0% found this document useful (0 votes)
5 views55 pages

Ranipet-632 406 Technical Specification

The document outlines the technical specifications for passenger cum goods elevators to be used in the Flue Gas Desulphurization plant by Bharat Heavy Electricals Ltd. It includes details on design, scope of work, statutory requirements, and specific equipment specifications, along with documentation requirements for bidders. The specification emphasizes compliance with Indian standards and outlines responsibilities for both the vendor and the purchaser during the project lifecycle.

Uploaded by

ramjanam789
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
5 views55 pages

Ranipet-632 406 Technical Specification

The document outlines the technical specifications for passenger cum goods elevators to be used in the Flue Gas Desulphurization plant by Bharat Heavy Electricals Ltd. It includes details on design, scope of work, statutory requirements, and specific equipment specifications, along with documentation requirements for bidders. The specification emphasizes compliance with Indian standards and outlines responsibilities for both the vendor and the purchaser during the project lifecycle.

Uploaded by

ramjanam789
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 55

Bharat Heavy Electricals Ltd

FLUE GAS DESULPHURISATION


ewivri Boiler Auxiliaries Plant
" Ell
Ranipet-632 406 TECHNICAL SPECIFICATION

SPECIFICATION NO: PANKI:FGD:ELEVATOR-BMB&GDB REV NO:00

TECHNICAL SPECIFICATION

OF

PASSENGER CUM GOODS ELEVATORS

00 15-12-2021 Fresh Release


Jyotish Kumar Patel SHANMUGA SUNDARAM S Kesavan V
(Sr.Engr/EDC-FGD) (DM/EDC-FGD) (DGM/EDC-FGD)

REV DATE DESCRIPTION PREPARED CHECKED APPROVED

Page 1 of 27
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

CONTENTS

A DOCUMENTS TO BE SUBMITTED ALONG WITH THE OFFER


B DOCUMENTS TO BE SUBMITTED AFTER CONTRACT
1.0 INDENT OF SPECIFICATION
2.0 SCOPE
3.0 STATUTORY REQUIREMENTS
4.0 REFERENCE STANDARDS
5.0 SCOPE OF WORK
6.0 EXCLUSIONS
7.0 ELEVATOR PARTICULARS & DESIGN PARAMETERS
8.0 DESIGN CRITERIA AND EQUIPMENT SPECIFICATION FOR PASSENGER CUM GOODS ELEVATOR.
9.0 DETAILS OF SPECIAL TREATMENT FOR ELEVATOR
10.0 MECHANICAL EQUIPMENT
10.1 ELEVATOR CAR
10.2 CAR DOOR
10.3 LANDING DOORS
10.4 LOAD PLATE
10.5 SUSPENSION ROPES
10.6 SHEAVES AND PULLEYS
10.7 SHAFT
10.8 COUNTER WEIGHTS
10.9 GUIDE RAILS
10.10 BUFFERS
10.11 EMERGENCY SAFETY DEVICES AND BRAKES
10.12 AUTOMATIC RESCUE DEVICE (ARD)-(BATTERY DRIVE)
10.13 OVERLOAD DEVICE
10.14 OVER SPEED GOVERNOR AND GOVERNOR ROPES
10.15 LEVELLING DEVICE
10.16 MACHINE ROOM AND OVERHEAD STRUCTURES
10.17 TERMINAL STOPPING AND FINAL LIMIT SWITCHES

Page 2 of 27
BIDDER SIGN WITH SEAL AND DATE:
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

11.0 ELECTRICAL EQUIPMENT AND CONTROLS


11.1 OPERATION AND INTERLOCKS
11.2 ELEVATOR DRIVE
11.3 ELECTRIC MOTORS
11.4 CONTROLLERS
11.5 CABLES AND INTERNAL WIRING
11.6 CABLING AND EARTHING
11.7 POWER SUPPLY
12.0 OTHER REQUIREMENTS
13.0 SPARES, TOOLS & TACKLES
14.0 DRAWINGS / DOCUMENTS
15.0 ERECTION, TESTING AND COMMISSIONING
16.0 PERFORMANCE GUARANTEE
17.0 ACCEPTANCE
18.0 WARRANTY
19.0 FIRST FILL OF CONSUMABLES
20.0 TRANING
21.0 CONFLICT
22.0 GENERAL REQUIRMENT
23.0 PAKING AND FORWARDING
24.0 DOCUMENTATION
25.0 QUALITY ASSURACE AND TESTING
26.0 O&M MANUALS
27.0 SHAFT AREA AND TYPICAL PROPOSED PIT PLAN DETAILS
28.0 ANNEXURES

Page 3 of 27
BIDDER SIGN WITH SEAL AND DATE:
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

A) DOCUMENTS TO BE SUBMITTED ALONG WITH THE OFFER:


Purpose
Sl.
Description Require
No. For Part
1. Reference plant details of similar or higher capacity I Qualification Requirement
elevator supplied
2. Unpriced Bid of Supply I Consideration of Bid
3. Unpriced Bid of Mandatory Spares I Consideration of Bid
4. Unpriced Bid of Erection & Commissioning I Consideration of Bid
5. Seal & Sign of bidder on all pages of specification I Technical Evaluation of Bid(TEB)

6. Deviation List (if any) I TEB

B) DOCUMENTS TO BE SUBMITTED AFTER CONTRACT:


Handing over of Purpose
Sl. Documents
Description
No. after Contract
(in weeks)
1. GA of Elevator & accessories with bill of material 2 BHEL Approval
with loading data (in PDF & Autocad format)
2. Filled Data Sheets of Elevator & All accessories 2 BHEL Approval
3. Anchor Plan & Civil foundation Loading details 2 BHEL Approval
4. Machine room layout (in consultation with BHEL) 2 BHEL Approval
5. Quality Plan with Inspection & Performance Test 3 BHEL Approval
Procedure at site
6. Motor Sizing Calculation 4 BHEL Approval
7. T-S Curve for motor selected 4 BHEL Approval
8. Motor Rating in Kw 4 BHEL Approval
9. Sub vendors List 4 BHEL Approval
10. Manufacturing Schedule 4 BHEL Approval
11. List of Special Tools 8 E&C
12. List of Start-up & Commissioning Spares 9 E&C
13. Required Electric power 10 E&C
14. Pre- Commissioning Check List 10 E&C
15. Installation & assembly procedure 10 E&C
16. Erection, Testing & Commissioning Shedule 10 E&C
17. Recommended Repair Procedure 10 E&C
18. Operation and Maintenance Manual (10 hardcopies 10 E&C
and 5 electronic copies in English)
19. Electrical Load List with Single Line Diagram 10 BHEL Review
20. Control Logic of Elevator 10 BHEL Review
21. Local Panel Control Circuit Diagram 10 BHEL Review
22. Catalogue 10 BHEL Review
23. Proforma Packing List 12 Dispatch

Page 4 of 27
BIDDER SIGN WITH SEAL AND DATE:
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

1.0 INTENT OF SPECIFICATION


This specification covers design, manufacture, inspection, testing at bidder's and/ or his sub
vendor’s work(s), packing, transportation, handling at site, erection, testing and commissioning,
final painting and carrying out acceptance tests at site of Elevators along with accessories which is
to be furnished in the Flue Gas Desulphurization plant.
a. It is not the intent to specify herein all the details of design and manufacture. However,
the equipment shall conform in all respects to high standards of design, engineering
and workmanship and shall be capable of performing the required duties in a manner
acceptable to Purchaser/ Customer, who will interpret the meaning of drawings and
specifications and shall be entitled to reject any work or material, which in his judgment
is not in full accordance herewith.
b. The bidder shall be deemed to have understood completely all the tender drawings and
documents and quoted accordingly.
c. The bidder has to note carefully the parameters, estimated capacities of equipment
indicated and the tender drawing in the specification are only for guidance of the
bidder. The system shall be designed as per relevant standards/ codes and exact
capacities and quantities are to be estimated by the bidder. All such estimations and
design calculations shall be submitted for Purchaser’s approval.
d. Contract shall be unit rate basis for this package. Variations in quantities during
contract stage shall be settled on basis of unit rate quoted by the bidder in the tender.
During contract stage, quantities of various items of BOQ may vary to any extent and
same unit rates will be applicable.
e. Deviation: There shall preferably be no deviation on technical specification. In case of
any deviation, the bidder shall indicate separately the deviations clause-wise with
respect to the specification in the ‘Schedule of Deviation’ given in Annexure-I.
Deviations in any other form including clarifications / assumptions / etc will not be
considered and it will be construed that the bid conforms strictly to the specification.
f. Compliance to this specification shall not relieve the Bidder of the responsibility of
furnishing equipment and accessories/auxiliaries of proper design, materials and
workmanship to meet the specified start up and operating conditions.
All accessories, items of work, though not indicated but required to make the system complete for
its safe, efficient, reliable and trouble free operation and maintenance shall also be in supplier’s
scope unless specifically excluded.

Page 5 of 27
BIDDER SIGN WITH SEAL AND DATE:
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

2.0 SCOPE

Two numbers (02) Passenger cum goods lift shall be provided for following areas:

Sl. No. Lift Description Area to be provided Quantity

1. Passenger cum goods lift, Capacity : Wet Ball Mill Building 1 No.
1000 Kg (minimum)

2. Passenger cum goods lift, Capacity : GYPSUM Dewatering 1 No.


1000 Kg (minimum) Building (GDS)

3.0 STATUTORY REQUIREMENTS


All registration and statutory inspection fees if any, in respect of his work pursuant to this contract
shall be to account of the elevator vendor. However, any registration, statutory inspection fees
lawfully payable under the provision of any statutory laws and its amendments from time to time,
during erection in respect of the plant equipment ultimately to be owned by owner shall be to the
account of the owner. Should any such inspection or registration need to be re-arranged due to
the fault of the vendor or his sub-contractor, the additional fees for such inspection and / or
registration shall be borne by the vendor. While the statutory payment shall be made by the owner
for any registration, statutory inspection etc. during erection, the vendor shall be responsible for
carrying out and co-ordinating various activities with the statutory authority as well as for
obtaining the clearance and registration of the equipment.

4.0 REFERENCE STANDARDS


The Elevators shall be designed in line with the recommendation contained in the latest editions of
applicable Indian Standards. The Design/construction/installation codes shall confirm to Latest
edition of IS:14665 (All parts) AND also meeting any additional requirements of IS:4666, IS:1860
and IS:3534 and Any other equivalent code, subject to Employer's approval (Load carrying
capacity)

Page 6 of 27
BIDDER SIGN WITH SEAL AND DATE:
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

5.0 SCOPE OF WORK


i) Design, engineering, manufacture, inspection, delivery, erection, commissioning and handing
over. ii) Maintenance & services during guarantee period. iii) Necessary erection / commissioning
spares and consumables shall be included in vendor scope. iv) Necessary tools and tackles required
for maintenance, testing and inspection shall be covered in vendor scope. v) Necessary electric
Hoist / hand operated monorail hoist trolley arrangement. During technical offer Vendor shall
provide the weight of the single heaviest item which can be dismantled. If the single heaviest item
/ component weight exceeds 500kg then electrically operated hoist to be provided. Items weighing
more than 50 kg and required to be replaced for maintenance shall be provided with manual hoist
with trolley. Manual hoist may be provided for horizontal movement across the monorail, hoist,
rope and hook arrangements at the machine room ceiling to carry out the maintenance and
erection of equipment shall be supplied by Elevator vendor. The necessary mono-rail beam will be
supplied by purchaser (BHEL). All chain pulley blocks shall be designed to IS: 3832 and shall be
SPARK Proof Trolley type Chain pulley. The electric hoist shall be designed and constructed in
accordance with the latest revision of IS:3938 and shall be suitable for duty class 2.. vi) A steel
ladder for access to the pit shall be supplied by the Elevator vendor. vii) Guard to protect the hoist
way including temporary barricades at hoist way openings shall be supplied by Elevator vendor.
viii) Scaffolding as per erection requirement shall be provided by the Elevator vendor. After
completion of handing over activities, the scaffolding materials may be taken back by the vendor.
ix) All the electrical equipment including Lift well, Hoist way & machine room lighting with fittings,
Power/control/trailing cables, MCCB/MCB & ELCB for 415 V AC 3ph supply (to receive the
incoming feeders provided by customer) shall be included in the Elevator vendor scope. x) The
vendor shall assume all responsibility for proper design and operation of each and every
component of the elevator as well as the elevator as a whole. Complying with Indian electricity
rules & Indian electricity acts and applicable statutory requirements (of Government of India and
applicable States) as well as procedural formalities also shall be taken care by the Elevator vendor.
xi) All the push/ call buttons for Hoist way Front wall Shall have a canopy over it to protect from
rain.
6.0 EXCLUSIONS
Works not included in elevator contract, but furnished by others in accordance with local codes
and regulations and the approved drawing of the Elevator vendor. i) Civil works associated with the
Elevator pit. ii) Furnishing and installation of steel beams (Hoisting beams) in the machine room to
lift equipment during installation and to facilitate maintenance.
iii) Machine room civil works including concrete flooring. iv) Steel structures for Columns and
associated bracings and approach platforms up to landing doors at each level. v) Supporting steel
material between hoist way & car will be provided by BHEL. vi) Unloading and Storage at site.
7.0 ELEVATOR PARTICULARS & DESIGN PARAMETERS

i) Passenger cum Goods Elevator shall be provided with 1 no. fireman’s switch (Alarm Switch). ii)
The Elevator shall be located as per the plant layout drawing which will be provided during detailed
engineering. iii) Entry to the Elevator shall be indicated in the enquiry. Foundation plan and
elevation with landing levels shall be as per purchaser (BHEL) drawings.
8.0 Design Criteria and Equipment specification for Passenger cum Goods Elevator.
Design/Construction
i) Latest edition of IS : 14665
codes
ii) Elevator Type Rope & Pulley Type
iii) Type of service Passenger cum Goods Elevator
iv) Number required As per enquiry
v) Load carrying capacity 1000 kgs (minimum)
Page 7 of 27
BIDDER SIGN WITH SEAL AND DATE:
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

vi) Rated speed 1.0 meter/ sec for Passenger cum Goods Elevator.
vii) Position of machine room Directly above elevator shaft
viii) Total travel Refer ANNEXURE-V
ix) No. of floors to be served
Refer ANNEXURE-V
(Landing levels)
x) Specification code As per IS: 14655 ( 5 parts) latest edition.
xi) Size of platform As per IS: 14655 & manufacturer’s standard latest.
xii) Entrances One number in each floor
Car entrance and landing
xiii) As per BS:476 (Part 20 & 22)
doors
xiv) Method of control Motor Variable Voltage variable frequency (VVVF) control.
Speed Control: Logic Microprocessor based Control with automatic level
Control: adjustment. The control system shall be of field proven
design and having satisfactory track record.
xv) Flooring of Cabin Vitrified ceramic tiles of mat finish
xvi) False ceiling Powder coated
xvii) Position of Machine room Directly above the Lift shaft
xviii) Design, construction and SS (ASTM-304 No: 4 Hairline finish)
finish of car
xix) Car door SS (ASTM-304 No: 4 Hairline finish)
xx) Landing door SS (ASTM-304 No: 4 Hairline finish)
xxi) Car Enclosure SS (ASTM-304 No: 4 Hairline finish)
xxii) Lighting and fan in the car Recessed fluorescent light fittings for illumination level of
100 lux on Car floor shall be provided. Cabin charger
ventilation fan with control suitable for operation on 240 V,
50 Hz, AC single phase power supply shall be provided.
Portable light shall be provided on Car top. Adequate
ventilation and illumination of car to be ensured.
xxiii)Method of operation of Power operated type – automatic, Horizontal Centre
car opening / closing car and landing doors.
xxiv) Operation of Elevator Selective duplex collective, automatic operation with and
without attendant, through illuminated pushbutton station
located inside the car with provision for locking control in
Auto or attendant position.
xxv) Car opening & hoist way Protected by central opening sliding steel door.
opening
xxvi) Signals / Indicator a) Car position informer in car both visual and audio,
hall position indicator at all floors, telltale lights at
all floors, battery operated alarm bell and
emergency light with suitable battery, charger &
controls.
b) Soft touch keys and digital luminous display in car
operating panel and on all floors landings. (All
fixtures in stainless steel face plates). Battery
operated alarm bell and emergency light with
suitable battery and battery charger and controls.
Page 8 of 27
BIDDER SIGN WITH SEAL AND DATE:
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

Audio annunciation for car position indication shall


also be provided inside the car. Overload warning
indicator with visual & audio annunciation.

xx) Shaft lighting The Elevator shaft shall be suitably illuminated by providing
CFL fittings at every 3m (three metres) from bottom of Lift
well.
9.0 DETAILS OF SPECIAL TREATMENT FOR ELEVATOR
As the Elevators are to be installed in a heavily polluted and dusty area in a thermal power station.
All the Elevator components shall be given special corrosion resistant treatment.
i) Cars & Counter weight Anti-corrosive epoxy paint
ii) Fish plates Anti-corrosive epoxy paint
Car & Counter weight
iii) Anti-corrosive epoxy paint
buffer
iv) Supports(Buffer) Anti-corrosive epoxy paint
v) Rail Brackets Anti-corrosive epoxy paint
vi) Bracket & rail fasteners Zinc-passivated with epoxy painted
vii) Tie down bolts Zinc-passivated with epoxy painted
viii) Machine Anti-corrosive epoxy paint
ix) Brake adjusting screw & Zinc-passivated
coupling fasteners
x) Bracket Anti-corrosive epoxy paint
xi) Controller cabinet Anti-corrosive epoxy paint as per industry standard.
xii) Hall buttons Dust-proof with stainless steel hardware.
xiii) Car operating panel Dust proof contact & button with aluminium face plate and
SS hardware. Main face plate SS.
Cover and casting epoxy painted. Other components zinc
xiv) Governor
plated.
xv) Governor Tension frame Hot dip galvanised and anti-corrosive epoxy paint with M.S.
shaft for sheave.
xvi) Car frame, level brace Epoxy paint as per IS-1477 Part 1 & 2.
rods and counter weight
frame
Safety equipment
xvii) Zinc-plated
(Linkages)
xviii) Safety switch and car IP-65. Dust proof heavily zinc plated arm, stainless steel shaft
gate switch and housing as per vendor standard.
xix) Guide shoe Zinc-plated
xx) Cam bar mountings and Zinc-plated and anti-corrosive epoxy paint
channels
xxi) Counter weight frame Anti-corrosive epoxy paint
Guide shoe with Nylon
xxii) Zinc-plated
ribs
xxiii) Filter weights Anti-corrosive epoxy paint
xxiv) Rope fasteners Zinc-passivated and chromate dipped
xxv) Hoist rope Greased, Self-lubricating
xxvi) Governor rope Greased, Self-lubricating

Page 9 of 27
BIDDER SIGN WITH SEAL AND DATE:
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

xxvii) Alarm and door open Painted.


bells (Electronic hooter)
Thermoplastic or thermosetting or FRP type but - shall be
xxvii) Junction box dust proof, All the metal parts corrosion protected / JB’s
mounting brackets powder coated MS.
xxix) Hall position indicator Dust proof with stainless steel enclosure and Face plate.
and car position
indicator
10.0 MECHANICAL EQUIPMENT
10.1 ELEVATOR CAR
The car platform frame and sling shall be of steel construction. The platform shall be suitably
isolated from its sling. The car shall be enclosed with suitably braced and reinforced sheet metal
panel. The sheet metal panel shall have ventilation slots at the base. The cabin shall be provided
with the following accessories: i) Car control station with position indicator inside the car and at
landing platforms. ii) An emergency stop switch (shall have two sets of potential free contact.
Second one shall be taken and terminated in machine room for further connection by owner). This
is as per IS 14665 Part 2 Amendment 3 Clause 9.6 -“An emergency stop switch, of manually opened
and closed type, shall be provided on top of every lift car and shall be marked conspicuously”. iii)
5/15A plug socket with switch on top of lift car.
iv) Telephone instrument shall be provided inside the car. Connection from the same shall be
brought up to the machine room for further connection to plant network by customer. Telephone
instrument provided inside the car shall have provision for hands free operation also, i.e. Speaker
phone shall be provided for hands free operation. v) For better safety, elevator vendor to provide
car top barricade on car top to ensure that service personnel stay inside the car region. A selector
switch and a set of push buttons shall be provided on the top above the ceiling of the car to
operate the elevator locally for inspection and maintenance. The selector switch when set to
position “inspection” shall exclude control from other places and movement of the car in the
desired direction shall be effected by the push buttons. For normal operation of the elevator, the
selector switch shall be set to the position working. It shall be possible to operate the elevator only
when the appropriate button is kept in pressed condition. The roof shall be strong enough to
support at least two persons. vi) Adequate lighting and ventilation shall be provided in the Elevator
car. The car shall be fitted with fan of adequate capacity and lighting with decorative fittings. The
car platform shall be robust in construction and elegant in appearance. vii) The car shall be
provided with an emergency alarm push button inside the Elevator car which shall be clearly
marked. The alarm shall be clearly audible outside the Lift way in order to obtain assistance in case
of breakdown or failure between the floors. viii) Car shall be equipped with handrails on three
sides (material mirror stainless steel).
10.2 CAR DOOR
The car door shall be of hollow metal construction minimum 16 gauge thick sheet steel. Sides of
the door shall be flush with all seams continuously welded. Guide shoes shall be rubber or roller
type designed for operation on unlubricated guides. The car door shall be provided with locking
gear of heavy and robust construction, so arranged mechanically and interlocked that the doors
cannot be opened unless the Elevator car is within a particular landing zone. Conversely the
Elevator shall not move until all the landing doors are closed and interlocked properly. Width of
Car Entrance shall be min 1000 mm or as per applicable Indian or International Standard for
Passenger cum Goods Elevator. The live load shall be taken into consideration while designing
doors, door frame and hanger tracks. The car doors shall be designed such that their closing and
opening is not likely to injure a person. A retractable safety shoe shall extend the full height and
project beyond the front edge of the car, to open the closing door if and when it touches a person
Page 10 of 27
BIDDER SIGN WITH SEAL AND DATE:
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

or an object. Alternatively opening of car by means of optical sensing shall also be provided.

10.3 LANDING DOORS


All landing openings in the Lift well enclosure shall be protected with doors which shall extend the
full height and width of the landing opening. The type of door provided shall be similar to the
Elevator car door. Every landing door shall be fitted with a locking device. The door shall be
suitably interlocked so that they cannot open unless the car is within a particular landing zone. The
locking device is closed until the door is closed. The levers operating the locking devices shall not
interfere with the landing side or Elevator enclosures. Landing doors of the elevators shall have fire
resistance of at least one hour. These doors shall also be smoke tight as far as possible.

10.4 LOAD PLATE


A load plate displaying the rated load of the Elevator in terms of persons and kilograms shall be
fitted in the car in a conspicuous position.

10.5 SUSPENSION ROPES


The car and the counter weights shall be suspended by steel wire ropes. Chain shall not be used for
suspension. Not less than four independent stranded steel wire suspension ropes shall be used for
car or counter weights of the Elevator with traction drive. The minimum diameter of the stranded
rope shall not be less than 12.5 mm and minimum factor of safety shall not be less than 12. The
suspension ropes shall conform to latest edition of IS 2365 – “Specification for steel wire
suspension ropes for Lifts and hoists”.

10.6 SHEAVES AND PULLEYS


All driving sheaves and pulleys fixed to and revolving with the shaft shall be fixed by means of sunk
keys of sufficient strength and quality. Sheaves and pulleys shall be made of cast iron as per the
latest edition of IS 14665 and free from cracks, sand holes and other injurious defects. They shall
have suitable flanges and smoothly machined rope grooves. The diameter of the sheave or pulley
shall be as specified in the latest edition of IS 14655 or equivalent International Standards.
10.7 SHAFT
Shafts and axles shall be forged steel. They shall have sufficient rigidity and bearing surface. Any
shaft when stepped shall be turned to a reasonable radius at the point of reduction.

10.8 COUNTER WEIGHTS


The Elevator shall be provided with suitable counter weights located in the Lift shaft. The counter
weight shall be designed for smooth and easy operation of the Elevator and shall be in accordance
with Indian Standard (or) equivalent International Standard. Suitable counter weight screen shall
be provided in the Elevator shaft. The counter weights shall consist of cast iron weight contained in
structural steel frame. The traction should be such that no appreciable slip may occur but that slip
shall be free to take place upon the landing of either the car or the counter weights.
10.9 GUIDE RAILS
Guide rails for the car and counter weights shall be machined ‘T’ sections and continuous
throughout the entire length and shall be provided with adequate steel brackets or equivalent
fixing of such design and spacing between brackets shall be such that to avoid any deflection
during the normal operation. Guide rails section shall be adequate to withstand the forces
resulting from the application of the safety gear when stopping the counter weights or fully loaded
car. The guide shoes or their lining shall be easily renewable, adjustable and self-lubricated. Guides
shall be of such length that it shall not be possible for any of the car or the counter weight shoes to

Page 11 of 27
BIDDER SIGN WITH SEAL AND DATE:
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

run off the guides.

10.10 BUFFERS
Sufficient number of buffers of spring loaded type shall be fitted below the Elevator car and
counter weights. The buffers shall be capable of stopping the car or counter-weights without
permanent damage or deformation to itself or any part of the Elevator equipment. The number of
buffers shall be so fixed as to ensure proper sharing of the impact loads by all of them.

10.11 EMERGENCY SAFETY DEVICES AND BRAKES


The Elevator shall be provided with safety device attached to the Elevator car frame and placed
beneath the car. The safety device shall be capable of stopping and sustaining the Elevator car up
to governor tripping speed with full rated load in car. The application of the safety device shall not
cause the Elevator platform to become out of level in excess of 3 cm/m measured in any direction.
Slack rope switches, if necessary, shall also be provided. The Elevator vendor shall also provide
personnel evacuation system during the power failure to the Elevator. The Machine shall be
provided with direct current spring set, solenoid release double shoe brakes of sufficient capacity
to stop the car at any position with the design load. These brakes shall be designed in such a way
that it gets applied automatically in the event of power failure.

10.12 AUTOMATIC RESCUE DEVICE (ARD)-(BATTERY DRIVE)


Contractor shall provide a modern advanced electronic drive system of “RESCUING Passengers
Trapped in an ELEVATOR” in case of power failure. In addition to the above, bell and cranking
device to be provided with hand wheel connected with motor shaft for manual lowering of
elevator to the nearest landing level. For all Elevators with ARD, an audio & visual indicator shall be
provided inside the Elevator car to alert the person trapped inside that he/she is being rescued.
Capacity of battery shall be such that minimum three rescue operations can be performed without
recharging. ARD panel shall be suitable for floor mounting.
10.13 OVERLOAD DEVICE
Every passenger Elevator shall be provided with an overload device, which will prevent the
Elevator from starting in case the Elevator car is loaded to 110 percent of the rated capacity of the
Elevator or more. Elevator shall remain stationery with door open. Audio & visual warning device
(Load weighing device) shall be provided to alert the passenger in case of overload.
10.14 OVER SPEED GOVERNOR AND GOVERNOR ROPES
Governor shall be located where there is sufficient room for their proper operation and where they
cannot be struck by the Elevator car or counter weight in the event of over run. Each governor
shall be marked with tripping speed in terms of car speed in m/sec and the motor control and
brake control circuit shall be opened before or at the time the governor trips. As per IS 14665
(part4/Sec 4):2001, the nominal rope diameter for over speed governor shall be minimum 6mm.
However for elevators where travel height is more than 90 meters, the nominal rope diameter for
over speed governor shall be minimum 8mm.
10.15 LEVELLING DEVICE
The Elevator shall be provided with a two-way automatic levelling device. The levelling device shall
take care of overrun and under run of the car and rope stretch, such that car floor is within 6.0 mm
from the landing level at all floors while in operation. Aprons of sufficient depth shall be fitted to
the car floor to ensure that no space is permitted between the threshold and the landing while the
care is being levelled to floor.

Page 12 of 27
BIDDER SIGN WITH SEAL AND DATE:
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

10.16 MACHINE ROOM AND OVERHEAD STRUCTURES


All the overhead machinery shall be supported on beam to be furnished by the contractor. The
machinery support beam shall rest on top of or be designed to be framed into the contractor’s
structural steel frame for the boiler house. The Elevator drive controller and all other apparatus
and equipment of Elevator installation, except such apparatus and equipment which function in
the machine room shall be located at the top of the Lift well. Adequate machine room and hoist
way lighting shall be provided by the Elevator vendor. The maximum loads transmitted by the
single heaviest equipment both during erection and maintenance of the Elevator to the machine
room floor and other structures like guides etc. shall be furnished by the Elevator vendor within 15
days of placing the award letter. Sound reducing materials below machines in machine room shall
be provided. Machine room shall be provided with minimum 200 Lux illumination.
MACHINE ROOM Air Conditioning: Each Machine room shall be provided with 1 no. of 2 tonne A/C
unit. (minimum).
10.17 TERMINAL STOPPING AND FINAL LIMIT SWITCHES
The Elevator shall be equipped with an automatic stopping device arrangement to bring the car to
a stop at the terminal landings independent of the regular operating device in the car. Such
stopping device shall act independently of the operating device, the final limit switches and buffer.
Final limit switches shall be provided to stop the car automatically within the top and bottom
clearance independent of normal operating device and the terminal stopping device. The final limit
switch shall act to prevent movement of the car under power in both directions of travel and shall
after operating, remain open until the Elevator car has been moved by a hand operating
mechanism within the limits of normal travel. Elevator shall be suitable for continuous 24 hours
round the clock operation.
11.0 ELECTRICAL EQUIPMENT AND CONTROLS
11.1 OPERATION AND INTERLOCKS
1. Selective duplex collective, automatic operation with or without attendant through illuminated
push button station located inside the lift car. 2. Door opening shall be automatic door operation
and electronic door protection system for opening/ closing of car and landing doors. 3.Car
operating panel with luminous buttons, car position indication in car (both visual and audio)
combined with direction arrows, overload warning indicator, battery operated alarm bell and
emergency light and fan & hands free speaker telephone set with suitable battery charger &
controls. 4. Emergency indicator to indicate the location of elevator in case of elevator being stuck
up between the floors through automatic flashers (both audio and visual). 5. Electronic door
detector (infra red curtain type). 6. Two push button stations, one for upward movement and the
other for down ward movement at each intermediate landing and one push button at each
terminal landing shall be provided in order to call the car. Digital hall position indicator at all floors,
tell lights at all floors shall also be provided by the bidder. 7. For facilitating movement of visually &
hearing impaired persons, hall lantern and car arrival chimes shall be provided. 8. All fixtures shall
be in stainless steel face plates. 9. Push buttons shall be fixed in the car holding the doors open for
any length of the time required. 10. All other safety/ protection/ operation interlocks as required
by IS: 14665 (latest edition).
11.2 ELEVATOR DRIVE
The Elevator drive shall be equipped with automatic electromagnetic coil type brakes. The Elevator
shall be driven by a drive suitable for method of control offered by the Elevator vendor. No friction
gearing or clutch mechanism shall be used for connecting the main driving gear to the sheaves.
11.3 ELECTRIC MOTORS

Page 13 of 27
BIDDER SIGN WITH SEAL AND DATE:
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

Motors shall be as per IS 325 and suitable for the Variable Voltage Variable Frequency (VVVF)
application. All motors shall be squirrel cage induction type, suitable for operation at 415 V (+/-
10% variation), 3 phase, 3 wire, 50HZ (+3% to -5% variation). Motor shall be provided with thermal
class 130 (B) or better insulation. supply suitable for frequent starting with S4 duty class (S3 duty
class also acceptable, if necessary to that application and subject to end user acceptance), CDF
40%, Maximum 150 starts per hour at 50 Deg. C ambient and with IP 54 protection class. Motor
pull out torque shall be at least 240% of rated torque. Motor shall be of TEFC type. Motor
insulation shall be class F or superior with temperature rise limited to 70 Degree Celsius. Motor
paint shade shall be RAL 5012(tentative).
11.4 CONTROLLERS
The controllers shall be designed to start, accelerate, stop and reverse the Elevator when the
appropriate push buttons are pressed. It shall be arranged so as to provide maximum convenience
to the operator. Contact finger
Buttons shall be easy to adjust and replace. The speed control device shall be such as to give
smooth, easy and accurate speed control. The Elevator controls shall be housed in dust and vermin
proof enclosures. The controls shall be wired with stranded copper conductor cables. All
equipment mounted shall be neatly labelled as per wiring diagram. Ventilating louvers are to be
provided in the panels. Control panel shall be suitable for floor mounting.
11.5 CABLES AND INTERNAL WIRING
Wiring shall be done as required to interconnect all Elevator electrical equipment including all
power wiring from the main supply source in the machine room. Power cables shall be 1100 V
grade multi core, stranded with XLPE insulation, FRLS type ST2 inner sheathed, galvanised steel
wire armoured and overall extruded FRLS, Type ST2 PVC outer sheath. If unarmoured cables are
used all the cabling/wiring between the equipment in the lift machine room and between machine
room and equipment in the lift well and at the landings shall be wired in HDP conduit/ galvanised
steel conduit. The circular trailing cables shall conform to IS 4289 Part-I (Elastomer insulated) or IS
4289 Part II (PVC insulated) / Flat type trailing cable shall conform to IEC 60227-06. All other cables
shall conform to latest edition of IS: 7098, IS:1554 & IS:5831. Following FRLS properties shall be
complied with. a) Oxygen index of min. 29 (as per IS:10810 Part-58) b) Acid gas emission of max.
20% (as per IEC-754-I). c) Smoke density rating shall not be more than 60% (as per ASTMD-2843).
All cables shall have FRLS properties.

LT Cable:
1100 volt, 90 Deg.C rating, heavy duty power cables with stranded aluminium Conductor, extruded
XLPE insulation, extruded HRPVC,FR-LSH inner sheath, aluminium round wire armour for single
core cables and galvanized steel strip /wire armour for three (3) core cables, and extruded HRPVC,
FR-LSH overall sheath.

Trailing Power cable:


1100 V Grade flexible trailing cable shall be tinned copper of Class - 5 of IS : 8130, heat resistant
elastomeric compound based on EPR insulation, inner sheath of heat resistant elastomeric
compound PCP sheath, nylon cord reinforcement and heat resistant, oil resistant and flame
retardant heavy duty elastomeric compound FRLS CSP outer sheath.

Control Cables:
1100 Volt grade, 85 deg C rating, control cables with stranded copper conductors, HRPVC
Insulation, extruded HRPVC, FRLS Inner sheath, round wire/strip armour as specified elsewhere in
the specification and extruded HRPVC, FRLS overall sheath. The cables shall be suitable for use in
1100V non-effectively earthed system. Control cable shall generally conform to IS: 1554 latest and

Page 14 of 27
BIDDER SIGN WITH SEAL AND DATE:
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

have ISI mark. Armour shall be GS.

11.6 CABLING AND EARTHING


Earthing shall be carried out as per IS 14665, IS 3043 and Indian Electricity Rules. The Elevator
structures, motor, frames, metal cases and all electrical equipment including conduit, cable
armouring and guards shall be properly bonded and earthed by two separate and distinct
connections. The earth connection station mat shall be done by the owner.
11.7 POWER SUPPLY
Each Elevator shall be provided with a separate three phase, three wire 415V feeder of adequate
rating for lighting, air conditioner and control panels will be provided in the machine room by
BHEL. If single phase power supply required for running any of above items, then vendor has to
consider suitable transformer in their scope. The junction box having MCCB/MCB/ELCB Isolation of
adequate rating shall be arranged by the vendor to receive the above supplies. The Elevator
vendor shall also indicate the proposed location of junction box in the machine room. All further
cabling and wiring from the junction box shall be carried out by the Elevator vendor. The vendor
shall arrange to tap power supply required for constructional purposes from the point terminated
by the owner.
Junction box (JB) shall be made of Fire retardant material. Material of JB shall be Thermoplastic or
thermosetting or FRP type. The box shall be provided with the terminal blocks, mounting bracket
and screws etc. The cable entry shall be through galvanized steel conduits of suitable diameter.
The JB shall have suitable for installing glands of suitable size on the bottom of the box. The JB shall
be suitable for surface mounting on ceiling/structures. The JB shall be of grey color RAL 7035. All
the metal parts shall be corrosion protected. Junction box surface should be such that it is free
from crazings, blisterings, wrinkling, colour blots/striations. There should not be any mending or
repair of surface. JB’s will be provided with captive screws so that screws don’t fall off when cover
is opened. JB’s mounting brackets should be of powder coated MS. Terminal blocks shall be 1100V
grade, of suitable current rating, made up of unbreakable polyamide 6.6 grade. The terminals shall
be screw type or screw-less (spring loaded) / cage clamp type with lugs. Marking on terminal strips
shall correspond to the terminal numbering in wiring diagrams. All metal parts shall be of
nonferrous material. In case of screw type terminals the screw shall be captive, preferably with
screw locking design. All terminal blocks shall be suitable for terminating on each side the required
cables/wire size. All internal wiring shall be of cu. Conductor PVC wire.

Vendor has to provide 20% spare terminals for JB.


12.0 OTHER REQUIREMENTS
Electric high speed door operators for the opening and closing of the car doors and landing doors
shall be furnished and installed. The car and landing doors shall be mechanically connected and
shall move simultaneously in opening and closing. The car door and landing door shall be power
closed and shall be controlled in opening and closing by oil cushioning mechanism built into the
gear unit or alternate arrangement equally / better than this. Necessary lockable switches shall be
provided in the Elevator machine room to control the operation of the door. Should the electric
power fail, it must be possible for the doors to be opened from within the car, provided the car is
exactly at the landing level. Overload relays shall be provided to protect the drive motor against
overload or a power failure. Suitable protection shall be provided on the controller to protect the
Elevator equipment from phase reversal, low voltage. Suitable arrangement shall be provided to
intimate unit control room during emergency in the form of audio-visual alarm. Complete set of
special tools and tackles required shall be supplied along with Elevator. Each tool and tackle shall
be stamped so as to be identified easily for its use and size. Tools shall be supplied in a steel tool
box. The list of tools and tackles shall be furnished along with the offer. One number Fire

Page 15 of 27
BIDDER SIGN WITH SEAL AND DATE:
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

extinguisher (suitable for electrical fire) shall be provided along with each elevator.

13.0 SPARES,TOOLS & TACKLES


13.1 TOOLS:
Any special tools & tackles required for the entire equipment to disassemble, assemble or maintain
the units, they shall be included in the quotation and furnished as part of the initial supply of the
machine. List of special tools & tackles shall be decided by bidder as per his proven practice. When
special tools are provided, they shall be packaged in separate, boxes with lugs and marked as
“Special Tools for (tag / item number).”Each tool shall be stamped or tagged to indicate its
intended usage. Levers and eye bolts for the removal of parts to be serviced shall be submitted
with special tools.
13.2 START UP & COMMISSIONING SPARES
Start-up & Commissioning Spares shall be part of the main supply of the Elevators. Start-up &
commissioning spares are those spares which may be required during the start- up and
commissioning of the equipment/system. All spares required for successful operation till
commissioning of elevator shall come under this category. Bidder shall provide an adequate stock
of such start up and commissioning spares to be brought by him to the site for the equipment
erection and commissioning. The spares must be available at site before the equipment’s are
energized. The List of such spares to be provided during bidding stage.
13.3 RECOMMENDED SPARES
Bidders shall also furnish the Recommended spares list along with the offer required for 3
years of normal operation of the plant and should be independent of the list of the
mandatory spares. Prices of recommended spares will not be used for evaluation of the
bids. The price of these spares will remain valid up to 6 months after placement of
Notification of Award for the main equipment.
13.4 MANDATORY SPARES:
Bidder to quote for mentioned mandatory spares with break up price. The List of mandatory
spares is Provided in ANNEXURE-VI.
Note :
If, Mandatory spares as per ANNEXURE-VI are not applicable to vendor Elevator design, vendor
shall quote Equivalent/ applicable spares against each items.
* Unless otherwise stated, a set shall mean complete replacement for one equipment.
1. Any change in size, material, design etc, which obviates one to one replacement of the part shall
be considered a different type.
2. Wherever quantity has been specified as percentage (%), the quantity of mandatory spares to be
provided by contractor shall be the specified percentage (%) of the total population of the plant. In
case the quality so calculated happens to be a fraction, the same shall be rounded off to next
higher whole number.
3. Whenever the quantities have been indicated for each type, size, thickness, material, radius,
range etc., these shall cover all the items supplied and installed and the breakup for these shall be
furnished in the bid.
4. In case spares indicated in the list are not applicable to the particular design offered by the
bidder, the bidder should offer spares applicable to offered design with quantities generally in line
with the approach followed in the above list. 5. Price of each and every item is to be given
separately.

Bidder shall quote for the “Mandatory Spares Part List”, and it will be considered for L1
evaluation. Initial spare parts items shall be handed over separately and shall not be mixed with
Page 16 of 27
BIDDER SIGN WITH SEAL AND DATE:
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

the supply of the main equipment parts. Spares shall be sent in pre-decided lots in
containers/secure boxes. All boxes/containers are to be distinctly marked in red color with boldly
written “S” mark on each face of the containers. Spares shall not be dispatched before dispatch of
corresponding main equipment’s. Each item shall be labelled in English and be packed against
damage and sealed to prevent deterioration from corrosion. The protection shall be sufficient for a
minimum of 10 years’ storage in a dry weatherproof building.
All spares supplied under this contract shall be strictly inter-changeable with the parts for which
they are intended for replacements. All the Initial spares shall be manufactures along with the
main equipment components as a continuous operation as per same specification and quality plan.
Any special tools & tackles required for the entire equipment to disassemble, assemble or maintain
the units, they shall be included in the quotation and furnished as part of the initial supply of the
machine.
14.0 DRAWINGS / DOCUMENTS
The following preliminary documents / drawings should be enclosed along with the offer without
fail. i) Detailed description of the system offered. ii) List of thermal power where the offered
system is in operation. iii) Performance certificate of the system offered. iv) Write-up on interlocks,
controls and safety devices provided. v) General Arrangement of Elevator (including hoist way, pit
well etc.) vi) General Arrangement of machine room and equipment in machine room. vii) Electrical
control scheme with legend and write-up. viii) Machine room Air-Conditioning details.
ix) Foundation and loading details of machine room floor and the concrete structure. x) Filled in
vendor data sheet for Elevator, Main motor and Door operator motor. xi) Filled in vendor quality
plan. xii) The major components of Elevator with weight details to be indicated by the vendor in
the offer itself. xiii) The make, type, capacity, range of all bought out items xiv) Any deviation from
the enquiry specification shall be indicated in the “Sub-delivery Enquiry Deviation Format”
attached along with the enquiry. No deviations, unless explicitly taken up by vendor in the enquiry
stage itself in the said format and accepted by BHEL in writing, shall be considered after firm order.
In case no deviations are there, vendor to indicate “No-deviation” in the fully filled up format. The
following documents / drawings shall be submitted within 15 days from the firm order. i) Elevator
General Arrangement drawings for BHEL/Customer approval. ii) Elevator Technical Datasheet
Separate contract-wise drawing approvals shall be obtained by vendor before manufacture of
elevators.
15.0 ERECTION AND COMMISSIONING
1. The erection and commissioning of elevators & accessories shall be done by bidder.
Bidder shall include complete erection, pre-commissioning & post- commissioning
check-up, start-up, testing and trial runs till handing over at site under his scope of work.
2. TA/DA, boarding and lodging shall be borne by the bidder and shall be included in
quoted rate.

Page 17 of 27
BIDDER SIGN WITH SEAL AND DATE:
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

16.0 PERFORMANCE GUARANTEE

All performance tests for elevators shall be carried out in accordance with any latest Indian
codes/standards.
1) Bidder shall furnish Performance guarantee for the design, manufacture, material, safe and
trouble-free operation of the Elevators and its accessories
2) Bidder shall guarantee and demonstrate the rated capacity of the elevator.
3) The Bidder shall ensure a design of the equipment to achieve an average target availability of
90%.
Noise level-≤85 dB (A) at 1m horizontal distance from equipment/enclosures and 1.5m above
operating floor is to be guaranteed

After the completion of the installation, maintenance and service for the equipment furnished
under this specification shall be provided by the vendor for a period of eighteen months. This
service shall include monthly inspections of the installation during regular working hours by trained
employees and shall include all necessary adjustments, greasing and oiling, cleaning, supply of
genuine standard parts to keep the equipment in proper operation except any part made
necessary by misuse, accidents or negligence caused by others.
17.0 ACCEPTANCE
After erection, the performance of the Elevator shall be tested for ascertaining the conformity with
the specification and upon satisfactory completion of the tests, the Elevator will be taken over. The
responsibility for obtaining commissioning and handing over protocol signed by the customer lies
with the Elevator vendor.

18.0 WARRANTY
1. The Bidder warrants that the equipment’s/items shall be free from defects in the design,
engineering, materials and workmanship of the Plant and Equipment supplied and of the work
executed. The Warranty Period shall be twenty four (24) months from the date of delivery or
eighteen months (18) months from the date of commissioning, whichever first occurs. If during the
Defect Liability Period any defect should be found in the design, engineering, materials and
workmanship of the Plant and Equipment supplied or of the work executed by the Bidder, the
Bidder shall promptly, in consultation and agreement with BHEL regarding appropriate remedying
of the defects, and at its cost, repair, replace or otherwise make good (as the Bidder shall, at its
discretion, determine) such defect as well as any damage to the Facilities caused by such defect.
2. In case of failure of the equipment to meet the guarantee, CUSTOMER /BHEL reserves the right to
reject the equipment. However, CUSTOMER /BHEL reserves the right to use the equipment until
new equipment supplied by bidder meets the guaranteed requirement.

19.0 FIRST FILL OF CONSUMABLES:


1. Bidder’s scope shall also include supply and filling of all chemicals, reagents, resins, lubricants,
grease, filters and consumable items for operation up to COD including top up requirements at the
time of issuance of PAC/declaration of COD. All lubricants proposed for the plant operation shall be
suitable for all operating and environmental conditions that will be met on site consistent with
good maintenance procedures as instructed in the maintenance manuals.

Page 18 of 27
BIDDER SIGN WITH SEAL AND DATE:
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

2. Detailed specifications for the lubricating oil, grease, gases, servo fluids, control fluids, chemicals
including items qualities and quantities required per month of the plant operation for the
CUSTOMER /BHEL’s approval herein shall be furnished eighteen (18) months prior scheduled COD
of the 1st unit. On completion of erection complete list of bearings/equipment giving their location
and identification marks shall be furnished to CUSTOMER along with lubrication requirements. All
types of chemicals, consumables, lubricants and grease shall be readily obtainable locally and the
number of different types shall be kept to a minimum. For each type and grade of lubricant
recommended, bidder shall list at least three equivalent lubricants manufactured by alternative
companies.
20.0 TRAINING
Successful bidder shall provide comprehensive training for CUSTOMER Consultant Engineering,
O&M, Erection & Commissioning staffs at site covering all aspects of the Elevators - Operation &
Maintenance, Troubleshooting etc for minimum 2 man-days.
21.0 CONFLICT
Bidder’s equipment shall be designed for and shall meet the service, performance and minimum
level of quality requirements specified. Bidder shall be solely responsible for advising CUSTOMER in
writing of any conflicts between the specifications and Bidder’s design, including performance and
levels of quality. Bidder agrees that its obligations, liabilities and warranties shall not be diminished
or extinguished due to its meeting the requirements of the Specification.

22.0 GENERAL REQUIREMENTS:


S.No Description
Metric unit shall be used in the drawings and in the any displays on the equipment’s. Special
1)
attention should be taken that the unit of pressure shall be in dual scales of kPa and kg/cm 2G. For
instance the pressure gauges should have dual unit’s indication.

2) Descriptions in the drawings, in the documents, and in the displays shall be in English

All rotating parts such as coupling shall be covered with suitable protective guards. Guards shall be
3)
easily removable type.
The equipment shall be designed to withstand the corrosive and moist environment in which these
4)
are proposed to operate.
Noise level produced by any rotating equipment individually or collectively shall not exceed 85 dB
5)
measured at a distance of 1.0 meters from the source in any direction and 1.5m above operating
floor.

6) The overall vibration level shall be as per ISO 10816.

7) Suitable drain connections shall be provided.

8) The equipment shall be suitable for stable operation continuously.

Corrosion allowance: Corrosion allowance for entire equipment shall be in accordance with latest
9)
applicable Indian / International standard.
Unless otherwise specified , flanges shall be in accordance with ANSI B16.5 Class 150
10)

Page 19 of 27
BIDDER SIGN WITH SEAL AND DATE:
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

S.No Description
Name plate: All equipment shall be provided with nameplates indicating the item number and
11)
service name. Name plates shall be of 304 Stainless steel plate and placed at a readily visible
location. Nameplate of main equipment shall have enough information, which will be confirmed
during engineering phase. Stainless steel nameplates for all instruments and valves shall be
provided.
Rotation arrows shall be cast in or attached with stainless steel plate on each item of rotation
12)
equipment at a readily visible location.
Unless otherwise specified, all equipment items where the weight exceeds 15 kg shall be provided
13)
with suitable lifting lugs, ears or ring bolts or tapped holes for lifting rings. Minimum shock factor for
lifting lugs shall be minimum 2.0. The position of lifting lugs and reference dimension shall be shown
on GA and/or outline drawings. NDT shall be conducted for lifting lugs. When any spreader bars are
required for lifting and laydown, the bidder shall provide spreader bar with equipment.
Skid Mount/Transportation: Equipment shall be fabricated as skid mount design as much as practical
14)
to minimize erection at the site.
If the driver/driven equipment train is in the resonance condition or any vibration problems occur,
15)
the bidder shall solve the problems in a timely manner.

16) Bidder shall provide the necessary gaskets.

17) All the surfaces of the carbon steel should be rust prevented before shipment for the period of at
least 12 months for storage and construction.
Bidder to provide capacity of crane or hoist required for material handling and the details of heaviest
18)
component to be handled.
The list of all Bought out items with makes and country of origin to be mentioned along with offer to
19)
be submitted.

20) Quality Plan to be submitted along with the offer.


Cost towards the participation in discussions/meetings, providing technical assistance during
21)
technical discussions/meetings with customer for approval of drawing/documents etc. TA/DA,
boarding and lodging to attend these meetings shall be borne by the bidder and shall be inclusive in
supply portion.
Material of construction for all equipment/components shall be subject to CUSTOMER / BHEL
22)
approval during detail engineering. Accordingly bidder shall consider MOC for all
equipment/component as per best engineering practice, global standard and global references.
Bidder to provide sub vendor list and Bidder shall strictly adhere to CUSTOMER approved vendor list
23)
. In case bidder proposes an additional vendor for an item or vendor approval is required for any
new item, acceptance shall be subject to approval by CUSTOMER / BHEL before placing order and
bidder shall submit relevant documents as per attached Sub-Vendor Questionnaire.
It shall be the complete responsibility of the successful bidders to obtain “Sub Vendor Approval”
24)
from BHEL / CUSTOMER for all equipment’s & components. Any delay in sub vendor’s approval
should not affect the project schedule. If any of the sub vendors does not have the approval of
CUSTOMER / BHEL, the same may be replaced with another CUSTOMER /BHEL approved sub-vendor
only, without any price implications to BHEL.

Page 20 of 27
BIDDER SIGN WITH SEAL AND DATE:
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

S.No Description
The modalities of inspection (Stage, Final, In-process) shall be finalized during detail engineering
25)
after submission of quality assurance plan (QAP). It shall be reviewed by the CUSTOMER consultant
and BHEL. Bidder shall follow the procedures of inspection as per the approved QAP. Bidder has to
submit the following documents along with inspection call and if any other documents required as
per approved QAP.
- Raw material inspection certificate
- Internal test reports
- Statutory certificates as required.
- All inspection & testing shall be carried out based on the following documents:
a. Relevant Standards
b. Specifications
c. Approved drawings
d. Data Sheets
e. Calibration certificate for all the measuring instruments
f. Bidder should also coordinate in getting the MDCC’s (Material Dispatch clearance
certificate) and all types of IC’s (Inspection Certificates) from the CUSTOMER along
with BHEL.
During detail engineering, bidder to strictly adhere to BHEL/ CUSTOMER drawing formats, document
26)
numbering, quality plan & FQP formats
The identification and numbering of equipment, systems, items, etc. of supply, as well as of all
27)
documents and drawings shall be in accordance with reference Designation System for Power Plants
- KKS system.
Complete detail engineering drawings, calculations, selection of components etc. shall be reviewed
28)
& subject to approval of BHEL/ CUSTOMER during detail engineering
Bidder shall furnish necessary inputs & drawings of all equipment in editable Auto CAD/ MS-Word
29)
/Excel format.
During detail engineering, successful bidder shall ensure flow of drawings/documents as per
30)
schedule. Any comments from BHEL/ CUSTOMER should be addressed timely by the bidder.
Bidder to note that list above is not exhaustive and any work /items required for completing the
31)
smooth operation and ensuring satisfactory running of the machines till final hand over to the end
user shall also be in the scope of the bidder.
Bidder shall submit the signed and stamped copy of all the pages which constitutes this technical
32)
enquiry specification signed by authorized signatory and clearly mentioning each clause under
following two categories to avoid any ambiguity in scope understanding & the scope division along
with technical offer.
a. “Accepted without deviation and considered in scope of work”
b. “Not considered in scope of work”

23.0 PACKING AND FORWARDING

1) All elevator items except Mandatory Spares to be packed in Steel container and dispatched to site.
Vendor to choose suitable sized container to accommodate the elevator and its accessories. Vendor
can choose used container, which shall have leak tight and rain water should not enter into the

Page 21 of 27
BIDDER SIGN WITH SEAL AND DATE:
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

S.No Description
internals of container during storage in the outer yard of power plant. The container shall be
provided with lock and key. The key shall be retained with Supplier and packed material shall be
dispatched to site. Before erection starts the container shall be opened in presence of BHEL site
store concern person for verifying the materials. All items required for assembling shall be packed in
container only. Vendor to ensure the same before generating packing slip. Evaluation will be made
for total cost to BHEL project wise
Note: Packing container shall be non-returnable.
The mandatary spares shall be wrapped in polythene bags & packed in a strong rigid wooden box
2)
and send to BHEL BAP Ranipet stores.
Equipment and materials in wooden cases or boxes shall be properly cushioned to withstand the
3)
abuse of handling, transportation and storage. Packing shall include preservatives suitable to tropical
conditions. All machine surfaces and bearings shall be coated with oxidation preventive compounds.
All parts subject to damage when in contact with water shall be coated with suitable grease and
wrapped in heavy asphalt or tar impregnated paper.
Each container should have the following inscriptions and signs stenciled with an indelible ink legibly
4)
and clearly:
a. Destination
b. Package Number
c. Gross and Net Weight
d. Dimensions
e. Lifting places
f. Handling marks and the following delivery marking
Each container or shipping units shall be clearly marked or stenciled on at least two sides with
5)
project details as per enquiry.
Each mandatary spare package box has to contain a packing list in a waterproof envelope. All items
6)
are to be clearly marked for easy identification against the packing List. All cases, packages etc. are
to be clearly marked on the outside to indicate the total weight where the weight is bearing and
the correct position of the slings are to bear an identification mark relating them to the appropriate
shipping documents. All stencil marks on the outside of cases are either to be made in waterproof
material or protected by shellac or varnish to prevent obliteration in transit.
The packing slip shall contain the following information: -
7)
Customer name, Name of the equipment, Purchase Order number with Date, Address of the delivery
site, Name and Address of the Sender, Serial Number of Elevator, BHEL item Code, Gross Weight and
Net weight of Supplied items.

24.0 DOCUMENTATION

A DOCUMENTS TO BE SUBMITTED ALONG WITH THE OFFER

The Bidder shall submit all documents, drawings, diagrams and all such information, which
are necessary to fully understand the offer for techno – commercial evaluation as specified.

B DOCUMENTS TO BE SUBMITTED AFTER AWARD OF CONTRACT

Page 22 of 27
BIDDER SIGN WITH SEAL AND DATE:
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

S.No Description
The Successful bidder shall submit necessary data, documents and drawings for review,
approval as specified.
All necessary GA drawings, sections, sub-assembly drawings, specifications of main and sub
components and necessary set of operation & maintenance manual as asked by CUSTOMER
must be furnished by bidder in soft and hard copy forms.
Unless agreed otherwise, Ten (10) hard copies and five (05) sets of electronic copies of all
documents are to be submitted in the English language through pen drive. Electronic Copies
shall be submitted in primary original data format (e.g. DOC, XLS, DWG) as well as in a
printable non-proprietary document format (e.g. PDF). However all the engineering related
information shall be furnished in soft form to BHEL.
25.0 QUALITY ASSURANCE AND TESTING
i) Vendor shall prepare and provide Quality plan along with enquiry. This QP will be reviewed by
BHEL and if any comments given by BHEL shall be incorporated by vendor.
ii) In case of order receipt, this QP will be submitted for BHEL/ CUSTOMER consultant approval. Any
comments given by BHEL/ CUSTOMER consultant shall be incorporated by vendor for further
approval by BHEL/ CUSTOMER consultant.
iii) Elevators are subject to inspection by BHEL & CUSTOMER and inspection call shall be given 15
days in advance.
v) Materials can be despatched only after obtaining CHP clearance & MDCC clearance from BHEL/
CUSTOMER consultant.
26.0 O&M MANUALS
Vendor to furnish standard O&M manuals for each capacity of elevator, immediately after the
release of first purchase order for BHEL’s further use (Two copies of CD-ROM). The O&M manual
prepared shall be such that the same shall be usable along with the relevant drawing for each
project. Project wise O&M manuals along with project-wise details, if any, has to be updated by
vendor and handed over to site (Customer & BHEL/Site, after commissioning of elevator) in
necessary format as desired by customer. All necessary GA drawings, sections, sub-assembly
drawings, specifications of main and sub components and necessary set of operation & maintenance
manual as asked by CUSTOMER must be furnished by bidder in soft and hard copy forms. For all
documents softcopy format shall be searchable pdf, however in addition all drawings, diagrams shall
be supplied in ACAD or other editable format and all lists in Excel format. Further break up of
technical documents will be discussed during finalization of the purchase contract. Unless agreed
otherwise, Ten (10) hard copies and five (05) sets of electronic copies of all documents are to be
submitted in the English language through pen drive. In addition However all the engineering related
information shall be furnished in soft form to BHEL.

SIGNATURE OF BIDDER --------------------


NAME -------------------
DESIGNATION ---------------------

Page 23 of 27
BIDDER SIGN WITH SEAL AND DATE:
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

27.0 SHAFT AREA

TENTATIVE SHAFT AREA FOR ELEVATOR IS AS PER BELOW.


A. FOR GYPSUM DEWATERING BLGD

B. FOR BALL MILL BLGD

Page 24 of 27
BIDDER SIGN WITH SEAL AND DATE:
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

28.0 ANNEXURE

ANNEXURE-I

LIST OF DEVIATIONS/EXCEPTIONS TO THE ENQUIRY DOCUMENT

Sl Clause Page
Description of Deviation
No No No

Note: Enlarge the table to incorporate items

SIGNATURE OF BIDDER --------------------

NAME -------------------

DESIGNATION ---------------------

Page 25 of 27
BIDDER SIGN WITH SEAL AND DATE:
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

ANNEXURE – II- SCHEDULE OF GUARANTEES

Sl. Description Data


No

1. Kg : __________Bidder to provide
Rated elevator load capacity
2. dB(A) :
Noise level at a distance of 1.0 meter __________Bidder to provide
from the equipment at site and 1.5 m
above operating floor

3. : __________Bidder to provide
Availability (%)
4. hours : >25000 hours operation.
Scheduled Maintenance (Minor
Overhauls): Recommended intervals
between maintenance outages
5. hours : >75000 hours operation.
Scheduled Maintenance (Major
Overhauls): Recommended intervals
between maintenance outages

SIGNATURE OF BIDDER --------------------

NAME -------------------

DESIGNATION ---------------------

Page 26 of 27
BIDDER SIGN WITH SEAL AND DATE:
Technical Specification for REF: PANKI:FGD:ELEVATOR-BMB&GDB
PASSENGER CUM GOODS REV. No. 00
ELEVATORS REV. dtd 15-12-2021

Bidders Acceptance/ Comments

ANNEXURE-III : MOTOR SPECIFICAITON Refer Enclosed


specification.
ANNEXURE-IV Painting Schedule Refer Enclosed
specification.
ANNEXURE-V : ELEVATOR DETAILS Refer Enclosed
specification.
ANNEXURE-VI : MANDATORY SPARES Refer Enclosed
specification.
ANNEXURE-VII : MOTOR DATA SHEET Refer Enclosed
specification

SIGNATURE OF BIDDER --------------------

NAME -------------------

DESIGNATION ---------------------

Page 27 of 27
BIDDER SIGN WITH SEAL AND DATE:
Annexure-III MOTOR SPECIFICAITON
Starting Time

1.14.5.4.1 For motors with starting time upto 20 secs. at minimum permissible voltage during
starting, the locked rotor withstand time under hot condition at highest voltage limit shall
be at least 2.5 secs. more than starting time.

1.14.5.4.2 For motors with starting time more than 20 secs. and upto 45 secs. at minimum
permissible voltage during starting, the locked rotor withstand time under hot condition at
highest voltage limit shall be at least 5 secs. more than starting time.

1.14.5.4.3 For motors with starting time more than 45 secs. at minimum permissible voltage during
starting, the locked rotor withstand time under hot condition at highest voltage limit shall
be more than starting time by at least 10% of the starting time.
1.14.5.5 Torque Requirements:-

1.14.5.5.1 Accelerating torque at any speed with the lowest permissible starting voltage shall be at
least 10%. Motor full load torque.

1.14.5.5.2 Pull out torque at rated voltage shall not be less than 205% of full load torque. It shall be
275% for crane duty Motors.
Noise level for all the motors shall be limited to 85dB(A) except for BFP motor for
which the maximum limit shall be 90dB(A). Vibration shall be limited within the limits
prescribed in IS: 12075 / IEC 60034-14. Motors shall withstand vibrations produced
by driven equipment. HT motor bearing housings shall have flat surfaces, in both X and
Y directions, suitable for mounting 80mmX80mm vibration pads.
PHASE TO PHASE/ PHASE TO EARTH AIR CLEARANCE:

NOTE: Minimum inter-phase and phase-earth air clearances for LT motors with
lugs installed shall be as follows:

Motor MCR in KW Clearance

UP to 110 KW 10mm

Above 110 KW and upto 150 KW 12.5mm

Above 150 KW 19mm


Annexure IV- Painting Schedule

PS- PANKI 1X660 MW FGD PACKAGE REV. 08 DATE 06.12.2019 Page 15 of 29


ANNEXURE-V - ELEVATOR DETAILS
SL NO DESCRIPTION DETAILS
1 PROJECT PANKI, 1X660 MW
2 Elevator Type & service Rope & Pulley, Passenger cum
goods Elevator
3 Area at Elevator to be installed Ball Mill
4 Capacity ( kg) of Elevator 1000 (minimum)
5 Quantity ( Number (s)) 1
6 Rated speed 1.0 meter/ sec for Passenger
cum Goods Elevator.
7 Total travel (meter) 8.25
8 No. of floors to be served 1 + 1 (GROUND FLOOR)
(Landing levels)
9 Landing level (ELEVATIONS) To be Provided during detail
Engineering

SL NO DESCRIPTION DETAILS
1 PROJECT PANKI, 1X660 MW
2 Elevator Type & service Rope & Pulley, Passenger cum
goods Elevator
3 Area at Elevator to be GDS BUILDING
installed
4 Capacity ( kg) of Elevator 1000(minimum)
5 Quantity ( Number (s)) 1
6 Rated speed 1.0 meter/ sec for Passenger
cum Goods Elevator.
7 Total travel (meter) 22
8 No. of floors to be served 2 + 1 (GROUND FLOOR)
(Landing levels)
9 Landing level (ELEVATIONS) To be Provided during detail
Engineering

SIGNATURE OF BIDDER --------------------

NAME -------------------

DESIGNATION ---------------------

DATE ---------------------
ANNEXURE-VI
MANDATORY SPARES:
(For Ball Mill Elevator & GDS Building Elevator)

Item Quantity
i Brake
Tool to brake 1no.
(common For Ball mill Elevator and GDS Elevator)
Fan 1no.
(common For Ball mill Elevator and GDS Elevator)
Magnet coil with housing pads 2no.
(common For Ball mill Elevator and GDS Elevator)
Brake pads 6no.
(common For Ball mill Elevator and GDS Elevator)
Adjusting sleeve 2no.
(common For Ball mill Elevator and GDS Elevator)
Fixed brake disc 2no.
(common For Ball mill Elevator and GDS Elevator)
ii Gear Box
Gear Box complete 1 set of each type & rating
(common For Ball mill Elevator and GDS Elevator)
‘O’ ring 2no. of each type
(common For Ball mill Elevator and GDS Elevator)
Sealing ring 2nos. of each type
(common For Ball mill Elevator and GDS Elevator)
Bearing 1 set of each type & size
(common For Ball mill Elevator and GDS Elevator)
iii Door front
Bearing 2nos
(common For Ball mill Elevator and GDS Elevator)
Roller 3nos
(common For Ball mill Elevator and GDS Elevator)
Bushing 2nos
(common For Ball mill Elevator and GDS Elevator)
iv Limit cams
Sensor 1no.
(common For Ball mill Elevator and GDS Elevator)
Switch 2nos
(common For Ball mill Elevator and GDS Elevator)
Switch arm 2nos.
(common For Ball mill Elevator and GDS Elevator)
v Sliding Door
Rollers 4no. of each type
(common For Ball mill Elevator and GDS Elevator)
vi Machinery
Brake motor 1 no
(common For Ball mill Elevator and GDS Elevator)

BIDDER SIGN WITH SEAL AND DATE: MANDATORY SPARES


vii Cable trolley
Ball bearing 2no. of each type
(common For Ball mill Elevator and GDS Elevator)
Limit Switches 1 set of each type and size
(common For Ball mill Elevator and GDS Elevator)
Main Suspension Rope for Ball Mill Elevator 1 full length for each type / each length
and size
Main Suspension Rope for GDS Elevator 1 full length for each type / each length
and size
Safety Gear 1 no. of each type and size
(common For Ball mill Elevator and GDS Elevator)
Over speed governor device 1 no. of each type
(common For Ball mill Elevator and GDS Elevator)
Guide rail for car for Ball Mill Elevator 1 set of each type
Guide rail for car for GDS Elevator 1 set of each type
Guide rail for counterweight for Ball Mill Elevator 1 set of each type
Guide rail for counterweight for GDS Elevator 1 set of each type
Load Cell 2 set of each type
(common For Ball mill Elevator and GDS Elevator)

Note:

If, Mandatory spares as per ANNEXURE-VI are not applicable to vendor Elevator design, vendor shall
quote Equivalent/ applicable spares against each items.
* Unless otherwise stated, a set shall mean complete replacement for one equipment.
1. Any change in size, material, design etc, which obviates one to one replacement of the part shall
be considered a different type.
2. Wherever quantity has been specified as percentage (%), the quantity of mandatory spares to be
provided by contractor shall be the specified percentage (%) of the total population of the plant. In
case the quality so calculated happens to be a fraction, the same shall be rounded off to next higher
whole number.
3. Whenever the quantities have been indicated for each type, size, thickness, material, radius, range
etc., these shall cover all the items supplied and installed and the breakup for these shall be
furnished in the bid.
4. In case spares indicated in the list are not applicable to the particular design offered by the bidder,
the bidder should offer spares applicable to offered design with quantities generally in line with the
approach followed in the above list. 5. Price of each and every item is to be given separately.
Bidder shall quote for the “Mandatory Spares Part List”, and it will be considered for L1 evaluation.

BIDDER SIGN WITH SEAL AND DATE: MANDATORY SPARES


Project Name: ____________ Enq/NIT No___________ (Vendor to fill and submit along with offer)
ANNEXURE-VII MOTOR DATA SHEET
LT MOTOR DATA SHEET

S. NO. LT MOTORS Elevator Motor

A. GENERAL

1. Quantity

2. Motor Manufacturer & Country of origin.

3. Motor type

B. DESIGN AND PERFORMANCE DATA

1. Frame size

2. Type of duty S1

3. Type of enclosure / Method of cooling/ Degree of protection

4. Applicable standard to which motor generally conforms

5. Efficiency IE3 of IS 12615 or above (vendor to fill up efficiency


here
6.a Whether motor is flame proof NO

6.b If yes, the gas group to which it conforms as per IS:2148 N.A

7 Type of mounting

8 Direction of rotation as viewed from DE END

9 Standard continuous rating at 40 deg.C. Ambient temp. as per


Indian Standard (KW)

10 Derated rating for specified normal condition i.e. 50 deg. C


ambient temperature (KW)

11 Maximum continuous load demand of driven equipment in KW

BIDDER’S SIGNATURE & SEAL :

TO BE FILLED & ATTACHED ALONG WITH TECHNICAL OFFER

Page 1 of 5
Project Name: ____________ Enq/NIT No___________ (Vendor to fill and submit along with offer)

12 Rated Voltage (volts) 415

13 Permissible variation of :

13.a Voltage (Volts)

13.b Frequency (Hz) (+3% to -5%)- vendor to specify

13.c Combined voltage and frequency 10% -vendor to specify

14 Rated speed in RPM (at rated voltage and frequency)

15 At rated Voltage and frequency:

15.a Full load current

15.b No load current

16 Power Factor at

16.a 100%/75%/50% load

16.b NO load

16.c Starting.

17 Efficiency at rated voltage and frequency,

17.a 100% load

17.b 75% load

17.c 50% load

18 Starting current (amps) at

18.a 100 % voltage


18.b 85% voltage
18.c 80% voltage

BIDDER’S SIGNATURE & SEAL :

TO BE FILLED & ATTACHED ALONG WITH TECHNICAL OFFER

Page 2 of 5
Project Name: ____________ Enq/NIT No___________ (Vendor to fill and submit along with offer)

Minimum permissible starting Voltage (Volts) 85% of rated


19 voltage upto 110KW , 80% above 110kw

Starting time with minimum permissible voltage/80%/ 100%/


20 110%

Without driven equipment coupled


20.a

With driven equipment coupled


20.b

21 Safe stall time with 100% ,110% & 80% of rated voltage

From hot condition


21.a

From cold condition


21.b

22 Torques :
Starting torque at min. permissible voltage(kg-mtr.)/ rated
22.a voltage
Pull up torque at rated voltage
22.b

Pull out torque


22.c

Min accelerating torque (kg.m) available at lowest permissible


starting voltage should be 10% of rated torque
22.d

Rated torque (kg.m)


22.e

23 Stator winding resistance per phase (ohms at 20 Deg.C.)

24 GD2 value of motors

25 No of permissible successive starts when motor is in hot


condition

26 Locked Rotor KVA Input

27 Locked Rotor KVA/KW

28 Vibration limit :Velocity (mm/s)

BIDDER’S SIGNATURE & SEAL :

TO BE FILLED & ATTACHED ALONG WITH TECHNICAL OFFER

Page 3 of 5
Project Name: ____________ Enq/NIT No___________ (Vendor to fill and submit along with offer)

29 Noise level limit (dBA)

C. CONSTRUCTIONAL FEATURES

1. Stator winding insulation

1.a Class & Type (minimum155 F )


1.b Winding Insulation Process

1.c Tropicalised (Yes/No)

1.d Temperature rise over specified maximum ambient temperature


of 50 deg C

1.e Method of temperature measurement

1.f Stator winding connection

2 Main Terminal Box

2.a Type
2.b Location(viewed from NDE side)

2.c Entry of cables(bottom/side)

2.d Recommended cable size(To be matched with cable size


envisaged by owner)
2.e Fault level (MVA),Fault level duration(sec)

2.f Cable glands & lugs details (shall be suitable for power cable
recommended by motor vendor (vendor scope )
3 Type of DE/NDE Bearing

4 Motor Paint shade RAL 5012 Blue

5 Weight of

5.a Motor stator (KG)

5.b Motor Rotor (KG)

5.c Total weight (KG)

BIDDER’S SIGNATURE & SEAL :

TO BE FILLED & ATTACHED ALONG WITH TECHNICAL OFFER

Page 4 of 5
Project Name: ____________ Enq/NIT No___________ (Vendor to fill and submit along with offer)

D. List of accessories.

1. Space Heaters (Nos./Power in watts/supply voltage) for motor


30KW and above

2. Terminal Box for Space Heater (Yes/No)

3. Speed switch (Yes/No)


No of contacts and contact ratings of speed switch

4. Insulation of bearing (Yes/No)

5. Noise reducer(Yes/No)

6. Grounding pads

6.a No and size on motor body


6.b Nos on terminal Box

7. Any other fitments

E. List of curves. (All curves to be attached along with offer)

1. Torque speed characteristic of the motor (enclosed yes / No )

2. Thermal withstand characteristic ((enclosed yes / No )

3. Starting. current Vs. Time ((enclosed yes / No )

4. Starting. current Vs speed (enclosed yes / No )

5. P.F. and Effi. Vs Load


(enclosed yes / No )

BIDDER’S SIGNATURE & SEAL :

TO BE FILLED & ATTACHED ALONG WITH TECHNICAL OFFER

Page 5 of 5

You might also like