You are on page 1of 40

HINDALCO INDUSTRIES LIMITED

(UNIT BIRLA COPPER)

P.O. Dahej
Dist. Bharuch
Gujarat 392130
India

1000 TPD COPPER CONTAINING SMELTER SLAG BENEFICIATION


PLANT
AT DAHEJ, GUJARAT

TECHNICAL SPECIFICATION
FOR

LT MOTOR
SPECIFICATION NO. K8L06-DOC-E-330-SP-0101

January, 2009

DEVELOPMENT CONSULTANTS PRIVATE LIMITED


CONSULTING ENGINEERS
24 PARK STREET

KOLKATA 700 016

Page 0 of 39

1000 TPD COPPER CONTAINING SMELTER SLAG BENEFICIATION


PLANT AT DAHEJ, GUJARAT

SPECIFICATION NO. K8L06-DOC-E-330-SP-0101


FOR
LT MOTOR
INDEX

SECTION

DESCRIPTION

PART - A

PART B

I.

NOTICE INVITING TENDER

II.

INSTRUCTION IN CONNECTION WITH SUBMISSION OF TENDERS

III.

TECHNICAL SPECIFICATION

IV.

PROPOSAL EXHIBIT SHEETS

PRICE SCHEDULE

Page 1 of 39

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

Reference No. of Tender

K8L06-DOC-E-330-SP-0101

2.

Nature of Work

Design, manufacture and supply,

3.

Last date of receipt of filled-up


Tender Document

__________________________.

4.

Office where tender is to be


submitted.

Hindalco Industries Limited (Unit Birla Copper)


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

5.

Validity of Tender

_____ weeks from the last date of


submission.

6.

Delivery period

_____ weeks from the date of placement


of order.

Managing Director
Hindalco Industries Limited (Unit Birla Copper).
Dahej

*****

Page 2 of 39

SECTION II
INSTRUCTION IN CONNECTION
WITH SUBMISSION OF TENDERS
1. The tender documents are divided into two parts, namely Part-A and Part-B.
Part-A, Technical and Commercial part, comprises the followings:
a.

Notice inviting tender

b.

Instruction in connection with submission of tenders

c.

Technical specification

d.

Proposal exhibit sheets

Part-B, Price part, comprises the Price break up and the Summary of Prices.
Both to be duly filled in by the Tenderer.
2. It will be presumed that the tenderer has carefully examined the terms and conditions, as contained in the
tender documents, thoroughly and carefully, and fully acquainted himself with all the details of the
site, location, materials, weather characteristics, labour conditions and all other information and data
pertaining to and needed for the work.
3. The tendered rates should be typed or written by hand in English in the price schedules in the tender
documents in ink, both in words and figures. The amount against the respective items of work should
be calculated and totaled on each page and grand totaled on last page.
4. The rates should be written in Rupees and Paisa only.
5. The tenderer should quote his rates only for those items of work against which quantities have been
furnished in the price schedules.
6. All pages of the Tender documents including addenda/corrigenda, if any, should be initialed at the lower
left hand corner. The tender document shall be signed by the tenderer. In the event of the tender being
submitted by a firm, it must be signed by each partner thereof, and in the absence of any partner, it
shall be signed on his behalf by a person, holding the power of attorney from the absenting partner,
authorizing him to do so.
7. No alterations or modifications should be made in the contents of the tender document except filling up
the rates to be quoted in the tender document Part-B. Any tender that is not accompanied with the
complete set of tender documents, and/or which does not include rates of all the items price schedules
shall be considered incomplete and shall be rejected.
8. HIL/DCPL reserves the right to extend the date for submission of tenders. HIL/DCPL also reserves the
right to revise and/or amend the tender documents, prior to the date notified for the receipt of price
bids or the extended date for the same, as the case may be. Such revision, amendments or extensions,
if any, shall be intimated to the tenderers in the form of addenda, letters, fax or e-mails, as may be
considered suitable.
9. On receipt of tender documents, the same will be opened by HIL. HIL does not bind itself to accept the
lowest or any tender and will not assign any reason for the rejection of any or all tenders. Also HIL
reserves their right to negotiate with the lowest or any other tenderer.
10. Tenders are to be submitted in sealed envelopes, both for Part A and Part B. Any open offer received will
be rejected. Also any offer received after the due date is likely to be rejected.
11. Any further information required in connection with this tender can be obtained on any working day,
during office hours from:
The Project Manager
Hindalco Industries Limited (Unit Birla Copper),
Dahej.

Page 3 of 39

SECTION III
TECHNICAL SPECIFICATION

C ONTENTS
SECTION

D E SC R IPTIO N

PAGE NO.

1.00.00

INTENT OF SPECIFICATION

2.00.00

SCOPE OF WORK

3.00.00

GENERAL REQUIREMENTS

4.00.00

SITE CONDITIONS

5.00.00

TYPE & RATINGS

6.00.00

PERFORMANCE

7.00.00

SPECIFIC REQUIREMENTS

10

8.00.00

ACCESSORIES

12

9.00.00

TESTS

13

10.00.00

MANDATORY SPARE PARTS

13

11.00.00

DRAWINGS, DATA & MANUALS

13

ANNEXURES
ANNEXURE A

DESIGN DATA

15

ANNEXURE B

LIST OF MANDATORY SPARES

16

ANNEXURE C

LIST OF MOTORS TO BE SUPPLIED

17

Page 4 of 39

SPECIFICATION FOR LT MOTOR


1.00.00 INTENT OF SPECIFICATION
1.01.00 This specification is intended to cover the design, manufacture, assembly, testing at
manufacturer's works, supply & delivery, properly packed for transport to site of LT
motors, complete with all accessories for efficient and trouble-free operation.
1.02.00 The work is subject to all the terms and conditions detailed in the documents listed below,
which shall form part of this specification as if bound together.
a) Tender Notice
b) Instruction to Bidders
1.04.00 In the event of any discrepancy with listed documents, the stipulation of this specification
shall govern.
2.00.00 SCOPE OF WORK
2.01.00 Scope of Supply
2.01.01 The following equipment with accessories as listed below shall be the scope of supply of the
Bidder:
a) LT motors of the ratings and quantity as per Annexure C.
2.01.02 Mandatory spare parts as per Annexure B.
2.01.03 Recommended spare parts for two (2) years operation.
2.01.04 All relevant drawings, data and instruction manuals.
2.02.00 Exclusion from Scope of Work
2.02.01 All concrete foundation works.
2.02.02 Labour and equipment for unloading and installation.
2.02.03 Power & control cables for connection with equipment supplied by others.
3.00.00 GENERAL REQUIREMENTS
3.01.00 Codes and Standards
3.01.01 All equipment and materials shall be designed, manufactured and tested in accordance with
the latest applicable Indian Standards (IS) and IEC except where modified and/or
supplemented by this specification.
3.01.02 Equipment and material conforming to any other standard which ensures equal or better
quality, may be accepted. In such case, copies of the English version of the standard
adopted shall be submitted along with the bid.

Page 5 of 39

3.01.03 The electrical installation shall meet the requirements of Indian Electricity Rules as
amended up to date and relevant IS Codes of Practice. In addition, other rules and
regulations applicable to the work shall be followed.
3.02.00 Drawings & Annexures
3.02.01 All drawings and annexures appended to this specification shall form part of this
specification and supplement the requirements specified herein.
3.02.02 This specification shall be read and construed in conjunction with the drawings and
annexures to determine the scope of work and terminal points.
3.02.03 The quantities shown on drawings and annexures are tentative for bidding purpose only.
Any variation arising during detailed engineering stage shall be taken into account for
adjustment of contract price based on unit rates quoted in the bid.
3.03.00 Completeness of Supply
3.03.01 It is not the intent to specify completely herein all details of the equipment. Nevertheless,
the equipment shall be complete and operative in all aspects and shall conform to highest
standard of engineering, design and workmanship.
3.03.02 Any material or accessory which may not have been specifically mentioned but which is
necessary or usual for satisfactory and trouble-free operation and maintenance of the
equipment shall be furnished without any extra charge.
3.03.03 The supplier shall supply all brand new equipment and accessories as specified herein with
such modification and alteration as agreed upon in writing after mutual discussion.
3.03.04 Make of bought-out items are subject to Owner/Purchasers approval. The contractor shall
furnish relevant details to the Owner/Purchaser for his concurrence before procurement.
3.04.00 Proposal Data
The proposal data (exhibit) sheets attached to this document shall be filled in without any
ambiguity by typing in appropriate place on each page. These pages must be properly
signed by authorized representative of the bidder as verification of the data and submitted
along with the bid to form part of the bidder's formal proposal.
3.05.00 Guaranteed Performance
The performance figures quoted in Proposal Exhibit sheets shall be guaranteed within the
tolerance permitted by relevant standards. In case of failure of the equipment to meet the
guarantee, the equipment may be liable for rejection.
3.06.00 Deviation
3.06.01 Should the Bidder wish to deviate from this specification in any way, he shall draw specific
attention to such deviation.
3.06.02 All such deviations shall be clearly mentioned on the Deviation Sheet format enclosed,
with reference to the respective clause of the specification.
3.06.03 Unless such deviations are recorded in the deviation sheets and submitted with the offer, it
shall be taken for granted that the offer is made in conformity to this specification in all
respects.
3.07.00 Drawing Approval
Page 6 of 39

3.07.01 Before starting manufacture of any equipment, the supplier shall have to take approval of
relevant drawings and data from purchaser in writing.
3.07.02 Any manufacture done prior to the approval of drawings/data shall be rectified in
accordance with the approved drawings/data by the supplier at his own cost and the
equipment shall be supplied within the stipulated period.
3.08.00 Experience & Qualifying Requirement
3.08.01 Necessary information about the financial and technical resources, organization and
experience to undertake the manufacturing and supply of such equipment shall be supplied
by the bidder as an evidence of his capability for satisfaction of the Owner/Purchaser.
3.08.02 The bidder shall submit along with his bid a list of major contracts for supply of similar
equipment executed/being executed by him during last 5 years giving detailed particulars
such as quantity, equipment rating, contract value, name of the Owner/Purchaser, year of
commissioning etc.
3.08.03 The bidder shall submit the documentary evidence that equipment of similar rating has been
manufactured by him and are in successful operation for more than two (2) years in two or
more projects of similar nature on the date set for opening of the bid.
3.08.04 Not withstanding anything stated above, the Owner/Purchaser reserves the right to assess
bidders financial and other capabilities to execute the contract.
3.09.00 Quality Assurance
3.09.01 The Contractor shall follow his standard procedures for quality assurance and control. A
copy of the said standard procedures shall be submitted to the Owner/Purchaser for his
reference. However, Owner/Purchaser reserves the right to review the same and give his
observations, if any, for compliance.
3.09.02 The procedures shall be in such a form as to clearly delineate the manufacturing sequence,
inspection points, tests and test procedures, acceptable ranges / values, reference drawings
etc.
3.09.03 The Owner/Purchaser shall inform the Contractor as to which of the inspection points and
tests shall be witnessed. As a minimum, inspection and testing of the finished equipment
shall be made prior to shipment, unless specifically waived by the Owner/Purchaser. The
contractor shall give at least seven (7) days advance notice regarding readiness of the
equipment.
3.09.04 Manufacturing and quality control procedures shall be available for audit to the
Owner/Purchaser and/or its representative at the place of manufacture.
3.09.05 The Owner/Purchaser reserves the right to inspect the equipment at the point of
manufacture and witness factory and other such tests as may be necessary to ensure
conformance to the specification.
3.09.06 The Owner/Purchaser may inspect the contractor's facilities prior to award of contract.
3.09.07 The Owner/Purchaser may witness any or all of the tests stipulated in the relevant standards
and this specification.
3.09.08 The Owner/Purchaser may conduct surveillance of the Contractor's facilities for compliance
to his standard procedures of Quality Assurance and Quality Control while work on the
specified equipment is in progress.
Page 7 of 39

3.10.00 Packing for Shipment


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

Site ambient conditions:


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

:
:
:
:
:
:
:
:
:

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

5.00.00 TYPE AND RATING


5.01.00 A.C. Motors
5.01.01 Motors shall be general purpose, constant speed, squirrel cage, three/single phase, induction
type.
5.01.02 All motors shall be rated for continuous duty. They shall also be suitable for long period of
inactivity.
5.01.03

The motor characteristics shall match the requirements of the driven equipment so that
adequate starting, accelerating, pull up, break down and full load torques are available for the
intended service.
Page 8 of 39

6.00.00 PERFORMANCE
6.01.00 Running Requirements
6.01.01 Motor shall run continuously at rated output over the entire range of voltage and frequency
variations as given in the annexure.
6.01.02 The motor shall be capable of operating satisfactorily at full load for 5 minutes without
injurious heating with 75% rated voltage at motor terminals.
6.02.00 Starting Requirements
6.02.01 Motor shall be designed for direct on line starting at full voltage. Starting current shall not
exceed 6 times full load current subject to IS tolerance.
6.02.02 The motor shall be capable of withstanding the stresses imposed if started at 110% rated
voltage.
6.02.03 Motor shall start with rated load and accelerate to full speed with 80% rated voltage at motor
terminals.
6.02.04

a) The motor shall be capable of three equally spread starts in an hour, the motor initially
being at a temperature not exceeding the rated load operating temperature.
b) The motor shall be capable of two starts in quick succession from cold condition, two
starts in succession with coasting to rest between starts with the motor initially at rated
operating temperature.

6.02.05 Pump motor subject to reverse rotation shall be designed to withstand the stresses
encountered when starting with non-energized shaft rotating at 125% rated speed in reverse
direction.
6.03.00 Stress During Bus Transfer
6.03.01 The motor may be subjected to sudden application of 150% rated voltage during bus transfer,
due to the phase difference between the incoming voltage and motor residual voltage.
6.03.02 The motor shall be designed to withstand any torsional and/or high current stresses which
may result, without experiencing any deterioration in the normal life and performance
characteristics.
6.04.00 Locked Rotor Withstand Time
6.04.01 The locked rotor withstand time under hot condition at 110% rated voltage shall be more than
motor starting time by at least 2.5 seconds for motors upto 20 seconds starting time and by 5
seconds for motor with more than 20 seconds starting time.
6.04.02 Starting time mentioned above is at minimum permissible voltage of 80% rated voltage.
6.04.03 Hot thermal withstand curve shall have a margin of at least 10% over the full load current of
the motor to permit relay setting utilising motor rated capacity.

7.00.00 SPECIFIC REQUIREMENTS

Page 9 of 39

7.01.00 Enclosure
7.01.01 All motor enclosures shall have degree of protection IP-55 (by enclosure) unless otherwise
specified. Motor for outdoor or semi-outdoor service shall be of weather-proof construction.
7.02.00 Cooling
7.02.01 The motor shall be self ventilated type, totally enclosed fan cooled (TEFC).
7.02.02 For large capacity motors, closed air circuit water cooled (CACW) may be considered for
acceptance.
7.03.00 Winding and Insulation
7.03.01 All insulated winding shall be of copper.
7.03.02 All LT motors shall have class F insulation with temperature rise limited to Class B. Any
substitution of class F insulation must be submitted to the Owner for approval.
7.03.03 Windings shall be impregnated to make them non-hygroscopic and oil resistant.
7.04.00 Tropical Protection
7.04.01 All motors shall have fungus protection involving special treatment of insulation and metal
against fungus, insects and corrosion.
7.04.02 All fittings and hardware shall be corrosion resistant.
7.05.00 Bearings
7.05.01 Motor shall be provided with antifriction bearings, unless sleeve bearings are required by the
motor application.
7.05.02

Vertical shaft motors shall be provided with thrust and guide bearings. Thrust bearing of
tilting pad type (Mitchel or Kingsbury) are preferred.

7.05.03 Bearings shall be provided with seals to prevent leakage of lubricant or entrance of foreign
matters like dirt, water etc. into the bearing area.
7.05.04 Sleeve bearings shall be split type, ring oiled, with permanently aligned, close running shaft
sleeves.
7.05.05 Grease lubricated bearings shall be prelubricated and shall have provisions for in-service
positive lubrication with drains to guard against over lubrication.
7.05.06 Oiled bearing shall have an integral self cooled oil reservoir with oil ring inspection ports, oil
sight glass with oil level marked for standstill and running conditions and oil fill and drain
plugs.
7.05.07 Forced lubricated or water cooled bearing shall not be used without prior approval of Owner.
7.05.08 Lubricant shall not deteriorate under all service conditions. The lubricant shall be limited to
normally available types with IOC equivalent.
7.05.09 Bearings shall be insulated as required to prevent shaft current and resultant bearing damage.
7.06.00 Noise & Vibration

Page 10 of 39

7.06.01 The noise level shall be in accordance with IS 12065.


7.06.02 The peak amplitude of the vibration shall be within I.S. specified limits.
7.07.00 Motor Terminal Box
7.07.01 Motor terminal box shall be detachable type and located in accordance with Indian Standards
clearing the motor base- plate/ foundation
7.07.02 Terminal box shall be capable of being turned 360 Deg. in steps of 90 Deg., unless otherwise
approved.
7.07.03 The terminal box shall be split type with removable cover with access to connections and
shall have the same degree of protection as motor.
7.07.04 The terminal box shall have sufficient space inside for termination/connection of XLPE
(415V) insulated armoured aluminium cables.
7.07.05 Terminals shall be stud or lead wire type, substantially constructed and thoroughly insulated
from the frame.
7.07.06 The terminals shall be clearly identified by phase markings, with corresponding direction of
rotation marked on the non-driving end of the motor.
7.07.07 The terminal box shall be capable of withstanding maximum system fault current for a
duration of 0.25 sec.
7.07.08 Motor terminal box shall be furnished with suitable cable lugs and double compression brass
glands to match Owner's cable.
7.07.09 The gland plate for single core cable shall be non-magnetic type.
7.08.00 Grounding
7.08.01 The frame of each motor shall be provided with two separate and distinct grounding pads
complete with tapped hole, GI bolts and washer.
7.08.02 The grounding connection shall be suitable for accommodation of ground conductors as
follows:
Motor above 90 kW
Motor above 30 kW upto 90 kW
Motor above 5 kW upto 30 kW
Motor upto 5 kW

50 x 6 mm GS Flat
35 x 6 mm GS Flat
25 x 3 mm GS Flat
8 SWG GI Wire

7.08.03 The cable terminal box shall have a separate grounding pad.
7.09.00 Rating Plate
In addition to the minimum information required by IS, the following information
shall be shown on motor rating plate:
a)

Temperature rise in oC under rated condition and method of measurement.

b)

Degree of protection.

c)

Bearing identification no. and recommended lubricant.

Page 11 of 39

d)

Location of insulated bearings.

8.00.00 ACCESSORIES
8.01.00 General
Accessories shall be furnished, as listed below, or if otherwise required by driven equipment
specification or application.
8.02.00 Space Heater
8.02.01 Motor of rating 30 KW and above shall be provided with space heaters, suitably located for
easy removal or replacement.
8.02.02 The space heater shall be rated 240 V, 1 phase 50 Hz and sized to maintain the motor internal
temperature above dew point when the motor is idle.
8.02.03

For motor below 30 KW, the motor winding shall be suitable for continuous heating from
24V, 1 phase 50 Hz supply.

8.03.00 Temperature Detectors


8.03.01 All motors 160 kW and above shall be provided with six (6) winding temperature detectors,
duplex type, two (2) per phase.
8.03.02 For motors rated 160 kW and above, bearing shall be provided with duplex type temperature
detectors, one per bearing.
8.03.03 The temperature detectors mentioned above shall be resistance type Pt100, 3 wire.
8.03.04

The RTD wiring shall be terminated in a separate terminal box located on the same
side of the motor as the stator cable box and possessing the same degree of
protection (IP rating) as the stator cable box.

8.04.00 Accessory Terminal Box


8.04.01 All accessory equipment such as space heater, temperature detector etc., shall be wired to and
terminated in terminal boxes, separate from and independent of motor (power) terminal box.
8.04.02 Accessory terminal box shall be complete with double compression brass glands and pressure
type terminals to suit owner's cable connections.
8.05.00 Drain Plug
Motor shall have drain plugs so located that they will drain the water, resulting from the
condensation or other causes from all pockets of the motor casing.
8.06.00 Lifting Provisions
Motor weighing 25 Kg. or more shall be provided with eye bolt or other adequate provision
of lifting.
8.07.00 Dowel Pins
The motor shall be designed to permit easy access for drilling holes through motor feet or
mounting flange for installation of dowel pins after assembling the motor and driven
equipment.

Page 12 of 39

8.08.00 Painting
Motor including fan shall be painted with corrosion proof paints as per IS-5.
9.00.00 TESTS
9.01.00 Upon completion, each motor shall be subject to standard routine tests as per I S. In addition,
any special test called for in the driven equipment specification shall be performed.
9.02.00 Six (6) copies of routine test certificates shall be submitted for approval prior to the
despatch of the motors from works.
9.03.00 Type test certificate on any equipment, if so desired by the owner, shall be furnished.
Otherwise the equipment shall have to be type tested, free of charge, to prove the design.
The following type tests shall be performed on a representative sample of motor of each type
& rating.
a)

Measurement of stator resistance (and rotor resistance on slip ring motors).

b)

No load running of motor and reading of voltage, current, power input and
speed.

c)

Locked rotor reading of voltage, current, power input and values of torque of
motor.

d)

Full load reading of voltage, current, power input and slip.

e)

Temperature rise test.

10.00.00 MANDATORY SPARE PARTS


The bidder shall quote for the mandatory spares as listed in Annexure B.
11.00.00 DRAWINGS, DATA & MANUALS
Drawings, data & manuals for the motors shall be submitted as indicated below:
11.01.00

Along with the bid


a)
b)

11.02.00

List of the motors


Individual motor data sheet as per format of the proposal data sheets.

c)

Scheme & write up on forced lubrication system, if any

d)

Type test report

After Award of the Contract


a)

Dimensional General Arrangement drawing

b)

Foundation Plan & Loading

c)

Cable end box details

d)

Space requirement for rotor removal

Page 13 of 39

e)

Thermal withstand curves hot & cold

f)

Starting and speed torque characteristics at 80% & 100%voltage

g)

Complete motor data

h)

Erection & Maintenance Manual

i)

Test reports

Page 14 of 39

ANNEXURE A
DESIGN DATA
1.0.

AUXILIARY POWER SUPPLY


Supply

Description

L.T. Supply

Consumer
415V, 30 , 3W, 50Hz
effectively earthed

Motors above 200W


to 315kW

Fault level 50 KA symm.


240V, 10 , 2W, 50 Hz
effectively earthed
2.0

Motors below 200W

RANGE OF VARIATION
A.C. Supply
Voltage : +10% Frequency

: +5%Combined Volt :
+ frequency

10%
(absolute sum)

During starting of large motor the voltage may drop to 80% of the rated voltage for a period of
60 seconds. All electrical equipment while running shall successfully ride over such period
without affecting system performance.

Page 15 of 39

ANNEXURE B

LIST OF MANDATORY SPARES

1.0

Bearing

Ten (10) percent for each type and size with


minimum of one (1) no.

2.0

Complete Motor (LT)


(upto 45 kW rating)

One (1) no. minimum for each


application and rating.

Page 16 of 39

ANNEXURE C
LIST OF MOTORS TO BE SUPPLIED (TENTATIVE)
Sl.
No.

Motor Tag No.

Item Description

kW
rating

Quantity

R.P.M.

Mounting

1.

320-VF-01M

Vib. Fdr. at Stockpile

t.b.a.*

t.b.a.

2.

320-CV-01M

Slag Storage Bin Feed Conveyor

55

t.b.a.

t.b.a.

3.

330-CV-2M

Mill Feed Conveyor

45

t.b.a.

t.b.a.

4.

330-FE-01M

Reclaim Belt Feeder

11

t.b.a.

t.b.a.

5. 330-PP-01M / 02M

Mill Discharge Pump

90

t.b.a.

t.b.a.

6.

330-PP-03M

Grinding Area Sump Pump

9.3

t.b.a.

t.b.a.

7.

331-AG-01M

Flotation Feed Conditioning Tank


Agitator

7.5

t.b.a.

t.b.a.

8. 331-FC-01M / 02M

Rougher Flotation Cell

22

t.b.a.

IMV1

9. 331-FC-03M / 04M
/ 05M / 06 M

Rougher-Scavenger Flotation Cell

22

t.b.a.

IMV1

10. 331-FC-07M / 08M


/ 09M /10M

Scavenger Flotation Cell

22

t.b.a.

IMV1

11. 331-FC-11M / 12M

Cleaner Flotation Cell

22

t.b.a.

t.b.a.

12. 331-PP-01M / 02M

Flotation Feed Pump

15

t.b.a.

t.b.a.

13. 331-PP-03M / 04M

Rougher Concentrate Pump

5.5

t.b.a.

t.b.a.

14. 331-PP-05M / 06M

Rougher-Scavenger Concentrate
Pump

7.5

t.b.a.

t.b.a.

*t.b.a. to be advised

Page 17 of 39

Sl. No.

Motor Tag No.

Item Description

kW
rating

Quantity

R.P.M.

Mo

15.

331-PP-07M / 08M

Scavenger Concentrate Pump

7.5

t.b.a.*

16.

331-PP-09M / 10M

Flotation Tail Pump

15

t.b.a.

17.

331-PP-11M / 12M

Cleaner Concentrate Pump

9.3

t.b.a.

18.

331-PP-13M / 14M

Cleaner Tail Pump

5.5

t.b.a.

19.

331-PP-15M

Final Tail Sample Pump

1.5

t.b.a.

20.

331-PP-16M

Flotation feed sample pump

1.5

t.b.a.

21.

331-PP-17M

Rougher concentrate sample


pump

2.2

t.b.a.

22.

331-PP-19M / 20M

Flotation Area Sump Pump

t.b.a.

24.

332-PP-01M / 02M

Concentrate Thickener U/F Pump

7.5
5.5
7.5

t.b.a.

25.

332-PP-03AM/BM

Thickener Area Sump Pump

11

t.b.a.

26.

332-TH-01M

Concentrate Thickener

t.b.a.

27.

332-PP-04M / 05M

Concentrate thickener O/F Pump

5.5

t.b.a.

28.

333-PP-01M / 02M

Tailings Thickener Underflow


Pump

11

t.b.a.

29.

333-PP-04M / 05M

Tailing Thickener Overflow Pump

15

t.b.a.

30.

333-PP-03AM/BM

Tailings Area Sump Pump

15

t.b.a.

31.

333-TH-01M

Tailings Thickener

5.5

t.b.a.

32.

334-AG-01M

Concentrate Storage Tank


Agitator

15

t.b.a.

33.

334-FL-01M

Disc Filter

t.b.a.

IM

35.

334-PP-01M / 02M

3.7
2.2
5.5

t.b.a.

36.

334-PP-03M

Concentrate Filtrate Pump

t.b.a.

37.

334-PP-04M

Concentrate Filter Area Clean Up


Pump

5.5

t.b.a.

Concentrate Filter Feed Pump

*t.b.a. to be advised

Page 18 of 39

Sl. No.

Motor Tag No.

Item Description

kW
rating

Quantity

R.P.M.

Mounting

Concentrate Filter Vacuum Pump

90

t.b.a.*

t.b.a.

Concentrate Filter Area Sump Pump

11

t.b.a.

t.b.a.

Air Blower

11

t.b.a.

t.b.a.

Tailing Filter Feed Tank Agitator

22

t.b.a.

t.b.a.

38.

334-PP-05M / 06M

39.

334-PP-07M

40.
41.

334-AC-01M /
02M
335-AG-01M

42.

335-CV-03M

Tailings Filter Discharge Conveyor

45

t.b.a.

t.b.a.

43.

335-CT-01M

Vacuum pump sealing water cooling


tower

7.5

t.b.a.

t.b.a.

44.

335-FL-01M

Tailing Filter

90

t.b.a.

IMB3

45.

335-PP-01M / 02M

Tailing Filter Feed Pump

15

t.b.a.

t.b.a.

46.

335-PP-03M / 04M

Tailing Filter Vacuum Pump

315

t.b.a.

IMB3

47.

335-PP-05M

Tailings Filter Area Sump Pump

7.5

t.b.a.

t.b.a.

48.

335-PP-06M

Tailings Filter Area Clean Up Pump

22

t.b.a.

t.b.a.

49.

335-PP-07M / 08M

Cloth Wash Pump

9.3

t.b.a.

t.b.a.

50.

335-PP-09M / 10M

Vacuum pump Sealing Water supply


Pump

15

t.b.a.

t.b.a.

51.

360-AG-01M

Flocculant Mixing Tank Agitator

2.2

t.b.a.

t.b.a.

52.

360-AT-01M

Flocculant Bin Activator

0.5

t.b.a.

t.b.a.

53.

360-FA-01M

Flocculant Powder Blower

2.2

t.b.a.

t.b.a.

54.

360-FA-03M

Xanthate mixing tank fume extractor

0.55

t.b.a.

t.b.a.

55.

360-FE-01M

Flocculant Feeder

0.25

t.b.a.

t.b.a.

56.

360-PP-01M / 02M
/03M
360-PP-04M

Flocculant Dosing Pump

1.1

t.b.a.

t.b.a.

Frother Transfer Pump

0.75

t.b.a.

t.b.a.

360-PP-05M / 06M
/ 07M

Frother Dosing Pump

0.55

t.b.a.

t.b.a.

57.
58.

*t.b.a. to be advised

Page 19 of 39

Sl.
No.

Motor Tag No.

Item Description

kW
rating

Quantity

R.P.M.

Mounting

59.

360-AG-02M

Flocculant Storage Tank Agitator

0.37

t.b.a.*

t.b.a.

60.

360-AG-03M

Xanthate mixing tank agitator

0.37

t.b.a.

t.b.a.

61.

360-FA-02M

Flocculant Bin Extractor Fan

0.93

t.b.a.

t.b.a.

62.

360-PP-08M

Xanthate transfer pump

0.75

t.b.a.

t.b.a.

63. 360-PP-09M / 10M

Xanthate supply pumps

0.75

t.b.a.

t.b.a.

64.

360-PP-11M

Depressant Transfer Pump

0.75

t.b.a.

t.b.a.

65.

360-PP-12M

Reagent Area Sump Pump No.1

5.5

t.b.a.

t.b.a.

66.

360-PP-13M

Reagent Area Sump Pump No. 2

5.5

t.b.a.

t.b.a.

67. 360-PP-14M / 15M


/16M / 17M
68. 360-PP-18M / 19M
/ 20M
69. 390-PP-01M / 02M

Xanthate dosing pump

0.55

t.b.a.

t.b.a.

Depressant dosing pump

0.55

t.b.a.

t.b.a.

Fresh Water Pump

37

t.b.a.

t.b.a.

70. 390-PP-07M / 08M

Process Water Pump

45

t.b.a.

t.b.a.

71.

Plant Air Compressor

132

t.b.a.

t.b.a.

Flotation Blower

75

t.b.a.

t.b.a.

73.

Fire Water Pump

55

t.b.a.

t.b.a.

74.

Jockey Pump

9.3

t.b.a.

t.b.a.

75.

Air Intake Fan for Control Building


Ground Floor

1.1

t.b.a.

t.b.a.

76.

Air Intake Fan for Substation


Building

1.1

t.b.a.

t.b.a.

72.

420-AC-01M /
02M
420-AC-03M /
04M

*t.b.a. to be advised

Page 20 of 39

SECTION - IV
PROPOSAL EXHIBIT SHEETS
CONTENTS
Schedule No.

Description

I.

Key Information

II.

Equipment Data Sheet

III.

List of recommended spares

IV.

Deviations

V.

Experience List

Page 21 of 39

SECTION-IV
PROPOSAL EXHIBIT SHEETS

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

Name of the Tenderer

2.

Complete postal address,

3.

Telephone number
Fax number
E-mail address

:
:

4.

Name and Designation of the


responsible officer of the tenderer.

5.

Proposal Number and Date

6.

Validity of the offer counted from


the date of opening of the tenderer.

7.

Whether any alternative proposal


furnished in addition to the base offer

yes/no

Whether all price Schedule sheets


have been properly filled-up.

yes/no

Whether any deviation taken from


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

yes/no

Whether Bidder agrees to comply with


the delivery requirement as stipulated in this
specification.

yes/no

8.
9.

10.

Page 22 of 39

SCEDULE - II

EQUIPMENT DATA SHEET


NOTE:

1.

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

2.

After award of contract, the successful Tenderer shall resubmit completely


filled in datasheets.

1.0

GENERAL

1.1

Motor tag no.

1.2

Application*

1.3

Quantity*

1.4

Site condition (Design ambient temp. / :


Relative humidity/Altitude)

1.5

Make*

1.6

Frame Size

1.7

Applicable Standard*

2.0

TYPE AND RATING

2.1

Type of Motor*

2.2

Service*

2.3

Duty Cycle/Designation*

2.4

Rated Continuous Output


a) At 45 deg.C ambient kW*

b) At 50 deg.C ambient kW

2.5

Rated Speed*

2.6

Rated Voltage & % variation*

2.7

Rated Frequency & % variation*

2.8

Full load current*

2.9

No load current

2.10

Rated Power Factor*

2.11

For slip-ring motor

r.p.m.

Page 23 of 39

2.12

a) Rotor voltage in Volts*

b) Rotor current in Amps*

Efficiency at rated voltage and


Frequency

a) Full Load*

b) load

c) load

3.0

PERFORMANCE

3.1

Method of Starting*

3.2

Starting Current at rated


Voltage*
% f.l.c.

Starting Torque at rated


Voltage*
kg.m

a) Pull out torque

b) Breakaway torque

Starting time at

3.3

3.4

3.5

a) With load*

sec.

b) Without load (driven


Equipment coupled)

sec.

Safe stall time at 110% rated voltage

a) Hot condition *

b) Cold condition

sec.
sec.

4.0

CONSTRUCTION

4.1

Degree of Protection by Enclosure*

4.2

Method of Cooling*

4.3

Insulation Class*

4.4

80% voltage

For Stator

For Rotor

Temperature Rise Over 45 deg.C


Ambient (by resistance)*

:
Page 24 of 39

100% voltage

4.5

Tropicalised*

4.6

Winding Connection*

4.7

Bearings

a) Make

b) Type

c) Recommended lubricant

4.8

a) Type

b) Fault withstand

i)

Current

kA

ii)

Time

Sec.

ACCESSORIES

5.1

Space Heaters

5.3

5.4

5.5

D.E.

Motor Terminal Box

5.0

5.2

Yes/No

a) No. x Watt*

b) Volt, phase, frequency

Winding temperature detector*


a) Type

b) Nos. furnished

Bearing temperature detector*


a) Type

b) Nos. furnished

Temperature Indicator*
a) Type

b) Nos. furnished

c) Locations

Temperature Alarm Contact


a) Nos. provided

:
Page 25 of 39

N.D.E.

5.6

5.7

b) Locations

c) Contact rating

Flow switch
a) Type

b) Nos. provided

c) Locations

d) Contact Rating

Accessory Terminal Box


a) Nos. provided

6.0

GROUNDING

6.1

No. of grounding pads provided*


a) On motor body

b) On terminal box

7.0

MISCELLANEOUS

7.1

Type of mounting

7.2

Overall dimension
(L x B x H)
mm x mm x mm

:
:

7.3

Moment of Inertia
a) Rotor

7.4

kg.sq.m

Weight
a) Stator

kg

b) Rotor

kg

c) `Total

kg

Page 26 of 39

SCHEDULE - III
LIST OF RECOMMENDED SPARES
Sl.No.

Description

Page 27 of 39

Identification Code

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

Reference from
Specification document

Description of Deviation

Page 28 of 39

Price implication
(yes/no)

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

Construction
Schedule

Actual time
of
Completion

Type of Work
&
Capacity

Location

Page 29 of 39

Name of
Project &
Order value

Name of
Client /
Owner

Supervising
Consultant

PART - B
PRICE PART
Price Break up

Page 30 of 39

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

Motor tag no.

Description

kW rating

Quantity

(1)
Ex-works

(2)

(3)

(4)

Packing & FOR works Excise duty


Forwarding
(1+2)

(5)

(6)

(7)

(8)

Sales tax

Local Govt.
Taxes ( if
any)

Freight &
transit
insurance

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

1.

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

2.

320-CV-01M Slag Storage Bin Feed


Conveyor

55

3.

330-CV-2M

Mill Feed Conveyor

45

4.

330-FE-01M Reclaim Belt Feeder

11

5.

330-PP-01M / Mill Discharge Pump


02M
330-PP-03M Grinding Area Sump Pump

90

9.3

6.
7.

331-AG-01M Flotation Feed Conditioning


Tank Agitator

7.5

8.

331-FC-01M / Rougher Flotation Cell


02M
331-FC-03M / Rougher-Scavenger Flotation
04M /05M / Cell
06M

22

22

9.

Sl. No.

Motor tag no.

Description

kW rating

Quantity

(1)
Ex-works

(2)

(3)

(4)

Packing & FOR works Excise duty


Forwarding
(1+2)

(5)

(6)

(7)

(8)

Sales tax

Local Govt.
Taxes ( if
any)

Freight &
transit
insurance

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

10. 331-FC-07M /
08M /09M /
10M
11. 331-FC-11M /
12M
12. 331-PP-01M /
02M
13. 331-PP-03M /
04M
14. 331-PP-05M /
06M

Scavenger Flotation Cell

22

Cleaner Flotation Cell

22

Flotation Feed Pump

15

Rougher Concentrate Pump

5.5

Rougher-Scavenger
Concentrate Pump

7.5

15. 331-PP-07M /
08M
16. 331-PP-09M /
10M
17. 331-PP-11M /
12M
18. 331-PP-13M /
14M
19. 331-PP-15M

Scavenger Concentrate Pump

7.5

Flotation Tail Pump

15

Cleaner Concentrate Pump

9.3

Cleaner Tail Pump

5.5

Final Tail Sample Pump

1.5

20.

331-PP-16M

Flotation feed sample pump

1.5

21.

331-PP-17M

Rougher concentrate sample


pump

2.2

Page 32 of 39

Sl. No.

Motor tag no.

Description

kW rating

Quantity

(1)
Ex-works

(2)

(3)

(4)

Packing & FOR works Excise duty


Forwarding
(1+2)

(5)

(6)

(7)

(8)

Sales tax

Local Govt.
Taxes ( if
any)

Freight &
transit
insurance

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

22. 331-PP-19M / Flotation Area Sump Pump


20M

7.5

24. 332-PP-01M / Concentrate Thickener U/F


02M
Pump

7.5

25. 332-PP-03A/B Thickener Area Sump Pump

11

26.

27. 332-PP-04M / Concentrate thickener O/F


05M
Pump

5.5

28. 333-PP-01M / Tailings Thickener


02M
Underflow Pump

11

29. 333-PP-04M / Tailing Thickener Overflow


05M
Pump

15

30. 333-PP-03A/B Tailings Area Sump Pump

15

31.

333-TH-01M Tailings Thickener

5.5

32. 334-AG-01M Concentrate Storage Tank


Agitator

15

332-TH-01M Concentrate Thickener

Page 33 of 39

5.5

Sl. No.

Motor tag no.

Description

kW rating

Quantity

(1)
Ex-works

(2)

(3)

(4)

Packing & FOR works Excise duty


Forwarding
(1+2)

(5)

(6)

(7)

(8)

Sales tax

Local Govt.
Taxes ( if
any)

Freight &
transit
insurance

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

33.

334-FL-01M Disc Filter

3.7
2.2
5.5

5.5

37. 334-PP-05M / Concentrate Filter Vacuum


06M
Pump

90

38.

11

11

22

34. 334-PP-01M / Concentrate Filter Feed


02M
Pump
35.

334-PP-03M

Concentrate Filtrate Pump

36.

334-PP-04M

Concentrate Filter Area Clean


Up Pump

334-PP-07M

Concentrate Filter Area Sump


Pump

39. 334-AC-01M / Air Blower


02M
40. 335-AG-01M Tailing Filter Feed Tank
Agitator

41.

335-CV-03M Tailings Filter Discharge


Conveyor

45

42.

335-CT-01M Vacuum pump sealing water


cooling tower

7.5

Page 34 of 39

Sl. No.

Motor tag no.

Description

kW rating

Quantity

(1)
Ex-works

(2)

(3)

(4)

Packing & FOR works Excise duty


Forwarding
(1+2)

(5)

(6)

(7)

(8)

Sales tax

Local Govt.
Taxes ( if
any)

Freight &
transit
insurance

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

43.

335-FL-01M Tailing Filter

90

15

315

7.5

Tailings Filter Area Clean Up


Pump

22

48. 335-PP-07M / Cloth Wash Pump


08M
49. 335-PP-09M / Vacuum pump Sealing Water
10M
supply Pump

9.3

15

50. 360-AG-01M Flocculant Mixing Tank


Agitator

2.2

51.

360-AT-01 M Flocculant Bin Activator

0.5

52.

360-FA-01M Flocculant Powder Blower

2.2

53.

360-FA-03M Xanthate mixing tank fume


extractor

0.55

44. 335-PP-01M / Tailing Filter Feed Pump


02M
45. 335-PP-03M / Tailing Filter Vacuum Pump
04M
46. 335-PP-05M Tailings Filter Area Sump
Pump
47.

335-PP-06M

Page 35 of 39

Sl. No.

Motor tag no.

Description

kW rating

Quantity

(1)
Ex-works

(2)

(3)

(4)

Packing & FOR works Excise duty


Forwarding
(1+2)

(5)

(6)

(7)

(8)

Sales tax

Local Govt.
Taxes ( if
any)

Freight &
transit
insurance

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

54.

360-FE-01M Flocculant Feeder

0.25

55. 360-PP-01M / Flocculant Dosing Pump


02M /03M
56. 360-PP-04M Frother Transfer Pump

1.1

0.75

57. 360-PP-05M / Frother Dosing Pump


06M /07M
58. 360-AG-02M Flocculant Storage Tank
Agitator

0.55

0.37

59. 360-AG-03M Xanthate mixing tank agitator

0.37

60.

360-FA-02M Flocculant Bin Extractor Fan

0.93

61.

360-PP-08M

0.75

62. 360-PP-09M / Xanthate supply pumps


10M
63. 360-PP-11M Depressant Transfer Pump

0.75

0.75

64.

360-PP-12M

Reagent Area Sump Pump


No.1

5.5

65.

360-PP-13M

Reagent Area Sump Pump


No. 2

5.5

Xanthate transfer pump

Page 36 of 39

Sl. No.

Motor tag no.

Description

kW rating

Quantity

(1)
Ex-works

(2)

(3)

(4)

Packing & FOR works Excise duty


Forwarding
(1+2)

(5)

(6)

(7)

(8)

Sales tax

Local Govt.
Taxes ( if
any)

Freight &
transit
insurance

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

66. 360-PP-14M /
15M /16M /
17M
67. 360-PP-18M /
19M /20M
68. 390-PP-01M /
02M
69. 390-PP-07M /
08M
70. 420-AC-01M /
02M
71. 420-AC-03M /
04M
72.

Xanthate dosing pump

0.55

Depressant dosing pump

0.55

Fresh Water Pump

45

Process Water Pump

37

Plant Air Compressor

125

Flotation Blower

75

Fire Water Pump

55

73.

Jockey Pump

9.3

74.

Air Intake Fan for Control


Building Ground Floor

1.1

75.

Air Intake Fan for Substation


Building

1.1

Page 37 of 39

MANDATORY SPARES

Sl.No.

Description

Identification Code

Page 38 of 39

Unit price

RECOMMENDED SPARES

Sl.No.

Description

Identification Code

Page 39 of 39

Unit price

You might also like