INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No....

158
Manwinding @ Shanthikhani INDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document 6 IV General Terms & Conditions 18 V Technical information 73 VI Scope of work and time schedule 75 VII Facilities to be provided by the company 85. VIII Bill of quantities and format for price bid 88 Appendix .1--Format for covering letter 95 Appendix .2-- Format for submitting the particulars of the tenderer 96 Appendix .3-- Format for Bank guarantee towards coverage of risks in the defects liability period. 99 Appendix .4-- Format for Contract agreement 101 Appendix 5--Time schedule/Bar chart PLATES ANNEXURE – I ANNEXURE – II ANNEXURE – III ANNEXURE – IV ANNEXURE – V Schematic drawings Location plans Shanthikhani Longwall Project Shaft system Surface layout Keps, cage receivers Guide rope anchoring arrangement Pit bottom buffers Double deck cage CHAPTER-I Signature of the bidder 1

Transcript of INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No....

Page 1: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

INDEX

S.No./ Chapter

No.Description

Page No.

I Notice Inviting Tender 2II Preamble 4III Detailed tender document 6IV General Terms & Conditions 18V Technical information 73VI Scope of work and time schedule 75VII Facilities to be provided by the company 85.VIII Bill of quantities and format for price bid 88

Appendix .1--Format for covering letter 95Appendix .2-- Format for submitting the particulars of the tenderer

96

Appendix .3-- Format for Bank guarantee towards coverage of risks in the defects liability period.

99

Appendix .4-- Format for Contract agreement 101Appendix 5--Time schedule/Bar chartPLATES

ANNEXURE – I ANNEXURE – II ANNEXURE – III ANNEXURE – IV ANNEXURE – V Schematic drawings

Location plans Shanthikhani Longwall Project Shaft systemSurface layout Keps, cage receivers Guide rope anchoring arrangementPit bottom buffersDouble deck cage

CHAPTER-I

Signature of the bidder

1

Page 2: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

NOTICE INVITING TENDERS

1. Sealed Tenders in three parts are invited from bonafide and experienced contractors for the following work at Shanthikhani Longwall Project site, Mandamarri Area of SCCL.

Enquiry No. xxxxxxxxxx dated xxxxxxDescription:

a) Design, Manufacture, Supply, Installation & Commissioning and Annual Maintenance of winding engine for a period of two years.

b) Design, Supply, Fabrication and Erection of Permanent Head Gear along with Accessories,

Supply, Installation and Commissioning of Total Shaft Fittings On Turnkey Basis and

Total Commissioning of the System at Shanthi khani Long wall Project, Mandamarri Area of SCCL.

Work completion period 12 monthsCost of tender document Rs………../-Enquiry closing date & time by 10.30 AMEnquiry opening date & time at about 11.00 AM

ON THE SAME DAYEarnest Money Deposit Amount Rs……………../-

2. Requisition for tenders shall be addressed to the Chief Chief General Manager/ General Manager (Purchase), The Singareni Collieries Company Limited, Kothagudem, Khammam District, Andhra Pradesh, PIN: 507 101. Tender documents can be obtained on any working day between 10.00 hours & 17.00 hours on payment of Tender fee in cash (non-refundable).

3. Tenderers should have experience in complete execution and completed at least one winding system (Man / Material Winding (Designed, manufactured/ supplied and installed) for an operating depth of more than 500 m. depth in the last 10 years.

They shall also have experience in procurement, supply, total system designing, obtaining approval from statutory authorities, installation and commissioning of head gear structures and other shaft fittings on turnkey basis.

Signature of the bidder

2

Page 3: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

4. Tender documents can be obtained on any working day between 10.00 hours & 16.00 hours on payment of Tender fee in cash (non-refundable) / Demand Draft drawn in favour of The S.C.Co.Ltd., payable at Kothagudem.

5. Tenderer should have Annual Turnover of minimum Rupees One Crore in similar works in any one financial year during the last five financial years.

Completed Three-Part Sealed Tender Documents,

i.e; Part-I (Technical Bid),Part-II (Commercial Bid) and Part-III (Price Bid),

should be submitted in duplicate on or before 10.30 AM on xxxxxxxxx at the office of Chief Chief General Manager/ General Manager (Purchase).

NOTE: Non response to the three conditions i.e., regarding experience, turnover and submission of Tender on 3 part basis will be considered as “non responsive tender”.

6. Other details may be obtained from the Detailed Tender Notice contained in the Tender Document.

Chief General Manager (Purchase)THE SINGARENI COLLIERIES COMPANY LIMITED

KOTHAGUDEM - 507 101KHAMMAM DISTRICTANDHRA PRADESH.

Signature of the bidder

3

Page 4: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

CHAPTER-II

PREAMBLE

1. This tender document relates to Design, Manufacture, Supply, Installation, Commissioning and Annual Maintenance of Winding Engine for a period of two years.

2. Design, Supply, Fabrication and Installation of permanent Head Gear along with accessories, Supply, Installation and Commissioning of total shaft fittings on turnkey basis and total commissioning of the system at Shanthikhani Longwall Project, Mandamarri Area of SCCL .

3. Shanti khani Long wall Project is located on the dip side of the existing Shanthikhani mine.

This Block lies in the South-Eastern part of the Dorli-Belampalli coal belt of Godavari Valley coalfield.

The total extent of this block is 6.81 Sq.Km. bounded by latitudes 19o1’04” N to 19o3’58” N and longitudes 79o30’34”E to 79o33’06”E and is covered in the Survey of India Toposheet No. 56M/12 and falls under Tandur leasehold of SCCL.

The block comes under the revenue jurisdiction of Bellampalli Mandal of Adilabad District of Andhra Pradesh.

4. The block boundaries are –

North Bellampalli Shaft Block-ISouth Boundary line drawn near BH.No.SBS 144 in Sravanapalli

Block-IIWest Edge of Shantikhani workings (on the rise side)East Proved limit of 600m depth Salarjung Seam (Bottom section)

5. Mancherial-Bellampalli-Chandrapur State High way passes about 4.5 Kms. west of the block. Shantikhani mine is connected to Bellampalli by about 4.5 Kms. asphalt/all weather road.

Bellampalli is well connected by road to Adilabad, the District headquarters (160 Kms) and Hyderabad the State Capital (285 Kms.). The nearest railhead is Bellampalli, which is located on the Kazipet-Balharshah section of South Central Railway (Kazipet - Bellampalli – 130 Kms. and Balharshah - Bellampalli – 155 Kms.)

Signature of the bidder

4

Page 5: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

6. The Total Turnkey job envisaged includes procurement of bought out items, winding engine and fabrication of required steel structures, installation of head gear, other shaft fittings and detailed designing, its documentation, obtaining approval from the statutory authorities, commissioning the system etc., at Shanthikhani Longwall Project, Mandamarri Area of SCCL.

7. The Time envisaged for this total turnkey job in phased manner is 12 months.

-000-

Signature of the bidder

5

Page 6: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

CHAPTER-IIIDETAILED TENDER DOCUMENT

INDEX 1.0 INVITATION FOR TENDERS - 7

2.0 TENDERS TO PERUSE TENDER DOCUMENT - 7

3.0 CLARIFICATION OF TENDER DOCUMENT - 7

4.0 TENDERERS TO INSPECT SITE AND CONSIDER LOCAL CONDITIONS.- 8

5.0 TENDERERS TO BE AWARE OF MARKET PRICES - 8

6.0 TENDERERS TO QUOTE SPECIFIC RATES - 8

7.0 DEVIATIONS NOT PERMITTED - 9

8.0 VALIDITY - 9

9.0 SUFFICIENCY OF TENDER - 9

10.0 TENDERERS WITH FOREIGN COLLABORATORS - 9

10.1 PUBLIC SECTOR UNDERTAKING HAVING M.O.U.WITH OTHER FIRMS- 10

10.2 JOINT VENTURE FIRMS - 10

11.0 PRESENTATION & OPENING OF TENDERS - 10

12.0 EARNEST MONEY - 13

13.0 FORMAT OF QUOTATIONS - 13

14.0 TENDERERS TO SUBMIT TECHNICAL NOTE - 13

15.0 UNDERTAKING BY TENDERERS - 14

16.0 LIABILITY FOR DISQUALIFICATION - 15

17.0 RIGHT TO POSTPONE AND REJECT TENDERS - 15

18.0 ACCEPTANCE OF TENDERER - 15

19.0 CONTRACT AGREEMENT - 15

20.0 SCHEDULES FOR COMPLETION - 16

20.1 TIME FOR COMPLETION - 16

20.2 CLEANING OF CONSTRUCTION SITE - 16

21.0 SUBLETTING - 16

22.0 LAW GOVERNING CONTRACT - 17

23.0 JURISDICTION - 17

Signature of the bidder

6

Page 7: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

DETAILED TENDER DOCUMENT

1.0 INVITATION FOR TENDERS:

i) Tenders are invited from experienced and bonafide Contractors for the Design, manufacture, supply, installation, commissioning Training (to the Executives / Supervisors / Technicians / Operators ) and annual maintenance of winding engine for a period of two years and design, supply, fabrication of permanent head gear along with accessories, supply, installation and commissioning of total shaft fittings on turnkey basis and Total commissioning of the system at Shanthikhani Longwall Project, Mandamarri Area of SCCL.

ii) Sealed tenders in prescribed formats with the name of works super scribed as “Design, manufacture, supply, installation, commissioning Training (to the Executives / Supervisors / Technicians / Operators ) and annual maintenance of winding engine for a period of two years and design, supply, fabrication & installation of permanent head gear along with accessories, supply, installation and commissioning of total shaft fittings on turnkey basis and Total commissioning of the system at Shanthikhani Longwall Project, Mandamarri Area of SCCL”

vide Ref: CRP / CMC / xxxxxxxxx dated xxxxxxx should be submitted to Chief General Manager (Purchase), SCCL, Kothagudem, Pin: 507101 up to 1700 hours on or before xxxxxx. Tenders, not received in time, will be rejected. (Tender closing date: xxxxxxx).

iii) Part-I & Part-II, i.e. technical part of all tenderers will be opened at 10.30AM on xxxxxxxxxxx in the presence of the tenderers or their authorized representatives who so ever attend.

The place and date of opening Part-III of the Tenders shall be communicated to short listed technically acceptable Tenderers.

2.0 TENDERERS TO PERUSE TENDER DOCUMENT:

Before submission of the Tender, the Tenderers are requested to make themselves fully conversant with the scope of work, requirements of the system drawings, technical specifications, terms and conditions and other details furnished in the Tender Document so that no ambiguity arises at a later stage.

3.0 CLARIFICATION OF TENDER DOCUMENT:

An intending Tenderer, after obtaining a Tender Document, having doubts regarding the meaning of any part of the Tender Document may submit to the official inviting Tenders a written request for interpretation or clarification thereof so as to reach SCCL office well in advance so that the same can be clarified before the date of

Signature of the bidder

7

Page 8: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

tender submission. The clarification, if issued through formal addendum by the official inviting Tenders, shall be final, valid and binding on the Company and the Tenderers.

4.0 TENDERERS TO INSPECT SITE AND CONSIDER LOCAL CONDITIONS:

i) The Tenderers shall inspect and examine the site and its surroundings and shall obtain and satisfy themselves (so far as is practicable) before submitting their Tenders on the form and nature of the site including lithology of the strata, the quantities and nature of the work, the prevailing ecological conditions, weather conditions, ground conditions, local conditions, availability of raw materials, labour, water, electricity, all necessary information (subject as above mentioned) regarding the materials necessary for the completion of the works, the means of access to the site, the accommodation that they may require at the site , the facilities to be extended to them and the difficulties likely to be encountered by them during the execution of the work, the risks, contingencies and other circumstances which may influence or affect their Tenders before quoting for the work.

ii) The Tenderers shall also make themselves aware of all their responsibilities, the facilities likely to be extended to them during the execution of the work, the rules and regulations of all statutory bodies and local Government bodies which shall be required to be complied with during the execution of the work.

iii) The Tenderers shall confirm, in writing, that they have visited the site and have made themselves aware of the entire local and statutory conditions and other information likely to influence or effect their offers as per the format given in Appendix-1.

5.0. TENDERERS TO BE AWARE OF MARKET PRICES:

The Tenderers shall make themselves fully aware of the prevailing market prices of different materials, equipment and accessories, Labour costs, etc, in regard to the proposed work. Ignorance on this account shall not be taken to be an excuse by the Tenderers for price deviations or delays in filling the Tenders or at any stage thereafter.

6.0 TENDERERS TO QUOTE SPECIFIC RATES:

Every Tenderer is expected, before quoting his rates, to study closely the requirements of materials / workmanship and specifications listed under various clauses of the Tender Document. He shall quote specific rates in rupees and paise for each item specified in the bill of quantities. The rates shall be written both in words and figures and units in words. The amounts against various items shall be totalled to obtain the Tender sum. In the event of any discrepancy between the description in words and figures, the description in words shall prevail. The

Signature of the bidder

8

Page 9: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

rates for the work shall be inclusive of all incidentals. Overheads, taxes, Octroi, duties, leads, lifts, carriage, tools, plants, etc., as required for the execution and completion of the work.

7.0 DEVIATIONS NOT PERMITTED:

Tenderers shall take into consideration all the clauses, instructions, technical specifications, drawings and other details given in various chapters of the Tender Document.

NOTE : No deviation(s), from the stated terms, shall be made by the Tenderers for the purpose of the Tender. Tenderers making such deviation(s) shall be doing so at their own risk and shall thereby make their proposals liable for rejection.

8.0. VALIDITY:

i) The Tenders shall remain open for acceptance for a minimum period of 180 days (One hundred and eighty days), from the date of opening of the Technical Part.

ii) The price quoted shall also remain valid for the entire period during which the work shall be carried out with only valid changes being made as provided for by the escalation permitted.

NOTE: The Tenderers shall not, during the said period or within the period extended by mutual consent, revoke, cancel or vary their Tenders or any terms thereof without the consent in writing of the Company. In case any Tenderer violates this clause, the company shall be entitled to confiscate the Earnest Money deposited by him and reject his Tender.

9.0SUFFICIENCY OF TENDER:

The Tenderers shall visit the site and satisfy themselves before submitting the tender and ensure that they have taken into account in their bid in respect of any adverse physical conditions and artificial conditions at the site. No claim shall be made against such conditions or entertained by the Company and for any damage done by an act of God or on account of any circumstances beyond the control of the Company other than by provisions contained in Clauses 22 & 17.1 of Chapter IV.

10.0 TENDERERS WITH FOREIGN COLLABORATORS:

a) No special facilities / terms shall be provided to Tenderers with foreign collaborators. However, a copy of valid and operatable agreement between the

Signature of the bidder

9

Page 10: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

Indian and foreign collaborators, certified by a Gazetted Officer or an equivalent officer shall be furnished, along with details of the foreign collaborators.

b) The agreement shall be legally binding and enforceable between the parties showing the role of collaborator and the tender document shall be purchased on their name.

10.1 Public sector undertakings having MOU with other firms:

a) In case there is any Memorandum of Understanding between two Indian Firms (specifically for Public Sector UndertaKings), copy of the same shall be furnished.

b) The agreement shall be legally binding and enforceable between the parties and the tender document shall be purchased on their name.

10.2. Joint venture firms.

a) In case of other firms, there is any memorandum of understanding between two or more firms it shall be in the form of JV and the copy of the agreement shall be furnished and the agreement shall be legally binding and enforceable between the parties and the tender document shall be purchased and submitted on the name of joint venture firm.

b) The MOU between the joint venture firms shall be formed before the purchase of the tender document.

c) Any of the joint venture partner, shall have any one of the requisite eligibility criteria.

11.0 PRESENTATION & OPENING OF TENDERS:

Tenderers are required to submit their Tenders in three parts, sealed in separate covers, along with the earnest money deposit in a separate cover to the Chief Chief General Manager/ General Manager (Purchase), SCCL, Kothagudem, PIN 507 101, as detailed below.

I) Earnest Money Deposit:

A sealed envelope super scribed “Earnest Money Deposit” and the name and number of the Tender Document, as Clause 1.0 hereof, containing a demand draft for the Earnest Money Deposit as detailed in clause 12.0 hereof at the time of submission of the tender.

The sealed envelope containing EMD shall be kept along with the Commercial Bid (Part-II).

Signature of the bidder

10

Page 11: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

A. Part-I:

A sealed envelope super scribed “Part.I - Technical Part” and the name and number of the tender, as per clause 1.0 hereof, containing:

a) A letter indicating the Tenderer’s acceptance of the Commercial Terms and Conditions, including terms for execution of works (as per the format given in Appendix-1).

Any deviations made from the terms & conditions of the Tender Document and any additional terms & conditions shall be considered in the context of clause 7.0 thereof.

b) Credentials of the Tenderers giving full details of his firm, details of similar works done by him, testimonials etc.

c) A technical note illustrating the technology proposed to be adopted in the execution of work and other details as per the format in clause 14.0 hereof.

d) Power of Attorney in case the Tender is signed by an authorized representative of the Tenderer.

e) The Tender Document, as sold to the Tenderer, with each page signed as a token of acceptance of all its terms and conditions. The format for price bid and all other formats contained in the tender Document should also be signed but should be left blank.

B. Part – II

A sealed envelope super scribed “Part II – Commercial Bid”: and the name and number of the Tender, containing Commercial Bid as per the terms and conditions given for the same in the Tender Document containing ;

a) Sealed envelope containing EMD.

b) Validity of the offer.

c) Applicability of various taxes and duties along with income tax PAN No. CST / VAT, Excise Duty, Service Tax Registration number etc.

d) Attested copies of the latest income tax and sales tax clearance certificates, copies of acknowledgement of returns filed and assessment orders passed by concerned

Signature of the bidder

11

Page 12: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

authorities, copies of audited balance sheets for the last five financial years together with particulars specified in Appendix-2.

e) Documentary proof of financial resources as indicated in Appendix-2.

f) Specimen copy of Part-III i.e. price bid without prices (un-priced copy).

C. Part –III

A sealed envelope superscribed “Part III – Price Bid”: and the name and number of the Tender, as per clause 1.0 hereof, containing Price Bid as per the format given for the same in the Tender Document in one sealed envelop as mentioned above.

NOTE: Non response to the three conditions i.e., regarding experience, turnover and submission of Tender on 3 part basis will be considered as “non response to the tender”

.

ii. Opening of part - I and Part -II:

Part I and Part – II, i.e. the Technical part and Commercial part shall be opened on the date informed in the Tender Notice and, after scrutiny, the tenderers shall be short-listed on the basis of technical evaluation.

iii. Deputation of Representative:

The Tenderers shall depute their authorized representatives for the Tender opening. After the opening of the Tender the authorized representatives shall be deputed with full authority for negotiating Technical as well as Commercial Terms and Conditions of the Contract, at short notice, at any time. The representatives of the Tenderers coming to attend the Tender opening or negotiation shall produce authorization letters along with their signatures, duly attested thereof, failing which they shall not be allowed to participate.

iv. Opening of Part III:

Part III or the Price Bid shall be opened later of those tenderers whose offers are technically acceptable only with prior intimation to these tenderers.

v. Tender documents Property of the Company:

The Tender Documents submitted by all Tenderers shall become the property of the Company and the Company shall be under no obligation to return the same to them.

Signature of the bidder

12

Page 13: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

vi. No details/clarifications accepted after Tender closing date:

No details / clarifications (technical or pricing) regarding the tender will be accepted by SCCL from the Tenderers after the Tender closing date unless the same is specifically requested for by the Company.

12.0 EARNEST MONEY:

a) The Tenderers shall deposit Earnest Money in a separate envelope along with the Technical Bid in the form of a Demand Draft for an amount of Rs…………. Lakhs (Rupees …………… only), from any nationalized banks drawn in favour of The Singareni Collieries Company Ltd., and payable at Kothagudem.

Earnest Money deposit in any other form shall not be accepted.

b) No Tender shall be considered unless accompanied by the said Earnest Money deposit in the form of DD irrespective of whether the Tenderer is a Government/ Public Sector/Private Firm/Executing works in SCCL.

c) The Earnest Money shall be retained only in the case of the successful Tenderer and refunded to all unsuccessful Tenderers after finalizing the Tender and shall not carry any interest. The Earnest Money deposited by the successful Tenderer shall be dealt with as stated elsewhere in the Tender Document.

13.0 FORMAT OF QUOTATIONS:

a) Corrections, where unavoidable, shall be made by crossing out and rewriting and attested with the full signature and date by the Tenderer.

Erasing or Overwriting in the Tender Document may disqualify the Tenderer.

b) Quotations, Over-written there in, shall be summarily rejected. Hand written Quotations are also liable to be rejected.

c) The Tender shall be submitted in English.

14.0 TENDERERS TO SUBMIT TECHNICAL NOTE

a) The Tenderers shall indicate the equipment, machinery tools, tackles and vehicles likely to be used by them for the work. The Tenderers shall also state what technology, technical and supervisory personnel they shall employ for supervising the work.

Signature of the bidder

13

Page 14: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

b) The Tenderers shall incorporate in their Tenders a documentation/ technical note illustrating the design and technology proposed or to be adopted in the execution of the works stage by stage.

The technology for total commissioning of the system and relevant parameters shall also be detailed out in a sequential manner as given below:

i) System designing, method and software used for structural analysis.ii) Obtaining approval/Exemption, testing facilities required under various

Regulation under CMR 1957, Circulars issued from time to time by Mining inspectorate and other statutory authorities.

iii) Procurement and supply of items.iv) Installation of the equipment / systems.v) Co-ordination and commissioning of the total system.vi) The designing details in the form of detailed calculations etc.

NOTE: a) The equipment and machinery used for each execution should confirm to stipulations as per DGMS / Statutory requirements and also as per relevant conditions mentioned in Coal Mines Regulations 1957 and other documents.

b) The contractor should use only standard materials complying with all requirements.

vii) Manpower to be deployed at different stages such as preparatory / material collection, fabrication period, shaft furnishing period, etc;

vii) The time required for making preparatory arrangements at the site including collection of materials, procurements of machinery and equipment and installation of erection equipment at the site;

viii) The proposed rate of progress/execution/month;

ix) The maximum period required for each operation to enable completion of the total work within the scheduled completion date vide clause 20 there of (the proposed time schedule is given in Appendix-5).

x) The proposed training schedule to be provided to SCCL officials and staff.

15.0 UNDERTAKING BY TENDERERS

The signing of the Tender Document shall be considered to be an undertaking on the part of the Tenderer that he has inspected and examined the site and its surroundings and has obtained and satisfied himself (so far as is practicable) on all

Signature of the bidder

14

Page 15: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

conditions applicable to it as per clause 4.0 hereof and has also completely examined and studied the matters that may affect the rates or risks under the Contract. Such signature shall be considered as an undertaking on the part of the Tenderer to execute the works in the manner stipulated in the terms and conditions of the Tender Document.

16.0 LIABILITY FOR DISQUALIFICATION

The Tenderers who do not comply fully with these instructions or any other conditions of the Tender Document, which may be applicable, shall render themselves liable for disqualification without notice.

17.0 RIGHT TO POSTPONE AND REJECT TENDERS

a) The Company reserves the right to postpone the date of receipt and opening of Tenders without assigning any reason whatsoever. It also reserves the full right to reject any or all Tender and of accepting or rejecting the whole or any portion of any Tender without assigning any reason whatsoever. It also reserves the right to cancel the Tender at any stage without assigning any reason whatsoever.

b) Canvassing in connection with the Tenders in any shape or form is strictly prohibited and Tenders submitted by Tenderers who resort to canvassing shall be liable for rejection.

c) The Company reserves the right to reject a Tender in which a Tenderer deliberately gives any wrong information and creates circumstances for the acceptance of his Tender, or to rescind a Contract signed with such a Tenderer at any stage.

d) The Company does not pledge to accept the lowest Tenderer without assigning any reason whatsoever.

18.0 ACCEPTANCE OF TENDERER

On receipt of letter for intent of the Tender issued by the Company, the successful Tenderer shall accept a Work Order in the Company’s prescribed form for the due fulfillment of the Contract. A Tender or part of a Tender shall be deemed to have been accepted only when such intent is notified of in writing to the Tenderer by the Company.

19.0 CONTRACT :

a) On receipt of order issued by the Company, the successful Tenderer shall communicate their acceptance to the Work Order and have to enter into an agreement in the Company’s prescribed form (Appendix-IV) for the due fulfillment of the Contract. The above agreement shall have to be entered between the successful tenderer and the Chief General Manager/ General Manager of the Area

Signature of the bidder

15

Page 16: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

within 15 days from the date of receipt of the work order, on a non- judicial stamp paper of Rs.100/-. The contractor shall have to start the work within 15 days from the date of entering into the agreement.

b) Failure of the Contractor to accept the Work Order issued by the Company and to enter into the agreement within 15 days from the date of receipt of the work order, shall entail cancellation of the order and forfeiture of the Earnest Money deposit.

20.0 SCHEDULE FOR COMPLETION:

20.1 Time for completion

The work shall be completed within 12 months from the date of commencement.

20.1.1 If the works have already started departmentally, the successful Tenderer shall have to take over from the existing level in “As is where is” condition.

20.1.2 The proposed shaft under sinking is in the advance stage of completion and is expected to be completed shortly. In the event of non-completion of sinking, the successful tenderer should take up certain jobs parallely without affecting both the party’s work. SCCL will help in necessary co-ordination. As the winding engine shed etc., are already available at the shaft site, the successful Tenderer shall take the works from the existing level in “As is where is condition”.

20.1.3 The site is equipped with the infrastructures like Service building, sinking system, collar frame, power supply on chargeable basis etc., which will be handedover to the successful Tenderer free of charge for a period of 3 months only after completion of the shaft sinking works to undertake initial preparatory jobs, if suitable to him and the same will be taken back on completion of the work.

20. 2 Cleaning of Construction Site

a) On completion of the work all rubbish, scrap, debris, brick bats etc. shall be removed by the Contractor at his own expense and the site cleaned to the satisfaction of the Chief General Manager/ General Manager, Mandamarri Area, and handed over to the Company.

b) The Contractor shall thereupon intimate the Company officially of having completed the work as per Contract.

21.0 SUBLETTING

The Contractor shall not sub-let the whole of the works. Further, except where otherwise provided by the Contract, the Contractor shall not sub-let any part of the works without the prior written consent of the Chief General Manager/ General Manager, Mandamarri Area, (which shall not be unreasonably withheld). Such consent, if given, shall not relieve the Contractor from any liability or obligation under

Signature of the bidder

16

Page 17: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

the Contract and he shall be responsible for the acts, defaults and neglects of any Sub-Contractor, his agents, servants or workmen as fully as if they were the acts, defaults or neglects of the contractor, his agents, servants or workmen. Provided always that the provision of Labour on a piece rate shall not be deemed to be a sub-letting under this clause.

22.0 LAW GOVERNING CONTRACT:

The Contract shall be governed by the law and statutory regulations, as is applicable to Coal Mines in India, and shall be construed in accordance thereto.

23.0 JURISDICTION:

The Courts in Khammam District or Adilabad District in the state of Andhra Pradesh only shall have the jurisdiction to deal with and decide any legal matter or dispute what-so-ever arising out of the Contract.

υυυ

Signature of the bidder

17

Page 18: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

CHAPTER-IV

GENERAL TERMS AND CONDITIONS

INDEX 1.0 DEFINITIONS - 202.0 DISCREPANCIES IN CONTRACT DOCUMENT & ADJUSTMENTS THEREOF- 233.0 SECURITY DEPOSIT, WARRANTY, ETC. - 243.1 Warranty - 243.2 Retention Money - 253.3 Liberty to deduct dues - 253.4 Refund of the Security Deposit - 254.0 DEVIATIONS/VARIATIONS IN QUANTITIES AND PRICING - 265.0 SCOPE OF CONTRACT - 266.0 SCHEDULE OF WORKS, EXTENSION THEREOF, DEFAULTS & PENALTIES- 276.1 Schedule of works - 276.2 Programme to be furnished - 276.3 Extension of time of completion - 286.4 Defaults & Penalties - 296.5 Engaging other agencies - 317.0 INSURANCE - 317.1 Insurance against accident to workmen - 317.2 Insurance policies to be pledged/shown to the Company - 327.3 Remedy on Contractor’s failure to insure. - 328.0 PLANT, MATERIAL & OTHER FACILITIES - 328.1 Plant, temporary works & materials - 338.2 Materials obtained from excavation - 358.3 Other facilities. - 359.0 SETTING OUT - 369.1 Possession of site - 369.2 Expenses for way-leaves - 369.3 Usage of necessary instruments, data, etc. - 369.4 Basis & permitted deviations - 3710.0 QUALITY ASSURANCE – MATERIALS & WORKMANSHIP - 3710.1 Storage of Materials - 3910.2 Workmanship - 3910.3 Access to the works - 3910.4 Inspection of works - 3910.5 Examination of work before covering up - 4010.6 Uncovering and making openings - 4010.7 Contractor to search - 4010.8 Urgent repairs - 4110.9 Power to reject materials and work - 4110.10 Power to terminate Contract - 4110.11 Removal/Repair of Improper Materials/work - 42

Signature of the bidder

18

Page 19: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

10.12 Devaluation of Materials and work - 4210.13 Final Inspections of Works - 4310.14 Appearance of defects after acceptance of work - 4310.15 Site Order Book - 4311.0 MEASUREMENT - 4411.1 Method of measurement & record - 4411.2 Measurements to be taken jointly - 4512.0 PAYMENTS - 4612.1 Preparation & submission of running on account bills - 4612.2 Inspection of Bills - 4612.3 Certification & payments of bills - 4712.4 Taxes on payment to Contractor - 4912.5 Final Bill - 5013.0 COMPLETION CERTIFICATE - 5013.1 Interim completion certificate - 5113.2 Contractor to hand over completed works immediately - 5114.0 OPPORTUNITIES FOR OTHER CONTRACTORS - 5215.0 INTERFERENCE WITH TRAFFIC AND ADJOINING PROPERTIES - 5216.0 EXTRAORDINARY TRAFFIC - 5216.1 Special loads - 5216.2 Settlement of extraordinary traffic claims - 5317.0 CONTRACTOR’S RESPONSIBILITIES - 5317.1 Expected Risks - 5417.2 Superintendence for the Works - 5417.3 Watching & Lighting - 5517.4 Engagement of labour and other employees - 5517.5 Other Responsibilities - 5617.6 Successful Bidders Responsibilities - 6017.7 Statutory Rules - 6218.0 FIRM PRICES, ESCALATION ETC. - 6318.1 Material escalation - 6318.2 Escalation on increased taxes. - 6419.0 DEFECTS LIABILITY PERIOD - 6419.1 Contractor to hand over works in perfect condition - 6519.2 Cost of Execution of work of Repair etc. - 6519.3 Remedy on Contractor’s Failure to carry out required work. - 6519.4 Maintenance Certificate - 6519.5 Approval only by Maintenance Certificate - 6619.6 Cessation of Company’s Liability - 6619.7 Unfulfilled Obligations - 6620.0 CANCELLATION, TERMINATION AND SUSPENSION OF CONTRACT - 6620.1 Payment on Cancellation or Termination of Contract - 6820.2 Suspension of Work - 6920.3 Security Deposit to be forfeited - 7021.0 FORECLOSURE OF THE CONTRACT - 7022.0 FORCE MAJEURE - 7123.0 FOSSILS, VALUABLE TREES, ETC. - 7224.0 SETTLEMENT OF DISPUTES - 72

Signature of the bidder

19

Page 20: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

GENERAL TERMS AND CONDITIONS

1.0 DEFINITIONS:

In the Contract (as hereinafter defined) the following words and expressions shall have the meaning hereby assigned to them except where the Contract requires otherwise.

i) “Accepting Authority”: - means the management of the Company and includes an authorized representative of the Company or any other person or body of persons empowered in this behalf by the Company.

ii) “Company” or “SCCL” or “The S.C.Co.Ltd.” means The Singareni Collieries Company Limited. P.O. Kothagudem Collieries (Pin. 507 101), A.P., which shall employ the Contractor and within whose jurisdiction the project is situated and the legal successors in title to the Company

The Company shall be represented by the following:

a) Prior to the award of the Contract:

By Chief General Manager, Corporate Purchase Department,The S.C.Co.Ltd., P.O. Kothagudem Collieries, Pin 507 101, A.P.Hereinafter referred to as CGM (Purchase)

After the award of the Contract:

By Chief General Manager/ General Manager, Mandamarri Area,P.O. Mandamarri, District Adilabad, A.P.,Hereinafter referred to as CGM/GM, Mandamarri Area.

iii) “Construction Plant” – means all appliances, tools, plants, machinery or things of whatsoever nature required in or about the execution, completion or maintenance of the works or temporary works (as hereinafter defined) but does not include materials or other things intended to form or forming part of the permanent work.

iv) “Contract” – means all Labour, materials, scaffolding, tools & tackles, centering, moulds, tools, implements, and every other thing necessary for carrying on and completing the works in conformity with the Contract document and such

Signature of the bidder

20

Page 21: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

additional drawing description and instructions as may from time to time be furnished while the work is in progress.

v) “Contractor / Contractors” – means the successful Tenderer / Tenderers who has / have deposited the necessary Earnest Money and has/have been given written intimation about the acceptance of Tender through the letter of intent and shall include authorized representative of such individual or persons composing a firm or a Company or the successors of such individual, firm or Company, as the case may be. The Contractor or his representative is treated throughout the Contract Document as if he was a single person.

The existing laws in the area where the contract work is undertaken will be applicable to the Contractor.

vi) “Contract Amount” – means the total sum arrived at based on the individual rates quoted by the Tenderers for the various items shown in the “Schedule of Quantities” of the Tender Document as accepted by the Company with or without any alteration as the case may be.

vii) “Day” – means a day of 24 hours from midnight (00.00 hours) of the particular day to midnight (24.00 hours) of the next day.

viii) “Drawings” – means the drawings referred to in the specifications and any modifications of such drawings approved in writing by the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project and such other drawings as may from time to time be furnished or approved in writing by the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project.

ix) “Chief General Manager/ General Manager, MM Area” – means the Chief General Manager/ General Manager employed by “The Singareni Collieries Company Limited”, incharge of MM Area of “The Singareni Collieries Company Limited, abbreviated as CGM/GM. MM Area, and means the officer authorized and appointed in writing by the Company to act as Chief General Manager/ General Manager, MM Area for the purpose of the Contract.

x) “Letter of Intent of Tender” – means the letter issued by the Company giving intimation to the Tenderer that his Tender has been accepted in accordance with the provisions contained in that letter.

xi) “Materials” – means the materials to be provided by the Contractor and material to be provided by the Company in accordance with the Contract.

xii) “Owner” – means The Singareni Collieries Company Limited.

Signature of the bidder

21

Page 22: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

xiii) “Paying Authority” – means any person who is appointed by the Company from time to time as Paying Authority for the work under the contract, the Contractor being intimated in writing of same by the Company.

xiv) “Representative” – means any resident assistant to the CGM/GM. MM Area appointed from time to time as CGM/GM. MM Area’s representative for the Contract with the Contractor being intimated in writing of the same by the CGM/GM., MM Area. The CGM/GM., MM Area’s representative (The Project Officer of Shanthikhani Longwall Project / unless otherwise informed) shall be entitled to perform any of the powers and authorities of the CGM/GM., MM Area vested in him by the latter. The CGM/GM. MM Area’s Representative is treated throughout the Contract Document as if he was single person.

xv) “Statutory personnel’’ – means any person or official possessing required qualification and experience required as per DGMS stipulations to carryout statutory inspections under CMR, 1957, Mines Rules, 1966 and Mines Act, 1952.

xvi) “Schedule of Rates” – means the standard schedule of rates prescribed by the Company and the amendments thereof issued by it from time to time.

xvii) “Site” – means the lands and other places on, under, in, through which the works are to be executed or carried out and any other lands or places provided by the Company for working space or any other purpose of the Contract together with such other places as may be specifically designated in the Contract as forming part of the site.

xviii) “Sub-contract” – means the person or persons to whom any part of the Contract has been sublet with the consent in writing of the CGM/GM., MM Area and includes their authorized representatives, successors and permitted assignees. Sub-Contractor includes only those having a direct contract with the Contractor.

The existing laws in the area where the Contract work is undertaken will be applicable to the Sub-Contractor. However, the MOU entered by a PSU shall not be considered as sub-contracting.

xix) “Temporary Works” – means all temporary works of every kind required in or about the execution, completion or maintenance of the works.

xx) “Time Limits” – as stated in the Contract Document are of the essence of the contract.

xxi) “Work” - means the works required to be executed in accordance with the Work Order or parts thereof as the case may be and shall include all extra or additional, altered or substituted works or any work of emergent nature, which, in the opinion of the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall

Signature of the bidder

22

Page 23: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

Project has become necessary during the progress of the works to obviate any risk or accident or failure or become necessary for security.

“Work” of the Contractor or Sub-Contractor includes Labour or material or both.

xxii) “Written Notice” – means a notice or communication ion writing and shall be deemed to have been duly served if delivered in person to the individual or to a member of the Contractor’s firm or to an officer of the Company or Corporation for whom it is intended, or if delivered to or sent by registered mail/courier service to the last business address known to him who gives the notice. For registered mail, the date of registration of the notice will be taken to be deemed date for all purposes of this Contract.

xxiii) “Zero Date” – means the date of commencement of the Contract as defined in clause 6.1(i) hereof.

xxiv) “Bought out items” – Means materials, equipment, consumables and other miscellaneous items to be procured and supplied.

xxv) “System design and documentation” – Means detailed analysation, design calculation with respect to the stability and structural satisfaction of the entire equipment/structure and its fool proof commissioning. This includes submission of approved design drawings and documentation.

xxvi) “Winder” – Means a Motor driven haulage equipment with necessary safety features required as per DGMS stipulations, which is used for conveyance of men and material in the shaft.

xxvii) “Head gear” – Means It is a structure located over the shaft that houses the sheaves carrying the winding rope, flexible guides and other safety appliances. This is built with structural steel using rolled joist, angles and plates.

xxviii) “Annual Maintenance of winding engine” - Means maintaining the winding engine as required under various regulations, rules and circulars, pertaining to coal mines and other statutory and law enforcing agencies. During this period the firm shall thoroughly train the company’s team in general & statutory maintenance, breakdown maintenance, testing etc.

The required spares consumables and labour excluding POL shall be provided by the successful bidder. The firm shall quote their rates accordingly.

2.0 DISCREPANCIES IN TENDER DOCUMENT & ADJUSTMENTS THEREOF:

If any discrepancies are detected in any Tender submitted by any Tenderer between/in:

Signature of the bidder

23

Page 24: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

i) The description in words and figures, the rate which corresponds to the words quoted by the Contractor shall be taken to be correct.

ii) The amount quoted by the Contractor due to a calculation mistake in the product of any unit rate and quantity, the unit rate quoted by the Contractor shall be regarded as firm and the incorrect amount corrected.

iii) The totaling or carrying forward in the amount quoted by the Contractor, the same shall be corrected.

The tendered sum so corrected and altered shall be substantiated for the sum originally tendered and considered for acceptance in the letter of intent instead of the original sum quoted by the Tenderer along with the other Tender/Tenders. Rounding off to the nearest rupee shall be done in the final summary of the amount rather than in totals of various sections of the offer.

Further, after the award of the work, except for and to the extent otherwise specifically provided by the contract, the provisions of the Tender Document and General Terms & Conditions shall prevail over those of any other part of the Contract regarding any provisions other than technical specifications and quantities. However, in case of any ambiguities or discrepancies remaining in the Contract Documents during the execution of the work, the same shall be explained and adjusted by the Project Officer, Shanthikhani Longwall Project and who shall thereupon issue to the Contractor instructions regarding the manner in which the work is to be carried out.

3.0 SECURITY DEPOSIT, WARRANTY, ETC.:

The EMD paid by the successful Tenderer shall be retained as the Initial Security Deposit. In addition to the Security Deposit, as above, 5% of the payment against every bill shall be retained as Retention Money towards additional Security Deposit. Neither the Security Deposit nor the Retention Money, which are detailed below, nor any other dues of the Contractor, which may be retained by the Company on any grounds, shall carry any interest.

3.1 Warranty:

Each individual component of the awarded work shall be guaranteed against defective workmanship, material specifications, quality and failure of any kind for the full duration of:

i) Construction of the work under the Contract till the date of its completion, duly certified by the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project. in accordance with clause 13.0 & 10.15 thereof,

Signature of the bidder

24

Page 25: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

ii) The defects liability period of 12(twelve) calendar months beyond the date of issue of the final completion certificate in accordance with clause 19.0 hereof and

iii) for a period of 90 (ninety) days beyond the end of the defects liability period of 12(twelve) calendar months.

iv) Also for a period of 2 (Two) years after the final commissioning date certified by the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project.

3.2 Retention Money:

Payments made by the Company against running on account bills shall be in the form of secured advance amounting to 95% of the value of work done and billed for. The balance 5% so retained as Retention Money from every bill shall form, an Additional Security Deposit.

3.3 Liberty to Deduct Dues:

The complete security deposit, including the initial security deposit and retention money, shall remain at the disposal of the Company as security for the satisfactory execution and completion of the work in accordance with the terms and conditions and technical specifications specified in the Tender Document and the Work Order.

In the event of failure by the Contractor to fulfill the Contract requirements, the Company shall be at liberty to deduct/appropriate from the Security Deposit such sums which are due and payable by the contractor to the company, as may be determined in terms of the contract, and the amount appropriated from the Security Deposit shall be restored by further deduction from the Contractor’s subsequent running on account bills, if any.

The refund of the Security Deposit shall be subject to Company’s right to deduct/appropriate its dues against the Contractor under this Contract or under any other Contract and shall be also governed by clause 3.4 & 12.5 hereof.

3.4 Refund of the Security Deposit:

On completion of the entire work and certified as such by the GM.MM Area and on passing of the final bill by the Company, the Security Deposit and Retention Money or Additional Security Deposit shall be refunded to the Contractor on submission of Bank guarantee equivalent value of security deposit and retention money or

Signature of the bidder

25

Page 26: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

additional security deposit value as performance guarantee. The performance bank guarantee shall be kept valid for 12 calendar months beyond the date of issue of final completion certificate. The performance bank guarantee shall be returned on successful completion of defects liability period of 12 (twelve) calendar months beyond the completion date as mentioned in the final completion certificate and on issue of certificate to this effect by the GM., MM Area. Also on submission of a fresh Bank guarantee for an amount equal to 1% (one percent) of the total contract value for a period of one year beyond the completion of 12(twelve) calendar months. (i.e. up to 2 (two)years from the date of final commissioning).This Bank guarantee shall be returned after the expiry of the maintenance period.

4.0 DEVIATIONS/VARIATIONS IN QUANTITIES AND PRICING:

The quantities given in the ‘Schedule of Quantities’ are based on estimates and are meant to indicate the extent of the work and provide a uniform basis for Tendering and any variation thereof either by addition or omission shall not vitiate the Contract.

The Company shall have the power to make any alterations or additions or substitutions in the original specifications, drawings, designs and instructions that may appear to be necessary or advisable during the progress of the work upto 10% on any/total scope and quantum without radically changing the original scope and nature of the work of the Contractor.

The Contractor shall be bound to carry out the works in accordance with the instructions given to him in writing by the Project Officer, Shanthikhani Longwall Project Such altered or additional or substituted work shall form a part of the original Contract and shall be carried out by the Contractor agreed to do the originally tendered work and at the same rate/ rates as are specified in the Work Order.

The Company also reserves the right to cancel any items of work included in the Agreement or portion thereof at any stage of execution if found necessary for the work and such omission shall not be considered to be a waiver of any condition of the Contract nor invalidate any of the provisions thereof.

The Company has the power to omit any part of the work in case of non-availability of a portion of the site or for any other reason and the Contractor shall be bound to carry out the rest of the work in accordance with the instructions given by the CGM/GM., MM Area. No claim for compensation shall be made by the Contractor on these grounds.

5.0 SCOPE OF CONTRACT:

The scope of work shall be as defined in Chapter-VI of this Tender Document.

The drawings provided in this Tender Document are only for the purpose of reference and estimation. The drawings for the actual Construction shall be supplied separately by the CGM/GM., MM Area during the progress of the work.

Signature of the bidder

26

Page 27: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

Prior written approval of the Project Officer, Shanthikhani Long wall Project shall be necessary for any variation from the design drawings supplied.

The work includes materials supply, fabrication and casting. It may include all or any of the items, viz. Structural steel, , plain cement concrete, prefabricated plain cement concrete bricks, reinforced cement concrete and steel reinforcements required for support and also any other item required for either temporarily or permanent support for execution of the scheduled works and not mentioned herein. All the materials, plant and labour to be provided by the Contractor for the completion of the works vide clause 8 & 17 hereof and the mode, manner, speed of execution and maintenance of the works are to be of a kind and conducted in a manner to the satisfaction of the Project Officer, Shanthikhani Longwall Project. The cost of any such material if supplied by the Company shall be deducted from the invoice of the contractor, and non supplies shall be without any obligation on schedule of completion.

6.0 SCHEDULE OF WORKS, EXTENSION THEREOF, DEFAULTS & PENALTIES:

Time is the essence of the Contract and as such all works shall be completed within the time stipulated in the Tender Document.

6.1 Schedule of Works:

i) Date of Commencement:

The successful Tenderer shall commence the work within one month from the date of issue of order or 15 days from the date of handing over the site, whichever is later.

ii) Date of Completion:

The total time for completion of the work shall be 12 (twelve) months from the date of commencement of the work.

The date of completion shall be deemed to be the date on which:

a) The Company is officially intimated of the completion of work and

b) The Project Officer, Shanthikhani Longwall Project accepts the same as being completed as per the scope of work, which would be deemed to include all the variations required/permitted to be made by the Project Officer, Shanthikhani Longwall Project.

6.2 Programme to be furnished:

Signature of the bidder

27

Page 28: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

Within 30(thirty) days of the date of issue of the Letter of Intent, the Contractor shall furnish to the CGM/GM., MM Area and obtain his approval upon a detailed time schedule of activities (including Training to the Executives / Supervisors / Technicians / Operators ), programmed on BAR CHART / PERT/ CPM techniques and based on the schedule submitted by the Contractor while submitting the tender, along with any adjustments thereof as may be suggested by the CGM/GM., MM Area, and the methods by which he proposes to carry out the various works within the time specified in the Tender Document. Such mutually agreed schedule will form part of the order.

The Contractor shall submit detailed particulars, in writing, of the Contractor’s arrangements for the carrying out of the whole work, or any part thereof, and the Construction plant together with its approvals/exemptions & Test certificates and Temporary Works which he intends to supply, use or construct, as the case may be, whenever so required of him by the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project.

The submission to and approval by the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project of such a work schedule or the furnishing of such particulars, of various arrangements shall not relieve the Contractor of any of his duties or responsibilities under the Contract.

6.3 Extension of time of Completion:

The events that shall fairly entitle the Contractor to request the company for an extension of time are as follows:

i) Force Majeure as per clause 22.0 hereof

ii) Serious loss or damage by fire.

iii) Non-availability of stores, which is the responsibility of the Company to supply, as per Contract.

iv) Delay on the part of the contractors or tradesman engaged by the Company, not forming part of the Contract, holding up further progress of the work.

v) Delay in supply of tools and plant to be made available by the Company.

vi) Any modified or additional work. The time for completion as per the original contract shall be extended by the Company in the proportion that the additional work (in value) bears to the original contracted work (in value) as may be assessed and certified by the GM, MM Area.

vii) Suspension of work, if the works are suspended for any reason other than any default on the part of the Contractor.

Signature of the bidder

28

Page 29: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

viii) Any other causes which, at the sole discretion of the GM, MM Area, is beyond the control of the Contractor.

ix) Accidents resulting loss of life.

NOTE: A Site Register shall be maintained by both the Project Officer, Shanthikhani Long wall Project and the Contractor at the site to record various hindrances, as stated above, encountered during the course of the works.

The Contractor shall request the Company in writing for extension of time within 15 (fifteen) days of the happening of such event causing delay stating, also, the period for which extension is required. The Company may, considering the genuinity of the request, grant a reasonable extension of time for the completion of the work. Such extension shall be communicated to the Contractor in writing by the CGM/GM., MM Area within 30(thirty) days of the date of the receipt of such request.

The opinion of the CGM/GM, MM Area, in regards with the reasonability of the grounds shown, shall be the final.

Provisional extension of time may also be granted by the CGM/GM., MM Area during the course of the work, on written request for extension of time within 30(thirty) days of happening of such events as stated above, reserving the Company’s right to impose/waive penalty at the time of granting final extension of time as per Contract Agreement. When the period fixed for the completion of the Contract is about to expire, the question of extension of the Contract may be considered at the instance of the Contractor or the Company or of both. The extension shall have to be by both parties agreement, express or implied.

The Contractor shall however use his best efforts to prevent or make good the delay by putting his endeavors constantly as may be reasonably required of him to the satisfaction of the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project.

6.4 Defaults and Penalties :

i. Delay in Commencing Works

If the Contractor, without reasonable cause or valid reasons, commits default in commencing the execution of the work within the aforesaid time limit, the Company shall without prejudice to any other right or remedy, be at liberty, by giving 15 days notice in writing to the Contractor to commence the work, to forfeit the Earnest Money Deposited by him and to rescind the Letter of indent / Work Order.

ii. Delay in the Rate of progress / Date of Completion

Signature of the bidder

29

Page 30: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

Monthly comparisons shall be made by the Project Officer, Shanthikhani Long wall Project between the progress achieved by the Contractor in the various works with the desired progress as per the Programme submitted vide clause 6.2 hereof.

iii. Penalties for Delays

a) In the event of the Contractor’s failure to achieve the desired progress vide these comparisons or to complete the whole works within the time prescribed by clause 6.1 hereof, or extended time as per clause 6.3 hereof, the Contractor shall pay liquidated damages as compensation for the balance part of the work(s) scheduled to have been completed but still remaining incomplete @ 1% (one per cent) of the Contract value of said part of the work not completed, per week, or part of a week, during the period in which the said part of the work(s) remains incomplete as liquidated damages for such default.

b) The aggregate of such compensation(s) shall not exceed 15% (Fifteen per cent) of the total contract value.

c) Penalty as stated above shall be applicable only when the contractor fails to achieve 85 % of scheduled progress as per the program submitted under clause 6.2 hereof and in case the Contractor completes 85%, or more, of the quantity required vide the above program but less than the desired quantity penalty shall not be recovered on monthly comparison basis.

d) However, if the contractor fails to achieve 100 % of the cumulative progress including the backlog at the end of the completion schedule, penalty shall be recovered as mentioned above.

e) The Company may, without prejudice to any other method of recovery, deduct such amount from any money due to or which may become due to the Contractor in other works being executed at SCCL. The deduction of such an amount shall not relieve the Contractor from his obligation to complete the works or from any other of his obligations and liabilities under the Contract.

f) Penalties shall be for the delays directly attributable to the Contractor and exempted for force majeure conditions vide clause 22 thereof, subject to documentary evidence.

g) In case the Contractor executes more work than indicated for each month, the

same shall be carried forward to the subsequent months to decide about the penalty vide the program submitted under clause 6.2. Penalties, if any, will be recovered from each monthly running bill.

Signature of the bidder

30

Page 31: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

h) If the work is completed with in the scheduled completion period, including force majeure conditions, the penalties so recovered will be refunded along with the final bill.

i) In case the work is completed during the extended period with penalties, the penalties so recovered will not be refunded.

j) For the purpose of calculation of penalty, the value of the Additional work executed by the firm & the number of days affected due to the execution of Additional works, unscheduled works etc will not be accounted.

k) Penalties will be calculated separately for works mentioned under item rates based on the complete work on monthly basis as per the mutually agreed schedules.

6.5 Engaging other agencies:

If the progress of the work or of any part of the work as per clause 6.2 is unsatisfactory, after giving the Contractor 15 days’ notice in writing, to complete the backlog / residual work, and the contractor failing to do so, CGM/GM, MM Area shall be entitled to arrange, either wholly or partly, by employing another Agency for the job, even at higher rate, or by workmen of the Company debiting the total cost involved in engaging one or more Agencies for the job or in executing the work by workmen of the Company, as the case may be, to the Contractor. The CGM/GM, MM Area’s decision regarding the quantum of cost for the work so done, even if it is more than the Contractor’s agreement value for the work, and the certificate issued by him for the purpose shall be final and conclusive.

7.0 INSURANCE:

7.1 Insurance against accident to workmen:

a) The Contractor shall, at all times during the currency of the Contract, indemnify the Company against all claims, damages or compensation in consequence of any accident or injury to any workman or other person in the employment of the Contractor/ any sub-contractor in the Contractor’s employment, under the provision of the Workmen’s compensation Act or any other law relating thereto and shall take out an insurance policy covering all risks, claims damages, compensation, proceedings, cost charges and expenses, whatsoever in respect thereof, payable under the same.

b) Provided always that in respect of any persons employed by any sub-Contractor in the Contractor’s employment, the Contractor’s obligation to insure as aforesaid under this sub-clause shall be satisfied if the sub-contractor has insured such that all the Contractor’s obligation under this clause are fulfilled.

Signature of the bidder

31

Page 32: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

c) The Company shall not be bound to contest any claim made against it under section 12, sub-section (1) of the Workmen’s Compensation Act, except on the written request of the Contractor or upon his giving to the company full security for all costs for which the company might become liable, in consequence of contesting such claim.

7.2 Insurance Policies to be pledged/ shown to the Company

a) The Contractor shall take out the various insurance policies required vide this clause with an insurer in India in terms approved by the Company (such approval shall not be unreasonably with-held). He shall deposit with the company the insurance policy(ies) required vide clause 7.1 and the other policies required vide this clause and also receipts of all such insurance policies.

b) The Contractor shall ensure that the insurance policies are kept alive till the full expiry of the Contract by timely payment of premiums and are not to be cancelled without the approval of the Company. A provision to this effect shall be made in all insurance policies taken out by him and similar insurance policies taken out by his sub-contractors, if any. The cost premiums shall be done by the Contractor or his sub-contractors, as the case may be, and they shall be deemed to have been included in the tendered rate.

7.3 Remedy on Contractor’s failure to insure:

In the event of Contractor’s failure to effect and keep in force any of the insurance policies referred to hereof or any other insurance which he may be required to effect under the terms of the Contract then, and in any such cases, the Company can effect and keep in force any such insurance policies and pay such premium or premiums as may be necessary for the purpose and from time to time deduct the aforesaid amount so paid by the Company from any moneys which may become due to the Contractor or recover the same as a debt due from the Contractor.

8.0 PLANT, MATERIALS & OTHER FACILITIES:

a) The Contractor shall be solely responsible to arrange, supply and provide, at his own expense, all the Construction plant, temporary works, stores and materials (both for temporary and permanent works), save as mentioned hereunder, labour (including the supervision thereof), transport to or from the site and in and about the works and other things of every kind required for the carrying out, Construction, completion and maintenance of the works. This contract is to include all labour, material, scaffolding tackle, centering, moulds, tools, implements, and every other thing necessary for carrying on and completing the works in conformity with the plans and specifications (herewith

Signature of the bidder

32

Page 33: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

attached) and with such additional drawings descriptions and instructions as may from time to time be furnished while work is in progress.

b) The Company does not undertake any responsibility for the supply of any

materials to the contractor save for certain specified items, as given in chapter VII, at the rate indicated there in. The materials to be supplied by the Company shall be issued at the main stores, colliery stores/ stockyard only. Any damage or loss of the equipment supplied by SCCL during execution of work, the loss should be borne by the contractor either by way of repairing damaged equipment or replacing the same with new equipment.

c) Contractor is free to use used conveyor, ventilators (without ducting) and pumps & pipes free of cost from SCCL stores in working condition. Further repairing them and bringing them to use, maintaining and operating them will be the responsibility of the tenderer. The material shall be returned to SCCL after the completion of the contract, in good working order.

d) Any other materials, which the company is agreeable to supply to the contractor from the stocks of the company, shall be subject to such conditions and issue rates plus Taxes as the Company may stipulate at the time of issue.

Concessional Customs Duty: In case the equipment is imported against project concessional customs duty, the same shall be passed on to SCCL.

8.1 Plant, temporary works & materials:

i) Exclusive use of plant, etc., for the works.

a) All Construction plants, temporary works and materials provided by the Contractor (such as erection tools, machine tools, power tools, tackles, hoists cranes, derricks, cables, slings, skids, scaffolding, work ventures, welding machines, instruments, materials & supplies required for un loading, transporting, storing testing & commissioning that may be required to accomplish the works) shall, when brought to the site, be deemed to be exclusively used for the and completion of the works and held in lien by the Company and the Contractor shall not remove the same or any part thereof (save for the purpose of moving it from one part of the site to another) without the consent in writing of the CGM/GM., MM Area which shall not be unreasonably withheld.

b) In case the Contractor obtains any plant, equipment and / or materials directly from the Company under the provisions of the Contract or under any permits or licenses issued by the Government through or on the recommendations of the Company, the same shall be used by him solely for the purpose of the Contract. Permits and licenses of a temporary nature necessary for the

Signature of the bidder

33

Page 34: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

execution of the works shall be secured by the Contractor. The Contractor shall pay all royalties, rents, taxes, licenses and permit fees, etc.

c) The Contractor shall bear the cost of loading, transportation to the site, unloading, storing under adequate cover as may be necessary for the proper storage and use of all plant, equipment and materials.

d) All charges on account of Octroi, terminal or sales tax and other duties on plant, equipment and materials obtained for works from any source shall be borne by the Contractor.

ii) Approval of materials etc. not implied

The operation of sub-clause (i) hereof shall not be deemed to imply any approval by the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project. of the materials or other matter referred to therein nor shall it prevent the rejection of any such materials at any time by the CGM/GM, MM Area.

iii) Removal of Plant etc.

a) On completion or on termination of the Contract and on complete recovery of all types of advances paid by the Company, if any, the Contractor with due permission of the Project Officer, Shanthikhani Longwall Project shall be entitled or remove at his expenses from the site all the said Construction plants and temporary works remaining thereon and all surplus materials originally brought by him to the site, and upon such removal the same shall become the property of the Contractor.

b) Any surplus materials issued by the Company vide chapter VII, remaining after completion or termination of the Contract, shall be returned by the Contractor at his cost to the place of the issue and the CGM/GM., MM Area shall accept the same at rates not exceeding the rates at which these were originally issued taking into consideration the deterioration or damage, if any, that may have been caused to the materials during the custody of the Contractor. In the event of the Contractor failing to return the surplus materials out of those supplied by the Company, the CGM/GM., MM Area may, by giving notice in writing, require the Contractor to pay, in addition to any other liability that the Contractor might incur in this regard, double the issue rates for such surplus materials, which are not returned, or 115% of the prevailing market rate including sales and other taxes during the period of the work, whichever is more.

Signature of the bidder

34

Page 35: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

iv) Company not liable for damage to plant etc.

The Company shall not at any time be liable for the loss of, theft or damage to any of the said Construction plant, temporary works or materials during this period of contract, for which the responsibility shall lie entirely on the Contractor, save as mentioned in clause 17.1 and 22.0 hereof

v) Supply of steel, cement etc.

The Company shall not supply the required Steel, Cement etc. except the materials as mentioned in chapter-VII.

vi) Supply of electricity:

a) SCCL will supply the required electricity at one point in the winding engine shed/sub-station free of cost for the work at available transmission voltages (i.e. 550 V/440V or 3.3 KV) of the company.

b) The Contractor shall make all arrangements of transformation, transmission and distribution of the electric power to the various places at the work site duly complying with the Indian Electricity Act/Rules and also the guidelines established by DGMS or any other statutory departments.

c) The Company shall in no way be responsible for any interruption/breakdown to the supply of electric power supply beyond its control.

vii) Supply of water:

a) The Company will arrange water at free of cost at one point near the work site as per provision of chapter VII.

b) The Contractor shall make necessary arrangements at his own cost the distribution of water for the use of his employees etc., and the necessary pipes and fittings for distribution of the same.

8.2 Materials obtained from excavation:

All materials (e.g. stone or other materials) obtained from excavation, etc., at the site, in the course of execution of the work, shall be the property of the Company and the same may be issued to the Contractor, if required for use in the works, at rates to be fixed by the G. M., MM Area.

Signature of the bidder

35

Page 36: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

8.3 Other facilities:

Land for Contractor’s office, stores, temporary housing, etc. will be provided by SCCL as per provisions of chapter VII and no rent shall be charged for the land made available for this purpose.

9.0 SETTING OUT:

9.1 Possession of site:

a) Save in so far as the contract may prescribe, the extent of portions of the site which the contractor shall be given possession from time to time and the order in which such portions shall be made available to him and subject to any requirement in contract as to the order in which the works shall be executed, the company shall, with the GM, MM Area’s written order to commence the works, give to the contractor possession of as much of the site as may be required to enable the contractor to commence and proceed with the Programme, referred to in clause 6.2. Otherwise in accordance with such reasonable proposals of the contractor as he shall make, by notice in writing to the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project, and shall from time to time, as the works proceed, give to the contractor possession of such further portions of the site as may be required to enable the contractor to proceed with the Construction of the works in accordance with the said Programme or proposals (as the case may be).

b) While erection works etc are under progress, the civil works and other activities will be undertaken and hence, these works should not be hampered by the contractor. Any modification or coordination in this regard shall be discussed and finalized with the Project Officer, Shanthikhani Longwall Project.

c) If the Contractor suffers delay from the failure on the part of the Company to give possession of portion of the site, in accordance with the terms of this clause, the GM, MM Area shall grant an extension of time for the completion of the works.

9.2 Expenses for way-leaves:

The Contractor shall bear all expenses and charges for special or temporary way-leaves required by him in connection with access to the site, disposal of muck/debris from the site and any other purpose connected with the .

9.3 Usage of necessary instruments, data, etc:

Signature of the bidder

36

Page 37: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

a) The contractor shall be responsible for and shall have all necessary instruments, appliances and labour for the correct and proper setting out of the works including therein the correctness of the positions, reduced levels, verticality, dimensions and alignment of all parts of the work and marking out the correct layout with reference to the permanent bench mark and reference lines. The basic reference lines and one permanent benchmark shall be given, by the Project Officer, Shanthikhani Longwall Project. in writing, to the Contractor as basic data.

b) The survey and drawing instruments, plumb lines, reference points and bench marks etc. used by the Contractor shall be to the satisfaction of the Project Officer, Shanthikhani Longwall Project.

c) If at any time during the progress of the works any error appears in the position, levels, direction, dimensions or alignment of any part of the works, the Contractor, on being required to do so by the Project Officer, Shanthikhani Longwall Project. shall, at his own expense, rectify such error to the satisfaction of the Project Officer, Shanthikhani Longwall Project. Unless such error is based on incorrect data supplied in writing by the Project Officer, Shanthikhani Long wall Project in which case the expense of rectifying the same shall be borne by the Company.

d) The checking of any setting out or any line or level by the Project Officer, Shanthi khani Long wall Project. shall not in any way relieve the Contractor of his responsibility for the correctness thereof and the Contractor shall carefully protect and preserve all bench marks, sight rails, pegs and other things used in setting out the works.

9.4 Basic & permitted deviations:

a) The works shall be carried out in accordance with the detailed drawings, design and documentation approved and supplied by the Company.

b) No deviations other than the specified ones will be entertained.

10.0 QUALITY ASSURANCE – MATERIALS & WORKMANSHIP:

a) The Contractor shall carry out and complete the works in every respect in accordance with the Contract and assure the quality of all works as per the norms/guidelines laid down therein and any follow-up design drawings provided by the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project for the work. The Contractor shall ensure that the work conforms strictly to the specifications and drawings of the Contract and to any further drawings, detailed instructions/directions in writing that the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project may issue, from time to time, to the Contractor. All such drawings, instructions/directions

Signature of the bidder

37

Page 38: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

shall be consistent with the Contract documents and should be reasonably inferable there from, along with clarifications/explanations thereof, if necessary.

b) The Contractor shall be responsible for correct and complete execution of the work in a workman-like manner with specified materials, which shall be in conformity with the specifications/schedule of work as per the Contract. The materials shall be subject to the approval of the Company and the Contractor shall furnish proof to satisfy the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project of the same, if so required by the latter.

c) All items to be purchased from the market by the Contractor including items like Cement and Steel shall be procured from such manufacturers who hold valid licenses conforming to relevant BIS standards for manufacturing such items, whenever such standards exist, and from reputed manufacturers in other cases.

d) The Contractor shall immediately after the award of work draw up a schedule giving dates for submission of samples for testing for the approval of the Project Officer, Shanthikhani Longwall Project, who, if the same is acceptable to him, shall approve of it promptly.

e) On receipt of the samples as per schedule, the Project Officer, Shanthi khani Long wall Project shall arrange to examine/test with reasonable promptness ensuring conformity of the samples with the required specifications and complying with the requirements as per Contract documents. The Contractor shall not start bringing materials to the site unless the respective samples are approved and shall thereupon bring only materials conforming to approved samples to the site.

f) Samples for testing are to be supplied by the Contractor at his own cost. The cost involved in such testing of samples, too, shall be borne by the Contractor. Even if any test is ordered by the CGM/GM., MM Area to be carried out by any independent person or agency at any place other than the site, the cost of materials and testing charge, etc. shall be borne by the Contractor. If the test shows that the materials are not in accordance with the specifications, the said materials shall not be used in the work and removed from the site by the Contractor with in a fortnight at his own cost.

g) The Project Officer, Shanthikhani Long wall Project shall be entitled to have any further tests carried out for any materials, according to the standard practice followed for such tests, other than those for which satisfactory proof have already been furnished by the Contractor, who shall provide, at his expense, all facilities which the Project Officer, Shanthikhani Longwall Project. may require for the purpose. The cost of such other tests, which may be required by the Project Officer, Shanthikhani Longwall Project shall be borne by the Contractor if such tests show the workmanship or materials not to be in accordance with the provision of the Contract or the instruction of the Project Officer, Shanthikhani Longwall Project. However, if the tests show the workmanship or materials to be in accordance with

Signature of the bidder

38

Page 39: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

the provision of the Contract or the instruction of Project Officer, Shanthikhani Longwall Project, the cost of such tests shall be borne by the Company.

10.1 Storage of Materials:

a) Materials shall be so stored as to ensure the preservation of the quality and fitness for the work. When considered necessary by the Project Officer, Shanthikhani Longwall Project they shall be placed on wooden platforms or other hard, clean surfaces and not directly on the ground.

b) Materials shall be placed under cover when so directed by the Project Officer, Shanthikhani Long wall Project and the Contractor shall erect and maintain at his own cost temporary weatherproof sheds at the work site for the purpose. Stored materials shall be so located as to facilitate prompt inspection. All stored materials shall be inspected at the time of use in the work, even though they may have been inspected and approved before being placed in storage or during storage.

10.2 Workmanship:

Save in so far as is legally or physically impossible, the Contractor shall execute, complete and maintain the works in strict accordance with the Contract, to the satisfaction of the Project Officer, Shanthikhani Longwall Project and shall comply with and adhere strictly to their instructions and directions on any matter (Whether mentioned in the Contract or not) touching or concerning the works.

10.3 Access to the works:

The CGM/GM., MM Area or Project Officer, Shanthikhani Long wall Project or Manager of the mine encompassing the work site and statutory authorities shall at all times have access to the works, workshops and places where work is in progress or from where raw materials or manufactured articles are being obtained for the works and the Contractor shall afford every facility and assistance in or for obtaining the right to such access.

10.4 Inspection of works:

a) All works, under execution/ completed by the Contractor in pursuance of the Contract, shall be open for inspection and supervision at all times by the Project Officer, Shanthikhani Longwall Project, who shall afford every facility and assistance in the same.

Signature of the bidder

39

Page 40: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

b) All works shall also be open for inspection at all times to the Agent/Manager/Engineers of the Mine or statutory authorities who shall satisfy themselves that the safety and all other aspects of the works are as per the prevailing provisions of the Mines Act, 1952, Coal mines regulations 1957 and other rules, regulations, bylaws & circulars framed there under. Any deficiency noted during such inspections shall be pointed out to the Contractor through the Project Officer, Shanthikhani Longwall Project and the Contractor shall take all the necessary steps to urgently rectify the same to the satisfaction of the Project Officer /Manager/Engineer/others of the mine.

10.5 Examination of work before covering up:

No work shall be covered up or put out of view without the approval of the Project Officer, Shanthi khani Long wall Project and the Contractor shall afford full opportunity for the Project Officer, Shanthikhani Longwall Project to examine any work which is about to be covered up or put out of view and to examine foundations before permanent work is placed thereon. The Contractor shall give due notice in writing to the Project Officer, Shanthikhani Longwall Project whenever any such work or foundations is or are ready or about to be ready for examination and the Project Officer, Shanthikhani Longwall Project. shall, without unreasonable delay, unless he considers it unnecessary and advises the Contractor accordingly, attend for the purpose of examining such work or of examining such foundations.

10.6 Uncovering and making openings:

The Contractor shall uncover any part or parts of the works or make openings in or through the same as the Project Officer, Shanthikhani Longwall Project may from time to time direct and shall reinstate and make good such part or parts to the satisfaction of the Project Officer, Shanthikhani Longwall Project. If any such part or parts has/have been covered up or put out of view after compliance with the requirements of this clause and are found to be executed in accordance with the Contract, the expenses of uncovering, making openings or reinstating and making good the same shall be borne by the Company but in any other case all such expenses shall be borne by the Contractor.

10.7 Contractor to search:

The Contractor shall, if required by the Project Officer, Shanthi khani Long wall Project in writing, search for the cause of any defect, imperfection or fault under the directions of the Project Officer, Shanthikhani Longwall Project. Unless such defect, imperfection or fault shall be one for which the Contractor is liable under the Contract, the cost of the work carried out by the Contractor in searching as aforesaid

Signature of the bidder

40

Page 41: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

shall be borne by the Company. But if such defect, imperfection or fault shall be one for which the Contractor is liable as aforesaid, the cost of the work carried out in searching as aforesaid shall be borne by the Contractor and he shall, in such case, repair, rectify and make good such defect, imperfection or fault at his own expense in accordance with the provisions of clause 19.2 hereof.

10.8 Urgent repairs:

If by reason of any accident or other event occurring to, in or in connection with the works or any part thereof, either during the execution of the works or during the Defects Liability Period, any remedial or other works or repair shall in the opinion of the CGM/GM., MM Area or Project Officer, Shanthikhani Long wall Project be urgently necessary for security and the Contractor is unable or unwilling to do such work or repair as the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project may consider necessary. If the work of repair, so done by the Company, is work which, in the opinion of the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project the Contractor was liable to do at his own expense under the Contract, all costs and charges properly incurred by the Company in so doing shall, on demand, be paid by the Contractor to the Company or may be deducted by the Company from any moneys due or which may become due to the Contractor. Provided always that the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project (as the case may be) shall, as soon after the occurrence of any such emergency as may be reasonably practicable, notify the Contractor thereof in writing.

10.9 Power to reject materials and work:

The Company shall have full powers to reject any materials or work owing to a defect therein for any of the following reasons:

i) Materials not of the required quality and standard;ii) Work not conforming to the required specifications;iii) Poor workmanship;iv) Work not in accordance with the sample approved by CGM/GM., MM Area or

Project Officer, Shanthikhani Long wall Project.

10.10 Power to terminate Contract:

Notwithstanding anything mentioned above/herein, the Company reserves the right to terminate the order with immediate effect without assigning any reason, if the Company is of the opinion that the works are not being conducted/carried out to its satisfaction and the Company shall be the sole judge in this regard.

Signature of the bidder

41

Page 42: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

The Company may also terminate the Contract in case the work has to be stopped owning to the imposition of, or change, in any law by the Government. The work will be terminated and payments will be made only for the portion of the work executed on the principle of quantum meruit.

10.11 Removal / Repair of Improper Materials/Work:

The CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project shall during the progress of the works have the power to order in writing, from time to time, of

i) The removal from the site of any materials, which in the opinion of CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project are not in accordance with the Contract/Work Order/ approved sample,

ii) The substitution with proper and suitable materials, andiii) The removal and proper re-execution, notwithstanding any previous test thereof or

interim payment therefore, of any work which, in respect of materials or workmanship, is not in accordance with the Contract.

The Contractor shall forthwith replace the materials/remedy the defect at his own expense and no further work shall be done pending such replacement of materials/rectification of work, if so instructed by CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project.

In the case of default on the part of the Contractor to remove and replace defective material lying at the site or to comply with any other instruction of the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project made under the provisions of this clause within 10 days after issue of notice by the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project, the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project shall be at liberty to dispose off such material in any manner and procure the proper materials for replacement and/or to carry out the rectification(s) in any manner considered advisable under the circumstances or to employ any other agency(ies) to carry out the same without any further written notice to the Contractor and the entire expenses consequent thereupon & the delay for which procurement/rectification shall be borne by the Contractor.

In the case of default on the part of the Contractor to rectify the defects in any items of work, executed by the Contractor, which are unsatisfactory or not according to the specifications laid down in the Contract/work order, within the time and in the manner specified by the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project the work shall be redone or rectified by the Company at the risk and cost of the Contractor.

10.12 Devaluation of Materials and work:

Signature of the bidder

42

Page 43: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

In lieu of rejecting any item of work done/materials supplied which is not in conformity with the Contract/Work Order/approved samples, the CGM/GM., MM Area or any other officer nominated by the Company for the purpose may allow such work or materials to remain, provided the CGM/GM., MM Area / the officer nominated by the Company for such purpose is satisfied with the strength and structural safety of the work/the quality of the materials and, in that case, shall make such deduction for the difference in value as, in his opinion, may be reasonable.

10.13 Final Inspection of works:

The CGM/GM., MM Area / or any other officer nominated by the Company for the purpose shall make final inspection of all work included in the Contract/ Work Order, or any portion thereof, or any completed structure forming part of the work of the Contract, as soon as practicable after notification by the Contractor that the work is completed and ready for acceptance. If the work is not acceptable to the CGM/GM., MM Area and / or any other officer nominated by the Company at the time of such inspection, he shall inform the Contractor in writing as to the particular defects to be remedied before final acceptance can be made.

10.14 Appearance of defects after acceptance of work:

Any defects which may appear in the work within the defect liability period arising, in the opinion of the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project, from lack of conformance with the drawings and specifications, shall, if so required by the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project in writing, be remedied by the Contractor at his own cost within the time stipulated by the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project. If the Contractor fails to comply, the CGM/GM., MM Area may employ other persons to remedy the defects and recover the cost thereof from the Contractor.

10.15 Site Order Book:

The Site Order Book is a register which shall be purchased and maintained on the site of works by the Contractor and shall not be removed there from under any circumstances. It shall become the property of the Company and shall be duly certified by the Project Officer, Shanthikhani Longwall Project regarding the number of pages it contains. Each page shall be numbered and the name of the work, the name of the Contractor, the reference of the Contract/ Work Order and the aforesaid certificate shall be recorded on its first page.

The Project Officer, Shanthikhani Longwall Project shall duly record his observations regarding any work, which needs action on the part of the Contractor like improvement in the quality of work, failure to adhere to the scheduled Programme as per Contract/

Signature of the bidder

43

Page 44: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

Work Order etc. The Contractor shall promptly sign the Site Order Book and note the orders given therein by the Project Officer, Shanthikhani Longwall Project and comply with them. The compliance shall be reported by the Contractor in writing to the Project Officer, Shanthikhani Longwall Project in time so that the same can be checked and recorded in the Site Order Book.

The Site Order Book shall be consulted by the CGM/GM., MM Area at the time of making both running on account and final bills of the Contractor. A certificate to this effect shall be recorded in the Measurement books by the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project.

11.0 MEASUREMENT

The CGM/GM., Mandamarri Area or Project Officer, Shanthi khani Long wall Project shall, except as otherwise stated, ascertain and determine by measurement the value of the work done in accordance with the Contract in the case of items of work which are claimed to have been done by the Contractor, but are not admissible according to the Contract, measurements shall also be taken for such work for record purposes only and without prejudice and entered in the measurement book so that in case it is subsequently decided by the Company to admit the Contractor’s claims, there should be no difficulty in determining the quantities of such work. A suitable remark should, however, be made against such measurements to guard against payment in the ordinary way.

Measurement of the extra items of work or additional works duly authorized in writing by the CGM/GM., Mandamarri Area or Project Officer, Shanthikhani Longwall Project shall also be taken and recorded in the measurement book based on the existing items in the schedule of rates of the Company and if such items do not exist in the Company’s schedule of rates, the description of the work shall be as per actual execution.

The Contractor shall give notice to the CGM/GM., Mandamarri Area or Project Officer, Shanthi khani Long wall Project, whenever any works or foundations are ready for measurement and the CGM/GM., Mandamarri Area or Project Officer, Shanthikhani Longwall Project shall, without unreasonable delay, arrange to record the measurements, if the work is acceptable. No work shall be covered up or put out of view without the recording of measurements by the CGM/GM., Mandamarri Area or Project Officer, Shanthikhani Longwall Project and check measurement thereof duly accepted by the Contractor. The Contractor shall provide full opportunity to the CGM/GM., Mandamarri Area or Project Officer, Shanthikhani Longwall Project to measure all works to be covered up before covering up.

11.1 Method of measurement & record

Except where any general or detailed description of the work in the Bill of quantities or specifications of the Contract/work order provides otherwise, measurements of

Signature of the bidder

44

Page 45: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

work done shall be taken in accordance with the relevant standard methods of measurement published by the Bureau of Indian Standards (BIS) and if not covered by the above, other relevant standards/practices shall be followed as per instructions of the CGM/GM., Mandamarri Area or Project Officer, Shanthikhani Long wall Project Measurements shall be taken for all items of work, which are carried out by the Contractor till the date of completion in accordance with the Scope of Work of the Contract and have a financial value, and entered in the measurement Book as prescribed by the Company so that a complete record of the measurements is available for all the works executed under the Contract and the value of the work executed can be ascertained and determined from the measurement book. Measurements of only completed works/portions of work shall be recorded in the Measurement Book.

For the purpose of measuring such permanent work which are to be measured by records and drawings, the CGM/GM., Mandamarri Area or Project Officer, Shanthikhani Longwall Project/ Engineer Incharge shall prepare records/drawings month by month of such work and the Contractor, as and when called upon to do so in writing, shall within 15 days attend to, examine and agree to such records and drawings with the CGM/GM., Mandamarri Area or Project Officer, Shanthikhani Longwall Project and sign the same when so agreed. However, if, after examination of such records/drawings, the Contractor does not agree to the same or does not sign the same as agreed, they shall nevertheless be taken to be correct unless the Contractor, within 15 days of such examination, lodges with the CGM/GM., Mandamarri Area or Project Officer, Shanthikhani Longwall Project for their decision, a notice in writing of the respects in which such records and drawings are claimed by him to be incorrect.

In case, the Contractor does not so attend to and examine any such records/drawings within 15 days, when called upon to do so by the CGM/GM., Mandamarri Area or Project Officer, Shanthikhani Longwall Project they shall thereupon be taken to be correct.

11.2 Measurements to be taken jointly

Measurements shall be taken jointly by the CGM/GM., Mandamarri Area or Project Officer, Shanthikhani Longwall Project / Engineer incharge and the Contractor or his authorized representative.

Prior to taking measurements of any work, the CGM/GM., Mandamarri Area or Project Officer, Shanthikhani Longwall Project / Engineer incharge shall intimate the Contractor to attend or to depute his representative to attend the measurement along with the CGM/GM., Mandamarri Area or Project Officer, Shanthikhani Longwall Project or the person deputed by them for the purpose. The Contractor or his authorized representative shall provide all assistance required by the CGM/GM., Mandamarri Area or Project Officer, Shanthikhani Longwall Project in carrying out these measurements. Every measurement thus taken shall be signed and dated by

Signature of the bidder

45

Page 46: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

both the parties on the site on completion of the measurement. If the Contractor objects to any measurements, a note to that effect shall be made in the Measurement Book / Log Book and signed and dated by both the parties.

.

The measurement of the portions of work/items of work objected to shall be re-measured in the presence of the Contractor or his authorized representative and the CGM/GM., Mandamarri Area or Project Officer, Shanthikhani Longwall Project by the person deputed by the latter for the purpose and recorded in the measurement book which shall be signed and dated by both the parties. Measurements so recorded shall be final and binding upon the Contractor and no claim whatsoever shall thereafter be entertained in this respect.

In case the Contractor or his authorized representative does not attend to this joint measurements at the prefixed date and time after due notice, the measurements taken by the CGM/GM., Mandamarri Area or Project Officer, Shanthikhani Longwall Project shall be final and binding on the Contractor.

12.0 PAYMENTS

12.1 Preparation & submission of running on account bills

The Contractor shall prepare and submit running on account bill / bills to the CGM/GM., Mandamarri Area, once in a month / intervals as stipulated in the work order/Contract agreement, for the works executed/materials supplied in accordance with it. The running on account bill/bills should be prepared for the following works on the basis of detailed measurements, recorded as described in clause 11.1 hereof. These works shall include:

i) The works executed as per the Tender Document and as covered by the bill/bills.

ii) Deviated quantities of work done as per clause 4.0 hereof.

12.2 Inspection of Bills

The CGM/GM, Mandamarri Area shall arrange for the scrutiny of the running on account bills, in an expeditious manner, satisfying himself from the technical point of view as conforming with the specifications and the bill of quantities and any deviations as per clause 4.0 and the measurements as recorded in the measurement book.

Signature of the bidder

46

Page 47: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

Evaluation for the work done up to the date of completion, as per the measurements entered in the measurement book, shall be based on the approved rates for the items in the Contract agreement/ sanctioned revised estimate. In the case of extra items of work, the rates shall be derived as per clause 4.0 hereof.

12.3 Certification & payment of bills:

Terms of payment

a) Design and documentation:

1. 25% of the amount will be released against submission of 10 sets of approved system design drawings as per clause 1 of Annexure-I.

2. Another 25% of the amount will be released against submission of all the general arrangement drawings in 10 sets as per clause 1(I, II, III, IV & V) of Annexure-I.

3. Another 40% of the amount will be released against on submission of 10 sets of all the detailed drawings, one set of reproducible drawings both hard & soft copy and 10 sets of documentation as per the clause 2&3 of Annexure-I.

4. The remaining 10% of the amount will be released after successful completion and commissioning of the system subject to submission of Performance BG equivalent to a value of 10% of Design / Documentation

b) Supply items

1. 75% of the amount will be released against receipt of equipment/items at site/stores and on inspection and certification.

2. In case of supply of structural steel:

a) 60% amount of the invoice value will be released against receipt of structural steel at site/stores on inspection and certification by SCCL.

b) 10% of the balance amount will be released after fabrication of the structural steel items at site including fabrication cost for the above after inspection and certification.

3. Another 10% of the amount will be released after completion of erection of the same.

4. 10% of the amount will be released on commissioning of the system.

Signature of the bidder

47

Page 48: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

5. The remaining 10% of the amount will be released after successful commissioning of the total system, subject to on submission of BG equivalent to a value of 10% of order value for equipment / items.

c) Installation and commissioning

1. 75% of the amount will be released after completion of erection up to the satisfaction of the CGM/GM., Mandamarri Area or his authorised representative.

2. Another 15% of the amount will be released after commissioning of the system to the satisfaction of the CGM/GM., Mandamarri Area or his authorised representative.

3. The remaining 10% of the amount will be released after successful commissioning of the total system, subject to submission Bank Guarantee to a value 10% of the commissioning Charges to safeguard the clause 9.4, 10.2 & 10.9 on pre pages 38, 39 & 42.

d) Total commissioning of the system

1. The total amount for the above will be released on completion of 30 days after satisfactory and successful working of the system.

2. Bill payments shall be made by the Paying Authority against running on account bills for Contractual works on the CGM/GM., Mandamarri Area certifying on them the amount for such works to which the Contractor is considered entitled, after deducting the amounts already paid and the security deposit, retention money and such other amounts as may be deductable or recoverable in terms of the Work Order/Contract within 30 days of submission of running on account bills as per clause 12.1 hereof.

3. In case due to some unavoidable circumstances and no fault on the contractor the Bill payments are delayed for more than 30 days of submission of the R.A. Bills, an interim Adhoc payment upto 70% of the payable amount after deducting the eligible deductions will be made to the contractor.

4. Interim payments for deviated work, requiring the execution/issue of an additional agreement or work order as per clause 4.0, against the Contractor’s running on account bills for the same shall not exceed the following, till an agreement or work order regularizing these items is issued/executed by the Company.

i) 75% of the rate recommended by the CGM/GM., Mandamarri Area if the rate is directly available in the schedule of rates of the Company.

Signature of the bidder

48

Page 49: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

ii) 50% of the rate recommended by the CGM/GM., Mandamarri Area for analyzed item rates based on prevalent market rates of materials and claims of labour as per clause 17.5.

5. Any certificate given by the CGM/GM., Mandamarri Area for the purpose of payment of Bill / bills shall not of itself be conclusive evidence that any work/materials to which it relate is/are in accordance with the Contract and may be modified or corrected by CGM/GM., Mandamarri Area by any subsequent certificate or by the final certificate.

6. All such payments shall be of the nature of secured advance adjustable against the Contract value. A sum of 2% from every running on account bill shall be retained by the Company as retention money as per clause 3.2 hereof. Cost of all materials, services etc., provided to the Contractor by the Company for the execution of works which are not stated to be free of cost and other dues accrued so far shall also be recovered from these running on account bills.

7. The Company reserves the right to recover/enforce recovery of any overpayments detected after payment as a result of post payment audit or technical examination or by any other means, notwithstanding the fact that the amount of disputed claims, if any, of the Contractor exceeds the amount of such overpayment and irrespective of the fact that the such disputed claims of the Contractor are the subject matter of arbitration or not.

8. The amount of such over-payments shall be recovered from subsequent bills under the contract, failing that from the Contractor’s security deposit or from the Contractor’s claim under any other contract with the company or the Contractor shall pay the amount of over-payment on demand. In case of Contractor’s non-payment on such demand, the same shall be realized from the Contractor’s dues, if any, with SCCL.

12.4 Taxes and duties.

a. All applicable taxes and duties imposed by Local, Municipal, Provincial, State or Central or Central Authorities as on the date of closing of tender and as indicated in the Bid of the tenderer are to SCCL’s account, except taxes under Income Tax Act.

b. The contractor shall indicate applicable taxes & duties specifically and separately, if applicable for each of price element in the price bid. The quoted tax shall be payable extra at applicable rates during the contract period

c. Introduction / withdrawal of any taxes / duties or upward / downward revision

of applicable rates during the scheduled contract period shall be to SCCL’s account, except taxes under Income Tax Act.

Signature of the bidder

49

Page 50: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

d. Introduction of any taxes / duties or upward revision of applicable rates beyond the scheduled contract period i.e. the extended contract period with penalty shall be shall be to contractor’s account. However, withdrawal of any taxes / duties or downward revision of applicable rates even beyond the scheduled contract period i.e. the extended contract period by levying penalty shall be to SCCL’s account.

e. Income Tax shall be deducted from the running bills of successful bidder as per provisions of Income Tax Act and rule made there under from time to time.

f. The successful bidder shall have registration under statutes governing applicable taxes applicable taxes viz., APVAT/Service Tax etc. In case the successful bidder quotes tax under APVAT/Service tax under composition scheme, the same shall be specifically mentioned. Due certificate (s) in this regard shall also be submitted to SCCL for its record. The work shall be liable for deduction of works contract tax @ 2.8% on the consideration the contractor receives for the work done.

g. The successful bidder, if he is not a local APVAT dealer, he must get himself registered under AP VAT Act–2005 and furnish copy of certificate to SCCL for its record.

h. The above clauses with regard to taxes and duties shall prevail not withstanding inconsistency elsewhere in the NIT / Tender document.

12.5 Final Bill:

On completion of the works to the satisfaction of the CGM/GM., MM Area or Project Officer, Shanthi khani Long wall Project the Contractor shall submit a certified final bill and account accompanied with all relevant vouchers and documents.

The payments shall be released through the CGM/GM., MM Area and the Paying Authority against the final bill subject to all deductions having been made on account of the materials supplied, (if any) and any other dues payable by the Contractor to the Company, the preparation and sanctioning of a final deviation estimate/revised estimate for the Contract by the Company, regularizing therein the extra items and excess quantities of work and further subject to the Contractor having given a no claim certificate to the CGM/GM., MM Area. The Contractor shall indemnify the Company against proof of depositing royalty on account of minor minerals used in the work before the final bill is processed for payments. No interest shall be payable on the amounts, under the terms of the Agreement / Work Order.

13.0 COMPLETION CERTIFICATE:

Signature of the bidder

50

Page 51: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

a) The Contractor shall give notice of the completion of work to the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project as soon as the work is completed, except in cases where the Contract provides for a ‘Performance Test’ before the issue of completion certificate, in which case the issue of completion certificate shall be in accordance with the procedure specified therein. The CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project shall within 30 days from the receipt thereof, inspect the work and ascertain the defects / deficiencies, if any, to be rectified by the Contractor as also the items, if any, for which payment shall be made at reduced rate.

b) If the defects, according to the CGM/GM., MM Area or Project Officer, Shanthikhani Long wall Project are of a major nature, the rectification of which is necessary for the satisfactory performance of the Contract, he shall intimate the Contractor in writing of the defects and instruct him to rectify the defects/remove the deficiencies within the period and in the manner to be specified therein. In such cases, completion certificate shall be issued by the CGM/GM., MM Area after the above rectification(s) are carried out/deficiencies are removed by the Contractor to the satisfaction of CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project.

c) If there are no defects to be rectified or if the defects/deficiencies are of a minor nature and the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project is satisfied of the arrangements made by the Contractor for rectification of the same or if, in the event of the Contractor’s failure to rectify the defects for any reason whatsoever, the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project is satisfied that the defects can be rectified by the Company by its own or other means and the security deposit of the Contractor comprising the initial security deposit and the performance bank guarantee shall be sufficient to cover the cost thereof, he shall issue necessary instructions to the Contractor to clear the site/place of work or all debris/waste materials, scaffoldings, sheds, surplus materials, etc., and, on the compliance thereof, the completion certificate indicating the date of completion of the work, defects to be rectified, if any, and the items, if any, for which payment shall be made at reduced rates indicating the reasons thereof.

13.1 Interim completion certificate:

In case where separate periods of completion for certain items/groups of items of work are specified in the Contract, separate completion certificates for such items/groups of items of work may be issued by CGM/GM., MM Area on the receipt of notice for the same from the Contractor, in the event of the work being completed to the CGM/GM., MM Area’s satisfaction in every respect. The defects liability period for such items/groups of items of work, for which separate completion certificates are issued by the CGM/GM., MM Area, shall commence from the respective dates of such certificates. Refund of the security deposit and payment of the final bill, or any

Signature of the bidder

51

Page 52: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

part thereof, however, shall not be made on the completion of such items/groups of items of work, but on the completion of the entire contract work.

13.2 Contractor to hand over completed works immediately:

The Contractor shall be under obligation to hand over to the Company the vacant possession of the works immediately following their completion failing which the GM, MM Area can impose to levy upon the Contractor upto 5% of the total Contract value for the delay in handing over the vacant possession of the completed works, after giving a 15 (fifteen) days notice to the Contractor.

14.0 OPPORTUNITIES FOR OTHER CONTRACTORS:

The Company reserves the right to let other Contractors also work at the same site in the Project. The Contractor, in accordance with the requirements of the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project shall operate with the other Contractors and with the Company’s workmen and afford them all reasonable opportunities for arranging for and carrying out their work. However, if the Contractor, on the written request of the Project Officer, Shanthikhani Longwall Project makes available to any other Contractor of agency, or to the Company, any roads or ways for the maintenance of which the Contractor is responsible or permits the use of the Contractor’s scaffolding or other plant on the site or provides any other service of whatsoever nature, the Company shall pay to the Contractor, in respect of such use of service, such sum or sums, as shall be reasonable in the opinion of the CGM/GM., MM Area.

15.0 INTERFERENCE WITH TRAFFIC AND ADJOINING PROPERTIES:

All operations necessary for the execution of the works and for the of any temporary works shall, so far as compliance with the requirements of the Contract permits, be carried on so as not to interfere unnecessarily or improperly with public convenience or to the access, use and occupation of public or private roads and foot paths or to or of properties whether in possession of the Company or of any other person and the Contractor shall save harmless and indemnify the Company in respect of all claims, demands, proceedings, damages, cost charges and expenses whatsoever arising out of or in relation to any such matters in so far as the Contractor is responsible therefore.

16.0 EXTRAORDINARY TRAFFIC:

The Contractor shall use every reasonable means to prevent any of the highways or routes communicating with the site, or bridges on them, from being damaged or injured by any traffic of the Contractor or any of his sub-Contractors. He shall, in particular, select such routes, choose and use such vehicles and restrict and distribute loads so that any such extraordinary traffic as shall inevitably arise from the movement of plant and material from and to the site shall be limited as far as

Signature of the bidder

52

Page 53: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

reasonably possible and so that no unnecessary damage or injury may be occasioned to such highways, routes and bridges.

16.1 Special Loads:

Should it be found necessary for the Contractor to move one or more of al plant, machinery or pre-constructed units or parts of units of work over part of a highway or bridge, the movement whereof is likely to damage any highway or bridge unless special protection or strengthening is carried out, then the Contractor shall, before moving the load on to such highway or bridge, give notice to the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project of the weight and other particulars of the load to be moved and his proposals for protecting or strengthening the said high way or bridge. Unless the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project directs by counter notice, within fifteen days of the receipt of such notice, that such protection or strengthening is unnecessary, the Contractor shall carry out such proposals or any modification thereof and, unless there is / are an item / items in the Bill of Quantities and Schedule of Rates for pricing by the Contractor of the necessary works for the protection or strengthening, as aforesaid, the costs and expenses thereof shall be paid by the Company to the Contractor.

16.2 Settlement of extraordinary traffic claims:

If during the carrying out of the works or at any time thereafter, the Contractor shall receive any claim arising out of the execution of the works in respect of damage or injury to highways or bridges, he shall immediately report the same to CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project. Thereafter, the Company shall negotiate the settlement of and pay all sums due in respect of such claim. Further, provided always that if and so far as any such claims or part thereof, in the opinion of the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project are due to any failure on the part of the Contractor to observe and perform his obligations under this clause, then the amount settled/ paid by SCCL towards settlement of claim shall be paid by the Contractor to the Company.

NOTE: The damages / loses, if any while in transit as above shall be to Tenderers account only

17.0 CONTRACTOR’S RESPONSIBILITIES:

From the commencement to the completion of the works including temporary work, the Contractor shall take full responsibility for the care thereof and in case any damage, loss or injury shall happen to the works or to any temporary works from any cause whatsoever (save and except the excepted risks as defined in sub-clause 1 of this clause) the Contractor shall, at his own cost, repair and make good the same so that, on completion, the works shall be in good order and condition & in conformity in

Signature of the bidder

53

Page 54: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

every respect with the requirements of the Contract and the Project Officer, Shanthikhani Longwall Project’s instructions. In the event of any such damage, loss or injury happening from any of the excepted risks, the Contractor shall, if and to the extent required by the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project and subject always to the provisions of clause 7.0 hereof, repair and make good the same as aforesaid at the cost of the Company. The Contractor shall also be liable for any damage to the works occasioned by him in the course of any operations carried out by him for the purpose of complying with his obligations under clause 19 hereof.

17.1 Excepted Risks:

The “Excepted Risks” are hostilities (whether war be declared or not), invasion, acts of foreign enemies, rebellion, revolution, insurrections, or military or usurped power, civil war or (otherwise than among the Contractor’s own employees) riot, commotion or disorder or use or occupation by the Company of any portion of the works, in respect of which a certificate of completion has been issued, or a cause solely due to the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project’s design of the works or any such operation of the forces of nature as reasonable foresight and ability on the part of the Contractor could not foresee or reasonably provide against (all of which are herein collectively referred to as “the excepted risks”).

17.2 Superintendence for the Works

The Contractor shall give or provide all necessary superintendence during the execution of the works and as long thereafter as the CGM/GM., Mandamarri Area, may consider necessary for the proper fulfilling of the Contractor’s obligations under the Contract. For the purpose, the Contractor shall keep on the work site during the progress of the Contract, as his representative, a competent and experienced Resident Engineer and assistants exclusively for the work, approved of in writing by the CGM/GM., Mandamarri Area or Project Officer, Shanthikhani Longwall Project ., (which approval may at any time be withdrawn). Such authorised Contractor’s Resident Engineer and assistants are to be constantly on the works and give their whole time to the superintendence of the same. If such approval is withdrawn by the CGM/GM., Mandamarri Area or Project Officer, Shanthikhani Longwall Project ., the Contractor shall, as soon as is practicable (having regard to the requirement of replacing him as hereinafter mentioned), after receiving written notice of such withdrawal, remove the Resident Engineer or his assistant from the site and shall not thereafter employ him again on the site in any capacity and shall replace him by another Resident Engineer or assistant, approved by the CGM/GM., Mandamarri Area Such authorized Resident Engineer shall receive, on behalf of the Contractor, directions and instructions from the CGM/GM., Mandamarri Area or Project Officer, Shanthikhani Longwall Project. The total number of technical staff, including the Resident Engineer, to represent the Contractor on the site in connection with the execution and maintenance of the work, should be, as detailed below.

Signature of the bidder

54

Page 55: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

1) Two experienced E&M Engineers (Degree or equivalent)2) 4 Nos. of experienced Supervisors (One each from Mechanical, Electrical,

Civil and Mining to supervise the operations).

The Electrical works shall be executed by an ‘A’ Class electrical contractor and under the direct supervision of an electrical supervisor possessing electrical competency certificate required for the purpose.

The Contractor shall intimate the CGM/GM., Mandamarri Area or Project Officer, Shanthikhani Long wall Project, in writing, the names, qualifications, experience and full postal address of the each and every technical personnel employed by him at the site.

All important instructions shall be confirmed to the Contractor in writing. If the Contractor, while progressing with the works, finds any discrepancy between any design/drawing, forming part of the Contract documents, and the physical conditions of the locality or any errors or omissions in any drawings, except those prepared by himself and not approved by the CGM/GM., Mandamarri Area or Project Officer, Shanthikhani Longwall Project ., it shall be his duty to immediately inform the CGM/GM., Mandamarri Area or Project Officer, Shanthikhani Longwall Project , in writing, and the CGM/GM., Mandamarri Area or Project Officer, Shanthikhani Longwall Project ., shall verify the same. Any work done after such discovery and without intimation as indicated above shall be done at the risk of the Contractor.

The Contractor shall intimate the Project Officer, Shanthikhani Long wall Project, in writing, the names, qualifications, experience and full postal address of each and every technical personnel employed by him at the site.

The Contractor shall not be allowed to execute the work unless he engages the required technical staff at the site as stated above. The delay on this account, if any, shall be the Contractor’s responsibility.

All important instructions shall be confirmed to the Contractor in writing. If the Contractor, while progressing with the works, finds any discrepancy between any drawing, forming part of the Contract documents, and the physical conditions of the locality or any errors or omissions in any drawings, except those prepared by himself and not approved by the Project Officer, Shanthikhani Longwall Project, it shall be his duty to immediately inform the Project Officer, Shanthikhani Longwall Project, in writing, and the Project Officer, Shanthikhani Longwall Project, shall verify the same. Any work done after such discovery and without intimation as indicated above shall be done at the risk of the Contractor.

17.3 Watching & Lighting:

The Contractor shall, in connection with the works, provide and maintain, at his own cost, all lights, guards and fencing, when and where necessary or required by the

Signature of the bidder

55

Page 56: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

Project Officer, Shanthikhani Longwall Project or by any duly constituted authority, for the protection of the works and materials at the site, the safety of workmen and the convenience of the public.

17.4 Engagement of labour and other employees:

The Contractor shall make his own arrangements for the engagement of all labour and other employees, local or otherwise, and, save in so far as the Contract otherwise provides, for the transport, housing, feeding and payment thereof. The Contractor shall release all labour and other employees, local or otherwise, after completion of the works, before claiming the final bill.

The Contractor shall provide and employ on the site in connection with the execution and maintenance of the works and to comply with the statutory requirements:

i) Only such technical assistants as are skilled and experienced in their respective callings and such sub-agents, foremen and leading hands as are competent to give proper supervision to the work they are required to supervise, and

ii) Such competent, skilled, semi-skilled and unskilled labour as is necessary for the proper and timely execution and maintenance of the work.

The Project Officer, Shanthikhani Longwall Project shall be at liberty to object to and require the Contractor to remove from the works, within three hours of the receipt of such orders, any person employed by the Contractor in or about the execution or maintenance of the works, for, in the opinion of the Project Officer, Shanthikhani Longwall Project. Mis-conduct or incompetence or negligence in the proper performance of his duties or whose employment is otherwise considered by Project Officer, Shanthikhani Longwall Project, the mis-conduct and such person shall not be again employed upon the works without the written permission of the Project Officer, Shanthikhani Longwall Project. Any person so removed from the works shall be replaced as soon as possible by a competent substitute approved by the Project Officer, Shanthikhani Longwall Project.

17.5 Other Responsibilities:

i) Attendance of Contractor’s employees:

The Contractor shall maintain an attendance register of all employees working under him at the site. The employees working on a particular date and at a particular time shall be available for inspection by the Project Officer, Shanthikhani Longwall Project or his representative or statutory authorities.

ii) Training and Medical Examination of Labour:

Signature of the bidder

56

Page 57: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

The Contractor shall ensure that persons engaged by him for drivage work are sent for medical examination and they should be trained at MVTC, as per the prevailing Vocational Training Rules for Coal Mines, before they are engaged on work. Rs.15/- per person for training and Rs.500/- per person for medical examination would be recovered from the contractor’s bills. Contractor should be advised to maintain details of all the persons employed by him in B – register. The Contractor shall not lay a claim on the Company for the employment of such trained labour at any subsequent date.

All the workmen of the contractor should adhere to all labour laws. It shall be the responsibility of the Contractor to strictly adhere to all the requirements under the labour laws and other enactments as may be applicable to employment of labour from time to time.

a) The successful bidder shall comply all applicable Rules, Regulations, Acts andpermissions etc. issued from time to time for carrying out the subject work viz. CoalMines Regulations, Mines Rules, Mines Act, Indian Electricity Rules, DGMS permission conditions, Minimum Wages Act, Workmen Compensation Act, Coal Mines Provident Fund Act, Insurance Act, Explosives Act and Environment Act etc. and obtain all statutory licenses, for the safety and welfare of the employees engaged by him to carry out the subject work.

b) The minimum wages to be paid to the workers as per latest notification issued by Commissioner of Labour, Government of Andhra Pradesh, w.e.f. 01.10.2009 are furnished below. However, these wages are subject to revision from time to time by Government of Andhra Pradesh.

Sl.No. Category Amount Rs. Ps.

01 Skilled 257.6102 Semi Skilled 225.4603 Un-Skilled 197.30

The successful bidder shall pay wages to the employees not less than the wages prescribed under Minimum Wage Act and the payment to the employees shall be made through bank as indicated in the prescribed column of wage sheet. A certificate to this effect issued by the authorized official shall be submitted by the Project Officer, Shanthikhani Longwall Project.

The Contractor shall possess a license as required under Contract Labour (Regulation and abolition) Act, 1970 and Contract labour (Regulation and Abolition) Central Rules 1971 and satisfy all the provisions of the Act.

Signature of the bidder

57

Page 58: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

The successful bidder shall make necessary arrangements for enrolling all his workmen workmen and staff as the members of the CMPF. He shall deduct the employee’s contribution towards CMPF and pension from their wages and deposit along with employer’s matching share with the concerned Regional Commissioner, CMPF. A certificate to this effect issued by the authorized official shall be submitted by the Project Officer, Shanthikhani Longwall Project.

The details of present CMPF contribution to be followed are furnished hereunder for compliance.

a. Employees contribution

i) PF (refundable) @10.5/6% 12.00%ii) Pension contribution

(Non-refundable)@1 1/6%

iii) Additional pension contribution(Non-refundable)

2.00%

iv) Increment Contribution(Non-refundable)

Rs. 1.88/man shift

(This element is constant, even though the minimum wages have been revised.)

b) i) Employees (Contractors) contribution PF (Refundable)

10.5/6% 12.00%

ii) Pension contribution(Non-refundable)

1 1/6 %

iii) Administrative charges 0.82%iv) Total contribution towards CMPF 26.72%

+Rs.1.88 per man shift

Alternatively, the contractors can opt the provisions of Employees Provident Fund, Government of Andhra Pradesh.

The bills of the contractor shall be accompanied by an attested copy of wages sheet with a certificate given on the wages sheet by authorized officials witnessing the payment of wages to the labourers/workmen engaged by the contractor for the subject work to the effect that the payment indicated in the prescribed column of the wages sheet has been disbursed to the labourers/workmen in their presence.

In addition to the above, a certificate shall be issued by the concerned personnel head that the contractor has deducted that amount of CMPF and Pension and deposited along with the matching share with the concerned Regional Commissioner, CMPF and a copy of the certificate shall be attached with the bill of the contractor.

Payment to the contractor shall be released against the bill by the Finance Department after verifying the above documents.

Signature of the bidder

58

Page 59: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

The Contractor shall possess a license as required under Contract Labour (Regulation and abolition) Act, 1970 and Contract Labour (Regulation and Abolition) Central Rules 1971 and satisfy all the provisions of the Act.

iii) Safety of Labour:

Precautions shall be exercised at all times by the Contractor for the protection of all persons engaged by him, Company employees and property. The safety required or recommended by all applicable laws, codes, statutes and regulations, especially with respect to coal mines, shall be observed by the Contractor. In case of accidents, the Contractor shall be responsible for compliance with all the requirements imposed by the Workmen’s Compensation Act or any other similar laws in force, and the Contractor shall indemnify the Company against any claim on this account.

iv) Alcoholic liquor or drugs:

The Contractor shall not, otherwise than in accordance with the Statutes, Ordinances and Government Regulations or Orders, for the time being in force, import, sell, gift, barter or otherwise dispose of any alcoholic liquor or drugs or permit or suffer any such importation, sale, gift, barter or disposal by his sub-contractors, agents or employees.

v) Arms and ammunition:

The Contractor shall not give or barter or otherwise dispose off to any person or persons any arms or ammunition of any kind or permit or suffer the same as aforesaid.

vi) Festivals and religion:

The Contractor shall, in all dealings with labour and other employees in his employment, pay due regard to all recognized festivals, days of rest and religious or other customs, as per Andhra Pradesh State Rules.

vii) Health, sanitation and epidemics:

The Contractor shall, at his own expense, provide reasonable facilities for complying with all the rules and provisions relating to health and sanitation of the persons employed by him. The Contractor shall strictly prohibit the committing of nuisance at any other place. In the event of any outbreak or illness of an epidemic nature amongst the employees of the Contractor, the Contractor shall comply with and carry out such orders and regulations as may be made by the Company or the local medical or sanitary authorities for the purpose of dealing with and overcoming the same.

Signature of the bidder

59

Page 60: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

The Company shall provide medical attention to the Contractor’s employees, as available with it within the project/mine and ambulatory facilities, as per the guidance of the medical practitioner on chargeable basis as per Company Rules.

viii) Disorderly conduct:

The Contractor shall, at all times, take all reasonable precautions to prevent any unlawful, riotous or disorderly conduct by or amongst his employees and for the preservation of peace and protection of persons and property in the neighborhood of the works.

ix) Observance by sub-Contractors:

The Contractor shall be responsible for observance by his sub-Contractors of all the fore-going provisions.

x) Claims of Contractor’s labour and other employees:

The Contractor shall make payments to all workers/employees engaged by him for the job of drivage of punch entries and related works as per the extant Act, Rules for such jobs.

The payments shall be made at a place and on dates approved by the Company. Such payments shall be made, at the option of the Company, in the presence of an officer authorized by it for the purpose who shall thereupon also certify on each bill that the payment has been made in his presence.

All books of accounts for such payments shall be maintained properly by the Contractor and an officer authorized by the Company for the purpose shall have the right of access for inspection of such books.

xi) Contractor’s failure regarding claims of his labour and other employees:

The Company shall have the right to deduct from any such due or which may become due to the Contractor any amount required for making good the loss suffered by Contractor’s labour and other employees by reason of non-fulfillment of the conditions of the Contract for the benefit of the Contractor’s employees, non-payment of wages etc. or of deductions made from their wages which are not justifiable according to the statutory provisions/wages in force.

xii) Return of labour and other employees:

The Contractor shall, if required by the Project Officer, Shanthi khani Long wall Project deliver to the Project Officer, Shanthikhani Long wall Project at his office a return in detail such form and at such intervals as the Project Officer, Shanthikhani Long wall Project may prescribe showing the supervisory staff and the number of the several

Signature of the bidder

60

Page 61: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

classes of workers and other employees employed, from time to time, by the Contractor on the site and such information relating the construction Plant as the Project Officer, Shanthikhani Long wall Project may require.

17.6 Successful Bidder’s responsibilities:

i) Prepare written Safe Operating Procedure (SOP) for the work to be carried out, including an assessment of risk, wherever possible and safe methods to deal with the same.

ii) Provide a copy of the SOP to the person designated by the mine authorities who shall be supervising the work.

iii) Keep an up-to-date SOP and provide a copy of changes to a person designated by the mine authorities.

iv) Ensure that all works are carried out in accordance with the applicable laws and SOP and for the purpose he shall deploy adequate qualified and competent personnel for the purpose of carrying out the job in a safe manner.

v) For any work of a specified scope/nature, develop and provide to the mine owner a site specific code of practice.

vi) Ensure that all sub-contractors engaged by him comply with the provisions of contract and shall be liable for ensuring compliance of all safety laws by him including sub-sub contractors if any.

vii) All persons deployed by the successful bidder for working in a mine must undergo vocational undergo vocational training, initial and periodical medical examination. They should be issued identification cards stating the name of the successful bidder and the work and its validity period, indicating the status of Vocational Training & Initial Medical Examination etc.

viii)The successful bidder shall submit to DGMS returns indicating – Name of his firm, Registration Number, Name and address of person heading the firm, nature of work, type of deployment of work persons, number of work persons deployed, how many work persons hold Vocational Training certificates, how many work persons have undergone Initial Medical Examination and type of medical coverage given to the work persons.

The return shall be submitted quarterly (by 10th of April, July, October and January of each year) for contracts of more than one year and for contracts of less than one year, return shall be submitted monthly. However, these are subject to change from time to time.

Signature of the bidder

61

Page 62: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

ix) An employee must, while at work, take reasonable care for the health and safety of people who are at the employer’s place of work and who may be affected by the employee’s acts or omissions.

x) An employee must, while at work, comply with any requirement under the Act or regulations in the interest of health, safety and welfare of the employees or any other person.

xi) Every person deployed by the successful bidder in a mine must wear safety gadgets provided by the successful bidder.

VARIOUS SAFETY GADGETS TO BE PROVIDED BY SUCCESSFUL BIDDER.

a) Bidders are requested to note that various safety appliances mentioned hereunder are to be provided to their employees and in the equipment as a part of overall scheduled work and rate quoted by the bidders shall be inclusive of provision of these safety appliances;

No separate rates will be paid for any other appliances.

i) The successful bidder shall provide all safety appliances to all the employees and to the equipment such as Miners Helmet, Miners Safety Shoes, Miners Safety Belt, Fire extinguishers etc. and ensure that they are put into use as required under law.

ii) The successful bidder shall maintain proper co-ordination with SCCL authorities.

17.7 Statutory rules

Contractor to whom the work will be allotted;

1. Should follow all statutory rules, Regulations, applicable laws etc. and statutory requirement related to government licenses, workmen compensation, coal mines provident fund, working hours of the workmen, Insurance etc., including minimum wages act, for their personnel/works.

2. Should follow rules if any, imposed by the local/state/central authorities should also be complied with by the contractor(s), including working the tippers with audio visual alarms, machine operators and others using safety shoes and helmets etc., at their cost.

3. Should indemnify the company (SCCL) from any liability befalling on SCCL due to any commission/omission by himself or by his representative or by his employee or by any third party in execution of the contract. If the company (SCCL) is made liable

Signature of the bidder

62

Page 63: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

for such claims by the court or authority, the same should be reimbursed to the company (SCCL) by the contractor(s), as if the company (SCCL) has paid on their behalf.

4. During the course of execution of the work, if any accident occurs whether major or minor, the successful tenderer(s) or his supervisory staff should inform the same immediately without any delay to the Colliery manager/project officer/Agent/Chief General Manager/ General Manager concerned to take steps in accordance with the mines act and other relevant laws, otherwise, the successful tenderer(s) or his supervisory staff will be prosecuted for violation of the Mines act and other relevant laws.

5. Execution of the work with contract labour is prohibited vide notification u/s 10(1) of contract labour (Regulation & Abolition) act S.O.2063, dated 21.6.88. So the successful tenderer(s) should execute the work by using machines with his employees/workmen only.

6. The terms and conditions, if any, that will be stipulated from time to time by Govt authorities concerned, including DGMS, will be binding on the successful contractor.

OTHER TERMS AND CONDITIONS

i) Employment of local labour: The successful bidder are to employ, to the extent possible, local project affected people and pay wages not less than the minimum wages fixed by the Law of the Land.

ii) The successful bidder should not engage workmen below 18 years of age.

iii) Statutory supervision will be arranged by SCCL. All the persons deployed at work site by the successful bidder shall be under the statutory control of SCCL supervisors. The successful bidder shall engage qualified persons as in-charges of various operations.

18.0 FIRM PRICES, ESCALATION:

The payment to be made to the Contractor shall be adjusted for such increase or decrease as per the provisions detailed hereunder.

The amount of the Contract shall accordingly be varied subject to the condition that such compensation for escalation in price shall be available only for the work done during the stipulated period of the Contract including such period for the Contract as is validly extended under the provisions of the Contract without any penal action.

The base index shall be the one relating to the last date on which the tender, or revised price bid, was stipulated to be received, whichever is later.

Signature of the bidder

63

Page 64: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

The compensation for escalation shall be worked out at quarterly intervals and shall be with respect to the cost of work done during the previous three months.

18.1 Material escalation:

Material escalation shall be paid based on the price of various material inputs as per the All India Whole Sale Price Index (All commodities). Increase in the price of materials shall result in the escalation of rates as per the increase or decrease in the cost of materials and the amount shall be calculated quarterly in accordance with the following formula:

(M2 – M1)ME = 0.15 x ------------------- x V W D M1Where:

ME = value of Material Escalation in respect of the work done in a particular quarter.

M1 = All India Whole Sale Price Index for All Commodities for the month in which the last date stipulated for receipt of the price bids or revised price bids which ever is later.

M2 = All India Whole Sale Price Index for All commodities for the last month of the preceding quarter, as published by Reserve Bank of India / Govt.

VWD = Value of work done for the quarter under review.

18.2 Escalation for increased taxes

Escalation for variations in rates of applicable statutory taxes and duties only, as per Clause 12.4 in Chapter-IV here of shall be paid on production of documentary evidence in respect of variation of such rates keeping the base date as the date of receipt of price bid or the revised price bid which ever is later.

In case of increase in service tax, reimbursement will be allowed only against proof of documentary evidence as to the increase in rate and also for payment of additional amount of tax.

Any statutory variations in taxes and duties shall be to the company’s account.

19.0 DEFECTS LIABILITY PERIOD:

The “Defects Liability Period” shall mean the period of 12 months effective from the date of completion of the works, certified by the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project in accordance with clause 15 hereof. In the event of more than one certificate having been issued by the CGM/GM., MM Area or

Signature of the bidder

64

Page 65: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

Project Officer, Shanthikhani Longwall Project under the said clause, the “Defects Liability Period” shall be deemed to start from the dates so certified in the respective certificates and the expression “the works” shall be construed accordingly.

During this period, the Contractor shall be responsible to make good and remedy the defect(s) detected by the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project in the works in addition to the defect(s) to be rectified by the Contractor as per terms of the Contract/Work Order.

A program based on BAR CHART/PERT/CPM techniques shall be drawn by the Contractor and the G. M. MM Area for rectifying these defects within the “Defects Liability Period” and approved by the CGM/GM., MM Area incorporating therein any adjustments thereof as may be suggested by him. If the Contractor fails to adhere to this Programme, the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project shall be at liberty to procure proper materials and carry out the rectification(s) in any manner considered advisable as detailed hereunder.

19.1 Contractor to hand over works in perfect condition:

The works shall, at or as soon as practicable after the expiration of the “Defects Liability Period”, be delivered by the Contractor to the Company in as good and perfect a condition (fair wear and tear excepted), to the satisfaction of the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project as that in which they were at the commencement of the “Defects Liability Period”. In order to fulfill such a requirement, the Contractor shall execute all such work of repair, amendment, re, rectification and making good of defects, imperfections, shrinkages or other faults as may be required of the Contractor in writing by the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project during the “Defects Liability Period” or within fifteen days after its expiry as a result of an inspection made by or on behalf of the CGM/GM., MM Area prior to its expiration.

19.2 Cost of Execution of work of Repair etc.:

All such work shall be carried out by the Contractor at his own expense if the necessity thereof shall, in the opinion of the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project, be due to the use of materials or workmanship not in accordance with the Contract or neglect or failure on the part of the Contractor to comply with any obligation expressed or implied on the Contractor’s part under the Contract. If, in the opinion of the CGM/GM., MM

Area such necessity shall be due to any other cause, the value of such work shall be ascertained and paid for by the Company, as if it were additional work.

19.3 Remedy on Contractor’s Failure to carry out required work:

Signature of the bidder

65

Page 66: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

If the Contractor shall fail to do any such work required by CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project as aforesaid under sub-clause (2), the Company shall be entitled to carry out such work by its own workmen or by other Contractors and, if such work, which the Contractor should have carried out at his own cost, shall be entitled to recover from the Contractor the cost thereof.

19.4 Maintenance Certificate:

The Contract shall not be considered as completed until a Maintenance Certificate shall have been signed by the CGM/GM., MM Area and delivered to the Contractor stating that the works have been completed and maintained to his satisfaction. The Maintenance Certificate shall be given by the G. M. MM Area thirty (30) days after the expiration of the “Defects Liability Period” or as soon thereafter as any works ordered during such period, pursuant to this clause or to clause 10 hereof, shall have been completed to the satisfaction of the CGM/GM., MM Area and full effect shall be given to this clause notwithstanding any previous entry on the works or the taking possession of the work or using thereof or any part thereof by the Company.

19.5 Approval only by Maintenance Certificate:

No certificate, other than the maintenance certificate referred to in clause 19.4 hereof, shall be deemed to constitute approval of any work or other matter in respect of which it is issued or shall be taken as an admission of the due performance of the Contract or any part thereof or of the accuracy of any claim or demand made by the Contractor or of additional or varied work having been ordered by the CGM/GM., MM Area nor shall any other certificate conclude or prejudice any of the powers of the CGM/GM., MM Area.

19.6 Cessation of Company’s Liability:

The Company shall not be liable to the Contractor for any matter or thing arising out of or in connection with the Contract or the execution of the works unless the Contractor shall have a claim in writing in respect thereof before giving the Maintenance certificate under this clause.

19.7 Unfulfilled Obligations:

Notwithstanding the issue of the Maintenance Certificate, the Contractor and, subject to sub clause (6) of this clause, the Company shall remain liable for the fulfillment of any obligation, incurred under the provisions of the Contract prior to the issue of the Maintenance Certificate, which remains unperformed at the time such certificate is issued and for the purpose of determining the nature and extent of any such obligation, the Contract shall be deemed to remain in force between the parties hereto.

20.0 CANCELLATION, TERMINATION AND SUSPENSION OF CONTRACT:

Signature of the bidder

66

Page 67: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

The Company shall, in addition to other remedial steps to be taken as provided in the conditions of the Contract, be entitled to cancel/terminate the Contract in full, or in part, after giving 15 days notice in writing, to the Contractor for the following reasons.

i) Without reasonable excuse fails to commence the works within 30 days, or

ii) Suspends the progress of the works for 30 days, even after receiving a written notice to proceed with the works from the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project or

iii) Makes a default in proceeding with the works with due diligence and continues to do so even after receiving a notice in writing from the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project for the same, then on the expiry of the period as specified in the notice, or

iv) Commits a default/breach in Complying with any of the terms and conditions of the Contract, and does not remedy it or fails to take effective steps for its remedy to the satisfaction of the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project even after receiving a notice in writing to do so from the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project then on the expiry of the period as specified in the notice, or

v) Obtains the Contract with the Company as a result of ring tendering or other non-bonafide methods of competitive tendering, or

vi) Offers or gives or agrees to give any person in the service of the Company, or to any other person on the said person’s behalf, any gift or consideration of any kind as an inducement or reward for any acts of favour in relation to obtaining or execution of this or any other Contract for his Company, or

vii) fails to complete the work, or items of work with individual dates of completion, on or before the date or dates of completion or Company’s approved extended date/dates of completion, as applicable, then on the expiry of the period as may be specified by the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project in a notice in writing, or

viii) Fails to remove materials from the site or to pull down and replace work even after 30 days of receiving a written notice from the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project that the said materials or work had been condemned and rejected by the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project. or

ix) transfers, sublets or assigns the entire work or any portion thereof to a sub-Contractor, without the prior approval in writing from the CGM/GM., MM Area or

x) being an individual, in the case of a proprietary concern, or any of its partners, in the case of a partnership firm, is declared insolvent under the provisions of the Insolvency Act, or makes any conveyance or assignment of his effects or composition or arrangement for the benefit of his creditors amounting to proceedings for liquidation or composition under the Insolvency Act, or

xi) If the Company and its affairs are under liquidation either by a resolution passed by the said Company or if, by an order of court, not being

Signature of the bidder

67

Page 68: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

voluntary liquidation proceedings for the purpose of amalgamation or reorganization, a receiver or a manager is appointed by the court on the application by the debenture holders of the said Company, if any, or suffers an execution being levied on his goods and estates and allows it to be continued for a period of 15 days, or

xii) In the case of proprietary concern, proprietor expires or, in the case of a partnership concern, any of the partners expires and the legal representative of the deceased proprietor or the other surviving partners of the partnership concern are not to the Company’s satisfaction as being capable of carrying out and completing the Contract. The decision of the Company in this respect shall be final and binding which is to be intimated in writing to the legal representative or to the partnership concern,

xiii) Due to imposition of/change in law by the Government, if the work is to be stopped, the work shall be terminated and payments shall be made only for the portion of the works executed on the principle of quantum merit. No payments shall be made for the shifting of equipment or personnel.

On cancellation or termination of the Contract, the CGM/GM., MM Area shall have powers:

i) to take possession of the site and any materials, Construction plant,

equipment, stores etc., thereon;

ii) to carry out the incomplete work by any means at the risk and cost of

the Contractor;

iii) to give the Contractor, or his representative on the work, 10 days notice in writing for taking the final measurement for the works executed till the date of cancellation or termination of the Contract. The CGM/GM., MM Area shall fix the time for taking such final measurement and intimate the Contractor in writing. The final measurement shall be carried out at the said appointed time notwithstanding whether the Contractor is present at the site or not. Any claim regarding the final measurement which the Contractor might make shall be made in writing within 10 days of the taking of such measurement by the G.M, MM Area. As aforesaid and if no such claim is received, the Contractor shall be deemed to have accepted the above measurement and any claim made thereafter, in this respect, shall not be entertained.

iv) To determine the amount to be recovered from the Contractor for completing the remaining work or in the event of the remaining work not being completed, the loss/damage suffered, if any, by the Company after giving credit for the value of the work executed by the Contractor upto the time of cancellation less on account payments made till date and the value of his materials, plant, equipment, etc., taken possession of, after cancellation.

Signature of the bidder

68

Page 69: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

If such amount determined as above were to exceed the sum that would have been payable to the Contractor on due completion by him then the Contractor shall, upon demand, pay to the Company such excess amount and it shall be deemed to be a debt due from the Contractor to the Company and shall be recoverable from him accordingly. The need for the determination of the amount of recovery of any extra cost/expenditure or of any loss/damage suffered by the Company shall not however arise in the case of termination of the Contract for the death/demise of the Contractor.

20.1 Payment on Cancellation or Termination of Contract:

If the Company shall enter and expel the Contractor after the Contract is cancelled or terminated, it shall not be liable to pay the Contractor any money on account of the Contract until the expiration of the “Defects Liability Period” and thereafter until the costs of completion and maintenance, damages for delay in completion, if any, and all other expenses incurred by the Company have been ascertained and the amount thereof certified by the CGM/GM., MM Area. The Contractor shall then be entitled to receive only such sum or sums, if any, that the CGM/GM., MM Area may certify would have been due to him upon due completion by him for all works executed prior to the date of termination, at the rates and prices provided in the Contract, which have not already been covered by interim payments made to the Contractor, after deducting the said amount for the costs of completion and maintenance and damages for delay in completion, if any, and all other expenses incurred by the Company. Such sums that the Contractor shall be entitled to receive shall include-

i) The cost of materials or goods reasonably ordered for the works or temporary works which shall have been delivered to the Contractor or of which the Contractor is legally liable to accept delivery, such materials or goods becoming the property of the Company for which payment was made by the contractor or the contractor shall take away such items at his cost and in such case there shall be no dues payable by SCCL to the contractor in respect of such materials or goods.

ii) A sum to be certified by the CGM/GM., MM Area being the amount of any expenditure reasonably incurred by the Contractor in the expectation of completing the whole of the works in so far as such expenditure shall not have been covered by the payments already mentioned in this clause.

iii) Any additional sum payable under the provisions of this clause.

20.2 Suspension of Work:

The Company, through the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project shall have power, to direct the Contractor, in writing, to suspend the work or any part thereof, for such period and in such manner as may be specified therein, on account of any default on the part of the Contractor, or for want of proper execution of the work for reasons other than any default on the part of the Contractor, or on ground of safety of the work.

Signature of the bidder

69

Page 70: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

During the period of such suspension, for any reasons whatsoever, the Contractor shall properly protect and secure the works to the fullest extent necessary.

If the total duration of the suspension(s) exceeds forty five (45) days for the total Contract period, the extra cost considering all running wages, salaries, depreciation, and maintenance of plant and site costs and general overhead costs of the Contract incurred by the Contractor in carrying out the suspension order under this clause shall be borne by the Company unless such suspension is:

i) due to default of the Contractor, or ii) otherwise provided for in the Contract or such suspension order, oriii) necessary for the proper execution of the work owing to weather conditions

affecting the safety or quality of the works, or iv) necessary for the safety of the works or any part thereof.

Provided that the Contractor shall not be entitled to claim any such extra cost unless he gives a notice in writing, of his intention to claim to the CGM/GM., MM Area within 30 days of the CGM/GM., MM Area or Project Officer, Shanthikhani Longwall Project’s order. The CGM/GM., MM Area shall determine and settle such extra payment to be made to the Contractor in respect of such claim as shall, in the opinion of the G. M., MM Area, be fair and reasonable.

Extension of time for the completion of works under the Contract shall be allowed by the Company equal to the period of suspension, if the works are suspended for any reason other than any default on the part of the Contractor.

20.3 Security Deposit to be forfeited:

In the event of termination or suspension of the Contract, on account of default on the part of the Contractor, the security deposit and other dues of this work, or any other work being done by the Contractor under this Contract, shall be forfeited & brought under the absolute disposal of the Company.

21.0 FORECLOSURE OF THE CONTRACT:

If, at any time after the acceptance of the tender through the letter of intent, the Company decides to abandon the Contract for any reason, whatsoever, the Company, through its CGM/GM., MM Area shall give a notice in writing to this effect to the Contractor. In the event of abandonment, the Company shall be liable to –

i) Pay a reasonable amount assessed and certified by CGM/GM., MM Area to be the expenditure incurred, if any, by the Contractor on preliminary works at the site, e.g. temporary access roads, temporary for labour and staff quarters, office accommodation, storage of materials, transport and installation of the plant at the site, electrical distribution network, water supply system, etc.,

Signature of the bidder

70

Page 71: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

ii) Pay the Contractor at the Contract rates for the works executed and measured at the site up to the date of such abandonment,

iii) Pay, at the discretion of the Company, for the plant and materials brought to the site, or scheduled to be delivered at the site for which the Contractor is legally liable to pay, for use in the works already carried out or scheduled to be carried out but for the foreclosure, including the cost of purchase, transportation and delivery of such plant and materials, provided the plant and materials to be taken over by the Company are in good condition. However, the Company may allow the Contractor, at the discretion of the CGM/GM., MM Area, to retain the plant and materials in full or in part, if so desired by him, and to be transported by the Contractor from the site to any destination at his own cost,

iv) Take back the materials issued by the Company but remaining unused, if any, at the work site on the date of abandonment/reduction of the work, at the original issue price less a reasonable allowance for any deterioration or damage caused while in the custody of the Contractor.

v) Pay for the transportation of tools and plants of the Contractor from the site to the Contractor’s place or to any other destination of the Contractor’s choice, whichever is less.

The Contractor shall, if required by the CGM/GM., MM Area or Project Officer, Shanthikhani Long wall Project furnish to him the books of accounts, papers, relevant documents as may be necessary to enable the CGM/GM., MM Area to assess the amounts payable under this clause. The Contractor shall not have any claim for compensation for abandonment of the work, other than vide the terms specified above.

22.0 FORCE MAJEURE:

Neither of the parties hereto shall be considered in the default in performance is prevented or delayed by the events such as war, including civil war (whether declared or not), civil commotion, insurgency, hostilities, revolution, riots, conflagration, epidemics, accident, accidents resulting in loss of life, fire flood, sudden inrush of water which cannot be tackled by normal pumping, drought, earthquake or because of any act of God or cause beyond the reasonable control of the party affected provided notice in writing is given within 15 days failing which within the shortest possible period by Contractor to CGM/GM., MM Area and vice-versa.

Soon after the cause of force majeure has been removed the party whose ability to perform its obligation has been affected shall notify the other party of such cessation and of the actual delay occurred in such affected activity adducing cessation and of the actual delay occurred in such affected activity adducing necessary evidence in

Signature of the bidder

71

Page 72: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

support thereof. From the date of occurrence of a case of Force Majeure, the obligation of the party affected shall be suspended during the continuance of any inability so caused until the cause itself and the inability resulting there from have been removed and the agreed time of completion of the respective obligations under this agreement shall stand extended by a period equal to the period of delay occasioned by such events.

Should one or both parties be prevented from fulfilling the obligations by a State of Force Majeure lasting for a period of more than one month, the two parties shall consult each other and decide on the future execution of the agreement. In case of termination of work due to the Force Majeure conditions, the Company shall pay to Contractor towards all works done by the Contractor up to the date of happening of the Force Majeure event.

23.0 FOSSILS, VALUABLE TREES, ETC.

All fossils, coins, articles of value or antiquity and structures and other remains or of things of geological or archaeological interest discovered on the site of the works shall, between the Company and the Contractor, be deemed to be the absolute property of the Company and the Contractor shall take reasonable precautions to prevent his workmen or any other persons from removing or damaging any such article or thing and shall immediately upon discovery thereof, and before removal, acquaint the CGM/GM., MM Area’s representative of such discovery and carry-out, at the expense of the Company, the CGM/GM., MM Area’s Representative’s orders as to the disposals of the same.

No fruit trees or valuable plants or trees, with trunk diameter exceeding 150mm, shall be pulled out, destroyed or damaged by the Contractor or any of his employees/sub-Contractors without the prior permission of the Company, failing which the cost of such trees or plants and any litigation arising as a result of the felling, damage or destruction of any tree without the permission of the CGM/GM., MM Area, shall be deducted from the Contractor’s dues at the rate to be decided by the Company. The rates quoted are supposed to include the clearance of shrubs and jungles and removal of such trees upto 150mm.

24.0 SETTLEMENT OF DISPUTES

It is incumbent upon the Contractor to avoid litigation(s) and disputes during the execution of the Contract. However, if any such disputes do arise between the Contractor and the Company, the Contractor shall request the G. M., MM Area in writing for the settlement of such disputes/claims within 30 days of their origin failing which no disputes/claims of the Contractor shall be entertained by the Company.

As a first step, all efforts shall be made to settle the disputes/claims through committees formed at different levels for this purpose by the Company. If differences

Signature of the bidder

72

Page 73: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

still persist, in respect of site plans, specifications, measurement, manner of execution or anything connected with the work, not specifically provided for, hereunder the specification or in respect of meaning any clause of the terms and conditions of tender document shall be decided by ‘CIVIL COURT’ of competent jurisdiction in Khammam District or Adilabad District alone and not by arbitration.

CHAPTER - V TECHNICAL INFORMATION

1.0 LOCATION & ACCESS:

The Shantikhani Longwall Project is located in Bellampalli mandal of Adilabad district of Andhra Pradesh. It is situated in dip side of existing Shantikhani Mine. The block lies in the Southeastern part of the Dorli-Bellampalli coal belt of Godavari Valley Coal Field. Shantikhani Longwall Project is well connected by road and rail. The Hyderabad - Nagpur highway is located about 4.5 km west of the block and is approachable by Shanthikhani Longwall Project road from Shantikhani Mine. Bellampalli and Mandamarri on the south-central Railway connecting Madras-Delhi GT Line are the nearest Rail heads about 4.5 km and 10 km away respectively from the project. The Nearest airport to Shantikhani Longwall Project, Mandamarri Area where the proposed construction work is to be undertaken is Begumpet Airport in Hyderabad.

The proposed Mining block is bounded by latitudes of N190 01’04” to 190 03’58” and Longitude of E790 30’39” to 790 33’06”. The block covers of an area of 6.81 Sq. Km with an average length of 5.25 km along strike and a width of 1.30 km along dip.

2.0 METEOROLOGY:

The area experiences a tropical climate with hot and dry summer from march to middle of june, a fairly good monsoon from middle of june to September, and a pleasant winter from October to February. The mean annual rainfall is 1066.40mm with an average of 61 rainy days per year. The maximum temperature varies from 290 C in January to 490 C in May with a monthly mean of 25.30 C to 46.60 C. The minimum daily temperature varied from 8.60 C to 24.60 C in January with a monthly mean of about 14.10 C. The relative humidity of this area ranges from 68% to 96%.

3.0 TOPOGRAPHY AND DRAINAGE:

Shantikhani Longwall Project area is gently undulating terrain, sloping towards southeast. The topographic elevation of the block varies from 218.09 m

Signature of the bidder

73

Page 74: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

(BH.No.MSK-25) in the southeastern part to 238.27m above MSL (BH.No.SK49) in the northwestern part of the block with an average of 3.78m/km towards southeast. Since mining operations go up to 700m depth from surface level, to avoid negative values for reduced levels of the seam, an assumed value of 700m has been added to the actual surface levels of boreholes determined above mean sea level and notional values are arrived at accordingly.

The area is dissected by three small rills draining south westerly. All these rills join in the southwest in Rallavagu which in turn join into Godavari. Lingapur Tank which forms a prominent land mark, is located south of the block. First to third order streamlets form as catchment network to the Lingapur Tank. The drainage density of the block area is 1.85 km/sq.km.

4.0 GEOLOGY:

The Shanti khani Long wall project is located in the south Eastern extremity of the Dorli - Bellampalli coal belt of Godavari Valley Coal Field (GVCF) and is 4.5 Km away from Bellampalli town. It is a rectangular block trending NW-SE over an average strike length of about 5.25 km and an average dip length of about 1.25 km towards southeast. The detailed exploration in Shantikhani Longwall block has proved the existence of eight correlatable seams viz. IA, I, II, Local band, IIIB, IIIA, Salarjung Seam (Top & Bottom), Ross seam in descending order. Out of these only Salarjung Seam top section and bottom section are proposed for extraction in the project.

5.0 GASSINESS OF COAL SEAMS

The coal seams of Shantikhani Longwall Project are considered to be of Degree-I gassiness for safety purposes.

6.0 BLOCK BOUNDARY

The Shanti khani Long wall Project is bounded by North : Bellampalli Shaft block-I.South : Boundary line drawn near BH. No SBS – 144 in Sravanapalli Block-IIEast : Proved limit of 600m depth Salarjung Seam (bottom section)West : Edge of Shantikhani workings on the rise side

7.0 GEO-ENGINEERING PROPERTIES OF COAL SEAMS ROOF & FLOOR ROCKS

The Geo-engineering properties of the Bore hole located adjacent to the proposed shaft location are available. In this borehole, all the coal seams viz., IA, I, II, Local band, IIIB, IIIA, Salarjung Seam (Top & Bottom), Ross seam in descending order are intersected. In this bore hole, all the coal seams have been subjected to different

Signature of the bidder

74

Page 75: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

tests for ascertaining various geo-engineering properties namely, Density, Compressive strength, Tensile strength, Young’s Modulus and Poisson’s ratio.

-000-

CHAPTER - VI

SCOPE OF WORK AND TIME SCHEDULE

1.0 COMMISSIONING THE SYSTEM ON TURNKEY BASIS A man-winding system i.e., a Winding Engine along with total shaft fittings is to be installed and commissioned at the Shanthikhani Longwall Project of Mandamarri Area, SCCL.

The required winding engine and permanent head gear arrangement is to be designed, manufactured, supplied, installed and commissioned at Shanthikhani Longwall Project, Mandamarri Area of SCCL.

It further requires annual maintenance for 2 years.

The Shaft Sinking works are under progress. The Tenderer shall coordinate with the Contractor in carrying out the activities simultaneously without affecting the Shaft Sinking works. The contractor will also co-ordinate with Winder Installation Works such that the execution of works as well as commissioning of the entire system are carried out smoothly, within the scheduled time.

Hence, the successful Tenderer is advised to coordinate as above.

The parameters of the shaft under construction are as given hereunder:

2.0 PARAMETERS OF THE SHAFT

2.1 EXCAVATION & CONSTRUCTION WORK

Depth: 375 mDiameter (finished) : 7.5 m

2.1.1 Shaft collar:

Signature of the bidder

75

Page 76: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

a) Excavation of mixed type of soil and strata including excavation in rock for the nominal inclination and lining of 1200 mm to 500 mm thick RCC M 20 lining with a closed air inlet opening for fan drift will be done.

b) The air inlet opening will be closed with 500mm thick wall of fly ash solid blocks of approved hard quality and complete masonry in cement mortar of 1:3 up to the shaft wall.

c) The steel reinforcement will be bent and left for lapping and four sets of pockets 1m below in the same horizon will be left in the shaft wall floor of the air inlet opening to facilitate platform erection while fan drift construction is under taken.

d) The collar concreting will be elevated by 1m above ground level with openings for passage of drainage pipes and cables. (Ref: Plate No.3&5).

e) Steel reinforcement lapping will be left from 3.0 mtrs depth to surface for casting of foundation columns for installation of permanent head gear later to become as an integral part of shaft collar RC Concrete.

2.1.2 Shaft lining:

a) PCC of 300 mm thick / Grade M-20 with curbing for locking at every 30 m interval and 2 m above every inset will be carried out.

b) ‘Weep holes’ of 50mm dia will be left in the shaft lining at a vertical interval of 10m, 2m apart in a zigzag manner and at the roof of every water garland, shale, coal & clay bands.

(Ref: Plate 4)

2.1.3 Special lining for exceptionally bad strata: To suit the local strata.

2.1.4 Shaft Inset at Bottom section of Salarjung Seam: *(Floor level- 365m approx.) (Ref: Plate No.6)

It is Double sided, driven to a length of 10.0m (9.5m fin) on each side of the shaft center, at the floor of Bottom section of Salarjung Seam and the Inset mouth is with a finished dimension of 5.2m (width) X 2.8m (vertical height of side- wall), diminishing to 5.2m (width) X 1.8m(vertical height of side-wall) and; bye pass of 1.2m (Width) X1.8m (Vertical height of side- wall) around the shaft at the inset level with arched roof and walls of inset of 500mm thick PCC of Grade M-20.

* The Floor RL of the inset may vary marginally depending on the seam RL.

Signature of the bidder

76

Page 77: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

2.1.5 Water garland: (Ref: Plate No.9)

a) Excavation, lining and construction of 8 Nos. of concrete water garlands in PCC M-20 lining connected with 200mm dia HDPE / Non-corrosive pipes will be arranged at suitable levels.

c) The pipe range for the water garlands will be fixed to the shaft with the help of rigid and loose supports.

c) The drainage pipe from the just above water garland of inset will be coursed through the shaft lining and inset side wall. (The required pipes and fittings will be provided by the Company free of charge).

2.1.6 Extension of Insets:

Excavation and PCC lining required for extension of inset at Bottom section of Salarjung Seam up to 20m long from the shaft center on both sides (additional 10m on both sides beyond the proposed insets).

This work shall have to be executed by the successful bidder, only if required by the Company.

2.1.7 Curbing / Locking Shaft wall: (Ref:Plate No.10)

Extra excavation and PCC lining required for curbing / locking in the shaft wall at every 30m vertical interval and 2m above each inset throughout the shaft. The 1st curbing will be at a depth of 5.0 mtrs. and the next ones being at the depths of 11.0 mtrs and 24.0 mtrs. Curbing will not be constructed wherever water garland is proposed.

2.2. OUT FITTINGS:

2.2.1 Fixing of pipe buntons: (Ref: Plate No. 8)

Provision of pockets for grouting buntons in the shaft lining / wall rock at 6 mtrs vertical interval in the shaft on one side and supply, fabrication and installation of pipe buntons of 40kg / m rails / IS MB300 up to a depth of 375m will be done. (Every 8th one will be double-bunton to accommodate stool pipes.)

2.2.2 Fixing of pipe ranges: (Ref: Plate No. 8)

Fixing of 4 ranges of 200mm dia, i.e; 2 ranges of 150mm dia and 2 ranges of 100mm dia with necessary stool pipes, clamping and

Signature of the bidder

77

Page 78: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

anchoring on to the shaft buntons from shaft top upto 375m depth and into the inset mouth will be done. H.T bolts will be used for clamping of pipes on to the buntons.

2.2.3 Fixing of fittings for electrical cables (Ref: Plate No.8)

Supply, fabrication and fixing of clamps, brackets and other fittings on to the shaft wall, spaced at intervals of 6m down the shaft upto a depth of 375m and in to the shaft inset mouth for the hanging of electrical cables from the shaft wall will be done.

2.2.4 Provision for installation of cage landing plat-forms etc.

Provision of pockets in the shaft lining at required places for installation of platforms required for shaft fittings / man winding requirements in the shaft / at Bottom section of Salarjung Seam for positioning of 8 Nos. of ISMB 300 and 14 Nos. of 250 sections will be made.

(The depth of the pockets will be 300mm to 600mm).

2.2.5 Installation of cage landing platforms

Pocket cutting & Supply, Fabrication, Installation, & grouting of cage landing platforms at Bottom section of Salarjung Seam inset with ISMB 600, 300 & 250 sections will be done.

2.2.6 Floor matting in the sump:

Excavation and casting of 0.30m thick M20 PCC lining for Sump matting purpose will be carried out.

SCOPE OF WORK UNDER THIS CONTRACT.

1. DESIGN AND DOCUMENTATION

Design, supply, installation & commissioning of Man-winding system, including obtaining approval from statutory authorities such as CMPDIL, MECON, CMERI etc. General arrangement, drawing and detailed design drawings shall be supplied for scrutiny of SCCL before obtaining final certification/approval from the statutory authorities. After getting approval for the individual drawings from the concerned the contractor shall supply 10 sets of each drawing along with documentation. The contractor shall design the turnkey system

Signature of the bidder

78

Page 79: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

as per NIT and other statutory requisitions. The detailed specification required for design and documentation is enclosed as Annexure-I.

2. Winder:

a) Design, Engineering, manufacture, supply of equipment, casting of foundations, Installation, commissioning and annual maintenance for an initial period of 2 years after final commissioning of the winding engine. (All mechanicals, shaft fittings, electrical, electronics, tests and making& submission of necessary design drawings with approvals, winder operator’s AC cabin etc included)

b) The required foundations as per the approved designs with necessary bolts shall be casted at the site after making necessary design drawings, its approval etc. as per Specifications.

3. Head gear

a) Suitable headgear with necessary requirements to be designed, fabricated, supplied, installed and commissioned at the site.

d) The required foundations as per the approved designs with necessary bolts shall be

casted at the site after making necessary design drawings, its approval etc. Specification of the headgear is enclosed as Annexure-II.

4. Sheave wheel

Design, Supply (3Nos), Installation and Commissioning of 2 nos. of designed Die Cast Iron Sheave Wheel and Accessories (Sheave Wheel and it’s Accessories shall be provided by SCCL at their Workshop / Stores). The details are enclosed as Annexure-III.

5. Catch Dogs

Design, supply, installation and commissioning of 2 sets of catch dogs on the headgear. The detailed specification is enclosed as Annexure-III.

6. Keps

Shall include the design, supply, installation and commissioning of 2 sets keps at pit top with an arrangement for provision of electrical interlocking.

The detailed specifications are enclosed in Annexure-IV. 7. Cage Receiver

Signature of the bidder

79

Page 80: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

Shall includes the design, supply, installation and commissioning of 4 sets of cage receivers on surface and at Salarjung Seam landing.

The detailed specification is enclosed as Annexure-IV.

8. Collar / inset landing arrangement

Shall include the design, supply, installation and commissioning of landing arrangements at surface, and at Salarjung Seam (365.0m).

The detailed specifications are enclosed as Annexure-IV.

9. Manriding platform:

Shall include design, Fabrication, supply, installation and commissioning of man riding platforms on both sides including its civil works;

a) At surface and b) At pit bottom As per the specifications enclosed. (Annexure -IV)

10. Shaft gates and platforms Sliding Door

Shall include the design, supply, installation and commissioning of 2 sets of pneumatically operated Shaft gate sliding door and fencing on both sides at surface and at Salarjung Seam landing, with suitable audio / visual indicators.

The detailed specifications are enclosed as Annexure-IV.

11. Protective roofing:

Shall include the design, supply, installation and commissioning of protective roofing to prevent from danger of falling objects in the shaft. This should be provided at both sides of each inset as per prevailing DGMS rules and regulations. The detailed specifications are enclosed in Annexure-IV.

11. Inset landing arrangement / Pit bottom buffers platform

Shall include the design, supply installation and commissioning of inset landing arrangement / Pit bottom buffers platforms.

The detailed specifications are enclosed in Annexure-IV.

13. Pit bottom buffers

Signature of the bidder

80

Page 81: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

Shall include the design, supply, installation and commissioning of 2 Sets of DGMS approved pit bottom buffers below the Salarjung Seam landing level.

The detailed specifications are enclosed as Annexure-IV.

14. Double deck cages

Shall include the design, supply, (3 Sets) installation and commissioning of 2 sets of double deck cage.

The detailed specifications are enclosed as Annexure-V.

15. Winding engine Ropes

Shall include the design, supply (3Nos.), installation and commissioning of 2 Nos. of required winding engine ropes (FLC) with test certificates and DGMS Approvals.

16. Guide ropes

Shall include the design, supply (8Nos.), installation and commission of 8 Nos. of required guide ropes (Half locked coil) with necessary challans, test certificates and DGMS Approvals.

17. Suspension Gear

Shall include the design, supply (3Nos.), installation and commissioning of required DGMS approved suspension Gear (2 Nos.) with necessary challans, test certificates and DGMS Approvals.

18. Guide rope anchoring arrangements

Shall include the design, supply, installation and commissioning of 2 sets of guide rope anchoring arrangements (excluding supply of guide ropes) on head gear and at pit bottom. Design, cooling & supply of cheese weights required for enclosing at the pit bottom.

The detailed specifications are enclosed as Annexure-IV.

19. Cutting, squaring / dressing of pockets:

Shall include the cutting, squaring / dressing of pockets in concrete / stone / coal for placing & grouting of steel structure in cement mortar (the pockets are to be done by

Signature of the bidder

81

Page 82: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

the shaft sinking contractor. In case the existing pockets are to be dressed and finished this shall be taken up by the successful bidder).

19A.Signaling system:

Design, documentation, preparation of required drawings, Supply,installation andcommissioning of signaling and communication system including its electricals, electronics and all other consumables.

20. Painting

a) All Structural steel fabrication of head gear and winding engine shall be sand blasted and painted by one coat of Zinc Chromate Primer and followed by one coat of intermediate primer. Two coats of Aluminum paint shall be painted for head gear and two coats of enamel paints shall be painted for the winding engine finally.

b) All the Structures to be fabricated and fitted in the shaft shall be provided with one coat of Zinc Chromate Primer followed by intermediate primer and finished by two coats of enamel paints.

c) All painting process shall be carried out by means of spray painting only.

21. RESTRICTED AREA AROUND THE SHAFT

There are upcoming civil constructions and buildings within a distance of 100m from the proposed works. Further the equipment (sinking system) and temporary buildings belonging to the shaft-sinking contractor are also available within this vicinity. The contractors are advised to take care of these structures and their progressive works while executing their work as advised by CGM/GM., Mandamarri Area or Project Officer, Shanthikhani Longwall Project and as required by relevant statutory requirements.

22. a) The tenderer shall impart a Training on Operation / Maintenance of Winder Mechaniclas / Accessories to the to the Executives / Supervisors / Technicians / Operators

b) However, the tenderer shall impart a specialized Training on Thyrister Drive Panels & PLC Circuits at OEM / with OEM Faculty at Site to the to the Executives / Supervisors / Technicians / Operators

23. TIME SCHEDULE

Signature of the bidder

82

Page 83: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

The time schedule considered for the above operations is 12 months after deliveries. To ensure completion schedule, the operations should be planned at a higher rate of progress to take care of all exigencies.

24. CONTINUATION OF FACILITIES FOR MAINTENANCE OF SHAFT BY THE SHAFT SINKING CONTRACTOR.

The facilities for ventilation, scaffolding, de-watering and hoisting used during the construction of the shaft shall be continued to be maintained for an additional three months after the completion of the shaft for the purpose of installation shaft fittings required for man winding and keeping the shaft free from water and approach, if so required by the Company.

For to the above the required electrical power shall be provided by the Company free of cost.

THE SUCCESSFUL BIDDER CAN UTILIZE THE ABOVE MENTIONED FACILITY IF IT MATCHES WITH THEIR SCHEDULE.IN CASE THE CHIEF GENERAL MANAGER/ GENERAL MANAGER MANDAMARRI AREA, OR PROJECT OFFICER, SHANTHIKHANI LONGWALL PROJECT EXPLICITLY EXPRESSING INABILITY, IN WRITING, TO PROVIDE THE ABOVE FACILITY DUE TO ANY REASON WHATSOEVER, THE CONTRACTOR SHALL MAKE HIS OWN ARRANGEMENTS FOR EXECUTING THE WORKS. NON-PROVISION OF THE ABOVE FACILITY BY THE COMPANY SHALL NOT BE ACCEPTED AS A REASON FOR DELAY IN WORK.

NOTES

i) All the information given above is subject to prevailing local conditions and confirmation/modification by the G. M. Mandamarri Area or Project Officer, Shanthikhani Longwall Project.

ii) Incase any of the items/equipment/ instrument / Machinery supplied by the successful bidder for executing this contract (either bought out or fabricated), irrespective of indigenous or foreign make, requires either DGMS approval/ exemption or any other clearances from law enforcing agencies, the same shall be obtained by the firm and submitted to SCCL.

iii) The provision of all labour, material, constructional plant, supports whether of temporary or permanent nature, temporary works and every thing, whether of a temporary or permanent nature, required in for the construction, completion and maintenance of the various works detailed above as per the direction of the G. M. Mandamarri Area or Project Officer, Shanthikhani Longwall Project shall be deemed to be included in the Scope of work.

Signature of the bidder

83

Page 84: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

iii) ALL WELDS SHALL BE 6MM THICK UNLESS OTHERWISE SPECIFIED. NO WELD CRACKS ARE ALLOWED. ALL WELDS SHOULD BE AS PER IS: 823-1964.

iv) SHARP EDGES SHOULD BE BLUNTED.

Minimum Specification:

Minimum Specifications presented above are as per the experience, wisdom and perspective of SCCL. The bidder should not submit the specifications lower than that of specifications prescribed above. However if the wisdom and perspective of bidder supported by explanation as per established scientific, safe and economic mining practice, determines any higher specifications, can offer such specifications which in their opinion is required over and above the minimum specifications of SCCL.

The same whether to be considered or not will be at SCCL’s option and consent.

-000-

Signature of the bidder

84

Page 85: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

CHAPTER – IX

FACILITIES TO BE PROVIDED BY THE COMPANY

1.0 A. FACILITIES

The Company shall provide the following facilities to the Contractor as per clause 8 of Chapter VI.

i) Supply of electricity:

SCCL will supply electricity at one point on free of cost for the work at available transmission voltages (550 V, 3.3 KV) of the company. However, the Contractor shall make arrangements to distribute and stabilize the voltage, if necessary to counteract any fluctuations of drop on the voltage of the electricity supply.

ii) Industrial water and potable water, free of charge, at one convenient point.

iii) Space for godowns /stores, free of charge at a convenient place.

iv) Unfurnished residential housing facilities for the Contractor’s supervisory personnel, as detailed below, will be provided on rental basis approximately at a distance of about 10Km from the site subject to availability.

a) Unfurnished, self-contained, NC Type quarters up to 4 nos or equivalent suitable for officers.

b) Unfurnished quarters up to 10 nos or equivalent self contained accommodation suitable for supervisors (T2 Type).

For the above accommodation rent, electricity and water charges along with taxes as applicable from time to time will be levied.

Signature of the bidder

85

Page 86: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

B. Successful bidder shall maintain these quarters in a properly manner and hand over back in good condition to SCCL after their contract is completed/ terminated. It will be the responsibility of the successful bidder for making other arrangements at his cost.

i) Land for temporary accommodation will be provided for workers near the mine site, free of charge. The Company shall also provide the following facilities to the Contractor as per clause 17.5 of Chapter IV.

ii) Vocational training at Rs.15/- per head and for medical examination Rs.500/- per person would be recovered from the contractor’s bills, subject to the existing practices of the S. C. Co. Limited. ( However, applicable as per the then current rates.)

iii) Medical facilities on chargeable basis, from the existing medical centers on “Out Patient basis” at Dispensary and Area Hospital, Mandamarri Area.

The Company shall provide the following additional facilities, in addition to the above, free of charge, to the Contractor.

iv) Cap lamps and flame safety lamps for Contractor’s workers and supervisory personnel, shift wise at Shanthikhani Mine, which is within 2.5 Km away from the shaft construction site. The number of Cap lamps and flame safety lamps to be provided to the Contractor shall be determined by the Chief General Manager/ General Manager Mandamarri Area or Project Officer, Shanthikhani Longwall Project.

v) The Contractor shall maintain and ensure that the cap lamps are duly returned, in proper condition, to the camp lamp room at the end of each shift. For any damage to, or loss of any cap lamp by the Contractor’s men, the Contractor is liable to be charged, by the Company, at rates to be fixed by the Chief General Manager/ General Manager, Mandamarri Area.

vi) Statutory supervision, such as Under Manager, Pit Engineer, Overman Electrical Supervisor, Mechanical Chargehand and Mining Sirdar to carry out statutory supervision as and when required.

2.0 MATERIALS

It is responsibility of the Contractor to arrange the required material. However, the Company at its discretion, if feasible and sparable may supply any materials / store items required for the specific purpose of the scheduled works on chargeable basis at issue rates including sales & other taxes.

In case of the Chief General Manager/ General Manager Mandamarri Area, or Project Officer, Shanthikhani Longwall Project explicitly expressing inability, in

Signature of the bidder

86

Page 87: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

writing, to supply of any of the above items due to any reason whatsoever, the Contractor shall make his own arrangements for procurement of such items. The non-supply of any store items by the Company shall not be accepted as a reason for delay in work.

However, the contractor shall procure materials from the sources certified by GM., Mandamarri Area or Project Officer, Shanthikhani Longwall Project.

The company if sparable shall provide certain equipments and machinery on hire basis to the firm. The Contractor shall maintain and ensure that the equipments etc. loaned are duly returned, in proper condition, to the mine / store at the end of the contract / work is completed. For any damage to, or loss of any equipment etc. by the Contractor’s men, the Contractor is liable to be charged, by the Company, at rates to be fixed by the Chief General Manager/ General Manager, Mandamarri Area.

The Company shall also provide the following which will be required for erection and commissioning of the system. The Contractor shall make his own arrangement for any temporary modification required for execution.

a) Winding engine shed excluding winder operator’s AC cabin etc b) Cage landing platform c) Pit bottom buffer platform d) Survey reference points and site for fabrication of the detailed works also will be provided to the contractor free of cost.

υυυ

Signature of the bidder

87

Page 88: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

CHAPTER – VIII

BILL OF QUANTITIES AND FORMAT FOR PRICE BID

1.0 The price bid containing the schedule of rates is to be submitted as per the bill of quantities in the format given in the following pages. It shall follow the information given hereunder and shall be submitted along with the latter in a separate sealed cover as Part-II.

i. Name of Tenderer :ii. Address of Tenderer :iii. Ownership/status of Tenderer :iv. Name of person / Official :

(with designation) authorized to submit the price bid.

v. Amount of Earnest Money deposit :along with DD. No. & other details

vi. Date of opening of Tender :(as per Tender Notice)

2.0 The rates shall be quoted against the items given in clause 4.0 hereof, The items of work for which rates have been invited shall be deemed to include thereof the provision of all labour, materials, constructional plant, temporary works and everything whether of a temporary or permanent nature required in and for such construction, completion and maintenance of the items of works. The rates for the items of work shall be deemed to include there of all the charges for any ancillary works required to be done for the execution of the items in question and no additional claims for any ancillary work shall be entertained. The rate shall be quoted as per the details, specifications and requisites mentioned in various annexures, drawings and scope of work. The quantities, specifications and schematic drawings given are for tendering purposes only and shall be subject to confirmation/ modification by the CGM/GM., Mandamarri Area or Project Officer, Shanthikhani Longwall Project or their authorised representative.

Signature of the bidder

88

Page 89: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

3.0 The Contractor shall be responsible for carrying out the works in accordance with the approved detailed drawings of competent authority and as directed by GM, Mandamarri Area.

ITEM RATES:

1. WINDING ENGINE:

Sl.No.

Description UnitUnit Price (Rs.)

Qty.Total value(Rs.)

1.0 Design and Documentation:Designing, documentation, preparation of required drawings, calculations, obtaining approval from the statutory authorities and handing over 10 sets of design documentation, calculations, drawings, cable layout drawings, operation and maintenance manual, Spares chart with requirements, Part Nos .and their suppliers’ address of the entire Winding Engine system.

Lot 1

1.1 Supply of Winding Engine Design, Engineering, manufacture, supply of equipment, and annual maintenance for an initial period of 2 years after final commissioning of the winding engine. (all mechanicals, its fittings, electrical, electronics, tests, test certificates, approvals and winder operator’s AC cabin etc included) The details and requirements are mentioned in the Annexure-II

Lot 1

1.2 Foundations:Designing, documentation, preparation of required drawings, calculations, obtaining approval from the statutory authorities / scientific agencies and handing over 10 sets of the above, and supply & casting of necessary foundation for the winding engine including steel re-

Lot 1

Signature of the bidder

89

Page 90: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

inforcements, centering, foundation bolts etc., 1.3 Design, documentation, preparation of required

drawings for Supply,installation andcommissioning of signaling and communication system including its electricals, electronics and all other consumables.

Lot 1

TOTAL (A)

2. Head gear & Shaft fittings Sl.No.

DescriptionUnit

Unit Price (Rs.)

Qty.Total value(Rs.)

2.16 Pit bottom buffers:Design & supply of DGMS approved Pit bottom buffers as per the specifications enclosed.

Sets 2

2.17 Fabrication and supplyFabrication and supply of steel items on head gear, collar plat form etc. MT 10

2.18 Fabrication and supply of steel items in the shaft such as slow banking platforms and at inset etc. MT 10

2.19 Man riding platform:Fabrication and supply of man riding platforms on both sides 1. At surface and 2. At pit bottom As per the specifications enclosed. (Annexure -IV)

Set 02

2.20 ‘Q’ gate :Fabrication and supply of ‘Q’ gate manually operated sliding door on one side 1. At surface and 2. At pit bottom As per the specifications as per the specifications enclosed. (Annexure - IV)

Set 02

2.21 Winding ropes Design & supply of DGMS approved winding

ropes (FLC) of required dia, & length.

Nos. 03

2.22 Guide ropes Design & Supply of 32 mm dia DGMS approved

guide ropes (HLC) of required length.

Nos. 08

2.23 Sheave wheels Design, casting & supply of sheave wheels with

Nos. 03

Signature of the bidder

90

Page 91: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

necessary accessories etc.,2.24 Suspension gears

Design & Supply of necessary suspension gears and catch plate with DGMS approval and required factor of safety.

Nos. 03

2.25 Cheese weights Design, Casting & Supply of approved & required

cheese weights.MT 38

TOTAL [B]

3.0 ITEM RATES (INSTALLATION & COMMISSIONING)

Sl.No.

Description UnitUnit Price (Rs.)

Qty.

Total value(Rs.)

3.0 Installation and commissioning:3.1 Cast Iron sheave wheel:

Installation and commissioning of Cast Iron Sheave wheel as per the designed dia with heavy duty self aligning roller bearings and plumber blocks.

No. 2

3.2 Catch dogs and catch plate:Installation and commissioning of catch plate and Catch dogs of gravity fall type with spring system as per enclosed specification.

Set 2

3.3 Double deck cages:Installation and commissioning of double deck cage as per enclosed specification.

No. 2

3.4 Keps:Installation and commissioning of hand operated/sliding type keps with fabricated steel chairs including its Kep girders as per specification enclosed.

Set 2

3.5 Guide rope anchoring:Installation and commissioning of guide rope anchoring arrangement clamps of special type both at pit bottom and on the head gear as per specifications enclosed.

Set 8

3.6 Cheese weight inspection platform:Installation and commissioning of guide rope anchoring and cheese weight inspection platform at pit bottom as per the specifications enclosed.

Lot 1

Signature of the bidder

91

Page 92: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

3.7 Head Gear:Installation and commissioning of headgear structures as per specifications enclosed.

Ton 125

3.8 Shaft collar platform:Installation and commissioning of shaft collar platform and other arrangements as per the specifications enclosed.

Lot 1

Sl.No.

Description UnitUnit Price (Rs.)

Qty.

Total value(Rs.)

3.9 Shaft gate:Installation and commissioning of shaft gate either pneumatically/ electrically and manually operated sliding doors as per the specifications enclosed.

3.9 (i)

Horizontal sliding gateSet 2

3.9 (ii)

Vertical sliding gate Set 1

3.10 Installation and commissioning :Installation and commissioning of steel items on head gear, collar plat form etc.

MT 10

3.11 Installation and commissioning of steel items such as slow banking platform in the shaft and at insets etc.

MT10

3.12 Shaft gate fencing:Installation and commissioning of shaft gates with fencing operated manually at 1. Pit top.2. Pit bottom As per the specifications enclosed.

Set 2

3.13 Protective RoofingFabrication and supply of protective roofing on both sides at Pit bottom as per the specifications enclosed.

Set 1

3.14 Cage Landing PlatformFabrication and supply of cage landing platform on both sides at Pit bottom as per the specifications enclosed.

Ton 3

3.15 Cheese weightsTransportation, cleaning, installation and commissioning of cheese weights. Ton 38

Signature of the bidder

92

Page 93: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

3.16 Cage Receivers:Installation and commissioning of cage receivers 1. At surface and 2. At pit bottom As per the specifications enclosed.

Set 2

3.17Pit bottom buffer platform:Installation and commissioning of pit bottom buffer platform below Salarjung Seam as per the specifications enclosed. (Annexure - V )

Ton 4

Sl.No.

Description UnitUnit Price (Rs.)

Qty.

Total value(Rs.)

3.18 Man riding platform:Installation and commissioning of man riding platforms on both sides 1. At surface and 2. At pit bottom As per the specifications enclosed. (Annex - IV)

Set

02

3.19 ‘Q’ gate :Installation and commissioning of ‘Q’ gate

manually operated sliding door on one side

1. At surface and 2. At pit bottom As per the spec. enclosed. (Annexure -IV)

Set 02

3.20 Pit bottom buffers:Installation and commissioning of Pit bottom buffers as per the specifications enclosed.

Set 2

3.21 Catch plateInstallation and commissioning of catch plate (bell plate) as per the specifications enclosed.

Set 2

3.22 Cutting, Dressing & squaring of the pockets in the shaft / inset lining and grouting etc. with cement mortar for the required steel structures.

Lot 1

Ropes Installation:3.23 Installation and anchoring of required dia FLC

winding rope.No. 2

3.24 Installation and anchoring of 32mm dia HLC guide ropes.

No. 8

3.25 Suspension Gear: No. 2

Signature of the bidder

93

Page 94: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

Installation and commissioning of the required suspension gear.(Including Rope capping)

3.26 Winding Engine:Installation & Trial commissioning of the winding engine.

No. 1

3.27 Signaling system:Design, documentation and preparation of required drawings and installation andcommissioning of signaling andcommunication system including its electricals.

Lot 1

3.28 Painting:Painting of all the structures and platforms on the head gear, the total winding engine and shaft fittings shall be painted as per specifications.

Lot 1

3.29 Total commissioning of the system Lot 1 TOTAL [C] GRAND TOTAL [A+B+C]

NOTE:

1. All the information given above is subject to prevailing local conditions and confirmation/modification by the CGM/GM., Mandamarri Area or Project Officer, Shanthikhani Longwall Project.

2. These are estimated quantities and may increase or decrease. These works shall be executed by the successful bidder as per the necessity and advice of CGM/GM, MM or Project Officer, Shanthikhani longwall project.

3. Any additional works connected with execution of the commissioning of the winding engine system not included in this offer shall also need to be executed on mutual consent between the successful bidder and CGM/GM., Mandamarri Area. Additional time and payment will also be made for these additional works.

4. The tenderer shall quote the rates exclusive of taxes and mention applicable taxes as extra in Part III – Price Bid with full details of the applicable statute, present rate of tax, composition scheme opted (if any) etc.

5. In case the tenderer did not indicate the details of applicable taxes in the offer, it shall be construed that all the applicable taxes and duties as on the date of submission of tender shall be duly included/ considered in the quoted rates.

6. SCCL RESERVES THE RIGHT TO OFFER ALL THE WORKS TO A SINGLE

BIDDER OR DEVIDE AND AWARD THE WORKS OF DESIGN, DOCUMENTATION & SUPPLY OF REQUIRED WINDING ENGINE, WINDING ROPES, GUIDE ROPES

Signature of the bidder

94

Page 95: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

& SUSPENSION GEARS TO ONE BIDDER AND THE REMAINING WORKS TO MORE THAN ONE BIDDERS.

7. EVALUATION OF BIDS ALSO WILL BE DONE ACCORDINGLY.

Appendix-I

FORMAT FOR COVERING LETTER (Tenderers are required to fill up the blank spaces in this Tender Form)

To

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

Dear Sirs,

Having examined the Tender Document for the works explained therein and having visited the site and made ourselves aware of all the local and statutory conditions and other information likely to influence or affect our offer, we, the undersigned, offer to construct, complete and maintain the whole of the said works in conformity with the provisions of the Tender Document for the respective rates mentioned in the Schedule of Quantities.

We understand that, if our Tender is accepted, the Contract is to commence within thirty days of the receipt of the Company’s order/site and we undertake to commence, and to complete and deliver the whole of the works comprised in the Contract with in 12 months, calculated from the last day of the aforesaid period i.e. from the date of commencement.

We have deposited an Earnest Money for Rs 20,00,000/- (Rupees Twenty lakhs only) by way of a Bank Draft from …………………………………………………. drawn in favour of your Company which amount is not to bear any interest. We do hereby agree that this sum shall be forfeited by SCCL in the event our tender is accepted and we fail to execute the Contract when called upon to do so.

We agree to abide by this Tender for the period of 180 days from the date fixed for receiving the same and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

Signature of the bidder

95

Page 96: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

Unless and until a formal Agreement is prepared and executed this tender, together with the company’s written acceptance thereof, shall constitute a binding Contract between us.

We understand that you are not bound to accept the lowest or any tender you may receive. We also understand that you may accept the tenders in part also.

Yours truly,

Appendix – II

FORMAT FOR SUBMITTING PARTICULARS OF THE TENDERER

TENDER NOTICE No: DATE:PART 1-A

PARTICULARS OF TENDERER(In sealed cover)

1. NAME, ADDRESS AND OWNERSHIP STATUS OF TENDERER

i) If an individual Full name:

Postal Address:

ii) Place of Business:

iii) If a proprietary firmName of the Proprietor:

Full postal address of The Firm/Proprietors:

iv) If a partnership firm Name of the Firm

Full name of Partners:

Full postal address of the registered office of the Firm & the Partners:

Signature of the bidder

96

Page 97: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

Registered Partnership Deed:

v) If a Company Name of the Company:

Date and place of registration:

Memorandum & Articles of Association:

Names of the all the Directors:Full postal address of the registered Office & all the Directors.

vi) Registration details

a) Income Tax PAN No.b) TIN No.

c) VAT/CST Registration No.d) Excise Duty Registration No.e) Service Tax Registration No.

2. FINANCIAL RESOURCES:

Documentary evidence to prove availability of three months minimum working capital of about Rs. Fifty Lakhs.

i) State Bank of India or any nationalized bank’s reference / certificate from Chartered Accountant to the effect that minimum turnover in construction work, of Rs. One crore during the last financial year and a minimum turnover, in construction work, of Rs. Sixty lakhs in each of the two financial years immediately preceding the last financial year.

ii) Documentary evidence to show the tender’s ownership of major assets, if any.iii) Income Tax clearance Certificate and Sales Tax Clearance Certificate for the

last 3 years and any other evidence of being a bonafide tax payer. Copies of acknowledgement of returns filed and assessment orders passed by respective authorities.

iv) Copies of balance sheet certified by a Chartered Accountant for the last five financial years.

PAST EXPERIENCE

PAST EXPERIENCE (With special reference to work done in the Singareni Collieries Company Limited)

Signature of the bidder

97

Page 98: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

i) Details of Designing, supply, installation and commissioning of permanent head gear, other shaft fittings and other accessories by the Tenderer (Similar job).

(i) Details of works done by the Tenderer.

Sl.No. YearName of the work

with brief description

Value of work &

time taken to

complete the work

Annual turnover

value

Organization for which work was executed

Attach copies of: a) Work Orderse) Satisfactory Completion Certificates

(ii) Details of construction work. Sl.No.

YearName of the

work with brief description

Value of work & time taken to complete the

work

Annual turnover

value

Organization for which work was executed

Attach copies of: a) Work Orders b) Satisfactory Completion Certificates

(iii) Details of construction work presently on hand.Sl.No.

YearName of the

work with brief description

Value of work & expected time for completion

Annual turnover

value

Organization for which work was

executed

Attach copies of: a) Work Orders b) Satisfactory Completion Certificates

The experience document pertaining to sub contractor shall be certified by original Client for principle work and only such certificate(s) will stand for consideration

3. TECHNICAL RESOURCES:i) List of technical personnel available with the Contractor along with their

qualifications.ii) List of construction equipment/machines with documentary evidence.

4. EARNEST MONEY:Deposit of Earnest Money by:

Draft No: Drawn on:

Signature of the bidder

98

Page 99: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

Amount (Rs)

5. REGISTRATION DETAILS:

i) Details of registration / Enlistment with Government / Semi-Government Organizations.

ii) Certificate of registration as per statutory requirements under Contract Labour Laws as may be applicable.(Copy of proof of any correspondence/any license of previous works).

iii) If registered with the Company, quote Registration Number.

xi) ACCEPTANCE BY THE TENDERER OF THE GENERAL TERMS AND CONDITIONS AS PER TENDER DOCUMENT (attach signed copies).

Signature of the Tenderer.

Note: Separate sheets may be attached to furnish details, if necessary.Appendix – III

FORMAT FOR BANK GUARANTEE TOWARDS COVERAGE AGAINST PERFORMANCE, LATE DELIVERY PENALTY AND RISK PURCHASE.

In consideration of The Singareni Collieries Company Limited, Kothagudem Collieries P.O., PIN: 507101, Khammam Dist. (A.P) having agreed under the terms and conditions of their Order(s)No………………….. dated …………………… to accept ………………………….. Bank guarantee before making payment to makeup ……….. value of the equipment for due fulfillment of the Contract as per terms and conditions contained in the Order(s) on production of bank guarantee towards coverage against contract and equipment performance, late delivery penalty, risk purchase and guaranteed percentage availability in the space of Bank guarantee forRs………………………..(…………………)

We, the Bankers (……………………) through our Regional Office at ……………. For and on behalf of our constituents M/s. …………………………hereby execute this Bank guarantee and undertake to indemnify and keep indemnified The Singareni Collieries Company Limited, Kothagudem Collieries, PO 507101, Khammam Dist (AP) to the extent of Rs. ………………/- towards coverage against contract performance, late delivery penalty and risk purchase to The Singareni Collieries Company Limited, Kothagudem Collieries, PO 507101, Khammam Dist (AP) or their assignee, by reason of any breach of terms by the supplier as contained vide the terms of the accepted supply order, during the period of ……………. Months from the date ofdispatch or …………Months from the date of commissioning, whichever is earlier, are fulfilled for the good unto order.

We, the Bankers (…………….) further agree that this guarantee towards coverage against contract performance, late delivery penalty and risk purchase herein contained shall remain

Signature of the bidder

99

Page 100: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

in full force and effect during the period that would be taken for the performance of the Contract and that it shall continue to be enforceable till the dues of The Singareni Collieries CompanyLimited, Kothagudem Collieries, PO 507101, Khammam Dist (AP) under or by virtue of the contact have been fully paid up and their claims fully satisfied or discharged , till The Singareni Collieries Company Limited, Kothagudem, PO 507101, Khammam Dist (AP) or their assignee certified that the terms and conditions of the tender have been fully and properly carried out by the Contractor and accordingly discharged this guarantee subject however that The Singareni Collieries Company Limited, of their assignee shall have no right under this Bank guarantee after expiry of ……….. months from the date of its execution i.e. Upto …………………..

And we (the bankers) hereby undertake to pay any claim under the Bank guarantee on demand to the Company with out any reference to the said supplier a sum not exceeding Rs………………. For non-fulfillment of any of the terms and conditions of the Contract by the supplier.

We, ………………….. (the Bankers) further agree that if the demand is made by the Company for honoring the bank guarantee constituted by these presents we ………….(the Bankers) have no right to decline the same for any reason what-so-ever and shall pay the amount within a week from the date of such demand.

The very fact that we ……………..(the Bankers) decline or fail or neglect to honour the Bank Guarantee in any manner is a sufficient reason for the Company to enforce the bank guarantee unconditionally without any reference to the said supplier.

We……………….(the Bankers) further agree that a mere demand by the Company is sufficient for us to pay the amount covered by the Bank guarantee in the manner and within the time aforesaid without reference to the said supplier and no protest by the said supplier can be a valid ground for us to decline or fail or neglect to make the payment to the Company in the manner within the time aforesaid.

We ….. (the Bankers) undertake not to revoke this bank guarantee during currency except with the previous consent of the Company in writing.

The bank guarantee shall remain in force for a period of ……months from the date of dispatch or ………months from the date of commissioning, whichever is earlier, in period of time, subject to further that the Company shall have no right under this bond after expiry of the above period from the date of execution and we ……….(the Bankers) shall be relieved and discharged from all liabilities under this guarantee thereafter.

Signature of the bidder

100

Page 101: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

Appendix – IVFORMAT FOR CONTRACT AGREEMENT

THIS AGREEMENT made the ____________day of _______________ between____________ of ___________ hereinafter called “The Company”) of the one part and________________ of ________ (hereinafter called “The Contractor”) of the other part.

WHEREAS the company is desirous that certain works should be constructed, viz.,_________________ and has accepted a tender by the Contractor for the construction,completion and maintenance of such works.

NOW THIS AGREEMENT WITNESSETH as follows:In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in Conditions of Contract hereinafter referred to.

The following documents shall be deemed to form and be read and constructed as part of this agreement, viz.:

The Tender document supplied against Tender Notice No.__________.

In consideration of the payments to be made by the company to the Contractor, as hereinafter mentioned the Contractor hereby covenants with the Company to construct, complete and maintain the Works in conformity, in all respects, with the provisions of the Contract.

The Company hereby covenants to pay the Contractor in consideration of the construction, completion and maintenance of the works, the Contract Price at the times and in the manner prescribed by the Contract.

Signature of the bidder

101

Page 102: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

In witness whereof the Contractor _________ hereunto set hand and on behalf of the Company ________________ hereunto set his hands the day and year first above written.

Signed by the Contractor

Address

In the presence of witness

Address

Signed by on behalf of the Company

Designation

In the presence of witness

Designation.(Refer clause No.17.6.)

PRO-FORMA

AFFIDAVIT

(To be submitted by individuals/ proprietary concerns along with the tender)(To be executed on Non Judicial Stamp paper worth Rs.10/-)

I, ____________________ Son of Sri _________________aged______ years residing at _________________ hereby solemnly declare and state as under:

i) I intend to submit my offer to the Singareni Collieries Company Limited (SCCL) forundertaking the work of --------------------------------------------- as per scope of work at --------------------Mine Mandamarri Area , SCCL with reference to their enquiry No. --------------Dtd. ---------------.

ii) I have read the terms and conditions of tender document of the above said work andunder stood the same in their proper perspective.

iii) In compliance with the para No.17.6 of terms and conditions of tender documents, I am submitting this affidavit.

iv) In case the SCCL awards the aforesaid work to me, I hereby confirm that I shall deploy or engage only workmen who are my regular employees to execute the aforesaid work of the SCCL.

v) I also hereby confirm that I shall not deploy or engage any contract labour for executing the aforesaid work of the SCCL.

Signature of the bidder

102

Page 103: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

vi) I also agree to comply with the applicable laws for executing the aforesaid work of the SCCL.

D E P O N E N TSolemnly affirmed before me this day ______________

NOTARY PUBLIC/ EXECUTIVE MAGISTRATE

(Refer clause No.17.6.)PRO-FORMA

AFFIDAVIT

(To be submitted by Firms/ Limited Companies along with the tender)(To be executed on Non Judicial Stamp paper worth Rs.10/-)

I, __________________ working as ___________________ of M/s_______________registered under _____________ and having its registered office at _____________ hereby solemnly declare and state as under:

i) I am authorised to make this affidavit on behalf of M/s__________________

We, M/s _______________ intend to submit our offer to the Singareni CollieriesCompany Limited (SCCL) for undertaking the work of -----------------------------as per scope of work at -------------Mine,Mandamarri Area , SCCL with reference to their enquiry No. --------------- Dtd. ---------------.

We have read the terms and conditions of tender document of the above said work and under stood the same in their proper perspective.

ii) In compliance with the para No. 17.6 of terms and conditions of tender documents,we are submitting this affidavit.

Signature of the bidder

103

Page 104: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

Manwinding @ Shanthikhani

iii) In case the SCCL awards the aforesaid work to us, we hereby confirm that we shalldeploy or engage only workmen who are our regular employees to execute theaforesaid work of the SCCL.

iv) We also hereby confirm that we shall not deploy or engage any contract labour forexecuting the aforesaid work of the SCCL.

v) We also agree to comply with the applicable laws for executing the aforesaid work ofthe SCCL.

For and on behalf of the ___________

D E P O N E N T

Solemnly affirmed before me this day _________________

NOTARY PUBLIC/ EXECUTIVE MAGISTRATE

Signature of the bidder

104

Page 105: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex

ANNEXURE – I DESIGN AND DOCUMENTATION:

1. System General Arrangement

Preparation of General Arrangement Drawings of the total system indicating all the required fittings on the Winding Engine, Head Gear, Collar Platform, in the Shaft, Mid Landings and Pit Bottom Arrangements inclusive of Foundation Details of Head Gear and Winding Engine, the Electrical & Electronic Circuit Diagrams of Winding Engine and other Fittings.

The successful tenderer shall submit 3 sets of each system General Arrangement Drawings of the Total System to the Chief General Manager / General Manager, Mandamarri Area and to the GM(E&M) UGM, Kothagudem for scrutiny before sending the following drawing to statutory authorities for approval.

2. General arrangement drawings

I) Winder

a) Preparation of general arrangement drawings of Winder

b) Line diagram of Winding Engine illustrating its Major Parts and Safety Linkages

c) Preparation of detailed Fabrication / Manufacturing and Assembly Drawings of the Fast moving items, Electricals etc.

d) Line diagrams of the Control Panels, Equipments, Operation Manuals,

e) Test Certificates, Cabling Schedule,

f) Wiring Schedule of Control Panels etc.,

g) Detailed Design and load Calculation of Winding Engine, It’s Mechanicals, Electricals, Critical Load Bearing and safety Items

h) Preparation of Foundation, Reinforcement Details and Design Calculation of Winding Engine Foundation & Head Gear Foundations.

i) Preparation of detailed Location, Construction and Assembly Drawings (Plan & Section) of the Operator’s Cabin.

Page 106: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex

II) Head Gear

Preparation of general arrangement drawings of

a) Head Gear.b) Sheave Wheel Platform.c) Catch Plate Platform.d) Catch Dogs inspection Platform.e) Guide Rope Anchoring Arrangement and inspection Platformf) Emergency Evacuation Arrangement and Platform.g) Cage Receivers.

Stairs & Platforms for Head Gear and h) Preparation of foundation, reinforcement details and design calculation of

permanent head frame foundation and backstay foundations.

ii) Preparation of drawings, it s details, design and load calculations of permanent head frame, it s footings and backstays.

III) Pit top

Preparation of general arrangement drawings

a) For Collar Arrangement.b) Of Sliding Doors.c) Of Sliding Doors for “Q“Arrangement. d) Of Keps including it’s Superimposition along with Cage and Collar

Platform. e) Of Man riding platform including it’s gates, fencing and stairs.

IV) Pit bottom

Preparation of general arrangement drawings

a) Of Shaft gates, cage landing, slow banking platforms etc., at shaft and insets.

b) Of Protective Roofing.c) Of Pit Bottom Buffers including it’s Superimposition along with Cage

Landing and Position of Guide Ropes.d) Of Sliding Doors for “Q“arrangement. e) Of Guide Rope Anchoring Arrangements.f) Of Cheese Weight Inspection Platform including Ladder Ways and

Inspection Arrangements etc. g) Of Man Riding Platform including its Gates, Fencing and Stairs.

Page 107: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex

V) Detailed drawings

a Preparation of detailed fabrication/manufacturing drawings of the above bc Preparation of detailed fabrication/manufacturing drawings of catch dogs, d cages, Keps etc., e

Submission of one set of reproducible tracing of all the above drawings and complete documentation of the system.

(Both hard and soft copy for all the above)

The successful Tenderer should submit the above drawings after obtaining approval from the statutory authorities / CMPDIL/MECON/CMERI etc., before supplying of the required items.

υυυ

Page 108: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex

ANNEXURE – II

I WINDER

A. The Winder is used in mine shafts for movement of men and materials. The winder should be operated with totally enclosed air cooled motor with digital control thyrister drive, PLC for interlock and signaling system along with HMI ( Human Machine Interface ). The Winder shall consists of two drums and one of them being fixed / keyed to the Main Shaft known as Fixed Drum and the other one Loose Drum is being driven via multi toothed clutch. While clutch slides on hexagonal shape drum shaft the actuation is operated by hydraulically operated cylinders with necessary inter locking. One end of rope attached to cage and other end anchored to the drum.

B. The proposed Double Drum Winder shall consist of DC motor with thyrister drive as mentioned above, with all protections as detailed in the Annexure IIA. Driver Control Desk with Brake Controller, non-contact type Joystick Speed Controller, with Dead-man Switch, Telephone Hand Set and Bell Signals etc. Speed indicator-cum-automatic contrivance (Electronic type) with built in over wind, over speed and slow banking protections with speed recorder and total interlocking to the winding system with dynamic braking. The automatic contrivances, power brake and speed chart recorder shall be of DGMS approved type as detailed in Annexure II-A.

Technical Data:-

1. Type of shaft / Dia : Vertical / 7.5 mts (finished)

2. Depth of shaft : 375 mtrs

3. Depth of wind : 365 mtrs

4. System of Wind : Balanced

5. Motor KW, RPM, and Type : To be specified.

6. Winder Type : Double drum driven by Totally Enclosed Air Cooled Motor with

Digital Control Thyrister drive, PLC for interlock and Signaling System along with HMI.

7. No. of drums / centre to centre : 2 Nos. / To be specified.

1

Page 109: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex8. Drum dia : To be specified

9. Drum Width : To be specified.

10. Drum design : Split type

11. Method of attachment : By clamping inside the drum. of rope to drum (To the drum and between rope coils)

12. Construction of rope : Fully locked coil

13. Size of rope / speed : To be specified,

14. Pay load (50 men @ 80 Kgs) : 4,000 Kgs.

15. Site conditions :

a) maximum ambient temperature : 50 degree C

b) Maximum relative humidity : 100 % (Max.ambient temperature and

max. relative humidity are not not likely to occur simultaneously)

c) HT Power Supply : 6.6 KV +/- 5%, 3 Phase, 50 Hz, 75 MVA

d) LT Power Supply : 415V +/- 5%, 3 Phase, 50 HZ, 28MVA

16. Equipment : All underground equipment shall be of flame proof and intrinsically safe as per the prevailing I.E. Rules and the DGMS specifications.

17. Maximum no.of persons to be conveyed in a shift: : around 550 / Hour.

( however, no of persons to be accommodated shall be specified)

18. Cage design / weight :Double Deck Cage / To be specified

19. Clutch arrangements : There shall be arrangement to declutch the loose drum at the time of re-capping and maintenance, if required.

2

Page 110: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex

20. Clutch interlock : Interlock between clutch and the loose drum brake, testing of brakes individually etc. shall fulfill the requirements as per CMR, 1957

21.Brake & Brake device : (This shall fulfill the various requirements as mentioned in CMR 1957 )

a) Type of brake : ‘ON’ / Post type (Disc brake)

b) No. of brakes : One on each drum

c) Power input for Brake : Hydraulic with Power pack( Tenderer to specify the capacity and make of the Power Pack to be supplied)

d) Lining of brake : Ferrodo lining

e) Emergency brake : (This shall fulfill the various requirements as mentioned in CMR 1957 )

f) Electo-Hydraulic Thruster Brake : shall be provided on the extended input shaft of the gear box and motor .

22. Safety devices :

a) Depth indicator : Vertical Column Type / Dial Type with limit switches to take care over wind & slow banking with warning bell.

b) Speed indicator –cum -automatic contrivance : Electronic type

c) Speed chart recorder : Electronic type

Details in Annexure-IIA

d) Motor controller : Reputed make thyrister drive suitable for Motor rating. e) Type of Winder Control : Manual and Auto (Selector)

3

Page 111: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex

f) Communication : Bell signal & telecommunication arrangement between on setter and the banks man and between Banks man and the operator has to be provided as per the requirements of CMR –1957.

C. SIGNALING SYSTEM :

a) There should be two independent distinctive and definite means of transmitting signals between top of the shaft and the landings in the shaft. The Electrical Signalling Bell conforming to DGMS Stipulations, shall be interlocked between the landing level and mid landing to avoid confusion and bell collusion, if any, and shall consist of :

- 1 No. master banks man board :

will have a main bell, level reset push buttons with indication, Keps Indication, Level & Keps Relays, Step Down Transformer, Rotary Switch with men / material / shaft inspection.

- 1 No. winder driver board:

will have level & keps indication, reset & repeat push button, rotary switch for man / material/ shaft inspection & telephone communication between master Banks man and winder driver.

- Required number of Signal bells, push button & indication boards for individual level bell signals.

- Suitable ‘KEPS’ boxes for individual level ‘KEPS’ operation.

D. WINDER ELECTRICALS - GENERAL DESCRIPTION AND CONTROL SYSTEM

1.0 GENERAL DESCRIPTION

1.1 Skip / Cage hoisting overview1.2 Technical data & hoisting capacity1.3 Drive system1.4 Single line diagram1.5 Equipment list ( Electrical)1.6 List of JB's , Control Desks/Posts/Pedestals & Local Control Boxes1.7 General Arrangement of Equipment.

4

Page 112: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex

2.0 FUNCTIONAL DESCRIPTION OF CONTROL POSTS / CONTROL DESKS AND LEVEL BOXES

2.0 General2.1 Main Control Desk in Operator's cabin2.2 Control Pedestal2.3 Level Box2.4 Control Plate2.5 Operator Control Desk, at Loading Station2.6 Window Annunciator on Main Control Desk2.7 Blocking Box

3.0 AUTOMATIC CONTRIVANCES & WINDER SUPERVISORY SYSTEMS

3.1 Winder Supervisory systems3.2 Drive Regulation tasks3.3 Winder Controller tasks3.4 Mine winder supervision

4.0 WINDER INTERLOCKING SYSTEM

4.1 PLC Hardwired system4.2 Safety circuit4.3 Winder interlocking4.4 Signalling system4.5 Sequence of Operations4.6 Annunciation & MMI communication

THE PROPOSED THYRISTERISED D.C DOUBLE DRUM MINE WINDER

GENERAL DESCRIPTION

1.0CAGE HOISTING - OVER VIEW

a. The proposed DC Winder at Shanthikhani Longwall Project, Mandamarri Area of Adilabad District, SCCL is intended for Cage hoisting ( Men, materials etc.,). The system shall have a double drum winder driven by a DC Motor through gearbox installed at 0 m level.

b. The traveling distance and the various levels for Cage is

L1 -Cage station L1 - Banks man, 0m level

L2 -Cage station L2 - Salarjung Seam at 365.0m Level5

Page 113: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding AnnexL3 -Cage L3 - Pit bottom Level -spare

c. The DC Winder should comprise double drums driven by a DC motor with a suitable rating through a reduction gear box and having facilities of a thruster brake. The hoisting speed shall be achieved by Thyristor fed DC Drive system, Thyristor Converter with digital drive regulator.

d. The closed loop speed control system shall provide the facility of controlling the drive for acceleration / creeping / steady speed / deceleration / stopping at required levels.

e. The level positioning of Cage at various levels through out its travel in the shaft shall be monitored through a pulse tacho mounted on the drum. The tacho shall be connected to the dedicated Winder Controller Technology Board mounted in the drive cabinet. The winder supervisory functions are also carried out in this board. Cage position monitoring in the end regions and stopping regions is through mono stable magnetic switches.

f. The winder shall have to be controlled from the main operator desk through the main PLC (Reputed make). Winder operations, winder interlocking, external devices, supervision of fault, etc; shall be controlled by the PLC which is connected to the PROFIBUS as per the PLC Configuration diagram.

g. The position of Cage throughout its travel in the shaft shall be shown on PC based depth indicator on PC screen located in the main operator control desk.

h. The winder brake system shall be provided by the supllier. For safe operation / braking of the winder, the drive hard wired safety is to be employed through relays located in the PLC panel.

i. The brake shall not be released until the SAFETY CIRCUIT is energized. The conditions for energizing Safety Circuit are

i) that there is no over wind condition,

ii) drive regulator shall be healthy,

iii) Electrical main and aux supply to drive shall be healthy,

iv) Availability of sufficient air pressure for brakes

v) keps to be operated,

vi) gates to be closed and

vii)other required safety features.

6

Page 114: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annexj. The operator should have Safety Trip Push Button (PB) and

Emergency Stop PB on his desk to trip the safety circuit in case of emergency and Winder operator control desk along with control lever with dead man switch, control pedestal, brake pedestal with brake control lever and Human Machine interface are the part of operator stations.

k. Signaling and communication system include Master banks man board, Winder driver board, indication board at required Seams, Keps boxes at required Seams and telephone communication between master banks man and winder driver and banksman to different landing stations. Specific signaling system should be provided such that signals received from different landings should be different from each other. Whenever cage is operated from one landing level then the other landing level signals should not work, even them they operated that should give buzzing sound only. Cage lighting and cage communication system should be provided.

1.2 TECHNICAL DATA & HOISTING CAPACITY OF WINDER TO BE SPECIFIED BY THE TENDERER / SUPPLIER.

1.2.1: CAGE

Winder :

Effective Drum diameter :

Driving mechanism :

Payload :

Hoisting distance max :

Hoisting speed :

Hoisting time :

Hoisting interruption :

Hoisting Cycle :

Theoretical number of cycles :

Acceleration / Deceleration :

Braking :

1.2.2. TECHNICAL PARTICULARS OF DC MOTORS TO BE PROVIDED BY THE SUPPLIER:

7

Page 115: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding AnnexMake :

Frame type

Rated Output :

Rated speed :

Rated armature voltage :

Rated armature current :

Rated Excitation Voltage :

Rated Excitation Current :

Insulation class :

Degree of protection :

Method of cooling :

Mounting arrangement :

1.3 DRIVE SYSTEM

a. The primary task of a mine winder is to move a loaded conveyance by means of rope from an underground station through the shaft to surface or vice versa for a loaded cage to move down the shaft. During each wind, the motor is accelerated according to the duty cycle and again decelerated after a constant speed phase, and this, alternately in both directions of rotation.

b. The drive system should have the following:

The closed loop control system of 3 phase 6-pulse thyristor - fed D.C. winder is by continuous Armature reversal and unidirectional single phase field control.

c. The automatic control of winder should follow the duty cycle closely. A prerequisite for this, is the correct guidance of the speed reference value according to the duty cycle.

d. For acceleration a ramp is super imposed on the speed reference value. The rise time of the ramp is set according to the required acceleration. At the peak of the ramp, the full - speed set point has been reached and the motor rotates at constant speed.

8

Page 116: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annexe. For deceleration, the speed reference value is formed from the square root of

the remaining distance and the preset deceleration. The reason for this position -dependent guidance of the speed reference value are

firstly, safety requirements, i.e; to prevent over winding at dangerously high speed

and

secondly, to achieve exact and optimum - time stopping of the conveyance.

f. The position tracking and the formation of the speed distance parabola for the deceleration phase are part at the winder controller and associated position control.

g. During semi - automatic control, the ramp generator and winder controller, are only effective, if the drum exceeds the permissible limit during acceleration or falls below them during deceleration.

h. In the control chain, the ramp generator precedes the speed controller, the output voltage of which gives the armature current reference value both in magnitude and direction. The armature current limiting at rated flux density in the machine is achieved by limiting action of the speed controller. The field control is independently operating in a closed loop system. The complete drive regulation system is standardised for an armature reversible DC drive in the DC Master regulator of a reputed Company.

i. The winder control system for the shaft DC winder for Cage should mainly consists of five major electrical equipments

• The winder DC motor and associated thyristor power converters.

• Micro processor based digital drive regulator and winder controller Simoreg DC Master and T-400 Technology module) or its equivalent.

• Programmable logic controller (PLC) with hardwired safety relays for winder interlocking & Brake hydraulics,

• The PC based HMI with driver controlled desks & pedestals

and

• Signaling and communication system including cage communication

9

Page 117: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex

j. The above power & control equipment should integrate the complete winding system and implement all tasks involved with the safe operation of Winders like,

• Drive control, closed loop current controls

• Winding (speed - distance ) controller

• Safety circuit

• Safety braking controls Interlocking, Automatic sequences for hoisting

• End of winding trip out circuits

• Electrical braking trip out circuits

• Supervision, fault messages handling

• The hydraulic disc braking system for the winder is provided by the supplier.

1.4 SINGLE LINE DIAGRAMS

a. Single line diagrams and drive configuration shall be enclosed in this Section.

b. Line diagrams of the control panels, equipments, operation manuals, test certificates, cabling schedule, wiring schedule of control panels should be supplied by the successful bidder.

i) DRIVE DETAILS OF D.C. WINDER MOTOR SUITABLE FOR THE PROPOSED WINDING ENGINE

Type :Make :Power : Voltage/Current : Speed : Motor field :

ii) THYRISTOR CONVERTER TRANSFORMER SUITABLE FOR THE DRIVE

10

Page 118: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex

Rated KVA :

Over loads : 200% load for 60 Secs applied frequently.

Rated primary voltage : 6.6 / 3.3KV +/- 5%, 3 phase, 50Hz.

Fault level at 3.3KV : 75 MVA.

Rated secondary voltage :

Percentage impedance :

Transformer type : AN cooled

Type of Insulation :

Vector Group : Dy11

iii) THYRISTOR CONVERTER

Thyristor converter equipment should consist of 3 Phase, 6 Pulse reversible thyristor bridge for armature and 3 Phase, 6 Pulse non-reversible thyristor bridge for field.

4. Specifications suitable for the drive should be specified by the Tenderer / Bidder

a. ARMATURE BRIDGE FOR CAGEBridge make : Bridge type :

Max. Continuous current :

b. FIELD BRIDGE :

Bridge make : Bridge type : Max. Continuous current :

5. DIGITAL DRIVE REGULATORDigital Drive Regulator should be a micro processor based controller. A Fully automatic closed loop speed Control of D.C Motor and winder control (conveyance position control) is to be implemented in this controller. Armature Current control, Speed control, ramp and Jerk Control are all should be a part of the Controller functions.

11

Page 119: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding AnnexType :Make :

6. MOTOR CONTROL CENTER

MCC should have the following:

415V, 3phase AC motors and other auxiliary 415V / 240V supply feeders are controlled from MCC. MCC is a free standing, floor mounted, single front, non draw out type suit of metal clad panels. Manually operated, fixed type MCCB with earth leakage relay, voltage/current meters and RYB indicating lamps are the components in the incomer. Out going feeders comprise DOL starters for AC motors and supply feeders for other electrical equipment's like UPS, lighting etc.

i. When driver selects the auto mode, the cage control is given tothe cage man for operation of cage movement. Driver will onlysupervise the following ( provision shall be provided on selection mode).

ii. Onsetter at any level selects the required level in the 8 positionselector switch and presses the destination button.

iii. Engine driver receives lamp indication and bell signal same asdescribed for manual signalling in point 1.

iv. Similar to point 3 as given in manual signalling, the winder shall be locked for passenger entering/ coming out of the cage. When the cage man unlocks the winder after closing the gate following action takes place.

a.) Green lamp glows in front of the cage b.) The driver receives continuous bell which he can cancel by "Bell Cancel” PB c.) "Winder locked" lamp and "gate not closed" will be “ off”.

5. After canceling the bell by "bell cancel" PB the winding start bell will be given for 4-6 seconds and winder shall start.

Following criteria are fulfilled for the auto signalling for start of winder. Brake lift signal doesn't exist. Emergency signal doesn't exist. Auto mode winding is selected. The cage is flushed to a level.Cancel bell pressed or winding announcement accepted by engine driver.

1.5 EQUIPMENT LIST

1.5.1 LIST OF EQUIPMENTS TO BE SUBMITTED BY THE SUCCESSFUL

12

Page 120: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex BIDDER

1.6 LIST OF JB's/ CONTROL DESKS/ POSTS/ PEDESTALS/ LOCAL CONTROL BOXES ETC.

TO BE SUBMITTED BY THE SUCCESSFUL BIDDER

1.6.1 LIST OF JB'S: These junction boxes with terminals each are to be supplied by the successful bidder

1.6.2 LIST OF CONTROL DESK / PEDESTAL/LEVEL BOXES/CONTROL PLATE

TO BE SUBMITTED BY THE SUCCESSFUL BIDDER

1.7 GENERAL ARRANGEMENT OF EQUIPMENT

The suitable DC winder at Shanthikhani Longwall Project is to be intended for men, material hoisting. The DC Double drum winder shall be located at the surface level. The vertical shaft has 2 shaft stations for cage winding namely surface (Level 1 at 0.0m) Salarjung Seam (Level at -365.0m) Basically , the electrical equipment supplied by the supplier should be located in the following areas.

1. DC Double Drum Winder room2. Electrical Control Room 3. Operator (Driver) cabin 4. Vertical shaft area at 0.0m and at head gear.5. Seam levels at 365M

1.7.1 THE DC DOUBLE DRUM WINDER ROOM SHOULD COMPRISE THE FOLLOWING:

a) The Double drum winder driven by DC Motor through gear box shall be located in the winder room at surface level. Two nos pulse tachos one each on DC motor shaft and one on drum shaft provides pulses according to the speed of the motor and drum respectively. The pulse signals are transmitted to the drive cabinet located in the control room for further processing.

(NOTE: A Fail safe arrangement, in case of failure of Pulse Tacho Couplings to be provided for both Drum & Motor)

b) One no. proximity switch and 1 no. roller type limit switches are to be mounted on each of the mechanical depth indicator for sensing over wind.

13

Page 121: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding AnnexTwo no.s magnetic switches ( bistable) one each for each conveyance is to be provided in the shaft for sensing over hoist.

1.7.2 The winder brake system to be supplied by the successful bidder will have;

TO BE SUBMITTED BY THE SUCCESSFUL BIDDER

1.7.3 ELECTRICAL CONTROL ROOM AND TRANSFORMER PEN (SCCL SCOPE)

Thyristor converter transformer 6.6 KV / 3.3KV / 415V, 400 KVA AN supplied by the supplier shall be located in a separate ventilated transformer pen adjacent to electrical control room. LT MCC, Thyristor Converter drive system cabinet and the PLC for winder interlocking shall be located in the ventilated electrical control room. The 415V supply to the drive cabinet shall be coming from transformer LT box. The PLC panel board should have a set of hardwired relays used for the safety circuits.

1.7.3 OPERATOR (DRIVER) CABIN

The operator cabin shall be of airtight, sound proof, fully air conditioned. The required partition, providing air conditioners, high standard furnishing to the roof, floor and sides are in the scope of the Tenderer. The Operator cabin shall be equipped with Main Control Desk , HMI PC , Control Lever, Brake Lever and Control Pedestal. All these equipments shall be interfaced with PLC/Drive cabinet. The main Control Desk is provided with 2 sets of 18 window annunciator indicating the status of various sensors, equipment ON/OFF switching status, speed selection etc. The window facia lamps shall be energized by the PLC.

1.7.4 VERTICAL SHAFT AREA, SHOULD CONSIST OF THE FOLLOWING:

a) In the vertical shaft, for the conveyance, magnetic shaft switches shall be provided to monitor the conveyance landing position at various levels. In total 8no.s Monostable magnetic shaft switches and 8no.s bistable magnetic shaft switches are to be used. The switches are to be located on the wall of the shaft whereas the magnet shall be mounted on the corresponding conveyance.

b) The switches / sensors locations should be as per the requirement of SAFETY SWITCHES given. For Cage at each level , is a Level Box, a Signalling Bell Control Plate , Blocking Box and a telephone is to be provided for the cage man to run the cage in auto mode or to communicate with engine driver through signaling / telephone.

14

Page 122: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annexc) 8 no KEPS ON/OFF proximity switches are to be provided (4no.s

at 0 level) and 4 no proximity switches are to be provided for over wind.

1.8 CABLES

Power cables, control cables, screen cables and profibus communication cables for the complete project are to be procured by the supplier as per the cable scheduling. The actual lengths of the cable are to be calculated jointly by the supplier and SCCL as per the equipment layout and routing of cables. Power cable, control and screen cables are to be laid in separate trays. Communication cables are to be laid in metallic conduits. These should be executed as per relevant IS standards, IE Rules & Relevant DGMS requirements.

2.0 FUNCTIONAL DESCRIPTION OF CONTROL POST/CONTROL DESKS & LEVEL BOXES

TO BE SUBMITTED BY THE SUCCESSFUL BIDDER

2.1 GENERAL

a) The winder operator should have the following on the control desks in his cabin i) Main control desk ii) Right pedestal iii) Brake lever For cage winding ,

b) At each level in the shaft (L1and L2) following control boxes are provided.

Level boxBlocking switch boxBell & Hooter control plate

c) The control description of various push buttons , lamps etc at different desks/posts/box are described in the following pages.

2.2 MAIN CONTROL DESK IN OPERATOR'S CABIN

Functional description shall be specified by the successful bidder

2.3 CONTROL PEDESTAL

Functional description shall be specified by the successful bidder

2.4 LEVEL BOX (CAGE WINDER)

15

Page 123: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding AnnexFunctional description shall be specified by the successful bidder

2.5 CONTROL PLATE

a) A control plate having one bell and two hooters are to be provided at the 2 shaft stations for the cage winder.

b) In the control plate the bell is for "single stroke signaling" , one hooter for indicating the start of winding ("winding to start") and second hooter is emergency hooter("emergency").

d) Communication arrangements between level to level, level to operator, level to banksman are also to be provided.

2.6. ONSETTER CONTROL DESK AT 365M LEVEL:

Same as that of 0 Level

2.7. WINDOW ANNUNCIATOR ON MAIN CONTROL DESK SHOULD HAVE THE FOLLOWING:

Various equipment/drive system status shall be indicated through window facia lamps energized by Main PLC. These shall be as follows.

Annunciator 1

1. DC Contactor ON/OFF2. KEPS IN/OUT3. Safety Circuit Healthy/Trip/Ready to close4. Auto Start Locking OK5. Gate Open/Close6. Brake on/off7. Hydraulic Pump On/Off/Air pressure OK8. Emergency Stop indication9. Tacho function10.Tacho by-pass, etc,

Annunciator 2

1. Left Clutch in/out2. Right Clutch in/out3. Loading/Unloading completed4. Auto/Manual mode selection lamps5. Men/Rope Inspection/Shaft Inspection6. Over Hoist/Over Wind taken place7. Winder Locked condition, etc,,

16

Page 124: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex

3.0 AUTOMATIC CONTRIVANCES & WINDER SUPERVISORY SYSTEM

3.1 AUTOMATIC CONTRIVANCES

3.1.1 AUTOMATIC SPEED CONTROL

a) The automatic control of winder should follow the duty cycle as specified in the winding system . For this a correct speed reference value according to the duty cycle is to be given to the automatic speed control system.

b) The winder D.C motor should have speed control in automatic mode as well as in manual mode. During Automatic mode internal reference and acceleration time specified in automation system will be the reference for the speed control. In manual mode operator uses the control lever for accelerating and decelerating the drive.

c) The actual motor speed feedback signal is to be obtained from the Pulse Encoder ( Pulse Tacho) mounted on the motor shaft and compared with the speed reference in the speed regulator. The error speed signal is to be controlled in the speed regulator.

d) During Automatic contrivance the motor speed reference should be derived from digital mine winder controller. Mine winder controller gives reference value and reduces it in decelerating zone to stop the motor smoothly at desired level or at end positions . A distance based speed reference limit is to be generated in the decelerating zone.

e) Reversible Armature bridge should help the drive to run in reverse direction and to stop the motor by regenerative breaking. Motor Torque reference is to be modified automatically depending upon the requirement of torque at that moment. The Forward and Reverse bridges shall be selected according to the demanded torque direction. By this way a complete closed loop system is to be established for the Mine winder drive.

3.1.2 DIGITAL WINDER CONTROLLER AND DEPTH INDICATOR

a) The position tracking and the formation of distance dependent speed reference limit for the decelerating zone should be a part of the digital winder controller.

Here the maximum i.e.

17

Page 125: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex100% Speed =>75% Speed =>50% Speed25% Speed

b) A PC based Man Machine Interface is also to be provided in the operator cabin where the operator can watch online graphics of cages moving up and down, loading, unloading cycles, drive parameters, Fault and Alarm details.

.3.1.3 OVER SPEED AND OVER TRAVEL PROTECTION

a) Conveyance speed shall be monitored throughout the shaft travel by way of continuous supervision of continuous speed ,over speed, armature current, field current ,and reverse run supervision.

b) The speed reference value assigned to each shaft switch mounted at a particular depth compare with actual speed value thus giving the point by point speed supervision.

c) All the levels should provide with mono-stable magnetic switches for sensing the cage position. Magnetic switches shall be provided at over-wind position to operate for instantaneous hydraulic brake / Air brake in case of over travel. The winder controller should also trips the safety brake on sensing the over travel of the cage thro counting the pulses and comparing with the designed & set reference number of Pulses.

d) Provision shall be made for testing of over speed, over winder as required under various regulations of CMR-1957.

3.2 WINDER SUPERVISORY SYSTEM

3.2.1 CONTINUOUS SPEED SUPERVISION

Should be specified by the successful bidder

3.2.2 ACTUAL AND REFERENCE VALUE MONITORING FOR CURRENTS

Functions should be furnished by the successful bidder

3.2.3 SUPERVISION OF SHAFT SWITCHES

18

Page 126: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding AnnexWorking condition of the shaft switches are also to be monitored. When the cage shall be crossing the shaft switches in UP direction, then the conveyance moving in up direction resets the bottom shaft switches. In case any of the bottom shaft switch fails to reset, then the shaft switch monitoring circuit should operate and initiate a fault on the banksman desk. Same is to be for the case for shaft switches mounted on top side. Thus at every cycle the healthiness of the shaft switches are to be monitored.

3.3 DRIVE REGULATION TASKS:

3.3.1 Drive Regulation:- a) This tasks should cover the speed reference and feedback calibration with

limit circuit, speed reference ramp formation with jerk control, speed regulator reference formation.

b) Functions of the drive regulation should be specified by the successful bidder.

3.3.2 DC Motor protection task

All the alarms and trips level for DC Motor Armature current, Armature DC Voltage, motor field current, motor speed, motor thermal overload and speed feed back tacho loss is to be monitor under this task. Any of the above alarms is annunciated and fault level initiates tripping of system. Spurious tripping is to be avoided by providing a designed & permitted time delay in sensing the respective fault tripping command.

3.3.3 Continuous supervision of DC drive parameters.

To be specified by the successful bidder

3.4 WINDER CONTROLLER TASKS

This task should cover cage depth calculation, generation of speed limit during braking zone and monitoring of conveyance at different level.

3.4.1 CAGE WINDER

a.) Depth Calculation:-

b.)Generation Of Speed Limit During Braking : - Loaded Cage

3.4.3 MONITORING OF CAGE LEVEL

19

Page 127: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding AnnexThe different level of cage operation should be monitored by comparing different level set point and the cage depth at a particular required instant of time.

3.5 MINE WINDER SUPERVISION

(1) Point Wise Supervision :- The point wise supervision shall be used to monitor winder speed at different desired depth in the shaft during braking. It is nothing but to monitor speed and distance relation for a given Deceleration value following the formula given below.

v2 = u2 - 2 a s(2) Supervision of Pulse Tachos(drum, rope slip & motor tachos) :-

To be specified by the successful bidder.

(3) Supervision of Shaft Switches :- All the shaft switches mounted on the cage side must be supervised to avoid the false operation, when cage is coming up, all the shaft switches of cage side must work in correct sequence and vice versa for down direction.. The false operation of any of the shaft switches for selected direction should generate shaft supervision fault.

4.0 WINDER INTERLOCKING SYSTEM.

4.1 PLC HARD WIRED SYSTEM.

The Winder interlocking and the brake hydraulic functions/air brake functions should be carried out in PLC through software, however the safety circuit for brake are envisaged through relays mounted in relay panel (part of PLC). The input & output connected to PLC.

4.2 SAFETY CIRCUIT (Hardwired relay scheme)

a) The safety relay is to be hardwired and is to be energised when the complete electrical system is healthy and the safety circuit RESET/SAFETY ON push button is pressed.

b) The safety circuit allows the brake to lift, provided the following electrical conditions are required to be fulfilled.

• The Thyristor Incomer ACB is closed• The thyristor converter feeding the motor is in healthy condition and

there is no fault in the power system• DC contactor is closed. • Air pressure/hydraulic pressure OK for brakes• Gates are closed

20

Page 128: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex• The supervision monitoring done in Winder controller is healthy. • Safety Brake Trip Command push button is not pressed.• Over wind / under wind switch not operated for Cage• Motor over speed protection functioning• Keps are closed.

If it is operated the safety circuit shall trip and safety braking will come into force

Safety Circuit Trip

The safety circuit should be tripped by the operator on pressing SAFETY TRIP push button.

Emergency Trip

The emergency relay shall be always in energised condition through the NC contact of Emergency push buttons provided at each level and also on the driver desk. By pressing emergency PB from any level , the Emergency hooter is to be made on alarm with an indicating lamp. Emergency PB's are to be provided at each operator's desk and on the Level boxes for the cage winder.

The emergency relay is to be reset by driver "Emergency Reset" push button when brakes are in applied position .

Back Out Operation

a) When the conveyance over travel switch is operated (sensed directly by the switch or by the winder software scheme), the safety relay should be dropped and brake shall be applied. However to bring back the conveyance to its normal position from the over traveled position, the above interlocking is to be by passed via backout relay contact and the corresponding conveyance directional relay.

b) During the above back up operation, the drive can be operated under manual mode only.

Winder Blocking (in Cage Operation) To be specified by the successful bidder

4.3 WINDER INTERLOCKING

4.3.1 GENERAL

21

Page 129: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding AnnexInterlocks required for Manual/Auto operations of winder should be done in winder interlocking. This shall cover the following.

- Auto selection / Manual selection

- Men winding / material winding / shaft Inspection / rope inspection selection

- Auto start ready conditions, auto start command

- Conveyance up reference

- Brake close / open conditions

- Brake auto command / Brake manual command

- Enabling speed regulator, current regulator

4.3.2 MODE OF OPERATIONS

The operator shall select mode of operations and winding type using the following selector switches mounted on the control desk.

1. Auto / Manual selector switch : For selecting mode of operation2. Men / Rope inspection / shaft inspection selector switch : For selecting

type of winding3. Normal / Emergency selector switch : This switch is put in normal

mode for hoisting.4. Over speed operation for testing purpose.

Selection should be done only if the following pre-conditions should also to be satisfied.

- Control lever shall be in applied position- Brake shall be applied- Winder shall be at zero speed

For auto winding selection the following additional conditions should also to be satisfied.

- Auto mode shall be selected in the operator desk- The Conveyances shall be at loading / unloading station.- Emergency operation shall not be selected- Back out PB shall not be pressed

Winding is to be done in manual mode if manual mode to be selected in the operator desk.

22

Page 130: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding AnnexSelected mode shall remain latched until the other mode is selected even if initial conditions change. Rope inspection and shaft inspection shall be done only in manual mode. Rope inspection and shaft inspection shall be done when the selector switch is in corresponding position only in manual mode. Mode and winding type selected shall have to be indicated on the operator desk.

4.3.3 PRE-START CONDITIONS

Following conditions shall have to be met before AUTO/MANUAL START of Cage is commenced.

Safety circuit shall be healthy.Hydraulic pump shall be in running condition / Air Pressure shall be OK.

Type of winding

AUTO/MANUAL mode is selected.

4.3.4 CAGE OPERATION IN AUTO MODE

A. In the Automatic operation mode, the start command from any level should be possible when following conditions are fulfilled.

1. Pre-start conditions OK 2. Auto Start Locking circuit is ready3. Men winding is selected.4. Level gates are closed and winder is not locked.5. Cage direction of movement is registered.

B. Cage Direction of movement

The Cage direction is to be based on whether the Cage is stationed at top most level or bottom most level. The direction signal shall have to be registered when following conditions are OK.

> Auto Mode is selected.> Safety trip push button is not pressed.> Brakes are ON.> Destination signal from any level is given.

The direction of Cage movement is to be selected in the software based on the different requests from various levels. The direction signal is to be given to drive regulation for speed direction.

C. Auto Brake Open/Close Command

Brake Auto command for Open / Close shall have to be effective when23

Page 131: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex

1. Brake hydraulic pump is ON / hydraulic pressure OK.2. Auto mode selected.3. No emergency signaling.

The brake open reference in Auto mode shall have to be released with the above command and with the following conditions.

- Auto signaling from cage operator is received.- Auto Start locking conditions are fulfilled and Auto Start command is

given.

- Brake is applied (Brake ON monitor switch).The Brake open command remains latched unless the conveyance reaches the other level.

- Or emergency signal is ON- Or Safety circuit is OFF, provided the winder

speed is zero.

If any of the above conditions occur, the brake close command shall be effective.

C. Auto Speed & Current Regulator Deblocking / Blocking.

a) Speed regulator enable command in Auto mode is to be given to the drive regulation when auto Brake open command is ON and also Safety circuit is ON.

b) Current regulator enable command shall be given to Drive regulation with time delay after Speed regulator is deblocked provided DC contactor is ON. Speed regulator is blocked if

1. Safety relay has tripped and 2. Or Brake close command is ON.

4.3.5 MANUAL OPERATION OF WINDER

a) In manual mode, the operator shall operate the winder through control lever situated on the right pedestal.

b) In manual operation, following sequence and interlocking shall follow.

1. Type of winding is selected.-Men/Material/Rope/Shaft inspection.2. Manual mode is selected.

24

Page 132: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annexc) With the above selections speed reference in manual mode for

men winding, material winding, rope or shaft inspection shall be formed in drive regulation.

A. Brake manual command

This signal shall release the Brake lever in manual mode. The signal shall be obtained when following conditions are fulfilled

1. Hydraulic pump is ON / hydraulic pressure OK. 2 Winder is not locked.3 Gates are closed.

The above lock out conditions should be fulfilled before each start of the wind. When the above conditions are OK the Brake lever is to be released. The initial conditions are bypassed when the Brake pressure is high (Brake OFF).

B. Speed Regulator Release

In manual mode , the speed regulator is to be enabled when 1. Safety circuit is healthy.2. Manual mode is selected.3. Brake lever is in released position

Current regulator is to be enabled with time delay (similar to Auto operation).

The Regulator shall be blocked if safety circuit is tripped . The current regulator is released/blocked as explained for auto operation.

C. Speed Reference.

The control lever is also to be moved by the engine driver as the brake lever is to be released. The output of the control lever provides the speed reference which is limited to the preset speed reference based on selection or type of winding i.e. men winding, rope /shaft inspection.The Operator watches the "requests for cage" requested from various levels / Banksman in the HMI provided on the desk , and he operates the lever forward or reverse for UP and DOWN direction of the Cage.

4.4 SIGNALLING SYSTEM

25

Page 133: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex4.4.1 BELL SIGNALLING SYSTEM - CAGE Operation

4.4.1.1 GENERAL

a) For cage winder, there shall be stations (levels) . On each level , there is a Level box, a Blocking switch box and a Bell control plate (mounted with one bell and two hooters) . A cage man always travels along with the cage.

b) Irrespective of direction of hoisting, the cage will decelerate automatically and align to the respective level. The moment, the cage operator in the cage operates the blocking switch, a red light near the gate lights up indicating that the winder operation is blocked and it is safe to come out or enter the cage. When blocking switch is released, then a green lamp shall glow at the top and bottom deck. The Blocking switch is lockable in both positions and the same key is used for locking the front door of the Level Box.

c) If a passenger wishes to use the cage he has to press the "Call Up/Call Down" PB depending on whether he wishes to go UP or DOWN. If the cage is at bottom level and is coming up, then the cage will stop at the level where the cage is requested, i.e the cage is called. The "call up" lamp on the level box will glow indicating that the cage will stop at the called station. If the cage is up and the "destination" PB below this level is pressed and the cage is moving up, then the cage will be coming to the called station after completing its up journey. On its down journey "call down" lamp will indicate that the cage is coming down. A hooter shall sound at all the levels for a few seconds after each start.

d) Each level shall be equipped with emergency hooter which will sound intermittently on Emergency drive signal. Whenever there is any emergency at any level, the man at that level will press "emergency drive" PB on the Level box. The action will switch on the emergency drive lamp on each level boxes and intermittent hooter will sound at all levels and the operating desk. After receiving such signal the cage will reach to the requested level bypassing all other requests and the operator will take action accordingly. The destination selection shall be possible in all modes of operation i.e. Auto. Manual as well as Men/Material winding.

e) Movement of cage from Level box is possible only by slow up/slow down PB provided the cage is within the vicinity of that level.

4.4.1.2 MODE OF OPERATION A. MANUAL

26

Page 134: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annexa) If the winder is in "Manual mode", the engine driver shall run the

winder manually, the controls are not available with the cage operator. The signalling system in manual mode should work out in the following systematic way.

1. The on setter at any level selects and presses the destination button. If the on setter wishes a particular level to go up corresponding level indicating lamp and the desired destination lamp in up direction glows on the banksman desk. A bell signal can also be heard by the banksman for his attention.

2. When the cage is nearing the called level, the bell at that level will ring for passenger attention. The cage will stop at the called level.When the cage reaches the called level, the cage man/ on setter will block the winder and open the cage door. A red lamp near the top and bottom deck gate glows, indicating that the winder is blocked. At thesame time winder locked lamp and cage gate not closed lamp willglow on the banksman main desk.

3. When the passenger enters the cage, the cage man / on setter releases the winder after closing the gate and the following action takes place.

• The green lamp in front of the Banksmen/ Onsetter shall glow.

• The banks man receives a bell signal that the cage man / on setter has given clearance.

• The winder locked lamp will be off.

• Gates not closed lamp will be off.

B. AUTOMATIC

In the automatic winder operation the system should work in the following systematic way.

1. When driver selects the auto mode, the cage control is given tothe cage man / on setter for operation of cage movement. Driver will only supervise.

2. On setter at any level selects the required level by positioningthe selector switch and presses the destination button.

3. Banks man receives lamp indication and bell signal same asdescribed for manual signaling in point 1.

4. Similar to point 3 as given in manual signaling, the winder shall be

27

Page 135: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annexlocked for passenger entering/ coming out of the cage. When thecage man / on setter unlocks the winder after closing the gate following action takes place.

a.) Green lamp glows in front of the cage

b.) The driver receives continuous bell which he can cancel by "Bell Cancel" PB

c.) "Winder locked" lamp and "gate not closed" will be off

5. After canceling the bell by "bell cancel" PB the winding start bellwill be given for 4-6 seconds and winder shall start.

Following criteria are to be fulfilled for the auto signaling for start of winder.

- Brake lift signal doesn't exist.

- Emergency signal doesn't exist.

- Auto mode winding is selected

- The cage is flushed to a level.

- Cancel bell pressed or winding announcement accepted by engine driver.

4.4.1.3 EMERGENCY SIGNALLING- CAGE WINDER

Similar to cage emergency signaling , each level box is to be equipped with an emergency stop PB and an emergency lamp indication. On pressing the emergency stop PB the emergency hooter starts sounding and the winding is terminated. Under the emergency signaling, auto winding and signaling system doesn't work and the winder is operated manually.

4.5 SEQUENCE OF OPERATIONS

For Cage winder, the following actions are to be initiated by the winding operator.

1) Auto/Manual mode of operation selected

2) Men(Cage) /Rope inspection/Shaft Inspection winding selected.

3) Normal/Emergency selector switch in NORMAL position.

28

Page 136: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex4) Normal/Test dump selector switch in NORMAL position.

5) Front-Normal-Rear brake Selector switch in NORMAL.

Following indications should glow on operator desk based on the winding selection

I. Auto or Manual mode selected

II. Material or Men/ Shaft/Rope inspection selected.

4.6READINESS OF SAFETY CIRCUIT:

1. Switching ON brake hydraulic pump 1 or 2 / Air Compressor 1 or 2

2. Switching ON of Drive DC Contactor

3. speed regulator limit selector switch in NORMAL

4. Reset safety circuit by RESET PB on seeing the indication “Safety Circuit ready for closing”

The operator shall see the following indicating lamps glowing on his desk.

I. DC Contactor ON

II.HT OCB ON

III. Brake hydraulic Pump 1 or 2 ON/ Air Compressor 1 or 2

IV. Safety Circuit healthy

V. Service Brake applied

VI. Cage at level

VII. KEPS on

VIII. GATES Closed

4.5.1 START OF WINDING

29

Page 137: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding AnnexCAGE WINDING

In the Cage Winder the Manual and Auto operation shall be as follows:

a) MANUAL MODE:

1. operator / Banksman receives signals from different levels from the shaft for the demand of cage through indicating lamps.

2. the Operator bring the cage to the required destination by moving the control lever up or down and releasing the brake with the help of the brake lever. In case cage is moving on one particular direction, it will continue to do so if the demand of conveyance is there from the levels in that direction.

3. when the cage reaches the requested level the cage is stopped, “Cage Bottom or Top deck flushed” lamp glows. Operator applies brake and brings both the control and brake lever in Zero position.

4. when the cage reaches the destination, “Winder Locked” indicating lamp glows indicating that the winder is locked by the cage man / Banksman for permitting men or material into or out of the Cage.

b) AUTO MODE

i) In case of Auto mode, the Cage movement should be automatic as mentioned for cage winding. The conveyance moves up or down when the Cage man unblock the winder. In case , the bottom or the top is to be flushed with the level floor, the automatic operations allow the Cage man / on setter to move the Cage up or down by "slow up" and "slow down" push buttons provided on the Level box.

ii) For Cage , the indicating lamps for end region shaft switches operated at 75% , 50% , 25% speed are to be energised when the conveyance reaches the corresponding position.

iii) Also in the end shaft region ,"Fast braking zone" lamp glows indicating fast braking position of hydraulic brakes / Air brakes.

iv) In case of any trouble , the main operator should be stop the winder by pressing "Safety TRIP" PB or "Emergency STOP" PB.

v) The indicating lamps for the above stoppages shall glow on the Operator's/ banksman desk.

vi) The Emergency PB's are also to be provided at various locations for the local individual to stop the winder under emergency.

30

Page 138: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annexvii) To restart the winder after emergency stop is to be pressed the

operator/ Banks man reset the circuit by pressing "RESET PB" for Emergency stop.

4.6 ANNUNCIATION & MMI COMMUNICATION

The following pages are to be displayed on the MMI system.

1. Mimic diagram showing the position of cages.

2. List of faults occurred with date and time.

3. Mimic diagram showing open close status of breakers.

Alarm summary page displays all alarms occurred with time and date. Acknowledgement of alarm can be done from this page

Annexure II-A.

I. Speed Chart recorder:

This shall be provided with the following;

1. Digital recording of the speed of winding engine at every second.

2. The speed indicator shall indicate the speed continuously.

3. The equipment is provided with a 5KVA UPS such that there is no interruption during failure of regular power. In addition to this alternative power supply arrangement is provided to the Winding Engine control including to the Speed Chart Recorder. In this unit the clock circuit is sustained for minimum 10 years(8 hours operation per day).

4. Scanning and recording of the stored data in minimum time are ensured.

5. The instrument is designed on an indoor instrumentation panel for use.

6. This confirms to international safety standards with safety class-1 with protective conductor terminal, over voltage category-II, and pollution degree-2.

7. This is also an electronic point by point speed supervision, mutual supervision of actual speed transmitters, with fast variable signals (Transient) with fast response and continuous writing type of recorder and absolute value detector.

8. This provides with indication and recording of maximum speed.

31

Page 139: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex

9. This instrument can record temperature and other variables on a 100mm chart in 6 channels.

10.The working voltage is 100 to 240V/AC, 50/60Hz.

11.The basic operation is done after programming range numbers and trace printing range.

12.The equipment is provided along with instructions regarding proper use, care, operation & Maintenance manual.

13. This shall be of DGMS approved type.

13. Incase the instrument is of a foreign make, either DGMS approval/ exemption shall be obtained by the firm and submitted to SCCL.

II. Power brakes.

A. This shall have the following features.

B. The service brakes provided on both the drum flanges shall be of disc brakes and designed to remain ‘ON’ and are released only on operation (hydraulically operated with power packs).

C. A suitable power pack for supply of required hydraulic pressure is to be provided for smooth operation of the brakes.

D. Solenoid valves are to be provided as an electrical interlocking for the brake operation. The Solenoid valves also acts as an emergency stop valve to cut off the Hydraulic power supply to the brake in emergency such that the brake falls to ‘ON’ position during power failure, tripping due to any circuit fault etc. & is interlocked with the automatic contrivance and clutch interlocking.(Any latest version with additional safety features are also acceptable)

E. The brake engine controlling valves shall also be operated with required hydraulic power packs. (Any latest version with additional safety features are also acceptable).

F. The Thruster brake provided on the motor and gearbox shaft input coupling shall be arranged in such a way that the brake is applied automatically & smoothly at all times when the power supply fails or put off.

G. The regenerative brake to be incorporated in the winder circuit shall apply automatically when the cage reaches at the top/bottom most landing.

All the levels are to be provided with mono-stable magnetic switches for sensing the cage position. Magnetic switches are provided at over-wind

32

Page 140: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annexposition to operate for instantaneous brake in case of over travel. The winder controller also trips the safety brake on sensing the over travel of the cage thro counting the pulses and comparing with the designed & set reference number of Pulses

13. This shall be of DGMS approved type.

In case the instrument is of a foreign make, either DGMS approval / exemption from it, shall be obtained by the firm and submitted to SCCL.

III. Automatic Contrivance:

The Automatic Contrivance provided either as an in-built package along with the winder control system or as a separate unit shall have the following features to safeguard over-speed, over-wind and for slow banking.

1) Adjustable over-winding protection on the Headgear, Depth indicator and also in the programmable Logic Controller (PLC).

2) Speed selection mode for shaft inspection, rope inspection, Over speed testing mode and normal mode.

3) Slow banking activation through Magnetic Sensors provided at 4 places below the Shaft collar from certain depth to reduce the speed to 75%, 50%, 25% and Zero% i.e., while the ascending cage approaches up to certain depth from the platform, a warning bell shall ring and the rope speed shall be reduced to 75% of the set speed and further reduced to 50%, 25% and finally to zero speed in stages before it reaches to the top landing, i.e. the winder speed shall be nil at ‘0’ level platform.

This Auto slow banking shall be smooth, jerk free and failsafe.

a) Inching (creeping) upto 30cms., above ‘0’ level shall be provided to accommodate seating of the cages on the keps. Programming shall be done in the PLC for only 30cms., inching. Beyond this point the cage will not go up. Even in case if the cage goes up beyond this point, the magnetic sensor switch provided on the headgear at such a distance, i.e. 1mtr above the top of the cage while the cages are at ‘0’ level, shall sense the presence of cage and shall trip the winder circuit thus stopping the winder movement instantly. This shall be an additional software protection provided.

b) The speed of the winder D.C motor shall be controlled in automatic mode as well as in manual mode.

c) The actual motor speed feedback signal shall be obtained from the Pulse Encoder (Pulse Tacho) mounted on the motor shaft and compared with the speed reference in the speed regulator.

33

Page 141: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annexd) During Automatic contrivance operation, the motor speed reference shall be

derived from Digital mine winder controller. Mine winder controller shall give reference value and reduces it in decelerating zone to stop the motor smoothly at desired level or at end positions.

e) Reversible Armature bridge shall help the driver to run in reverse direction and to stop the motor with the help of regenerative breaking. Motor torque reference shall be modified automatically depending up on the requirement of torque at that movement.

f) Conveyance speed shall be monitored throughout the shaft travel by way of continuous supervision of continuous speed, over speed, armature current, field current, and reverse run supervision.

g) All the landing levels shall be provided with mono-stable magnetic switches for sensing the cage position. Magnetic switches shall also be provided at over-wind position to operate for instantaneous brake in case of over travel. The winder controller shall also trip the safety brake on sensing the over travel of the cage through counting the pulses and comparing with the designed & set reference number of Pulses.

h) Over speed protection with either T 400 cord through pulse Encoder (Digital Pulse Tacho) provided on the Drum Shaft and the Motor Shaft or any other means.

i) Once the cage reaches the slow banking zone, the warning bell provided on the Operator’s Desk shall activate for 5 seconds loudly.

j) Provision shall be made for resetting after the stopping/Tripping.

k) Over wind & Over speed trippings shall be incorporated in the safety circuit interlocking with both service brakes & Emergency brake and there shall be foolproof testing arrangements as required under CMR 1957.

l) During tripping due to over speed and over-winding, the hydraulic circuit and electric power shall be cut off and the brake on the drum and motor gearbox coupling shall be energized instantly and automatically.

m) The speed Regulations at various zones shall be incorporated as per the provisions of Reg.No.76 (7) of CMR 1957.

n) The solenoid valves shall be provided to stop/flush the hydraulic air/hydraulic

oil and smooth braking shall be totally protected.

o) Digital Displays shall be provided in the Operator’s panel for displaying speed, Depth, Position of Magnetic Sensors, Automatic & Field current details.

34

Page 142: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annexp) The Winder Operation / Brake release shall be interlocked with cage gate

operation, Keps Operation, Transformer condition, Drive regulator, mode selection, Registering the Cage direction, signal transmission, hydraulic air/hydraulic pressure, motor protection, Clutch interlocking etc.

q) The regenerative brake incorporated in the winder circuit shall apply automatically as and when required.

r) The equipment shall have the required testing facilities for Over wind & Over speed as per DGMS regulations.

s) This shall be of DGMS approved type.

t) In case the instrument is of a foreign make, either DGMS approval/ exemption shall be obtained by the firm and submitted to SCCL.

5. THE HEAD GEAR.

i) It is a fabricated steel structure positioned over the shaft that houses the sheaves carrying the winding rope, flexible guides and other safety appliances. This is built of structural steel using rolled joist, angels and plates.

ii) Provision shall be made for evacuating persons from the cage in case of over wind by providing a platform with fencing and ladder ways.

iii) The four legged head frame comprise rectangular vertical structure to take up winding load, head frame weight and wind load, the back stay takes up primarily the rope tension force.

iv) The headgear shall be provided with stairs and hand rails with toe guards ,fencing and platforms at regular intervals, change over and fencing from floor level to sheave wheel platform. There shall be provided with evacuation arrangements for persons getting out of the cage in case of an over wind. Above the sheave platform gantry arrangement shall be provided for handling sheave wheels etc. lightening arrestors and aviation lamp. The lightening Arrestors shall be earthed as per I E Rules.

v) The back stay of head gear shall have enlarged foot to ensure stability of head gear structure.

vi) Proper arrangement shall be made on the Headgear and platforms for replacing/changing of Double Deck cages and a trial shall be made.

Refer the enclosed scheme drawing.

Parameters to be considered while designing Head gear, its foundation and winder foundations.

35

Page 143: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding AnnexFoundation casting shall be of RCC M20 containing coarse aggregate of 20 mm and down gauge of approved quality as per IS:456-1978 specification.

The head gear loads to be considered are.

1. Dead load

a) Weight of head gear structure.b) Weight of platformsc) Pulleys, EOT /Gantry arrangements.d) Guide ropes and other fittings.

2. Winding Load.

a) Pay load (Men & material)b) Weight of suspensionc) Cages, tubs, rope and d) Frictional force.

3. Impact load.

Load due to breakage, minimum breaking load of rope force.

4. Wind Load.

This should comply with IS 875-64 with the direction of wind producing worst effects when combined with rope loads. Generally for design purpose it is taken as 80 Kgf/ m2 at 20 m height with increase of 1 Kg/m2 over the basic value per metre rise in height.

A full set of the calculations for the structure should be made for the above load combinations for the head frame design and fabrication. The calculation should cater for cases of rope break, normal working and over wind. The main factors to be considered in designing a head gear structure are elaborated in IS: 12450-1988, - “Steel head frame for mines- principles of load computation and applicable FOS”

NOTE:

Minimum Specification:

Minimum Specifications presented above are as per the experience, wisdom and perspective of SCCL. The bidder should not submit the specifications lower than that of specifications prescribed above. However if the wisdom and perspective of bidder supported by explanation as per established scientific, safe and economic mining practice, determines any higher specifications, can offer such

36

Page 144: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annexspecifications which in their opinion is required over and above the minimum specifications of SCCL.

The same whether to be considered or not will be at SCCL’s option and consent.

1. ALL WELDS SHALL BE 6MM THICK UNLESS OTHERWISE SPECIFIED. NO WELD CRACKS ARE ALLOWED. ALL WELDS SHOULD BE AS PER IS: 823-1964.

2. SHARP EDGES SHOULD BE BLUNTED.

37

Page 145: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinder, Annex

ANNEXURE – III

SHEAVE WHEEL

1. The Sheave Wheel shall be made of Cast Iron and should be sufficiently strong in construction to withstand the maximum load exerted by the Winding Ropes under most severe conditions but should not be very heavy to cause slipping of the Rope due to inertia.

2. The Tread or the Groove should amply support the Rope and engage up to 1200

on the Sheave Groove.

3. The Sheave Flange should be strong enough to safely withstand the pressure of the moving Rope and should be adequate to prevent the rope from slipping off the Sheave.

4. The Grooves of Sheave shall be suitable to that of the Rope Diameter.

5. The construction and supply shall fulfill IS: 9239 – 1979 norms and also the Sheave Wheel shall be tested ultrasonically for surface flaw and internal crack defect. The sheave wheel shall be statically and dynamically balanced and it shall be marked and the proof load shall be tested as per the ISI standards/DGMS stipulations. Shrink rings shall be provided to restrict and lock the movement of Bass.

6. Necessary test certificates for the above shall be produced.

7. The Sheave Wheel shall be fitted with replaceable Grooved Segments. An additional complete set of replaceable Grooved Segments shall also supplied for each Sheave Wheel.

8. The Sheave Wheel construction shall be smooth finished and neat.

Size: Split pulley suitable for the designed Locked Coil Rope in two halves fitted with Keys to the Shaft, Heavy Duty Self Aligning Double Row Spherical Roller Bearings with Sleeve and Plumber Blocks confirming to IS: 9239 /1979.

CATCH DOG:

1. Above the top most landing Catch Dogs (Cage Catcher) shall be provided to act safely, in the event of Over Wind, Catch Dog should be designed with shock absorbing units. The springs provided shall be of heavy duty and necessary test certificates shall be produced. It should be simpler in construction with adequate strength and should confirm to DGMS stipulations.

Page 146: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinder, Annex

2. Each row of the Catch Dogs shall be provided with a connecting lever such that after every Over Wind, while retrieving the Cage the Dogs can be brought to it’s normal position by operating the lever mechanism from one point. Care shall be taken that dogs will not fall back due to the back weight of the lever.

3. Testing arrangement shall also be provided for testing the functioning of the same. Quantity: 2 Sets.Type: Spring loaded (5 Dogs per Row and 4 Rows per Cage i.e. two on both

sides. The firm should submit NDT certificate from Government approved test lab /Institution.

NOTE:

Minimum Specification:

Minimum Specifications presented above are as per the experience, wisdom and perspective of SCCL. The bidder should not submit the specifications lower than that of specifications prescribed above. However if the wisdom and perspective of bidder supported by explanation as per established scientific, safe and economic mining practice, determines any higher specifications, can offer such specifications which in their opinion is required over and above the minimum specifications of SCCL.

The same whether to be considered or not will be at SCCL’s option and consent.

Page 147: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex

ANNEXURE – IVA. KEPS

1. This shall be of sliding and hand operated type. There shall be a provision of Keps ‘ON’, Keps ‘OFF’ for indication to winding engine operator and Banks man. It should be strong and of rugged construction. This should be designed to take up total payload, additional impact load due to pushing of tubs and seating of cages. It shall also be designed in such a way that there should not be any inadvertent disengagement while the cages are seated on the Keps. The Keps shall be so designed that unless operated it should be in ‘OFF’ position and the shaft should be clear for passage of cages. This shall confirm to the relevant IS specifications and DGMS requisites.

NOTE: Care shall be taken that while designing, installation and commissioning, the Kep girders are not in anyway connected to the Head Gear Structure or to the Collar Platform i.e., while the Cages sit on the Keps, the jerk and vibrations exerted shall not be transmitted / transferred to the platform etc.

2. The electrical interlocking shall be such that, the winding engine will not operate while the Keps is in ‘ON’ position except for Inching / Creeping. Inspite of this, if the Winder operates and the cage comes in contact with the Keps, the Keps seat shall fall back immediately with the impact and give clear passage for the movement of the Cage in upwards direction freely.

Quantity : 2 Sets including its Kep girdersType : 4 Dogs / Cage (2 Dogs on each side)

B. CAGE RECEIVERS

1. One set of cage receiver shall consist of consisting of 4 nos. of ….. mtrs. long tapered angle iron along with it’s vertical member.

2. This shall be fabricated with ISA 100 x 100 x 10 of ……… mtrs. long, (or of any other suitable material as per the approved design) 4 Nos. /Cage to be fixed at surface landing and at pit bottom. Both end of this angle iron guide should be made winged taper shape for smooth receiving and landing of the cages. These angle guides shall be fitted on a strong vertical member with necessary tiles.

NOTE: The gap between the vertical members of the cage receivers and the gates shall be fenced off for safety reasons.

Quantity : 4 Sets (approx. 5.0 T steel)

1

1

Page 148: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding AnnexC. SHAFT COLLAR PLATFORM:

Collar Platform arrangement at surface:

1. Supply, Fabrication and Installation of Collar Platform at surface shall consist of mainly rolled joists etc, with a provision of opening for Cage movement and clearance of 150mm towards sides and that of less than 50mm in front and rear, considering the guide provided. (or of any other suitable material as per the approved design).The Collar Platform shall properly be fenced towards the periphery and the shaft opening.

2. A gate shall be provided at the rear side to restrict unauthorized movement of persons to and from the back side. (This shall be kept locked always with the key under Banksman’s custody).

3. Cage outer Gates:

Shall be such even the Banks man shall be outside the vicinity when the Gates are closed and the Gates shall have an interlocking system with the Pilot Circuit ( with an visual / audio indication ) such that unless the Gates are closed the Winding Engine cannot be operated.

4. Proper arrangements shall be made for replacing / changing of Double Deck Cages on the platform and a trial shall be demonstrated.

Quantity: 1 Lot [On Surface] 16 Tons steel. Approx.

D. SLIDING GATE AT SURFACE:

In order to operate the Sliding Gates as well as to meet the exigencies in the event of Failure of the Main Electric Power Supply, an Air Compressor having suitable capacity shall included in the scope supply by the Tenderer

a) Horizontal:

1. Gates should be pneumatically / electrically operated and will be controlled by the Banksman only.

2. The Gates are operated by either Pneumatic Cylinders controlled with a Valve / Electrically with a Switch provided with Banks man along with Limit Switches, Indicating Lamps and making necessary interlocking to the Winding System. The interlocking shall be such that, the Gate shall not open unless the cages are positioned in the same level, except at the time of inspection and maintenance.

3. The Gates opening shall be provided with audio-visual alarm with an indication to winding engine operator and Banksman.

2

2

Page 149: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex

4. Cage outer gates: shall be such even the Banks man shall be outside the vicinity when the gates are closed and the gates shall have an interlocking system with the Pilot Circuit (with an visual / audio indication) such that unless the gates are closed, the winding engine cannot be operated.

5. Gates shall be made of structural steel / flats and rolling arrangement by roller bearings which slide on gravity on Guides.

6. The size of each door shall be such that it will cover the total cage opening and it should be fitted with the roller fittings.

7. Care shall be taken for ease, smooth and noiseless movement of these gates.

8. One set shall comprise of 8 Gates, 8 Cylinders, with 4 Control Valves, and with 16 Limit Switches, Control Cables up to Winding Engine, Pipe connections from Compressor to Banks man and Banks man to surface Sliding Gates.

STEEL – Approx 2.5 T

b) Vertical:

1. The Gate shall be operated along with the Cage movement only.

2. This shall move smoothly on Guides or on the Cage Receivers. The installation shall be such that, in addition to the Horizontal Sliding Door, the Vertical Sliding Door shall cover the shaft opening whenever the Cages are not available at the landing platform on surface.

3. This shall be an additional protection. Care shall be taken for smooth, noiseless and friction free movement.

One set comprises 4 gates (For both Front and Rear Cages). STEEL – Approx 2.0T

E. MANRIDING PLATFORM (SURFACE & PIT BOTTOM LANDING):

1. Man riding Platform shall be constructed strongly for man-entry to top deck cages easily. The platform shall be all round the Head Gear on surface with a width of 5 M in the front and 3mtr at the rear side. The width of the Passage shall be 2 mtrs on the two sides. A gate shall be provided to restrict un authorized movement of persons to the rear side and shall be kept locked always with the key under Banksman’s custody. Fencing on all sides for a height of 1.5 M with stair, hand rails and gates should be provided. Toe guards/skirting shall also be provided. Checkered plates of 8 / 10mm shall be used to cover the platform.

3

3

Page 150: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex2. The Man riding platform at the bottom landing will be of simple one with

Checkered plates. The extent Plat form shall be up to 3.0 mtrs. On both front and rear sides of Cage Landing. The platform for finished inset / gallery width, strongly constructed with fencing and stairs and with handrails. Plates used for platform are checkered.

3. The platform shall be designed such that its outer edges are provided with handrails of at least 1.5 M height. The platforms, floor and walkways shall be kept free of dangerous projections , and shall be provided with adequate protection against slipping / fall of persons.

4. Man riding platform shall be provided with stairs, hand rails and fencing arrangements ensuing safe access conforming to DGMS standards.

5. Access from the ladder to the man riding platform shall be properly secured with railings and toe bounds. Required civil works shall also be undertaken.

6. The top end of hand rails of each stairs shall extend to not less than 1.5 M above the platform and should be provided with guards.

STEEL – Approx 5T

F. FENCING

1. Construction of rigid steel fencing vertical members shall be not more than 3.0M apart and gap between adjacent horizontal members not more than 0.25M, the bottom most member being not more than 0.15 M and top most member not less than 1.5M from floor level. Toe guards/skirting shall also be provided at the bottom.

2. Vertical member should be of 100 X 50 ISM channels or angles of 75 x 75 x 8 ISA in cross section. The horizontal members shall be of either 75 x 75 x 8 ISA or 50 x 10mm flats. (or of any other suitable material as per the approved design).

G. SLIDING GATE AT PIT BOTTOM

1. The Sliding Gates are operated either Manually or Pneumatically controlled with a valve provided with on-setter along with Limit Switches, Indicating Lamps and making necessary interlocking arrangement to the Winding System which in turn shall be such that, the Gate shall not open unless the Cages are well positioned in the same level, except at the time of inspection and maintenance.

2. The Gates opening shall be provided with audio-visual alarm with indication to the winding engine operator, On-setter and to the Banks man.

4

4

Page 151: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex3. The Sliding Gates shall be made of Structural Steel / Flats and Rolling

Arrangement by Roller Bearings which slide on gravity on Guides. (or of any other suitable material as per the approved design).

4. The size of each door shall not be less than 1.8M Square and it shall be fitted with roller bearings and shall be such that it will cover the total cage opening.

NOTE: Care shall be taken for ease, smooth and noise less movement of these gates.

Quantity: 1 Set shall comprise of 8 Gates, 8 Cylinders, with 4 Control Valves, with 16 Limit Switches and pipe connections from compressor to on-setter and on-setter to pit bottom sliding gates.

STEEL – Approx 2.T

5. PIT BOTTOM BUFFERS

a) While designing the stroke of the buffers, it should be ensured max. retardation is 25g/40Milli Seconds and that the buffers come to their original position automatically even with the full designed load on the cage.

b) The Pit Bottom Buffers shall be of a DGMS approved one and installed as per the DGMS stipulations. The hydraulics used shall be compatible with fire resistant hydraulic fluid duly approved by DGMS. Refer the enclosed drawing. To be provided ??? / Annexure no ??? PROVIDED. Annexure No will be put in the end when it becomes the final draft booklet.

c) Data for designing pit bottom buffers:

i) Dimensions of Cage :

ii) Center to Center distance of cages :

iii) Clear distance between two cages :

iv) Weight of empty cage :

v). Weight of suspension gear :

vi). Weight of rope :

vii).No. & position of guide ropes : This shall be provided after designing and approval.

viii).Depth of pit :

5

5

Page 152: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex

ix) Landing speed for which buffer is to be designed :

x). Live load (suspended load) :

xi). Available sump depth below bottom landing :

xii). Diameter of shaft : 7.5 Mtrs.

d) The required cage landing platform will be fitted and provided by the Company. ( An order No MM-03 Dated 20-04-2008 is on anvil / execution).

e) However, as per the design to be approved by SCCL, design, additional attachments and arrangements for installation of pit bottom buffers, if any, are also envisaged in this contract.

6. FENCING AND ‘Q SYSTEM’ :

A. ON SUFRACE:

1. The entry towards the collar platform shall be fenced excepting passage for movement of persons. The man entry shall be covered with horizontal sliding doors with a provision from locking inside. The door shall be sliding smoothly on roller bearings for ease, smooth and noise less operation. The fencing shall be with operable gate for movement of tubs/trolley from the platform to the cages apart from passage for movement of persons which shall be kept locked always with the key under Banksman’s custody.

2. Hand Rails for the top deck stairs shall be provided on both sides from the front.

3. The entries to the stairs shall be kept always closed by a gate.

STEEL – Approx 2.5T

B. AT PIT BOTTOM:

1. The entry towards the shaft from the mine shall be properly fenced excepting passage for movement of persons. The man entry shall be covered with horizontal sliding doors with a provision from locking inside. The door shall be sliding smoothly on roller bearings for ease, smooth and noise less operation. The fencing shall be with operable gate for movement of tubs/trolley from the platform to the cages apart from passage for movement

6

6

Page 153: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annexof persons which shall be kept locked always with the key under On-setter’s custody..

2. The entries to the stairs shall be kept always closed by a gate.

3. The Queuing arrangement shall be made for atleast 50 persons at a time.

STEEL – Approx 2.5T

7. GUIDE ROPE ANCHORING ARRANGEMENT

a) Rope Guide anchoring attachment at the top and bottom shall be of adequate strength not only for safely suspending the rope, but also to withstand any normal and abnormal vibrations/jerks likely to occur on the guides due to various factors.

b) Suitable extra length of Guide Rope should be kept on top for future lowering and the extra length should be securely clamped with suitable clamps on the head gear so that the fixture can safely withstand the load on the guide rope during examination of its suspension fixtures or during tensioning of the guide rope.

NOTE: The top fixture should be provided with a suitable device (swivel) by which the guide rope can be given a part turn to shift the position of outer wires / rods coming in contact with guide shoes to provide uniform wear & tear on the outer wires/rods of rope during its service life.

c) Ensuring the verticality of guide rope is important in consideration with the cages.

d) Bottom attachment by Cheese weights should be staggered in weight to eliminate resonance in vibration.

e) Bottom attachment with cheese weight which are to be provided by the firm shall be kept well clear of any contact with water, ladder way with fencing and door etc. for regular inspection of attachment shall be provided.

f) A suitable and safe arrangement for inspection of Guide rope anchoring attachment ,cheese weights and its attachments shall be provided.

Quantity - 2 Sets

A. ON THE HEAD GEAR

7

7

Page 154: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding AnnexEach guide rope should be anchored onto the steel structures specifically fitted beneath the head gear pulley platform (guide rope anchoring platform) by means of 8 nos. of specially designed rope clamps to suite suitable guide rope. Each clamp shall consist of 6 nos. of HT Bolts of not less than 25mm dia. (Guide ropes shall be provided by the firm as per the approved design)

B. AT THE PIT BOTTOM

a) The guide rope shall be anchored around 3m below the bottom most landing level (Salarjung Seam inset) on cheese weights i.e. below the pit bottom buffer platform. An inspection platform shall be provided in the shaft for cheese weight anchoring inspection. A suitable ladder way with fencing and platforms confirming to DGMS stipulations shall be provided.

b) Each guide rope shall be provided with cheese weight anchoring rod, which should withstand a load of around 5.0T.

c) The cheese weight, which the firm to provide, shall be of such dimension and weight, which can be easily handled and accommodated.

d) The anchoring rod should be of strong construction and must be firmly anchored to the guide rope and the cheese weights.

e) One set of guide rope anchoring in pit bottom shall consist of 4 nos. of rope attachment made of suitable dia with each rope carrying approximately 5.0T load and 8 nos. of rope clamps shall be fitted with 6 nos. of HT bolts on each clamp per rope (for 4 ropes). (or of any other suitable material as per the approved design).

8. PROTECTIVE ROOFING:

a) Designing, Installation and Commissioning of Protective Roofing to be provided to prevent from danger of falling objects in the shaft shall be done. This Protective Roofing shall be provided at both sides of each inset as per the prevailing DGMS rules and regulations .

b) The Protective Roofing shall be provided with a water collection / drainage drain to collect and course the seepage / spillage water in the shaft. (or of any other suitable material as per the approved design).

STEEL – Approx 2.5T

9. CAGE LANDING PLATFORM:

a) Supply, Fabrication and Installation of Cage Landing Platform at Pit Bottom is provided vide order no.: MM-03, Dtd.20.04.2008 by the shaft sinking contractor.

8

8

Page 155: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex

b) However, after the designing and approval further supply, fabrication and erection required for installation and commissioning of pit bottom buffer platform shall be taken up by the successful bidder.

c) After approval of the design, necessary supply and installation restricting to the work order terms and quantity will be executed under the shaft sinking contract.

10.CHEESE WEIGHT INSPECTION PLAT FORM:

a) Design, Fabrication, Supply and Installation of Cheese Weight Inspection Plat form below the cage landing plat form shall be done for the purpose of inspection of cheese weights and its anchorings. The platform shall cover the required area in the shaft with necessary fencing.

b) A suitable stair ladder with safe inspection arrangement shall be fabricated and left on the platform.

c) A suitable and safe arrangement for inspection of cheese weights and its attachments shall be provided.

d) A ladder way with fencing shall be provided from Pit Bottom Landing to the Cheese Weight Inspection Platform and also from the Cheese Weight Inspection Platform to the Shaft Bottom.

STEEL – Approx 6.0T

NOTE:

Minimum Specification :

Minimum Specifications presented above are as per the experience, wisdom and perspective of SCCL. The bidder should not submit the specifications lower than that of specifications prescribed above. However if the wisdom and perspective of bidder supported by explanation as per established scientific, safe and economic mining practice, determines any higher specifications, can offer such specifications which in their opinion is required over and above the minimum specifications of SCCL.

The same whether to be considered or not will be at SCCL’s option and consent.

NOTE; ALL WELDS SHALL BE 6MM THICK UNLESS OTHERWISE SPECIFIED. NO WELD CRACKS ARE ALLOWED. ALL WELDS SHOULD BE AS PER IS: 823-1964.

SHARP EDGES SHOULD BE BLUNTED.-000-

9

9

Page 156: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex

ANNEXURE – V

DOUBLE DECK CAGE:

a) Cage is a means of conveyance for transporting men/materials from surface to the landing levels / insets and vise versa. This shall be of a double deck.

b) The construction of the cage shall be strong enough to withstand its own weight, added weights, inertia due to movement of lateral stress and falling objects. The Strength / Weight Ratio shall be kept high enough and the weight of the cage shall be kept to the barest minimum as required to avoid unnecessary increase in pay load on the winding rope & suspension.

c) The roof of the cage shall be provided with detachable fencing & canopy to facilitate shaft inspection. The roof covering shall be provided with hinged doors & further with an arrangement to keep it horizontal or sloping depending upon the requirement. This door is provided for persons to descend or ascend to the cage top or to accommodate longer material transportation. The roof covering is kept horizontal while shaft inspection is under progress & kept conical while traveling to facilitate slippage of objects/water falling on to the Cage in to the shaft bottom.

d) The floor & two sides shall be strongly constructed in a manner sufficient to prevent men / material projecting outside. Two nos rigid stainless steel hand bars shall be provided on top, inside the cage on both sides & both decks, such that, it can be held by persons traveling in the cage without any discomfort.

e) The entry of the cage top deck shall be provided with double door in which it will open only towards inside. The gates of the bottom deck shall be of sliding type, fabricated with stainless steel materials. Care shall be taken while designing these gates to avoid injury hand and fingers while operating. The gap between the floor of the cage & bottom of the gate shall not exceed 15 cms and the distance between the vertical members should not exceed 25 cms.

This shall confirm strictly to all the DGMS stipulations.

f) The sides shall be covered with perforated sheets of sufficient thickness. Inside the double deck cage, it shall be provided with hinged doors on each floor, such that, incase of eventuality persons can have access to the deck above and or to the roof top of the cage.

g) The factor of safety shall not be less than 10 in relation to the maximum static load. The cage shall be provided with guide shoes at required positions. (On all corners at top &bottom). As the cage is also used for material winding,

1

Page 157: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annexprovision of track to the required gauge along with dogs/stopper provided at the floor of the cage.

h) The bottom deck of the cage shall be provided with windows & sliding shutters on 4 sides just below the hand rails for inspection & lubricating the guide ropes from inside.

i) The floor of each deck of the cages shall be covered with chequered plates of sufficient thickness.

j) The cages shall be provided with guide shoes and replaceable brass bushes (8Nos. on each cage)

k) There shall be provisions for detachable platform with fencing for inspection of shaft sides, water garlands and shaft fittings. (This shall be fabricated with light weight materials but should be safe& strong enough to withstand sufficient load.)

l) The top deck of the cage shall be neatly finished with false sheeting inside, illuminated and provided with cage communication.

m) The cage shall accommodate at least 25 persons in each deck.

n) The cage shall be provided with hangers plate with Mn steel of sufficient size on top (6 Nos.) for anchoring to the winding rope by means of suspension gear.

o) The cage hangers shall be designed such that extensive forging shall be avoided to the possible extent and shall be as per DGMS requirements. The load carrying components shall be suitably tested for safe working load and undergone heat treatment before assembling.

p) The overall size of cage and its weight shall be designed by the successful bidder.

NOTE

• The Contractor shall carry out the works WITH THE NOTICE OF SCCL for commissioning the total man winding system at Shanthikhani Longwall Project.

• The Contractor shall co-operate/co-ordinate with SCCL officials connected with the winding engine for all the works including commissioning the total system.

• The Contractor shall develop required design drawing and documentation for the total system.

2

Page 158: INDEX [scclmines.com]scclmines.com/downloads/manwinder06082013.pdfINDEX S.No./ Chapter No. Description Page No. I Notice Inviting Tender 2 II Preamble 4 III Detailed tender document

SK Manwinding Annex

• The Contractor shall take concurrence of any of the approved design house mentioned herein for designing headgear construction and foundation for Winding engine, head gear before submitting it to SCCL authorities as per the prevailing rules and regulations.

• The Contractor shall adhere strictly in supplying the items as per the specifications and standards as mentioned in Annexures and should produce test certificates and other relevant documents as required by law enforcing agencies.

• Test Certificates should be produced for the applicable equipment and materials supplied.

• Prior to supply, the Contractor should send the details of equipment, name of the manufacturer, test certificates etc. for approval of the competent authority. This approval will not be unreasonably delayed or withheld.

• It is the responsibility of the Contractor to co-ordinate with Engineer-in-charge in commissioning the system to the satisfaction of Consignee, the Chief General Manager/ General Manager, Mandamarri Area or Project Officer, Shanthikhani Longwall Project.

Further,

- All welds shall be 6mm thick unless otherwise specified. No weld cracks are allowed. All welds should be as per IS: 823-1964.

- Sharp edges should be blunted.

NOTE:

Minimum Specification :

Minimum Specifications presented above are as per the experience, wisdom and perspective of SCCL. The bidder should not submit the specifications lower than that of specifications prescribed above. However if the wisdom and perspective of bidder supported by explanation as per established scientific, safe and economic mining practice, determines any higher specifications, can offer such specifications which in their opinion is required over and above the minimum specifications of SCCL.

The same whether to be considered or not will be at SCCL’s option and consent.

3