 V DC.
3. Panel shall have the 3-phase indication
lamps in the metering cubicle controlled
by 3-pole MCB.
e) Design & Construction
1. Enclosure – Indoor, Floor mounting, Front
operated free standing
2. Frame, Mounting plates, Doors & Covers –
2.0 mm Thickness CRCA
3. Lifting arrangements - Suitable Lifting
Arrangement shall be provided for each
panel on the Top on all four sides
4. Base frame – ISMC 100 x 50 with Matt
black
5. Glass door – shall be provided in the
overall control panel (where control unit,
communicating systems, IS barriers,
contactors, etc is arranged)
6. Degree of protection – IP 54.
7. Shrouding – As per standard (to be
provided inside the panel, in front of
power components and power terminals).
8. Cable entry (power and control) – bottom.
9. The panels to be provided with panel A/C
along with water drain hose of sufficient
length (min. 2 mtrs)
10. The panels need to be provided with panel
lamps (LED) along with door limit
switches.
f) Name Plate (Panel and
components)
1. Material – Transparent acrylic.
2. Colour of letter – white letter in black
background.
g) Earth busbar
1. Size – Minimum '30 X 10 Cu' with nuts,
bolts & washers at each end is to be
provided per panel
2. Necessary earth strip need to be supplied
for the following
a. To link panel to rail at the gantry
girder.
b. To link rail and all the electrical
elements on the EOT Crane.
c. To link the panel to the earth strip.
h) SMPS
1. 24 V DC power supply to be provided (2
Nos.)
2. Shall be used as common supply to all the
motion including protective panel.
3. ORing diode needs to be supplied.
TECHNICAL SPECIFICATIONS OF EOT CRANES (07Nos.)
E - 13
4. The DC power supply failure shall be
noticed via. Digital inputs.
5. If either the SMPS or ORing diode fails a 24
V DC missing indication lamp need to be
provided.
6. Qty: 2 Nos.
i) Multifunction meter
1. Panel shall be provided with Multifunction
meter
2. Along with Add-on DI / DO modules – 1
No.
3. Communication: PROFINET modules
4. Make: M/s SIEMENS; Model: PAC 4200
j) Terminal blocks
1. Terminal blocks shall be of 750 Volts grade
of the stud type and shrouded.
2. Insulating barriers shall be provided
between adjacent terminals.
3. All the terminal blocks are grouped with
respect to the following:
a. 24 V Power distribution (separately
for positive and negative).
b. 110 V Power distribution (separately
for phase and neutral).
c. 230 V Power distribution (separately
for phase and neutral).
d. 415 V Power distribution if any
e. Motor and brake power distribution
4. Short linked Terminal blocks are to be
used for terminal multiplication. More
than one wires need to be avoided in one
terminal block.
5. VVVF Drive Control unit wires
multiplication also shall be carrying out in
a separate and identified terminal blocks
only.
6. All future interlocks to be provided with
permanent shorting link
7. Interlocking between the panels is to be
routed through respective panel terminal
blocks only. Direct wiring between the
components of two different panels to be
avoided.
8. Power & Control circuit –Ring type end
termination of suitable size
9. All the terminals needs to be provided
with group markers
10. 25% Spare Terminals Shall be provided for
both Power and Control in each Panel
11. Make: Connectwell / Wago / Elmex
k) Panel Space Heater
1. Panel Space heater is to be mounted in
such a way that, Power & Control Cables
must not run in close vicinity of it.
2. All the Panels shall be provided with space
heaters to avoid moisture condensation.
3. Necessary thermostat need to be supplied
along with the space heaters.
TECHNICAL SPECIFICATIONS OF EOT CRANES (07Nos.)
E - 14
4. ON / OFF Control of space heaters shall be
interlocked with main contactor. i.e.,
whenever main contactor is in OFF
condition, power shall be available at
space heater terminals.
l) Rubber mats
1. Rubber mats to be supplied and provided
in-front of all the panels as per the
designed length of panels including
Transformer and DBR panels.
2. The length to be supplied is 30 mtrs.
3. Class ‘A’, 3.3 kV ac (rms), 2.0mm ± 10%
thickness as per IS 15652/2006
4. Width: 1 mtrs. (maximum)
m) Layout details
1. The bottom most row of equipment
mounted inside the panel excepting
terminal strip shall be at least 350mm
above the panel bottom cover to facilitate
inspection and repairs
2. Selector switches, indication lamps and
operator panel needs to be provided on
the panel door
3. Routing of Signal & Power/Control cables
is to be done separately wherever possible
4. All Communication cables shall be routed
through wire channel
5. Shield of all Signal Cables is to be properly
clamped to Body of the Device/structure.
5.26 Documents to be submitted during Detail Design Review and clearance:
a) Motors
1. No. of motors, Power of motor, Frame
size, make, duty, no. of starts/hr, type and
No. of poles, Insulation, Amb. temp,
applicable IS for construction, bearing,
accessories, terminal position from drive
end, drawing nos. used for FLP
certification, etc.
2. Torque and speed curves, thermal
withstand time curve, efficiency and
power factor with respect to loading of
the motor, speed and time with respect to
current and complete G.A of motor,
terminal box / boxes by mentioning the
approved drawing reference and nos.
b) Test Reports
1. Flame proof electrical fittings / equipment
test reports along with approved drawings
(Either by CIMFR / ERTL (E)) with respect
to all the annexure and amendment if
available need to be submitted for review
and acceptance of all FLP items.
2. Space heaters and its thermostat.
3. Transformers.
4. Dynamic Braking Resistor.
5. VVVF Drives and its components.
6. Certificate for obsolesce for all the major
electrical items with not less than 15 years
from the date of acceptance of the crane.
TECHNICAL SPECIFICATIONS OF EOT CRANES (07Nos.)
E - 15
c) Sizing Calculation
1. Control Transformer (with considering
closed VA).
2. Lighting Transformer.
3. Dynamic Braking Resistor.
4. SMPS with and without loading.
5. Power Cables and its schedule.
6. Control Cables with respect to no. of
cores.
7. Heat loss calculation towards panel AC
selection.
d) Technical Catalogue / data
sheets
1. VVVF Drives.
2. Switchgear components.
3. Power and Control Cables.
4. Encoder.
5. Cable Drag chain and its cables.
6. Limit switches.
7. Intrinsic safe relays.
8. Panel.
5.27 To be considered during Detailed Engineering:
a) Panel
1. All the panels are to be maintained the
uniform height. Height of the panel not
less than 2000 mm excluding the base
frame of 100 mm. Overall height of the
panel not less than 2100 mm.
2. Width of all the panels is to be maintained
uniformly. Door opening and rear access
will be decided based on the requirement
during detailed engineering.
3. All the panel line up to be taken care like a
bureau opening type.
4. Enamel Danger plates shall be provided on
the Panel inscribed in Hindi, Telugu and
English languages as directed by
department.
5. Drawing pocket needs to be considered.
6. Comfort handles with key to be
considered.
b) Interlock Scheme
1. Auxiliary Contactor level:
a. Hard wired interlocks for the push
button command are to be provided at
auxiliary contactor.
b. When Aux. contactor operates with
respect to the motion selected,
remaining Aux. contactors with respect
to other motions should not be
operated. Aux. contactor shall be
operated only when main power
contactor is in ON condition.
2. In VVVF Drive Logic control:
a. It is to be programmed such a way only
one motion has to be selected for
operation at a time in the VVVF drive.
c) ON Interlock for Hoist
motion
1. Selection of group
2. Rotary limit switches i.e hoist and lower,
Gravity limit switch.
TECHNICAL SPECIFICATIONS OF EOT CRANES (07Nos.)
E - 16
3. Thruster Brakes' MPCB condition.
4. Brake Close limit switch condition.
5. Encoder for both motor and drum.
6. Provision shall be made for two extra
interlocks for future usage.
d) ON Interlock for Aux. Hoist
motion
1. Rotary limit switches i.e hoist and lower,
Gravity limit switch.
2. Thruster Brakes' MPCB condition.
3. Brake Close limit switch condition.
4. Encoder of motor.
5. Provision shall be made for two extra
interlocks for future usage.
e) ON Interlock for Cross
Travel motion
1. Right and Left limit switches for respective
motion of the drive.
2. Thruster Brakes' MPCB condition.
3. Brake Close limit switch condition.
4. Provision shall be made for two extra
interlocks for future usage.
f) ON Interlock for Long
Travel motion
1. Forward / Reverse limit switches for
respective motion of the drive.
2. Thruster Brakes' MPCB condition.
3. Brake Close limit switch condition.
4. Provision shall be made for two extra
interlocks for future usage.
P - 1
S.No Description of Specification Bidders Confirmation /
Acceptance
6.0 PAINTING OF CRANES (DFT shall be measured at the time of final inspection)
6.1
Surface Cleaning
The entire surface of fabricated materials, girders, frames,
platforms, trolley, end carriage, wheels etc., are to be sand/
grit/ abrasive blasted to white metal finish (SA 2½ quality)
and cleaned properly off rust, grease, & dirt.
6.2
Painting with
Epoxy Primer
(Total thickness
of 80 microns)
Two coat of epoxy primer (Apcodur CP 680 of M/s Asian
Paints or equivalent) shall be applied to a Dry Film
Thickness (DFT) of 80 microns.
6.3
Painting Epoxy
Paint
(Total thickness
120 microns)
Two coats of epoxy paints of different colours for each
crane running in the same bay (Apcodur CF 693 of M/s Asian
Paints or equivalent) shall be applied to a Dry Film
Thickness (DFT) of 80 micron and 40 micron for first and
second coats with proper drying in between coats.
Final touching shall be done after erection &
commissioning at site. Painting quality shall ensure
aesthetic looking of cranes.
6.4 Total Paint
Thickness
Including Primer
Not less than 200 microns, this will be tested during final
inspection at supplier works/ at the time of dispatch.
Necessary paint thickness measuring instrument shall be
provided by supplier at the time of inspection.
TECHNICAL SPECIFICATIONS OF EOT CRANES (07 Nos.)
T – 1
7.0
DESIGN APPROVALS: DRAWINGS/DOCUMENTS TO BE SUBMITTED AFTER
PLACEMENT OF ORDER
1. Supplier shall submit following list of drawings/ calculations/
documents for approval before manufacture of cranes within one
month after placement of purchase order (7.1 to 7.16).
2. It is the responsibility of the supplier to get the drawings/ documents
approved from TPIA/Purchaser.
3. Design of load bearing structures shall be as per IS:807 and drive
mechanisms as per IS:3177 and also as per technical specifications in to
consideration.
4. All the load bearing structure & drive mechanisms shall be designed
by taking dead loads, operational loads, transportation loads, erection
loads, loads due to sudden actuation of brakes and acceptance testing
loads.
5. All the drawings and calculations, and data sheets, and flameproof
approvals shall be submitted as a whole set, at a time, within one month
from Order date for verification & approvals.
6. Three sets of following drawings/calculations shall be submitted in HARD
COPIES to Department/Purchaser (ISRO) for review.
7. At the same time, Supplier shall be responsible for proper submission of
following drawings & calculations along with technical specifications to
Third party inspection agency and get Design Approvals from them.
8. Supplier shall submit delivery schedule/ bar chart within 10days after
receipt of PO. After approval of drawings, supplier shall plan sequence of
delivery of EOT crane as per the readiness of site/building which will be
informed by the purchaser.
7.1 General Arrangement(GA) drawing of cranes to scale with dimensions, Bill of
materials & makes along with dimensions of hook.
7.2 GA Assembly Drawing of Trolley with all components.
7.3 GA Drawing of individual drive mechanisms for Hoist, CT and LT.
7.4 Constructional Drawings of Girder, end carriage, and trolley their
connections
7.5 Sub-assembly drawings for rope drum assembly, wheel assemblies, hook blocks, pulley system etc.,
7.6 GA drawings, details and selection criteria, power & torque calculations for gear boxes with manufacturer data sheets
7.7 Calculations for selection of Machine elements like wire rope, rope drum, couplings, wire ropes, pulleys etc.,
7.8 Calculation for bridge girder with deflection & camber, trolley frame, end carriage, with weight breakup and wheel loads.
7.9 Calculations for selection of wheels, bearings and Calculations for selection of CT & LT rails.
TECHNICAL SPECIFICATIONS OF EOT CRANES (07 Nos.)
T – 2
7.10 Calculations for drive shafts and Plummer block bearings.
7.11 Calculations for Selection & sizing of bearings for EOT cranes.
7.12
Selection of keys, key ways couplings.
7.13 Selection of sheaves and sheave pin with calculations.
7.14 Bridge Girder CT rail arrangement drawing to scale with BOM.
7.15 LT rail arrangement (on Gantry Girders) drawing to scale with Bill of Materials
(BOM).
7.16
Calculation for selection of motors, brakes etc., along with manufacturer
datasheets & Exproof certificates (wherever applicable), etc. For Motors
necessary torque and speed curves, efficiency and power factor with
respect to loading of the motor, speed and time with respect to current and
complete G.A of motor, terminal box / boxes by mentioning the approved
drawing reference and nos. shall be submitted for approval.
7.17 Calculation for selection of motors and brakes with manufacturer motor
/brake datasheets & Exproof certificates.
7.18 Electrical/electronic circuit diagrams for total cranes containing details of components with rating, make, type and settings
7.19 GA drawing of electrical, VVVF panels, Pendant, DBR Panels and layout of
components within the panels. Heat losses / load calculation inside the drive
panels.
7.20 Flameproof approval certificates for motors, all electrical components and brake thrusters.
7.21 Selection criteria/calculations for VVVF drives, DBRs and related components. Heat loss calculation towards panel AC selection.
7.22 Sizing calculations for Control Transformer (with considering closed VA),
Lighting Transformer, SMPS with and without loading.
7.23 Selection of Cable sizes selection and ratings.
7.24 Drawings for Mounting and panels layout in the panel room with cable routing layout.
7.25 Drawing of Cable route from panel room to cranes equipment with location of junction boxes & cable trays with support lugs on cranes
7.26 Earthing layout of all the equipments connected in the EOT Cranes to be submitted for approval.
7.27 Necessary under / over current devices to be planned for tripping the
lubrication pump.
7.28
TEST REPORTS shall be submitted for flame proof electrical fittings /
equipment (along with approved drawings (Either by CIMFR / ERTL (E)) with
respect to all the annexure and amendments need to be submitted for review
and acceptance of all FLP items.
TECHNICAL SPECIFICATIONS OF EOT CRANES (07 Nos.)
T – 3
7.29 TEST REPORTS shall be submitted for Space heaters and its thermostat,
Transformers, Dynamic Braking Resistors, VVVF Drives and its components.
7.30
TECHNICAL DATASHEETS shall be submitted for Motors, Brakes, VVVF
Drives, Switchgear components, Power and Control Cables, Encoders, Cable
Drag chain and its cables, Limit switches, Intrinsic safe relays and panels.
7.31 Quality Assurance Plan (QAP) for total cranes manufacture, erection &
testing as mentioned in this booklet.
Supplier shall submit following along with supply of EOT Cranes: List of Manuals/
drawings/documents/certificates to be submitted at the time of inspection of cranes
at supplier's works and at the time of commissioning at ISRO,SHAR (clause 8.1 to 8.10)
8.1
QAP/Inspection report document showing Third party design approvals,
manufacturer test certificates., all stage & final inspection reports, load test
reports as per QAP and TPIA report on final inspection at works &
clearance report.
8.2
Test certificates of all items like raw materials, hooks, wire ropes, motors
etc and for all cranes parts certified by "Competent person of third party
agency" as per QAP & standards.
8.3 4 sets of Cranes operation & maintenance manuals
8.4 2Nos. of spare parts manuals.
8.5 4sets of as built Drawings of all systems of cranes as mentioned above
approval drawings.
8.6 Manufacturer maintenance manuals, test certificates and Warranty/
Guarantee Cards for all Bought-Out-Items.
8.7 Trouble Shooting Chart for Main and all Sub-Systems.
8.8 VVVF drive drives manuals soft copy
8.9 VVVF drive parameters list soft copy
8.10 Final test certificate of EOT cranes from TPIA with inspection report
8.11
Final as built drawings of cranes and machinery, Maintenance & spare
part Manuals, test certificates shall be supplied in soft form in the forms of
DVDs and Memory stick in the latest software format.
8.12
Final as built drawings of cranes control circuit, cable schedule with
length of each cable in mtrs. along with source and destination, shall be
supplied in hard form.
9 Tolerances: Supplier shall ensure that the cranes shall be manufactured
as per the tolerances specified below.
9.1 Span over LT
wheels +4mm maximum
9.2 Diagonal on
wheels ±5mm maximum
TECHNICAL SPECIFICATIONS OF EOT CRANES (07 Nos.)
T – 4
9.3 Parallelism of
Girders
<1/1000 of wheel gauge (measured at every 1m
interval)
9.4 Verticality of
Girders <2mm (measured at every 1m interval)
9.5 Verticality of End
Carriages
<1mm (measured at every 1m interval)
9.6 Trolley wheel gauge ± 2mm (measured at every1m interval)
9.7
Difference in
height between
trolley rails
<1/1000 of wheel gauge maximum at 1m interval
9.8
CT Rail alignment
w.r.t Girder centre ±1 mm(measured at every 1m interval)
9.9
Tilt of wheels(both
horizontal &
vertical)
<D/1000mm where D=diameter Of wheels
9.10 CT/LT wheel
displacement <2mm (measured at all wheels) Wheel alignment
9.11
Squareness
of Girders
to End
carriages
Within 1.60mm(for wheel base of~4000mm)
9.12 Travelling speed +10% -5% of specified speed.
9.13 Hoisting speed +10% -5% of specified speed.
9.14 Lowering speed +20% -5% of specified speed
10.
INSPECTION & TESTING DURING MANUFACTURE OF CRANES
10.1
DESIGN/
DRAWINGS
APPROVALS&
CERTIFICATE
from TPIA
before cranes
manufacture.
Supplier shall obtain APPROVALS for all design
calculations & drawings from third party inspector (TPIA)
and/or ISRO before starting cranes's production. Cranes
& components shall be manufactured & inspected as per
the approved drawings only. All inspection/test repots
shall be made with respect to approved drawing with ref.
no.
10.2 QAP & Third
party agency
INSPECTION and testing shall be carried out as per
QAP enclosed here with this booklet. Supplier shall hold
the manufacturing at specified "HOLD (H)" places and
call for inspection. The Schedule of Inspections shall be
strictly adhered to and shall be witnessed by THRID
PARTY and/or ISRO. All the critical inspections and load
testing shall be done in
TECHNICAL SPECIFICATIONS OF EOT CRANES (07 Nos.)
T – 5
10.3
Raw materials
identification &
stamping
Raw material identification for structures, wheels, hoist
members, Gears, load pins etc., shall be done by Third
party inspectorate and/or department. Raw material test
certificates, traceability of materials with identification
marks shall be made available during identification and
during inspection of cranes.
10.4 All load bearing members shall be provided with heat no. & lot no along with
TPIA stamping on them which shall be visible after fabrication also.
10.5
Welding
inspection &
Testing
All Butt Welded Joints (both compression & tension
flanges / web joints) shall be subjected to 100% X- Ray
Testing and X-Ray Films to be produced for TPIA
and/or ISRO/SHAR for evaluation and shall form part
of the quality documentation.
10.6
Inspection
major parts and
records
Inspection of Bridges, End–Carriages, trolley, rails gauge,
Wheels and Measurement of Camber, mechanical
assemblies checking as per QAP.
10.6.1
Inspection of Electrical motors & other electrical parts
Test certificate with approvals shall be provided for all
motors such they are suitable for inverter duty, flame
proof. Test certificate for thermisters heating/tripping
temperature shall be provided. Test certificate for all
other electrical components shall be provided as per
QAP. ,
10.7
Dimensional
inspection&
alignment checking
& records
Inspection of Span & Diagonal Dimensions (10Kg pull should be applied while checking), Checking bridge & end carriages' squareness, Checking of Wheel Alignments, Mechanical drive Assemblies alignment and Pulley blocks alignment.
10.8 Record of inspection
All the inspections made shall be made with drawing
representation like span, diagonal, wheel straightness,
rail alignment, with dimensions & tolerances mentioned.
10.9
The cranes hook should be tested and certified by the dock labor board / govt. Approved test house for twice its SWL and test certificate should be provided.
10.10
Load tests
No load test, Dynamic tests at Rated Load and
Deflection measurement as per as per QAP and as per IS
3177.
10.11
Testing of Cranes at OVER-LOAD (125%SWL) capability
Check and Permanent Set Measurement. All motions of
the cranes shall be tested with 25% overload in which
case the specified speeds need not be attained but the
cranes shall show itself capable of dealing with the
over load.
TECHNICAL SPECIFICATIONS OF EOT CRANES (07 Nos.)
T – 6
10.12
Clearance
for
dispatch
The equipment shall be dispatched only after
satisfactory testing/inspection at supplier's works and
on written clearance from ISRO/SHAR.
11 ERECTION & COMMISSIONING OF EOT CRANES
11.1 Erection, testing and commissioning at ISRO-SHAR works is in the part
of supplier's scope as per QAP.
11.2
Initial unloading of EOT cranes parts shall be done by supplier’s manpower
& supervision. Equipment support with available equipments like
Mobile cranes / Forklift / Hydra etc., will be spared for unloading of cranes
parts by department at free of cost.
11.3
If the cranes components are unloaded outside/any other facility of SHAR,
the same will be transported to the site of erection by the departments
equipment at free of cost. However work shall be carried out by supplier with
their manpower & supervision.
11.2 Erection
Supervision
Supplier shall depute required qualified personnel
along with Engineers/ supervisor and qualified team for
carrying out quality erection work at our site.
11.3
Material required
during erection
(lifting equipment
like winch, lifting
tackles, etc inside
the facility).
Lifting machinery, tools and accessories are in the scope
of supplier. All lifting machinery, tools and tackles of
standard make only shall be used during erection inside
the facility. Test certificate for all the lifting/handling
equipments shall be submitted to the SHAR before
handling.
If required by supplier department can provide erection
hooks on the roof in the facility for lifting of cranes
components. However capacity & location of hooks
shall be given by manufacture during detail
engineering.
11.4
Initial lubricants and
commissioning
spares
Initial filling of lubricants/grease and spare parts required for commissioning at site shall be provided by the supplier.
11.5
Performance
Proving & Smooth
running of EOT
cranes at purchaser
site.
No Load test, Full load test and overload test (for
125%SWL) shall be done as per QAP and as per IS3177.
Proving out for the Cranes’s Capacity and Smooth
Functioning of the Cranes at Full load (SWL) and
Overload (125%SWL) shall be the responsibility of the
supplier.
11.6
Test/Clearance
certificates for
cranes
Part of supplier's scope. To be inspected and certified
by "Competent Person of Third party Inspection
Agency " as per Industrial Laws and shall provide
Certification from Third Party Inspection Agency for
final clearance & regular usage of EOT cranes .
TECHNICAL SPECIFICATIONS OF EOT CRANES (07 Nos.)
T – 7
12 General TERMS & CONDITIONS during Supply and Installation :
12.1
In the design of Crane, all Indian standards, all safety regulations as applicable
under provision of factory Act, Indian Electricity rules etc. as prevailing in the
country / State of Andhra Pradesh (site of installation) shall be taken into
consideration.
12.2
Arrangements shall be made by the supplier for the inspection and testing of
the crane during different stages of its manufacture starting from the raw
materials till the completion of the crane by the SDSC,SHAR and/or Third Party
Agency at the suppliers site as per the QAP schedule.
12.3 Dimensions of all parts used on crane shall conform to metric standards.
12.4
No cast iron part should be used on the crane except for electrical equipment.
Similarly wood or combustible material and Bush bearing should not be used
in any part of the crane. Open gears should not be used in any drive / motion.
12.5
Assembly at site is to be kept as minimum as possible to enable early
commissioning of the crane. Welding of crane at site is to be avoided as far as
possible.
12.6 The supplier should satisfy himself about the site condition beforehand to
avoid any difficulty during erection and commissioning of the crane
12.7
Supplier shall submit complete erection plan with details of erection loads &
pattern of wheel loads that will act on building civil structure, erection
procedure, material handling procedure etc.
12.8
During the erection, testing and commissioning of the crane at site in
Sriharikota, the supplier has to make his own arrangements for boarding,
lodging, transportation of his men and materials. However, hostel
accommodation may be provided by the purchaser (SDSC SHAR) on chargeable
basis, if available.
12.9
Free electricity and water will be provided by the purchaser for the erection,
testing and commissioning of the crane at the site.
Supplier shall make his own arrangements for welding and gas-cutting works if
any, that are required for erection and commissioning of Cranes.
12.10
For unloading the crane parts at site (in respective building) material handling
support like Forklifts (~12 ton cap.) and available mobile crane will be provided
by department at free of cost.
12.11
A toolbox containing all necessary tools as given in Page no. “Tools – 1”
required for the maintenance of the crane should be from part of supply along
with the Crane.
TECHNICAL SPECIFICATIONS OF EOT CRANES (07 Nos.)
T – 8
12.12
SDSC, SHAR / Third Party Inspection Agency (TPIA) shall have the right of
inspection and supervision of the manufacturing process adopted by the
supplier for the manufacture of equipment at various stages through their
authorized representatives. In case the manufacturing process adopted is not
found suitable and commensurate with the desired quality of the equipment,
the Supplier will be advised to adopt the correct manufacturing process which
will be binding on the supplier. SDSC, SHAR’s decision regarding the quality of
work and its acceptability shall be final and binding on the Supplier.
12.13
Bidder should quote separately for spares as considered necessary
for two years of normal operation of crane as given in this booklet. Bidder
can suggest any extra spare parts with cost in this regard. However, purchaser
may use his discretion in selecting/removal of spares at the stage of
ordering.
13 COMMERCIAL TERMS & CONDITIONS :
13.1
Delivery Schedule :
Case 1 :
• If order placed on one bidder for all 7nos. of cranes, then delivery shall
be minimum 6 months for 1no. of crane and maximum 18 months for
all cranes from the date of PO.
Case 2 :
• If order placed on one bidder for all 3nos. of cranes, then delivery shall
be minimum 6 months for 1no. of crane to maximum 15 months for all
cranes from the date of PO.
Case 3 :
• If order placed on one bidder for all 1no. of crane, then delivery shall
be minimum 6 months from the date of PO.
13.2 Prices quoted shall be F.O.R Sriharikota.
13.3
Taxes and other costs, if any: Percentage of GST applicable for the quoted
items along with HSN Code, shall be provided.(As per the Notifications
No.47/2017 -Integrated Tax(Rate) dated 14.11.2017 issued by Ministry of
Finance(Department of Revenue), SDSC SHAR is eligible for a reduced rate of
5% IGST only wherever IGST is applicable. Accordingly Exemption Certificate
will also be provided).
13.4
Customs Duty: ISRO is Exempted from payment of Customs Duty vide
Notification No.05/2018 Customs dated 25.01.2018.(We will provide Customs
Duty Exemption Certificate in case of Import orders/Imported supplies/High
sea sales).
Note : The list of items for which CDEC is required shall be mentioned along
with quotation.
13.5
Liquidated Damages: In case of delay in Supply beyond the stipulated delivery
period, Liquidated Damages will be levied @ 1/2% per week or part thereof
subject to a maximum of 10% of total order value
TECHNICAL SPECIFICATIONS OF EOT CRANES (07 Nos.)
T – 9
13.6
INSURANCE: - Being a Govt. Of India Dept., Insurance is not required at our
cost. Please ensure the safe delivery of the ordered item with proper transport
worthy packing.
13.7
Security Deposit : You shall be submit @ 10% of order value within 10 days of
receipt of order as security in the form of Demand Draft/Bank Guarantee or
Fixed Deposit Receipt from a Nationalised/Scheduled Bank valid up to the
supply, erection and commissioning plus two months.
This SD does not carry any interest, and shall be returned to you only after
successful completion of contractual obligations. In case of poor
performance/non-performance SD shall be forfeited.
13.8
Guarantee period shall be for a period of 12 calendar months, commencing
from the date of acceptance & taken over by the purchaser at our site. During
this period any defect noticed on design, materials, workmanship shall be
replaced/rectified by the supplier at free of any cost.
13.9
Performance Bank Guarantee: You shall submit performance Bank Guarantee
for 10% order value valid from a Nationalised / Scheduled Bank till completion
of Warranty period plus Sixty days as claim period. This PBG shall be submitted
along with dispatch documents such as invoice, warranty certificate etc.
13.10 Payment Terms : Vendor shall comply with following payment terms only :
13.10A
Our standard Payment term: 100% by RTGS within 30 days after receipt and
acceptance of above items at our site. Please furnish your bank account details
in the invoice for arranging payment.
Or
13.10B Payment Terms in four stages :
i) Advance along with Order 20% of order value against Bank guarantee
ii) Payment after crane receipt
at site 60% of order value along with taxes & duties.
iii)
Payment after erection,
commissioning, inspection &
acceptance of crane.
10% of order value
iv)
Balance Payment after
submission of Performance
Bank Guarantee
Balance 10% of order value
13.11 Validity of Offer shall be minimum period of 180days from the tender due
date.
Date : Signature & Office Seal of the bidder
TECHNICAL SPECIFICATIONS OF EOT CRANES (07Nos.)
Tools – 1
List of Tools to be supplied along with the crane (Ref : 12.11)
(INDIVIDUAL TOOL BOX SHALL BE SUPPLIED FOR EACH CRANE)
Sl. No. Description of Item Units Required
Qty
1 Double end Spanners from 10-11 to 36-41 (set of 13nos.) of make : M/s
Snap On / Taparia. Set 01
2 Ring Spanners from 10-11 to 36-41 (set of 13nos.) Set 01
3 Heavy duty socket spanner set with T-handle, Ratchet and Extension
rod with ¾” drive or 1” drive from 20mm to 55mm. (1 set – 10 nos.) Set 01
4 Heavy duty single end spanners of size 55 No 01
5
Screw driver set
a) Flat – 300mm long
b) Star – 300mm long
No
No
01
01
6 Adjustable spanner of 12” or 300mm length No 01
7 Cutting plier ( Size ~10” length) No 01
8 Locking / Grip plier ( Size ~10” length) No 01
9
Circlip plier
a) External Circlip plier ( Size ~10”)
b) Internal Circlip plier ( Size ~ 8”)
Nos
Nos
02
02
10 Extended cylindrical special spanner for tightening the MH gearbox Nos. 2nos. each
size.
11 Special tool driver kit suitable for SIEMENS Drives No 01
12 Nut driver kit suitable for selected terminal blocks inside the panel No 01
13 Calibrated steel tape of 30m length of reputed make. Nos. 02
14 Suitable hydraulic jack capacity 30t. Nos. 02
15 Noise level meter of make : M/s No 01
16 Pneumatic/Electric grease gun of capacity 1kg No 01
17 Special type electrical tool kit for accessing the VVVF Drive Nos. 02
18 AC / DC Clamp meter – Range ‘mA’ to 3 A; Make: M/s. Megger / Fluke No 01
19 AC / DC Clamp meter – Range ‘SWL with all three motion in operation’;
Make: M/s. Megger / Fluke No 01
20 Digital Insulation Tester – Range: Test Voltage as 1000V; Make: M/s.
Megger No 01
TECHNICAL SPECIFICATIONS OF EOT CRANES (07Nos.)
BOM - 1
LIST OF MANUFACTURERS / SPECIFIC BRANDS FOR BOUGHTOUT ITEMS
FOR FLAME PROOF EOT CRANE/ SAFE AREA EOT CRANE
1 Gear boxes : Elecon / Shanti Gears / Premium-GREAVE / Flender-
Siemens/ only.
2 Wire ropes (All galvanised) : Usha Martin/ CASAR Germany/ BRIDON USA.
3 Structural Steel Materials
Plates, rolled sections
: All the structural raw materials (plates, angles, beams) shall be NEW and of reputed make of M/s SAIL / M/s JINDAL/ M/s ESSAR/ M/s TATA STEEL / VIZAG-RINL.
4 Forged steel materials
wheels, shafts, keys, gears
: SAIL / JINDAL / TATA STEEL / ESSAR / VIZAG-RINL / TIMKEN / Mahindra Ugine Steel (MUSCO) / BHARTH FORGE/ VIKRANTH FORGING/ KALYANI FORGING
5 Bearings : SKF/FAG/ TIMKEN/ INA
6 Hooks
: For Main Hoist : M/s IRIZAR- FORJAS/ CROSBY / CM (STB).
For Auxiliary Hoist : EEK/ Hercules/ IRIZAR- FORJAS/ CROSBY / Shilpa Udyog/ STEEL FORGINGS
7 Couplings
: FENNER
: Drum/Barrel coupling – M/s. Malmedie, Germany / M/s JAURE, Spain
8 Rails : M/s. SAIL / IISCO / JINDAL / ARCCELOR / TATA STEEL /
ESSAR
9
Flame proof Panels, Light
fittings, Glands, Junction Boxes etc.,
:
M/s. Baliga/FCG/FEPL
10 Power & control cables
: IGUS / LAPP make for cables used in cable drag chain
system and Pendant. LAPP / HAVELLS / Finolex / GLOASTER
11 Flame proof electric motors : M/s. Kirloskar/ Crompton Greaves/ Bharat Bijilee/ Alstom/
SIEMENS
12 Thrusters brakes for hoist
: M/s WittonKramer/Pintch Bubenzer/ SIBRE/ GALVI
13 Thrusters brakes for CT & LT
: M/s Electromag methods (EMM)/Kateel/Sterling Control
14 Power supply unit , Switch gears
: M/s SIEMENS only
15 Limit switches : M/s Speed-o-Control/ Electromag/ Sterling control
16 Contactors, Over load Relays
: M/s SIEMENS only
17 Intrinsic Safe relays : M/s P & F
18 VVVF Drive : M/s Siemens/ABB
19 Cable chain drag system : M/s IGUS/LAPP
20 Electrical Drive Panel &
Non FLP JBs
: M/s Rittal /Siemens
21 Encoder : M/s P&F, Hengstler, Hubner, Kubler, Schnider (Flameproof /
Intrinsic safe) Hollow shaft type encoder can be planned.
22 LT Power & Control Cables : M/s Lapp / Universal / CCI / Finolex / RPG / Uniflex.
23 Terminal Blocks : M/s Elmex / M/s. Connectwell / M/s. Wago
24 Pushbutton switches : M/s Werner with configurable tiles.
25 Paints : M/s Berger, Asian paints, Jenson & Nicholson, Nerolac,
Dulex, Poly coat
TECHNICAL SPECIFICATIONS OF EOT CRANES (07Nos.)
Codes - 1
CODES AND STANDARDS FOR FLAMEPROOF EOT CRANE
The design, manufacture and testing of the crane shall conform to the latest editions of the following
codes and standards wherever applicable:
IS:807 Code of Practice for Design, Manufacture, Erection and Testing (Structural
Portion) of Crane and Hoists.
IS:3177 Code of Practice for Design of Overhead Traveling Crane and Gantry
Crane other than Steel Works Crane.
IS:2062 Steel for general structural purpose.
ANSI/AWS D14.1 Code of welding practice for Industrial crane, Mill crane and other material
handling equipment
IS:800 Code of practice for use of structural steel in general building construction.
IS:3681 Gears tooth form and modules.
IS 7403 : 1974 Code of Practice for Selection of Standard Worm and Helical Gear Boxes
IS 4460 : Parts 1 to
3 : 1995 Gears - Spur and Helical Gears - Calculation of Load Capacity
IS:1835 Steel Wires for Ropes
IS:6594 Technical supply conditions for steel wire ropes and strands.
IS:2266 Steel Wire Ropes for General Engineering Purposes.
IS:2363 Glossary of terms relating to wire ropes.
IS:3973 Selection, installation, maintenance and technical supply conditions of wire
ropes.
IS:3443 Crane Rail Sections
IS:5749 Forged Ramshorn Hooks
IS 3815/ IS 15560 Specification for point hooks with shank for general engineering purposes
IS:816 Code of Practice for Use of Metal Arc Welding for general Construction in
Mild Steel.
IS:823 Code of Practice for Use of Metal Arc Welding of Mild Steel.
IS:1181 Qualifying Tests for Metal Arc Welders (Engaged in Welding Structures other
than pipes).
IS:1323 Code of Practice for Oxy-Acetylene Welding for Structural Work in Mild steel.
IS:325 Three Phase induction Motors.
IS:4029 Guide for Testing Three Phase induction Motor.
ANSI/ASME B30.2 Safety Codes for overhead and Gantry Crane.
IS:2147 Degrees of protection provided by enclosures for low voltage switch gear and
control gear.
IS:5571 Guide for selection and installation of electrical equipment for hazardous
areas
IS:5572 Classification of Hazardous Areas (Other than Mines) having flammable gases
and vapours for electrical installations.
TECHNICAL SPECIFICATIONS OF EOT CRANES (07Nos.)
Codes - 2
IS/IEC 60079-
1:2007
Explosive Atmospheres – Part 1 Equipment protection by Flameproof
enclosures “d”
IS 2206 : Specification for Flameproof Electric Lighting Fittings
IS/IEC 60079-
11:2006 Explosive Atmospheres – Part 11 Equipment protection by Intrinsic Safety “i”
IS:8239 Classification of maximum surface temperature of electrical equipments for
use in explosive atmosphere.
IS:1554 PVC Insulated (Heavy Duty) electric cables.
IS:2208 HRC cartridge fuse links up to 650V.
IS:2959 Contactors for voltage not exceeding 1000V AC or 1200V DC
IS:4064 Air-break switches, Air-break dis-connector, Air-break switch dis-connector
and fuse combination for voltages not exceeding 1000V AC. or 1200VDC.
IS:4237 General requirements of switch gears and control gears for voltages not
exceeding 1000V AC.
IS 8623 : 1993 / IEC
Pub 439-1 : 1985
Specification for Low-Voltage Switchgear and Control gear Assemblies - Part 1
to Part 3
IS 13947 : Part 4 :
Sec 1 : 1993 / IEC
Pub 947-4-1 : 1990
Specification for Low-Voltage Switchgear and Control gear - Part 1 to Part 5 : s
and Motor-Starters - Section 1 : Electromechanical Contactors and Motor
Starters
IS 10118 : 1982 Code of Practice for Selection, Installation and Maintenance of Switchgear and
Control gear
Part I : General
Part II : Selection
Part III : Installation
Part IV : Maintenance
IS 1024 : 1999 Use of Welding in Bridges and Structures Subject to Dynamic Loading - Code
of Practice
IS 15880 : 2009 Three Phase cage induction motors when fed from IGBT converters –
Application Guide
IS 15881 : 2009 Three Phase cage induction motors specifically designed for IGBT converter
supply – Specification
IS 12065 : 1987 Permissible limits of noise levels for rotating electrical machines
IS 7098 : Part – 1 Specification for crosslinked polyethylene insulated PVC sheathed cables for
working voltage up to and including 1100 volts.
CC
D –
1
EO
T C
RA
NE
S C
LEA
RA
NC
E D
IME
NS
ION
S
(To
p r
un
nin
g,
Do
ub
le G
ird
er
EO
T c
ran
es)
TA
BLE
- 2
S.
No
F
aci
lity
Ca
pa
city
(SW
L in
ton
)
Sp
an
(S
)
in
me
tre
En
d
cle
ara
nce
(ED)
in
me
tre
Ho
ok
Ap
pro
ach
es
in
CT
fro
m c
en
tre
of
Ga
ntr
y G
ird
er
(HA
N /
HA
D)
in
me
tre
En
d
Ap
pro
ach
es
in L
T (
L AD/
L AN
) in
me
tre
He
igh
t o
f
Lift
(H
L) i
n
me
tre
He
igh
t o
f
Ga
ntr
y g
ird
er
top
(H
GG
) in
me
tre
fr
om
FF
L
He
ad
ro
om
(HR
) in
me
tre
(Bo
tto
m o
f
soff
it l
ev
el
be
am
)
Ba
y
len
gth
in
me
tre
1
HV
M –
1 &
2
(Mix
er
Ro
om
) 8
0t
11
.8
0.4
2
2
.5
3
3
13
1
4.5
5
~
27
2
PM
S –
Pre
mix
Sto
rag
e -
2
50
t 1
7.2
0
.4
2
2.5
3
3
8
9
.5
4
~5
8
3
Bo
wl
Cle
an
ing
-2
5
0t
21
.2
0.4
2
2
.5
3
3
9
10
.5
4
~6
6
4
Ha
rdw
are
Insu
lati
on
& L
inin
g
– 3
40
t 1
9.2
0
.4
1.7
5
2.2
5
3
3
15
1
6
3
~7
5
No
te : 1.
Th
e a
bo
ve
dim
en
sio
ns
are
in
dic
ati
ve
on
ly.
EO
T c
ran
e s
up
plie
r sh
all
wo
rk o
ut
the
exa
ct d
ime
nsi
on
s b
y k
ee
pin
g t
he
vie
w t
o m
inim
ize
th
e e
nd
ho
ok
ap
pro
ach
es
an
d h
ea
d r
oo
m a
nd
sh
all
pro
vid
e t
he
sa
me
in
Cra
ne
s G
A,
dra
win
g.
2.
EO
T C
ran
e s
pa
n &
lif
t a
re s
ub
ject
ed
min
or
cha
ng
es
wh
ich
sh
all b
e a
cco
mm
od
ate
d b
y s
up
plie
r d
uri
ng
de
tail
en
gin
ee
rin
g.
3.
E m
ax
: S
ha
ll b
e i
ncl
ud
ing
th
e j
ack
ing
pa
ds.
4.
Fo
r 5
0t
cra
ne
s (S
.No
: 2
& 3
of
ab
ov
e t
ab
le)
bo
th (
2n
os.
) cr
an
es
are
ru
nn
ing
in
a s
am
e b
uil
din
g,
on
sa
me
ra
il a
t sa
me
le
ve
l. H
en
ce,
LT r
ail
s fo
r th
e
cra
ne
s sh
all
be
fo
r o
ne
ba
y le
ng
th o
nly
. T
he
bid
de
r sh
all
qu
ote
acc
ord
ing
ly.
5.
VV
VF
pa
ne
l ro
om
is
loca
ted
at
flo
or
lev
el
for
FLP
EO
T c
ran
es.
Ap
pro
xim
ate
dis
tan
ce f
rom
VV
VF
pa
ne
l ro
om
to
ga
ntr
y g
ird
er
leve
l is
~4
0m
fo
r e
ach
cra
ne
.
PBS - 1
SCHEMATIC OF PUSH BUTTION OPERATING STATION FOR EOT CRANES
Crane Motion / Requirement
Selector
Switch
No. of
push
button
Indication
lamps
Hoist
Main UP
-
1
- Main DOWN 1
Creep UP 1
Creep DOWN 1
Cross Travel
Main Right
-
1
-
Main Left
1
Creep Right
1
Creep Left 1
Long Travel
Main Forward
-
1
-
Main Reverse
1
Creep Forward
1
Creep Reverse
1
Emergency Stop with Lockable Key
-
1
-
Control ON
-
1
-
Control OFF
-
1
-
Control ON Indication lamp (red)
-
-
1
Push Button for Bell/ Hooter
-
1
-
UB lights
1
-
-
Note :
1. Pendant hanging from crane (DSL type) with Stainless steel chain.
2. Pendant enclosure shall be with stainless steel only.
Q
UA
LIT
Y A
SS
UR
AN
CE
, IN
SP
EC
TIO
N A
ND
TE
ST
ING
PLA
N F
OR
EO
T C
RA
NE
S
QA
P -
1
Leg
en
d
1 T
hir
d P
art
y I
nsp
ect
ion
Ag
en
cy
2 V
en
do
r (C
ran
e S
up
pli
er)
Pla
ce
Da
te:
Sig
na
ture
of
Cra
ne
Ve
nd
or
wit
h D
esi
gn
ati
on
3 S
ub
Ve
nd
or
/ It
em
Su
pp
lie
r
Sl.
No
C
om
po
ne
nts
/
Op
era
tio
ns
C
ha
ract
eri
stic
to
be
ch
eck
ed
C
ate
go
ry
T
yp
e /
Me
tho
d o
f
che
ck
E
xte
nt
of
che
ck
R
ef.
Do
cum
en
t
A
cce
pta
nce
No
rm
F
orm
at
of
reco
rd
Ag
en
cy
R
em
ark
s
Performed
Witnessed
Verified
A
B
C
D
E
F
G
H
I J
K
i)
Ide
nti
fica
tio
n o
f R
aw
ma
teri
als
str
uct
ura
l
pla
tes,
fo
rge
d s
tee
l
ma
teri
al,
Allo
y s
tee
l etc
.,
All
raw
ma
teri
als
sh
all
be
off
ere
d w
ith
te
st c
ert
ific
ate
s fo
r id
en
tifi
cati
on
fo
r C
ran
e m
an
ufa
ctu
re
be
fore
sta
rt o
f fa
bri
cati
on
. St
am
pin
g s
ha
ll b
e d
on
e o
n p
late
s w
ith
he
at
nu
mb
er
& lo
t n
um
be
r
such
th
at
it is
vis
ible
aft
er
cra
ne
ass
em
bly
for
ve
rifi
cati
on
.
Co
mp
on
en
t G
r.
Stam
pin
g o
n
1
-
-
All
ma
teri
als
sh
all
be
Id
en
tifi
ed
by
Th
ird
Pa
rty A
ge
ncy
/ IS
RO
(H
OLD
) H
B
Sp
ecs
./ IS
p
art
s &
2
06
2/
IS1
57
0/
BS
Ide
nti
fica
tio
n
9
70
re
cord
1
STR
UC
TU
RA
L W
OR
KS
: B
RID
GE
GIR
DE
RS
, EN
D C
AR
RIA
GE
S, C
RA
B F
RA
ME
, DR
IVE
BA
SE
S &
PLA
TF
OR
MS
ET
C.
1.1
Ma
teri
als
- P
late
s/
rolle
d s
ect
ion
s
Ch
em
ica
l co
mp
osi
tio
n/
Ma
jor
T.C
. C
orr
ela
tio
n
On
e p
er
Ap
pro
ved
A
pp
rove
d
Ma
teri
al T
. C.
/
Sup
plie
r's
Te
st
Re
po
rt
3
-
2,
1
Re
po
rts
/ TC
re
vie
w b
y T
PIA
/ I
SR
O
Me
cha
nic
al
Pro
pe
rtie
s (w
ith
lo
t n
o.
&
he
at
dra
win
gs/
d
raw
ing
s /
Te
ch.
h
ea
t n
o.)
Sp
ecs
./ IS
20
62
Sp
ecs
./ IS
20
62
1.1
.1
Lam
ina
tio
n /
Inte
rna
l M
ajo
r U
ltra
son
ic
10
0%
A
ST
M A
-43
5
AST
M A
-43
5
Sup
plie
r IR
3
-
2,
1
For
a l
l pla
tes
of
thic
kne
ss >
20
mm
,
UT
qu
alif
ica
tio
n (
vo
lum
etr
ic t
est
) d
efe
cts
Te
stin
g
1.2
W
eld
ing
W
eld
ing
pro
ced
ure
&
We
lde
rs q
ua
lific
ati
on
. C
riti
cal
Te
st p
iece
vis
ua
l
& p
hys
ica
l te
st.
On
e f
or
ASM
E S
ec.
IX
ASM
E S
ec.
IX
WP
S/ P
QR
2
-
1
e
ach
fo
rma
t
po
siti
on
1.2
.1
a
) W
eld
ing
qu
alit
y &
Surf
ace
de
fect
s
C
riti
cal
Vis
ua
l &
D.P
.
Te
st,
MP
T
1
00
%
IS:3
65
8 &
IS
:36
58
&
Su
pp
lier’
s IR
2
-
1
V
isu
al i
nsp
ect
ion
& U
se w
eld
gau
ge
s fo
r m
ea
sure
me
nt
of
we
ld
size
Lo
ad
B
ea
rin
g
Bu
tt
AW
S D
14
.1
AW
S D
14
.1
we
lds
(bo
th t
en
sile
an
d
com
pre
ssio
n)
b
) Su
b s
urf
ace
de
fect
s
Cri
tica
l
R
ad
iog
rap
hy
1
00
%
A
SME
Se
c.V
III
A
SME
Se
c.V
III D
iv
I
Su
pp
lier’
s IR
2
-
1
R
evi
ew
of
rad
iog
rap
hy f
ilms
by I.A
.
Div
I
Q
UA
LIT
Y A
SS
UR
AN
CE
, IN
SP
EC
TIO
N A
ND
TE
ST
ING
PLA
N F
OR
EO
T C
RA
NE
S
QA
P -
2
Leg
en
d
1 T
hir
d P
art
y I
nsp
ect
ion
Ag
en
cy
2 V
en
do
r (C
ran
e S
up
pli
er)
Pla
ce
Da
te:
Sig
na
ture
of
Cra
ne
Ve
nd
or
wit
h D
esi
gn
ati
on
3 S
ub
Ve
nd
or
/ It
em
Su
pp
lie
r
S
l.
No
C
om
po
ne
nts
/
Op
era
tio
ns
C
ha
ract
eri
stic
to b
e c
he
cke
d
C
ate
go
ry
T
yp
e /
Me
tho
d o
f
che
ck
E
xte
nt
of
che
ck
R
ef.
Do
cum
en
t
Acc
ep
tan
ce
No
rm
F
orm
at
of
reco
rd
Ag
en
cy
R
em
ark
s
Performed
Witnessed
Verified
A
B
C
D
E
F
G
H
I J
K
1.2
.2
Oth
er
tha
n lo
ad
B
ea
rin
g B
utt
we
lds
&
fille
t w
eld
s
Surf
ace
de
fect
s &
Siz
e
Ma
jor
Vis
ua
l & D
PT
1
00
%
IS
:36
58
IS
:36
58
Su
pp
lier’
s IR
2
-
1
Use
we
ld g
au
ge
s fo
r
me
asu
rem
en
t o
f w
eld
siz
e
Vis
ua
l
che
ck &
DP
te
st
10
%
ran
do
m
1.2
.3
Bri
dg
e G
ird
er
& E
nd
Ca
rria
ge
insp
ect
ion
b
efo
re c
losi
ng
th
e b
ox
Vis
ua
l, &
We
ldin
g
Me
asu
rem
en
t
Ma
jor
Vis
ua
l &
Vis
ua
l C
om
po
ne
nt
Co
mp
on
en
t Su
pp
lier’
s IR
2
1
-
Use
we
ld g
au
ge
s fo
r
me
asu
rem
en
t o
f w
eld
siz
e
(HO
LD)
H
we
ldin
g q
ua
lity
10
0%
/ D
PT
- d
raw
ing
AW
S
dra
win
g/
AW
S
ran
do
m o
f D
14
.1
D1
4.1
10
%
1.2
.4
Fin
al W
eld
ing
V
isu
al I
nsp
ect
ion
M
ajo
r In
spe
ctio
n o
f 1
00
%
Sp
eci
fica
tio
n/
AW
S D
14
.1
Sup
plie
r’s
IR
2
-
1
V
isu
al f
ina
l w
eld
ing
insp
ect
ion
by
TP
IA
Insp
ect
ion
W
eld
ing
qu
alit
y
AW
S D
14
.1
1.2
.5
Fin
al I
nsp
ect
ion
of
fab
rica
ted
co
mp
on
en
ts
Gir
de
rs,
En
d c
arr
iag
es,
Tro
lley,
LT
dri
ve f
ram
e,
etc
..,
Dim
en
sio
na
l , C
am
be
r ,
stra
igh
tne
ss, le
vel,
Pa
ralle
lism
, ve
rtic
alit
y,
etc
.,
Ma
jor
Me
asu
rem
en
t 1
00
%
Te
ch.
Te
ch.
Sup
plie
r’s
IR
2
-
1
Me
asu
red
Dim
en
sio
ns
sha
ll b
e
ma
rke
d o
n c
om
po
nen
t d
raw
ing
.
Re
vie
w o
f re
po
rts
at
ne
xt s
tag
e b
y
TP
IA. (
HO
LD)
tole
ran
ces
as
Sp
eci
fica
tio
n/
Sp
eci
fica
tio
n/
pe
r C
om
po
ne
nt
Co
mp
on
en
t
spe
cifi
cati
on
s d
raw
ing
/IS
dra
win
g/I
S 8
07
8
07
2.0
R
OP
E D
RU
M F
ab
rica
ted
M
ate
ria
l co
mp
osi
tio
n/
Ma
jor
T.C
. Co
rre
lati
on
O
ne
pe
r Sp
ec/
dra
win
g/
Spe
c/d
raw
ing
/ M
ate
ria
l T. C
. /
Sup
plie
r’s
Te
st
Re
po
rt
3
-
2, 1
R
ep
ort
s /
TC /
pre
ssu
re t
est
rep
ort
s re
vie
w b
y T
PIA
M
ech
an
ica
l P
rop
ert
ies
he
at
AST
SM
A1
06
/ A
STSM
A1
06
/
UT
S, Y
S, %
elo
ng
ati
on
IS 2
06
2
IS 2
06
2
2.1
R
OP
E D
RU
M j
oin
t
We
ldin
g
We
ldin
g J
oin
t q
ua
lity &
We
ldm
en
t d
efe
cts
Cri
tica
l V
isu
al/
DP
1
00
%
Co
mp
on
en
t A
SME
Se
c.V
III
Sup
plie
r’s
IR
3/2
2
1
M
ea
sure
d D
ime
nsi
on
s sh
all b
e
mark
ed
on
co
mp
on
en
t d
raw
ing
. T
est
/RT
/ U
T
dra
win
g
Div
I
Stre
ss r
elie
vin
g
Ma
jor
Ve
rifi
cati
on
1
00
%
Mfg
’s s
td.
Stre
ss r
elie
vin
g
Sup
plie
r’s
IR
3/2
2
1
ch
art
Q
UA
LIT
Y A
SS
UR
AN
CE
, IN
SP
EC
TIO
N A
ND
TE
ST
ING
PLA
N F
OR
EO
T C
RA
NE
S
QA
P-3
Le
ge
nd
1 T
hir
d P
art
y I
nsp
ect
ion
Ag
en
cy
2 V
en
do
r (C
ran
e S
up
pli
er)
Pla
ce
Da
te:
Sig
na
ture
of
Cra
ne
Ve
nd
or
wit
h D
esi
gn
ati
on
3 S
ub
Ve
nd
or
/ It
em
Su
pp
lie
r
S
l.
No
C
om
po
ne
nts
/
Op
era
tio
ns
C
ha
ract
eri
stic
to b
e c
he
cke
d
C
ate
go
ry
T
yp
e /
Me
tho
d o
f
che
ck
E
xte
nt
of
che
ck
R
ef.
Do
cum
en
t
Acc
ep
tan
ce
No
rm
F
orm
at
of
reco
rd
Ag
en
cy
R
em
ark
s
Performed
Witnessed
Verified
A
B
C
D
E
F
G
H
I J
K
3.0
G
ea
r b
ox
Ho
usi
ng
s
Fab
rica
ted
Ma
teri
al
com
po
siti
on
/
Me
cha
nic
al
Pro
pe
rtie
s
UT
S, Y
S, %
elo
ng
ati
on
Ma
jor
T.C
. Co
rre
lati
on
O
ne
pe
r
he
at
Spe
c/d
raw
ing
/
IS 2
06
2
Spe
c/d
raw
ing
/
IS 2
06
2
Ma
teri
al T
. C.
3,2
-
2, 1
Re
po
rts
/ TC
to
be
revi
ew
by T
PIA
3.1
St
ress
re
lievin
g
Ma
jor
Ve
rifi
cati
on
1
00
%
Mfg
's s
td.
Stre
ss r
elie
vin
g
cha
rt
Sup
plie
r's
IR
2
-
1
SR
ch
art
will
be
re
vie
we
d b
y T
PIA
.
3.2
Su
rfa
ce d
efe
cts
&
dim
en
sio
na
l ch
eck
Ma
jor
Vis
ua
l/D
P T
est
/
Me
asu
rem
en
t D
PT
10
%
ran
do
m &
10
0%
visu
al
IS:3
65
8/
Co
mp
on
en
t
dra
win
g
IS:3
65
8/A
WS
D1
4.1
Su
pp
lier'
s IR
2
-
1
Me
asu
red
Dim
en
sio
ns
sha
ll b
e m
ark
ed
on
co
mp
on
en
t d
raw
ing
4.0
a
) P
latf
orm
b)
LT F
ram
e
c) H
an
d R
ails
d)
che
qu
ere
d P
late
s
Dim
en
sio
na
l
Co
nfo
rmit
y/
Vis
ua
l ch
eck
ing
/
Mfr
’s T
C
Min
or
Me
asu
rem
en
t 1
00
%
Cri
tica
l
dim
en
sio
n
s /
oth
ers
at
ran
do
m
Co
mp
on
en
t
dra
win
g/
Mfr
’s
TC
/ In
du
stri
al
sta
nd
ard
s
Co
mp
on
en
t
dra
win
g/
Mfr
’s
TC
/ In
du
stri
al
sta
nd
ard
s
Sup
plie
r's
IR
2
-
1
M
ea
sure
d d
ime
nsi
on
s sh
all
be
ma
rke
d o
n d
raw
ing
s.
5
ME
CH
AN
ICA
L C
OM
PO
NE
NT
S –
GE
AR
BO
XE
S
5.1
H
ois
t, C
T &
LT
Inp
ut
sha
fts,
Ge
ars
, P
inio
ns,
keys
, sp
ace
rs (
for
all
ge
arb
oxe
s)
Ma
teri
al
com
po
siti
on
/
Me
cha
nic
al
pro
pert
ies
Ha
rdn
ess
va
lue
/
UT
/
MP
T/
DP
T o
f m
ate
ria
ls
Ma
jor
Co
rre
lati
on
w
ith
Mfr
’s T
C
10
0%
Sp
eci
fica
tio
n
IS:1
57
0 /
BS
97
0
/ IS
:20
48
Co
mp
on
en
t
dra
win
g/
IS2
04
8
Spe
cifi
cati
on
/
IS:1
57
0 /
BS
97
0
Mfr
's T
C/
Sup
plie
r's
IR
2
-
1
1)
1
00
% U
T v
olu
me
tric
te
st f
or
wro
ug
ht
or
forg
ed
ma
teri
als
as
pe
r A
ST
ME
11
4 a
nd
A3
88
.
2)
1
00
% D
PT
or
MP
T s
ha
ll b
e
pe
rfo
rme
d a
s p
er
AS
TM
A 2
75
,
E7
09
5.1
.1
Ma
chin
ed
co
mp
on
en
ts
for
Ge
ar
bo
xes
like
inp
ut
sha
fts,
ge
ars
, p
inio
ns,
keys
, sp
ace
rs e
tc.,
Dim
en
sio
na
l co
nfo
rmit
y
Ha
rdn
ess
o
f g
ea
r te
eth
/
Be
ari
ng
s/
Oil
sea
ls/
keys
an
d k
ey w
ays.
Ma
jor
Me
asu
rem
en
t/
Vis
ua
l
exa
min
ati
on
fo
r
fin
ish
ing
10
0%
C
om
po
ne
nt
dra
win
g/
IS4
46
0/
AG
MA
/DIN
IS:2
04
8
Co
mp
on
en
t
dra
win
g/
IS4
46
0/
AG
MA
/DIN
/ H
ea
t
tre
atm
en
t ch
art
Sup
plie
r's
IR
2
-
1
Ke
y
wa
ys
sha
ll
be
in
spe
cte
d
by
TP
IA
be
fore
a
sse
mb
ly
of
ge
arb
oxe
s.
Me
asu
red
Dim
en
sio
ns
shall
be
mark
ed
on
co
mp
on
en
t d
raw
ing
s.
Q
UA
LIT
Y A
SS
UR
AN
CE
, IN
SP
EC
TIO
N A
ND
TE
ST
ING
PLA
N F
OR
EO
T C
RA
NE
S
QA
P -
05
S
l.
No
C
om
po
ne
nts
/
Op
era
tio
ns
C
ha
ract
eri
stic
to b
e c
he
cke
d
C
ate
go
ry
T
yp
e /
Me
tho
d o
f
che
ck
E
xte
nt
of
che
ck
R
ef.
Do
cum
en
t
Acc
ep
tan
ce
No
rm
F
orm
at
of
reco
rd
Ag
en
cy
R
em
ark
s
Performed
Witnessed
Verified
A
B
C
D
E
F
G
H
I J
K
5.1
.2
Ge
ar
bo
x
Ass
em
bly
D
ime
nsi
on
al
Ma
jor
Me
asu
rem
en
t/
10
0%
G
ea
rbo
x G
A
Ge
arb
ox
GA
Su
pp
lier'
s IR
3
, 2
-
1
Me
asu
red
Dim
en
sio
ns
sha
ll b
e m
ark
ed
a
llow
ed
dim
en
sio
na
l va
ria
tio
ns.
(HO
LD)
H
con
form
ity/
Insp
ect
ion
V
isu
al c
he
ck o
f d
raw
ing
D
raw
ing
.
o
f m
ach
ine
d
surf
ace
s
like
ge
arb
ox
base
,
be
ari
ng
mo
un
ts e
tc.,
.
Inte
rna
l p
ain
tin
g
5.1
.3
Ge
ar
bo
x a
sse
mb
ly
test
ing
(N
o lo
ad
ru
n t
est
for
min
imu
m o
f 4
ho
urs
)
Co
nta
ct r
ati
o o
f
surf
ace
s/ B
ack
lash
/
No
ise
leve
l &
Be
ari
ng
tem
pe
ratu
re/
Bre
ath
er/
Oil
leve
l ga
ug
e
Ma
jor
Me
asu
rem
en
t &
1
00
%
Ge
arb
ox
GA
G
ea
rbo
x G
A
Sup
plie
r's
IR
3
,2
1
-
No
Lo
ad
Te
st s
ha
ll b
e w
itn
ess
ed
by T
PIA
.
No
ise
le
ve
l o
f g
ea
rbo
xes
sha
ll b
e
≤
75
dB
A.
Te
mp
era
ture
ri
se
sha
ll b
e a
s p
er
ge
arb
ox
man
ufa
ctu
rer
sta
nd
ard
.
no
loa
d r
un
nin
g
dra
win
g /
d
raw
ing
/ IS
44
60
/
IS
44
60
/ A
GM
A
Sp
eci
fica
tio
n /
/
Sp
eci
fica
tio
n
No
ise
leve
l of
ge
ar
bo
x ≤
75
dB
A
5.2
M
EC
HA
NIC
AL
CO
MP
ON
EN
TS
– L
T A
ND
CT
DR
IVE
S
HA
FT
S
5.2
.1
Ma
teri
als
of
LT &
CT
Sha
fts,
an
d K
eyw
ays
&
Ke
ys
Ma
teri
al
com
po
siti
on
/ M
ajo
r C
orr
ela
tio
n
wit
h
10
0%
A
pp
rove
d
Ap
pro
ved
M
fr's
TC
/ T
est
rep
ort
s/
Sup
plie
r's
IR
3
, 2
-
1
10
0%
UT
of
wro
ug
ht
an
d f
org
ed
ma
teri
als
as
pe
r A
ST
M
10
0%
DP
T o
r M
PT
Me
cha
nic
al p
rop
ert
ies
Mfr
’s T
C (
if
no
t d
raw
ing
/ IS
20
48
/ d
raw
ing
/ IS
20
48
Ha
rdn
ess
of
ma
teri
al
/ te
st m
ate
ria
ls)
Sp
eci
fica
tio
n
Sp
eci
fica
tio
n/
UT
/ D
PT
IS:1
57
0/B
S97
0/
IS:1
57
0 /
BS
97
0
5.2
.2
Ma
chin
ing
of
LT &
CT
Sha
fts,
an
d K
eyw
ays
&
Ke
ys
( D
ime
nsi
on
al
me
asu
rem
en
t)
Stra
igh
tne
ss &
M
ajo
r D
ime
nsi
on
al
10
0%
A
pp
rove
d
Ap
pro
ved
Su
pp
lier'
s IR
2
-
1
Ke
ys &
ke
yw
ays
sha
ll b
e i
nsp
ect
ed
by
TP
IA b
efo
re a
sse
mb
ly.
Dim
en
sio
na
l co
nfo
rmit
y M
ea
sure
me
nt/
d
raw
ing
/ d
raw
ing
/ IS
20
48
Ch
eck
s &
Insp
ect
ion
of
Vis
ua
l Sp
eci
fica
tio
n
Sp
eci
fica
tio
n/
Ke
y w
ays.
e
xam
ina
tio
n
IS:1
57
0 /
IS
:15
70
/ B
S 9
70
BS
97
0/I
S20
48
/I
S 2
04
8
5.3
C
OU
PLI
NG
S
Co
up
ling
s S
ize
/
Ma
teri
al c
om
po
siti
on
/
Me
cha
nic
al
pro
pe
rtie
s /
Ha
rdn
ess
va
lue
/ U
T /
DP
T
Ma
jor
Co
rre
lati
on
wit
h
10
0%
A
pp
rove
d
Ap
pro
ved
M
fr's
TC
/
3,
2
-
1
Ke
ys &
ke
ywa
ys
sha
ll b
e in
spe
cte
d b
y
TP
IA b
efo
re a
sse
mb
ly.
UT
of
wro
ug
ht
an
d f
org
ed
ma
teri
als
as
pe
r A
STM
a)
Ma
teri
als
M
fr’s
TC
d
raw
ing
/ d
raw
ing
/ IS
20
48
Su
pp
lier'
s IR
b
) To
rqu
e c
ap
aci
ty
Sp
eci
fica
tio
n
Sp
eci
fica
tio
n/
c)
Ke
y w
ay
s
IS:1
57
0 /
BS
97
0
IS:1
57
0 /
BS
97
0
o
n G
ea
rbo
x G
A d
raw
ing
s w
ith
Le
ge
nd
1 T
hir
d P
art
y I
nsp
ect
ion
Ag
en
cy
2 V
en
do
r (C
ran
e S
up
pli
er)
Pla
ce
Da
te:
Sig
na
ture
of
Cra
ne
Ve
nd
or
wit
h D
esi
gn
ati
on
3 S
ub
Ve
nd
or
/ It
em
Su
pp
lie
r
Q
UA
LIT
Y A
SS
UR
AN
CE
, IN
SP
EC
TIO
N A
ND
TE
ST
ING
PLA
N F
OR
EO
T C
RA
NE
S
QA
P -
05
Leg
en
d
1 T
hir
d P
art
y I
nsp
ect
ion
Ag
en
cy
2 V
en
do
r (C
ran
e S
up
pli
er)
Pla
ce
Da
te:
Sig
na
ture
of
Cra
ne
Ve
nd
or
wit
h D
esi
gn
ati
on
3 S
ub
Ve
nd
or
/ It
em
Su
pp
lie
r
S
l.
No
C
om
po
ne
nts
/
Op
era
tio
ns
C
ha
ract
eri
stic
to b
e c
he
cke
d
C
ate
go
ry
T
yp
e /
Me
tho
d o
f
che
ck
E
xte
nt
of
che
ck
R
ef.
Do
cum
en
t
Acc
ep
tan
ce
No
rm
F
orm
at
of
reco
rd
Ag
en
cy
R
em
ark
s
Performed
Witnessed
Verified
A
B
C
D
E
F
G
H
I J
K
5.4
P
lum
me
r b
lock
s &
b
ase
s P
B &
be
ari
ng
siz
es/
Ma
teri
al c
om
po
siti
on
/
Me
cha
nic
al
pro
pe
rtie
s
dim
en
sio
na
l
insp
ect
ion
Ma
jor
Co
rre
lati
on
wit
h
10
0%
A
pp
rove
d
Ap
pro
ved
M
fr's
TC
/
2
-
1
Re
vie
w o
f T
est
ce
rtif
ica
tes
by T
PIA
an
d
issu
e C
om
plia
nce
ce
rtif
ica
te.
Me
asu
red
Dim
en
sio
ns
sha
ll b
e m
ark
ed
on
Co
mp
on
en
t d
raw
ing
s w
ith
allo
we
d
dim
en
sio
na
l va
ria
tio
ns.
Mfr
’s T
C
dra
win
g/
dra
win
g/
Su
pp
lier'
s IR
Sp
eci
fica
tio
n
Sp
eci
fica
tio
n/
5.5
LT
&
CT
W
he
els
5.5
.1
a)
Ma
teri
al F
org
ed
ste
el
C5
5M
n7
5
Ma
teri
al
com
po
siti
on
/ M
ajo
r C
orr
ela
tio
n w
ith
1
00
%
Ap
pro
ved
A
pp
rove
d
Mfr
's T
C/
Te
st
rep
ort
s/
Sup
plie
r's
IR
3
, 2
-
1
Re
vie
w o
f T
est
ce
rtif
ica
tes
by T
PIA
an
d
issu
e C
om
plia
nce
ce
rtif
ica
te.
Me
cha
nic
al p
rop
ert
ies
Mfr
’s T
C
dra
win
g /
Te
ch.
dra
win
g /
Te
ch.
Ha
rdn
ess
of
ma
teri
al /
Sp
eci
fica
tio
n
IS:1
57
0/B
S97
0
Sp
eci
fica
tio
n
IS:1
57
0/B
S97
0
UT
of
forg
ed
bla
nks
M
ajo
r U
T c
he
ckin
g
10
0%
A
STM
A-3
88
A
SM A
-38
8
Mfr
's T
C
3
, 2
-
1
R
evi
ew
of
Te
st c
ert
ific
ate
s b
y T
PIA
an
d
issu
e C
om
plia
nce
ce
rtif
ica
te.
Su
pp
lier'
s IR
5.5
.2
b)
Wh
ee
ls a
fte
r
mach
inin
g w
ith
Ke
ys
&
key w
ays
Dim
en
sio
na
l Co
nfo
rmit
y
Ma
jor
Me
asu
rem
en
t 1
00
%
Ap
pro
ved
A
pp
rove
d
Sup
plie
r's
IR
2
-
1
Me
asu
red
Dim
en
sio
ns
sha
ll b
e m
ark
ed
on
ea
ch C
om
po
ne
nt
dra
win
gs
wit
h
allo
we
d d
ime
nsi
on
al v
ari
ati
on
s.
for
Bo
re,
wh
ee
l tre
ad
, C
om
po
ne
nt
Co
mp
on
en
t
tap
er
of
fla
ng
e /
Ha
rdn
ess
/de
pth
dra
win
g
dra
win
g
5.6
W
HE
EL
AX
LES
wit
h k
ey
wa
ys
& k
ey
s
Ma
teri
al
co
mp
osi
tio
n/
Ma
jor
Co
rre
lati
on
wit
h
10
0%
A
pp
rove
d
Ap
pro
ved
M
fr's
TC
/ T
est
rep
ort
s/
Sup
plie
r's
IR
3,2
-
1
Me
asu
red
Dim
en
sio
ns
sha
ll b
e m
ark
ed
on
ea
ch C
om
po
ne
nt
dra
win
gs
wit
h
allo
we
d d
ime
nsi
on
al v
ari
ati
on
s.
Me
cha
nic
al
pro
pe
rtie
s M
fr’s
TC
/
dra
win
g /
Te
ch.
dra
win
g /
Te
ch.
Dim
en
sio
na
l in
spe
ctio
n
Me
asu
rem
en
t Sp
eci
fica
tio
n
Sp
eci
fica
tio
n
UT
& D
PT
/M
PT
IS:1
57
0/B
S97
0
IS:1
57
0/B
S97
0
5.7
P
ulle
ys
wit
h R
oll
er
Be
ari
ng
s
5.7
.1
a)
Ma
teri
al (
Fo
rge
d S
tee
l )
Ma
teri
al
com
po
siti
on
/ M
ajo
r C
orr
ela
tio
n w
ith
1
00
%
Ap
pro
ved
A
pp
rove
d
Mfr
's T
C/
Te
st
rep
ort
s/
Sup
plie
r's
IR
3
, 2
-
1
Re
vie
w o
f T
est
ce
rtif
ica
tes
by T
PIA
an
d
issu
e C
om
plia
nce
ce
rtif
ica
te.
Me
cha
nic
al p
rop
ert
ies
Mfr
’s T
C
dra
win
g /
Te
ch.
dra
win
g /
Te
ch.
Ha
rdn
ess
of
ma
teri
al
/ U
T &
DP
T /
MP
T
Sp
eci
fica
tio
n
IS:1
57
0/B
S97
0
Sp
eci
fica
tio
n
IS:1
57
0/B
S97
0
Q
UA
LIT
Y A
SS
UR
AN
CE
, IN
SP
EC
TIO
N A
ND
TE
ST
ING
PLA
N F
OR
EO
T C
RA
NE
S
Leg
en
d
1 T
hir
d P
art
y I
nsp
ect
ion
Ag
en
cy
2 V
en
do
r (C
ran
e S
up
pli
er)
3 S
ub
Ve
nd
or
/ It
em
Su
pp
lie
r
Sig
na
ture
of
Cra
ne
Ve
nd
or
wit
h D
esi
gn
ati
on
Pla
ce
Da
te:
S
l.
No
C
om
po
ne
nts
/
Op
era
tio
ns
C
ha
ract
eri
stic
to b
e c
he
cke
d
C
ate
go
ry
T
yp
e /
Me
tho
d o
f
che
ck
E
xte
nt
of
che
ck
R
ef.
Do
cum
en
t
Acc
ep
tan
ce
No
rm
F
orm
at
of
reco
rd
Ag
en
cy
R
em
ark
s
Performed
Witnessed
Verified
A
B
C
D
E
F
G
H
I J
K
5.7
.2
b)
Vis
ua
l In
spe
ctio
n
c) D
ime
nsi
on
al I
nsp
ect
ion
O
vera
ll vi
sua
l in
spe
ctio
n
/ A
ll d
ime
nsi
on
s a
s p
er
dra
win
g li
ke
bo
re,
wid
th, g
roo
ve,
etc
.,/h
ard
ne
ss o
f
Ma
jor
Me
asu
rem
en
t 1
00
%
Co
mp
on
en
t C
om
po
ne
nt
Mfr
's T
C
3
-
1
,2
Me
asu
red
Dim
en
sio
ns
sha
ll b
e m
ark
ed
on
ea
ch C
om
po
ne
nt
dra
win
gs
wit
h
allo
we
d d
ime
nsi
on
al v
ari
ati
on
s.
wit
h v
ern
ier
/ d
raw
ing
/
dra
win
g /
Mic
rom
ete
r Sp
eci
fica
tio
n
Sp
eci
fica
tio
n
No
ise
leve
l of
ge
ar
bo
x <
80
db
5.8
S
na
tch
blo
ck C
ross
h
ea
d
Ma
teri
al
co
mp
osi
tio
n/
Ma
jor
Co
rre
lati
on
wit
h
10
0%
A
pp
rove
d
Ap
pro
ved
M
fr's
TC
/ T
est
rep
ort
s/
Sup
plie
r's
IR
UT
re
po
rts
3,2
-
1
Me
asu
red
Dim
en
sio
ns
sha
ll b
e m
ark
ed
on
ea
ch C
om
po
ne
nt
dra
win
gs
wit
h
allo
we
d d
ime
nsi
on
al v
ari
ati
on
s.
Me
cha
nic
al
pro
pe
rtie
s M
fr’s
TC
/
dra
win
g /
Te
ch.
dra
win
g /
Te
ch.
Dim
en
sio
na
l M
ea
sure
me
nt
Sp
eci
fica
tio
n
Sp
eci
fica
tio
n
insp
ect
ion
/ 1
00
% U
T &
M
PT
IS:1
57
0/B
S97
0
IS:1
57
0/B
S97
0
AS
TM
5.9
S
na
tch
blo
ck a
sse
mb
ly
Dim
en
sio
na
l Co
nfo
rmit
y M
ajo
r M
ea
sure
me
nt
10
0%
A
pp
rove
d
Ass
em
bly
Su
pp
lier'
s IR
2
-
1
R
evi
ew
of
rep
ort
s b
y T
PIA
B
ill o
f m
ate
ria
ls
Ass
em
bly
dw
g .
Dra
win
g
5
.10
Ho
ok
Ma
teri
al c
om
po
siti
on
/ M
ajo
r C
orr
ela
tio
n
10
0%
C
om
po
ne
nt
Co
mp
on
en
t M
fr's
TC
3
-
2
, 1
Pro
of
loa
d t
est
fro
m G
ovt.
ap
pro
ved
test
ho
use
as
pe
r sp
eci
fica
tio
ns.
M
ech
an
ica
l p
rop
ert
ies/
w
ith
TC
. d
raw
ing
/ IS
18
75
d
raw
ing
/IS
18
75
a
nd
10
0%
UT
& D
PT
/
MP
T
Pro
of
Loa
d T
est
M
ajo
r T
est
ing
1
00
%
IS3
81
5
IS3
81
5
Mfr
's T
C
3
-
2, 1
Stre
ss r
elie
vin
g
Ma
jor
Ve
rifi
cati
on
1
00
%
Co
mp
on
en
t C
om
po
ne
nt
Ve
nd
or
TC
3
-
2
,1
d
raw
ing
/ IS
38
15
d
raw
ing
/IS
38
15
5.1
1
Bra
ke
Dru
ms
wit
h k
ey
an
d K
ey
wa
ys
Ma
teri
al c
om
po
siti
on
/ M
ajo
r C
orr
ela
tio
n w
ith
1
00
%
Ap
pro
ved
co
mp
. A
pp
rove
d c
om
p.
Mfr
's T
C/
Te
st
rep
ort
s/
Sup
plie
r's
IR
3
,2
-
1
Me
asu
red
Dim
en
sio
ns
sha
ll b
e m
ark
ed
on
ea
ch C
om
po
ne
nt
dra
win
gs
wit
h
allo
we
d d
ime
nsi
on
al v
ari
ati
on
s.
Me
cha
nic
al
pro
pe
rtie
s M
fr’s
TC
/
dra
win
g /
Te
ch.
Spe
cifi
cati
on
IS:1
57
0/I
S10
30
dra
win
g /
Te
ch.
Spe
cifi
cati
on
IS:1
57
0/I
S10
30
5.1
2
Dim
en
sio
ns/
sta
tic
an
d
Dyn
am
ic b
ala
nci
ng
/ K
ey
wa
y a
nd
ke
y in
spe
ctio
n.
Ma
jor
Ba
lan
cin
g te
st/
10
0%
C
om
po
ne
nt
Co
mp
on
en
t M
fr's
TC
3,2
-
1
1. D
ynam
ic b
ala
nce
re
po
rt s
ha
ll b
e
revi
ew
ed
by T
PIA
.
2. M
ea
sure
d D
ime
nsi
on
s sh
all
be
ma
rke
d o
n e
ach
Co
mp
on
en
t d
raw
ing
s
wit
h a
llow
ed
dim
en
sio
na
l va
ria
tio
ns.
Me
asu
rem
en
t d
raw
ing
/
dra
win
g /
wit
h
ve
rnie
r /
m
icro
me
ter
Sp
eci
fica
tio
n
Sp
eci
fica
tio
n
QA
P -
06
Q
UA
LIT
Y A
SS
UR
AN
CE
, IN
SP
EC
TIO
N A
ND
TE
ST
ING
PLA
N F
OR
EO
T C
RA
NE
S
Leg
en
d
1 T
hir
d P
art
y I
nsp
ect
ion
Ag
en
cy
2 V
en
do
r (C
ran
e S
up
pli
er)
3 S
ub
Ve
nd
or
/ It
em
Su
pp
lie
r
Sig
na
ture
of
Cra
ne
Ve
nd
or
wit
h D
esi
gn
ati
on
Pla
ce
Da
te:
S
l.
No
C
om
po
ne
nts
/
Op
era
tio
ns
C
ha
ract
eri
stic
to b
e c
he
cke
d
C
ate
go
ry
T
yp
e /
Me
tho
d o
f
che
ck
E
xte
nt
of
che
ck
R
ef.
Do
cum
en
t
Acc
ep
tan
ce
No
rm
F
orm
at
of
reco
rd
Ag
en
cy
R
em
ark
s
Performed
Witnessed
Verified
A
B
C
D
E
F
G
H
I J
K
6
BO
UG
HT
-OU
T &
Oth
er
ite
ms
6.1
Wir
e R
op
e
Dim
en
sio
na
l,
Ge
nu
ine
M
ajo
r M
fr's
TC
/
10
0%
C
om
po
ne
nt
Co
mp
on
en
t M
fr's
TC
3
,2
1
-
Re
vie
w o
f M
fr's
TC
by T
PIA
.
Vis
ua
l exa
min
ati
on
of
wir
e r
op
e f
or
an
y
de
fect
s b
y 2
& 1
.
of
ma
ke,
Lay,
co
re a
nd
m
ea
sure
me
nt
dra
win
g/
BO
M/
dra
win
g /
BO
M /
sta
nd
s, T
en
sile
gra
de
IS 2
26
6
IS 2
26
6
Bre
aki
ng
Lo
ad
te
st
Ma
jor
Mfr
's T
C
10
0%
IS
22
66
IS
22
66
M
fr's
TC
3
-
1
6.2
B
ea
rin
gs
Be
ari
ng
No
./ G
en
uin
e
ma
ke c
on
form
ity
Ma
jor
Mfr
's T
C/
10
0%
A
pp
rove
d m
ake
SK
F/FA
G/T
IMK
EN
M
fg T
C/
2
1
-
In
voic
e
an
d t
ype
Su
pp
lier
IR
6.3
M
ach
ine
d F
it B
olt
s &
N
uts
Ma
teri
al c
om
po
siti
on
/ M
ajo
r C
orr
ela
tio
n w
ith
1
00
%
Ap
pro
ved
co
mp
. A
pp
rove
d c
om
p.
Mfr
's T
C/
Te
st
rep
ort
s/
Sup
plie
r's
IR
3
,2
-
1
Me
asu
red
Dim
en
sio
ns
sha
ll b
e m
ark
ed
on
ea
ch C
om
po
ne
nt
dra
win
gs
wit
h
allo
we
d d
ime
nsi
on
al v
ari
ati
on
s.
Me
cha
nic
al
pro
pe
rtie
s /
Mfr
’s T
C /
d
raw
ing
/ T
ech
. d
raw
ing
/ T
ech
. M
ea
sure
dim
en
sio
ns
Me
asu
rem
en
t Sp
eci
fica
tio
n /
IS
Sp
eci
fica
tio
n
IS:1
57
0/I
S3
64
0
6.4
FA
ST
EN
ER
S (
Bo
lts,
nu
ts,
wa
she
rs, l
ock
nu
ts)
Typ
e /
Ge
nu
ine
ma
ke
con
form
ity /
me
asu
rem
en
t
Ma
jor
Mfr
's T
C/
10
0%
A
pp
rove
d m
ake
T
VS/
UN
BR
AK
O
Mfg
TC
/
2
-
1
Co
nso
lid
ate
d lis
t o
f si
ze f
ast
en
ers
wit
h (
stre
ng
th c
lass
an
d m
ake
sh
all
be
su
bm
itte
d)
Invo
ice
a
nd
typ
e
Su
pp
lier
IR
7
ELEC
TR
ICA
L E
QU
IPM
ENT
7.1
E
lect
rica
l Co
ntr
ol
Dim
en
sio
na
l, V
isu
al
Ma
jor
Ele
ctri
cal t
est
1
00
%
Ele
ctri
cal C
ircu
it
Ap
pro
ved
Su
pp
lier'
s IR
3
1
Re
vie
w o
f te
st c
ert
ific
ate
s o
f a
ll b
ou
gh
t
ou
t it
em
s b
y IA
P
an
els
( V
VV
F d
riv
e
Se
qu
en
ce /
Fu
nct
ion
al
dia
gra
m/
dra
win
g/
pa
ne
ls)
an
d h
igh
vo
ltag
e T
est
A
pp
rove
d
Sp
eci
fica
tio
n.
dra
win
g/
Sp
eci
fica
tio
ns
7.2
M
oto
r V
isu
al/
Nam
e P
late
M
ajo
r N
am
e P
late
1
00
%
IS 3
25
/ Sp
ec
IS 3
25
/sp
ec
Mfr
's T
C
2
-
1
7.2
.1
Ro
uti
ne
/ N
o lo
ad
te
st
Ma
jor
Ele
c. t
est
1
00
%
IS 3
25
IS
32
5
Mfr
's T
C
3
-
2, 1
R
evi
ew
of
TC
& F
lam
ep
roo
f ce
rtif
ica
tes
by
TP
IA
7.2
.2
Flam
ep
roo
f te
st c
ert
. M
ajo
r G
ap
me
asu
re
10
0%
IS
21
48
/ C
MR
I IS
21
48
/ C
MR
I T
ype
te
st c
ert
.
3
-
2
,1
Q
UA
LIT
Y A
SS
UR
AN
CE
, IN
SP
EC
TIO
N A
ND
TE
ST
ING
PLA
N F
OR
EO
T C
RA
NE
S
Leg
en
d
1 T
hir
d P
art
y I
nsp
ect
ion
Ag
en
cy
2 V
en
do
r (C
ran
e S
up
pli
er)
3 S
ub
Ve
nd
or
/ It
em
Su
pp
lie
r
Sig
na
ture
of
Cra
ne
Ve
nd
or
wit
h D
esi
gn
ati
on
Pla
ce
Da
te:
QA
P -
07
Q
UA
LIT
Y A
SS
UR
AN
CE
, IN
SP
EC
TIO
N A
ND
TE
ST
ING
PLA
N F
OR
EO
T C
RA
NE
S
Leg
en
d
1 T
hir
d P
art
y I
nsp
ect
ion
Ag
en
cy
2 V
en
do
r (C
ran
e S
up
pli
er)
Pla
ce
Da
te:
Sig
na
ture
of
Cra
ne
Ve
nd
or
wit
h D
esi
gn
ati
on
3 S
ub
Ve
nd
or
/ It
em
Su
pp
lie
r
S
l.
No
C
om
po
ne
nts
/
Op
era
tio
ns
C
ha
ract
eri
stic
to b
e c
he
cke
d
C
ate
go
ry
T
yp
e /
Me
tho
d o
f
che
ck
E
xte
nt
of
che
ck
R
ef.
Do
cum
en
t
Acc
ep
tan
ce
No
rm
F
orm
at
of
reco
rd
Ag
en
cy
R
em
ark
s
Performed
Witnessed
Verified
A
B
C
D
E
F
G
H
I J
K
7.3
B
rake
s a
nd
Th
rust
ers
,
Bra
ke C
oil
Vis
ua
l/ N
am
e p
late
/
Ma
ke T
orq
ue
& T
hru
st /
Ma
teri
al T
C v
eri
fy /
Te
st
cert
ific
ate
/ E
x p
roo
f
cert
ific
ate
Acc
ess
ibili
ty o
f p
art
s.
Ma
jor
Nam
e p
late
de
tails
, m
ake
Ve
rifi
cati
on
of
TC
,
Ve
rifi
cati
on
of
Ex-
pro
of
TC
10
0%
A
pp
rove
d
Dra
win
g/
Ma
ke/
BO
M/S
pe
c
Ap
pro
ved
Dra
win
g/
Ma
ke/
BO
M/S
pe
c/
AT
EX
- P
TB
/
IS2
14
8 -
CM
RI
Mfr
's T
C/
Typ
e
test
ce
rt f
or
Flam
ep
roo
f /
Sup
plie
r IR
3
-
1
Re
vie
w o
f T
C &
Ex-
pro
of
cert
ific
ate
s
by
TP
IA
7.4
R
esi
sta
nce
bo
x M
eg
ge
r te
st,
Re
sist
an
ce
valu
e
Ma
jor
Ele
ctri
cal
test
1
00
%
BO
M/
dra
win
g
/ Sp
eci
fica
tio
ns.
BO
M/
dra
win
g /
Spe
cifi
cati
on
s.
Mfr
's T
C
3
-
1
R
evi
ew
by T
PIA
.
7.5
M
ast
er
con
tro
ller
/ Li
mit
sw
itch
es
/ Sw
itch
G
ea
r
Seq
ue
nce
, N
um
be
r
of
cam
s, Id
le
op
era
tio
na
l te
st
Ma
jor
Vis
ua
l 1
00
%
BO
M/
dra
win
g /
Spe
cifi
cati
on
s.
BO
M/
dra
win
g /
Spe
cifi
cati
on
s.
Mfr
's T
C
3
-
1
Re
vie
w o
f T
C b
y I.
A.
7.6
C
ab
les
Ro
uti
ne
te
st
Ma
jor
Te
st
On
e p
er
BO
M/s
pe
c.
BO
M/s
pe
c.
Mfr
's T
C
3
-
1
Re
vie
w o
f T
C b
y I.
A.
8 H
A
SSEM
BLY
OF
CR
AN
E
(Be
fore
ass
em
bly
of
EO
T c
ran
e a
ll p
art
s sh
all
be
insp
ect
ed
by
TP
IA/P
urc
has
er.
Su
pp
lier
shal
l in
form
re
ad
ine
ss o
f a
ll p
art
s)
(HO
LD)
8.1
B
rid
ge
Gir
de
r &
En
d c
arr
iag
e
ass
em
bly
.
Ove
rall
Dim
en
sio
n s
Stru
ctu
ral A
lign
me
nt
&
LT W
he
el a
lign
me
nt.
Spa
n m
easu
rem
en
t
Dia
go
na
l Ch
eck
s
Ma
jor
Me
asu
rem
en
t/
visu
al
insp
ect
ion
10
0%
A
pp
rove
d
Ge
ne
ral
Arr
an
gem
en
t
dra
win
g /
Spe
cifi
cati
on
s
Ap
pro
ved
Ge
ne
ral
Arr
an
gem
en
t
dra
win
g /
Spe
cifi
cati
on
s
Sup
plie
r's
IR
2
1
-
Me
asu
red
Dim
en
sio
ns
/
alig
nm
en
t va
lue
s sh
all
be
mark
ed
on
Ass
em
bly
/co
mp
on
en
t d
raw
ing
s w
ith
allo
we
d
dim
en
sio
na
l va
ria
tio
ns.
8.2
C
rab
ass
em
bly
wit
h
Ma
in
Ho
ist
& C
T m
ach
ine
ry
Dim
en
sio
na
l & C
T
Wh
ee
l a
lign
men
t
Co
up
ling
s’ a
lign
me
nt
Ma
jor
Me
asu
rem
en
t 1
00
%
Ap
pro
ved
dra
win
g /
Spe
cifi
cati
on
s
Ap
pro
ved
dra
win
g /
Spe
cifi
cati
on
s
Sup
plie
r's
IR
2
1
-
Me
asu
red
Dim
en
sio
ns
/
alig
nm
en
t va
lue
s sh
all
be
mark
ed
on
GA
/co
mp
on
en
t d
raw
ing
s w
ith
allo
we
d d
ime
nsi
on
al v
ari
ati
on
s/
Alig
nm
en
t va
lue
s.
QA
P -
08
Q
UA
LIT
Y A
SS
UR
AN
CE
, IN
SP
EC
TIO
N A
ND
TE
ST
ING
PLA
N F
OR
EO
T C
RA
NE
S
Leg
en
d
1 T
hir
d P
art
y I
nsp
ect
ion
Ag
en
cy
2 V
en
do
r (C
ran
e S
up
pli
er)
Pla
ce
Da
te:
Sig
na
ture
of
Cra
ne
Ve
nd
or
wit
h D
esi
gn
ati
on
3 S
ub
Ve
nd
or
/ It
em
Su
pp
lie
r
S
l.
No
C
om
po
ne
nts
/
Op
era
tio
ns
C
ha
ract
eri
stic
to b
e c
he
cke
d
C
ate
go
ry
T
yp
e /
Me
tho
d o
f
che
ck
E
xte
nt
of
che
ck
R
ef.
Do
cum
en
t
Acc
ep
tan
ce
No
rm
F
orm
at
of
reco
rd
Ag
en
cy
R
em
ark
s
Performed
Witnessed
Verified
A
B
C
D
E
F
G
H
I J
K
9
H
LOA
D T
EST
ING
AT
WO
RK
S
(HO
LD)
9.1
N
O L
OA
D T
EST
N
O L
oa
d t
est
/
Pe
rfo
rma
nce
& S
afe
ty
syst
em
s ve
rifi
cati
on
spe
ed
, C
urr
en
t e
tc.,
Ma
jor
NO
Lo
ad
te
st/
Me
asu
rem
en
t
of
pa
ram
ete
rs
10
0%
A
pp
rove
d d
wg
/
IS8
07
/ IS
31
77
/Sp
eci
fica
tio
n
Ap
pro
ved
dw
g /
IS8
07
/ IS
31
77
/Sp
eci
fica
tio
n
Sup
plie
r's
IR &
Loa
d t
est
Form
at
2
1
-
Me
asu
re G
ea
r B
ox
No
ise
. (N
ois
e
Leve
l sh
ou
ld b
e <
75
dB
A).
(M
H , C
T &
LT
me
cha
nis
ms)
9.2
FU
LL L
OA
D (
SW
L) T
ES
T A
T W
OR
KS
FO
R H
OIS
T &
CT
MO
TIO
NS
9.2
.1
DE
FLE
CT
ION
TE
ST
De
fle
ctio
n
Ma
jor
Me
asu
rem
en
t 1
00
%
Sp
eci
fica
tio
ns/
Sp
eci
fica
tio
ns/
Su
pp
lier'
s IR
&
Loa
d t
est
Form
at
2
1
-
De
fle
ctio
n <
Sp
an
/10
00
. R
eco
rd
pro
ced
ure
of
test
& m
ea
sure
me
nt
wit
h s
ketc
h.
Wit
h S
afe
Wo
rkin
g L
oa
d
as
pe
r ap
pro
ve
d
pro
ced
ure
.
IS8
07
/ IS
31
77
IS
80
7/
IS 3
17
7
9.2
.2
Ho
ist
Wit
h S
afe
Wo
rkin
g
Loa
d
Pe
rfo
rma
nce
, d
uty
cycl
e,
Spe
ed
s, C
urr
en
t, ,
Sa
fety
syst
em
s e
tc.,
Ma
jor
Full
Lo
ad
te
st/
Me
asu
rem
en
t
of
pa
ram
ete
rs
10
0%
A
pp
rove
d d
wg
/
IS8
07
/ IS
31
77
/Sp
eci
fica
tio
n
Ap
pro
ved
dw
g /
IS8
07
/ IS
31
77
/Sp
eci
fica
tio
n
Loa
d t
est
2
1
-
Me
asu
re G
ea
r B
ox
No
ise
. (N
ois
e
Leve
l sh
ou
ld b
e <
80
dB
A)
. re
po
rt
/Su
pp
lier'
s IR
9.2
.3
CT
Me
chan
ism
Wit
h S
afe
Wo
rkin
g L
oa
d
Pe
rfo
rma
nce
, d
uty
cycl
e,
Spe
ed
s, C
urr
en
t, ,
Sa
fety
syst
em
s e
tc.,
Ma
jor
Full
Lo
ad
te
st/
Me
asu
rem
en
t
of
pa
ram
ete
rs
10
0%
A
pp
rove
d d
wg
/
IS8
07
/ IS
31
77
/Sp
eci
fica
tio
n
Ap
pro
ved
dw
g /
IS8
07
/ IS
31
77
/Sp
eci
fica
tio
n
Loa
d t
est
2
1
-
Me
asu
re G
ea
r B
ox
No
ise
. (N
ois
e
Leve
l sh
ou
ld b
e <
80
dB
A)
. re
po
rt
/Su
pp
lier'
s IR
9.2
.4
O
VE
R L
OA
D (
12
5%
SW
L)
TE
ST
(Ho
ist
& C
T)
Sta
tic
test
/ C
ap
ab
ility
of
all
mo
tio
ns/
P
erm
an
en
t
set
Ma
jor
Ca
pa
bili
ty o
f C
T
&H
ois
t m
oti
on
/
Me
asu
rem
en
t
10
0%
A
pp
rove
d d
wg
/
IS8
07
/ IS
31
77
/Sp
eci
fica
tio
n
Ap
pro
ved
dw
g /
IS8
07
/ IS
31
77
/Sp
eci
fica
tio
n
Sup
plie
r's
IR &
Loa
d t
est
rep
ort
2
1
-
Re
cord
pro
ced
ure
fo
llow
ed
fo
r te
st
& m
ea
sure
me
nt
wit
h s
ketc
h. A
fte
r
test
ing
ch
eck
fo
r a
ny d
amag
e,
cra
cks/
pa
int
fla
kin
g
in lo
ad
be
ari
ng
mem
be
rs.
10
P
AIN
TIN
G
10
.1
San
d/
Gri
t B
last
ing
&
Surf
ace
Cle
an
ing
Su
rfa
ce C
lea
nlin
ess
/ M
ajo
r V
isu
al
Ra
nd
om
Sp
eci
fica
tio
n /
Sp
eci
fica
tio
n /
Su
pp
lier'
s IR
2
-
1
Ph
oto
gra
ph
s o
f fi
nis
he
d m
eta
l sh
all
form
pa
rt o
f in
spe
ctio
n r
ep
ort
. te
xtu
re v
isu
al i
nsp
ect
ion
SS
PC
SA
2 1
/2
SSP
C S
A2
1/2
10
.2
Pri
me
r C
oa
t P
ain
tin
g
DFT
Th
ickn
ess
/ vi
sua
l
insp
ect
ion
M
ajo
r M
ea
sure
me
nt
Ra
nd
om
Sp
eci
fica
tio
n /
Sp
eci
fica
tio
n /
Su
pp
lier'
s IR
2
-
1
P
ain
t th
ickn
ess
sh
all
be
me
asu
red
wit
h p
ain
t th
ickn
ess
ga
ug
e/
elc
om
ete
r.
in µ
m /
Vis
ua
l D
FT
≥8
0µ
m
DFT
≥8
0 µ
m
QA
P -
09
Q
UA
LIT
Y A
SS
UR
AN
CE
, IN
SP
EC
TIO
N A
ND
TE
ST
ING
PLA
N F
OR
EO
T C
RA
NE
S
Le
ge
nd
1 T
hir
d P
art
y I
nsp
ect
ion
Ag
en
cy
2 V
en
do
r (C
ran
e S
up
pli
er)
Pla
ce
Da
te:
Sig
na
ture
of
Cra
ne
Ve
nd
or
wit
h D
esi
gn
ati
on
3 S
ub
Ve
nd
or
/ It
em
Su
pp
lie
r
S
l.
No
C
om
po
ne
nts
/
Op
era
tio
ns
C
ha
ract
eri
stic
to b
e c
he
cke
d
C
ate
go
ry
T
yp
e /
Me
tho
d o
f
che
ck
E
xte
nt
of
che
ck
R
ef.
Do
cum
en
t
Acc
ep
tan
ce
No
rm
F
orm
at
of
reco
rd
Ag
en
cy
R
em
ark
s
Performed
Witnessed
Verified
A
B
C
D
E
F
G
H
I J
K
10
.3
Ep
oxy
pa
int
Pa
inti
ng
(Tw
o c
oa
ts o
f 8
0 µ
m &
40
µm
)
DFT
Th
ickn
ess
/ vi
sua
l
insp
ect
ion
M
ajo
r M
ea
sure
me
nt/
R
an
do
m
Spe
cifi
cati
on
/
Spe
cifi
cati
on
/
Sup
plie
r's
IR
2
-
1
Pa
int
thic
kne
ss s
hall
be
me
asu
red
wit
h
pa
int
thic
kne
ss g
au
ge
/ e
lco
me
ter
. Fin
al
DFT
me
asu
red
in p
rese
nce
of
TP
IA.
Vis
ua
l D
FT
≥2
00
µm
D
FT
≥2
00
µm
11
E
RE
CTI
ON
AT
SIT
E
11
.1
GA
NT
RY
GIR
DE
R R
AIL
A
LIG
NM
EN
T
Ga
ntr
y r
ail
Sp
an
, Le
vel,
stra
igh
tne
ss,
rail
Join
ts
an
d R
ail
cla
mp
dis
tan
ce.
Ma
jor
Me
asu
rem
en
t 1
00
%
Ap
pro
ved
A
pp
rove
d
Su
pp
lier'
s IR
2
-
1
To
lera
nce
s:
of
pa
ram
ete
rs
dra
win
g /
IS 8
07
Spe
cifi
cati
on
/
IS3
17
7
dra
win
g /
IS 8
07
Spe
cifi
cati
on
/
IS3
17
7
Ra
il sp
an
: ±
5m
m; Slo
pe
of
rail
: 1
/10
00
at
2m
inte
rva
l; H
eig
ht
dif
f :
±1
0m
m
be
twe
en
LH
& R
H r
ails
; R
ail
Ga
p :2
mm
;
Stra
igh
tne
ss o
f ra
ils:
±5
mm
12
LO
AD
TES
TIN
G A
FTER
ER
EC
TIO
N A
T S
ITE
.
12
.1
NO
LO
AD
TE
ST
N
O L
oa
d t
est
/
Pe
rfo
rma
nce
& S
afe
ty
syst
em
s ve
rifi
cati
on
spe
ed
, C
urr
en
t e
tc.,
Ma
jor
NO
Lo
ad
te
st/
Me
asu
rem
en
t
of
pa
ram
ete
rs
10
0%
A
pp
rove
d d
wg
/
IS8
07
/ IS
31
77
/Sp
eci
fica
tio
n
Ap
pro
ved
dw
g /
IS8
07
/ IS
31
77
/Sp
eci
fica
tio
n
Sup
plie
r's
IR &
Loa
d t
est
Form
at
2
1
-
Me
asu
re G
ea
r B
ox
No
ise
. (N
ois
e L
eve
l
sho
uld
be
<7
5d
BA
).
(MH
, C
T &
LT
me
cha
nis
ms)
12
.2
DE
FLE
CT
ION
TE
ST
De
fle
ctio
n
Ma
jor
Me
asu
rem
en
t 1
00
%
Sp
eci
fica
tio
ns/
Sp
eci
fica
tio
ns/
Su
pp
lier'
s IR
&
Loa
d t
est
Form
at
2
1
-
De
fle
ctio
n <
Sp
an
/10
00
. R
eco
rd
pro
ced
ure
of
test
& m
ea
sure
me
nt
wit
h
ske
tch
.
Wit
h S
afe
Wo
rkin
g L
oa
d
as
pe
r ap
pro
ve
d
pro
ced
ure
.
IS8
07
/ IS
31
77
IS
80
7/
IS 3
17
7
12
.3
Ma
in H
ois
t W
ith
Sa
fe
Wo
rkin
g
Loa
d
Pe
rfo
rma
nce
, d
uty
cycl
e,
Spe
ed
s, C
urr
en
t, ,
Sa
fety
syst
em
s e
tc.,
Ma
jor
Full
Lo
ad
te
st/
Me
asu
rem
en
t
of
pa
ram
ete
rs
10
0%
A
pp
rove
d d
wg
/
IS8
07
/ IS
31
77
/Sp
eci
fica
tio
n
Ap
pro
ved
dw
g /
IS8
07
/ IS
31
77
/Sp
eci
fica
tio
n
Loa
d t
est
2
1
-
Me
asu
re G
ea
r B
ox
No
ise
. (N
ois
e L
eve
l
sho
uld
be
<8
0d
BA
) .
rep
ort
/Su
pp
lier'
s IR
12
.4
CT
Me
chan
ism
Wit
h S
afe
Wo
rkin
g L
oa
d
Pe
rfo
rma
nce
, d
uty
cycl
e,
Spe
ed
s, C
urr
en
t, ,
Sa
fety
syst
em
s e
tc.,
Ma
jor
Full
Lo
ad
te
st/
Me
asu
rem
en
t
of
pa
ram
ete
rs
10
0%
A
pp
rove
d d
wg
/
IS8
07
/ IS
31
77
/Sp
eci
fica
tio
n
Ap
pro
ved
dw
g /
IS8
07
/ IS
31
77
/Sp
eci
fica
tio
n
Loa
d t
est
2
1
-
Me
asu
re G
ea
r B
ox
No
ise
. (N
ois
e L
eve
l
sho
uld
be
<8
0d
BA
) .
rep
ort
/Su
pp
lier'
s IR
QA
P -
10
QU
ALI
TY
AS
SU
RA
NC
E, I
NS
PE
CT
ION
AN
D T
ES
TIN
G P
LAN
FO
R E
OT
CR
AN
ES
S
l.
No
C
om
po
ne
nts
/
Op
era
tio
ns
C
ha
ract
eri
stic
to b
e c
he
cke
d
C
ate
go
ry
T
yp
e /
Me
tho
d o
f
che
ck
E
xte
nt
of
che
ck
R
ef.
Do
cum
en
t
Acc
ep
tan
ce
No
rm
F
orm
at
of
reco
rd
Ag
en
cy
R
em
ark
s
Performed
Witnessed
Verified
A
B
C
D
E
F
G
H
I J
K
12
.5
LT M
ech
an
ism
Wit
h
Safe
Wo
rkin
g L
oa
d
Pe
rfo
rma
nce
, d
uty
cycl
e,
Spe
ed
s, C
urr
en
t, ,
Sa
fety
syst
em
s e
tc.,
Ma
jor
Full
Lo
ad
te
st/
Me
asu
rem
en
t
of
pa
ram
ete
rs
10
0%
A
pp
rove
d d
wg
/
IS8
07
/ IS
31
77
/Sp
eci
fica
tio
n
Ap
pro
ved
dw
g /
IS8
07
/ IS
31
77
/Sp
eci
fica
tio
n
Loa
d t
est
rep
ort
/Su
pp
lier'
s IR
2
1
-
Me
asu
re G
ea
r B
ox
No
ise
. (N
ois
e L
eve
l
sho
uld
be
<8
0d
BA
) .
12
.6
Bra
ke P
ath
Te
st/
Bra
kes
Eff
ect
ive
ne
ss
test
ing
fo
r a
ll m
oti
on
s
Ea
ch B
rake
ho
ldin
g
Bra
ke
pa
th /
De
lay
be
twe
en
tw
o b
rake
s
Ma
jor
Me
asu
rem
en
t
of
pa
th &
Bra
ke
cu
rre
nts
10
0%
Sp
eci
fica
tio
ns/
Bra
ke
pa
th
≤1
7m
m fo
r H
ois
t
Spe
cifi
cati
on
s/
Bra
ke
pa
th
≤1
7m
m fo
r H
ois
t
Loa
d t
est
rep
ort
/Su
pp
lier'
s IR
2
1
-
12
.7
OV
ER
LO
AD
(1
25
%
SWL)
TE
ST
(M
H, C
T a
nd
LT m
oti
on
s)
Sta
tic
test
/ C
ap
ab
ility
of
all
mo
tio
ns/
P
erm
an
en
t
set
Ma
jor
Ca
pa
bili
ty o
f C
T
&H
ois
t m
oti
on
/
Me
asu
rem
en
t
10
0%
A
pp
rove
d d
wg
/
IS8
07
/ IS
31
77
/Sp
eci
fica
tio
n
Ap
pro
ved
dw
g /
IS8
07
/ IS
31
77
/Sp
eci
fica
tio
n
Sup
plie
r's
IR &
Loa
d t
est
rep
ort
2
1
-
Re
cord
pro
ced
ure
fo
llow
ed
fo
r te
st &
me
asu
rem
en
t w
ith
ske
tch
. Aft
er
test
ing
che
ck f
or
an
y d
amag
e, cr
ack
s/p
ain
t
fla
kin
g
in lo
ad
be
ari
ng
mem
be
rs.
13
.
Fin
al P
ain
tin
g &
to
uch
up
A
est
he
tic
loo
k o
f cr
an
e/
DFT
me
asu
rem
en
t
Ma
jor
T
hic
kne
ss
me
asu
rem
en
t
Ra
nd
om
T
ech
.
Spe
cifi
cati
on
s.
T
ech
.
Spe
cifi
cati
on
s.
Sup
plie
r's
IR
2
1
-
Fi
na
l DFT
me
asu
red
in p
rese
nce
of
TP
IA /
IS
RO
14
Safe
ty f
ea
ture
s lik
e li
mit
swit
che
s, o
verl
oa
d r
ela
ys,
bu
ffe
rs,
sto
pp
ers
etc
.,
Pe
rfo
rma
nce
, in
terl
ock
s
Min
or
Pe
rfo
rma
nce
10
0%
Te
ch .
Spe
cifi
cati
on
s./
IS3
17
7
Te
ch .
Spe
cifi
cati
on
s./
IS3
17
7
Sup
plie
r’s
IR
2
1
-
Leg
en
d
1 T
hir
d P
art
y I
nsp
ect
ion
Ag
en
cy
2 V
en
do
r (C
ran
e S
up
pli
er)
Pla
ce
Da
te:
Sig
na
ture
of
Cra
ne
Ve
nd
or
wit
h D
esi
gn
ati
on
3 S
ub
Ve
nd
or
/ It
em
Su
pp
lie
r
QA
P -
11
Spares - 1
LIST OF SPARE PARTS
(LUMPSUM PRICE FOR EACH CRANE MUST BE MENTIONED SEPERATELY )
S.No Item Description Unit Qty
I Electrical
1 Main Hoist - CUVC card No 1
2 Semi conductor fuse (for each type) Nos. 3
3 Indication lamps Red, Yellow, Blue (Each) Nos. 2
4 Push buttons Nos. 6
5 Emergency push button with lock and key Nos. 1
6 Encoder for hoist No. 1
II Mechanical
7 Brake liner for Hoist Set 2
8 Thruster assembly for Imported Main hoist Brake (flame proof) (Thruster
type selected for the crane during detailed engineering) No. 1
9 Bearings for input shaft of MH gearbox. Nos. 2
10 Bearings for CT Wheel. Nos. 2
11 Bearings for LT wheel. Nos. 2
12 Oil seals for input shaft of AH gearbox. Nos. 2
13 Sealing rings for geared coupling (each type - 1no.) Set 2
14 Main hoist thruster brake springs Nos. 2
15 LT rail clamps Sets 5
16 CT rail clamps Sets 5
17 Special grease nipples of different sizes (Each) No 10
TOTAL COST OF SPARES (Rs.)
S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR
Welcome, Materials Master (isro)31 August 2017,
17:16:08 IST
MAIN VIEW HELP
Preview For STANDARD TERMS AND CONDITIONS
Page Destination: Tender Header Format Type : Normal
. :
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SATISH DHAWAN SPACE CENTRE
PURCHASE DIVISION
Tele No.08623-225023/225174/225127 Fax No.08623-225170/22-5028 e-Mail ID : [email protected], [email protected], [email protected]
STANDARD TERMS & CONDITIONS
1.OFFERS SHALL BE SENT ONLINE ONLY USING STANDARD DIGITAL SIGNATURE CERTIFICATE OF CLASS III WITH ENCRYPTION / DECRYPTION. THE TENDERS AUTHORISED ONLINE ON OR BEFORE THE OPEN AUTHORISATION DATE AND TIME ONLY WILL BE CONSIDERED AS VALID TENDERS EVEN THOUGH THE BIDS ARE SUBMITTED ONLINE.
2.THE TENDERER MUST AUTHORISE BID OPENING WITHIN THE TIME STIPULATED IN THE SCHEDULE BY SDSC SHAR. OTHERWISE THE ONLINE BID SUBMITTED WILL NOT BE CONSIDERED FOR EVALUATION. PHYSICAL COPY WILL NOT BE CONSIDERED EVEN THOUGH IT IS RECEIVED BEFORE THE BID SUBMISSION DATE. In case of two-part tenders, parties shall submit their offers as follows:-
1) Part-I – Techno-commercial Bid (No price details shall be mentioned in this bid and shall not upload the details of price along with the techno-commercial bid) 2) Part-II – Price Bid
In view of Two Part Tender, the Offers submitted contrary to above instructions will be summarily rejected. 3.In case, the tenderer is not interested to participate in the tender, the tenderer shall submit regret letter giving reasons, failing which future enquiries will not be sent. 4.Offer Validity: The validity of the offers / tenders should be 90 days (in case of single part tender) and 120 days (in case two part
tender) from the date of opening of the tenders. Tenders with offer validity less than the period mentioned above, will not be considered for evaluation. 5.GST - GST and/or other duties/levies legally leviable and intended to be claimed should be distinctly shown separately in the tender. GST details are given below
GSTIN: 37AAAGS1366J1Z1 LEGAL NAME : SATISH DHAWAN SPACE CENTRE SHAR VALIDITY FROM:29/08/2017
TYPE OF REGISTRATION:REGULAR 6.Customs Duty - SDSC-SHAR is eligible for 100% Customs Duty exemption as per Notification No. 050/2017 539 (b) Dt: 30.06.2017.
This may be taken into account while quoting for import items, if any. In case tenderers offering items considering customs duty exemption, they should also indicate the bill of materials and price, separately, with Customs Duty component and terms and conditions thereto. 8.Advance Payment - Wherever advance payment is requested, Bank Guarantee from any Nationalized Bank/Scheduled Bank should be
furnished. In case of advance payments, if the party is not supplying the material within the delivery schedule, interest will be levied as per the Prime Lending Rate of RBI plus 2% penal interest. Interest will be loaded for advance payments/stage payments as per the prime lending rate of RBI and will be added to the landed cost for comparison purpose. In case of different milestone payments submitted by the parties, a standard and transparent methodology like NPV will be adopted for evaluating the offers.
9.Liquidated Damages - In all cases, delivery schedule indicated in the Purchase Order/Contract is the essence of the contract and if the party fails to deliver the material within the delivery schedule, Liquidated Damages will be levied @ 0.5% per week or part thereof subject to a maximum of 10% of total order value. 10.Performance Bank Guarantee - Performance Bank Guarantee for 10% of the order value should be furnished in the form of Bank
Guarantee from nationalized/scheduled bank or by Demand Draft valid till warranty period plus sixty days as claim period.
Page 1 of 3
11.Security Deposit – Security Deposit for 10% of the order value is mandatory, if the ordered value is Rs.5.00 lakhs and above. Party shall furnish the Security Deposit in the form of Bank Guarantee from nationalized/scheduled bank or by Demand Draft valid till
completion of the contract period plus sixty days towards claim period for faithful execution of the contract. 12.BANK GUARANTEE FOR FIM: Supplier has to submit Bank guarantee for equal value of Free Issue of Materials (FIM) issued by the Department from Nationalised / Scheduled Bank valid till receipt and acceptance of supply and satisfactory accounting of FIM plus sixty days as claim period.
13.The delivery period mentioned in the tender enquiry, IF ANY, is with the stipulation that no credit will be given for earlier deliveries and offers with delivery beyond the period will be treated as unresponsive. 14.The Department will have the option to consider more than one source of supply and final orders will be given accordingly.
15.The bidders should note that conditional discounts would not have edge in the evaluation process of tenders. 16.Non-acceptance of any conditions wherever called for related to Guarantee/ Warranty, Performance Bank Guarantee, Security Deposit, Liquidated damages are liable for disqualification. 17.Wherever installation/ commissioning involved, the guarantee/warrantee period shall reckon only from the date of installation and
commissioning. 18.Purchase/Price Preference will be extended to the MSMEs under the Public Procurement Policy for MSMEs formulated under the Micro, Small and Medium Enterprises Development Act, 2006 and instructions issued by Government of India from time to time. Vendors who would like to avail the benefit of MSME should clearly mention the same and submit all the documentary evidences to substantiate their claim along with tender itself.
19.The drawings, specifications, end use etc., given by the Centre/Unit along with the tender enquiry are confidential and shall not be disclosed to any third party. 20.SPECIAL CONDITIONS FOR SUBMITTING QUOTATIONS IN FOREIGN CURRENCY BY THE INDIAN AGENTS
The Tenderer should submit the following documents/information while quoting:- a)Foreign Principal's proforma invoice/quote indicating the commission payable to the Indian Agent and nature of after sales service to be rendered by the Indian Agent. b)Copy of Agency agreement with the Foreign Principal and the Indian Agent, precise relationship between them and their mutual
interest in the business. c)Registration and item empanelment of the Indian Agent. d)Agency Commission will be paid only Indian Currency.
e)Compliance of the tax laws by the Indian Agent. 21. High Sea Sales- Against High Sea Sale transactions: a.Offers shall be on all inclusive basis including delivery upto Sriharikota at the risk and cost of the supplier. Customs Clearance is the responsibility of the supplier and at his cost and risk.
b.100% payment will be made within 30 days after receipt and acceptance of the items at our site. c. GST as applicable d.Customs Duty Exemption Certificate and other relevant documents required for Customs clearance will be provided.
e.High Sea Sales Agreement furnished by the supplier in accordance with the terms and conditions of our purchase order will be signed and issued by SDSC-SHAR. 22.The following information/ documents are to be submitted wherever applicable.
1.Product Literature 2.Core banking account number of SBI, RTGS Details 3.PAN No. in quotation and invoices
4.GST Registration details. 5.In case of MSME, registration details / documents from Competent Authority. 23.EXCLUSION OF TENDERS
The following tenders shall be summarily rejected from the procurement process a.Tenders received from vendors who have not qualified in terms of their registration. b.Tenders received against publishing of a limited tender in the CPP portal.
c.Tenders of vendors who have been removed from the vendor list or banned/debarred from having business dealings. d.Unsolicited tenders from vendors. e.The tenders which materially depart from the requirements specified in the tender document or which contain false information.
f.The tenders which are not accompanied by the prescribed Earnest Money Deposit. g.The tenders of vendors who have not agreed to furnish Security Deposit, Performance Bank Guarantee and Liquidated Damages. h.The validity of the tenders is shorter than the period specified in the tender enquiry.
i.The tenders received from vendors or their agents or anyone acting on their behalf, who have promised or given to any official of the Centre/Unit/Department, a gratification in any form, or anything of value, so as to unduly influence the procurement process. j.The tenders received from vendors, who, in the opinion of the Centre/Unit, have a conflict of interest materially affecting fair competition.
Page 2 of 3
k.The tenders received from Indian agents on behalf of their foreign Principals/OEMs (in cases where the Principals/OEMs also submit their tenders simultaneously for the same item/product in the same tender).
l.In case two or more tenders are received from an Indian agent on behalf of more than one foreign Principal/OEM, in the same tender for the same item/product. m.If a firm quotes ‘NIL’ charges / consideration, the bid shall be treated as un-responsive and will not be considered.
Page 3 of 3