21
1 Coal Clearance System of Adriyala LW Project. TECHNICAL SPECIFICATIONS Requirement of Conveyors : A . Under Ground S.No CONVEYOR LENGTH IN MTS LIFT in mts TPH SPEED mps Width in mm Power kW Quantity in Nos Conveyor belting Proposed 1 Trunk (UG1) 1200 240 3500 4.0 1600 3x 4x 315 1set ( one Main and two tripper drives) ST 4000 2 UG 2,3,4 500 96 3500 4.0 1600 4x315 3 PVC type 12 One main drive with 2 tripper drives of 4x 315 KW each and 3 nos of 4 x 315 drives are in series with suitable Electricals NFLP Motors, controls and starters 3500 TPH, 1600 mm wide, 4.0 mps speed with length, lift, and Power as specified in above table are proposing for under ground coal clearance from Long Wall panel Gate Belt Conveyor to Surface of the Adriyala Punch Entries. The Main Trunk Belt consists of the Main Discharge Assembly with Backstop, with Two Tripper Discharge Assembly with Backstops, Two Tripper Loading Assemblies, Tail Take Up Assembly and Floor Mounted Belt Structure & Belting B. Surface (Out bye) . S.No CONVEYOR LENGT H IN MTS LIFT in mts TPH SPEED mps Width in mm Power kW Quantity in Nos Conveyor belting Proposed 1 Ramp 900 130 3500 4.0 1600 4*450 1 ST 3000 2 Level 1100 25 3500 4.0 1600 2*450 1 PVC type 6 3 Tipper Trolley 50 5 3500 4.0 1600 112 1 PVC type 6 4 B1 Conveyor 2960 40 3000 4.0 1600 4*450 1 ST 3000 5 B2 Conveyor 750 10 3000 4.0 1600 450 1 PVC type 6 6 B3 Conveyor 570 10 3000 4.0 1600 450 1 PVC type 6 Two nos of 4x 450 KW, one each of 2 x 450, 1x112 KW tripper trolley and 2 nos of 450 KW drives are in series with suitable Electricals NFLP Motors, controls and starters with length, lift, wide, speed and Power as specified in above table are proposing for Surface coal clearance from UG Trunk Conveyor discharge at Surface of the Adriyala Punch Entries to OCP 1 Conveyor. The Main Trunk Belt Drives ( except Tripper Trolley conveyor)consists of the Main Discharge Assembly with Backstop, Tail Take Up Assembly, and Floor Mounted Belt Structure with loop take up arrangements.

Coal Clearance System of Adriyala LW Project. · Coal Clearance System of Adriyala LW Project. ... The belt drive should be designed as a compact double drum drive and is equipped

Embed Size (px)

Citation preview

1

Coal Clearance System of Adriyala LW Project.

TECHNICAL SPECIFICATIONS Requirement of Conveyors : A . Under Ground

S.No CONVEYOR LENGTH

IN MTS LIFT in mts

TPH SPEED mps

Width in mm

Power kW Quantity in Nos

Conveyor belting Proposed

1 Trunk (UG1) 1200 240 3500 4.0 1600 3x 4x 315 1set ( one Main and two tripper drives)

ST 4000

2 UG 2,3,4 500 96 3500 4.0 1600 4x315 3 PVC type 12

One main drive with 2 tripper drives of 4x 315 KW each and 3 nos of 4 x 315 drives are in

series with suitable Electricals NFLP Motors, controls and starters 3500 TPH, 1600 mm wide, 4.0 mps speed with length, lift, and Power as specified in above table are proposing for under ground coal clearance from Long Wall panel Gate Belt Conveyor to Surface of the Adriyala Punch Entries.

The Main Trunk Belt consists of the Main Discharge Assembly with Backstop, with Two

Tripper Discharge Assembly with Backstops, Two Tripper Loading Assemblies, Tail Take Up Assembly and Floor Mounted Belt Structure & Belting B. Surface (Out bye) . S.No CONVEYOR LENGT

H IN MTS

LIFT in mts

TPH SPEED mps

Width in mm

Power kW

Quantity in Nos

Conveyor belting Proposed

1 Ramp 900 130 3500 4.0 1600 4*450 1 ST 3000 2 Level 1100 25 3500 4.0 1600 2*450 1 PVC type 6 3 Tipper

Trolley 50 5 3500 4.0 1600 112 1 PVC type 6

4 B1 Conveyor 2960 40 3000 4.0 1600 4*450 1 ST 3000 5 B2 Conveyor 750 10 3000 4.0 1600 450 1 PVC type 6 6 B3 Conveyor 570 10 3000 4.0 1600 450 1 PVC type 6

Two nos of 4x 450 KW, one each of 2 x 450, 1x112 KW tripper trolley and 2 nos of 450 KW drives are in series with suitable Electricals NFLP Motors, controls and starters with length, lift, wide, speed and Power as specified in above table are proposing for Surface coal clearance from UG Trunk Conveyor discharge at Surface of the Adriyala Punch Entries to OCP 1 Conveyor.

The Main Trunk Belt Drives ( except Tripper Trolley conveyor)consists of the Main Discharge

Assembly with Backstop, Tail Take Up Assembly, and Floor Mounted Belt Structure with loop take up arrangements.

ADRIYALA CONVEYORS Page 2

SPECIFICATIONS: A. Under ground I. Main Trunk Conveyor with Tripper drives : Capacity 3500 t/h Material ROM Coal Belt width 1600 mm Belt speed 4.0 m/s Proposal for the Belt type ST4000 Belt weight 44.8 kg/m Belt storage capacity (Minimum) 40 m Maintenance and vulcanisation station To be provided Centre line distance 1200 m Height / lift 240 m Main Drive unit with an installed power of 4 x 315kW Tripper Drive unit No. 1 with power of 4 x 315kW Tripper Drive unit No. 2 with power of 4 x 315kW II. Series (3 Nos) Trunk Conveyor : Capacity 3500 t/h Material ROM Coal Belt width 1600 mm Belt speed 4.0 m/s Belt storage capacity (minimum) 40 m Maintenance and vulcanization station To be provided Centre line distance 500 m Height / lift 96 m Main Drive unit with an installed power of 4 x 315kW B. Surface (Out bye) I . Conveyor drive : Ramp Capacity 3500 t/h Material ROM Coal Belt width 1600 mm Belt speed 4.0 m/s Type of Belt proposed ST 3000 Belt weight (Approx) 40 kg/ sq.m Belt storage capacity (Minimum) 120 m Maintenance and vulcanisation station To be provided Centre line distance 900 m Height / lift 130 m Drive power 4 x 450kW II. Conveyor drive : Level Capacity 3500 t/h Material ROM Coal

ADRIYALA CONVEYORS Page 3

Belt width 1600 mm Belt speed 4.0 m/s Type of Belt proposed PVC type -6 Belt weight (Approx) 12 kg/ sq.m Belt storage capacity (Minimum) 120 m Maintenance and vulcanisation station To be provided Centre line distance 1100 m Height / lift 25 m Drive power 2 x 450kW III. Conveyor drive : Tripper Trolley Capacity 3500 t/h Material ROM Coal Belt width 1600 mm Belt speed 4.0 m/s Type of Belt proposed PVC Type -6 Belt weight (Approx) 12 kg/ sq.m Belt storage capacity (Minimum) 20 m Centre line distance 50 m Height / lift 5 m Drive power 112kW Type Tripper Trolley IV. Conveyor Drive: B1 Capacity 3000 t/h Material ROM Coal Belt width 1600 mm Belt speed 4.0 m/s Type of Belt proposed ST 3000 Belt weight (Approx) 40 kg/ sq.m Belt storage capacity (Minimum) 120 m Maintenance and vulcanisation station To be provided Centre line distance 2960 m Height / lift 40 m Main Drive unit with an installed power of 4 x 450kW V. Conveyor Drive : B2 Capacity 3000 t/h Material ROM Coal Belt width 1600 mm Belt speed 4.0 m/s Type of Belt proposed Type 6 Belt weight (Approx) 35 kg/ sq.m Belt storage capacity (Minimum) 120 m Maintenance and vulcanisation station To be provided Centre line distance 750 m Height / lift 10 m Main Drive unit with an installed power of 450kW

ADRIYALA CONVEYORS Page 4

VI. Conveyor Drive : B3 Capacity 2000 t/h Material ROM Coal Belt width 1600 mm Belt speed 4.0 m/s Type of Belt proposed Type 6 Belt weight (Approx) 35 kg/ sq.m Belt storage capacity (Minimum) 120 m Maintenance and vulcanisation station To be provided Centre line distance 570 m Height / lift 10 m Main Drive unit with an installed power of 450kW 1.Conveyor Belting : Conveyor belting as proposed with required & suitable belt jointing equipment and material shall be supplied. 2. Description : Communication, control system with Pre-start warning, pull cord arrangement, belt sway switches, zero speed protector should be provided for the length of all conveyors,

The Drive units are equipped with lagged drive drums with minimum of 12mm thick diamond grooved fire resistant anti static neoprene lagging, snub drums, discharge drum etc., with belt spur gearboxes, which are mounted to the pulley, and the drives are equipped with brakes. Pulley and shaft diameters are designed according to the loads and the proposed belt type. NFLP power units (VFD compatible motors included in the electrical package) should be installed. The power units shall be connected directly to the drive drum shafts using rigid flange couplings and are torque mounted to eliminate misalignment between power units and drive drums. The gearboxes shall be fitted with torque limiting plate controlled release backstop units to prevent runback of the conveyor 2.1 Main Drive The belt drive should be designed as a compact double drum drive and is equipped with required drives. The driving drum should be rubberized and equipped with a shaft coupling where the gear unit is mounted to. It consists of a base frame which can be anchored and a bearing for the rubberised driving and reversing drums. The driving unit should be a stable welded construction and screwed torsion-resistant. Torque supports screwed to the base frame allow for particularly low construction height. 2.2 Loop Take up arrangements: Horizontal hydraulic Loop take up arrangements to accommodate a minimum of 40 mts loop with suitable auto arrangement for receipt of loop take up belting with a maintenance table.

The unit should be supplied with suitable pulleys, sheaves, ropes, auto tensioner etc. as a complete set

ADRIYALA CONVEYORS Page 5

2.3 ELECTRICALS All motors shall be NFLP. The main drive motors have cooling fans. The load centres and VFD’s for the main drive shall be of robust, FLP style of construction though certification is not necessary. The VFD’s shall not require cooling water but shall have a closed loop cooling system if necessary. Harmonic contamination of the supply is to minimised by the use of phase shifting transformers or VFD active front end techniques. Any power transformers required shall be air filled and of a robust mining type construction similar to FLP standard. Electrical starters, switchgears, VFD’s and motors should be constructed in a robust manner similar to flameproof standard, such that a minimum degree of protection to IP54 is achieved along with the associated ruggedness and durability. 2.4 In addition to the above the firm should confirm the following: • All new equipment. • Full design check against our parameters. • Provision of foundation details during the design phase to allow us to prepare foundations. • Spares, installation and maintenance manuals (in English) • Full technical back up, being the original equipment manufacturer • Spares back up, being the original equipment manufacturer you have quickly identify and supply

replacement parts or future up grades and refurbishment’s. • Variable frequency drives are to incorporate harmonic reduction techniques, either active

front end technology or phase shifting transformers.. • Horizontal hydraulic take up have to be installed in front of the Tail on all the belts • All gearboxes have service factors greater than 1.3 based on motor power and not absorbed power. • Belt scrapers with tungsten carbide tipped multi-blades with torsion. • Detailed calculations to accurately determine the optimum equipment. • Detailed calculations for belt Tension & belt Joints and recommendation of the type of belt &

Fasteners/Vulcanising Joints. • Spare parts (a full list can be supplied during the design phase of the project) • Belt installation equipment • Belt vulcanising, belt jointing equipment and supervision of belt jointing • Complete Installation 3.1 General Specifications

• Frames for all terminal group pieces shall be constructed for use with the above drive. • All bases and frames will be rigid with continuous welding. • Terminal group pieces shall be painted white. • Zone lubrication manifolds shall be supplied for all terminal group pieces. • Lugs and alignment screws (as required) shall be provided to easily align bearings, reducers

and motors underground. • Guarding included around moving components – i.e. pulley shaft guarding

ADRIYALA CONVEYORS Page 6

3.2 Discharge Assembly Features

• Rugged Design utilizing fabricated beam and structural shapes • A-Frame remote discharge design • Mechanical backstop • Welded steel bearing mounting plates with jack screws • Zone Lubrication system greasing bearings from either side • Coupling Guards

3.3 Pulley Design Specifications

• Engineered Class Pulley design • Thick wall pipe rim design, centre discs not required • All pulleys static balanced and rim surface machined • Submerged arc welding process on all load carrying welds • Profiled end-disc ensure optimal stress distribution • End-discs machined from solid steel plate with integral hub • Integral hub eliminates welding in highest stress region

3.4 Features: 315/450/ 112 KW Power Modules, on the Drives should be available. All the motors should be controlled by using variable frequency drives VFD’s. 315/450 / 112 kW Motor. SCCL will provide 6600 V supply to a control switch provided by bidder near the drives. The required Electrical equipment to be provided 3.5 Belt Structure Trunk Conveyor Intermediate Structure each set comprising of:

-Rolled steel channel stringers -Fabricated idler frames with tubular transoms -Fabricated slinging brackets -Set of fasteners -Cross brace kits (where ever required). -self-aligning idler sets, Carrying Rollers, Return rollers etc -The belt structure is designed to floor mounted.

Features:

• Carrying Idler spacing: 1.5m • Return Roller spacing: 3.0m • Carry Idler assembly 35 degree; Ø159 mm • Return Idler assembly V-return • Floor stands.

3.6 Hydraulic Take up assembly The static tension of the conveyor is automatically monitored and is controlled automatically when the belt is running. 3.7 A Horizontal hydraulic take up shall be installed for the belts including maintenance

table. -Rope sheave system -Loop control unit

ADRIYALA CONVEYORS Page 7

-Tension rope - loop drums

3.8 Take Up Pulley Design;

• Two (2) Pulley and Shaft Assemblies • Outside Diameter is around 920 mm • Lagging Design: Diamond Grooved Lagging, fire resistant ant static neoprene • Lagging Thickness: 25 mm

3.9 Hydraulic Power Pack

• Design of Belt Tension • Design providing automatic, easy pressure changes through controller, • Digital readout of pressure settings • Indicator lights on panel showing power • Heavy Duty sled with runners permitting towing as well as scoop hauling • Modular cover arrangement allowing easy access for servicing underground

4.0 Electrical Control Equipment

• The electrical supply requirement to be provided at the head drive and the tripper drives. • The electrical control system incorporates variable speed technology which allows the

conveyor speed to be variable, usually between the limits of 20% and 120%. • The control system monitors the speed, power and torque of each motor along with the belt

tension at the drives to determine the desired operating conditions. • Advanced vector control algorithms in the drives ensure that the motors are operating at their

optimum condition. • Operational of this system should include:- • Total tension of the belt to be adjusted; • The acceleration of the belt is smooth and progresses along a defined ramp. • Surges in belt speed and spikes in the belt tension during starting are to be eliminated; • All of the sections accelerate simultaneously to minimize start up times; • Acceleration ramps are to be optimized to give a smooth run up in the minimum time; • The belt speed setting should be set to match the loading so that unnecessary mechanical

wear and energy wastage are minimized; • Data is collected form the key positions and made available at the surface so that the belt is

suitable for automation. Data may be retained for trending and analysis 5.0 Signalling, Communication and Safety Features The latest DGMS approved safety Signaling, Communication and Safety Features including lock out switches, Pull Cord switches, pre- start Alarm, Amplifiers, required cables etc., to be provided with sufficient nos and at regular intervals as per DGMS all along the length of the conveyors.. Belt drives may be selected for control either in automatic mode, remote from the surface or locally at the belt drive. Note: The voltage and currents for the communication signaling & pre-start system may be as per the design. All the signaling, pre-start and communication system should be intrinsically safe with FLP power source and approved by the DGMS. The mains supply for the FLP power source and Relay panel should be obtained from one of the motor starter or through a separate P.T..

ADRIYALA CONVEYORS Page 8

Signalling key system, communication and pre-start warning shall be supplied as one set with a control centre at surface, instead of two separate system connected along the conveyor. The required cables, glands from one Battery Amplifier to another Battery amplifier and one signal Key to another signal key to be supplied. 5.1 Control equipment shall include: Signaling keys spaced every 100m and audible amplifier keys every 200m; 1 x Blocked chute; 2 x smoke detectors; 1 x belt speed / slip sensor; 1 x belt sequence sensor Loop limit switches; 1 x Alignment switches at the loop; 1xTorn belt sensor; 1 x Belt spillage; Brake position and temperature where brakes are fitted. Power pack oil level and temperature switches. 5.2 Control Desk : Control desk in the surface control room (housing the relay panel) should contain the following indications through signals/transducers connected at appropriate places along with belt conveyor

The Control desk should have display face, operating face and desk face. The operating face should have feature like telephone hand set, control switches, push buttons, energy stop buttons, annunciated /alarm etc. The Display face may have voltmeter, ammeters, power indicators, status indicator and fault indicators & operating indications.

Communication Amplifiers, signaling keys, pre-start warning generator and Anti sway switches, smoke detectors, belt slip detector, zero speed / Belt sequence switches are to be designed to be intrinsically safe and approved by DGMS. Mounting brackets for fixing them at appropriate places on belt conveyor structure and the required cables from the transducer/switch to the Main control desk are to be supplied by the tenderers. 6. Painting All fabricated steelwork and all bare material such as new welds and sawn ends are to be coated with Red Oxide prior to any fabricated steelwork being stored outside. The surfaces to be coated shall be clean and free from dust and other contaminants and shall be checked using clear adhesive tape. All topcoats will be applied by airless spray techniques, and the wet film thickness shall be measured periodically to ensure conformance to the paint manufacturers recommendations (approximately 40 microns). The Manufacturing Supervisor showing the level of primer coat and full finish coat thickness(s) attained shall produce a paint inspection report. A copy of this report shall be submitted Lining wear plates shall be painted 1 coat on mill finish.

ADRIYALA CONVEYORS Page 9

7.0 Warrantee/ Guarantee

7.1 All the equipment should be warranted for one year of operation. 7.2 Steel cord conveyor belting should be guarantee for minimum of 10 M. tonnes of Coal transportation. 7.3 PVC Type 12 conveyor belting should be guarantee for minimum of 8 M. tones for type 12 of Coal transportation 7.4 PVC Type 6 conveyor belting should be guarantee for minimum of 3 M. tonnes of Coal transportation 8.0 Spares:

8.1 The spares and consumables required during the warranty period of 12 months shall be supplied along with the conveyors. Over and above the spares (supplied along the conveyor drive Units ) required during the warranty period shall be supplied by the firm at free of cost at site. 8.2 Initial fill of oils, Lubricants should be supplied along with the drive units. Approximate quantity of oils, Lubricants, for one year operation to be submitted along with offer. Suitable for oils and lubricants of Indian makes like IOC, etc. and the list of Indian equivalents shall be submitted along with offer. 8.3 The essential & insured spares (like motor, gear box, drive drum, discharge drum, tail end drum, snub drum etc.,) required for smooth operation for 2 years after warranty for maintenance and consumables, should be offered separately. which is added to the landed cost of the equipment to decide the commercial status and the same will be purchased by SCCL. Any spares required over and above the quoted spares should be supplied free of cost during the 2 years period. Any spares consumed during the warranty period from the above supplied items, the same shall be replaced free of cost within 4 weeks time. 9.0 General:

9.1 Sketches of the following are enclosed for guidance only.

(a) General layout of conveyor complete. (b) Drive Unit layout (c) Loop Take up layout (d) Tentative schematic electrical layout of starter. (e) G.A of intermediate structure / Top Idler/ return Idler sets (f) Delivery/ Discharge Unit g) Tail end / Receiving Unit

The tenderers may offer the conveyor unit of their proven design to our operating duty

parameters furnished above. They have to submit all details clearly in their offer along with drawings.

9.2 Submission of drawings & manuals:

Successful tenderers have to submit detailed drawings for our approval before supply.

Foundation drawing to be submitted well in advance to enable us to arrange site preparation. 3 sets of operation & maintenance and spare parts manuals are to be supplied.

ADRIYALA CONVEYORS Page 10

9.3 Erection & Commissioning: The successful tenderer has to take up all the works of erection& Commissioning of the conveyors as a turnkey project, and hand over the system in full capacity of running. The required man power & material shall be arranged by bidder only. 9.4 Tenderers shall offer separate prices for the following items to procure as spare at our option.

(a) Motor (b) Gear Box (c) Drive drum/ Tripper drum (d) Complete Structure/ 30 mts (e) Tail drum Unit (f) Discharge drum (g) Anti run back systems (h) Slow speed coupling (i) Belt sway switches (j) Lockout / emergency stop switch (k) Communication amplifier & Cables (l) Pre-start warning generator (m) Electricals ( Major assemblies)

9.5 Training :

SCCL Engineers and Technicians and operators are to be imparted adequate training at site during commissioning in proper operation & maintenance.

9.6 TEST RUN (NO LOAD)

The conveyor drive head comprising of motor, reduction gear Mechanical, coupling drive drum etc. mounted on a composite rigid base frame should be subjected to a no-load test at your works in the presence of SCCL's engineer. Noise and vibration should be recorded

9.7 Quality Assurance: A copy of the relevant certificate is to be submitted.

ADRIYALA CONVEYORS Page 11

COMMERCIAL DOCUMENT GENERAL GUIDELINES TO TENDERERS, TERMS AND CONDITIONS 1. The offer should be prepared strictly in accordance with the guidelines, Technical

specifications and other details mentioned in this document. Wherever proforma has been provided, the same should be filled up completely by the Tenderer and submitted as part of this offer. The offer should be complete with Technical, descriptive and illustrative literature, Drawings, calculations etc., and should be prepared in such a manner that it gives at the very first instance, their qualifications to show their competence for taking up the contract of this nature. ANY LACK OF INFORMATION REQUIRED AS PER TENDER DOCUMENTS MAY LEAD TO REJECTION OF THE OFFER.

2. DGMS Approvals: All equipment / goods shall have approval / field trial approval of the Directorate

General of Mines Safety (DGMS), Dhanbad, India for commissioning in Indian coal mines. The cost incurred in the process of getting approval shall be borne by the bidder. Any addition / alteration suggested by DGMS during the warranty period, shall be carried out by the bidder at his cost

3. The sealed offers should be submitted in Triplicate to the Chief General Manager (Purchase), The Singareni Collieries Co. Ltd., Kothagudem, Pin Code 507 101, Khammam Dist., Andhra Pradesh, India. It shall be prepared in THREE parts as detailed below and sealed in separate covers.

a. The following documents are to be submitted in Part – ‘A’ - Technical Bid: i) ii)

iii) iv) v)

vi)

vii) viii) ix)

Technical Parameters of the Equipment. The Machinery supplied & installed by the Tenderer for the last 3 years. Technical competence of the Tenderer. Documentary evidence of manufacturing the said equipment for the last 3 years. Un priced order copies for supplies made to reputed companies or Govt. Undertakings, Performance reports during the last 3 years. ISO certificates along with other documents, drawings and specifications. Guarantee / Warranty. Service support. Earnest Money Deposit.

b. The following information / documents are to be submitted in Part – B: Commercial Bid (WITHOUT PRICE):

i) ii)

iii) iv) v)

vi) vii)

Validity of offer. Taxes and duties along with IT Permanent Account Number, Central Sales Tax/Value Added Tax & Excise Duty, Registration No. TIN/TOT No. etc. as applicable. Performance Bank Guarantee. Late Delivery Penalty clause, Risk Purchase and Fall clauses. Force majeure conditions. Specimen copy of Part-C without prices (un-priced copy). Delivery period for supply of equipment and time schedule for installation & commissioning of equipment. NOTE: Tender document shall be purchased either by tenderer or by his representative. In case of purchase by the representative, he should clearly disclose the name of the tenderer on whose behalf tender document is

purchased. Tenders submitted by other than purchaser / representative of the purchaser of tender document shall be summarily rejected.

c. PART “C” – Price Bid: As per format “X” enclosed to the documents.

d Each Cover should be DISTINCTLY marked on its left hand top corner with - i.

ii. iii.

Enquiry No. and Date. Cover No. i.e., Part-A or Part-B or Part-C as the case may be. Closing and Opening dates of the tender.

ADRIYALA CONVEYORS Page 12

e. All the three covers (Part-A, Part-B & Part-C) should be sealed separately and put in another cover and sealed properly. On this main cover, the Enquiry No. and Dates of closing and opening of tender should be properly superscribed and to be sent to the following Address:

THE CHIEF GENERAL MANAGER (PURCHASE), THE SINGARENI COLLIERIES COMPANY LIMITED, KOTHAGUDEM COLLIERIES – KHAMMAM DISTRICT, ANDHRA PRADESH – 507101 INDIA TELEPHONE NO. (0091) (08744) 243109 FAX NO. (0091) (08744) 242305/245651

f. Part A & B covers will only be opened on the Date of Opening and Part-C shall be opened on acceptance of both Technical & Commercial Bids, the date of which will be communicated later.

g. No subsequent alterations/revisions of PRICE BIDS shall be entertained. 4. QUALIFICATIONS OF TENDERERS. (To be included in Part “A”).

a. Only the manufacturers of the equipment shall quote for the tender. However, the ultimate overall responsibility for supply, installation, commissioning and performance of total package lies with the tenderer only.

b. The tenderer has to produce satisfactory documentary evidence along with their offers that they have necessary resources, organisation and technical competency to manufacture, supply, install & commission the said equipment successfully.

c. The tenderers should in particular, give the following information with their offer in support of their resources and competency:

i. The Equipment/Goods supplied, shall be designed and manufactured confirming to the following norms/recommendations and standards currently in force.

a) b)

Electrical - IEC standards/recommendations/Indian Electricity Rules Mechanical - ISO Standards/BIS Standards

ii. The Income Tax Assessment of previous years, Sales Tax and other statutory Taxes, clearance Certificates up to the last assessment, done by the respective Government authorities and Audited financial statements for preceding 3 years, as applicable.

iii. List of said equipment supplied earlier, with documentary proof of – - Copies of orders in full with all enclosures and with all amendments, if any. - Performance Certificates/Reports from previous Customers of their equipment. - Summary details of orders executed for said equipment in India and outside India

indicating Project name, order reference, working location, Date of supply, Date of commissioning, year-wise output details etc.

5. A

TECHNICAL DATA / INFORMATION WITH OFFERS (TO BE INCLUDED IN PART “A”). Apart from the additional technical information/drawings/data, tenderer shall also include the following information in their offer.

a)

b)

c)

d)

e)

f)

General drawings with over-all dimensions and description of various important components of the equipment included in the `scope of work’. Manufacturer’s catalogue, wherever applicable giving description and technical particulars of the equipment. General arrangement and basic design approach and calculations for different equipment. Details of Motors, capacity, make, Nos., required etc. Total power requirement for the Drives and their voltage etc. Tenderers will have to categorically guarantee, the submission of the DGMS approval along with the offer to The Singareni Collieries Co. Ltd. Failure to give the above guarantee shall lead to rejection of the offer. List of the Imported equipment / items together with name of the Manufacturer, Country of Origin and ratings of the equipment / item should also be furnished. Tenderer should furnish `SCOPE OF SUPPLY’ indicating various items / equipment / components with quantities with makes and services. Tenderers shall include in their

ADRIYALA CONVEYORS Page 13

g)

h)

i)

scope of supply all the Tools & Tackles including special tools & tackles required for installation, commissioning, operation and maintenance. Tenderer should submit Operating Instructions, Instructions for repair and exchange of parts, Maintenance Schedules, Spare part lists alongwith soft copy of the same. Tenderer should submit Earnest Money Deposit of the value of Rs.20.00 Lakhs (Twenty Lakhs Rupees only) or U.S. Dollars 40,000.00 (Forty thousand US Dollars only), along with the offer and enclose in Cover-“A” of the offer, in the form of a Demand Draft drawn in favour of The Singareni Collieries Company Limited on any of the Nationalized Banks in India payable at Hyderabad The EMD may also be submitted in the form of Bank Guarantee which shall be given by Nationalized Bank in India payable at Hyderabad only.

Note i. The bid without Earnest Money shall be rejected. ii. No interest will be paid on the above Earnest Money. iii. The Earnest Money Deposit of the successful Bidder will be refunded on submission

of performance bank guarantee for 10% of order value. The Earnest Money Deposit of the unsuccessful Bidders will be returned after finalization of enquiry and placing of orders.

iv. The Earnest Money will be forfeited if a Bidder withdraws their bid during the period of bid validity which includes extended period of Bid validity

B OTHER DETAILS TO BE INCLUDED IN PART `B’ (without prices): a. VALIDITY OF OFFER:

The offer should be kept valid for 180 days from the date of opening of the tender. b. SCCL’s RIGHT FOR ACCEPTANCE/REJECTION OF OFFER:

i. The decision of The Singareni Collieries Co. Ltd in accepting or rejecting any offer, wholly or partly, without assigning any reasons whatsoever will be final and no dispute of any kind can be raised against its decision in any Forum or Court of Law.

ii. The tenderers are requested to adhere to all the Clauses stipulated in this document and submit complete data and particulars as required, so as to facilitate quick comparison and evaluation of various offers received by The Singareni Collieries Co. Ltd.

c. DELIVERY: The desired dispatch of all the equipment including the spares & Accessories etc shall be

8 months from establishing the L.C. A Tentative Bar Chart shall be enclosed covering all the activities including delivery and installation & commissioning periods as desired. This is very essential.

NOTE: 1. SCCL shall arrange for transport from FOB port of origin to mine site. 2. Tenderer shall plan to dispatch total equipment with in 3 weeks time

d. LIQUIDATED DAMAGES: i. If the successful tenderer fails to execute the contract within the time schedule

incorporated in order, or the extended time that may be granted under Force Majeure Conditions, The Singareni Collieries Co. Ltd shall be entitled at its option to recover from the tenderer towards penalties @ 0.5% of total FOB order value per week, or part thereof for the period from the date of execution of contract / extended date there of, to the actual date of completion. Such penalties shall not, however, exceed 5% of the total FOB ordered value. While negotiating the bank documents, if any delay in supplies occurs, Liquidated Damages as stated above shall be considered while billing. The payment or deduction of such an amount as penalty shall not relieve the supplier from his obligations and liabilities under the order.

ii. Liquidated Damages as stated above are also leviable for incorrect and non-sequential supply / execution of the contract.

e. FORCE MAJEURE CONDITIONS: Standard force majeure conditions are ANY Riots or Civil Commotions, any War or

hostilities, any earthquake, flood, tempest and other natural and physical disasters, any

ADRIYALA CONVEYORS Page 14

accident by the fire or explosion, any law and order proclamation, regulation/ordinance affecting the production/despatch of the goods, Court orders / judgements, and International sanctions / Embargo, which are to be substantiated with Documentary evidence.

f. RISK PURCHASE CLAUSE: In case the successful tenderer fails to execute the contract within the time schedule of

the order and The Singareni Collieries Co. Ltd is forced to purchase, install & commission such equipment from others at a higher price, the successful tenderer shall pay the differential amount to The Singareni Collieries Co. Ltd.

g. FALL CLAUSE: Successful tenderer should pass on the benefit to The Singareni Collieries Co. Ltd in

case he sells similar equipment to Public or Private concern within a period of 6 months from the date of receipt of the order at a price less than the price offered to The Singareni Collieries Co. Ltd.

h. PERFORMANCE AND OTHER GUARANTEES TO BE EXECUTED BY THE TENDERERS: Successful tenderer will be required to execute a bank guarantee for 10% of order

value of the total equipment in respective bid currency as coverage towards late delivery & risk purchase clauses, installation & commissioning of the equipment, within one month after receipt of order in the proforma prescribed by The Singareni Collieries Co. Ltd. This bank guarantee should be kept valid till successful commissioning of the equipment and will be returned after executing another Bank guarantee as mentioned below to cover guaranteed percentage availability.

Soon after successful commissioning of the total system, the successful tenderer will be required to execute a bank guarantee for 10% of order value of the total equipment in respective bid currency as coverage towards guaranteed percentage availability, in the proforma prescribed by The Singareni Collieries Co. Ltd. This bank guarantee should be kept valid for a period upto 3 months over and above warranty period.

In case of non achievement of the guaranteed percentage availability, the penalties will be levied as mentioned at clause 14 of commercial document.

Note: The PBG shall be given by Nationalized Bank in India payable at Hyderabad only.

For delay in commissioning of the equipment the validity of PBG shall be extended suitably.

i. PACKING AND SHIPPING LIMITATIONS i. The Supplier shall provide such packing of the Goods as is required to prevent their

damage or deterioration during transit to their final destination. The packing shall be sufficient to withstand rough handling and well protected against damp, shock and rusting. The Equipment supplied shall be packed seaworthy and fit for transhipment and inland transportation preferably in 6 metre box containers. Wherever necessary, heavy parts shall be mounted on skids so that slings can be readily attached in unloading and loading. If it is unsafe to apply external slings to a package attached slings, eyebolts or lifting devices shall be provided and shall project through the package for easy handling.

ii. Due to railway and bridge limitations, the dimensions of each individual package to be shipped shall be limited to the inside measurements of the 6 metre standard box container, i.e., Length - 5.8 m Width - 2.4 m Height - 2.25 m Weight - 18 metric ton.

iii. If any individual package is likely to exceed such limits, mention shall be made in the bid submitted to enable The Singareni Collieries Co. Ltd to explore the possibility of handling such extra size. If no such mention is made, all expenses arising there from including but not limited to the cost for dismantling and making necessary arrangement for

ADRIYALA CONVEYORS Page 15

handling such large pieces shall be borne by the successful tenderer. iv. In each package there shall be a copy of detailed packing list. v. The successful tenderer shall print with indelible ink in legible English the following

information on the four sides of each package. CONSIGNEE- THE SINGARENI COLLIERIES COMPANY LIMITED

(Name of the Project) CONTRACT NO. SHIPPING MARK PORT OF DESTINATION: CHENNAI ITEM NO. CASE NO GROSS/NET WT. LENGTH X WIDTH X HEIGHT (CMS)

vi. Any package which weighs more than two tons shall be conspicuously marked on two of its sides in addition to such marks as “Centre of Gravity” “Sling here” and other necessary marks to facilitate safe handling.

vii. All packages shall be marked legibly with “Handle With Care”. “This Side up”. “No Hooks”. “Keep Dry” etc. as the successful tenderer deems necessary for safe handling depending on the nature of the articles contained in the particular package.

j. INSURANCE The Singareni Collieries Co. Ltd will take comprehensive insurance coverage which

includes transit insurance also, against thefts, accidents etc up to final commissioning of Equipment in case of foreign tenderers. In case of Indian tenderers, The Singareni Collieries Co. Ltd will take comprehensive insurance coverage which includes transit insurance also (for ex-works dispatches)/ insurance from mine site (for FOR destination dispatches), against thefts, accidents etc up to final commissioning of Equipment

k. Inspection of equipment at Site i. The successful tenderer and The Singareni Collieries Co. Ltd or their representatives

shall inspect on the date mutually agreed upon the Equipment / Goods after their arrival at site in respect of quality, specifications and quantity. If discrepancies are found in quality, specifications or quantity or all from the order terms, The Singareni Collieries Co. Ltd shall have the right to reject the Equipment / Goods and to claim against the successful tenderer within ninety (90) calendar days after arrival of the Equipment / Goods at the site. If the documents, certificates, drawings and/or literatures in any package are incomplete or lost during transit, the Supplier shall furnish the missing ones at no cost to SCCL within thirty (30) days after The Singareni Collieries Co. Ltd’s notification.

ii. Any discrepancy arising in respect of quality, quantity and/or performance of the Equipment / Goods during the course of installation shall be resolved by the site representatives of the parties of the order. (On behalf of The Singareni Collieries Co. Ltd, the General Manager of the area within which the mine falls, would be the site representative for this purpose).

iii. In case of nonconformity of the Equipment / Goods’ quality, specification and performance with order terms or in case the Equipment / Goods are proved defective within the Warranty Period for any reason including latent defect or use of improper materials, The Singareni Collieries Co. Ltd shall arrange for a survey to be carried out by SCCL Official and be entitled to claim replacement of the same from the successful tenderer on the strength of an inspection certificate issued. The successful tenderer shall replace such goods free of cost to The Singareni Collieries Co. Ltd. on FOR destination basis.

l. DELIVERY OF EQUIPMENT AND PORT OF DESTINATION i.

The Bidder shall quote the earliest possible delivery schedules to meet the requirements of this Project.

ADRIYALA CONVEYORS Page 16

ii.

iii. iv.

The Equipment of foreign origin shall be delivered to the port of shipment within the Time Schedule, which the Bidder is required to submit along-with his bid. Port of destination for the goods supplied shall be Chennai port. Any delivery ten (10) weeks later than the time specified in the Time Schedule shall be considered non-responsive and may be rejected.

m. INLAND TRANSPORTATION AND INSURANCE: The cost of inland transportation and Insurance for indigenous equipment, if any, shall

be borne by the successful tenderer. Overseas Bidders shall furnish the shipping dimensions and weights of each package to facilitate computation of Inland transportation and other incidental costs for delivery of the Equipment from port of entry to project site.

C. PRICE QUOTATION (TO BE INCLUDED IN PART “C”). a Price details should be submitted in the price quotation (Part “C”) against each item /

head of components / equipment mentioned in Part “B” (with out prices) including optionals, if any. No price details should be submitted in Technical and commercial offers (Part “A & B”).

b. PRICE OF THE EQUIPMENT: i. Prices of equipment including Imported and indigenous components with Unit price and

total value, applicable taxes, duties, levies should be shown clearly as per the Format at Annexure-II. The rates/prices of items, components/package, duties, taxes, must be given in INDIAN RUPEES only in case of tenderers within India. Tenderers should also indicate imported content (included in total value of Rupees without fail).

ii. Overseas tenders should quote price in US Dollars or any other currencies on F.O.B. BASIS only.

iii The estimation of landed cost of the equipment in case of imported / indigenous items is as per the format at Annexure-I.

iv. The PVC formula if any shall be quoted by the respective bidders 6. TAXES & DUTIES / FREIGHT & INSURANCE:

a) In case of any supplies affected from India, they should preferably be F.O.R. destination basis by road / rail.

b) In case offers are on F.O.R. destination basis, Tenderers should clearly indicate all the rates of Taxes, duties, levies applicable, item-wise and the reasonable P&F, Freight & Insurance charges.

c) In case of Imported components, different expenses connected to Ocean Freight, Marine Insurance, Port handling charges, Customs Duty, Countervailing Duty, Auxiliary duties and other duties, if any, Inland Transportation rates by Road etc., should be indicated.

d) Tenderers should clearly mention whether imported equipment also attracts Excise Duty, Sales Tax in addition to Import duties.

e) Tenderers should also indicate specifically whether other items like Spares, Accessories, Tools & Tackles, Services like Training, commissioning charges etc., attract any taxes, duties etc.

f) For applicability of Excise Duty/Sales Tax, on imported items proper evidence, Govt. rules should be given in their offer without fail.

g) Tenderers should also specify the part / package / component that will not attract Excise Duty. In case Excise Duty is payable on those items, after placement of order, the same should be absorbed by the Tenderer. This should be clearly confirmed by the tenderer.

h) Tenderers quoting on FOB basis should give FOB Import content in Foreign currency. i) Tenderers quoting on FOB basis should pass on the benefit for import components on

concessional customs duty under project import based on The Singareni Collieries Co. Ltd. Certification i.e., difference between normal customs duty and concessional duty on documentary evidence.

7. MAINTENANCE:

ADRIYALA CONVEYORS Page 17

a) The tenderer should keep required number of service Engineers to guide The Singareni Collieries Co. Ltd’s personnel to undertake proper maintenance work of the equipment during the warranty period.

b) Tenderer should also guarantee for uninterrupted after sales service. 8. TRAINING: (To confirm in Part “A”)

a) Successful tenderer shall impart training to at least Twelve persons of The Singareni Collieries Co. Ltd’s (6 persons in operational aspects and 6 persons in maintenance works) at their manufacturing units for a period of minimum 3 weeks to acquaint with the intricate details of design, installation, operation and maintenance etc. The cost towards boarding, lodging, transport (including to and fro air fares) of SCCL personnel will be borne by SCCL.

b) Successful tenderer shall guide SCCL personnel in day-to-day maintenance and operation activities of the system during entire warranty period.

9

a)

SPARES AND SERVICE:

The tenderer should supply all the spares/sub-assemblies required during warranty period at their cost to mine site

b) All the spares quoted for operation after warranty period of the Longwall equipment will be purchased by SCCL and tenderer shall supply these spares along with the equipment.

c) The tenderer should depute their Service personnel during warranty period at their own cost to take care of warranty failures and The Singareni Collieries Co. Ltd will provide only infrastructure facilities and unskilled man power.

d) The tenderer should submit the price list of all the spares for the total equipment before dispatch of the equipment from their end

10. SPARES SUPPLY DURING LIFE TIME OF THE EQUIPMENT: i. Successful tenderer should give an undertaking that they will supply all the required

spares matching to the assemblies for a period of 9 years, after warranty period as and when ordered by The Singareni Collieries Co. Ltd.

ii. Tenderers who cannot categorically give such undertaking, need not quote against this enquiry.

11. PAYMENT: a) The Singareni Collieries Co. Ltd’s payment terms for Indian Tenderer /Manufacturers –

i) 80% value of the equipment, spares & accessories along with all applicable taxes within 30 days after receipt and inspection at SCCL Stores/Mine site with DGMS approval.

ii) Balance 20% value of the spares & accessories along with all applicable taxes within 30 days after acceptance at SCCL Mine site

iii) Balance 20% value of the equipment and 100% Installation & Commissioning charges, if any, along with all applicable taxes with in 30 days of achieving guaranteed availability during the warranty period and as per clause 12 (b) of this commercial document.

b) The Singareni Collieries Co. Ltd’s payment terms for Foreign Suppliers/Manufacturers –

i) 80% value of the equipment, spares & accessories by way of irrevocable letter of credit against submission of shipping documents with DGMS approval.

ii) Balance 20% value of the spares & accessories by way of irrevocable letter of credit after inspection & acceptance at SCCL Mine site

iii) Balance 20% value of the equipment value and 100% Installation & Commissioning charges, if any, by way of irrevocable letter of credit payable with in 30 days of achieving guaranteed availability during the warranty period and as per clause 12 (b) of this commercial document.

NOTE: These Letters of Credit shall be established at the same time; however payments will be as per NIT terms.

ADRIYALA CONVEYORS Page 18

Any charges incurred on opening above LC shall be to the account of The Singareni Collieries Co. Ltd. In case the supplier intends to have the letter of credit confirmed by any overseas banker, such confirmation shall be arranged The Singareni Collieries Co. Ltd at the cost of the supplier.

No other payment terms are acceptable.

The Tenderer should indicate price breakup details of imported and indigenous equipment (Mechanical items, electrical items etc) spares etc.

12. GUARANTEE/WARRANTY: a) Equipment as a whole should carry guarantee / warranty for satisfactory performance

for a minimum period of 12 months from the date of commissioning or 18 months from delivery, which ever is earlier. In case of Imported equipment, it should carry guarantee / warranty for satisfactory performance for a period of minimum 12 months from the date of commissioning or 18 months from the last date of major FOB shipment, which ever is earlier. Defective material/parts should be replaced/repaired free of cost during the warranty period.

b) The entire system shall be available in full capacity during the PAT period of Adriyala Longwall Equipment and shall convey the coal produced by the Longwall equipment during its PAT period.

c) Supply of Brand New components: The successful tenderer should submit Certificate / Undertaking to the effect that the

total package supplied is BRAND NEW EQUIPMENT manufactured with BRAND NEW COMPONENTS and NO RECONDITIONED/REFURBISHED COMPONENTS whether IMPORTED OR INDIGENOUS were used in the manufacture of the equipment. If any SUB-STANDARD material in the Equipment is detected/noticed at any time during warranty period and 9 years’ thereafter, the successful tenderer should replace the same free of cost with good one immediately so as not to cause any production loss and Singareni Collieries Co. Ltd., will have claim against the successful tenderer for Compensation / Damages etc.

13. GUARANTEED % AVAILABILITY AND PENALTY FOR NOT ACHIEVING THE GUARANTEED PERCENTAGE AVAILABILITY:

The availability percentage of the system (complete package) will be assessed over a period of 12 calendar months (working days only) assuming the following formula.

(A) = Scheduled shift hours i.e. 24 Hrs/ day. (B) = Down Time in Hours i.e. Time for which the machine is not available for operation

either due to maintenance or breakdown

AVAILABILITY % = (A-B) x 100 A

The availability percentage shall not be less than 90% over the period of 12 months from the date of commissioning.

Initial training period shall be excluded from calculating the guaranteed % availability 14. PENALTY CLAUSE FOR NOT ACHIEVING THE GUARANTEED AVAILABILITY : For every 1% fall in availability below 90% for the system (complete package), 1% of

the FOB value of the total package will be deducted as penalty upto 70% for the system (complete package). Incase availability falls below 70% for the system (complete package), Manufacturer / Tenderer will have to replace the complete / part of the equipment, as applicable, at his cost to meet the guaranteed percentage availability, in addition to paying 10% penalty.

16. TEST CERTIFICATES: (To confirm in Part “A & B”) The tenderers should submit the relevant test certificates pertaining to the equipment,

various electricals and other components or any other Certificates that may be required as essential/Statutory as per Indian laws (whether spelt out or not) and tenderer should confirm this point in Part “A & B”. With reference to the above, tenderers should also

ADRIYALA CONVEYORS Page 19

furnish the details of Test Certificates submitted/to be submitted, in their offer. 17. APPLICABLE LAWS: The order shall be governed by the laws of the Indian Union being in force from time to

time. 18. ARBITRATION:

a) Any disagreement or dispute arising between the parties under or in connection with the Contract shall be resolved through amicable negotiations. If the parties have been unable to resolve amicably a Contract dispute within sixty (60) days from the commencement of such negotiations, the case shall be referred to arbitration within 30 days of such failure.

b) The arbitration shall take place in Mumbai / New Delhi, India, according to the Arbitration and Conciliation Act 1996. The procedure prescribed under International Chamber of Commerce (ICC) rules, Paris will apply so far as they are not inconsistent with the provisions of (Indian) Arbitration and Conciliation Act 1996. The Chairman & MD of The Singareni Collieries Co. Ltd is having absolute power to appoint a single Arbitrator or more than one Arbitrator or to refer the dispute to the Institutional Arbitration at his discretion and his decision is final and binding on the parties. The appointed Arbitrator(s) / Institutional Arbitration should pass a reasoned award and the parties should bear the cost of the Arbitration equally. The arbitration fee or expenses should not exceed the schedule of fee fixed by the Indian Council of Arbitration.

c) The Arbitration Proceedings shall be in English language. 18.A In the event that the parties mutually agree in writing that any dispute shall not be

referred to arbitration or parties fail to initiate the proceedings within 30 days stipulated in clause 19(a), the Indian Courts having original civil jurisdiction over The Singareni Collieries Co. Ltd at districts of Khammam / Karimnagar shall only have jurisdiction with regard to such disputes of whatever nature in respect of this Contract, the Parties may approach the courts accordingly.

19. The tenderer shall submit the site regulations related to safety of works, and fire prevention, setting out the rules to be observed in execution of works at site by The Singareni Collieries Co. Ltd, if any. However these instructions shall not be contrary to the existing provisions of Mines Act, Coal Mines Regulations, Rules etc, as applicable to Indian Coal Mining Industries.

The tenderer shall also submit all the required statutory compliances / clearances including from DGMS, Govt., of India / other Govt. Agencies, wherever required.

20. PERT CHARTS , BAR CHARTS: Successful tenderer should submit a PERT chart for execution of order within one month

after receipt of FIRM order (Tenderer should confirm this in Part ‘A’ ) ( Bar chart is to be given with offer).

21. SPECIAL NOTE: a) Tenderers should give all the details of their offer in Part “A” & “B” only, except the

prices, which should be given in Part “C” only. The details given in Part “C” should also be given in Part “B” but without prices. Prices should not be given in Part “B”.

b) Tenderers should give item-wise replies giving the NIT reference for all the points mentioned in this as well as other enclosures forming part of NIT.

c) Tenderers should not indicate “Yes”/OK/”NOTED” etc. in their offers. They should give clearly their comments without fail. Otherwise it would be construed as Acceptance to NIT stipulations.

d) Any bid/offer received by The Singareni Collieries Co. Ltd after the due date for submission of bids will not be accepted.

e) The quoted prices will be converted to Indian Currency at the exchange rates as on the date of the opening of the technical bid for arriving status.

f) The words ‘imported’ and ‘indigenous’ are defined as: i) Imported: Component manufactured outside India and supplied ii) Indigenous: Component manufactured with in India and supplied

ADRIYALA CONVEYORS Page 20

ANNEXURE-I ESTIMATION OF LANDED COST OF EQUIPMENT

IN CASE OF IMPORTED EQUIPMENT

S.NO. EQUIPMENT PRICE 1. PRICE ON FOB BASIS 2. Ocean freight & Insurance 3. Exchange rate considered 4. Landing charges considered 5. Customs duty considered 6. Port & Handling charges etc. 7. Inland Freight & Insurance 8. Loading of Excise duty in case of applicability 9. Taxes, Sales Tax etc. in case of applicability 10. Loadings based on Payment terms

IN CASE OF INDIGENOUS ITEMS

S.NO. EQUIPMENT PRICE 1. FOR Ex-Works. 2. Packing 3. Forwarding 4. Freight 5. Insurance 6. Excise duty 7. Sales Tax 8. Loadings based on Payment 9. Terms

Annexure – II

ADRIYALA CONVEYORS Page 21

Format:

Unit Price Total Price Sl. No.

I t e m Qty. Import content

Indigenous content

Import content

Indigenous content

Total

i)

ii)

iii)

iv)

NOTE: All Duties and Taxes applicable are to be clearly / specifically mentioned. The details of Indigenous Equipment under the scope of The Singareni Collieries Co. Ltd should also be furnished. Bidder should offer brand new equipment/components. Use of reconditioned/refurbished parts/components is not acceptable. If any part/component is found to be reconditioned at a later date, The Singareni Collieries Co. Ltd shall have the right to claim for compensation/damages etc.

CHIEF G.M. (PURCHASE) The Singareni Collieries Company Ltd.

---