1. VENDOR must submit complete information against clause No. 21.0 ( Qualifying condition). The offer meeting this clause would only be process
2. The " Specified/to be confirmed by" Column and where applicable, the " Deviations" Column of this format shall be filled in by the Vender and su
incomplete, ambiguous, or unsustainable information against any of the clauses of the specification / requirements shall be treated as non - compl
3. The offer and all documents enclosed with offer should be in English language only.
1.1 DESIGN, MANUFACTURING, SUPPLY, ERECTION & COMMISSIONING OF "EOT CRANE 5 T; SPAN 15 METERS" COMPLYING WITH
SPECIFICATIONS AS BELOW:
1.2 Crane design shall be got vetted by national level certified agency and a copy of the drawing shell be submitted at the time of approval by the vend
2.0 Electric Over Head crane of capacity indicated below is required for loading, unloading of unfinished and finished components from Machine Tools
as assembly of Loco manufacturing shop. The same has to work on a prepared gantry in LOCO STORE
3.0 CAPACITY AND LEADING DIMENSION
3.1 Safe Working Load
3.3 Duty as per
- Main Hoist
- 5T
- M5
- 8.0 Meter
-8.0 Meter (However it may change depending upon actual site condition).
- Shank type
- 2.8 Meter
- 0.400 Meter
3.11 Location
(1) Loco store -
Hoisting / Lowering
Forward/ reverse
Left / Rght
- 8 M/Min
- 20 M/Min
- 40 M/Min
3.15 Speed control for all motion should through VVVFD (Variable Voltage Variable Frequency) drive.
3.16 All the speeds should be controlled in four steps from the cabin. All four steps should have gradual increase in speed from minimum to maximum.
specified above are maximum speeds.
3.17 Speed control system shall be elaborately and clearly mentioned by the tenderer in their offer. Minimum speed at various steps to be clearly mentio
3.18 Minimum speed should not be more than 10% of maximum speed.
3.19 2 step speed Control shall be provided through RRC (RRC transmitter would have dual speed single push button). Ist step Speed shall be 10% o
speed & IInd step shall be full Speed. The Command for Ist step shall enable crane to move at 10% of maximum continuously whereas IInd step w
start crane from 0 to full speed.
3.20 Facility for the resetting of the speed shall be available in the drive.
3.21 DESIGN STANDARD IS 807/2006 & 3177
4.0 WORK PIECE MATERIAL
4.1 The crane shall be generally of box type double girder construction and to be designed for class M5 duty in accordance with BSS: 466/1960 and o
IS:3177. Material shall be of tested quality as per relevant I. S.
4.2 BRIDGE CONSTRUCTION :
4.2.1 The bridge should comprise of two main girders with two out riggers and the end carriage built up from mild steel channel with adequate diaphragm
stiffing plates. Each bridge girder shall be fabricated and dispatched without any spliced joints.
4.2.2 M.S. chequred plate platform shall be provided along the full length on both sides of he crane with Toe Board to comply with statutory require
factory act. Platform shall have clear width of minimum 1000 mm.
4.2.3 Box Girder & End carriage joints should have fit bolts only.
4.2.4 For all bolted joints the holes are to be drilled and reamed and bolts are to be force fitted.
4.2.5 Hand railing shall be fitted on both side of the end carriages and throughout the length of the platform ( height of 1.1 m. ) parallel to girder. Size of
hand rail shall be not less than 25 mm bore heavy gauge steel pipe. The vertical pipes to have flanges at the bottom for proper support. Suitable
railing should be provided on CT Trolley also.
4.2.6 All Rotating parts & Overhang parts should be suitably guarded.
4.3 END CARRIAGE
4.3.1 The end carriages shall be of approved design, with L type Brackets of substantial construction and ample stiffness built up of mild steel sections s
riveted or welded together. They shall project over the run way rails and shall be so arranged that in the event of derailment the drop cannot excee
mm. Proper hand railing should be provided on end carriage.
4.3.2 The end carriages of the crane are to be mounted on double flanged wheels of approved diameter in accordance with IS:3177. Number of whee
each side of the crane shall be 2 Nos ( Total 4 Nos in the Crane for LT motion ) The Wheel should be of forged steel having composition as Cr 55 M
( EN 9) hardened to 300-350 BHN with minimum depth 10mm confirming SAE 1055 / IS 1570 & shall be fitted with roller bearings. Greasing nippl
should be provided and the grease be retained and dirt excluded by means of suitable seals.
4.4.1 One wheel in each carriage is to be driven by a machine out forged steel gears by a motor mounted on or adjacent to the carriage. Motors of both
carriage.
4.4.2 TRAVELLING MOTION BRAKE : A thruster brake to be fitted on each individual drive of the track wheels. These brakes should be arranged to be
operated from the control desk as well as remote control. The brakes to be of post type with hinged shoes, lined with good quality reinforced bonde
lining and arranged for easy adjustment for the necessary wear on lining time to time.
4.4.3 An independent additional mech. / electrical operating brake is to be provided in LT motion to stop the crane immediately in case of power failure. T
should also be operated from Radio remote on emergency condition.
4.5 CRABE FRAME :
4.5.1 This should be built up of steel sections and plates like Channels , T- Beam & / or fabricated plates to proper thickness and the upper surfac
frame should be plated over wherever required in order to give great lateral rigidly and maintenance facility. There should be lubricating point p
conveniently on the top for easy lubrication to all moving parts below the surface of the trolley such as balancing sheaves etc.
4.5.2 Crab Traverse Mechanism: One No CT Motor with suitable Gear Box shall be connected to Two Nos driving wheels. The Gear box driving s
should be suitably coupled with adequate Geared coupling/ pedestal/ Plummer block so that facility for ease in maintenenace is not compromised.
4.5.3 The wheel should be of forged steel material of approved diameters duly secured to hard shaft steel axles and to run on sturdy roller bearing
make. The bearings to be enclosed in a housing and arrangement for grease lubrications should be provided. One axle should be driven by
through an enclosed good design harden spur gears of good quality. A thruster brake should be provided.
4.5.4 The cross travel gear box should be well secured at least by four bolts two on each side opposite the each other.
4.6 HOISTING MECHANISM :
4.6.1 This shall consist of heavy duty mild steel fabricated rope drum driven by totally enclosed bearing. The drums shall be of ample diameter and suff
length to take the full amount of rope without over lapping when the hooks are in the highest position and when hooks are in the lowest position th
shall be at least two full turns of rope remaining on each drum. The method of attachment of the ropes shall be such that in the event of a rope unw
completely, there shall be no danger of its becoming free from the drum. The drum should have right and left hand spiral grooves machined to sui
hoisting rope and would be spigotted and bolted to the final driving gear. The whole gear box should be smooth and noiseless in operation and pre
of complete helical gear type construction. The rope anchorage at each end should have at least two independent clamps.
4.6.2 The gear arrangement should consist of heat treated alloy steel pinions and carbon steel gears, the larger gears may have forged carbon steel rim
shrunk on and secured to heavy duty cast iron centres or cast steel. All gears shall have machine cut teeth & hardened to 266- 300 BHN, the high
gears having single helical teeth, and the reminder teeth and free from noise, for smooth operation. The drum shaft and pinion shaft shall be moun
antifriction bearings and all gear arrangement shall be enclosed in a heavy duty cast iron gear box with jointing surfaces machined and made lea
4.6.3 A thruster creep brake to be fitted on the high speed shaft. The brake to be of the post type with hinged shoes. Shoe must be lined with best qualit
reinforced bonded asbestos industrial brake lining and arranged for easy adjustment. The brake should be normally held on by a balance weight a
released by a thruster in the circuit of hoist motor.
4.7.4 Anti - collision device should be provided in the LT motion (both side). The device shaould be so set to stop the crane at the distance of 1-2 meter.
device shall be connected only in interlock circuits.
4.7.5 All limit switches should be connected only in interlock circuits.
4.8 ROPE HOOK AND SHEAVES:
4.8.1 The hoist shall have the factor of safety being not less than 6. Load should be supported on 4 falls. Wire rope should be non rotating type having
filler construction.
4.8.2 The Hooks shall be High Tensile Steel Shank Hook ( Trapezoidal Secion). Duly Hardened & Tempered. Hook Material & Manufacturing Shall Be D
Per Is 3815:1977 Material Grade-3. The hook should Swivel freely on thrust ball bearing.
4.8.3 Sheaves are to be of heavy duty cast iron mounted on Ball bearings. Guards to be fitted to prevent the rope leaving the sheaves, even when th
lowered to the rest on the ground and rope allowed falling slack. The hook guard should be secured in such a manner that there should be
protruding in the inner side of the hooks.
4.9 MOTORS:
4.9.1 The motors should be inverter grade having `F' class insulation having S4 duty with approx.150 starts/hr and shall comply with IS: 325 accord
manufacturer's standard. The winding should be suitably insulated and tropicalised. All motors should be suitable for use on 415 + 10% volts
+1.5%Hz 3-Phase, 3 wire, 50 cycles AC supply. Motors shall be suitable to be controlled by VVFD Drives.
4.10.1 The control panel shall be of RITTAL/BCH make conforming to all safety standards and wiring practices. It shall be of IP54 class and shall com
of following: Incomer SFU/MCCB, AC Drive for all motions. Standard accessories for drives like semiconductor line fuses, Line contacto
communicating & output chokes, Dynamic braking chopper and resistance, Radio Remote Control receiver and all interfacing accessories for con
crane from Cabin /RRC.
4.10.2 The relays and contactors should be robust design & generally in conformity with BS: 587. The Remote and Cabin interfacing should have perfect
& Limit switches for safe operation of crane. All coils of contactors & relays should have RC surge suppressors.
4.10.3 Suitable rating control transformer should be provided for the control of the circuit.
4.10.4 Isolator switch fuse unit should be capable of load breaking and mechanically robust. Isolation to be of quick brake type and it should be of GE Co
(EE) make. Main Isolating switch should be mounted in the operator's cabin.
4.11 AC Vector Drive:
4.11.1 The drive must be of PWM flux vector control technology employing IGBT's for achieving near sinusoidal output voltage. It must have the following
specifications:
4.11.2 a) The drive must be rated for continuous duty and shall have overload capacity of 150% for 60 sec.
4.11.3 b) The drive must be rated for ambient conditions of 55 degrees temperature and relative humidity of 95%. In case of deviations in these values, th
must be adequately de-rated which shall be supported by manufacturers derating charts.
4.11.4 c) The motor braking shall be dynamic through inbuilt/external chopper and resistance box. The capacity shall be suitable for providing
braking torque.
4.11.5 d) The drive rating should be selected considering derating factor at 55 degree centigrade. The main hoist motors shall have encoder- feedb
optimum control through VVFD.
4.11.6 The drive must have special software designed for crane application which shall have features like anti-torque lowering, co-ordinated control of thr
brakes etc. f) The drive must have highly dynamic & precise control with capability to generate 150% torque at zero speed. g) The drive must have
dynamic auto-tuning facility to enable perfect optimisation of connected motor. h) The drive must have all standard protections like stall protection,
phasing, over voltage, over current, thermal protection of motor & drive etc. i) Model of Drives selected for hoisting, the same model of drives shal
used for LT & CT drive for ease of maintenance. j) Alram & Fault resetting should be possible through remote and cabin. k) Drive Programming
parameterisation software alongwith connecting cable/ adapter suitable for connecting to standard USB port of PC shall be supplied.
4.12.1 The depth of crane cabin should be limited to 2150 mm. Opening to be cage on the platform should be approximately 750 mm x 750 mm. Suitab
should be provided between the cage and the inspection platform of the crane. The controllers should be so positioned as to facilitate easy ope
maintenance. A warning bell (Electrically operated industrial type with 6" gong) and Fire extinguisher of 4.5 litre capacity with long discharge nozzl
be provided in operator's cabin. One more bell is to be provided sturdy conventional pendulum type made of good bell metal and to be well secure
the cabin in a convenient position for easy operation. A revolving type cushioned seat is to be provided in the cabin for the crane operator. A 2 fee
fluorescent tube fitting, one 16" sweep cabin fan with guard should be provided.
4.12.2 An inspection lamp with 20 meter 3 core flexible cable is to be provided with 240 Volt plug point in the cabin.
4.12.3 The total depth of control cabin should be such that it should not interfere with any other structure / semi gantry crane / machines in the entire bay
supplier must check all the available clearances at the side before finalizing/ designing of the crane dimension.
4.13 Radio Remote Controller: RRC shall comprise of the following.
4.13.1 A) Transmitter: It shall be suitable for 2 steps control of AC drive through push buttons. The 2-steps pushbutton remote must have following
functions: Hoist: Up/Down, through 2 steps Pushbuttons. Long Travel:Left/Right, through 2 steps Pushbuttons. Cross Travel: Fwd/Right, thr
steps Push buttons. Hooter Operation: Normal push button Crane lights ON/OFF push button Emergency Stop: Raised distinctive push butto
switch: Removable unique key to disable transmitter. Battery check facility & indicator. Push buton for drive fault reset.B) Receiver with antenna
suitable for above transmitter. C) Battery charger. D) 2 set of batteries for transmitter.
4.13.2 Transmitter: The transmitter shall be lightweight, rugged, reliable and made from ABS plastic. It shall be operable from Ni-Cd rechargeable b
which shall provide minimum 72 hours of operations with full charge. It shall be supplied housed in a protective leather cover.
4.13.3 Receiver: It shall be supplied housed in a suitable panel and shall have antenna for receiving transmitter signals. It shall have following features:
4.13.4 Battery Charger: It shall be suitable for charging the Ni-Cd batteries of transmitter. It shall constant current type with auto-cut off facility on full charg
Indication shall also be available for charging cycle and status of the battery etc.
4.13.5 Batteries: Batteries suitable for 72 Hrs operation of transmitter are to be supplied.
4.13.6 Interface Panel: The panel shall be of good quality powder coated of IP54 grade, crane duty and shall contain following accessories.
4.13.7 Microprocessor based digital encoding and decoding system with immunity from spurious signals and should use 16 bits identity code unique to e
RRC system.
4.13.8 Continuous auto checking between transmitter and receiver communication, so as to stop the complete system in case of failure at either end.
4.13.9 Auto checking of the commanded motion and stopping of all the motions in case of any erretic behaviour either way.
4.13.10 System should have self-diagnostic and alphanumeric fault display.
4.13.11 System should confirm to national and international safety standards like IS 3771(latest) CLAUSE 14.5, & furnish details of safety & QA plan
followed.
4.13.12 Operating range should be minimum 100 MTRs.
4.13.13 The output relays for driving motion contactors shall be heavy duty, rated for 10Amps at 110V AC.
4.14 Crane Bridge Lighting
4.14.1 Four Nos HPSV, with energy efficient HPL 150 Watts flood lights with fittings should be provided with suitable guard protection below the Platform
4.14.2 As the power supply will be only 415 volts, 3 phase, 3 wire, 50 cycles. Step down transformer required for 220 Volt bridge lights, cconnected with th
incoming supply and not in the crane circuit. Mode Selection switch i.e Control On, Off , Mode Selection like Cabin or RRC selection switch shall b
provided.
4.15 LADDER
4.15.1 A ladder of sufficient height shall be provided to climb up the crane from operator cabin safely and to land over the platform safely. Sufficient no. of
ladders/ steps shall be provided on either side of the girder for easy climbing over the CT trolley. All ladders to be provided with guards to prevent
4.16 WIRING:
4.16.1 The crane shall be supplied complete with all wiring and materials. Collectors on the crane bridge and on the crab shall be provided where applica
4.16.2 Moveable type flexible cable with necessary trolleys and festooned system shall be provided for supply of trolley.
4.16.3 All wiring shall be with XLPE / PVC insulated armored/ un armored cables having copper conductor. Wire and cable should be of 1100 Volt grade.
4.16.4 All electrical wiring and installation should strictly confirm to IS Act, 1910 and I.E.E. Rules. 1956 and other standard practice as adopted by the I.S.
4.16.5 All control terminations should be ferruled such that the numbers are clearly visible from out side, crimped terminations should be provided fo
cables and as far as possible for main cables. A set of suitable current collector shoe should be provided to suit the angle iron down shop leads. D
existing down shop lead and current collector system can be checked at site before finalizing the supply of current collector system.
4.17.1 Shrouded type DSL system to be provided complete with necessary supporting insulators, current collector, straining screws and clamp connect
This DSL should have LED type Indication Bulb for each end for each phase with necessary mounting Brackets. The Power supply shall be fed
The
current rating of the Shrouded type DSL system should not less than 100 Amp.
center.
4.17.3 Siuitable current collectors with cable shall be provided
5.0
ELECTRICAL SYSTEM :
5.1 415V 10% 50Hz 1.5 Hz, 3 Phase AC (3 wire system plus ground) Power Supply Source will be provided by BHEL by means of ICTP switch at o
location for erection purpose. Control Supply for crane shall be 110V AC. All types of cables, connections, circuit breakers, transformers, curren
collectors etc. required for connecting the DSL power supply to different parts of the crane / control cabinets, shall be the responsibility of vendor
5.4 All electrical components in the cabinets should be mounted firmly on Bakelite plate or on DIN Rail so that there is no break in circuitry during trave
accidental hit by adjoining Cranes or severe jerks at rail Joints.
5.5 All electrical and electronic panels including operator's panel should be provided with fluorescent lamps for sufficient illumination and power recep
of 220Volts, 5/15 Amp AC. All adapters/receptacles should have compatibility with Indian
5.6 All cables including cross-traverse conductor shall be shrouded DSL. All connecting Cables should be properly dressed in cable trays/ trunking wit
appropriate clamps. Cable for Crane lighting shall be in flexible mild steel Conduit pipe.
5.7 Vendor should ensure the proper earthing for the crane's electrical equipment & its peripherals.
5.8 AMBIENT CONDITIONS & THERMAL STABILITY :
5.9 Total Crane including Controller system and all supplied items should work trouble free and efficiently under following operating conditions: Power
Voltage: 415 V 10%, 50 Hz, 1.5Hz No. of phases = 3 (3 Wire plus Ground ) Ambient Conditions: Temperature = 5 to 50 degree Celsiu
Relative Humidity = 95% max.
5.10 Weather conditions are tropical, Atmosphere may be dust laden during some part of the year. Crane shall be in the outdoor condition. Max. temper
variation is up to 25 deg Celsius in 24 hours.
6.0 DUTY CYCLE Related to Drive Motor & Mechanisms
6.1 MOTOR
6.1.1 Hoists
40 % CDF
40 % CDF
40 % CDF
7.0 MAKES OF DIFFERENT COMPONENTS: Bought - Out Materials shall be of best quality, duly tested as per appropriate IS standard and of
Preferred makes as below:
7.1 Ball & Roller Bearings : SKF/FAG/TIMKEN
7.2 Coupling : Fenner/ ALFEX etc.make
7.3 Contactors : SIEMENS/L&T only
7.4 HRC fuses: English Electric/ L&T/ Siemens, Semiconductor fuses: Siemens/ English Electric/Bussman.
7.5 Thrusters: Industry syndicate / Stromkraft/Speed-o- Control/Electromag
7.6 Cables : Copper cables with ISI mark only. Asian / Universal/ Finolex /
Torrent.
7.7 Gravity Limit switch / Other Limit Switches: Industry syndicate/ Stromkraft / Stromag / Speed-o- Control/ BCH- Heavy duty.
7.8 T.B Connectors : Elmex
7.9 Structural Material (Steel ): Of reputed makes like TATA/SAIL/ Jindal as per relevant Indian Standards.
7.10 Gear Boxes: Shanti Gears/ New Allenbery (Elecon) / Bonfiglioli. In case Crane manufacturer intends to supply their own make / Specific mak
Gear Boxes & Couplings, then performance Guarantee of atleast 5 years shall be provided for those items.
7.11 Geared/ Semi Geared Couplings : Nutech/ Fenner / ALFEX. In case Crane manufacturer intends to supply their own make / Specific make o
Boxes & Couplings, then performance Guarantee of atleast 5 years shall be provided for those items.
7.12 Wire rope : Usha Martin make only.
7.13 Shrouded DSL : Copper material. Make Susheel Engg,/ Stromag/ Safetrack only.
7.14 Paint Confirming IS 5: 1984;Colour Shade No. 591 of Asian / Appcolite/ Nerolac/ Berger make.
7.15 Electrical Motor : Inverter grade of either Siemens / Alstom/ ABB/ Crompton make Crane Duty as per relevant IS. 325 etc.
7.16 MCCB /SFU: EE/Siemens/ ABB / L&T make.
7.17 Flood Light : Energy Efficient (With Protective Guard) Phillips / Bajaj/ Crompton/GE make.
7.18 Variable Frequency Drives: Siemens/ L&T- Yaskawa / ABB/Allen Bradley only.
7.19 Hooter: Reputed make
7.20 Push buttons ( Siemens/ BCH/ L&T make only )
7.21 RRC : Radio Remote : Acroplolis/ SNT Control make only.
8.0
10.1 Itemised breakup of mechanical, hydraulic, electrical and electronic spares used on the crane in sufficient quantity as per recommendation of Vend
years for trouble free operation on three shifts continuous running basis should be offered by vendor. The list to include following, in addition to oth
recommended spares:(Unit Price of each item of spare should be offered).
10.2 Mechanical & Hydraulic Spares: Thrusters Brake, Gears, Pinions, Shafts, Wheels, Hydraulic Seals for Gear Boxes, Drum etc.
10.3 Electrical /Electronic Spares: All types of Transmitter/ Receiver spares like PCBs relays etc other electronic spares for RRC and AC Drives.
10.4 Vendor to confirm that complete list of spares for the crane and its controls along with specification / type / model, and name & address of the spa
supplier shall be furnished along with documentation to be supplied with the Crane.
11.0 SAFETY ARRANGEMENTS: Following safety features in addition to other standard safety features should be provided on the crane.
11.1 Crane should have adequate and reliable safety interlocks / devices to avoid damage to the crane, work piece and the operator due to the malfunc
or mistakes. Crane functions should be continuously monitored and alarm / warning indications through lights/ alarms should be available.
11.2 A detailed list of all alarms / indications provided on Crane should be submitted by the supplier.
11.3 All the pipes, cables etc. on the crane should be well supported and protected.
11.4 All the rotating parts used on machine should be statically & dynamically balanced to avoid undue vibrations. Open gears, couplings, fans/ rota
parts should be provided with suitably guarded.
11.5 Suitable Lifting arrangement like Lifting Hooks, Jacking pads, Eye Bolts etc is required for lifting of Motors, other subassemblies or heavier
structures.
11.6 Emergency Switches should be provided at suitable locations.
11.7 Electrical cable & signalling cables should be suitably separated.
12.0 ENVIRONMENTAL PERFORMANCE OF THE MACHINE :
12.1 The Crane shall conform to following factors related to environment:
12.2 If any safety / environmental protection enclosure is required it should be built on the Crane by the vendor.
12.3 Paint of the Crane should be appllied only after providing rust-preventer ( primer ) coat.
12.4 Oil / Grease should not dip/ fall from the Crane.
12.5 Noise Pollution as per section 4(i) of the noise pollution (Regulation and control) Rules 2000 as amended time to time (Latest amendment jan-201
will be measured as per DIN45635-16. Vendor to demonstrate compliances to this.
13.0 ERECTION & COMMISSIONING:
13.1 The crane is to be Erected at site by the supplier with their own labour, tools and tackles. All equipments like lifting arrangement, winch, Sheav
Sheave Pulley Block etc shall be brought by the supplier on returnable basis.
13.2 The supplier shall bring their own instruments to check Rail level / Water level etc ( on returnable basis ) for mounting / Fixing accessories for DSL
load test shall be performed at BHEL site for proving of the crane w.r.t technical, Safety Parameters etc the Crane shall be commissioned.
13.3 Various tests like gradual loading, overload at 125%, Deflection test at 100% load, Braking, Operational Speeds etc shall be conducted after provin
crane w.r.t technical, Safety Parameters etc before commissioning of the crane.
13.4 Commissioning-spares, required for commissioning of the crane shall be brought by the supplier on returnable basis.
13.5 Portion, if any, of the crane / sub- assemblies / panel or other accessories where paint has rubbed off or peeled during transit or erection should be
repainted and merged with the original surrounding paint by the vendor. For this purpose, the vendor should supply sufficient quantity of touch-up p
various colours of paint used.
13.6 Schedule of Erection and Commissioning shall be submitted before starting of erection work
13.7 Charges, duration, terms & conditions for E&C should be furnished in detail separately by vendor along with offer.
14.0 TOOLS FOR ERECTION, OPERATION & MAINTENANCE :
14.1 All equipment like Lifting arrangement, Winch, Mobile Crane, Sheave Pulley Blocks, Tools & tackles etc shall be brought by the Supplier on
returnable basis. Other Special tools and equipment required for erection of the Crane shall be brought by the vendor on returnable basis. Necess
like Torque Wrench, Spanners, Keys, grease guns etc. for operation and maintenance of the crane should be supplied.
14.2 All necessary levels / other instruments and devices for testing of the Crane except Load test Blocks should be brought by Vendor on returnable ba
14.3 Maintenance: Adequate maintenance accessibility shall be provided for ease in maintenance for assemblies/sub-assemblies including gear b
machinery / Panel / wiring/ etc.
15.0 TRAINING:
15.1 Vendor to impart training to BHEL personnel for operation & for maintenance at BHEL works after Erection, Commissioning and handing over of th
Crane. Supplier should arrange for training of BHEL personnel free of cost for the offered RRC system / Drives maintenance.
16.0 DOCUMENTATION : Three sets of following documents (Hard copies) in English language should be supplied along with the crane.
16.1 During participation in technical Bid.
16.1.1 G.A. Drawing.
16.1.2 Wheel Load Diagram ( Wheel Distance & Wheel Load ).
16.1.3 Sketches showing full details of cranes with dimensions / end clearances (between centre of LT rails to column face of building), overhead clearan
from LT rails, hook approach limits, lift height, Details of Web thickness baffle plates, Stiffeners ,of Girder section , End carriage ( Boggies) Trolley S
16.1.4 Vendor
to submit appropriate Q.A. Plan.
etc.
16.2 After Receipt of Order:
16.2.1 Calculation for Box Girder, End Carriage structural plates/ Web / Stiffener plate, Wheel Load calculation & Calculation for selection of Diameter of
Motor, Gearbox and Brake etc. 3 - sets of followings documents like G. A Drawings, Structural drawings like End- carriage, Box Girder,
Assembly Drawings/ Sub- assembly Drawings, Gear Box Drawings (specially of Typical Gears having Helix Angle, Pressure Angles, Modules etc
,Bracket/ Current Collector System, Hook Block, LT & CT wheel, Main Hook assembly LT machinery, Hoisting machinery, Electrical Drawings comp
Power , Control Circuits , Electronic Circuitry diagram for RRC etc. No fabrication / purchase of BO. Items should be taken up before the approva
drawings.
16.3.7 Chemical & Proof load certificates of Hooks (Test certificates from a recognized Government Test House) , Wire Rope ( Break load test Certificate
Factor of safety not less than 6 shall also be furnished) , Forgings, wheels - Chemical composition, UV test report , Weld joints X- ray
reports, Test report of Structural material, Electrical components, Brakes, Spring Loaded Buffers etc shall also be furnished.
1.7.1.1 Stage Inspection : BHEL Officials will stage inspect the crane for test-witness/ Physical inspection of Sub-assemblies, Gear Box, Wire Rope
Weld test etc before closing of girder and these stage inspection shall be carried out before painting of crane girders/ components. Supplier will fur
test certificates & guarantee for performance of these components / unit. BHEL may witness the Hooks proof load test at OEM's works.
17.1.2 Load Test : During Final inspection before dispatch, the supplier shall assemble the complete crane and arrange for its physical inspection & check
the camber as per IS 3177( 2005 or latest ) , the same shall be witnessed by BHEL officials. Load test at 125% & deflection at 100% load shall be
measured along with running of sub assemblies shall also be witnessed. During this relevant Test, certificates by OEM of Hooks, Wire Rope, Thrus
Brakes, VVFD Drives, RRC Master Controllers, Limit Switches, Gear Boxes etc shall also be examined.
17.1.3 Important joints shall be identified and indicated in a drawing for ultra sound / x ray test. This drawings shall be submitted to us for approval befor
inspection .All approved critical joints will be accordingly subjected to ultrasound / x-ray test at the time of inspection. Vendor to arrange all necess
equipments for this at the time of inspection.
17.2.2 Load Test : Overload test at 125% shall be conducted . Deflection at 100 % load shall be measured. Operational Speed & braking for all motions s
tested in line with relevant IS 3177( 2005 or latest ) . For load test the required load will be provided by BHEL. Remote operation, interlocking,
Performance of motors with current measurement, etc shall be carried out. Test- Reports & other documents shall be examined/ verified. If fo
satisfactory, the crane shall be accepted and considered as Handed Over.
17.2.3 Load Test shall be performed at BHEL site for proving of the crane w.r.t technical, Safety Parameters etc the Crane shall then only be considere
commissioned & handed over.
18.0 PACKING:
18.1 Rigid packing for all End Carriages, Girders etc . Other parts like sub- assemblies of cranes, Panel, RRC transmitter/ Panel etc shall be suitably pa
that the material reaches BHEL without any damage/loss in transit.
19.0 GUARANTEE : Guarantee regarding workmanship, material used, design and performance should be provided by the party for a per
24 months from the date of successful commissioning of the Crane. In case Crane manufacturer intends to supply their own/Specific m
of Gear Boxes & Couplings other than of our specified make , then performance Guarantee of atleast 5 years shall be provided for th
items.
20.0 MISCELLANEOUS :
20.1 All gear boxes should have oil level indicator to show the level and condition of the oil in gear box.
20.2 All material used should be of the best of their respective kinds and should of the appropriate I.S. Specification & all workman ship should be
quality.
20.3 PAINTING : The structural steel work in the bridge and the crab frame should be given one coat of suitable primer with 25 micron of DFT
Thickness) and 48 hours of compalsory curing after painting. Final paint should be done with two coats of lght orange synthetic enamel paint eac
DFT of 25 microns and intermittent curing of minimum 16 hours..
20.4 First fill oil, grease etc. for the commissioning of the crane shall be provided by the supplier.
20.5 Tool box with standard tools shall be supplied with the crane.
20.6 List of bought out items should be furnished with names of makers and complete literature about the items should be supplied.
20.12 Supplier shall inform BHEL in advance to witness assembly and load test.
20.13 The crane is to be erected by the supplier at site with their own labour, tools and tackles, winch. The crane is to be commissioned and teste
handing over.
20.14 All motions at various steps of speed shall be checked along with current being taken by respective motion motors.
21.0 QUALIFYING CONDITIONS
21.1 Offer of only OEM (origional equipment manufactures) will be accepted. In case of offer of foreign OEM submitted by their indian
partner/Associate/ representatives valid copy of aggrement of the OEM with their indian counter part should be submitted along with the
In all such cases the final P.O, if decided in favour of the subject foreign OEM, will be placed on the OEM not a thire indian counter part.
21.2 Vendor shall meet all (A), (B) (C) & (D) to qualify for the tenders.
A) Those vendors who have supplied & commissioned at least five 5 ton or more capacity in last ten years (on the date of opening of
21.3 The following information is to be submitted by the vendor about the company where similar cranes have been supplied. This is required
tender) .
all the vendor for qualification of there offer.
21.4 B)
Supplier
submit/ company
latest performance
certificate
satisfactory
of min
onewhere
year period
(oncrane
the date
of opening of teo
Name
of themust
customer
along with
PurchaseforOrder
no. andperformance
Purchase Order
date
referred
is installed.(Copy
five
cranesOrder
ref in should
sectionbe
(A).
Out of five crane at least two cranes must be commissioned within last five years (on the date of opening o
Purchase
furnished).
tender).
21.5 C)
Generally
offeraddress
of O.E.M.
be accepted. In case of traders / agent proper contract agreement to be submitted also guarantee & s
Complete
postal
ofwould
the customer.
supply to be owned by OEM & suitable under taking to be submitted.
21.6 Year of commissioning. (Copy of Commissioning Report should be furnished).
Proof &
ofspan
min ten
yearEOT
exp. Cranes
in the same
field.by party to
21.7 D)
Capacity
of the
supplied
21.8
21.9
21.10
22
be specified.
Name and designation of the contact person of the customer.
Phone, FAX no. and email address of the contact person of the customer.
Performance certificate from the customers, on their letter head, regarding satisfactory performance of machine supplie
them.
BHEL reserves the right to verify information submitted by vendor. In case the information is found to be false / incorr
offer shall be rejected.
A.K. Shivpuri
SR. MANAGER(WE&S)
S.J.CHAKRABORTY
Sr.DGM (WE&S)
R must submit complete information against clause No. 21.0 ( Qualifying condition). The offer meeting this clause would only be processed.
ecified/to be confirmed by" Column and where applicable, the " Deviations" Column of this format shall be filled in by the Vender and submitted along with the offer.Technical
ambiguous, or unsustainable information against any of the clauses of the specification / requirements shall be treated as non - compliance.
and all documents enclosed with offer should be in English language only.
SPECIFICATION CUM COMPLIANCE CERTIFICATE OF 10T EOT CRANE
MANUFACTURING, SUPPLY, ERECTION & COMMISSIONING OF "EOT CRANE 5 T; SPAN 15 METERS" COMPLYING WITH
ATIONS AS BELOW:
gn shall be got vetted by national level certified agency and a copy of the drawing shell be submitted at the time of approval by the vendor.
er Head crane of capacity indicated below is required for loading, unloading of unfinished and finished components from Machine Tools as well
y of Loco manufacturing shop. The same has to work on a prepared gantry in LOCO STORE
AND LEADING DIMENSION
ng Load
- Main Hoist
- 5T
- M5
l Span
- 15.00 Meter ( However, actual available span & other dimensions are required to be checked by supplier before
ment of the work)
enter to Center
- 12.5 Meter
height above floor level
- 8.0 Meter
-8.0 Meter (However it may change depending upon actual site condition).
ok
- Shank type
- 2.8 Meter
ore -
- 0.400 Meter
weer supply
size
RED SPEED
oist
Traverse (CT)
ravel (LT)
Hoisting / Lowering
Forward/ reverse
Left / Rght
- 8 M/Min
- 20 M/Min
- 40 M/Min
rol for all motion should through VVVFD (Variable Voltage Variable Frequency) drive.
eds should be controlled in four steps from the cabin. All four steps should have gradual increase in speed from minimum to maximum. Speed
bove are maximum speeds.
rol system shall be elaborately and clearly mentioned by the tenderer in their offer. Minimum speed at various steps to be clearly mentioned.
ed Control shall be provided through RRC (RRC transmitter would have dual speed single push button). Ist step Speed shall be 10% of the full
d step shall be full Speed. The Command for Ist step shall enable crane to move at 10% of maximum continuously whereas IInd step would
from 0 to full speed.
CE MATERIAL
shall be generally of box type double girder construction and to be designed for class M5 duty in accordance with BSS: 466/1960 and or
aterial shall be of tested quality as per relevant I. S.
ONSTRUCTION :
should comprise of two main girders with two out riggers and the end carriage built up from mild steel channel with adequate diaphragms or
es. Each bridge girder shall be fabricated and dispatched without any spliced joints.
red plate platform shall be provided along the full length on both sides of he crane with Toe Board to comply with statutory requirement of
t. Platform shall have clear width of minimum 1000 mm.
& End carriage joints should have fit bolts only.
ed joints the holes are to be drilled and reamed and bolts are to be force fitted.
g shall be fitted on both side of the end carriages and throughout the length of the platform ( height of 1.1 m. ) parallel to girder. Size of the
hall be not less than 25 mm bore heavy gauge steel pipe. The vertical pipes to have flanges at the bottom for proper support. Suitable hand
ld be provided on CT Trolley also.
parts & Overhang parts should be suitably guarded.
RIAGE
rriages shall be of approved design, with L type Brackets of substantial construction and ample stiffness built up of mild steel sections securely
welded together. They shall project over the run way rails and shall be so arranged that in the event of derailment the drop cannot exceed 25
r hand railing should be provided on end carriage.
rriages of the crane are to be mounted on double flanged wheels of approved diameter in accordance with IS:3177. Number of wheels on
f the crane shall be 2 Nos ( Total 4 Nos in the Crane for LT motion ) The Wheel should be of forged steel having composition as Cr 55 Mn 75
rdened to 300-350 BHN with minimum depth 10mm confirming SAE 1055 / IS 1570 & shall be fitted with roller bearings. Greasing nipples
provided and the grease be retained and dirt excluded by means of suitable seals.
NG MECHANISM:
in each carriage is to be driven by a machine out forged steel gears by a motor mounted on or adjacent to the carriage. Motors of both the end
NG MOTION BRAKE : A thruster brake to be fitted on each individual drive of the track wheels. These brakes should be arranged to be
om the control desk as well as remote control. The brakes to be of post type with hinged shoes, lined with good quality reinforced bonded brake
rranged for easy adjustment for the necessary wear on lining time to time.
dent additional mech. / electrical operating brake is to be provided in LT motion to stop the crane immediately in case of power failure. This
be operated from Radio remote on emergency condition.
AME :
d be built up of steel sections and plates like Channels , T- Beam & / or fabricated plates to proper thickness and the upper surface of the
ld be plated over wherever required in order to give great lateral rigidly and maintenance facility. There should be lubricating point provided
y on the top for easy lubrication to all moving parts below the surface of the trolley such as balancing sheaves etc.
erse Mechanism: One No CT Motor with suitable Gear Box shall be connected to Two Nos driving wheels. The Gear box driving shaft
uitably coupled with adequate Geared coupling/ pedestal/ Plummer block so that facility for ease in maintenenace is not compromised.
should be of forged steel material of approved diameters duly secured to hard shaft steel axles and to run on sturdy roller bearing of SKF
bearings to be enclosed in a housing and arrangement for grease lubrications should be provided. One axle should be driven by a motor
enclosed good design harden spur gears of good quality. A thruster brake should be provided.
ravel gear box should be well secured at least by four bolts two on each side opposite the each other.
MECHANISM :
onsist of heavy duty mild steel fabricated rope drum driven by totally enclosed bearing. The drums shall be of ample diameter and sufficient
ke the full amount of rope without over lapping when the hooks are in the highest position and when hooks are in the lowest position there
east two full turns of rope remaining on each drum. The method of attachment of the ropes shall be such that in the event of a rope unwinding
there shall be no danger of its becoming free from the drum. The drum should have right and left hand spiral grooves machined to suit the
pe and would be spigotted and bolted to the final driving gear. The whole gear box should be smooth and noiseless in operation and preferably
e helical gear type construction. The rope anchorage at each end should have at least two independent clamps.
rrangement should consist of heat treated alloy steel pinions and carbon steel gears, the larger gears may have forged carbon steel rims
and secured to heavy duty cast iron centres or cast steel. All gears shall have machine cut teeth & hardened to 266- 300 BHN, the high speed
ng single helical teeth, and the reminder teeth and free from noise, for smooth operation. The drum shaft and pinion shaft shall be mounted on
bearings and all gear arrangement shall be enclosed in a heavy duty cast iron gear box with jointing surfaces machined and made leak proof.
reep brake to be fitted on the high speed shaft. The brake to be of the post type with hinged shoes. Shoe must be lined with best quality
bonded asbestos industrial brake lining and arranged for easy adjustment. The brake should be normally held on by a balance weight and
y a thruster in the circuit of hoist motor.
uld be heavy duty double limit switch for each hoisting and lowering motions.
e limit switch must be provided for hoisting operation in order to provide additional safety.
limit switches with single arm spring loaded allen west type should be provided for traverse motion.
on device should be provided in the LT motion (both side). The device shaould be so set to stop the crane at the distance of 1-2 meter. The
l be connected only in interlock circuits.
tches should be connected only in interlock circuits.
OK AND SHEAVES:
hall have the factor of safety being not less than 6. Load should be supported on 4 falls. Wire rope should be non rotating type having 6X37/36
uction.
shall be High Tensile Steel Shank Hook ( Trapezoidal Secion). Duly Hardened & Tempered. Hook Material & Manufacturing Shall Be Done As
:1977 Material Grade-3. The hook should Swivel freely on thrust ball bearing.
e to be of heavy duty cast iron mounted on Ball bearings. Guards to be fitted to prevent the rope leaving the sheaves, even when the hook if
the rest on the ground and rope allowed falling slack. The hook guard should be secured in such a manner that there should be no bolt
n the inner side of the hooks.
should be inverter grade having `F' class insulation having S4 duty with approx.150 starts/hr and shall comply with IS: 325 according to
er's standard. The winding should be suitably insulated and tropicalised. All motors should be suitable for use on 415 + 10% volts, 50
-Phase, 3 wire, 50 cycles AC supply. Motors shall be suitable to be controlled by VVFD Drives.
GEAR
panel shall be of RITTAL/BCH make conforming to all safety standards and wiring practices. It shall be of IP54 class and shall comprise
g: Incomer SFU/MCCB, AC Drive for all motions. Standard accessories for drives like semiconductor line fuses, Line contactor, Line
ting & output chokes, Dynamic braking chopper and resistance, Radio Remote Control receiver and all interfacing accessories for control of
Cabin /RRC.
and contactors should be robust design & generally in conformity with BS: 587. The Remote and Cabin interfacing should have perfect isolation
tches for safe operation of crane. All coils of contactors & relays should have RC surge suppressors.
ing control transformer should be provided for the control of the circuit.
tch fuse unit should be capable of load breaking and mechanically robust. Isolation to be of quick brake type and it should be of GE Control
Main Isolating switch should be mounted in the operator's cabin.
Drive:
must be of PWM flux vector control technology employing IGBT's for achieving near sinusoidal output voltage. It must have the following
ns:
e must be rated for continuous duty and shall have overload capacity of 150% for 60 sec.
e must be rated for ambient conditions of 55 degrees temperature and relative humidity of 95%. In case of deviations in these values, the drive
dequately de-rated which shall be supported by manufacturers derating charts.
otor braking shall be dynamic through inbuilt/external chopper and resistance box. The capacity shall be suitable for providing 150%
que.
e rating should be selected considering derating factor at 55 degree centigrade. The main hoist motors shall have encoder- feedback for
ontrol through VVFD.
must have special software designed for crane application which shall have features like anti-torque lowering, co-ordinated control of thruster
f) The drive must have highly dynamic & precise control with capability to generate 150% torque at zero speed. g) The drive must have static &
to-tuning facility to enable perfect optimisation of connected motor. h) The drive must have all standard protections like stall protection, single
ver voltage, over current, thermal protection of motor & drive etc. i) Model of Drives selected for hoisting, the same model of drives shall be
& CT drive for ease of maintenance. j) Alram & Fault resetting should be possible through remote and cabin. k) Drive Programming
sation software alongwith connecting cable/ adapter suitable for connecting to standard USB port of PC shall be supplied.
rom Cabin
abin with following switches ergonomically designed shall be provided for ease in operation. This should be interlocked & in no case control
vailable in case crane is operated with either from RRC or Cabin. Essentially Following switches be available 1) main Speed & Slow speed for
CT, LT operation. 2) Control On- OFF, Light, Hooter, Switches. One Mushroom projected switch should also be provided for emergency
PB station should be suitably earthed. A 5.0 kg dry chemical powder fire extinguisher with a long discharge nozzle should be provided &
clamped on to LT platform.
CABIN:
of crane cabin should be limited to 2150 mm. Opening to be cage on the platform should be approximately 750 mm x 750 mm. Suitable ladder
provided between the cage and the inspection platform of the crane. The controllers should be so positioned as to facilitate easy operation &
ce. A warning bell (Electrically operated industrial type with 6" gong) and Fire extinguisher of 4.5 litre capacity with long discharge nozzle should
d in operator's cabin. One more bell is to be provided sturdy conventional pendulum type made of good bell metal and to be well secured inside
n a convenient position for easy operation. A revolving type cushioned seat is to be provided in the cabin for the crane operator. A 2 feet 20 watt
tube fitting, one 16" sweep cabin fan with guard should be provided.
on lamp with 20 meter 3 core flexible cable is to be provided with 240 Volt plug point in the cabin.
epth of control cabin should be such that it should not interfere with any other structure / semi gantry crane / machines in the entire bay. For this
ust check all the available clearances at the side before finalizing/ designing of the crane dimension.
mote Controller: RRC shall comprise of the following.
ter: It shall be suitable for 2 steps control of AC drive through push buttons. The 2-steps pushbutton remote must have following
Hoist: Up/Down, through 2 steps Pushbuttons. Long Travel:Left/Right, through 2 steps Pushbuttons. Cross Travel: Fwd/Right, through 2
h buttons. Hooter Operation: Normal push button Crane lights ON/OFF push button Emergency Stop: Raised distinctive push button. Key
movable unique key to disable transmitter. Battery check facility & indicator. Push buton for drive fault reset.B) Receiver with antenna
above transmitter. C) Battery charger. D) 2 set of batteries for transmitter.
: The transmitter shall be lightweight, rugged, reliable and made from ABS plastic. It shall be operable from Ni-Cd rechargeable battery,
l provide minimum 72 hours of operations with full charge. It shall be supplied housed in a protective leather cover.
shall be supplied housed in a suitable panel and shall have antenna for receiving transmitter signals. It shall have following features:
arger: It shall be suitable for charging the Ni-Cd batteries of transmitter. It shall constant current type with auto-cut off facility on full charge.
hall also be available for charging cycle and status of the battery etc.
Batteries suitable for 72 Hrs operation of transmitter are to be supplied.
anel: The panel shall be of good quality powder coated of IP54 grade, crane duty and shall contain following accessories.
ssor based digital encoding and decoding system with immunity from spurious signals and should use 16 bits identity code unique to each
m.
auto checking between transmitter and receiver communication, so as to stop the complete system in case of failure at either end.
ing of the commanded motion and stopping of all the motions in case of any erretic behaviour either way.
ould confirm to national and international safety standards like IS 3771(latest) CLAUSE 14.5, & furnish details of safety & QA plan
ge Lighting
HPSV, with energy efficient HPL 150 Watts flood lights with fittings should be provided with suitable guard protection below the Platform.
er supply will be only 415 volts, 3 phase, 3 wire, 50 cycles. Step down transformer required for 220 Volt bridge lights, cconnected with the
upply and not in the crane circuit. Mode Selection switch i.e Control On, Off , Mode Selection like Cabin or RRC selection switch shall be
sufficient height shall be provided to climb up the crane from operator cabin safely and to land over the platform safely. Sufficient no. of small
eps shall be provided on either side of the girder for easy climbing over the CT trolley. All ladders to be provided with guards to prevent fall.
shall be supplied complete with all wiring and materials. Collectors on the crane bridge and on the crab shall be provided where applicable.
ype flexible cable with necessary trolleys and festooned system shall be provided for supply of trolley.
hall be with XLPE / PVC insulated armored/ un armored cables having copper conductor. Wire and cable should be of 1100 Volt grade.
l wiring and installation should strictly confirm to IS Act, 1910 and I.E.E. Rules. 1956 and other standard practice as adopted by the I.S.I.
terminations should be ferruled such that the numbers are clearly visible from out side, crimped terminations should be provided for control
as far as possible for main cables. A set of suitable current collector shoe should be provided to suit the angle iron down shop leads. Details of
wn shop lead and current collector system can be checked at site before finalizing the supply of current collector system.
OP LEAD
ype DSL system to be provided complete with necessary supporting insulators, current collector, straining screws and clamp connectors etc.
should have LED type Indication Bulb for each end for each phase with necessary mounting Brackets. The Power supply shall be fed from its
t rating of the Shrouded type DSL system should not less than 100 Amp.
ICAL SYSTEM :
% 50Hz 1.5 Hz, 3 Phase AC (3 wire system plus ground) Power Supply Source will be provided by BHEL by means of ICTP switch at one
erection purpose. Control Supply for crane shall be 110V AC. All types of cables, connections, circuit breakers, transformers, current
etc. required for connecting the DSL power supply to different parts of the crane / control cabinets, shall be the responsibility of vendor.
l & electronic control cabinets & panels should be dust and vermin proof.
l components in the cabinets should be mounted firmly on Bakelite plate or on DIN Rail so that there is no break in circuitry during traversing &
hit by adjoining Cranes or severe jerks at rail Joints.
l and electronic panels including operator's panel should be provided with fluorescent lamps for sufficient illumination and power receptacles
, 5/15 Amp AC. All adapters/receptacles should have compatibility with Indian
ncluding cross-traverse conductor shall be shrouded DSL. All connecting Cables should be properly dressed in cable trays/ trunking with
clamps. Cable for Crane lighting shall be in flexible mild steel Conduit pipe.
uld ensure the proper earthing for the crane's electrical equipment & its peripherals.
including Controller system and all supplied items should work trouble free and efficiently under following operating conditions: Power Supply
5 V 10%, 50 Hz, 1.5Hz No. of phases = 3 (3 Wire plus Ground ) Ambient Conditions: Temperature = 5 to 50 degree Celsius
umidity = 95% max.
nditions are tropical, Atmosphere may be dust laden during some part of the year. Crane shall be in the outdoor condition. Max. temperature
up to 25 deg Celsius in 24 hours.
LE Related to Drive Motor & Mechanisms
el
40 % CDF
40 % CDF
40 % CDF
el
oist
ail Size
el (CT) :
l (LT) : The crane rail for L.T. motion is in BHEL's scope. Party has to design the wheels in consultation with BHEL.
oist
el
el (CT) :
l (LT) :
oist
NAL FEATURES
F DIFFERENT COMPONENTS: Bought - Out Materials shall be of best quality, duly tested as per appropriate IS standard and of
makes as below:
er Bearings : SKF/FAG/TIMKEN
: SIEMENS/L&T only
English Electric/ L&T/ Siemens, Semiconductor fuses: Siemens/ English Electric/Bussman.
mit switch / Other Limit Switches: Industry syndicate/ Stromkraft / Stromag / Speed-o- Control/ BCH- Heavy duty.
ctors : Elmex
Material (Steel ): Of reputed makes like TATA/SAIL/ Jindal as per relevant Indian Standards.
s: Shanti Gears/ New Allenbery (Elecon) / Bonfiglioli. In case Crane manufacturer intends to supply their own make / Specific make of
s & Couplings, then performance Guarantee of atleast 5 years shall be provided for those items.
emi Geared Couplings : Nutech/ Fenner / ALFEX. In case Crane manufacturer intends to supply their own make / Specific make of Gear
ouplings, then performance Guarantee of atleast 5 years shall be provided for those items.
Usha Martin make only.
rming IS 5: 1984;Colour Shade No. 591 of Asian / Appcolite/ Nerolac/ Berger make.
Motor : Inverter grade of either Siemens / Alstom/ ABB/ Crompton make Crane Duty as per relevant IS. 325 etc.
puted make
d on each wheel
ANCE:
stress the need of adequate maintenance facility for all gearboxes and working mechanism which shall be located above platform level and
sily approachable for good maintenance
eakup of mechanical, hydraulic, electrical and electronic spares used on the crane in sufficient quantity as per recommendation of Vendor for 2
ouble free operation on three shifts continuous running basis should be offered by vendor. The list to include following, in addition to other
ded spares:(Unit Price of each item of spare should be offered).
& Hydraulic Spares: Thrusters Brake, Gears, Pinions, Shafts, Wheels, Hydraulic Seals for Gear Boxes, Drum etc.
Electronic Spares: All types of Transmitter/ Receiver spares like PCBs relays etc other electronic spares for RRC and AC Drives.
onfirm that complete list of spares for the crane and its controls along with specification / type / model, and name & address of the spare
all be furnished along with documentation to be supplied with the Crane.
RRANGEMENTS: Following safety features in addition to other standard safety features should be provided on the crane.
uld have adequate and reliable safety interlocks / devices to avoid damage to the crane, work piece and the operator due to the malfunctioning
. Crane functions should be continuously monitored and alarm / warning indications through lights/ alarms should be available.
st of all alarms / indications provided on Crane should be submitted by the supplier.
ing parts used on machine should be statically & dynamically balanced to avoid undue vibrations. Open gears, couplings, fans/ rotating
ld be provided with suitably guarded.
fting arrangement like Lifting Hooks, Jacking pads, Eye Bolts etc is required for lifting of Motors, other subassemblies or heavier
Switches should be provided at suitable locations.
y / environmental protection enclosure is required it should be built on the Crane by the vendor.
Crane should be appllied only after providing rust-preventer ( primer ) coat.
tion as per section 4(i) of the noise pollution (Regulation and control) Rules 2000 as amended time to time (Latest amendment jan-2010). This
sured as per DIN45635-16. Vendor to demonstrate compliances to this.
& COMMISSIONING:
s to be Erected at site by the supplier with their own labour, tools and tackles. All equipments like lifting arrangement, winch, Sheaves/
ulley Block etc shall be brought by the supplier on returnable basis.
er shall bring their own instruments to check Rail level / Water level etc ( on returnable basis ) for mounting / Fixing accessories for DSL . The
all be performed at BHEL site for proving of the crane w.r.t technical, Safety Parameters etc the Crane shall be commissioned.
ts like gradual loading, overload at 125%, Deflection test at 100% load, Braking, Operational Speeds etc shall be conducted after proving of the
echnical, Safety Parameters etc before commissioning of the crane.
ning-spares, required for commissioning of the crane shall be brought by the supplier on returnable basis.
ny, of the crane / sub- assemblies / panel or other accessories where paint has rubbed off or peeled during transit or erection should be
nd merged with the original surrounding paint by the vendor. For this purpose, the vendor should supply sufficient quantity of touch-up paint of
ours of paint used.
duration, terms & conditions for E&C should be furnished in detail separately by vendor along with offer.
ent like Lifting arrangement, Winch, Mobile Crane, Sheave Pulley Blocks, Tools & tackles etc shall be brought by the Supplier on
basis. Other Special tools and equipment required for erection of the Crane shall be brought by the vendor on returnable basis. Necessary tools
Wrench, Spanners, Keys, grease guns etc. for operation and maintenance of the crane should be supplied.
ry levels / other instruments and devices for testing of the Crane except Load test Blocks should be brought by Vendor on returnable basis.
ce: Adequate maintenance accessibility shall be provided for ease in maintenance for assemblies/sub-assemblies including gear boxes /
/ Panel / wiring/ etc.
mpart training to BHEL personnel for operation & for maintenance at BHEL works after Erection, Commissioning and handing over of the
plier should arrange for training of BHEL personnel free of cost for the offered RRC system / Drives maintenance.
NTATION : Three sets of following documents (Hard copies) in English language should be supplied along with the crane.
ng.
howing full details of cranes with dimensions / end clearances (between centre of LT rails to column face of building), overhead clearance
s, hook approach limits, lift height, Details of Web thickness baffle plates, Stiffeners ,of Girder section , End carriage ( Boggies) Trolley Section
ubmit appropriate Q.A. Plan.
ipt of Order:
for Box Girder, End Carriage structural plates/ Web / Stiffener plate, Wheel Load calculation & Calculation for selection of Diameter of Wheel,
rbox and Brake etc. 3 - sets of followings documents like G. A Drawings, Structural drawings like End- carriage, Box Girder,
Drawings/ Sub- assembly Drawings, Gear Box Drawings (specially of Typical Gears having Helix Angle, Pressure Angles, Modules etc.)
urrent Collector System, Hook Block, LT & CT wheel, Main Hook assembly LT machinery, Hoisting machinery, Electrical Drawings comprising
ntrol Circuits , Electronic Circuitry diagram for RRC etc. No fabrication / purchase of BO. Items should be taken up before the approval of the
upply of crane
aintenance manual of Crane. Spares- part list / concerned drawing of the spares -3 Sets.
ce, Interface & commissioning manuals for Controller & drives - 2 Sets along with drive parameterisation software.
, O&M Manuals of all bought out items including drawings, wherever applicable.
Proof load certificates of Hooks (Test certificates from a recognized Government Test House) , Wire Rope ( Break load test Certificate having
afety not less than 6 shall also be furnished) , Forgings, wheels - Chemical composition, UV test report , Weld joints X- ray Test
st report of Structural material, Electrical components, Brakes, Spring Loaded Buffers etc shall also be furnished.
ection : BHEL Officials will stage inspect the crane for test-witness/ Physical inspection of Sub-assemblies, Gear Box, Wire Rope, Hooks,
tc before closing of girder and these stage inspection shall be carried out before painting of crane girders/ components. Supplier will furnish
ates & guarantee for performance of these components / unit. BHEL may witness the Hooks proof load test at OEM's works.
During Final inspection before dispatch, the supplier shall assemble the complete crane and arrange for its physical inspection & checking of
as per IS 3177( 2005 or latest ) , the same shall be witnessed by BHEL officials. Load test at 125% & deflection at 100% load shall be
along with running of sub assemblies shall also be witnessed. During this relevant Test, certificates by OEM of Hooks, Wire Rope, Thrusters
FD Drives, RRC Master Controllers, Limit Switches, Gear Boxes etc shall also be examined.
oints shall be identified and indicated in a drawing for ultra sound / x ray test. This drawings shall be submitted to us for approval before
All approved critical joints will be accordingly subjected to ultrasound / x-ray test at the time of inspection. Vendor to arrange all necessary
s for this at the time of inspection.
Overload test at 125% shall be conducted . Deflection at 100 % load shall be measured. Operational Speed & braking for all motions shall be
e with relevant IS 3177( 2005 or latest ) . For load test the required load will be provided by BHEL. Remote operation, interlocking,
ce of motors with current measurement, etc shall be carried out. Test- Reports & other documents shall be examined/ verified. If found
, the crane shall be accepted and considered as Handed Over.
hall be performed at BHEL site for proving of the crane w.r.t technical, Safety Parameters etc the Crane shall then only be considered
ned & handed over.
ng for all End Carriages, Girders etc . Other parts like sub- assemblies of cranes, Panel, RRC transmitter/ Panel etc shall be suitably packed so
terial reaches BHEL without any damage/loss in transit.
EE : Guarantee regarding workmanship, material used, design and performance should be provided by the party for a period of
from the date of successful commissioning of the Crane. In case Crane manufacturer intends to supply their own/Specific make
oxes & Couplings other than of our specified make , then performance Guarantee of atleast 5 years shall be provided for those
NEOUS :
xes should have oil level indicator to show the level and condition of the oil in gear box.
used should be of the best of their respective kinds and should of the appropriate I.S. Specification & all workman ship should be of best
: The structural steel work in the bridge and the crab frame should be given one coat of suitable primer with 25 micron of DFT (Dry film
and 48 hours of compalsory curing after painting. Final paint should be done with two coats of lght orange synthetic enamel paint each with a
microns and intermittent curing of minimum 16 hours..
grease etc. for the commissioning of the crane shall be provided by the supplier.
ght out items should be furnished with names of makers and complete literature about the items should be supplied.
is to be erected by the supplier at site with their own labour, tools and tackles, winch. The crane is to be commissioned and tested before
er.
at various steps of speed shall be checked along with current being taken by respective motion motors.
NG CONDITIONS
ly OEM (origional equipment manufactures) will be accepted. In case of offer of foreign OEM submitted by their indian
sociate/ representatives valid copy of aggrement of the OEM with their indian counter part should be submitted along with the offer.
cases the final P.O, if decided in favour of the subject foreign OEM, will be placed on the OEM not a thire indian counter part.
all meet all (A), (B) (C) & (D) to qualify for the tenders.
e vendors who have supplied & commissioned at least five 5 ton or more capacity in last ten years (on the date of opening of
ing information is to be submitted by the vendor about the company where similar cranes have been supplied. This is required from
dor for qualification of there offer.
er
submit/ company
latest performance
certificate
satisfactory
of min
onewhere
year period
(oncrane
the date
of opening of tender)
hemust
customer
along with
PurchaseforOrder
no. andperformance
Purchase Order
date
referred
is installed.(Copy
of
sOrder
ref in should
sectionbe
(A).
Out of five crane at least two cranes must be commissioned within last five years (on the date of opening of
furnished).
lly
offeraddress
of O.E.M.
be accepted. In case of traders / agent proper contract agreement to be submitted also guarantee & spares
postal
ofwould
the customer.
be owned by OEM & suitable under taking to be submitted.
ofspan
min ten
yearEOT
exp. Cranes
in the same
field.by party to
&
of the
supplied
SR. MANAGER(WE&S)
S.J.CHAKRABORTY
Sr.DGM (WE&S)
ANSI
CRJ/9578/R1
SP/CRJ/9578/1
LOCO STORE
ONE NO.
EOT CRANE
ocessed.
nd submitted along with the offer.Technical details also submitted with the offer. Inadequate /
ompliance.
OT CRANE
SPECIFIED / TO BE CONFIRMED
BY
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
DEVIATIONS
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO CONFIRM
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO CONFIRM
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM & SUBMIT
DETAILS
VENDER TO CONFIRM & SUBMIT
DETAILS
VENDER TO CONFIRM & SUBMIT
DETAILS
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO CONFIRM
VENDER TO CONFIRM
A.K. Singh
MANAGER (Store)
G.S. Jalli
Sr. DGM(Store)
1. VENDOR must submit complete information against clause No. 21.0 ( Qualifying condition). The offer meeting this clause would only be pro
2. The " Specified/to be confirmed by" Column and where applicable, the " Deviations" Column of this format shall be filled in by the Vender a
details also submitted with the offer. Inadequate / incomplete, ambiguous, or unsustainable information against any of the clauses of the spec
- compliance.
3. The offer and all documents enclosed with offer should be in English language only.
SPECIFICATION CUM COMPLIANCE CERTIFICATE OF 10T EOT CRANE
S.NO. DESCRIPTION FOR BHEL REQUIREMENT
1.0 SCOPE :
1.1 DESIGN, MANUFACTURING, SUPPLY, ERECTION & COMMISSIONING OF "EOT CRANE 10 T;
"SPAN 24 METERS" COMPLYING WITH SPECIFICATIONS AS BELOW:
1.2 Crane design shall be got vetted by national level certified agency and a copy of the drawing shell be
submitted at the time of approval by the vendor.
2.0 Electric Over Head crane of capacity indicated below is required for loading, unloading of unfinished and
finished components. The same has to work on a prepared gantry in STORE
3.0 CAPACITY AND LEADING DIMENSION
3.1 Safe Working Load
3.3 Duty as per
- Main Hoist
- 10T
- M5
- 21.5 Meter
- 12.0 Meter
- Shank type
- 2.8 Meter
- 0.400 Meter
3.11 Location
(1) Store -
Hoisting / Lowering
Forward/ reverse
Left / Rght
- 6 M/Min
- 20 M/Min
- 40 M/Min
3.15 Speed control for all motion should through VVVFD (Variable Voltage Variable Frequency) drive.
3.16 All the speeds should be controlled in four steps from the cabin. All four steps should have gradual
increase in speed from minimum to maximum. Speed specified above are maximum speeds.
3.17 Speed control system shall be elaborately and clearly mentioned by the tenderer in their offer. Minimum
speed at various steps to be clearly mentioned.
3.18 Minimum speed should not be more than 10% of maximum speed.
3.19 2 step speed Control shall be provided through RRC (RRC transmitter would have dual speed single
push button). Ist step Speed shall be 10% of the full speed & IInd step shall be full Speed. The
Command for Ist step shall enable crane to move at 10% of maximum continuously whereas IInd step
would start crane from 0 to full speed.
3.20 Facility for the resetting of the speed shall be available in the drive.
4.2.5 Hand railing shall be fitted on both side of the end carriages and throughout the length of the platform
( height of 1.1 m. ) parallel to girder. Size of the hand rail shall be not less than 25 mm bore heavy gauge
steel pipe. The vertical pipes to have flanges at the bottom for proper support. Suitable hand railing
should be provided on CT Trolley also.
4.2.6 All Rotating parts & Overhang parts should be suitably guarded.
4.3 END CARRIAGE
4.3.1 The end carriages shall be of approved design, with L type Brackets of substantial construction and
ample stiffness built up of mild steel sections securely riveted or welded together. They shall project over
the run way rails and shall be so arranged that in the event of derailment the drop cannot exceed 25 mm.
Proper hand railing should be provided on end carriage.
4.3.2 The end carriages of the crane are to be mounted on double flanged wheels of approved diameter in
accordance with IS:3177. Number of wheels on each side of the crane shall be 2 Nos ( Total 4 Nos in the
Crane for LT motion ) The Wheel should be of forged steel having composition as Cr 55 Mn 75 ( EN 9)
hardened to 300-350 BHN with minimum depth 10mm confirming SAE 1055 / IS 1570 & shall be fitted
with roller bearings. Greasing nipples should be provided and the grease be retained and dirt excluded
by means of suitable seals.
4.4.2 TRAVELLING MOTION BRAKE : A thruster brake to be fitted on each individual drive of the track
wheels. These brakes should be arranged to be operated from the control desk as well as remote
control. The brakes to be of post type with hinged shoes, lined with good quality reinforced bonded brake
lining and arranged for easy adjustment for the necessary wear on lining time to time.
4.4.3 An independent additional mech. / electrical operating brake is to be provided in LT motion to stop the
crane immediately in case of power failure. This should also be operated from Radio remote on
emergency condition.
4.5 CRABE FRAME :
4.5.1 This should be built up of steel sections and plates like Channels , T- Beam & / or fabricated plates to
proper thickness and the upper surface of the frame should be plated over wherever required in order to
give great lateral rigidly and maintenance facility. There should be lubricating point provided
conveniently on the top for easy lubrication to all moving parts below the surface of the trolley such
as balancing sheaves etc.
4.5.2 Crab Traverse Mechanism: One No CT Motor with suitable Gear Box shall be connected to Two
Nos driving wheels. The Gear box driving shaft should be suitably coupled with adequate Geared
coupling/ pedestal/ Plummer block so that facility for ease in maintenenace is not compromised.
4.5.3 The wheel should be of forged steel material of approved diameters duly secured to hard shaft steel
axles and to run on sturdy roller bearing of SKF make. The bearings to be enclosed in a housing and
arrangement for grease lubrications should be provided. One axle should be driven by a motor through
an enclosed good design harden spur gears of good quality. A thruster brake should be provided.
4.5.4 The cross travel gear box should be well secured at least by four bolts two on each side opposite the
each other.
4.6 HOISTING MECHANISM :
4.6.1 This shall consist of heavy duty mild steel fabricated rope drum driven by totally enclosed bearing. The
drums shall be of ample diameter and sufficient length to take the full amount of rope without over
lapping when the hooks are in the highest position and when hooks are in the lowest position there shall
be at least two full turns of rope remaining on each drum. The method of attachment of the ropes shall
be such that in the event of a rope unwinding completely, there shall be no danger of its becoming free
from the drum. The drum should have right and left hand spiral grooves machined to suit the hoisting
rope and would be spigotted and bolted to the final driving gear. The whole gear box should be smooth
and noiseless in operation and preferably of complete helical gear type construction. The rope
anchorage at each end should have at least two independent clamps.
4.6.2 The gear arrangement should consist of heat treated alloy steel pinions and carbon steel gears, the
larger gears may have forged carbon steel rims shrunk on and secured to heavy duty cast iron centres or
cast steel. All gears shall have machine cut teeth & hardened to 266- 300 BHN, the high speed gears
having single helical teeth, and the reminder teeth and free from noise, for smooth operation. The drum
shaft and pinion shaft shall be mounted on antifriction bearings and all gear arrangement shall be
enclosed in a heavy duty cast iron gear box with jointing surfaces machined and made leak proof.
4.6.3 A thruster creep brake to be fitted on the high speed shaft. The brake to be of the post type with hinged
shoes. Shoe must be lined with best quality reinforced bonded asbestos industrial brake lining and
arranged for easy adjustment. The brake should be normally held on by a balance weight and released
by a thruster in the circuit of hoist motor.
4.10.2 The relays and contactors should be robust design & generally in conformity with BS: 587. The Remote
and Cabin interfacing should have perfect isolation & Limit switches for safe operation of crane. All coils
of contactors & relays should have RC surge suppressors.
4.10.3 Suitable rating control transformer should be provided for the control of the circuit.
4.10.4 Isolator switch fuse unit should be capable of load breaking and mechanically robust. Isolation to be of
quick brake type and it should be of GE Control (EE) make. Main Isolating switch should be mounted in
the operator's cabin.
4.11 AC Vector Drive:
4.11.1 The drive must be of PWM flux vector control technology employing IGBT's for achieving near
sinusoidal output voltage. It must have the following specifications:
4.11.2 a) The drive must be rated for continuous duty and shall have overload capacity of 150% for 60 sec.
4.11.3 b) The drive must be rated for ambient conditions of 55 degrees temperature and relative humidity of
95%. In case of deviations in these values, the drive must be adequately de-rated which shall be
supported by manufacturers derating charts.
4.11.4 c) The motor braking shall be dynamic through inbuilt/external chopper and resistance box. The
capacity shall be suitable for providing 150% braking torque.
4.11.5 d) The drive rating should be selected considering derating factor at 55 degree centigrade. The main
hoist motors shall have encoder- feedback for optimum control through VVFD.
4.11.6 The drive must have special software designed for crane application which shall have features like antitorque lowering, co-ordinated control of thruster brakes etc. f) The drive must have highly dynamic &
precise control with capability to generate 150% torque at zero speed. g) The drive must have static &
dynamic auto-tuning facility to enable perfect optimisation of connected motor. h) The drive must have all
standard protections like stall protection, single phasing, over voltage, over current, thermal protection of
motor & drive etc. i) Model of Drives selected for hoisting, the same model of drives shall be used for LT
& CT drive for ease of maintenance. j) Alram & Fault resetting should be possible through remote and
cabin. k) Drive Programming parameterisation software alongwith connecting cable/ adapter
suitable for connecting to standard USB port of PC shall be supplied.
4.12.2 An inspection lamp with 20 meter 3 core flexible cable is to be provided with 240 Volt plug point in the
cabin.
4.12.3 The total depth of control cabin should be such that it should not interfere with any other structure / semi
gantry crane / machines in the entire bay. For this supplier must check all the available clearances at the
side before finalizing/ designing of the crane dimension.
4.13 Radio Remote Controller: RRC shall comprise of the following.
4.13.1 A) Transmitter: It shall be suitable for 2 steps control of AC drive through push buttons. The 2-steps
pushbutton remote must have following functions: Hoist: Up/Down, through 2 steps Pushbuttons.
Long Travel:Left/Right, through 2 steps Pushbuttons. Cross Travel: Fwd/Right, through 2 steps Push
buttons. Hooter Operation: Normal push button Crane lights ON/OFF push button Emergency Stop:
Raised distinctive push button. Key switch: Removable unique key to disable transmitter. Battery
check facility & indicator. Push buton for drive fault reset.B) Receiver with antenna suitable for above
transmitter. C) Battery charger. D) 2 set of batteries for transmitter.
4.13.2 Transmitter: The transmitter shall be lightweight, rugged, reliable and made from ABS plastic. It shall
be operable from Ni-Cd rechargeable battery, which shall provide minimum 72 hours of operations
with full charge. It shall be supplied housed in a protective leather cover.
4.13.3 Receiver: It shall be supplied housed in a suitable panel and shall have antenna for receiving transmitter
signals. It shall have following features:
4.13.4 Battery Charger: It shall be suitable for charging the Ni-Cd batteries of transmitter. It shall constant
current type with auto-cut off facility on full charge. Indication shall also be available for charging cycle
and status of the battery etc.
4.13.5 Batteries: Batteries suitable for 72 Hrs operation of transmitter are to be supplied.
4.13.6 Interface Panel: The panel shall be of good quality powder coated of IP54 grade, crane duty and shall
contain following accessories.
4.13.7 Microprocessor based digital encoding and decoding system with immunity from spurious signals and
should use 16 bits identity code unique to each RRC system.
4.13.8 Continuous auto checking between transmitter and receiver communication, so as to stop the complete
system in case of failure at either end.
4.13.9 Auto checking of the commanded motion and stopping of all the motions in case of any erretic behaviour
either way.
4.13.10 System should have self-diagnostic and alphanumeric fault display.
4.13.11 System should confirm to national and international safety standards like IS 3771(latest) CLAUSE
14.5, & furnish details of safety & QA plan followed.
4.13.12 Operating range should be minimum 150 MTRs.
4.13.13 The output relays for driving motion contactors shall be heavy duty, rated for 10Amps at 110V AC.
4.15 LADDER
4.15.1 A ladder of sufficient height shall be provided to climb up the crane from operator cabin safely and to
land over the platform safely. Sufficient no. of small ladders/ steps shall be provided on either side of the
girder for easy climbing over the CT trolley. All ladders to be provided with guards to prevent fall.
4.16 WIRING:
4.16.1 The crane shall be supplied complete with all wiring and materials. Collectors on the crane bridge and on
the crab shall be provided where applicable.
4.16.2 Moveable type flexible cable with necessary trolleys and festooned system shall be provided for supply
of trolley.
4.16.3 All wiring shall be with XLPE / PVC insulated armored/ un armored cables having copper conductor. Wire
and cable should be of 1100 Volt grade.
4.16.4 All electrical wiring and installation should strictly confirm to IS Act, 1910 and I.E.E. Rules. 1956 and
other standard practice as adopted by the I.S.I.
4.16.5 All control terminations should be ferruled such that the numbers are clearly visible from out side,
crimped terminations should be provided for control cables and as far as possible for main cables. A set
of suitable current collector shoe should be provided to suit the angle iron down shop leads. Details of
existing down shop lead and current collector system can be checked at site before finalizing the supply
of current collector system.
The current rating of the Shrouded type DSL system should not less than 150 Amp.
4.17.3 Siuitable current collectors with cable shall be provided
5.0
ELECTRICAL SYSTEM :
5.1 415V 10% 50Hz 1.5 Hz, 3 Phase AC (3 wire system plus ground) Power Supply Source will be
provided by BHEL by means of ICTP switch at one location for erection purpose. Control Supply for
crane shall be 110V AC. All types of cables, connections, circuit breakers, transformers, current
collectors etc. required for connecting the DSL power supply to different parts of the crane / control
cabinets, shall be the responsibility of vendor.
5.3 All electrical & electronic control cabinets & panels should be dust and vermin proof.
5.4 All electrical components in the cabinets should be mounted firmly on Bakelite plate or on DIN Rail so
that there is no break in circuitry during traversing & accidental hit by adjoining Cranes or severe jerks at
rail Joints.
5.5 All electrical and electronic panels including operator's panel should be provided with fluorescent lamps
for sufficient illumination and power receptacles of 220Volts, 5/15 Amp AC. All adapters/receptacles
should have compatibility with Indian
5.6 All cables including cross-traverse conductor shall be shrouded DSL. All connecting Cables should be
properly dressed in cable trays/ trunking with appropriate clamps. Cable for Crane lighting shall be in
flexible mild steel Conduit pipe.
5.7 Vendor should ensure the proper earthing for the crane's electrical equipment & its peripherals.
5.10 Weather conditions are tropical, Atmosphere may be dust laden during some part of the year. Crane
shall be in the outdoor condition. Max. temperature variation is up to 25 deg Celsius in 24 hours.
40 % CDF
40 % CDF
40 % CDF
7.11 Geared/ Semi Geared Couplings : Nutech/ Fenner / ALFEX. In case Crane manufacturer intends to
supply their own make / Specific make of Gear Boxes & Couplings, then performance Guarantee of
atleast 5 years shall be provided for those items.
7.15 Electrical Motor : Inverter grade of either Siemens / Alstom/ ABB/ Crompton make Crane Duty as per
relevant IS. 325 etc.
7.16 MCCB /SFU: EE/Siemens/ ABB / L&T make.
7.17 Flood Light : Energy Efficient (With Protective Guard) Phillips / Bajaj/ Crompton/GE make.
7.18 Variable Frequency Drives: Siemens/ L&T- Yaskawa / ABB/Allen Bradley only.
7.19 Hooter: Reputed make
7.20 Push buttons ( Siemens/ BCH/ L&T make only )
7.21 RRC : Radio Remote : Acroplolis/ SNT Control make only.
8.0
10.2 Mechanical & Hydraulic Spares: Thrusters Brake, Gears, Pinions, Shafts, Wheels, Hydraulic Seals for
Gear Boxes, Drum etc.
10.3 Electrical /Electronic Spares: All types of Transmitter/ Receiver spares like PCBs relays etc other
electronic spares for RRC and AC Drives.
10.4 Vendor to confirm that complete list of spares for the crane and its controls along with specification / type
/ model, and name & address of the spare supplier shall be furnished along with documentation to be
supplied with the Crane.
11.0 SAFETY ARRANGEMENTS: Following safety features in addition to other standard safety
features should be provided on the crane.
11.1 Crane should have adequate and reliable safety interlocks / devices to avoid damage to the crane, work
piece and the operator due to the malfunctioning or mistakes. Crane functions should be continuously
monitored and alarm / warning indications through lights/ alarms should be available.
11.2 A detailed list of all alarms / indications provided on Crane should be submitted by the supplier.
11.3 All the pipes, cables etc. on the crane should be well supported and protected.
11.4 All the rotating parts used on machine should be statically & dynamically balanced to avoid undue
vibrations. Open gears, couplings, fans/ rotating parts should be provided with suitably guarded.
11.5 Suitable Lifting arrangement like Lifting Hooks, Jacking pads, Eye Bolts etc is required for lifting of
Motors, other subassemblies or heavier structures.
11.6 Emergency Switches should be provided at suitable locations.
11.7 Electrical cable & signalling cables should be suitably separated.
12.0 ENVIRONMENTAL PERFORMANCE OF THE MACHINE :
12.1 The Crane shall conform to following factors related to environment:
12.2 If any safety / environmental protection enclosure is required it should be built on the Crane by the
vendor.
12.3 Paint of the Crane should be appllied only after providing rust-preventer ( primer ) coat.
12.4 Oil / Grease should not dip/ fall from the Crane.
12.5 Noise Pollution as per section 4(i) of the noise pollution (Regulation and control) Rules 2000 as amended
time to time (Latest amendment jan-2010). This will be measured as per DIN45635-16. Vendor to
demonstrate compliances to this.
13.0 ERECTION & COMMISSIONING:
13.1 The crane is to be Erected at site by the supplier with their own labour, tools and tackles. All
equipments like lifting arrangement, winch, Sheaves/ Sheave Pulley Block etc shall be brought by
the supplier on returnable basis.
13.2 The supplier shall bring their own instruments to check Rail level / Water level etc ( on returnable basis )
for mounting / Fixing accessories for DSL . The load test shall be performed at BHEL site for proving of
the crane w.r.t technical, Safety Parameters etc the Crane shall be commissioned.
13.3 Various tests like gradual loading, overload at 125%, Deflection test at 100% load, Braking, Operational
Speeds etc shall be conducted after proving of the crane w.r.t technical, Safety Parameters etc before
commissioning of the crane.
13.4 Commissioning-spares, required for commissioning of the crane shall be brought by the supplier on
returnable basis.
13.5 Portion, if any, of the crane / sub- assemblies / panel or other accessories where paint has rubbed off or
peeled during transit or erection should be repainted and merged with the original surrounding paint by
the vendor. For this purpose, the vendor should supply sufficient quantity of touch-up paint of various
colours of paint used.
13.6 Schedule of Erection and Commissioning shall be submitted before starting of erection work
13.7 Charges, duration, terms & conditions for E&C should be furnished in detail separately by vendor
along with offer.
14.0 TOOLS FOR ERECTION, OPERATION & MAINTENANCE :
14.1 All equipment like Lifting arrangement, Winch, Mobile Crane, Sheave Pulley Blocks, Tools & tackles
etc shall be brought by the Supplier on returnable basis. Other Special tools and equipment required for
erection of the Crane shall be brought by the vendor on returnable basis. Necessary tools like Torque
Wrench, Spanners, Keys, grease guns etc. for operation and maintenance of the crane should be
supplied.
14.2 All necessary levels / other instruments and devices for testing of the Crane except Load test Blocks
should be brought by Vendor on returnable basis.
14.3 Maintenance: Adequate maintenance accessibility shall be provided for ease in maintenance for
assemblies/sub-assemblies including gear boxes / machinery / Panel / wiring/ etc.
15.0 TRAINING:
15.1 Vendor to impart training to BHEL personnel for operation & for maintenance at BHEL works after
Erection, Commissioning and handing over of the Crane. Supplier should arrange for training of BHEL
personnel free of cost for the offered RRC system / Drives maintenance.
16.0 DOCUMENTATION : Three sets of following documents (Hard copies) in English language should
be supplied along with the crane.
16.1 During participation in technical Bid.
16.1.1 G.A. Drawing.
16.1.2 Wheel Load Diagram ( Wheel Distance & Wheel Load ).
16.1.3 Sketches showing full details of cranes with dimensions / end clearances (between centre of LT rails to
column face of building), overhead clearance from LT rails, hook approach limits, lift height, Details of
Web thickness baffle plates, Stiffeners ,of Girder section , End carriage ( Boggies) Trolley Section etc.
16.3.3 Maintenance, Interface & commissioning manuals for Controller & drives - 2 Sets along with drive
parameterisation software.
16.3.4 Catalogues, O&M Manuals of all bought out items including drawings, wherever applicable.
16.3.5 Detailed specification of all rubber items like Oil- Seals / O- Rings etc.
16.3.6 One Soft copy for the above requisites shall also be supplied in CD.
16.3.7 Chemical & Proof load certificates of Hooks (Test certificates from a recognized Government Test
House) , Wire Rope ( Break load test Certificate having Factor of safety not less than 6 shall also be
furnished) , Forgings, wheels - Chemical composition, UV test report , Weld joints X- ray Test
reports, Test report of Structural material, Electrical components, Brakes, Spring Loaded Buffers etc
shall also be furnished.
17.1.2 Load Test : During Final inspection before dispatch, the supplier shall assemble the complete crane and
arrange for its physical inspection & checking of the camber as per IS 3177( 2005 or latest ) , the same
shall be witnessed by BHEL officials. Load test at 125% & deflection at 100% load shall be measured
along with running of sub assemblies shall also be witnessed. During this relevant Test, certificates by
OEM of Hooks, Wire Rope, Thrusters Brakes, VVFD Drives, RRC Master Controllers, Limit Switches,
Gear Boxes etc shall also be examined.
17.1.3 Important joints shall be identified and indicated in a drawing for ultra sound / x ray test. This drawings
shall be submitted to us for approval before inspection .All approved critical joints will be accordingly
subjected to ultrasound / x-ray test at the time of inspection. Vendor to arrange all necessary
equipments for this at the time of inspection.
17.2.3 Load Test shall be performed at BHEL site for proving of the crane w.r.t technical, Safety Parameters etc
the Crane shall then only be considered commissioned & handed over.
18.0 PACKING:
18.1 Rigid packing for all End Carriages, Girders etc . Other parts like sub- assemblies of cranes, Panel, RRC
transmitter/ Panel etc shall be suitably packed so that the material reaches BHEL without any
damage/loss in transit.
19.0
GUARANTEE
20.0
MISCELLANEOUS :
20.1 All gear boxes should have oil level indicator to show the level and condition of the oil in gear box.
20.2 All material used should be of the best of their respective kinds and should of the appropriate I.S.
Specification & all workman ship should be of best quality.
20.3 PAINTING : The structural steel work in the bridge and the crab frame should be given one coat of
suitable primer with 25 micron of DFT (Dry film Thickness) and 48 hours of compalsory curing after
painting. Final paint should be done with two coats of lght orange synthetic enamel paint each with a
DFT of 25 microns and intermittent curing of minimum 16 hours..
20.4 First fill oil, grease etc. for the commissioning of the crane shall be provided by the supplier.
20.5 Tool box with standard tools shall be supplied with the crane.
20.6 List of bought out items should be furnished with names of makers and complete literature about the
items should be supplied.
20.12 Supplier shall inform BHEL in advance to witness assembly and load test.
20.13 The crane is to be erected by the supplier at site with their own labour, tools and tackles, winch. The
crane is to be commissioned and tested before handing over.
20.14 All motions at various steps of speed shall be checked along with current being taken by respective
motion motors.
21.0 QUALIFYING CONDITIONS
21.1 Offer of only OEM (origional equipment manufactures) will be accepted. In case of offer of foreign
OEM submitted by their indian partner/Associate/ representatives valid copy of aggrement of the
OEM with their indian counter part should be submitted along with the offer. In all such cases the
final P.O, if decided in favour of the subject foreign OEM, will be placed on the OEM not a thire
indian counter part.
21.2 Vendor shall meet all (A), (B) (C) & (D) to qualify for the tenders.
A) Those vendors who have supplied & commissioned at least five 10 ton or more capacity in
last ten years (on the date of opening of tender) .
B) Supplier must submit latest performance certificate for satisfactory performance of min one
year period (on the date of opening of tender) five cranes ref in section (A). Out of five crane at
least two cranes must be commissioned within last five years (on the date of opening of tender).
C) Generally offer of O.E.M. would be accepted. In case of traders / agent proper contract
agreement to be submitted also guarantee & spares supply to be owned by OEM & suitable under
taking to be submitted.
D) Proof of min ten year exp. in the same field.
21.3 The following information is to be submitted by the vendor about the company where similar
cranes have been supplied. This is required from all the vendor for qualification of there offer.
21.4
Name of the customer / company along with Purchase Order no. and Purchase Order date
where referred crane is installed.(Copy of Purchase Order should be furnished).
21.5
21.6
21.7
21.8
21.9
Phone, FAX no. and email address of the contact person of the customer.
21.10
22
A.K. Shivpuri
SR. MANAGER(WE&S)
S.J.CHAKRABORTY
Sr.DGM (WE&S)
Specification No.
CRJ/9579/R1
Item No.
SP/CRJ/9579/1
Location
STORE
Quantity
ONE NO.
mn of this format shall be filled in by the Vender and submitted along with the offer.Technical
information against any of the clauses of the specification / requirements shall be treated as non
SPECIFIED / TO BE
CONFIRMED BY
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
DEVIATIONS
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO CONFIRM
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO CONFIRM
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO CONFIRM
VENDER TO CONFIRM
A.K. Singh
MANAGER (Store)
G.S. Jalli
Sr. DGM(Store)
1. VENDOR must submit complete information against clause No. 21.0 ( Qualifying condition). The offer meeting this clause would only be p
2. The " Specified/to be confirmed by" Column and where applicable, the " Deviations" Column of this format shall be filled in by the Vender
incomplete, ambiguous, or unsustainable information against any of the clauses of the specification / requirements shall be treated as non -
3. The offer and all documents enclosed with offer should be in English language only.
SPECIFICATION CUM COMPLIANCE CERTIFICATE OF 15/5 EOT CRANE
S.NO. DESCRIPTION FOR BHEL REQUIREMENT
1.0 SCOPE :
1.1 DESIGN, MANUFACTURING, SUPPLY, ERECTION & COMMISSIONING OF "EOT CRANE 15/5 T; SPAN 12 METERS" COMPLYING WIT
SPECIFICATIONS AS BELOW:
1.2 Crane design shall be got vetted by national level certified agency and a copy of the drawing shell be submitted at the time of approval by th
2.0 Electric Over Head crane of capacity indicated below is required for loading, unloading of unfinished and finished components. The same ha
on a prepared gantry in BAY-7
3.0 CAPACITY AND LEADING DIMENSION
3.1 Safe Working Load
- Main Hoist
- 15T
- Aux. Hoist
- 5T
- M5
- 10.8.00 Meter
- 8.0 Meter
- 8.0 Meter (However it may change depending upon actual site condition).
- Shank type
- 2.8 Meter
- 0.450 Meter
(1) Bay-7,
Hoisting / Lowering
- 6 M/Min
Hoisting / Lowering
- 8 M/Min
Forward/ reverse
Left / Rght
- 20 M/Min
- 60 M/Min
3.15 Speed control for all motion should through VVVFD (Variable Voltage Variable Frequency) drive.
3.16 All the speeds should be controlled in four steps from the cabin. All four steps should have gradual increase in speed from minimum to maxi
Speed specified above are maximum speeds.
3.17 Speed control system shall be elaborately and clearly mentioned by the tenderer in their offer. Minimum speed at various steps to be clearly
mentioned.
3.18 Minimum speed should not be more than 10% of maximum speed.
3.19 2 step speed Control shall be provided through RRC (RRC transmitter would have dual speed single push button). Ist step Speed shall be
full speed & IInd step shall be full Speed. The Command for Ist step shall enable crane to move at 10% of maximum continuously whereas I
would start crane from 0 to full speed.
3.20 Facility for the resetting of the speed shall be available in the drive.
3.21 DESIGN STANDARD IS 807/2006 & 3177
4.0 WORK PIECE MATERIAL
4.1 The crane shall be generally of box type double girder construction and to be designed for class M5 duty in accordance with BSS: 466/1960
IS:3177. Material shall be of tested quality as per relevant I. S.
4.2 BRIDGE CONSTRUCTION :
4.2.1 The bridge should comprise of two main girders with two out riggers and the end carriage built up from mild steel channel with adequate diap
or stiffing plates. Each bridge girder shall be fabricated and dispatched without any spliced joints.
4.2.2 M.S. chequred plate platform shall be provided along the full length on both sides of he crane with Toe Board to comply with statutory
requirement of factory act. Platform shall have clear width of minimum 1000 mm.
4.2.3 Box Girder & End carriage joints should have fit bolts only.
4.2.4 For all bolted joints the holes are to be drilled and reamed and bolts are to be force fitted.
4.2.5 Hand railing shall be fitted on both side of the end carriages and throughout the length of the platform ( height of 1.1 m. ) parallel to girder. S
hand rail shall be not less than 25 mm bore heavy gauge steel pipe. The vertical pipes to have flanges at the bottom for proper support. S
hand railing should be provided on CT Trolley also.
4.2.6 All Rotating parts & Overhang parts should be suitably guarded.
4.3 END CARRIAGE
4.3.1 The end carriages shall be of approved design, with L type Brackets of substantial construction and ample stiffness built up of mild steel sec
securely riveted or welded together. They shall project over the run way rails and shall be so arranged that in the event of derailment the dro
exceed 25 mm. Proper hand railing should be provided on end carriage.
4.3.2 The end carriages of the crane are to be mounted on double flanged wheels of approved diameter in accordance with IS:3177. Number o
on each side of the crane shall be 2 Nos ( Total 4 Nos in the Crane for LT motion ) The Wheel should be of forged steel having composition
Mn 75 ( EN 9) hardened to 300-350 BHN with minimum depth 10mm confirming SAE 1055 / IS 1570 & shall be fitted with roller bearings. G
4.3.3 Twin drive system to be adopted for LT travel.
4.4 TRAVELLING MECHANISM:
4.4.1 One wheel in each carriage is to be driven by a machine out forged steel gears by a motor mounted on or adjacent to the carriage. Motors o
end carriage.
4.4.2 TRAVELLING MOTION BRAKE : A thruster brake to be fitted on each individual drive of the track wheels. These brakes should be arranged
operated from the control desk as well as remote control. The brakes to be of post type with hinged shoes, lined with good quality reinforced
brake lining and arranged for easy adjustment for the necessary wear on lining time to time.
4.4.3 An independent additional mech. / electrical operating brake is to be provided in LT motion to stop the crane immediately in case of power fa
should also be operated from Radio remote on emergency condition.
4.5.1 This should be built up of steel sections and plates like Channels , T- Beam & / or fabricated plates to proper thickness and the upper sur
frame should be plated over wherever required in order to give great lateral rigidly and maintenance facility. There should be lubricating poin
conveniently on the top for easy lubrication to all moving parts below the surface of the trolley such as balancing sheaves etc.
4.5.2 Crab Traverse Mechanism: One No CT Motor with suitable Gear Box shall be connected to Two Nos driving wheels. The Gear box d
should be suitably coupled with adequate Geared coupling/ pedestal/ Plummer block so that facility for ease in maintenenace is not comprom
4.5.3 The wheel should be of forged steel material of approved diameters duly secured to hard shaft steel axles and to run on sturdy roller bear
make. The bearings to be enclosed in a housing and arrangement for grease lubrications should be provided. One axle should be driven
through an enclosed good design harden spur gears of good quality. A thruster brake should be provided.
4.5.4 The cross travel gear box should be well secured at least by four bolts two on each side opposite the each other.
4.6 HOISTING MECHANISM :
4.6.1 This shall consist of heavy duty mild steel fabricated rope drum driven by totally enclosed bearing. The drums shall be of ample diameter an
sufficient length to take the full amount of rope without over lapping when the hooks are in the highest position and when hooks are in the lo
position there shall be at least two full turns of rope remaining on each drum. The method of attachment of the ropes shall be such that in th
a rope unwinding completely, there shall be no danger of its becoming free from the drum. The drum should have right and left hand spiral g
machined to suit the hoisting rope and would be spigotted and bolted to the final driving gear. The whole gear box should be smooth and noi
operation and preferably of complete helical gear type construction. The rope anchorage at each end should have at least two independent
4.6.2 The gear arrangement should consist of heat treated alloy steel pinions and carbon steel gears, the larger gears may have forged carbon ste
shrunk on and secured to heavy duty cast iron centres or cast steel. All gears shall have machine cut teeth & hardened to 266- 300 BHN, the
speed gears having single helical teeth, and the reminder teeth and free from noise, for smooth operation. The drum shaft and pinion shaft s
mounted on antifriction bearings and all gear arrangement shall be enclosed in a heavy duty cast iron gear box with jointing surfaces mach
made leak proof.
4.6.3 A thruster creep brake to be fitted on the high speed shaft. The brake to be of the post type with hinged shoes. Shoe must be lined with bes
reinforced bonded asbestos industrial brake lining and arranged for easy adjustment. The brake should be normally held on by a balance we
released by a thruster in the circuit of hoist motor.
4.7.4 Anti - collision device should be provided in the LT motion (both side). The device shaould be so set to stop the crane at the distance of 1-2 m
device shall be connected only in interlock circuits.
4.7.5 All limit switches should be connected only in interlock circuits.
4.8 ROPE HOOK AND SHEAVES:
4.8.1 The hoist shall have the factor of safety being not less than 6. Load should be supported on 4 falls. Wire rope should be non rotating type h
6X37/36 filler construction.
4.8.2 The Hooks shall be High Tensile Steel Shank Hook ( Trapezoidal Secion). Duly Hardened & Tempered. Hook Material & Manufacturing Sha
As Per Is 3815:1977 Material Grade-3. The hook should Swivel freely on thrust ball bearing.
4.8.3 Sheaves are to be of heavy duty cast iron mounted on Ball bearings. Guards to be fitted to prevent the rope leaving the sheaves, even whe
if lowered to the rest on the ground and rope allowed falling slack. The hook guard should be secured in such a manner that there should
protruding in the inner side of the hooks.
4.9 MOTORS:
4.9.1 The motors should be inverter grade having `F' class insulation having S4 duty with approx.150 starts/hr and shall comply with IS: 325 a
to manufacturer's standard. The winding should be suitably insulated and tropicalised. All motors should be suitable for use on 415 + 1
50 +1.5%Hz 3-Phase, 3 wire, 50 cycles AC supply. Motors shall be suitable to be controlled by VVFD Drives.
4.10.1 The control panel shall be of RITTAL/BCH make conforming to all safety standards and wiring practices. It shall be of IP54 class and sh
comprise of following: Incomer SFU/MCCB, AC Drive for all motions. Standard accessories for drives like semiconductor line fuses,
contactor, Line communicating & output chokes, Dynamic braking chopper and resistance, Radio Remote Control receiver and all interfac
accessories for control of crane from Cabin /RRC.
4.10.2 The relays and contactors should be robust design & generally in conformity with BS: 587. The Remote and Cabin interfacing should have p
isolation & Limit switches for safe operation of crane. All coils of contactors & relays should have RC surge suppressors.
4.10.3 Suitable rating control transformer should be provided for the control of the circuit.
4.10.4 Isolator switch fuse unit should be capable of load breaking and mechanically robust. Isolation to be of quick brake type and it should be of G
(EE) make. Main Isolating switch should be mounted in the operator's cabin.
4.11 AC Vector Drive:
4.11.1 The drive must be of PWM flux vector control technology employing IGBT's for achieving near sinusoidal output voltage. It must have the fo
specifications:
4.11.2 a) The drive must be rated for continuous duty and shall have overload capacity of 150% for 60 sec.
4.11.3 b) The drive must be rated for ambient conditions of 55 degrees temperature and relative humidity of 95%. In case of deviations in these val
drive must be adequately de-rated which shall be supported by manufacturers derating charts.
4.11.4 c) The motor braking shall be dynamic through inbuilt/external chopper and resistance box. The capacity shall be suitable for pro
150% braking torque.
4.11.5 d) The drive rating should be selected considering derating factor at 55 degree centigrade. The main hoist motors shall have encoderfor optimum control through VVFD.
4.11.6 The drive must have special software designed for crane application which shall have features like anti-torque lowering, co-ordinated contro
thruster brakes etc. f) The drive must have highly dynamic & precise control with capability to generate 150% torque at zero speed. g) The d
have static & dynamic auto-tuning facility to enable perfect optimisation of connected motor. h) The drive must have all standard protections
protection, single phasing, over voltage, over current, thermal protection of motor & drive etc. i) Model of Drives selected for hoisting, the sa
of drives shall be used for LT & CT drive for ease of maintenance. j) Alram & Fault resetting should be possible through remote and cabin. k)
Programming parameterisation software alongwith connecting cable/ adapter suitable for connecting to standard USB port of PC sh
supplied.
4.12.1 The depth of crane cabin should be limited to 2150 mm. Opening to be cage on the platform should be approximately 750 mm x 750 mm
ladder should be provided between the cage and the inspection platform of the crane. The controllers should be so positioned as to fac
operation & maintenance. A warning bell (Electrically operated industrial type with 6" gong) and Fire extinguisher of 4.5 litre capacity
4.12.2 An inspection lamp with 20 meter 3 core flexible cable is to be provided with 240 Volt plug point in the cabin.
discharge nozzle should be provided in operator's cabin. One more bell is to be provided sturdy conventional pendulum type made of good
and to be well secured inside the cabin in a convenient position for easy operation. A revolving type cushioned seat is to be provided in th
4.12.3 the
Thecrane
total depth
of control
should
be suchtube
that fitting,
it should
not
interfere
/ semi
crane / machines in the enti
operator.
A 2 feetcabin
20 watt
fluorescent
one
16"
sweep with
cabinany
fanother
with structure
guard should
begantry
provided.
this supplier must check all the available clearances at the side before finalizing/ designing of the crane dimension.
4.13 Radio Remote Controller: RRC shall comprise of the following.
4.13.1 A) Transmitter: It shall be suitable for 2 steps control of AC drive through push buttons. The 2-steps pushbutton remote must have follow
functions: Hoist: Up/Down, through 2 steps Pushbuttons. Long Travel:Left/Right, through 2 steps Pushbuttons. Cross Travel: Fwd/Rig
through 2 steps Push buttons. Hooter Operation: Normal push button Crane lights ON/OFF push button Emergency Stop: Raised dist
push button. Key switch: Removable unique key to disable transmitter. Battery check facility & indicator. Push buton for drive fault reset.
Receiver with antenna suitable for above transmitter. C) Battery charger. D) 2 set of batteries for transmitter.
4.13.2 Transmitter: The transmitter shall be lightweight, rugged, reliable and made from ABS plastic. It shall be operable from Ni-Cd rechargea
battery, which shall provide minimum 72 hours of operations with full charge. It shall be supplied housed in a protective leather cover.
4.13.3 Receiver: It shall be supplied housed in a suitable panel and shall have antenna for receiving transmitter signals. It shall have following featu
4.13.4 Battery Charger: It shall be suitable for charging the Ni-Cd batteries of transmitter. It shall constant current type with auto-cut off facility on fu
Indication shall also be available for charging cycle and status of the battery etc.
4.13.5 Batteries: Batteries suitable for 72 Hrs operation of transmitter are to be supplied.
4.13.6 Interface Panel: The panel shall be of good quality powder coated of IP54 grade, crane duty and shall contain following accessories.
4.13.7 Microprocessor based digital encoding and decoding system with immunity from spurious signals and should use 16 bits identity code uniqu
RRC system.
4.13.8 Continuous auto checking between transmitter and receiver communication, so as to stop the complete system in case of failure at either en
4.13.9 Auto checking of the commanded motion and stopping of all the motions in case of any erretic behaviour either way.
4.13.10 System should have self-diagnostic and alphanumeric fault display.
4.13.11 System should confirm to national and international safety standards like IS 3771(latest) CLAUSE 14.5, & furnish details of safety & Q
followed.
4.13.12 Operating range should be minimum 150 MTRs.
4.13.13 The output relays for driving motion contactors shall be heavy duty, rated for 10Amps at 110V AC.
4.14 Crane Bridge Lighting
4.14.1 Four Nos HPSV, with energy efficient HPL 150 Watts flood lights with fittings should be provided with suitable guard protection below the Pl
4.14.2 As the power supply will be only 415 volts, 3 phase, 3 wire, 50 cycles. Step down transformer required for 220 Volt bridge lights, cconnected
incoming supply and not in the crane circuit. Mode Selection switch i.e Control On, Off , Mode Selection like Cabin or RRC selection switch
provided.
4.15 LADDER
4.15.1 A ladder of sufficient height shall be provided to climb up the crane from operator cabin safely and to land over the platform safely. Sufficient
small ladders/ steps shall be provided on either side of the girder for easy climbing over the CT trolley. All ladders to be provided with guard
prevent fall.
4.16 WIRING:
4.16.1 The crane shall be supplied complete with all wiring and materials. Collectors on the crane bridge and on the crab shall be provided where a
4.16.2 Moveable type flexible cable with necessary trolleys and festooned system shall be provided for supply of trolley.
4.16.3 All wiring shall be with XLPE / PVC insulated armored/ un armored cables having copper conductor. Wire and cable should be of 1100 Volt g
4.16.4 All electrical wiring and installation should strictly confirm to IS Act, 1910 and I.E.E. Rules. 1956 and other standard practice as adopted by th
4.16.5 All control terminations should be ferruled such that the numbers are clearly visible from out side, crimped terminations should be provided
cables and as far as possible for main cables. A set of suitable current collector shoe should be provided to suit the angle iron down s
Details of existing down shop lead and current collector system can be checked at site before finalizing the supply of current collector system
ELECTRICAL SYSTEM :
5.1 415V 10% 50Hz 1.5 Hz, 3 Phase AC (3 wire system plus ground) Power Supply Source will be provided by BHEL by means of ICTP swit
location for erection purpose. Control Supply for crane shall be 110V AC. All types of cables, connections, circuit breakers, transformers,
collectors etc. required for connecting the DSL power supply to different parts of the crane / control cabinets, shall be the responsibility of v
5.4 All electrical components in the cabinets should be mounted firmly on Bakelite plate or on DIN Rail so that there is no break in circuitry durin
traversing & accidental hit by adjoining Cranes or severe jerks at rail Joints.
5.5 All electrical and electronic panels including operator's panel should be provided with fluorescent lamps for sufficient illumination and power
receptacles of 220Volts, 5/15 Amp AC. All adapters/receptacles should have compatibility with Indian
5.6 All cables including cross-traverse conductor shall be shrouded DSL. All connecting Cables should be properly dressed in cable trays/ trunki
appropriate clamps. Cable for Crane lighting shall be in flexible mild steel Conduit pipe.
5.7 Vendor should ensure the proper earthing for the crane's electrical equipment & its peripherals.
5.8 AMBIENT CONDITIONS & THERMAL STABILITY :
5.9 Total Crane including Controller system and all supplied items should work trouble free and efficiently under following operating conditions: P
Supply Voltage: 415 V 10%, 50 Hz, 1.5Hz No. of phases = 3 (3 Wire plus Ground ) Ambient Conditions: Temperature = 5 to 50
Celsius Relative Humidity = 95% max.
5.10 Weather conditions are tropical, Atmosphere may be dust laden during some part of the year. Crane shall be in the outdoor condition. Max.
temperature variation is up to 25 deg Celsius in 24 hours.
6.0 DUTY CYCLE Related to Drive Motor & Mechanisms
6.1 MOTOR
6.1.1 Hoists
40 % CDF
40 % CDF
40 % CDF
7.6 Cables : Copper cables with ISI mark only. Asian / Universal/ Finolex /
Torrent.
7.7 Gravity Limit switch / Other Limit Switches: Industry syndicate/ Stromkraft / Stromag / Speed-o- Control/ BCH- Heavy duty.
7.8 T.B Connectors : Elmex
7.9 Structural Material (Steel ): Of reputed makes like TATA/SAIL/ Jindal as per relevant Indian Standards.
7.10 Gear Boxes: Shanti Gears/ New Allenbery (Elecon) / Bonfiglioli. In case Crane manufacturer intends to supply their own make / Specifi
Gear Boxes & Couplings, then performance Guarantee of atleast 5 years shall be provided for those items.
7.11 Geared/ Semi Geared Couplings : Nutech/ Fenner / ALFEX. In case Crane manufacturer intends to supply their own make / Specific m
Gear Boxes & Couplings, then performance Guarantee of atleast 5 years shall be provided for those items.
7.12 Wire rope : Usha Martin make only.
7.13 Shrouded DSL : Copper material. Make Susheel Engg,/ Stromag/ Safetrack only.
7.14 Paint Confirming IS 5: 1984;Colour Shade No. 591 of Asian / Appcolite/ Nerolac/ Berger make.
7.15 Electrical Motor : Inverter grade of either Siemens / Alstom/ ABB/ Crompton make Crane Duty as per relevant IS. 325 etc.
7.16 MCCB /SFU: EE/Siemens/ ABB / L&T make.
7.17 Flood Light : Energy Efficient (With Protective Guard) Phillips / Bajaj/ Crompton/GE make.
7.18 Variable Frequency Drives: Siemens/ L&T- Yaskawa / ABB/Allen Bradley only.
7.19 Hooter: Reputed make
7.20 Push buttons ( Siemens/ BCH/ L&T make only )
7.21 RRC : Radio Remote : Acroplolis/ SNT Control make only.
8.0
9.1 We would stress the need of adequate maintenance facility for all gearboxes and working mechanism which shall be located above platform
shall be easily approachable for good maintenance
10.0 SPARES:
10.1 Itemised breakup of mechanical, hydraulic, electrical and electronic spares used on the crane in sufficient quantity as per recommendation o
for 2 years for trouble free operation on three shifts continuous running basis should be offered by vendor. The list to include following, in ad
other recommended spares:(Unit Price of each item of spare should be offered).
10.2 Mechanical & Hydraulic Spares: Thrusters Brake, Gears, Pinions, Shafts, Wheels, Hydraulic Seals for Gear Boxes, Drum etc.
10.3 Electrical /Electronic Spares: All types of Transmitter/ Receiver spares like PCBs relays etc other electronic spares for RRC and AC Drives.
10.4 Vendor to confirm that complete list of spares for the crane and its controls along with specification / type / model, and name & address of th
supplier shall be furnished along with documentation to be supplied with the Crane.
11.0 SAFETY ARRANGEMENTS: Following safety features in addition to other standard safety features should be provided on the c
11.1 Crane should have adequate and reliable safety interlocks / devices to avoid damage to the crane, work piece and the operator due to the
malfunctioning or mistakes. Crane functions should be continuously monitored and alarm / warning indications through lights/ alarms shoul
available.
11.2 A detailed list of all alarms / indications provided on Crane should be submitted by the supplier.
11.3 All the pipes, cables etc. on the crane should be well supported and protected.
11.4 All the rotating parts used on machine should be statically & dynamically balanced to avoid undue vibrations. Open gears, couplings, fan
parts should be provided with suitably guarded.
11.5 Suitable Lifting arrangement like Lifting Hooks, Jacking pads, Eye Bolts etc is required for lifting of Motors, other subassemblies or he
structures.
11.6 Emergency Switches should be provided at suitable locations.
11.7 Electrical cable & signalling cables should be suitably separated.
12.0 ENVIRONMENTAL PERFORMANCE OF THE MACHINE/ CRANE :
12.1 The Crane shall conform to following factors related to environment:
12.2 If any safety / environmental protection enclosure is required it should be built on the Crane by the vendor.
12.3 Paint of the Crane should be appllied only after providing rust-preventer ( primer ) coat.
12.4 Oil / Grease should not dip/ fall from the Crane.
12.5 Noise Pollution as per section 4(i) of the noise pollution (Regulation and control) Rules 2000 as amended time to time (Latest amendment ja
This will be measured as per DIN45635-16. Vendor to demonstrate compliances to this.
13.0 ERECTION & COMMISSIONING:
13.1 The crane is to be Erected at site by the supplier with their own labour, tools and tackles. All equipments like lifting arrangement, winch,
Sheave Pulley Block etc shall be brought by the supplier on returnable basis.
13.2 The supplier shall bring their own instruments to check Rail level / Water level etc ( on returnable basis ) for mounting / Fixing accessories fo
The load test shall be performed at BHEL site for proving of the crane w.r.t technical, Safety Parameters etc the Crane shall be commissione
13.3 Various tests like gradual loading, overload at 125%, Deflection test at 100% load, Braking, Operational Speeds etc shall be conducted after
the crane w.r.t technical, Safety Parameters etc before commissioning of the crane.
13.4 Commissioning-spares, required for commissioning of the crane shall be brought by the supplier on returnable basis.
13.5 Portion, if any, of the crane / sub- assemblies / panel or other accessories where paint has rubbed off or peeled during transit or erection sho
repainted and merged with the original surrounding paint by the vendor. For this purpose, the vendor should supply sufficient quantity of touc
of various colours of paint used.
13.6 Schedule of Erection and Commissioning shall be submitted before starting of erection work
13.7 Charges, duration, terms & conditions for E&C should be furnished in detail separately by vendor along with offer.
14.0 TOOLS FOR ERECTION, OPERATION & MAINTENANCE :
14.1 All equipment like Lifting arrangement, Winch, Mobile Crane, Sheave Pulley Blocks, Tools & tackles etc shall be brought by the Supplie
returnable basis. Other Special tools and equipment required for erection of the Crane shall be brought by the vendor on returnable basis. N
tools like Torque Wrench, Spanners, Keys, grease guns etc. for operation and maintenance of the crane should be supplied.
14.2 All necessary levels / other instruments and devices for testing of the Crane except Load test Blocks should be brought by Vendor on returna
14.3 Maintenance: Adequate maintenance accessibility shall be provided for ease in maintenance for assemblies/sub-assemblies including
boxes / machinery / Panel / wiring/ etc.
15.0 TRAINING:
15.1 Vendor to impart training to BHEL personnel for operation & for maintenance at BHEL works after Erection, Commissioning and handing ove
Crane. Supplier should arrange for training of BHEL personnel free of cost for the offered RRC system / Drives maintenance.
16.0 DOCUMENTATION : Three sets of following documents (Hard copies) in English language should be supplied along with the crane
16.1 During participation in technical Bid.
16.1.3 Sketches showing full details of cranes with dimensions / end clearances (between centre of LT rails to column face of building), overhead c
from LT rails, hook approach limits, lift height, Details of Web thickness baffle plates, Stiffeners ,of Girder section , End carriage ( Boggies) T
Section etc.
16.1.4 Vendor to submit appropriate Q.A. Plan.
16.2 After Receipt of Order:
16.2.1 Calculation for Box Girder, End Carriage structural plates/ Web / Stiffener plate, Wheel Load calculation & Calculation for selection of Diame
Wheel, Motor, Gearbox and Brake etc. 3 - sets of followings documents like G. A Drawings, Structural drawings like End- carriage
Girder, Assembly Drawings/ Sub- assembly Drawings, Gear Box Drawings (specially of Typical Gears having Helix Angle, Pressure Angles
etc.) ,Bracket/ Current Collector System, Hook Block, LT & CT wheel, Main Hook assembly LT machinery, Hoisting machinery, Electrical Draw
comprising Power , Control Circuits , Electronic Circuitry diagram for RRC etc. No fabrication / purchase of BO. Items should be taken up b
approval of the drawings.
16.3.7 Chemical & Proof load certificates of Hooks (Test certificates from a recognized Government Test House) , Wire Rope ( Break load test Cer
having Factor of safety not less than 6 shall also be furnished) , Forgings, wheels - Chemical composition, UV test report , Weld
ray Test reports, Test report of Structural material, Electrical components, Brakes, Spring Loaded Buffers etc shall also be furnished.
1.7.1.1 Stage Inspection : BHEL Officials will stage inspect the crane for test-witness/ Physical inspection of Sub-assemblies, Gear Box, Wire
Hooks, Weld test etc before closing of girder and these stage inspection shall be carried out before painting of crane girders/ components. S
furnish test certificates & guarantee for performance of these components / unit. BHEL may witness the Hooks proof load test at OEM's wor
17.1.2 Load Test : During Final inspection before dispatch, the supplier shall assemble the complete crane and arrange for its physical inspection &
of the camber as per IS 3177( 2005 or latest ) , the same shall be witnessed by BHEL officials. Load test at 125% & deflection at 100% load
measured along with running of sub assemblies shall also be witnessed. During this relevant Test, certificates by OEM of Hooks, Wire Rope
Brakes, VVFD Drives, RRC Master Controllers, Limit Switches, Gear Boxes etc shall also be examined.
17.1.3 Important joints shall be identified and indicated in a drawing for ultra sound / x ray test. This drawings shall be submitted to us for approva
inspection .All approved critical joints will be accordingly subjected to ultrasound / x-ray test at the time of inspection. Vendor to arrange all n
equipments for this at the time of inspection.
17.2.2 Load Test : Overload test at 125% shall be conducted . Deflection at 100 % load shall be measured. Operational Speed & braking for all mot
be tested in line with relevant IS 3177( 2005 or latest ) . For load test the required load will be provided by BHEL. Remote operation, inte
Performance of motors with current measurement, etc shall be carried out. Test- Reports & other documents shall be examined/ verifie
satisfactory, the crane shall be accepted and considered as Handed Over.
17.2.3 Load Test shall be performed at BHEL site for proving of the crane w.r.t technical, Safety Parameters etc the Crane shall then only be con
commissioned & handed over.
18.0 PACKING:
18.1 Rigid packing for all End Carriages, Girders etc . Other parts like sub- assemblies of cranes, Panel, RRC transmitter/ Panel etc shall be suita
packed so that the material reaches BHEL without any damage/loss in transit.
19.0 GUARANTEE : Guarantee regarding workmanship, material used, design and performance should be provided by the party for
of 24 months from the date of successful commissioning of the Crane. In case Crane manufacturer intends to supply their own/S
make of Gear Boxes & Couplings other than of our specified make , then performance Guarantee of atleast 5 years shall be pr
for those items.
20.0 MISCELLANEOUS :
20.1 All gear boxes should have oil level indicator to show the level and condition of the oil in gear box.
20.2 All material used should be of the best of their respective kinds and should of the appropriate I.S. Specification & all workman ship should
quality.
20.3 PAINTING : The structural steel work in the bridge and the crab frame should be given one coat of suitable primer with 25 micron of DF
Thickness) and 48 hours of compalsory curing after painting. Final paint should be done with two coats of lght orange synthetic enamel
with a DFT of 25 microns and intermittent curing of minimum 16 hours..
20.4 First fill oil, grease etc. for the commissioning of the crane shall be provided by the supplier.
20.5 Tool box with standard tools shall be supplied with the crane.
20.6 List of bought out items should be furnished with names of makers and complete literature about the items should be supplied.
20.12 Supplier shall inform BHEL in advance to witness assembly and load test.
20.13 The crane is to be erected by the supplier at site with their own labour, tools and tackles, winch. The crane is to be commissioned and tes
handing over.
20.14 All motions at various steps of speed shall be checked along with current being taken by respective motion motors.
21.0 QUALIFYING CONDITIONS
21.1 Offer of only OEM (origional equipment manufactures) will be accepted. In case of offer of foreign OEM submitted by their indian
partner/Associate/ representatives valid copy of aggrement of the OEM with their indian counter part should be submitted along wi
offer. In all such cases the final P.O, if decided in favour of the subject foreign OEM, will be placed on the OEM not a thire indian co
part.
21.2 Vendor shall meet all (A), (B) (C) & (D) to qualify for the tenders.
A) Those vendors who have supplied & commissioned at least five 15 ton or more capacity in last ten years (on the date of open
tender) .
21.3 The following information is to be submitted by the vendor about the company where similar cranes have been supplied. This is re
from
all the vendor
for qualification
of there offer.
B) Supplier
must submit
latest performance
certificate for satisfactory performance of min one year period (on the date of opening
tender) five cranes ref in section (A). Out of five crane at least two cranes must be commissioned within last five years (on the date
opening of tender).
21.4 Name of the customer / company along with Purchase Order no. and Purchase Order date where referred crane is installed.(C
Purchase
Order
should
be furnished).
C) Generally
offer
of O.E.M.
would be accepted. In case of traders / agent proper contract agreement to be submitted also guarante
spares supply to be owned by OEM & suitable under taking to be submitted.
21.5
21.6
21.7
21.8
21.9
21.10
22
Performance certificate from the customers, on their letter head, regarding satisfactory performance of machine su
them.
BHEL reserves the right to verify information submitted by vendor. In case the information is found to be false / in
the offer shall be rejected.
ARJUN SINGH
MANAGER(WE&S)
A.K.SHIVPURI
SR.MANAGER(WE&S)
DESIGN, MANUFACTURING, SUPPLY, ERECTION & COMMISSIONING OF 15/5 TON EOT CRANE
COMPLYING AS PER SPECIFICATION BELOW
VENDOR must submit complete information against clause No. 21.0 ( Qualifying condition). The offer meeting this clause would only be processed.
The " Specified/to be confirmed by" Column and where applicable, the " Deviations" Column of this format shall be filled in by the Vender and submitted along with the offer.T
omplete, ambiguous, or unsustainable information against any of the clauses of the specification / requirements shall be treated as non - compliance.
The offer and all documents enclosed with offer should be in English language only.
SPECIFICATION CUM COMPLIANCE CERTIFICATE OF 15/5 EOT CRANE
OPE :
SIGN, MANUFACTURING, SUPPLY, ERECTION & COMMISSIONING OF "EOT CRANE 15/5 T; SPAN 12 METERS" COMPLYING WITH
ECIFICATIONS AS BELOW:
ane design shall be got vetted by national level certified agency and a copy of the drawing shell be submitted at the time of approval by the vendor.
ectric Over Head crane of capacity indicated below is required for loading, unloading of unfinished and finished components. The same has to work
a prepared gantry in BAY-7
fe Working Load
- Main Hoist
- 15T
fe Working Load
- Aux. Hoist
- 5T
ty as per
- M5
) Normal Span
- 12.00 Meter ( However, actual available span & other dimensions are required to be checked by supplier before
mmencement of the work)
- 10.8.00 Meter
- 8.0 Meter
- 8.0 Meter (However it may change depending upon actual site condition).
pe of Hook
- Shank type
- 2.8 Meter
eration
cation
- 0.450 Meter
Bay-7,
LL GEARED SPEED
Main hoist
Hoisting / Lowering
- 6 M/Min
Aux. Hoist
Hoisting / Lowering
- 8 M/Min
Forward/ reverse
Left / Rght
- 20 M/Min
- 60 M/Min
eed control for all motion should through VVVFD (Variable Voltage Variable Frequency) drive.
the speeds should be controlled in four steps from the cabin. All four steps should have gradual increase in speed from minimum to maximum.
eed specified above are maximum speeds.
eed control system shall be elaborately and clearly mentioned by the tenderer in their offer. Minimum speed at various steps to be clearly
ntioned.
tep speed Control shall be provided through RRC (RRC transmitter would have dual speed single push button). Ist step Speed shall be 10% of the
speed & IInd step shall be full Speed. The Command for Ist step shall enable crane to move at 10% of maximum continuously whereas IInd step
uld start crane from 0 to full speed.
cility for the resetting of the speed shall be available in the drive.
e crane shall be generally of box type double girder construction and to be designed for class M5 duty in accordance with BSS: 466/1960 and or
3177. Material shall be of tested quality as per relevant I. S.
RIDGE CONSTRUCTION :
e bridge should comprise of two main girders with two out riggers and the end carriage built up from mild steel channel with adequate diaphragms
stiffing plates. Each bridge girder shall be fabricated and dispatched without any spliced joints.
S. chequred plate platform shall be provided along the full length on both sides of he crane with Toe Board to comply with statutory
quirement of factory act. Platform shall have clear width of minimum 1000 mm.
x Girder & End carriage joints should have fit bolts only.
r all bolted joints the holes are to be drilled and reamed and bolts are to be force fitted.
nd railing shall be fitted on both side of the end carriages and throughout the length of the platform ( height of 1.1 m. ) parallel to girder. Size of the
nd rail shall be not less than 25 mm bore heavy gauge steel pipe. The vertical pipes to have flanges at the bottom for proper support. Suitable
nd railing should be provided on CT Trolley also.
D CARRIAGE
e end carriages shall be of approved design, with L type Brackets of substantial construction and ample stiffness built up of mild steel sections
curely riveted or welded together. They shall project over the run way rails and shall be so arranged that in the event of derailment the drop cannot
ceed 25 mm. Proper hand railing should be provided on end carriage.
e end carriages of the crane are to be mounted on double flanged wheels of approved diameter in accordance with IS:3177. Number of wheels
each side of the crane shall be 2 Nos ( Total 4 Nos in the Crane for LT motion ) The Wheel should be of forged steel having composition as Cr 55
75 ( EN 9) hardened to 300-350 BHN with minimum depth 10mm confirming SAE 1055 / IS 1570 & shall be fitted with roller bearings. Greasing
in drive system to be adopted for LT travel.
AVELLING MECHANISM:
e wheel in each carriage is to be driven by a machine out forged steel gears by a motor mounted on or adjacent to the carriage. Motors of both the
d carriage.
AVELLING MOTION BRAKE : A thruster brake to be fitted on each individual drive of the track wheels. These brakes should be arranged to be
erated from the control desk as well as remote control. The brakes to be of post type with hinged shoes, lined with good quality reinforced bonded
ake lining and arranged for easy adjustment for the necessary wear on lining time to time.
independent additional mech. / electrical operating brake is to be provided in LT motion to stop the crane immediately in case of power failure. This
ould also be operated from Radio remote on emergency condition.
RABE FRAME :
s should be built up of steel sections and plates like Channels , T- Beam & / or fabricated plates to proper thickness and the upper surface of the
me should be plated over wherever required in order to give great lateral rigidly and maintenance facility. There should be lubricating point provided
nveniently on the top for easy lubrication to all moving parts below the surface of the trolley such as balancing sheaves etc.
ab Traverse Mechanism: One No CT Motor with suitable Gear Box shall be connected to Two Nos driving wheels. The Gear box driving shaft
ould be suitably coupled with adequate Geared coupling/ pedestal/ Plummer block so that facility for ease in maintenenace is not compromised.
e wheel should be of forged steel material of approved diameters duly secured to hard shaft steel axles and to run on sturdy roller bearing of SKF
ke. The bearings to be enclosed in a housing and arrangement for grease lubrications should be provided. One axle should be driven by a motor
ough an enclosed good design harden spur gears of good quality. A thruster brake should be provided.
e cross travel gear box should be well secured at least by four bolts two on each side opposite the each other.
OISTING MECHANISM :
s shall consist of heavy duty mild steel fabricated rope drum driven by totally enclosed bearing. The drums shall be of ample diameter and
ficient length to take the full amount of rope without over lapping when the hooks are in the highest position and when hooks are in the lowest
sition there shall be at least two full turns of rope remaining on each drum. The method of attachment of the ropes shall be such that in the event of
ope unwinding completely, there shall be no danger of its becoming free from the drum. The drum should have right and left hand spiral grooves
chined to suit the hoisting rope and would be spigotted and bolted to the final driving gear. The whole gear box should be smooth and noiseless in
eration and preferably of complete helical gear type construction. The rope anchorage at each end should have at least two independent clamps.
e gear arrangement should consist of heat treated alloy steel pinions and carbon steel gears, the larger gears may have forged carbon steel rims
unk on and secured to heavy duty cast iron centres or cast steel. All gears shall have machine cut teeth & hardened to 266- 300 BHN, the high
eed gears having single helical teeth, and the reminder teeth and free from noise, for smooth operation. The drum shaft and pinion shaft shall be
unted on antifriction bearings and all gear arrangement shall be enclosed in a heavy duty cast iron gear box with jointing surfaces machined and
de leak proof.
hruster creep brake to be fitted on the high speed shaft. The brake to be of the post type with hinged shoes. Shoe must be lined with best quality
nforced bonded asbestos industrial brake lining and arranged for easy adjustment. The brake should be normally held on by a balance weight and
eased by a thruster in the circuit of hoist motor.
ere should be heavy duty double limit switch for each hoisting and lowering motions.
avity type limit switch must be provided for hoisting operation in order to provide additional safety.
ries type limit switches with single arm spring loaded allen west type should be provided for traverse motion.
ti - collision device should be provided in the LT motion (both side). The device shaould be so set to stop the crane at the distance of 1-2 meter. The
vice shall be connected only in interlock circuits.
e hoist shall have the factor of safety being not less than 6. Load should be supported on 4 falls. Wire rope should be non rotating type having
37/36 filler construction.
e Hooks shall be High Tensile Steel Shank Hook ( Trapezoidal Secion). Duly Hardened & Tempered. Hook Material & Manufacturing Shall Be Done
Per Is 3815:1977 Material Grade-3. The hook should Swivel freely on thrust ball bearing.
eaves are to be of heavy duty cast iron mounted on Ball bearings. Guards to be fitted to prevent the rope leaving the sheaves, even when the hook
owered to the rest on the ground and rope allowed falling slack. The hook guard should be secured in such a manner that there should be no bolt
otruding in the inner side of the hooks.
OTORS:
e motors should be inverter grade having `F' class insulation having S4 duty with approx.150 starts/hr and shall comply with IS: 325 according
manufacturer's standard. The winding should be suitably insulated and tropicalised. All motors should be suitable for use on 415 + 10% volts,
+1.5%Hz 3-Phase, 3 wire, 50 cycles AC supply. Motors shall be suitable to be controlled by VVFD Drives.
ONTROL GEAR
e control panel shall be of RITTAL/BCH make conforming to all safety standards and wiring practices. It shall be of IP54 class and shall
mprise of following: Incomer SFU/MCCB, AC Drive for all motions. Standard accessories for drives like semiconductor line fuses, Line
ntactor, Line communicating & output chokes, Dynamic braking chopper and resistance, Radio Remote Control receiver and all interfacing
cessories for control of crane from Cabin /RRC.
e relays and contactors should be robust design & generally in conformity with BS: 587. The Remote and Cabin interfacing should have perfect
lation & Limit switches for safe operation of crane. All coils of contactors & relays should have RC surge suppressors.
itable rating control transformer should be provided for the control of the circuit.
lator switch fuse unit should be capable of load breaking and mechanically robust. Isolation to be of quick brake type and it should be of GE Control
E) make. Main Isolating switch should be mounted in the operator's cabin.
Vector Drive:
e drive must be of PWM flux vector control technology employing IGBT's for achieving near sinusoidal output voltage. It must have the following
ecifications:
The drive must be rated for continuous duty and shall have overload capacity of 150% for 60 sec.
The drive must be rated for ambient conditions of 55 degrees temperature and relative humidity of 95%. In case of deviations in these values, the
ve must be adequately de-rated which shall be supported by manufacturers derating charts.
The motor braking shall be dynamic through inbuilt/external chopper and resistance box. The capacity shall be suitable for providing
0% braking torque.
The drive rating should be selected considering derating factor at 55 degree centigrade. The main hoist motors shall have encoder- feedback
optimum control through VVFD.
e drive must have special software designed for crane application which shall have features like anti-torque lowering, co-ordinated control of
uster brakes etc. f) The drive must have highly dynamic & precise control with capability to generate 150% torque at zero speed. g) The drive must
ve static & dynamic auto-tuning facility to enable perfect optimisation of connected motor. h) The drive must have all standard protections like stall
otection, single phasing, over voltage, over current, thermal protection of motor & drive etc. i) Model of Drives selected for hoisting, the same model
drives shall be used for LT & CT drive for ease of maintenance. j) Alram & Fault resetting should be possible through remote and cabin. k) Drive
ogramming parameterisation software alongwith connecting cable/ adapter suitable for connecting to standard USB port of PC shall be
pplied.
ONTROL CABIN:
e depth of crane cabin should be limited to 2150 mm. Opening to be cage on the platform should be approximately 750 mm x 750 mm. Suitable
der should be provided between the cage and the inspection platform of the crane. The controllers should be so positioned as to facilitate easy
eration & maintenance. A warning bell (Electrically operated industrial type with 6" gong) and Fire extinguisher of 4.5 litre capacity with long
n inspection lamp with 20 meter 3 core flexible cable is to be provided with 240 Volt plug point in the cabin.
charge nozzle should be provided in operator's cabin. One more bell is to be provided sturdy conventional pendulum type made of good bell metal
d to be well secured inside the cabin in a convenient position for easy operation. A revolving type cushioned seat is to be provided in the cabin for
hecrane
total depth
of control
should
be suchtube
that fitting,
it should
not
interfere
/ semi
crane / machines in the entire bay. For
operator.
A 2 feetcabin
20 watt
fluorescent
one
16"
sweep with
cabinany
fanother
with structure
guard should
begantry
provided.
s supplier must check all the available clearances at the side before finalizing/ designing of the crane dimension.
Transmitter: It shall be suitable for 2 steps control of AC drive through push buttons. The 2-steps pushbutton remote must have following
ctions: Hoist: Up/Down, through 2 steps Pushbuttons. Long Travel:Left/Right, through 2 steps Pushbuttons. Cross Travel: Fwd/Right,
ough 2 steps Push buttons. Hooter Operation: Normal push button Crane lights ON/OFF push button Emergency Stop: Raised distinctive
sh button. Key switch: Removable unique key to disable transmitter. Battery check facility & indicator. Push buton for drive fault reset.B)
ceiver with antenna suitable for above transmitter. C) Battery charger. D) 2 set of batteries for transmitter.
ansmitter: The transmitter shall be lightweight, rugged, reliable and made from ABS plastic. It shall be operable from Ni-Cd rechargeable
tery, which shall provide minimum 72 hours of operations with full charge. It shall be supplied housed in a protective leather cover.
ceiver: It shall be supplied housed in a suitable panel and shall have antenna for receiving transmitter signals. It shall have following features:
ttery Charger: It shall be suitable for charging the Ni-Cd batteries of transmitter. It shall constant current type with auto-cut off facility on full charge.
ication shall also be available for charging cycle and status of the battery etc.
erface Panel: The panel shall be of good quality powder coated of IP54 grade, crane duty and shall contain following accessories.
croprocessor based digital encoding and decoding system with immunity from spurious signals and should use 16 bits identity code unique to each
RC system.
ntinuous auto checking between transmitter and receiver communication, so as to stop the complete system in case of failure at either end.
to checking of the commanded motion and stopping of all the motions in case of any erretic behaviour either way.
stem should confirm to national and international safety standards like IS 3771(latest) CLAUSE 14.5, & furnish details of safety & QA plan
owed.
e output relays for driving motion contactors shall be heavy duty, rated for 10Amps at 110V AC.
ur Nos HPSV, with energy efficient HPL 150 Watts flood lights with fittings should be provided with suitable guard protection below the Platform.
the power supply will be only 415 volts, 3 phase, 3 wire, 50 cycles. Step down transformer required for 220 Volt bridge lights, cconnected with the
oming supply and not in the crane circuit. Mode Selection switch i.e Control On, Off , Mode Selection like Cabin or RRC selection switch shall be
ovided.
DDER
adder of sufficient height shall be provided to climb up the crane from operator cabin safely and to land over the platform safely. Sufficient no. of
all ladders/ steps shall be provided on either side of the girder for easy climbing over the CT trolley. All ladders to be provided with guards to
event fall.
RING:
e crane shall be supplied complete with all wiring and materials. Collectors on the crane bridge and on the crab shall be provided where applicable.
veable type flexible cable with necessary trolleys and festooned system shall be provided for supply of trolley.
wiring shall be with XLPE / PVC insulated armored/ un armored cables having copper conductor. Wire and cable should be of 1100 Volt grade.
electrical wiring and installation should strictly confirm to IS Act, 1910 and I.E.E. Rules. 1956 and other standard practice as adopted by the I.S.I.
control terminations should be ferruled such that the numbers are clearly visible from out side, crimped terminations should be provided for control
bles and as far as possible for main cables. A set of suitable current collector shoe should be provided to suit the angle iron down shop leads.
tails of existing down shop lead and current collector system can be checked at site before finalizing the supply of current collector system.
OWNSHOP LEAD
LECTRICAL SYSTEM :
5V 10% 50Hz 1.5 Hz, 3 Phase AC (3 wire system plus ground) Power Supply Source will be provided by BHEL by means of ICTP switch at one
ation for erection purpose. Control Supply for crane shall be 110V AC. All types of cables, connections, circuit breakers, transformers, current
lectors etc. required for connecting the DSL power supply to different parts of the crane / control cabinets, shall be the responsibility of vendor.
electrical & electronic control cabinets & panels should be dust and vermin proof.
electrical components in the cabinets should be mounted firmly on Bakelite plate or on DIN Rail so that there is no break in circuitry during
versing & accidental hit by adjoining Cranes or severe jerks at rail Joints.
electrical and electronic panels including operator's panel should be provided with fluorescent lamps for sufficient illumination and power
eptacles of 220Volts, 5/15 Amp AC. All adapters/receptacles should have compatibility with Indian
cables including cross-traverse conductor shall be shrouded DSL. All connecting Cables should be properly dressed in cable trays/ trunking with
propriate clamps. Cable for Crane lighting shall be in flexible mild steel Conduit pipe.
ndor should ensure the proper earthing for the crane's electrical equipment & its peripherals.
al Crane including Controller system and all supplied items should work trouble free and efficiently under following operating conditions: Power
pply Voltage: 415 V 10%, 50 Hz, 1.5Hz No. of phases = 3 (3 Wire plus Ground ) Ambient Conditions: Temperature = 5 to 50 degree
lsius Relative Humidity = 95% max.
eather conditions are tropical, Atmosphere may be dust laden during some part of the year. Crane shall be in the outdoor condition. Max.
mperature variation is up to 25 deg Celsius in 24 hours.
OTOR
ists
40 % CDF
ng Travel
40 % CDF
oss Travel
40 % CDF
ists
ng Travel
oss Travel
in Hoist
xiliary Hoist
ng Travel (LT) : The crane rail for L.T. motion is in BHEL's scope. Party has to design the wheels in consultation with BHEL.
confirm that 15/5 ton EOT crane suitable for gentry rail size-60 Lbs
in Hoist
xiliary Hoist
oss Travel
ng Travel
heel Size
ng Travel (LT) :
in Hoist
xiliary Hoist
PERATIONAL FEATURES
AKES OF DIFFERENT COMPONENTS: Bought - Out Materials shall be of best quality, duly tested as per appropriate IS standard and of
eferred makes as below:
RC fuses: English Electric/ L&T/ Siemens, Semiconductor fuses: Siemens/ English Electric/Bussman.
bles : Copper cables with ISI mark only. Asian / Universal/ Finolex /
rent.
avity Limit switch / Other Limit Switches: Industry syndicate/ Stromkraft / Stromag / Speed-o- Control/ BCH- Heavy duty.
B Connectors : Elmex
uctural Material (Steel ): Of reputed makes like TATA/SAIL/ Jindal as per relevant Indian Standards.
ar Boxes: Shanti Gears/ New Allenbery (Elecon) / Bonfiglioli. In case Crane manufacturer intends to supply their own make / Specific make of
ar Boxes & Couplings, then performance Guarantee of atleast 5 years shall be provided for those items.
ared/ Semi Geared Couplings : Nutech/ Fenner / ALFEX. In case Crane manufacturer intends to supply their own make / Specific make of
ar Boxes & Couplings, then performance Guarantee of atleast 5 years shall be provided for those items.
rouded DSL : Copper material. Make Susheel Engg,/ Stromag/ Safetrack only.
int Confirming IS 5: 1984;Colour Shade No. 591 of Asian / Appcolite/ Nerolac/ Berger make.
ectrical Motor : Inverter grade of either Siemens / Alstom/ ABB/ Crompton make Crane Duty as per relevant IS. 325 etc.
od Light : Energy Efficient (With Protective Guard) Phillips / Bajaj/ Crompton/GE make.
AINTENANCE:
e would stress the need of adequate maintenance facility for all gearboxes and working mechanism which shall be located above platform level and
all be easily approachable for good maintenance
ARES:
mised breakup of mechanical, hydraulic, electrical and electronic spares used on the crane in sufficient quantity as per recommendation of Vendor
2 years for trouble free operation on three shifts continuous running basis should be offered by vendor. The list to include following, in addition to
er recommended spares:(Unit Price of each item of spare should be offered).
chanical & Hydraulic Spares: Thrusters Brake, Gears, Pinions, Shafts, Wheels, Hydraulic Seals for Gear Boxes, Drum etc.
ectrical /Electronic Spares: All types of Transmitter/ Receiver spares like PCBs relays etc other electronic spares for RRC and AC Drives.
ndor to confirm that complete list of spares for the crane and its controls along with specification / type / model, and name & address of the spare
pplier shall be furnished along with documentation to be supplied with the Crane.
FETY ARRANGEMENTS: Following safety features in addition to other standard safety features should be provided on the crane.
ane should have adequate and reliable safety interlocks / devices to avoid damage to the crane, work piece and the operator due to the
lfunctioning or mistakes. Crane functions should be continuously monitored and alarm / warning indications through lights/ alarms should be
ailable.
detailed list of all alarms / indications provided on Crane should be submitted by the supplier.
the pipes, cables etc. on the crane should be well supported and protected.
the rotating parts used on machine should be statically & dynamically balanced to avoid undue vibrations. Open gears, couplings, fans/ rotating
rts should be provided with suitably guarded.
itable Lifting arrangement like Lifting Hooks, Jacking pads, Eye Bolts etc is required for lifting of Motors, other subassemblies or heavier
uctures.
ny safety / environmental protection enclosure is required it should be built on the Crane by the vendor.
int of the Crane should be appllied only after providing rust-preventer ( primer ) coat.
/ Grease should not dip/ fall from the Crane.
ise Pollution as per section 4(i) of the noise pollution (Regulation and control) Rules 2000 as amended time to time (Latest amendment jan-2010).
s will be measured as per DIN45635-16. Vendor to demonstrate compliances to this.
e crane is to be Erected at site by the supplier with their own labour, tools and tackles. All equipments like lifting arrangement, winch, Sheaves/
eave Pulley Block etc shall be brought by the supplier on returnable basis.
e supplier shall bring their own instruments to check Rail level / Water level etc ( on returnable basis ) for mounting / Fixing accessories for DSL .
e load test shall be performed at BHEL site for proving of the crane w.r.t technical, Safety Parameters etc the Crane shall be commissioned.
rious tests like gradual loading, overload at 125%, Deflection test at 100% load, Braking, Operational Speeds etc shall be conducted after proving of
crane w.r.t technical, Safety Parameters etc before commissioning of the crane.
mmissioning-spares, required for commissioning of the crane shall be brought by the supplier on returnable basis.
rtion, if any, of the crane / sub- assemblies / panel or other accessories where paint has rubbed off or peeled during transit or erection should be
painted and merged with the original surrounding paint by the vendor. For this purpose, the vendor should supply sufficient quantity of touch-up paint
various colours of paint used.
hedule of Erection and Commissioning shall be submitted before starting of erection work
arges, duration, terms & conditions for E&C should be furnished in detail separately by vendor along with offer.
equipment like Lifting arrangement, Winch, Mobile Crane, Sheave Pulley Blocks, Tools & tackles etc shall be brought by the Supplier on
urnable basis. Other Special tools and equipment required for erection of the Crane shall be brought by the vendor on returnable basis. Necessary
ls like Torque Wrench, Spanners, Keys, grease guns etc. for operation and maintenance of the crane should be supplied.
necessary levels / other instruments and devices for testing of the Crane except Load test Blocks should be brought by Vendor on returnable basis.
intenance: Adequate maintenance accessibility shall be provided for ease in maintenance for assemblies/sub-assemblies including gear
xes / machinery / Panel / wiring/ etc.
AINING:
ndor to impart training to BHEL personnel for operation & for maintenance at BHEL works after Erection, Commissioning and handing over of the
ane. Supplier should arrange for training of BHEL personnel free of cost for the offered RRC system / Drives maintenance.
OCUMENTATION : Three sets of following documents (Hard copies) in English language should be supplied along with the crane.
A. Drawing.
etches showing full details of cranes with dimensions / end clearances (between centre of LT rails to column face of building), overhead clearance
m LT rails, hook approach limits, lift height, Details of Web thickness baffle plates, Stiffeners ,of Girder section , End carriage ( Boggies) Trolley
ction etc.
ndor to submit appropriate Q.A. Plan.
er Receipt of Order:
lculation for Box Girder, End Carriage structural plates/ Web / Stiffener plate, Wheel Load calculation & Calculation for selection of Diameter of
heel, Motor, Gearbox and Brake etc. 3 - sets of followings documents like G. A Drawings, Structural drawings like End- carriage, Box
der, Assembly Drawings/ Sub- assembly Drawings, Gear Box Drawings (specially of Typical Gears having Helix Angle, Pressure Angles, Modules
.) ,Bracket/ Current Collector System, Hook Block, LT & CT wheel, Main Hook assembly LT machinery, Hoisting machinery, Electrical Drawings
mprising Power , Control Circuits , Electronic Circuitry diagram for RRC etc. No fabrication / purchase of BO. Items should be taken up before the
proval of the drawings.
tailed Maintenance manual of Crane. Spares- part list / concerned drawing of the spares -3 Sets.
intenance, Interface & commissioning manuals for Controller & drives - 2 Sets along with drive parameterisation software.
talogues, O&M Manuals of all bought out items including drawings, wherever applicable.
tailed specification of all rubber items like Oil- Seals / O- Rings etc.
e Soft copy for the above requisites shall also be supplied in CD.
emical & Proof load certificates of Hooks (Test certificates from a recognized Government Test House) , Wire Rope ( Break load test Certificate
ving Factor of safety not less than 6 shall also be furnished) , Forgings, wheels - Chemical composition, UV test report , Weld joints XTest reports, Test report of Structural material, Electrical components, Brakes, Spring Loaded Buffers etc shall also be furnished.
age Inspection : BHEL Officials will stage inspect the crane for test-witness/ Physical inspection of Sub-assemblies, Gear Box, Wire Rope,
oks, Weld test etc before closing of girder and these stage inspection shall be carried out before painting of crane girders/ components. Supplier will
nish test certificates & guarantee for performance of these components / unit. BHEL may witness the Hooks proof load test at OEM's works.
ad Test : During Final inspection before dispatch, the supplier shall assemble the complete crane and arrange for its physical inspection & checking
he camber as per IS 3177( 2005 or latest ) , the same shall be witnessed by BHEL officials. Load test at 125% & deflection at 100% load shall be
asured along with running of sub assemblies shall also be witnessed. During this relevant Test, certificates by OEM of Hooks, Wire Rope, Thrusters
akes, VVFD Drives, RRC Master Controllers, Limit Switches, Gear Boxes etc shall also be examined.
portant joints shall be identified and indicated in a drawing for ultra sound / x ray test. This drawings shall be submitted to us for approval before
pection .All approved critical joints will be accordingly subjected to ultrasound / x-ray test at the time of inspection. Vendor to arrange all necessary
uipments for this at the time of inspection.
ad Test : Overload test at 125% shall be conducted . Deflection at 100 % load shall be measured. Operational Speed & braking for all motions shall
tested in line with relevant IS 3177( 2005 or latest ) . For load test the required load will be provided by BHEL. Remote operation, interlocking,
rformance of motors with current measurement, etc shall be carried out. Test- Reports & other documents shall be examined/ verified. If found
isfactory, the crane shall be accepted and considered as Handed Over.
ad Test shall be performed at BHEL site for proving of the crane w.r.t technical, Safety Parameters etc the Crane shall then only be considered
mmissioned & handed over.
CKING:
gid packing for all End Carriages, Girders etc . Other parts like sub- assemblies of cranes, Panel, RRC transmitter/ Panel etc shall be suitably
cked so that the material reaches BHEL without any damage/loss in transit.
UARANTEE : Guarantee regarding workmanship, material used, design and performance should be provided by the party for a period
24 months from the date of successful commissioning of the Crane. In case Crane manufacturer intends to supply their own/Specific
ake of Gear Boxes & Couplings other than of our specified make , then performance Guarantee of atleast 5 years shall be provided
those items.
SCELLANEOUS :
gear boxes should have oil level indicator to show the level and condition of the oil in gear box.
material used should be of the best of their respective kinds and should of the appropriate I.S. Specification & all workman ship should be of best
ality.
INTING : The structural steel work in the bridge and the crab frame should be given one coat of suitable primer with 25 micron of DFT (Dry film
ckness) and 48 hours of compalsory curing after painting. Final paint should be done with two coats of lght orange synthetic enamel paint each
h a DFT of 25 microns and intermittent curing of minimum 16 hours..
st fill oil, grease etc. for the commissioning of the crane shall be provided by the supplier.
t of bought out items should be furnished with names of makers and complete literature about the items should be supplied.
pplier shall inform BHEL in advance to witness assembly and load test.
he crane is to be erected by the supplier at site with their own labour, tools and tackles, winch. The crane is to be commissioned and tested before
nding over.
motions at various steps of speed shall be checked along with current being taken by respective motion motors.
UALIFYING CONDITIONS
fer of only OEM (origional equipment manufactures) will be accepted. In case of offer of foreign OEM submitted by their indian
rtner/Associate/ representatives valid copy of aggrement of the OEM with their indian counter part should be submitted along with the
er. In all such cases the final P.O, if decided in favour of the subject foreign OEM, will be placed on the OEM not a thire indian counter
rt.
ndor shall meet all (A), (B) (C) & (D) to qualify for the tenders.
Those vendors who have supplied & commissioned at least five 15 ton or more capacity in last ten years (on the date of opening of
nder) .
e following information is to be submitted by the vendor about the company where similar cranes have been supplied. This is required
m
all the vendor
for qualification
of there offer.
Supplier
must submit
latest performance
certificate for satisfactory performance of min one year period (on the date of opening of
nder) five cranes ref in section (A). Out of five crane at least two cranes must be commissioned within last five years (on the date of
ening of tender).
ame of the customer / company along with Purchase Order no. and Purchase Order date where referred crane is installed.(Copy of
rchase
Order
should
be furnished).
Generally
offer
of O.E.M.
would be accepted. In case of traders / agent proper contract agreement to be submitted also guarantee &
rformance certificate from the customers, on their letter head, regarding satisfactory performance of machine supplied to
em.
HEL reserves the right to verify information submitted by vendor. In case the information is found to be false / incorrect,
e offer shall be rejected.
ARJUN SINGH
MANAGER(WE&S)
A.K.SHIVPURI
SR.MANAGER(WE&S)
NSI
CRJ/9551/R1
SP/CRJ/9551/2
BAY-7
ONE NO.
EOT CRANE
e processed.
er and submitted along with the offer.Technical details also submitted with the offer. Inadequate /
n - compliance.
SPECIFIED / TO BE
CONFIRMED BY
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
DEVIATIONS
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
Vendor to confirm
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
Vendor to confirm
Vendor to confirm
Vendor to confirm
Vendor to Specify
Vendor to Specify
Vendor to Specify
Vendor to Specify
Vendor to Specify
Vendor to Specify
Vendor to confirm
Vendor to confirm
Vendor to specify
Vendor to specify
Vendor to specify
Vendor to specify
Vendor to specify
Vendor to specify
Vendor to specify
Vendor to specify
Vendor to specify
Vendor to specify
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO CONFIRM
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
& SUBMIT DETAILS
VENDER TO CONFIRM
& SUBMIT DETAILS
VENDER TO CONFIRM
& SUBMIT DETAILS
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO CONFIRM
VENDER TO CONFIRM
H.V.BHATIA
SR. MANAGER (TRM)
S.J.CHAKRABORTY
SR.DGM(WE&S)
DESIGN, MANUFACTURING, SUPPLY, ERECTION & COMMISSIONING OF 20/5 TON EOT CRANE
COMPLYING AS PER SPECIFICATION BELOW
NOTE :
1. VENDOR must submit complete information against clause No. 8 ( Qualifying condition). The offer meeting this clause would only be processed
2. The " Specified/to be confirmed by" Column and where applicable, the " Deviations" Column of this format shall be filled in by the Vender and s
offer. Inadequate / incomplete, ambiguous, or unsustainable information against any of the clauses of the specification / requirements shall be trea
3. The offer and all documents enclosed with offer should be in English language only.
SPECIFICATION CUM COMPLIANCE CERTIFICATE OF20/5 EOT CRANE
S.NO. DESCRIPTION FOR BHEL REQUIREMENT
1.0 SCOPE :
1.1 DESIGN, MANUFACTURING, SUPPLY, ERECTION & COMMISSIONING OF "EOT CRANE 20/5 T; SPAN 26 METERS"
COMPLYING WITH SPECIFICATIONS AS BELOW:
1.2 Crane design shall be got vetted by national level certified agency and a copy of the drawing shell be submitted at the time of
approval by the vendor.
2.0 Electric Over Head crane of capacity indicated below is required for loading, unloading of unfinished and finished components from
Machine Tools as well as assembly of Loco manufacturing shop. The same has to work on a prepared gantry in LOCO BOGIE SHOP
- Main Hoist
- 20T
- Aux. Hoist
- 5T
- M5
- 24.00 Meter
- 8.0 Meter
- 8.0 Meter (However it may change depending upon actual site condition).
- Shank type
- 2.8 Meter
- 0.360 Meter
3.12 Location
(1) Loco Bogie shop,
3.13 Electric poweer supply
Hoisting / Lowering
- 8 M/Min
Hoisting / Lowering
- 12 M/Min
Forward/ reverse
Left / Rght
- 21 M/Min
- 70 M/Min
3.16 Speed control for all motion should through VVVFD (Variable Voltage Variable Frequency drive)
3.17 All the speeds should be controlled in four steps from the cabin. All four steps should have gradual increase in speed from minimum
to maximum. Speed specified above are maximum speeds.
3.18 Speed control system shall be elaborately and clearly mentioned by the tenderer in their offer. Minimum speed at various steps to be
clearly mentioned.
3.19 Minimum speed should not be more than 10% of maximum speed.
3.2 2 step speed Control shall be provided through remote. Ist step Speed shall be 10% of the full speed & IInd step shall be full
Speed. The Command for Ist step shall enable crane to move at 10% of maximum continuously whereas IInd step would
start crane from 0 to full speed.
3.21 Facility for the resetting of the speed shall be available in the drive.
3.22 DESIGN STANDARD IS 807/ 2006 & 3177
4.0 WORK PIECE MATERIAL
4.1 The crane shall be generally of box type double girder construction and to be designed for class M5 duty in accordance with BSS:
466/1960 and or IS:3177. Material shall be of tested quality as per relevant I. S.
4.2 BRIDGE CONSTRUCTION :
4.2.1 The bridge should comprise of two main girders with two out riggers and the end carriage built up from mild steel channel with
adequate diaphragms or stiffing plates. Each bridge girder shall be fabricated and dispatched without any spliced joints.
4.2.2 M.S. chequred plate platform shall be provided along the full length on both sides of he crane with Toe Board to comply with
statutory requirement of factory act. Platform shall have clear width of minimum 1000 mm.
4.2.3 Box Girder & End carriage joints should have fit bolts only.
4.2.4 For all bolted joints the holes are to be drilled and reamed and bolts are to be force fitted.
4.2.5 Hand railing shall be fitted on both side of the end carriages and throughout the length of the platform ( height of 1.1 m. ) parallel to
girder. Size of the hand rail shall be not less than 25 mm bore heavy gauge steel pipe. The vertical pipes to have flanges at the
bottom for proper support. Suitable hand railing should be provided on CT Trolley also.
4.2.6 All Rotating parts & Overhang parts should be suitably guarded.
4.3 END CARRIAGE
4.3.1 The end carriages shall be of approved design, with L type Brackets of substantial construction and ample stiffness built up of mild
steel sections securely riveted or welded together. They shall project over the run way rails and shall be so arranged that in the event
of derailment the drop cannot exceed 25 mm. Proper hand railing should be provided on end carriage.
4.3.2 The end carriages of the crane are to be mounted on double flanged wheels of approved diameter in accordance with IS:3177.
Number of wheels on each side of the crane shall be 2 Nos ( Total 4 Nos in the Crane for LT motion ) The Wheel should be of forged
steel having composition as Cr 55 Mn 75 ( EN 9) hardened to 300-350 BHN with minimum depth 10mm confirming SAE 1055 / IS
1570 & shall be fitted with roller bearings. Greasing nipples should be provided and the grease be retained and dirt excluded by
means of suitable seals.
4.4.3 An independent additional mech. / electrical operating brake is to be provided in LT motion to stop the crane immediately in case of
power failure. This should also be operated from Radio remote on emergency condition.
4.5 CRABE FRAME :
4.5.1 This should be built up of steel sections and plates like Channels , T- Beam & / or fabricated plates to proper thickness and the
upper surface of the frame should be plated over wherever required in order to give great lateral rigidly and maintenance facility.
There should be lubricating point provided conveniently on the top for easy lubrication to all moving parts below the surface of
the trolley such as balancing sheaves etc.
4.5.2 Crab Traverse Mechanism: One No CT Motor with suitable Gear Box shall be connected to Two Nos driving wheels. The Gear
box driving shaft should be suitably coupled with adequate Geared coupling/ pedestal/ Plummer block so that facility for ease in
maintenenace is not compromised.
4.5.3 The wheel should be of forged steel material of approved diameters duly secured to hard shaft steel axles and to run on sturdy roller
bearing of SKF make. The bearings to be enclosed in a housing and arrangement for grease lubrications should be provided. One
axle should be driven by a motor through an enclosed good design harden spur gears of good quality. A thruster brake should be
4.5.4 The cross travel gear box should be well secured at least by four bolts two on each side opposite the each other.
4.6 HOISTING MECHANISM :
4.6.1 This shall consist of heavy duty mild steel fabricated rope drum driven by totally enclosed bearing. The drums shall be of ample
diameter and sufficient length to take the full amount of rope without over lapping when the hooks are in the highest position and
when hooks are in the lowest position there shall be at least two full turns of rope remaining on each drum. The method of
attachment of the ropes shall be such that in the event of a rope unwinding completely, there shall be no danger of its becoming free
from the drum. The drum should have right and left hand spiral grooves machined to suit the hoisting rope and would be spigotted
and bolted to the final driving gear. The whole gear box should be smooth and noiseless in operation and preferably of complete
helical gear type construction. The rope anchorage at each end should have at least two independent clamps.
4.6.2 The gear arrangement should consist of heat treated alloy steel pinions and carbon steel gears, the larger gears may have forged
carbon steel rims shrunk on and secured to heavy duty cast iron centres or cast steel. All gears shall have machine cut teeth &
hardened to 266- 300 BHN, the high speed gears having single helical teeth, and the reminder teeth and free from noise, for smooth
operation. The drum shaft and pinion shaft shall be mounted on antifriction bearings and all gear arrangement shall be enclosed in a
heavy duty cast iron gear box with jointing surfaces machined and made leak proof.
4.6.3 A thruster creep brake to be fitted on the high speed shaft. The brake to be of the post type with hinged shoes. Shoe must be lined
with best quality reinforced bonded asbestos industrial brake lining and arranged for easy adjustment. The brake should be normally
held on by a balance weight and released by a thruster in the circuit of hoist motor.
4.9 MOTORS:
4.9.1 The motors should be inverter grade having `F' class insulation having S4 duty with approx.150 starts/hr and shall comply with IS:
325 according to manufacturer's standard. The winding should be suitably insulated and tropicalised. All motors should be
suitable for use on 415 + 10% volts, 50 +1.5%Hz 3-Phase, 3 wire, 50 cycles AC supply. Motors shall be suitable to be controlled by
VVFD Drives.
4.10.2 The relays and contactors should be robust design & generally in conformity with BS: 587. The Remote and Cabin interfacing should
have perfect isolation & Limit switches for safe operation of crane. All coils of contactors & relays should have RC surge
suppressors.
4.10.3 Suitable rating control transformer should be provided for the control of the circuit.
4.10.4 Isolator switch fuse unit should be capable of load breaking and mechanically robust. Isolation to be of quick brake type and it should
be of GE Control (EE) make. Main Isolating switch should be mounted in the operator's cabin.
4.11 AC Vector Drive:
4.11.1 The drive must be of PWM flux vector control technology employing IGBT's for achieving near sinusoidal output voltage. It must
have the following specifications:
4.11.2 a) The drive must be rated for continuous duty and shall have overload capacity of 150% for 60 sec.
4.11.3 b) The drive must be rated for ambient conditions of 55 degrees temperature and relative humidity of 95%. In case of deviations in
these values, the drive must be adequately de-rated which shall be supported by manufacturers derating charts.
4.11.4 c) The motor braking shall be dynamic through inbuilt/external chopper and resistance box. The capacity shall be suitable
for providing 150% braking torque.
4.11.5 d) The drive rating should be selected considering derating factor at 55 degree centigrade. The main hoist motors shall have
encoder- feedback for optimum control through VVFD.
4.11.6 The drive must have special software designed for crane application which shall have features like anti-torque lowering, co-ordinated
control of thruster brakes etc. f) The drive must have highly dynamic & precise control with capability to generate 150% torque at zero
speed. g) The drive must have static & dynamic auto-tuning facility to enable perfect optimisation of connected motor. h) The drive
must have all standard protections like stall protection, single phasing, over voltage, over current, thermal protection of motor & drive
etc. i) Model of Drives selected for hoisting, the same model of drives shall be used for LT & CT drive for ease of maintenance. j)
Alram & Fault resetting should be possible through remote and cabin. k) Drive Programming parameterisation software alongwith
connecting cable/ adapter suitable for connecting to standard USB port of PC shall be supplied.
4.12.2 An inspection lamp with 20 meter 3 core flexible cable is to be provided with 240 Volt plug point in the cabin.
4.12.3 The total depth of control cabin should be such that it should not interfere with any other structure / semi gantry crane / machines in
the entire bay. For this supplier must check all the available clearances at the side before finalizing/ designing of the crane dimension.
4.13 REMOTE CONTROL SYSTEM
4.13.1 Suitable remot shall be provided for the operation of the crane from the shop floor. remot shall have following facilities : (1) push
button for slow and fast operation of all mothions (2) Hooter Operation: Normal push button (3) Crane lights ON/OFF push button (4)
Emergency Stop: Raised distinctive push button.
4.13.2 Suitable cable festoon system shall be provided for the pendent so that pendent shall be easily moved from the cabin side to other
side.
Suitable reinforcement for the pendent cable shall be provided to prevent any damage of cable
4.14 Crane Bridge Lighting
4.14.1 Four Nos HPSV, with energy efficient HPL 150 Watts flood lights with fittings should be provided with suitable guard protection below
the Platform.
4.14.2 As the power supply will be only 415 volts, 3 phase, 3 wire, 50 cycles. Step down transformer required for 220 Volt bridge lights,
cconnected with the incoming supply and not in the crane circuit. Mode Selection switch i.e Control On, Off , Mode Selection like
Cabin or RRC selection switch shall be provided.
4.15 LADDER
4.15.1 A ladder of sufficient height shall be provided to climb up the crane from operator cabin safely and to land over the platform safely.
Sufficient no. of small ladders/ steps shall be provided on either side of the girder for easy climbing over the CT trolley. All ladders to
be provided with guards to prevent fall.
4.16 WIRING:
4.16.1 The crane shall be supplied complete with all wiring and materials. Collectors on the crane bridge and on the crab shall be provided
where applicable.
4.16.2 Moveable type flexible cable with necessary trolleys and festooned system shall be provided for supply of trolley.
4.16.3 All wiring shall be with XLPE / PVC insulated armored/ un armored cables having copper conductor. Wire and cable should be of
1100 Volt grade.
4.16.4 All electrical wiring and installation should strictly confirm to IS Act, 1910 and I.E.E. Rules. 1956 and other standard practice as
adopted by the I.S.I.
4.16.5 All control terminations should be ferruled such that the numbers are clearly visible from out side, crimped terminations should be
provided for control cables and as far as possible for main cables. A set of suitable current collector shoe should be provided to suit
the angle iron down shop leads. Details of existing down shop lead and current collector system can be checked at site before
finalizing the supply of current collector system.
ELECTRICAL SYSTEM :
5.1 415V 10% 50Hz 1.5 Hz, 3 Phase AC (3 wire system plus ground) Power Supply Source will be provided by BHEL by means of
ICTP switch at one location for erection purpose. Control Supply for crane shall be 110V AC. All types of cables, connections, circuit
breakers, transformers, current collectors etc. required for connecting the DSL power supply to different parts of the crane /
control cabinets, shall be the responsibility of vendor.
5.5 All electrical and electronic panels including operator's panel should be provided with fluorescent lamps for sufficient illumination and
power receptacles of 220Volts, 5/15 Amp AC. All adapters/receptacles should have compatibility with Indian
5.6 All cables including cross-traverse conductor shall be shrouded DSL. All connecting Cables should be properly dressed in cable
trays/ trunking with appropriate clamps. Cable for Crane lighting shall be in flexible mild steel Conduit pipe.
5.7 Vendor should ensure the proper earthing for the crane's electrical equipment & its peripherals.
5.8 AMBIENT CONDITIONS & THERMAL STABILITY :
5.9 Total Crane including Controller system and all supplied items should work trouble free and efficiently under following operating
conditions: Power Supply Voltage: 415 V 10%, 50 Hz, 1.5Hz No. of phases = 3 (3 Wire plus Ground ) Ambient
Conditions: Temperature = 5 to 50 degree Celsius Relative Humidity = 95% max.
5.10 Weather conditions are tropical, Atmosphere may be dust laden during some part of the year. Crane shall be in the outdoor condition.
Max. temperature variation is up to 25 deg Celsius in 24 hours.
6.0 DUTY CYCLE Related to Drive Motor & Mechanisms
6.1 MOTOR
6.1.1 Hoists
40 % CDF
40 % CDF
40 % CDF
13.1 The crane is to be Erected at site by the supplier with their own labour, tools and tackles. All equipments like lifting arrangement,
winch, Sheaves/ Sheave Pulley Block etc shall be brought by the supplier on returnable basis.
13.2 The supplier shall bring their own instruments to check Rail level / Water level etc ( on returnable basis ) for mounting / Fixing
accessories for DSL . The load test shall be performed at BHEL site for proving of the crane w.r.t technical, Safety Parameters etc the
Crane shall be commissioned.
13.3 Various tests like gradual loading, overload at 125%, Deflection test at 100% load, Braking, Operational Speeds etc shall be
conducted after proving of the crane w.r.t technical, Safety Parameters etc before commissioning of the crane.
13.4 Commissioning-spares, required for commissioning of the crane shall be brought by the supplier on returnable basis.
13.5 Portion, if any, of the crane / sub- assemblies / panel or other accessories where paint has rubbed off or peeled during transit or
erection should be repainted and merged with the original surrounding paint by the vendor. For this purpose, the vendor should
supply sufficient quantity of touch-up paint of various colours of paint used.
13.6 Schedule of Erection and Commissioning shall be submitted before starting of erection work
13.7 Charges, duration, terms & conditions for E&C should be furnished in detail separately by vendor along with offer.
14.0 TOOLS FOR ERECTION, OPERATION & MAINTENANCE :
14.1 All equipment like Lifting arrangement, Winch, Mobile Crane, Sheave Pulley Blocks, Tools & tackles etc shall be brought by the
Supplier on returnable basis. Other Special tools and equipment required for erection of the Crane shall be brought by the vendor on
returnable basis. Necessary tools like Torque Wrench, Spanners, Keys, grease guns etc. for operation and maintenance of the crane
14.2 All necessary levels / other instruments and devices for testing of the Crane except Load test Blocks should be brought by Vendor on
should be supplied.
returnable basis.
14.3 Maintenance: Adequate maintenance accessibility shall be provided for ease in maintenance for assemblies/sub-assemblies
including gear boxes / machinery / Panel / wiring/ etc.
15.0 TRAINING:
15.1 Vendor to impart training to BHEL personnel for operation & for maintenance at BHEL works after Erection, Commissioning and
handing over of the Crane. Supplier should arrange for training of BHEL personnel free of cost for the offered RRC system / Drives
maintenance.
16.0 DOCUMENTATION : Three sets of following documents (Hard copies) in English language should be supplied along with the
crane.
16.1 During participation in technical Bid.
16.1.1 G.A. Drawing.
16.1.2 Wheel Load Diagram ( Wheel Distance & Wheel Load ).
16.1.3 Sketches showing full details of cranes with dimensions / end clearances (between centre of LT rails to column face of building),
overhead clearance from LT rails, hook approach limits, lift height, Details of Web thickness baffle plates, Stiffeners ,of Girder section
, End carriage ( Boggies) Trolley Section etc.
16.3.6 One Soft copy for the above requisites shall also be supplied in CD.
16.3.7 Chemical & Proof load certificates of Hooks (Test certificates from a recognized Government Test House) , Wire Rope ( Break load
test Certificate having Factor of safety not less than 6 shall also be furnished) , Forgings, wheels - Chemical composition, UV
test report , Weld joints X- ray Test reports, Test report of Structural material, Electrical components, Brakes, Spring Loaded
Buffers etc shall also be furnished.
17.1.2 Load Test : During Final inspection before dispatch, the supplier shall assemble the complete crane and arrange for its physical
inspection & checking of the camber as per IS 3177( 2005 or latest ) , the same shall be witnessed by BHEL officials. Load test at
125% & deflection at 100% load shall be measured along with running of sub assemblies shall also be witnessed. During this
relevant Test, certificates by OEM of Hooks, Wire Rope, Thrusters Brakes, VVFD Drives, Master Controllers, Limit Switches, Gear
Boxes etc shall also be examined.
17.1.3 Important joints shall be identified and indicated in a drawing for ultra sound / x ray test. This drawings shall be submitted to us for
approval before inspection .All approved critical joints will be accordingly subjected to ultrasound / x-ray test at the time of inspection.
Vendor to arrange all necessary equipments for this at the time of inspection.
17.2.3 Load Test shall be performed at BHEL site for proving of the crane w.r.t technical, Safety Parameters etc the Crane shall then only
be considered commissioned & handed over.
18.0 PACKING:
18.1 Rigid packing for all End Carriages, Girders etc . Other parts like sub- assemblies of cranes, Panel, RRC transmitter/ Panel etc shall
be suitably packed so that the material reaches BHEL without any damage/loss in transit.
19.0 GUARANTEE : Guarantee regarding workmanship, material used, design and performance should be provided by the
party for a period of 24 months from the date of successful commissioning of the Crane. In case Crane manufacturer
intends to supply their own/Specific make of Gear Boxes & Couplings other than of our specified make , then
performance Guarantee of atleast 5 years shall be provided for those items.
20.0 MISCELLANEOUS :
20.1 All gear boxes should have oil level indicator to show the level and condition of the oil in gear box.
20.2 All material used should be of the best of their respective kinds and should of the appropriate I.S. Specification & all workman ship
should be of best quality.
20.3 PAINTING : The structural steel work in the bridge and the crab frame should be given one coat of suitable primer with 25 micron of
DFT (Dry film Thickness) and 48 hours of compalsory curing after painting. Final paint should be done with two coats of lght orange
synthetic enamel paint each with a DFT of 25 microns and intermittent curing of minimum 16 hours..
20.4 First fill oil, grease etc. for the commissioning of the crane shall be provided by the supplier.
20.5 Tool box with standard tools shall be supplied with the crane.
20.6 List of bought out items should be furnished with names of makers and complete literature about the items should be supplied.
20.12 Supplier shall inform BHEL in advance to witness assembly and load test.
20.13 The crane is to be erected by the supplier at site with their own labour, tools and tackles, winch. The crane is to be commissioned
and tested before handing over.
20.14 All motions at various steps of speed shall be checked along with current being taken by respective motion motors.
21.0 QUALIFYING CONDITIONS
21.1 Offer of only OEM (origional equipment manufactures) will be accepted. In case of offer of foreign OEM submitted by their
indian partner/Associate/ representatives valid copy of aggrement of the OEM with their indian counter part should be
submitted along with the offer. In all such cases the final P.O, if decided in favour of the subject foreign OEM, will be placed
on the OEM not a thire indian counter part.
21.2 Vendor shall meet all (A), (B) (C) & (D) to qualify for the tenders.
A) Those vendors who have supplied & commissioned at least five 20 ton or more capacity in last ten years (on the date
of opening of tender) .
21.3 The following information is to be submitted by the vendor about the company where similar cranes have been supplied.
This
is required
from
all the
vendor
for qualification
of there
offer.
B) Supplier
must
submit
latest
performance
certificate
for satisfactory
performance of min one year period (on the date of
opening of tender) five cranes ref in section (A). Out of five crane at least two cranes must be commissioned within last five
years (on the date of opening of tender).
21.4 Name of the customer / company along with Purchase Order no. and Purchase Order date where referred crane is
installed.(Copy
ofofPurchase
Orderbeshould
be furnished).
C) Generally offer
O.E.M. would
accepted.
In case of traders / agent proper contract agreement to be submitted also
guarantee & spares supply to be owned by OEM & suitable under taking to be submitted.
21.5 Complete
postal
address
of the
D) Proof of
min ten
year exp.
in customer.
the same field.
21.6 Year of commissioning. (Copy of Commissioning
21.7
21.8
21.9
21.10
22
A.K.Shivpuri
Sr.Mgr(WEX)
CHAIRMAN
CRJ/9575/R1
Item No.
SP/CRJ/9575/2
Location
Quantity
ONE NO.
n of this format shall be filled in by the Vender and submitted along with the offer.Technical details also submitted with the
uses of the specification / requirements shall be treated as non - compliance.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
DEVIATIONS
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
e)
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
the full speed & IInd step shall be full VENDER TO CONFIRM
nuously whereas IInd step would
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
safety.
traverse motion.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
60 sec.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
nt in the cabin.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
or supply of trolley.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
Rail so that there is no break in
VENDER TO CONFIRM
VENDER TO CONFIRM
s.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
e wheels in consultation with BHEL.
VENDER TO CONFIRM
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO CONFIRM
VENDER TO CONFIRM
duly tested as per appropriate IS
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
Bussman.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
dian Standards.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
E make.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO CONFIRM
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
r.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
y the vendor.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
Sets.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
box.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
out the items should be supplied.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
& SUBMIT DETAILS
VENDER TO CONFIRM
& SUBMIT DETAILS
VENDER TO CONFIRM
& SUBMIT DETAILS
VENDER TO SUBMIT
ng satisfactory performance of
the information is found to be
VENDER TO CONFIRM
VENDER TO CONFIRM
Mohd Arshad
Arjun singh
Manager(LMM)
MANAGER (WEX)
K.D.Manjhi
S.J.CHAKRABORTY
DGM(LMM&LMP)
Sr.DGM (WE&S)
1. VENDOR must submit complete information against clause No. 21.0 ( Qualifying condition). The offer meeting this clause would only be pro
2. The " Specified/to be confirmed by" Column and where applicable, the " Deviations" Column of this format shall be filled in by the Vender an
incomplete, ambiguous, or unsustainable information against any of the clauses of the specification / requirements shall be treated as non - c
3. The offer and all documents enclosed with offer should be in English language only.
1.1 DESIGN, MANUFACTURING, SUPPLY, ERECTION & COMMISSIONING OF "EOT CRANE 25/5 T; "SPAN 18 METERS" COMPLYING WIT
SPECIFICATIONS AS BELOW:
1.2 Crane design shall be got vetted by national level certified agency and a copy of the drawing shell be submitted at the time of approval by the
2.0 Electric Over Head crane of capacity indicated below is required for loading, unloading of unfinished and finished components from Machine T
assembly of Loco manufacturing shop. The same has to work on a prepared gantry in FABRICATION SHOP
- Main Hoist
- 25T
- Aux. Hoist
- 5T
I.S.3177/1965
- M5
- 18.00 Meter ( However, actual available span & other dimensions are required to be checked by supplier before
- 16.80 Meter
- 12.0 Meter
-11.0 Meter (However it may change depending upon actual site condition).
- Shank type
- 2.8 Meter
- 0.400 Meter
3.11 Location
(1) fabrication shop,
Hoisting / Lowering
- 6 M/Min
Hoisting / Lowering
- 8 M/Min
Forward/ reverse
Left / Rght
- 20 M/Min
- 60 M/Min
3.15 Speed control for all motion should through VVVFD (Variable Voltage Variable Frequency) drive.
3.16 All the speeds should be controlled in four steps from the cabin. All four steps should have gradual increase in speed from minimum to maxim
specified above are maximum speeds.
3.17 Speed control system shall be elaborately and clearly mentioned by the tenderer in their offer. Minimum speed at various steps to be clearly m
3.18 Minimum speed should not be more than 10% of maximum speed.
3.19 2 step speed Control shall be provided through RRC (RRC transmitter would have dual speed single push button). Ist step Speed shall be 10
& IInd step shall be full Speed. The Command for Ist step shall enable crane to move at 10% of maximum continuously whereas IInd step wou
0 to full speed.
3.20 Facility for the resetting of the speed shall be available in the drive.
3.21 DESIGN STANDARD IS 807/2006 & 3177
4.0 WORK PIECE MATERIAL
4.1 The crane shall be generally of box type double girder construction and to be designed for class M5 duty in accordance with BSS: 466/1960 a
Material shall be of tested quality as per relevant I. S.
4.2 BRIDGE CONSTRUCTION :
4.2.1 The bridge should comprise of two main girders with two out riggers and the end carriage built up from mild steel channel with adequate diaph
plates. Each bridge girder shall be fabricated and dispatched without any spliced joints.
4.2.2 M.S. chequred plate platform shall be provided along the full length on both sides of he crane with Toe Board to comply with statutory re
factory act. Platform shall have clear width of minimum 1000 mm.
4.2.3 Box Girder & End carriage joints should have fit bolts only.
4.2.4 For all bolted joints the holes are to be drilled and reamed and bolts are to be force fitted.
4.2.5 Hand railing shall be fitted on both side of the end carriages and throughout the length of the platform ( height of 1.1 m. ) parallel to girder. Siz
shall be not less than 25 mm bore heavy gauge steel pipe. The vertical pipes to have flanges at the bottom for proper support. Suitable ha
be provided on CT Trolley also.
4.2.6 All Rotating parts & Overhang parts should be suitably guarded.
4.3 END CARRIAGE
4.3.1 The end carriages shall be of approved design, with L type Brackets of substantial construction and ample stiffness built up of mild steel sectio
or welded together. They shall project over the run way rails and shall be so arranged that in the event of derailment the drop cannot exceed 2
railing should be provided on end carriage.
4.3.2 The end carriages of the crane are to be mounted on double flanged wheels of approved diameter in accordance with IS:3177. Number of
of the crane shall be 2 Nos ( Total 4 Nos in the Crane for LT motion ) The Wheel should be of forged steel having composition as Cr 55 Mn 75
to 300-350 BHN with minimum depth 10mm confirming SAE 1055 / IS 1570 & shall be fitted with roller bearings. Greasing nipples should be p
grease be retained and dirt excluded by means of suitable seals.
4.4.2 TRAVELLING MOTION BRAKE : A thruster brake to be fitted on each individual drive of the track wheels. These brakes should be arranged
the control desk as well as remote control. The brakes to be of post type with hinged shoes, lined with good quality reinforced bonded brake li
for easy adjustment for the necessary wear on lining time to time.
4.4.3 An independent additional mech. / electrical operating brake is to be provided in LT motion to stop the crane immediately in case of power fail
also be operated from Radio remote on emergency condition.
4.5 CRABE FRAME :
4.5.1 This should be built up of steel sections and plates like Channels , T- Beam & / or fabricated plates to proper thickness and the upper s
should be plated over wherever required in order to give great lateral rigidly and maintenance facility. There should be lubricating point provid
the top for easy lubrication to all moving parts below the surface of the trolley such as balancing sheaves etc.
4.5.2 Crab Traverse Mechanism: One No CT Motor with suitable Gear Box shall be connected to Two Nos driving wheels. The Gear box driv
suitably coupled with adequate Geared coupling/ pedestal/ Plummer block so that facility for ease in maintenenace is not compromised.
4.5.3 The wheel should be of forged steel material of approved diameters duly secured to hard shaft steel axles and to run on sturdy roller bearin
bearings to be enclosed in a housing and arrangement for grease lubrications should be provided. One axle should be driven by a motor t
good design harden spur gears of good quality. A thruster brake should be provided.
4.5.4 The cross travel gear box should be well secured at least by four bolts two on each side opposite the each other.
4.6 HOISTING MECHANISM :
4.6.1 This shall consist of heavy duty mild steel fabricated rope drum driven by totally enclosed bearing. The drums shall be of ample diameter and
take the full amount of rope without over lapping when the hooks are in the highest position and when hooks are in the lowest position there
full turns of rope remaining on each drum. The method of attachment of the ropes shall be such that in the event of a rope unwinding complet
no danger of its becoming free from the drum. The drum should have right and left hand spiral grooves machined to suit the hoisting rope and
spigotted and bolted to the final driving gear. The whole gear box should be smooth and noiseless in operation and preferably of complete he
The rope anchorage
at each
endtreated
shouldalloy
havesteel
at least
two independent
clamps.
4.6.2 construction.
The gear arrangement
should consist
of heat
pinions
and carbon steel
gears, the larger gears may have forged carbon stee
and secured to heavy duty cast iron centres or cast steel. All gears shall have machine cut teeth & hardened to 266- 300 BHN, the high speed
single helical teeth, and the reminder teeth and free from noise, for smooth operation. The drum shaft and pinion shaft shall be mounted on a
and all gear arrangement shall be enclosed in a heavy duty cast iron gear box with jointing surfaces machined and made leak proof.
4.6.3 A thruster creep brake to be fitted on the high speed shaft. The brake to be of the post type with hinged shoes. Shoe must be lined with best q
bonded asbestos industrial brake lining and arranged for easy adjustment. The brake should be normally held on by a balance weight and rele
in the circuit of hoist motor.
4.7 OTHER BRAKES & LIMIT SWITCHES
4.7.1 There should be heavy duty double limit switch for each hoisting and lowering motions.
4.7.2 Gravity type limit switch must be provided for hoisting operation in order to provide additional safety.
4.7.3 Series type limit switches with single arm spring loaded allen west type should be provided for traverse motion.
4.7.4 Anti - collision device should be provided in the LT motion (both side). The device shaould be so set to stop the crane at the distance of 1-2 m
shall be connected only in interlock circuits.
4.7.5 All limit switches should be connected only in interlock circuits.
4.8 ROPE HOOK AND SHEAVES:
4.8.1 The hoist shall have the factor of safety being not less than 6. Load should be supported on 4 falls. Wire rope should be non rotating type ha
construction.
4.8.2 The Hooks shall be High Tensile Steel Shank Hook ( Trapezoidal Secion). Duly Hardened & Tempered. Hook Material & Manufacturing Shall
3815:1977 Material Grade-3. The hook should Swivel freely on thrust ball bearing.
4.8.3 Sheaves are to be of heavy duty cast iron mounted on Ball bearings. Guards to be fitted to prevent the rope leaving the sheaves, even when
to the rest on the ground and rope allowed falling slack. The hook guard should be secured in such a manner that there should be no bolt pr
side of the hooks.
4.9 MOTORS:
4.9.1 The motors should be inverter grade having `F' class insulation having S4 duty with approx.150 starts/hr and shall comply with IS: 325 ac
manufacturer's standard. The winding should be suitably insulated and tropicalised. All motors should be suitable for use on 415 + 10%
3-Phase, 3 wire, 50 cycles AC supply. Motors shall be suitable to be controlled by VVFD Drives.
4.10.1 The control panel shall be of RITTAL/BCH make conforming to all safety standards and wiring practices. It shall be of IP54 class and sha
following: Incomer SFU/MCCB, AC Drive for all motions. Standard accessories for drives like semiconductor line fuses, Line contact
communicating & output chokes, Dynamic braking chopper and resistance, Radio Remote Control receiver and all interfacing accessories fo
from Cabin /RRC.
4.10.2 The relays and contactors should be robust design & generally in conformity with BS: 587. The Remote and Cabin interfacing should have pe
Limit switches for safe operation of crane. All coils of contactors & relays should have RC surge suppressors.
4.10.3 Suitable rating control transformer should be provided for the control of the circuit.
4.10.4 Isolator switch fuse unit should be capable of load breaking and mechanically robust. Isolation to be of quick brake type and it should be of GE
make. Main Isolating switch should be mounted in the operator's cabin.
4.11 AC Vector Drive:
4.11.1 The drive must be of PWM flux vector control technology employing IGBT's for achieving near sinusoidal output voltage. It must have the foll
specifications:
4.11.2 a) The drive must be rated for continuous duty and shall have overload capacity of 150% for 60 sec.
4.11.3 b) The drive must be rated for ambient conditions of 55 degrees temperature and relative humidity of 95%. In case of deviations in these valu
be adequately de-rated which shall be supported by manufacturers derating charts.
4.11.4 c) The motor braking shall be dynamic through inbuilt/external chopper and resistance box. The capacity shall be suitable for prov
torque.
4.11.5 d) The drive rating should be selected considering derating factor at 55 degree centigrade. The main hoist motors shall have encoder- f
optimum control through VVFD.
4.11.6 The drive must have special software designed for crane application which shall have features like anti-torque lowering, co-ordinated control o
etc. f) The drive must have highly dynamic & precise control with capability to generate 150% torque at zero speed. g) The drive must have st
tuning facility to enable perfect optimisation of connected motor. h) The drive must have all standard protections like stall protection, single ph
over current, thermal protection of motor & drive etc. i) Model of Drives selected for hoisting, the same model of drives shall be used for LT &
maintenance. j) Alram & Fault resetting should be possible through remote and cabin. k) Drive Programming parameterisation software alo
cable/ adapter suitable for connecting to standard USB port of PC shall be supplied.
4.12.1 The depth of crane cabin should be limited to 2150 mm. Opening to be cage on the platform should be approximately 750 mm x 750 mm. Su
be provided between the cage and the inspection platform of the crane. The controllers should be so positioned as to facilitate easy operatio
warning bell (Electrically operated industrial type with 6" gong) and Fire extinguisher of 4.5 litre capacity with long discharge nozzle sh
operator's cabin. One more bell is to be provided sturdy conventional pendulum type made of good bell metal and to be well secured in
convenient position for easy operation. A revolving type cushioned seat is to be provided in the cabin for the crane operator. A 2 feet 20 w
fitting, one 16" sweep cabin fan with guard should be provided.
4.12.2 An inspection lamp with 20 meter 3 core flexible cable is to be provided with 240 Volt plug point in the cabin.
4.12.3 The total depth of control cabin should be such that it should not interfere with any other structure / semi gantry crane / machines in the entire
supplier must check all the available clearances at the side before finalizing/ designing of the crane dimension.
4.13 Radio Remote Controller: RRC shall comprise of the following.
4.13.1 A) Transmitter: It shall be suitable for 2 steps control of AC drive through push buttons. The 2-steps pushbutton remote must have follow
Hoist: Up/Down, through 2 steps Pushbuttons. Long Travel:Left/Right, through 2 steps Pushbuttons. Cross Travel: Fwd/Right, through 2
buttons. Hooter Operation: Normal push button Crane lights ON/OFF push button Emergency Stop: Raised distinctive push button. Key
unique key to disable transmitter. Battery check facility & indicator. Push buton for drive fault reset.B) Receiver with antenna suitable for ab
Battery charger. D) 2 set of batteries for transmitter.
4.13.2 Transmitter: The transmitter shall be lightweight, rugged, reliable and made from ABS plastic. It shall be operable from Ni-Cd rechargeab
shall provide minimum 72 hours of operations with full charge. It shall be supplied housed in a protective leather cover.
4.13.3 Receiver: It shall be supplied housed in a suitable panel and shall have antenna for receiving transmitter signals. It shall have following featur
4.13.4 Battery Charger: It shall be suitable for charging the Ni-Cd batteries of transmitter. It shall constant current type with auto-cut off facility on full
shall also be available for charging cycle and status of the battery etc.
4.13.5 Batteries: Batteries suitable for 72 Hrs operation of transmitter are to be supplied.
4.13.6 Interface Panel: The panel shall be of good quality powder coated of IP54 grade, crane duty and shall contain following accessories.
4.13.7 Microprocessor based digital encoding and decoding system with immunity from spurious signals and should use 16 bits identity code unique
system.
4.13.8 Continuous auto checking between transmitter and receiver communication, so as to stop the complete system in case of failure at either end
4.13.9 Auto checking of the commanded motion and stopping of all the motions in case of any erretic behaviour either way.
4.13.10 System should have self-diagnostic and alphanumeric fault display.
4.13.11 System should confirm to national and international safety standards like IS 3771(latest) CLAUSE 14.5, & furnish details of safety & QA
4.13.12 Operating range should be minimum 150 MTRs.
4.13.13 The output relays for driving motion contactors shall be heavy duty, rated for 10Amps at 110V AC.
4.14 Crane Bridge Lighting
4.14.1 Four Nos HPSV, with energy efficient HPL 150 Watts flood lights with fittings should be provided with suitable guard protection below the Pla
4.14.2 As the power supply will be only 415 volts, 3 phase, 3 wire, 50 cycles. Step down transformer required for 220 Volt bridge lights, cconnected w
supply and not in the crane circuit. Mode Selection switch i.e Control On, Off , Mode Selection like Cabin or RRC selection switch shall be pro
4.15 LADDER
4.15.1 A ladder of sufficient height shall be provided to climb up the crane from operator cabin safely and to land over the platform safely. Sufficient n
steps shall be provided on either side of the girder for easy climbing over the CT trolley. All ladders to be provided with guards to prevent fall.
4.16 WIRING:
4.16.1 The crane shall be supplied complete with all wiring and materials. Collectors on the crane bridge and on the crab shall be provided where ap
4.16.2 Moveable type flexible cable with necessary trolleys and festooned system shall be provided for supply of trolley.
4.16.3 All wiring shall be with XLPE / PVC insulated armored/ un armored cables having copper conductor. Wire and cable should be of 1100 Volt gr
4.16.4 All electrical wiring and installation should strictly confirm to IS Act, 1910 and I.E.E. Rules. 1956 and other standard practice as adopted by the
4.16.5 All control terminations should be ferruled such that the numbers are clearly visible from out side, crimped terminations should be provided fo
as far as possible for main cables. A set of suitable current collector shoe should be provided to suit the angle iron down shop leads. Deta
shop lead and current collector system can be checked at site before finalizing the supply of current collector system.
4.17.1 Shrouded type DSL system to be provided complete with necessary supporting insulators, current collector, straining screws and clamp con
DSL should have LED type Indication Bulb for each end for each phase with necessary mounting Brackets. The Power supply shall be fed
4.17.2 The current rating of the Shrouded type DSL system should not less than 350 Amp.
ELECTRICAL SYSTEM :
5.1 415V 10% 50Hz 1.5 Hz, 3 Phase AC (3 wire system plus ground) Power Supply Source will be provided by BHEL by means of ICTP switch
erection purpose. Control Supply for crane shall be 110V AC. All types of cables, connections, circuit breakers, transformers, current colle
for connecting the DSL power supply to different parts of the crane / control cabinets, shall be the responsibility of vendor.
5.4 All electrical components in the cabinets should be mounted firmly on Bakelite plate or on DIN Rail so that there is no break in circuitry during
accidental hit by adjoining Cranes or severe jerks at rail Joints.
5.5 All electrical and electronic panels including operator's panel should be provided with fluorescent lamps for sufficient illumination and power r
220Volts, 5/15 Amp AC. All adapters/receptacles should have compatibility with Indian
5.6 All cables including cross-traverse conductor shall be shrouded DSL. All connecting Cables should be properly dressed in cable trays/ trunkin
clamps. Cable for Crane lighting shall be in flexible mild steel Conduit pipe.
5.7 Vendor should ensure the proper earthing for the crane's electrical equipment & its peripherals.
5.8 AMBIENT CONDITIONS & THERMAL STABILITY :
5.9 Total Crane including Controller system and all supplied items should work trouble free and efficiently under following operating conditions: Po
Voltage: 415 V 10%, 50 Hz, 1.5Hz No. of phases = 3 (3 Wire plus Ground ) Ambient Conditions: Temperature = 5 to 50 degree C
Humidity = 95% max.
5.10 Weather conditions are tropical, Atmosphere may be dust laden during some part of the year. Crane shall be in the outdoor condition. Max. te
is up to 25 deg Celsius in 24 hours.
6.0 DUTY CYCLE Related to Drive Motor & Mechanisms
6.1 MOTOR
6.1.1 Hoists
40 % CDF
40 % CDF
40 % CDF
7.0 MAKES OF DIFFERENT COMPONENTS: Bought - Out Materials shall be of best quality, duly tested as per appropriate IS standard a
makes as below:
7.1 Ball & Roller Bearings : SKF/FAG/TIMKEN
7.2 Coupling : Fenner/ ALFEX etc.make
7.3 Contactors : SIEMENS/L&T only
7.4 HRC fuses: English Electric/ L&T/ Siemens, Semiconductor fuses: Siemens/ English Electric/Bussman.
7.5 Thrusters: Industry syndicate / Stromkraft/Speed-o- Control/Electromag
7.6 Cables : Copper cables with ISI mark only. Asian / Universal/ Finolex /
Torrent.
7.7 Gravity Limit switch / Other Limit Switches: Industry syndicate/ Stromkraft / Stromag / Speed-o- Control/ BCH- Heavy duty.
7.8 T.B Connectors : Elmex
7.9 Structural Material (Steel ): Of reputed makes like TATA/SAIL/ Jindal as per relevant Indian Standards.
7.10 Gear Boxes: Shanti Gears/ New Allenbery (Elecon) / Bonfiglioli. In case Crane manufacturer intends to supply their own make / Specific
Boxes & Couplings, then performance Guarantee of atleast 5 years shall be provided for those items.
7.11 Geared/ Semi Geared Couplings : Nutech/ Fenner / ALFEX. In case Crane manufacturer intends to supply their own make / Specific ma
& Couplings, then performance Guarantee of atleast 5 years shall be provided for those items.
7.12 Wire rope : Usha Martin make only.
7.13 Shrouded DSL : Copper material. Make Susheel Engg,/ Stromag/ Safetrack only.
7.14 Paint Confirming IS 5: 1984;Colour Shade No. 591 of Asian / Appcolite/ Nerolac/ Berger make.
7.15 Electrical Motor : Inverter grade of either Siemens / Alstom/ ABB/ Crompton make Crane Duty as per relevant IS. 325 etc.
7.16 MCCB /SFU: EE/Siemens/ ABB / L&T make.
7.17 Flood Light : Energy Efficient (With Protective Guard) Phillips / Bajaj/ Crompton/GE make.
7.18 Variable Frequency Drives: Siemens/ L&T- Yaskawa / ABB/Allen Bradley only.
7.19 Hooter: Reputed make
7.20 Push buttons ( Siemens/ BCH/ L&T make only )
9.1 We would stress the need of adequate maintenance facility for all gearboxes and working mechanism which shall be located above platform l
easily approachable for good maintenance
10.0 SPARES:
10.1 Itemised breakup of mechanical, hydraulic, electrical and electronic spares used on the crane in sufficient quantity as per recommendation of
for trouble free operation on three shifts continuous running basis should be offered by vendor. The list to include following, in addition to othe
spares:(Unit Price of each item of spare should be offered).
10.2 Mechanical & Hydraulic Spares: Thrusters Brake, Gears, Pinions, Shafts, Wheels, Hydraulic Seals for Gear Boxes, Drum etc.
10.3 Electrical /Electronic Spares: All types of Transmitter/ Receiver spares like PCBs relays etc other electronic spares for RRC and AC Drives.
10.4 Vendor to confirm that complete list of spares for the crane and its controls along with specification / type / model, and name & address of the
shall be furnished along with documentation to be supplied with the Crane.
11.0 SAFETY ARRANGEMENTS: Following safety features in addition to other standard safety features should be provided on the cr
11.1 Crane should have adequate and reliable safety interlocks / devices to avoid damage to the crane, work piece and the operator due to the ma
mistakes. Crane functions should be continuously monitored and alarm / warning indications through lights/ alarms should be available.
11.2 A detailed list of all alarms / indications provided on Crane should be submitted by the supplier.
11.3 All the pipes, cables etc. on the crane should be well supported and protected.
11.4 All the rotating parts used on machine should be statically & dynamically balanced to avoid undue vibrations. Open gears, couplings, fans
should be provided with suitably guarded.
11.5 Suitable Lifting arrangement like Lifting Hooks, Jacking pads, Eye Bolts etc is required for lifting of Motors, other subassemblies or hea
11.6 Emergency Switches should be provided at suitable locations.
11.7 Electrical cable & signalling cables should be suitably separated.
12.0 ENVIRONMENTAL PERFORMANCE OF THE MACHINE :
12.1 The Crane shall conform to following factors related to environment:
12.2 If any safety / environmental protection enclosure is required it should be built on the Crane by the vendor.
12.3 Paint of the Crane should be appllied only after providing rust-preventer ( primer ) coat.
12.4 Oil / Grease should not dip/ fall from the Crane.
12.5 Noise Pollution as per section 4(i) of the noise pollution (Regulation and control) Rules 2000 as amended time to time (Latest amendment jan
measured as per DIN45635-16. Vendor to demonstrate compliances to this.
13.0 ERECTION & COMMISSIONING:
13.1 The crane is to be Erected at site by the supplier with their own labour, tools and tackles. All equipments like lifting arrangement, winch, S
Pulley Block etc shall be brought by the supplier on returnable basis.
13.2 The supplier shall bring their own instruments to check Rail level / Water level etc ( on returnable basis ) for mounting / Fixing accessories for
shall be performed at BHEL site for proving of the crane w.r.t technical, Safety Parameters etc the Crane shall be commissioned.
13.3 Various tests like gradual loading, overload at 125%, Deflection test at 100% load, Braking, Operational Speeds etc shall be conducted after p
w.r.t technical, Safety Parameters etc before commissioning of the crane.
13.4 Commissioning-spares, required for commissioning of the crane shall be brought by the supplier on returnable basis.
13.5 Portion, if any, of the crane / sub- assemblies / panel or other accessories where paint has rubbed off or peeled during transit or erection shou
merged with the original surrounding paint by the vendor. For this purpose, the vendor should supply sufficient quantity of touch-up paint of va
paint used.
13.6 Schedule of Erection and Commissioning shall be submitted before starting of erection work
13.7 Charges, duration, terms & conditions for E&C should be furnished in detail separately by vendor along with offer.
14.0 TOOLS FOR ERECTION, OPERATION & MAINTENANCE :
14.1 All equipment like Lifting arrangement, Winch, Mobile Crane, Sheave Pulley Blocks, Tools & tackles etc shall be brought by the Supplier
basis. Other Special tools and equipment required for erection of the Crane shall be brought by the vendor on returnable basis. Necessary too
Wrench, Spanners, Keys, grease guns etc. for operation and maintenance of the crane should be supplied.
14.2 All necessary levels / other instruments and devices for testing of the Crane except Load test Blocks should be brought by Vendor on returnab
14.3 Maintenance: Adequate maintenance accessibility shall be provided for ease in maintenance for assemblies/sub-assemblies including g
machinery / Panel / wiring/ etc.
15.0 TRAINING:
15.1 Vendor to impart training to BHEL personnel for operation & for maintenance at BHEL works after Erection, Commissioning and handing over
Supplier should arrange for training of BHEL personnel free of cost for the offered RRC system / Drives maintenance.
16.0 DOCUMENTATION : Three sets of following documents (Hard copies) in English language should be supplied along with the crane.
16.1 During participation in technical Bid.
16.1.1 G.A. Drawing.
16.1.2 Wheel Load Diagram ( Wheel Distance & Wheel Load ).
16.1.3 Sketches showing full details of cranes with dimensions / end clearances (between centre of LT rails to column face of building), overhead cle
rails, hook approach limits, lift height, Details of Web thickness baffle plates, Stiffeners ,of Girder section , End carriage ( Boggies) Trolley Sec
16.2.1 Calculation for Box Girder, End Carriage structural plates/ Web / Stiffener plate, Wheel Load calculation & Calculation for selection of Diamet
Gearbox and Brake etc. 3 - sets of followings documents like G. A Drawings, Structural drawings like End- carriage, Box Girder, A
Sub- assembly Drawings, Gear Box Drawings (specially of Typical Gears having Helix Angle, Pressure Angles, Modules etc.) ,Bracket/ Curre
Hook Block, LT & CT wheel, Main Hook assembly LT machinery, Hoisting machinery, Electrical Drawings comprising Power , Control Circuits
Circuitry diagram for RRC etc. No fabrication / purchase of BO. Items should be taken up before the approval of the drawings.
16.3.5 Detailed specification of all rubber items like Oil- Seals / O- Rings etc.
16.3.6 One Soft copy for the above requisites shall also be supplied in CD.
16.3.7 Chemical & Proof load certificates of Hooks (Test certificates from a recognized Government Test House) , Wire Rope ( Break load test Certif
of safety not less than 6 shall also be furnished) , Forgings, wheels - Chemical composition, UV test report , Weld joints X- ray T
report of Structural material, Electrical components, Brakes, Spring Loaded Buffers etc shall also be furnished.
1.7.1.1 Stage Inspection : BHEL Officials will stage inspect the crane for test-witness/ Physical inspection of Sub-assemblies, Gear Box, Wire R
test etc before closing of girder and these stage inspection shall be carried out before painting of crane girders/ components. Supplier will furn
& guarantee for performance of these components / unit. BHEL may witness the Hooks proof load test at OEM's works.
17.1.2 Load Test : During Final inspection before dispatch, the supplier shall assemble the complete crane and arrange for its physical inspection & c
camber as per IS 3177( 2005 or latest ) , the same shall be witnessed by BHEL officials. Load test at 125% & deflection at 100% load shall be
with running of sub assemblies shall also be witnessed. During this relevant Test, certificates by OEM of Hooks, Wire Rope, Thrusters Brakes
Master Controllers, Limit Switches, Gear Boxes etc shall also be examined.
17.1.3 Important joints shall be identified and indicated in a drawing for ultra sound / x ray test. This drawings shall be submitted to us for approval b
.All approved critical joints will be accordingly subjected to ultrasound / x-ray test at the time of inspection. Vendor to arrange all necessary eq
the time of inspection.
17.2 At BHEL Works: Inspection And Test
17.2.1 Span, Diagonal, & other dimensions shall be examined.
17.2.2 Load Test : Overload test at 125% shall be conducted . Deflection at 100 % load shall be measured. Operational Speed & braking for all motio
in line with relevant IS 3177( 2005 or latest ) . For load test the required load will be provided by BHEL. Remote operation, interlocking, P
motors with current measurement, etc shall be carried out. Test- Reports & other documents shall be examined/ verified. If found satisfacto
be accepted and considered as Handed Over.
17.2.3 Load Test shall be performed at BHEL site for proving of the crane w.r.t technical, Safety Parameters etc the Crane shall then only be cons
commissioned & handed over.
18.0 PACKING:
18.1 Rigid packing for all End Carriages, Girders etc . Other parts like sub- assemblies of cranes, Panel, RRC transmitter/ Panel etc shall be suitab
the material reaches BHEL without any damage/loss in transit.
19.0 GUARANTEE : Guarantee regarding workmanship, material used, design and performance should be provided by the party for a
months from the date of successful commissioning of the Crane. In case Crane manufacturer intends to supply their own/Specific
Boxes & Couplings other than of our specified make , then performance Guarantee of atleast 5 years shall be provided for those
20.0 MISCELLANEOUS :
20.1 All gear boxes should have oil level indicator to show the level and condition of the oil in gear box.
20.2 All material used should be of the best of their respective kinds and should of the appropriate I.S. Specification & all workman ship should be
20.3 PAINTING : The structural steel work in the bridge and the crab frame should be given one coat of suitable primer with 25 micron of DFT (Dry
48 hours of compalsory curing after painting. Final paint should be done with two coats of lght orange synthetic enamel paint each with a DF
intermittent curing of minimum 16 hours..
20.4 First fill oil, grease etc. for the commissioning of the crane shall be provided by the supplier.
20.5 Tool box with standard tools shall be supplied with the crane.
20.6 List of bought out items should be furnished with names of makers and complete literature about the items should be supplied.
20.12 Supplier shall inform BHEL in advance to witness assembly and load test.
20.13 The crane is to be erected by the supplier at site with their own labour, tools and tackles, winch. The crane is to be commissioned and te
over.
20.14 All motions at various steps of speed shall be checked along with current being taken by respective motion motors.
21.0 QUALIFYING CONDITIONS
21.1 Offer of only OEM (origional equipment manufactures) will be accepted. In case of offer of foreign OEM submitted by their indian pa
representatives valid copy of aggrement of the OEM with their indian counter part should be submitted along with the offer. In all su
P.O, if decided in favour of the subject foreign OEM, will be placed on the OEM not a thire indian counter part.
21.2 Vendor shall meet all (A), (B) (C) & (D) to qualify for the tenders.
A)
Those vendors who have supplied & commissioned at least five 25 ton or more capacity in last ten years (on the date of openi
21.3 The
following
information
is to be
submitted certificate
by the vendor
about the company
whereofsimilar
cranes
been
is req
B) Supplier
must
submit latest
performance
for satisfactory
performance
min one
year have
period
(on supplied.
the date ofThis
opening
vendor
for in
qualification
there
offer.
cranes ref
section (A).ofOut
of five
crane at least two cranes must be commissioned within last five years (on the date of opening o
21.4
C) Generally offer of O.E.M. would be accepted. In case of traders / agent proper contract agreement to be submitted also guarantee
Name
of theby
customer
/ company
along
with
Order no. and Purchase Order date where referred crane is installed.(Co
to
be owned
OEM & suitable
under
taking
to Purchase
be submitted.
BHEL reserves the right to verify information submitted by vendor. In case the information is found to be false / inc
shall be rejected.
A.K. Shivpuri
SR. MANAGER(WE&S)
S.J.CHAKRABORTY
Sr.DGM (WE&S)
CRJ/9580/R1
Item No.
SP/CRJ/9580/1 &2
Location
FABRICATION SHOP
Quantity
TWO NOS.
lifying condition). The offer meeting this clause would only be processed.
eviations" Column of this format shall be filled in by the Vender and submitted along with the offer.Technical details also submitted with the offer. Inadequate /
ses of the specification / requirements shall be treated as non - compliance.
age only.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
other dimensions are required to be checked by supplier before commencement of
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
DEVIATIONS
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
e Frequency) drive.
should have gradual increase in speed from minimum to maximum. Speed
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
have dual speed single push button). Ist step Speed shall be 10% of the full speed
to move at 10% of maximum continuously whereas IInd step would start crane from
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
designed for class M5 duty in accordance with BSS: 466/1960 and or IS:3177.
VENDER TO CONFIRM
end carriage built up from mild steel channel with adequate diaphragms or stiffing
ced joints.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
force fitted.
the length of the platform ( height of 1.1 m. ) parallel to girder. Size of the hand rail
to have flanges at the bottom for proper support. Suitable hand railing should
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
antial construction and ample stiffness built up of mild steel sections securely riveted VENDER TO CONFIRM
rranged that in the event of derailment the drop cannot exceed 25 mm. Proper hand
ls of approved diameter in accordance with IS:3177. Number of wheels on each side VENDER TO CONFIRM
eel should be of forged steel having composition as Cr 55 Mn 75 ( EN 9) hardened
& shall be fitted with roller bearings. Greasing nipples should be provided and the
VENDER TO CONFIRM
VENDER TO CONFIRM
ual drive of the track wheels. These brakes should be arranged to be operated from
hinged shoes, lined with good quality reinforced bonded brake lining and arranged
d in LT motion to stop the crane immediately in case of power failure. This should
VENDER TO CONFIRM
VENDER TO CONFIRM
m & / or fabricated plates to proper thickness and the upper surface of the frame VENDER TO CONFIRM
and maintenance facility. There should be lubricating point provided conveniently on
ley such as balancing sheaves etc.
shall be connected to Two Nos driving wheels. The Gear box driving shaft should be VENDER TO CONFIRM
that facility for ease in maintenenace is not compromised.
cured to hard shaft steel axles and to run on sturdy roller bearing of SKF make. The VENDER TO CONFIRM
ns should be provided. One axle should be driven by a motor through an enclosed
ovided.
VENDER TO CONFIRM
ally enclosed bearing. The drums shall be of ample diameter and sufficient length to VENDER TO CONFIRM
ighest position and when hooks are in the lowest position there shall be at least two
opes shall be such that in the event of a rope unwinding completely, there shall be
nd left hand spiral grooves machined to suit the hoisting rope and would be
mooth and noiseless in operation and preferably of complete helical gear type
endentsteel
clamps.
carbon
gears, the larger gears may have forged carbon steel rims shrunk on
VENDER TO CONFIRM
machine cut teeth & hardened to 266- 300 BHN, the high speed gears having
peration. The drum shaft and pinion shaft shall be mounted on antifriction bearings
x with jointing surfaces machined and made leak proof.
the post type with hinged shoes. Shoe must be lined with best quality reinforced
he brake should be normally held on by a balance weight and released by a thruster
VENDER TO CONFIRM
g motions.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
vice shaould be so set to stop the crane at the distance of 1-2 meter. The device
VENDER TO CONFIRM
e supported on 4 falls. Wire rope should be non rotating type having 6X37/36 filler
VENDER TO CONFIRM
VENDER TO CONFIRM
uly Hardened & Tempered. Hook Material & Manufacturing Shall Be Done As Per Is
aring.
to be fitted to prevent the rope leaving the sheaves, even when the hook if lowered VENDER TO CONFIRM
uld be secured in such a manner that there should be no bolt protruding in the inner
ty with approx.150 starts/hr and shall comply with IS: 325 according to
opicalised. All motors should be suitable for use on 415 + 10% volts, 50 +1.5%Hz
d by VVFD Drives.
VENDER TO CONFIRM
dards and wiring practices. It shall be of IP54 class and shall comprise of
es for drives like semiconductor line fuses, Line contactor, Line
Radio Remote Control receiver and all interfacing accessories for control of crane
VENDER TO CONFIRM
with BS: 587. The Remote and Cabin interfacing should have perfect isolation &
uld have RC surge suppressors.
VENDER TO CONFIRM
rcuit.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
and relative humidity of 95%. In case of deviations in these values, the drive must
ting charts.
VENDER TO CONFIRM
and resistance box. The capacity shall be suitable for providing 150% braking VENDER TO CONFIRM
ee centigrade. The main hoist motors shall have encoder- feedback for
VENDER TO CONFIRM
hall have features like anti-torque lowering, co-ordinated control of thruster brakes
VENDER TO CONFIRM
generate 150% torque at zero speed. g) The drive must have static & dynamic automust have all standard protections like stall protection, single phasing, over voltage,
ed for hoisting, the same model of drives shall be used for LT & CT drive for ease of
nd cabin. k) Drive Programming parameterisation software alongwith connecting
e supplied.
VENDER TO CONFIRM
ded for ease in operation. This should be interlocked & in no case control supply is
y Following switches be available 1) main Speed & Slow speed for each MH, CT, LT
projected switch should also be provided for emergency stop. The PB station
th a long discharge nozzle should be provided & adequately clamped on to LT
on the platform should be approximately 750 mm x 750 mm. Suitable ladder should VENDER TO CONFIRM
controllers should be so positioned as to facilitate easy operation & maintenance. A
xtinguisher of 4.5 litre capacity with long discharge nozzle should be provided in
dulum type made of good bell metal and to be well secured inside the cabin in a
o be provided in the cabin for the crane operator. A 2 feet 20 watt fluorescent tube
VENDER TO CONFIRM
h any other structure / semi gantry crane / machines in the entire bay. For this
designing of the crane dimension.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
rom ABS plastic. It shall be operable from Ni-Cd rechargeable battery, which
plied housed in a protective leather cover.
VENDER TO CONFIRM
VENDER TO CONFIRM
mitter. It shall constant current type with auto-cut off facility on full charge. Indication
VENDER TO CONFIRM
lied.
VENDER TO CONFIRM
VENDER TO CONFIRM
rom spurious signals and should use 16 bits identity code unique to each RRC
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
e IS 3771(latest) CLAUSE 14.5, & furnish details of safety & QA plan followed.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
own transformer required for 220 Volt bridge lights, cconnected with the incoming
, Mode Selection like Cabin or RRC selection switch shall be provided.
VENDER TO CONFIRM
ator cabin safely and to land over the platform safely. Sufficient no. of small ladders/ VENDER TO CONFIRM
CT trolley. All ladders to be provided with guards to prevent fall.
on the crane bridge and on the crab shall be provided where applicable.
VENDER TO CONFIRM
VENDER TO CONFIRM
ving copper conductor. Wire and cable should be of 1100 Volt grade.
VENDER TO CONFIRM
I.E.E. Rules. 1956 and other standard practice as adopted by the I.S.I.
VENDER TO CONFIRM
visible from out side, crimped terminations should be provided for control cables and VENDER TO CONFIRM
hould be provided to suit the angle iron down shop leads. Details of existing down
g the supply of current collector system.
ng insulators, current collector, straining screws and clamp connectors etc. This
th necessary mounting Brackets. The Power supply shall be fed from its center.
Amp.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
Supply Source will be provided by BHEL by means of ICTP switch at one location for VENDER TO CONFIRM
bles, connections, circuit breakers, transformers, current collectors etc. required
abinets, shall be the responsibility of vendor.
VENDER TO CONFIRM
n proof.
VENDER TO CONFIRM
e plate or on DIN Rail so that there is no break in circuitry during traversing &
VENDER TO CONFIRM
ded with fluorescent lamps for sufficient illumination and power receptacles of
th Indian
VENDER TO CONFIRM
necting Cables should be properly dressed in cable trays/ trunking with appropriate
VENDER TO CONFIRM
VENDER TO CONFIRM
ouble free and efficiently under following operating conditions: Power Supply
Ground ) Ambient Conditions: Temperature = 5 to 50 degree Celsius Relative
VENDER TO CONFIRM
part of the year. Crane shall be in the outdoor condition. Max. temperature variation
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
has to design the wheels in consultation with BHEL.
VENDER TO CONFIRM
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO CONFIRM
VENDER TO CONFIRM
of best quality, duly tested as per appropriate IS standard and of Preferred
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
English Electric/Bussman.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
Crane manufacturer intends to supply their own make / Specific make of Gear
provided for those items.
VENDER TO CONFIRM
ane manufacturer intends to supply their own make / Specific make of Gear Boxes
d for those items.
VENDER TO CONFIRM
VENDER TO CONFIRM
nly.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
only.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
EIR OFFER
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
and working mechanism which shall be located above platform level and shall be
VENDER TO CONFIRM
sed on the crane in sufficient quantity as per recommendation of Vendor for 2 years
offered by vendor. The list to include following, in addition to other recommended
VENDER TO SUBMIT
VENDER TO SUBMIT
CBs relays etc other electronic spares for RRC and AC Drives.
VENDER TO SUBMIT
long with specification / type / model, and name & address of the spare supplier
VENDER TO CONFIRM
VENDER TO CONFIRM
damage to the crane, work piece and the operator due to the malfunctioning or
ning indications through lights/ alarms should be available.
VENDER TO CONFIRM
ed by the supplier.
VENDER TO CONFIRM
d.
VENDER TO CONFIRM
nced to avoid undue vibrations. Open gears, couplings, fans/ rotating parts
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
mer ) coat.
VENDER TO CONFIRM
rol) Rules 2000 as amended time to time (Latest amendment jan-2010). This will be
VENDER TO CONFIRM
VENDER TO CONFIRM
and tackles. All equipments like lifting arrangement, winch, Sheaves/ Sheave
VENDER TO CONFIRM
l etc ( on returnable basis ) for mounting / Fixing accessories for DSL . The load test
y Parameters etc the Crane shall be commissioned.
VENDER TO CONFIRM
load, Braking, Operational Speeds etc shall be conducted after proving of the crane
VENDER TO CONFIRM
VENDER TO CONFIRM
ere paint has rubbed off or peeled during transit or erection should be repainted and VENDER TO CONFIRM
e vendor should supply sufficient quantity of touch-up paint of various colours of
f erection work
VENDER TO CONFIRM
VENDER TO CONFIRM
ulley Blocks, Tools & tackles etc shall be brought by the Supplier on returnable
hall be brought by the vendor on returnable basis. Necessary tools like Torque
the crane should be supplied.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
at BHEL works after Erection, Commissioning and handing over of the Crane.
ffered RRC system / Drives maintenance.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
ate, Wheel Load calculation & Calculation for selection of Diameter of Wheel, Motor, VENDER TO CONFIRM
awings, Structural drawings like End- carriage, Box Girder, Assembly Drawings/
ving Helix Angle, Pressure Angles, Modules etc.) ,Bracket/ Current Collector System,
chinery, Electrical Drawings comprising Power , Control Circuits , Electronic
be taken up before the approval of the drawings.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
ver applicable.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
ed Government Test House) , Wire Rope ( Break load test Certificate having Factor
Chemical composition, UV test report , Weld joints X- ray Test reports, Test
Buffers etc shall also be furnished.
VENDER TO CONFIRM
VENDER TO CONFIRM
witness/ Physical inspection of Sub-assemblies, Gear Box, Wire Rope, Hooks, Weld
ut before painting of crane girders/ components. Supplier will furnish test certificates
the Hooks proof load test at OEM's works.
VENDER TO CONFIRM
ble the complete crane and arrange for its physical inspection & checking of the
VENDER TO CONFIRM
EL officials. Load test at 125% & deflection at 100% load shall be measured along
Test, certificates by OEM of Hooks, Wire Rope, Thrusters Brakes, VVFD Drives, RRC
/ x ray test. This drawings shall be submitted to us for approval before inspection
est at the time of inspection. Vendor to arrange all necessary equipments for this at
VENDER TO CONFIRM
VENDER TO CONFIRM
oad shall be measured. Operational Speed & braking for all motions shall be tested
will be provided by BHEL. Remote operation, interlocking, Performance of
other documents shall be examined/ verified. If found satisfactory, the crane shall
VENDER TO CONFIRM
ical, Safety Parameters etc the Crane shall then only be considered
VENDER TO CONFIRM
blies of cranes, Panel, RRC transmitter/ Panel etc shall be suitably packed so that
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
be given one coat of suitable primer with 25 micron of DFT (Dry film Thickness) and VENDER TO CONFIRM
two coats of lght orange synthetic enamel paint each with a DFT of 25 microns and
by the supplier.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
ls and tackles, winch. The crane is to be commissioned and tested before handing VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
& SUBMIT DETAILS
VENDER TO CONFIRM
& SUBMIT DETAILS
ton or more capacity in last ten years (on the date of opening of tender) .
mpany whereofsimilar
cranes
been
is required
fromfive
all the
performance
min one
year have
period
(on supplied.
the date ofThis
opening
of tender)
ommissioned within last five years (on the date of opening of tender).
furnished).
d.
VENDER TO CONFIRM
& SUBMIT DETAILS
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
mer.
head, regarding satisfactory performance of machine supplied to them.
VENDER TO CONFIRM
VENDER TO CONFIRM
vpuri
R(WE&S)
ABORTY
WE&S)
V.S. Chauhan
SR. MANAGER (FBM)
R.N.JHA
AGM (FBM)
DEVIATIONS
FBM)
1. VENDOR must submit complete information against clause No. 21.0 ( Qualifying condition). The offer meeting this clause would only be proces
2. The " Specified/to be confirmed by" Column and where applicable, the " Deviations" Column of this format shall be filled in by the Vender and s
ambiguous, or unsustainable information against any of the clauses of the specification / requirements shall be treated as non - compliance.
3. The offer and all documents enclosed with offer should be in English language only.
1.1 DESIGN, MANUFACTURING, SUPPLY, ERECTION & COMMISSIONING OF "EOT CRANE 10/3 T; "SPAN 18 METERS" COMPLYING WITH SP
1.2 Crane design shall be got vetted by national level certified agency and a copy of the drawing shell be submitted at the time of approval by the ven
2.0 Electric Over Head crane of capacity indicated below is required for loading, unloading of unfinished and finished components from Machine Tools
manufacturing shop. The same has to work on a prepared gantry in FABRICATION SHOP
3.0 CAPACITY AND LEADING DIMENSION
3.1 Safe Working Load
- Main Hoist
- 10T
- Aux. Hoist
- 3T
I.S.3177/1965
- M5
- 18.00 Meter ( However, actual available span & other dimensions are required to be checked by supplier before com
- 16.8 Meter
- 12.0 Meter
-11.0 Meter (However it may change depending upon actual site condition).
- Shank type
- 2.8 Meter
- 0.400 Meter
3.11 Location
(1) fabrication shop,
Hoisting / Lowering
- 6 M/Min
Hoisting / Lowering
- 8 M/Min
Forward/ reverse
Left / Rght
- 20 M/Min
- 60 M/Min
3.15 Speed control for all motion should through VVVFD (Variable Voltage Variable Frequency) drive.
3.16 All the speeds should be controlled in four steps from the cabin. All four steps should have gradual increase in speed from minimum to maximum.
maximum speeds.
3.17 Speed control system shall be elaborately and clearly mentioned by the tenderer in their offer. Minimum speed at various steps to be clearly ment
3.18 Minimum speed should not be more than 10% of maximum speed.
3.19 2 step speed Control shall be provided through RRC (RRC transmitter would have dual speed single push button). Ist step Speed shall be 10% o
be full Speed. The Command for Ist step shall enable crane to move at 10% of maximum continuously whereas IInd step would start crane from 0
3.20 Facility for the resetting of the speed shall be available in the drive.
3.21 DESIGN STANDARD IS 807/2006 & 3177
4.0 WORK PIECE MATERIAL
4.1 The crane shall be generally of box type double girder construction and to be designed for class M5 duty in accordance with BSS: 466/1960 and o
tested quality as per relevant I. S.
4.2 BRIDGE CONSTRUCTION :
4.2.1 The bridge should comprise of two main girders with two out riggers and the end carriage built up from mild steel channel with adequate diaphrag
girder shall be fabricated and dispatched without any spliced joints.
4.2.2 M.S. chequred plate platform shall be provided along the full length on both sides of he crane with Toe Board to comply with statutory require
shall have clear width of minimum 1000 mm.
4.2.3 Box Girder & End carriage joints should have fit bolts only.
4.2.4 For all bolted joints the holes are to be drilled and reamed and bolts are to be force fitted.
4.2.5 Hand railing shall be fitted on both side of the end carriages and throughout the length of the platform ( height of 1.1 m. ) parallel to girder. Size o
than 25 mm bore heavy gauge steel pipe. The vertical pipes to have flanges at the bottom for proper support. Suitable hand railing should be
4.2.6 All Rotating parts & Overhang parts should be suitably guarded.
4.3 END CARRIAGE
4.3.1 The end carriages shall be of approved design, with L type Brackets of substantial construction and ample stiffness built up of mild steel sections
together. They shall project over the run way rails and shall be so arranged that in the event of derailment the drop cannot exceed 25 mm. Proper
4.3.2 The
endcarriage.
carriages of the crane are to be mounted on double flanged wheels of approved diameter in accordance with IS:3177. Number of whe
on end
shall be 2 Nos ( Total 4 Nos in the Crane for LT motion ) The Wheel should be of forged steel having composition as Cr 55 Mn 75 ( EN 9) harden
minimum depth 10mm confirming SAE 1055 / IS 1570 & shall be fitted with roller bearings. Greasing nipples should be provided and the grease b
means of suitable seals.
4.4.1 One wheel in each carriage is to be driven by a machine out forged steel gears by a motor mounted on or adjacent to the carriage. Motors of both
4.4.2 TRAVELLING MOTION BRAKE : A thruster brake to be fitted on each individual drive of the track wheels. These brakes should be arranged to be
as well as remote control. The brakes to be of post type with hinged shoes, lined with good quality reinforced bonded brake lining and arranged fo
necessary wear on lining time to time.
4.4.3 An independent additional mech. / electrical operating brake is to be provided in LT motion to stop the crane immediately in case of power failure.
from Radio remote on emergency condition.
4.5 CRABE FRAME :
4.5.1 This should be built up of steel sections and plates like Channels , T- Beam & / or fabricated plates to proper thickness and the upper surface o
wherever required in order to give great lateral rigidly and maintenance facility. There should be lubricating point provided conveniently on th
moving parts below the surface of the trolley such as balancing sheaves etc.
4.5.2 Crab Traverse Mechanism: One No CT Motor with suitable Gear Box shall be connected to Two Nos driving wheels. The Gear box driving
with adequate Geared coupling/ pedestal/ Plummer block so that facility for ease in maintenenace is not compromised.
4.5.3 The wheel should be of forged steel material of approved diameters duly secured to hard shaft steel axles and to run on sturdy roller bearing o
enclosed in a housing and arrangement for grease lubrications should be provided. One axle should be driven by a motor through an enclosed g
good quality. A thruster brake should be provided.
4.5.4 The cross travel gear box should be well secured at least by four bolts two on each side opposite the each other.
4.6 HOISTING MECHANISM :
4.6.1 This shall consist of heavy duty mild steel fabricated rope drum driven by totally enclosed bearing. The drums shall be of ample diameter and suf
amount of rope without over lapping when the hooks are in the highest position and when hooks are in the lowest position there shall be at least
on each drum. The method of attachment of the ropes shall be such that in the event of a rope unwinding completely, there shall be no danger of
The drum should have right and left hand spiral grooves machined to suit the hoisting rope and would be spigotted and bolted to the final driving
be smooth and noiseless in operation and preferably of complete helical gear type construction. The rope anchorage at each end should have at
4.6.2 The gear arrangement should consist of heat treated alloy steel pinions and carbon steel gears, the larger gears may have forged carbon steel rim
heavy duty cast iron centres or cast steel. All gears shall have machine cut teeth & hardened to 266- 300 BHN, the high speed gears having single
teeth and free from noise, for smooth operation. The drum shaft and pinion shaft shall be mounted on antifriction bearings and all gear arrangem
duty cast iron gear box with jointing surfaces machined and made leak proof.
4.6.3 A thruster creep brake to be fitted on the high speed shaft. The brake to be of the post type with hinged shoes. Shoe must be lined with best qual
industrial brake lining and arranged for easy adjustment. The brake should be normally held on by a balance weight and released by a thruster in
4.7 OTHER BRAKES & LIMIT SWITCHES
4.7.1 There should be heavy duty double limit switch for each hoisting and lowering motions.
4.7.2 Gravity type limit switch must be provided for hoisting operation in order to provide additional safety.
4.7.3 Series type limit switches with single arm spring loaded allen west type should be provided for traverse motion.
4.7.4 Anti - collision device should be provided in the LT motion (both side). The device shaould be so set to stop the crane at the distance of 1-2 meter
only in interlock circuits.
4.7.5 All limit switches should be connected only in interlock circuits.
4.8 ROPE HOOK AND SHEAVES:
4.8.1 The hoist shall have the factor of safety being not less than 6. Load should be supported on 4 falls. Wire rope should be non rotating type having
4.8.2 The Hooks shall be High Tensile Steel Shank Hook ( Trapezoidal Secion). Duly Hardened & Tempered. Hook Material & Manufacturing Shall Be D
Material Grade-3. The hook should Swivel freely on thrust ball bearing.
4.8.3 Sheaves are to be of heavy duty cast iron mounted on Ball bearings. Guards to be fitted to prevent the rope leaving the sheaves, even when the
ground and rope allowed falling slack. The hook guard should be secured in such a manner that there should be no bolt protruding in the inner sid
4.9 MOTORS:
4.9.1 The motors should be inverter grade having `F' class insulation having S4 duty with approx.150 starts/hr and shall comply with IS: 325 accord
The winding should be suitably insulated and tropicalised. All motors should be suitable for use on 415 + 10% volts, 50 +1.5%Hz 3-Phase, 3
Motors shall be suitable to be controlled by VVFD Drives.
4.10.1 The control panel shall be of RITTAL/BCH make conforming to all safety standards and wiring practices. It shall be of IP54 class and shall co
SFU/MCCB, AC Drive for all motions. Standard accessories for drives like semiconductor line fuses, Line contactor, Line communicatin
4.10.2 The
relays
and contactors
shouldRadio
be robust
design
& generally
conformity
with BS:
587. The Remote
andofCabin
should
braking
chopper
and resistance,
Remote
Control
receiverinand
all interfacing
accessories
for control
craneinterfacing
from Cabin
/RRC.have perfect
safe operation of crane. All coils of contactors & relays should have RC surge suppressors.
4.10.3 Suitable rating control transformer should be provided for the control of the circuit.
4.10.4 Isolator switch fuse unit should be capable of load breaking and mechanically robust. Isolation to be of quick brake type and it should be of GE Co
switch should be mounted in the operator's cabin.
4.11 AC Vector Drive:
4.11.1 The drive must be of PWM flux vector control technology employing IGBT's for achieving near sinusoidal output voltage. It must have the followin
4.11.2 a) The drive must be rated for continuous duty and shall have overload capacity of 150% for 60 sec.
4.11.3 b) The drive must be rated for ambient conditions of 55 degrees temperature and relative humidity of 95%. In case of deviations in these values, t
de-rated which shall be supported by manufacturers derating charts.
4.11.4 c) The motor braking shall be dynamic through inbuilt/external chopper and resistance box. The capacity shall be suitable for providing
4.11.5 d) The drive rating should be selected considering derating factor at 55 degree centigrade. The main hoist motors shall have encoder- feed
VVFD.
4.11.6 The drive must have special software designed for crane application which shall have features like anti-torque lowering, co-ordinated control of th
must have highly dynamic & precise control with capability to generate 150% torque at zero speed. g) The drive must have static & dynamic autooptimisation of connected motor. h) The drive must have all standard protections like stall protection, single phasing, over voltage, over current, th
drive etc. i) Model of Drives selected for hoisting, the same model of drives shall be used for LT & CT drive for ease of maintenance. j) Alram & Fa
through remote and cabin. k) Drive Programming parameterisation software alongwith connecting cable/ adapter suitable for connecting
be supplied.
4.12.1 The depth of crane cabin should be limited to 2150 mm. Opening to be cage on the platform should be approximately 750 mm x 750 mm. Su
between the cage and the inspection platform of the crane. The controllers should be so positioned as to facilitate easy operation & mainten
operated industrial type with 6" gong) and Fire extinguisher of 4.5 litre capacity with long discharge nozzle should be provided in operator's cabin
sturdy conventional pendulum type made of good bell metal and to be well secured inside the cabin in a convenient position for easy operation. A
to be provided in the cabin for the crane operator. A 2 feet 20 watt fluorescent tube fitting, one 16" sweep cabin fan with guard should be provided
4.12.2 An inspection lamp with 20 meter 3 core flexible cable is to be provided with 240 Volt plug point in the cabin.
4.12.3 The total depth of control cabin should be such that it should not interfere with any other structure / semi gantry crane / machines in the entire bay
the available clearances at the side before finalizing/ designing of the crane dimension.
4.13 Radio Remote Controller: RRC shall comprise of the following.
4.13.1 A) Transmitter: It shall be suitable for 2 steps control of AC drive through push buttons. The 2-steps pushbutton remote must have following
through 2 steps Pushbuttons. Long Travel:Left/Right, through 2 steps Pushbuttons. Cross Travel: Fwd/Right, through 2 steps Push buttons.
push button Crane lights ON/OFF push button Emergency Stop: Raised distinctive push button. Key switch: Removable unique key to disable
facility & indicator. Push buton for drive fault reset.B) Receiver with antenna suitable for above transmitter. C) Battery charger. D) 2 set of batter
4.13.2 Transmitter: The transmitter shall be lightweight, rugged, reliable and made from ABS plastic. It shall be operable from Ni-Cd rechargeable b
minimum 72 hours of operations with full charge. It shall be supplied housed in a protective leather cover.
4.13.3 Receiver: It shall be supplied housed in a suitable panel and shall have antenna for receiving transmitter signals. It shall have following features:
4.13.4 Battery Charger: It shall be suitable for charging the Ni-Cd batteries of transmitter. It shall constant current type with auto-cut off facility on full char
available for charging cycle and status of the battery etc.
4.13.5 Batteries: Batteries suitable for 72 Hrs operation of transmitter are to be supplied.
4.13.6 Interface Panel: The panel shall be of good quality powder coated of IP54 grade, crane duty and shall contain following accessories.
4.13.7 Microprocessor based digital encoding and decoding system with immunity from spurious signals and should use 16 bits identity code unique to e
4.13.8 Continuous auto checking between transmitter and receiver communication, so as to stop the complete system in case of failure at either end.
4.13.9 Auto checking of the commanded motion and stopping of all the motions in case of any erretic behaviour either way.
4.13.10 System should have self-diagnostic and alphanumeric fault display.
4.13.11 System should confirm to national and international safety standards like IS 3771(latest) CLAUSE 14.5, & furnish details of safety & QA pla
4.13.12 Operating range should be minimum 150 MTRs.
4.13.13 The output relays for driving motion contactors shall be heavy duty, rated for 10Amps at 110V AC.
4.14 Crane Bridge Lighting
4.14.1 Four Nos HPSV, with energy efficient HPL 150 Watts flood lights with fittings should be provided with suitable guard protection below the Platform
4.14.2 As the power supply will be only 415 volts, 3 phase, 3 wire, 50 cycles. Step down transformer required for 220 Volt bridge lights, cconnected with t
the crane circuit. Mode Selection switch i.e Control On, Off , Mode Selection like Cabin or RRC selection switch shall be provided.
4.15 LADDER
4.15.1 A ladder of sufficient height shall be provided to climb up the crane from operator cabin safely and to land over the platform safely. Sufficient no. o
provided on either side of the girder for easy climbing over the CT trolley. All ladders to be provided with guards to prevent fall.
4.16 WIRING:
4.16.1 The crane shall be supplied complete with all wiring and materials. Collectors on the crane bridge and on the crab shall be provided where applica
4.16.2 Moveable type flexible cable with necessary trolleys and festooned system shall be provided for supply of trolley.
4.16.3 All wiring shall be with XLPE / PVC insulated armored/ un armored cables having copper conductor. Wire and cable should be of 1100 Volt grade.
4.16.4 All electrical wiring and installation should strictly confirm to IS Act, 1910 and I.E.E. Rules. 1956 and other standard practice as adopted by the I.S
4.16.5 All control terminations should be ferruled such that the numbers are clearly visible from out side, crimped terminations should be provided
possible for main cables. A set of suitable current collector shoe should be provided to suit the angle iron down shop leads. Details of existing dow
system can be checked at site before finalizing the supply of current collector system.
4.17 DOWNSHOP LEAD
4.17.1 Shrouded type DSL system of 350 Amp. rating will be provided by BHEL
4.17.3 Siuitable current collectors with cable shall be provided
5.0
ELECTRICAL SYSTEM :
5.1 415V 10% 50Hz 1.5 Hz, 3 Phase AC (3 wire system plus ground) Power Supply Source will be provided by BHEL by means of ICTP switch at
purpose. Control Supply for crane shall be 110V AC. All types of cables, connections, circuit breakers, transformers, current collectors etc. re
power supply to different parts of the crane / control cabinets, shall be the responsibility of vendor.
5.4 All electrical components in the cabinets should be mounted firmly on Bakelite plate or on DIN Rail so that there is no break in circuitry during trav
adjoining Cranes or severe jerks at rail Joints.
5.5 All electrical and electronic panels including operator's panel should be provided with fluorescent lamps for sufficient illumination and power recep
AC. All adapters/receptacles should have compatibility with Indian
5.6 All cables including cross-traverse conductor shall be shrouded DSL. All connecting Cables should be properly dressed in cable trays/ trunking wi
Crane lighting shall be in flexible mild steel Conduit pipe.
5.7 Vendor should ensure the proper earthing for the crane's electrical equipment & its peripherals.
5.8 AMBIENT CONDITIONS & THERMAL STABILITY :
5.9 Total Crane including Controller system and all supplied items should work trouble free and efficiently under following operating conditions: Power
50 Hz, 1.5Hz No. of phases = 3 (3 Wire plus Ground ) Ambient Conditions: Temperature = 5 to 50 degree Celsius Relative Humidity = 9
5.10 Weather conditions are tropical, Atmosphere may be dust laden during some part of the year. Crane shall be in the outdoor condition. Max. tempe
Celsius in 24 hours.
6.0 DUTY CYCLE Related to Drive Motor & Mechanisms
6.1 MOTOR
6.1.1 Hoists
40 % CDF
40 % CDF
40 % CDF
7.0 MAKES OF DIFFERENT COMPONENTS: Bought - Out Materials shall be of best quality, duly tested as per appropriate IS standard and o
7.1 Ball & Roller Bearings : SKF/FAG/TIMKEN
7.2 Coupling : Fenner/ ALFEX etc.make
7.3 Contactors : SIEMENS/L&T only
7.4 HRC fuses: English Electric/ L&T/ Siemens, Semiconductor fuses: Siemens/ English Electric/Bussman.
7.5 Thrusters: Industry syndicate / Stromkraft/Speed-o- Control/Electromag
7.6 Cables : Copper cables with ISI mark only. Asian / Universal/ Finolex /
Torrent.
7.7 Gravity Limit switch / Other Limit Switches: Industry syndicate/ Stromkraft / Stromag / Speed-o- Control/ BCH- Heavy duty.
7.8 T.B Connectors : Elmex
7.9 Structural Material (Steel ): Of reputed makes like TATA/SAIL/ Jindal as per relevant Indian Standards.
7.10 Gear Boxes: Shanti Gears/ New Allenbery (Elecon) / Bonfiglioli. In case Crane manufacturer intends to supply their own make / Specific mak
then performance Guarantee of atleast 5 years shall be provided for those items.
7.11 Geared/ Semi Geared Couplings : Nutech/ Fenner / ALFEX. In case Crane manufacturer intends to supply their own make / Specific make o
performance Guarantee of atleast 5 years shall be provided for those items.
7.12 Wire rope : Usha Martin make only.
7.13 Shrouded DSL : Copper material. Make Susheel Engg,/ Stromag/ Safetrack only.
7.14 Paint Confirming IS 5: 1984;Colour Shade No. 591 of Asian / Appcolite/ Nerolac/ Berger make.
7.15 Electrical Motor : Inverter grade of either Siemens / Alstom/ ABB/ Crompton make Crane Duty as per relevant IS. 325 etc.
7.18 Variable Frequency Drives: Siemens/ L&T- Yaskawa / ABB/Allen Bradley only.
7.19 Hooter: Reputed make
7.20 Push buttons ( Siemens/ BCH/ L&T make only )
7.21 RRC : Radio Remote : Acroplolis/ SNT Control make only.
8.0
9.1 We would stress the need of adequate maintenance facility for all gearboxes and working mechanism which shall be located above platform level
approachable for good maintenance
10.0 SPARES:
10.1 Itemised breakup of mechanical, hydraulic, electrical and electronic spares used on the crane in sufficient quantity as per recommendation of Ven
operation on three shifts continuous running basis should be offered by vendor. The list to include following, in addition to other recommended spa
spare should be offered).
10.2 Mechanical & Hydraulic Spares: Thrusters Brake, Gears, Pinions, Shafts, Wheels, Hydraulic Seals for Gear Boxes, Drum etc.
10.3 Electrical /Electronic Spares: All types of Transmitter/ Receiver spares like PCBs relays etc other electronic spares for RRC and AC Drives.
10.4 Vendor to confirm that complete list of spares for the crane and its controls along with specification / type / model, and name & address of the spa
along with documentation to be supplied with the Crane.
11.0 SAFETY ARRANGEMENTS: Following safety features in addition to other standard safety features should be provided on the crane
11.1 Crane should have adequate and reliable safety interlocks / devices to avoid damage to the crane, work piece and the operator due to the malfun
functions should be continuously monitored and alarm / warning indications through lights/ alarms should be available.
11.2 A detailed list of all alarms / indications provided on Crane should be submitted by the supplier.
11.3 All the pipes, cables etc. on the crane should be well supported and protected.
11.4 All the rotating parts used on machine should be statically & dynamically balanced to avoid undue vibrations. Open gears, couplings, fans/ rot
with suitably guarded.
11.5 Suitable Lifting arrangement like Lifting Hooks, Jacking pads, Eye Bolts etc is required for lifting of Motors, other subassemblies or heavier
11.6 Emergency Switches should be provided at suitable locations.
11.7 Electrical cable & signalling cables should be suitably separated.
12.0 ENVIRONMENTAL PERFORMANCE OF THE MACHINE :
12.1 The Crane shall conform to following factors related to environment:
12.2 If any safety / environmental protection enclosure is required it should be built on the Crane by the vendor.
12.3 Paint of the Crane should be appllied only after providing rust-preventer ( primer ) coat.
12.4 Oil / Grease should not dip/ fall from the Crane.
12.5 Noise Pollution as per section 4(i) of the noise pollution (Regulation and control) Rules 2000 as amended time to time (Latest amendment jan-201
DIN45635-16. Vendor to demonstrate compliances to this.
13.1 The crane is to be Erected at site by the supplier with their own labour, tools and tackles. All equipments like lifting arrangement, winch, Shea
shall be brought by the supplier on returnable basis.
13.2 The supplier shall bring their own instruments to check Rail level / Water level etc ( on returnable basis ) for mounting / Fixing accessories for DSL
performed at BHEL site for proving of the crane w.r.t technical, Safety Parameters etc the Crane shall be commissioned.
13.3 Various tests like gradual loading, overload at 125%, Deflection test at 100% load, Braking, Operational Speeds etc shall be conducted after provi
Safety Parameters etc before commissioning of the crane.
13.4 Commissioning-spares, required for commissioning of the crane shall be brought by the supplier on returnable basis.
13.5 Portion, if any, of the crane / sub- assemblies / panel or other accessories where paint has rubbed off or peeled during transit or erection should b
original surrounding paint by the vendor. For this purpose, the vendor should supply sufficient quantity of touch-up paint of various colours of pain
13.6 Schedule of Erection and Commissioning shall be submitted before starting of erection work
13.7 Charges, duration, terms & conditions for E&C should be furnished in detail separately by vendor along with offer.
14.0 TOOLS FOR ERECTION, OPERATION & MAINTENANCE :
14.1 All equipment like Lifting arrangement, Winch, Mobile Crane, Sheave Pulley Blocks, Tools & tackles etc shall be brought by the Supplier on
tools and equipment required for erection of the Crane shall be brought by the vendor on returnable basis. Necessary tools like Torque Wrench, S
for operation and maintenance of the crane should be supplied.
14.2 All necessary levels / other instruments and devices for testing of the Crane except Load test Blocks should be brought by Vendor on returnable b
14.3 Maintenance: Adequate maintenance accessibility shall be provided for ease in maintenance for assemblies/sub-assemblies including gear
wiring/ etc.
15.0 TRAINING:
15.1 Vendor to impart training to BHEL personnel for operation & for maintenance at BHEL works after Erection, Commissioning and handing over of t
arrange for training of BHEL personnel free of cost for the offered RRC system / Drives maintenance.
16.0 DOCUMENTATION : Three sets of following documents (Hard copies) in English language should be supplied along with the crane.
16.1 During participation in technical Bid.
16.1.1 G.A. Drawing.
16.1.2 Wheel Load Diagram ( Wheel Distance & Wheel Load ).
16.1.3 Sketches showing full details of cranes with dimensions / end clearances (between centre of LT rails to column face of building), overhead cleara
approach limits, lift height, Details of Web thickness baffle plates, Stiffeners ,of Girder section , End carriage ( Boggies) Trolley Section etc.
16.1.4 Vendor to submit appropriate Q.A. Plan.
16.2 After Receipt of Order:
16.2.1 Calculation for Box Girder, End Carriage structural plates/ Web / Stiffener plate, Wheel Load calculation & Calculation for selection of Diameter o
Brake etc. 3 - sets of followings documents like G. A Drawings, Structural drawings like End- carriage, Box Girder, Assembly Drawings
Box Drawings (specially of Typical Gears having Helix Angle, Pressure Angles, Modules etc.) ,Bracket/ Current Collector System, Hook Block, LT
assembly LT machinery, Hoisting machinery, Electrical Drawings comprising Power , Control Circuits , Electronic Circuitry diagram for RRC etc.
Items should be taken up before the approval of the drawings.
16.3.7 Chemical & Proof load certificates of Hooks (Test certificates from a recognized Government Test House) , Wire Rope ( Break load test Certificate
less than 6 shall also be furnished) , Forgings, wheels - Chemical composition, UV test report , Weld joints X- ray Test reports, Test
Electrical components, Brakes, Spring Loaded Buffers etc shall also be furnished.
1.7.1.1 Stage Inspection : BHEL Officials will stage inspect the crane for test-witness/ Physical inspection of Sub-assemblies, Gear Box, Wire Rope
closing of girder and these stage inspection shall be carried out before painting of crane girders/ components. Supplier will furnish test certificates
these components / unit. BHEL may witness the Hooks proof load test at OEM's works.
17.1.2 Load Test : During Final inspection before dispatch, the supplier shall assemble the complete crane and arrange for its physical inspection & chec
3177( 2005 or latest ) , the same shall be witnessed by BHEL officials. Load test at 125% & deflection at 100% load shall be measured along with
also be witnessed. During this relevant Test, certificates by OEM of Hooks, Wire Rope, Thrusters Brakes, VVFD Drives, RRC Master Controllers,
shall also be examined.
17.1.3 Important joints shall be identified and indicated in a drawing for ultra sound / x ray test. This drawings shall be submitted to us for approval befo
critical joints will be accordingly subjected to ultrasound / x-ray test at the time of inspection. Vendor to arrange all necessary equipments for this
17.2 At BHEL Works: Inspection And Test
17.2.1 Span, Diagonal, & other dimensions shall be examined.
17.2.2 Load Test : Overload test at 125% shall be conducted . Deflection at 100 % load shall be measured. Operational Speed & braking for all motions s
relevant IS 3177( 2005 or latest ) . For load test the required load will be provided by BHEL. Remote operation, interlocking, Performance o
measurement, etc shall be carried out. Test- Reports & other documents shall be examined/ verified. If found satisfactory, the crane shall be acce
Over.
17.2.3 Load Test shall be performed at BHEL site for proving of the crane w.r.t technical, Safety Parameters etc the Crane shall then only be consider
over.
18.0 PACKING:
18.1 Rigid packing for all End Carriages, Girders etc . Other parts like sub- assemblies of cranes, Panel, RRC transmitter/ Panel etc shall be suitably pa
reaches BHEL without any damage/loss in transit.
19.0 GUARANTEE : Guarantee regarding workmanship, material used, design and performance should be provided by the party for a pe
date of successful commissioning of the Crane. In case Crane manufacturer intends to supply their own/Specific make of Gear Box
of our specified make , then performance Guarantee of atleast 5 years shall be provided for those items.
20.0 MISCELLANEOUS :
20.1 All gear boxes should have oil level indicator to show the level and condition of the oil in gear box.
20.2 All material used should be of the best of their respective kinds and should of the appropriate I.S. Specification & all workman ship should be of be
20.3 PAINTING : The structural steel work in the bridge and the crab frame should be given one coat of suitable primer with 25 micron of DFT (Dry
compalsory curing after painting. Final paint should be done with two coats of lght orange synthetic enamel paint each with a DFT of 25 m
20.4 First
fill oil,16grease
minimum
hours..etc. for the commissioning of the crane shall be provided by the supplier.
20.5 Tool box with standard tools shall be supplied with the crane.
20.6 List of bought out items should be furnished with names of makers and complete literature about the items should be supplied.
20.12 Supplier shall inform BHEL in advance to witness assembly and load test.
20.13 The crane is to be erected by the supplier at site with their own labour, tools and tackles, winch. The crane is to be commissioned and tested befo
20.14 All motions at various steps of speed shall be checked along with current being taken by respective motion motors.
21.0 QUALIFYING CONDITIONS
21.1 Offer of only OEM (origional equipment manufactures) will be accepted. In case of offer of foreign OEM submitted by their indian partne
valid copy of aggrement of the OEM with their indian counter part should be submitted along with the offer. In all such cases the final P.
subject foreign OEM, will be placed on the OEM not a thire indian counter part.
21.2 Vendor shall meet all (A), (B) (C) & (D) to qualify for the tenders.
A) Those vendors who have supplied & commissioned at least five 10 ton or more capacity in last ten years (on the date of opening o
21.3 The following information is to be submitted by the vendor about the company where similar cranes have been supplied. This is require
qualification of there offer.
B) Supplier must submit latest performance certificate for satisfactory performance of min one year period (on the date of opening of te
21.4 Name
(A). Outofofthe
fivecustomer
crane at least
two cranes
commissioned
within
five years
(on date
the date
of opening
tender).
/ company
alongmust
withbe
Purchase
Order no.
andlast
Purchase
Order
where
referred of
crane
is installed.(Copy
furnished).
C) Generally offer of O.E.M. would be accepted. In case of traders / agent proper contract agreement to be submitted also guarantee & s
& suitable
taking
to be
submitted.
21.5 OEM
Complete
postalunder
address
of the
customer.
21.6 D)
YearProof
of commissioning.
of min ten year (Copy
exp. inof
the
Commissioning
same field.
21.7
21.8
21.9
21.10
22
S.J.CHAKRABORTY
Sr.DGM (WE&S)
CRJ/9581/R1
Item No.
SP/CRJ/9581/1
Location
FABRICATION SHOP
Quantity
ONE NO.
ying condition). The offer meeting this clause would only be processed.
iations" Column of this format shall be filled in by the Vender and submitted along with the offer.Technical details also submitted with the offer. Inadequate / incomplete,
cification / requirements shall be treated as non - compliance.
ge only.
SPECIFICATION CUM COMPLIANCE CERTIFICATE OF 10/3 EOT CRANE
SPECIFIED / TO BE
CONFIRMED BY
VENDER TO CONFIRM
VENDER TO CONFIRM
loading of unfinished and finished components from Machine Tools as well as assembly of Loco
TION SHOP
other dimensions are required to be checked by supplier before commencement of the work)
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
Frequency) drive.
VENDER TO CONFIRM
hould have gradual increase in speed from minimum to maximum. Speed specified above are
VENDER TO CONFIRM
DEVIATIONS
VENDER TO CONFIRM
VENDER TO CONFIRM
ave dual speed single push button). Ist step Speed shall be 10% of the full speed & IInd step shall
maximum continuously whereas IInd step would start crane from 0 to full speed.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
esigned for class M5 duty in accordance with BSS: 466/1960 and or IS:3177. Material shall be of
VENDER TO CONFIRM
d carriage built up from mild steel channel with adequate diaphragms or stiffing plates. Each bridge
VENDER TO CONFIRM
es of he crane with Toe Board to comply with statutory requirement of factory act. Platform
VENDER TO CONFIRM
VENDER TO CONFIRM
orce fitted.
VENDER TO CONFIRM
e length of the platform ( height of 1.1 m. ) parallel to girder. Size of the hand rail shall be not less
the bottom for proper support. Suitable hand railing should be provided on CT Trolley also.
VENDER TO CONFIRM
tial construction and ample stiffness built up of mild steel sections securely riveted or welded
t in the event of derailment the drop cannot exceed 25 mm. Proper hand railing should be provided
of approved diameter in accordance with IS:3177. Number of wheels on each side of the crane
of forged steel having composition as Cr 55 Mn 75 ( EN 9) hardened to 300-350 BHN with
er bearings. Greasing nipples should be provided and the grease be retained and dirt excluded by
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
by a motor mounted on or adjacent to the carriage. Motors of both the end carriage.
VENDER TO CONFIRM
al drive of the track wheels. These brakes should be arranged to be operated from the control desk
d with good quality reinforced bonded brake lining and arranged for easy adjustment for the
VENDER TO CONFIRM
n LT motion to stop the crane immediately in case of power failure. This should also be operated
VENDER TO CONFIRM
/ or fabricated plates to proper thickness and the upper surface of the frame should be plated over
y. There should be lubricating point provided conveniently on the top for easy lubrication to all
VENDER TO CONFIRM
all be connected to Two Nos driving wheels. The Gear box driving shaft should be suitably coupled
se in maintenenace is not compromised.
ured to hard shaft steel axles and to run on sturdy roller bearing of SKF make. The bearings to be
ided. One axle should be driven by a motor through an enclosed good design harden spur gears of
VENDER TO CONFIRM
VENDER TO CONFIRM
y enclosed bearing. The drums shall be of ample diameter and sufficient length to take the full
n and when hooks are in the lowest position there shall be at least two full turns of rope remaining
event of a rope unwinding completely, there shall be no danger of its becoming free from the drum.
hoisting rope and would be spigotted and bolted to the final driving gear. The whole gear box should
ype construction. The rope anchorage at each end should have at least two independent clamps.
VENDER TO CONFIRM
VENDER TO CONFIRM
rbon steel gears, the larger gears may have forged carbon steel rims shrunk on and secured to
h & hardened to 266- 300 BHN, the high speed gears having single helical teeth, and the reminder
aft shall be mounted on antifriction bearings and all gear arrangement shall be enclosed in a heavy
VENDER TO CONFIRM
he post type with hinged shoes. Shoe must be lined with best quality reinforced bonded asbestos
normally held on by a balance weight and released by a thruster in the circuit of hoist motor.
VENDER TO CONFIRM
motions.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
ce shaould be so set to stop the crane at the distance of 1-2 meter. The device shall be connected
VENDER TO CONFIRM
supported on 4 falls. Wire rope should be non rotating type having 6X37/36 filler construction.
VENDER TO CONFIRM
VENDER TO CONFIRM
y Hardened & Tempered. Hook Material & Manufacturing Shall Be Done As Per Is 3815:1977
o be fitted to prevent the rope leaving the sheaves, even when the hook if lowered to the rest on the
ch a manner that there should be no bolt protruding in the inner side of the hooks.
VENDER TO CONFIRM
with approx.150 starts/hr and shall comply with IS: 325 according to manufacturer's standard.
uld be suitable for use on 415 + 10% volts, 50 +1.5%Hz 3-Phase, 3 wire, 50 cycles AC supply.
VENDER TO CONFIRM
ards and wiring practices. It shall be of IP54 class and shall comprise of following: Incomer
semiconductor line fuses, Line contactor, Line communicating & output chokes, Dynamic
th
BS:
587. The Remote
andofCabin
should
cing
accessories
for control
craneinterfacing
from Cabin
/RRC.have perfect isolation & Limit switches for
suppressors.
uit.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
obust. Isolation to be of quick brake type and it should be of GE Control (EE) make. Main Isolating
VENDER TO CONFIRM
r achieving near sinusoidal output voltage. It must have the following specifications:
VENDER TO CONFIRM
VENDER TO CONFIRM
nd relative humidity of 95%. In case of deviations in these values, the drive must be adequately
VENDER TO CONFIRM
nd resistance box. The capacity shall be suitable for providing 150% braking torque.
VENDER TO CONFIRM
e centigrade. The main hoist motors shall have encoder- feedback for optimum control through
VENDER TO CONFIRM
ll have features like anti-torque lowering, co-ordinated control of thruster brakes etc. f) The drive
rque at zero speed. g) The drive must have static & dynamic auto-tuning facility to enable perfect
ns like stall protection, single phasing, over voltage, over current, thermal protection of motor &
ll be used for LT & CT drive for ease of maintenance. j) Alram & Fault resetting should be possible
alongwith connecting cable/ adapter suitable for connecting to standard USB port of PC shall
VENDER TO CONFIRM
ed for ease in operation. This should be interlocked & in no case control supply is available in case
es be available 1) main Speed & Slow speed for each MH, CT, LT operation. 2) Control On- OFF,
rovided for emergency stop. The PB station should be suitably earthed. A 5.0 kg dry chemical
equately clamped on to LT platform.
VENDER TO CONFIRM
on the platform should be approximately 750 mm x 750 mm. Suitable ladder should be provided
should be so positioned as to facilitate easy operation & maintenance. A warning bell (Electrically
y with long discharge nozzle should be provided in operator's cabin. One more bell is to be provided
ured inside the cabin in a convenient position for easy operation. A revolving type cushioned seat is
ube fitting, one 16" sweep cabin fan with guard should be provided.
VENDER TO CONFIRM
VENDER TO CONFIRM
any other structure / semi gantry crane / machines in the entire bay. For this supplier must check all
mension.
VENDER TO CONFIRM
buttons. The 2-steps pushbutton remote must have following functions: Hoist: Up/Down,
uttons. Cross Travel: Fwd/Right, through 2 steps Push buttons. Hooter Operation: Normal
inctive push button. Key switch: Removable unique key to disable transmitter. Battery check
suitable for above transmitter. C) Battery charger. D) 2 set of batteries for transmitter.
VENDER TO CONFIRM
m ABS plastic. It shall be operable from Ni-Cd rechargeable battery, which shall provide
a protective leather cover.
a for receiving transmitter signals. It shall have following features:
VENDER TO CONFIRM
ter. It shall constant current type with auto-cut off facility on full charge. Indication shall also be
VENDER TO CONFIRM
ed.
VENDER TO CONFIRM
VENDER TO CONFIRM
m spurious signals and should use 16 bits identity code unique to each RRC system.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
IS 3771(latest) CLAUSE 14.5, & furnish details of safety & QA plan followed.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
wn transformer required for 220 Volt bridge lights, cconnected with the incoming supply and not in
ke Cabin or RRC selection switch shall be provided.
VENDER TO CONFIRM
or cabin safely and to land over the platform safely. Sufficient no. of small ladders/ steps shall be
dders to be provided with guards to prevent fall.
VENDER TO CONFIRM
n the crane bridge and on the crab shall be provided where applicable.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
E.E. Rules. 1956 and other standard practice as adopted by the I.S.I.
VENDER TO CONFIRM
y visible from out side, crimped terminations should be provided for control cables and as far as
vided to suit the angle iron down shop leads. Details of existing down shop lead and current collector
ystem.
VENDER TO CONFIRM
pply Source will be provided by BHEL by means of ICTP switch at one location for erection
ctions, circuit breakers, transformers, current collectors etc. required for connecting the DSL
onsibility of vendor.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
proof.
VENDER TO CONFIRM
plate or on DIN Rail so that there is no break in circuitry during traversing & accidental hit by
VENDER TO CONFIRM
ed with fluorescent lamps for sufficient illumination and power receptacles of 220Volts, 5/15 Amp
VENDER TO CONFIRM
cting Cables should be properly dressed in cable trays/ trunking with appropriate clamps. Cable for
VENDER TO CONFIRM
VENDER TO CONFIRM
ble free and efficiently under following operating conditions: Power Supply Voltage: 415 V 10%,
ditions: Temperature = 5 to 50 degree Celsius Relative Humidity = 95% max.
art of the year. Crane shall be in the outdoor condition. Max. temperature variation is up to 25 deg
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO CONFIRM
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO SPECFY
VENDER TO CONFIRM
VENDER TO CONFIRM
f best quality, duly tested as per appropriate IS standard and of Preferred makes as below:
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
nglish Electric/Bussman.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
rane manufacturer intends to supply their own make / Specific make of Gear Boxes & Couplings,
ms.
ne manufacturer intends to supply their own make / Specific make of Gear Boxes & Couplings, then
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
y.
VENDER TO CONFIRM
c/ Berger make.
VENDER TO CONFIRM
VENDER TO CONFIRM
nly.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
IR OFFER
nd working mechanism which shall be located above platform level and shall be easily
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO CONFIRM
d on the crane in sufficient quantity as per recommendation of Vendor for 2 years for trouble free
. The list to include following, in addition to other recommended spares:(Unit Price of each item of
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
ng with specification / type / model, and name & address of the spare supplier shall be furnished
VENDER TO CONFIRM
VENDER TO CONFIRM
amage to the crane, work piece and the operator due to the malfunctioning or mistakes. Crane
rough lights/ alarms should be available.
by the supplier.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
ced to avoid undue vibrations. Open gears, couplings, fans/ rotating parts should be provided
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
er ) coat.
VENDER TO CONFIRM
l) Rules 2000 as amended time to time (Latest amendment jan-2010). This will be measured as per
VENDER TO CONFIRM
VENDER TO CONFIRM
nd tackles. All equipments like lifting arrangement, winch, Sheaves/ Sheave Pulley Block etc
VENDER TO CONFIRM
etc ( on returnable basis ) for mounting / Fixing accessories for DSL . The load test shall be
ers etc the Crane shall be commissioned.
ad, Braking, Operational Speeds etc shall be conducted after proving of the crane w.r.t technical,
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
e paint has rubbed off or peeled during transit or erection should be repainted and merged with the
upply sufficient quantity of touch-up paint of various colours of paint used.
erection work
VENDER TO CONFIRM
VENDER TO CONFIRM
ley Blocks, Tools & tackles etc shall be brought by the Supplier on returnable basis. Other Special
vendor on returnable basis. Necessary tools like Torque Wrench, Spanners, Keys, grease guns etc.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
t BHEL works after Erection, Commissioning and handing over of the Crane. Supplier should
m / Drives maintenance.
nglish language should be supplied along with the crane.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
ween centre of LT rails to column face of building), overhead clearance from LT rails, hook
Girder section , End carriage ( Boggies) Trolley Section etc.
VENDER TO CONFIRM
e, Wheel Load calculation & Calculation for selection of Diameter of Wheel, Motor, Gearbox and
l drawings like End- carriage, Box Girder, Assembly Drawings/ Sub- assembly Drawings, Gear
Modules etc.) ,Bracket/ Current Collector System, Hook Block, LT & CT wheel, Main Hook
ower , Control Circuits , Electronic Circuitry diagram for RRC etc. No fabrication / purchase of BO.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
er applicable.
VENDER TO CONFIRM
d Government Test House) , Wire Rope ( Break load test Certificate having Factor of safety not
osition, UV test report , Weld joints X- ray Test reports, Test report of Structural material,
ed.
ness/ Physical inspection of Sub-assemblies, Gear Box, Wire Rope, Hooks, Weld test etc before
of crane girders/ components. Supplier will furnish test certificates & guarantee for performance of
's works.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
e the complete crane and arrange for its physical inspection & checking of the camber as per IS
st at 125% & deflection at 100% load shall be measured along with running of sub assemblies shall
e Rope, Thrusters Brakes, VVFD Drives, RRC Master Controllers, Limit Switches, Gear Boxes etc
VENDER TO CONFIRM
x ray test. This drawings shall be submitted to us for approval before inspection .All approved
of inspection. Vendor to arrange all necessary equipments for this at the time of inspection.
VENDER TO CONFIRM
VENDER TO CONFIRM
d shall be measured. Operational Speed & braking for all motions shall be tested in line with
ed by BHEL. Remote operation, interlocking, Performance of motors with current
be examined/ verified. If found satisfactory, the crane shall be accepted and considered as Handed
VENDER TO CONFIRM
al, Safety Parameters etc the Crane shall then only be considered commissioned & handed
VENDER TO CONFIRM
es of cranes, Panel, RRC transmitter/ Panel etc shall be suitably packed so that the material
VENDER TO CONFIRM
ign and performance should be provided by the party for a period of 24 months from the
urer intends to supply their own/Specific make of Gear Boxes & Couplings other than
all be provided for those items.
VENDER TO CONFIRM
VENDER TO CONFIRM
the oil in gear box.
VENDER TO CONFIRM
he appropriate I.S. Specification & all workman ship should be of best quality.
VENDER TO CONFIRM
d be given one coat of suitable primer with 25 micron of DFT (Dry film Thickness) and 48 hours of
of lght orange synthetic enamel paint each with a DFT of 25 microns and intermittent curing of
the supplier.
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM
nd tackles, winch. The crane is to be commissioned and tested before handing over.
taken by respective motion motors.
on or more capacity in last ten years (on the date of opening of tender) .
pany where similar cranes have been supplied. This is required from all the vendor for
rformance of min one year period (on the date of opening of tender) five cranes ref in section
st five years
(on date
the date
of opening
tender).
Purchase
Order
where
referred of
crane
is installed.(Copy of Purchase Order should be
VENDER TO CONFIRM
VENDER TO CONFIRM
VENDER TO CONFIRM &
SUBMIT DETAILS
VENDER TO CONFIRM &
SUBMIT DETAILS
VENDER TO CONFIRM &
SUBMIT DETAILS
VENDER TO SUBMIT
proper contract agreement to be submitted also guarantee & spares supply to be owned by
rnished).
er.
ead, regarding satisfactory performance of machine supplied to them.
ndor. In case the information is found to be false / incorrect, the offer shall be
K. Shivpuri
NAGER(WE&S)
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO SUBMIT
VENDER TO CONFIRM
VENDER TO CONFIRM
V.S. Chauhan
SR. MANAGER (FBM)
HAKRABORTY
DGM (WE&S)
R.N.JHA
AGM (FBM)
DEVIATIONS
han
R (FBM)
M)