0% found this document useful (0 votes)
49 views37 pages

Bowser TPS

This document provides technical specifications for a 9000 liter diesel bowser. Key details include: 1) The bowser will be fabricated on a truck chassis with a minimum 125 HP engine that meets latest emission standards. 2) It will have a digital dispensing unit with flow meter to record diesel quantities and interface with an automation system. 3) The three-compartment steel tank will hold 3000 liters each and have safety features like valves and spill prevention. 4) Additional requirements cover the driver's cabin, pumps, safety equipment, markings, and a 12-month warranty.

Uploaded by

mail.rajeshsahu
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)
49 views37 pages

Bowser TPS

This document provides technical specifications for a 9000 liter diesel bowser. Key details include: 1) The bowser will be fabricated on a truck chassis with a minimum 125 HP engine that meets latest emission standards. 2) It will have a digital dispensing unit with flow meter to record diesel quantities and interface with an automation system. 3) The three-compartment steel tank will hold 3000 liters each and have safety features like valves and spill prevention. 4) Additional requirements cover the driver's cabin, pumps, safety equipment, markings, and a 12-month warranty.

Uploaded by

mail.rajeshsahu
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/ 37

Technical Parameter Sheet

09 KL Diesel Bowser

Scope of Specification: Design, manufacture, supply and commissioning of 9 KL Diesel


Bowser required for carrying diesel in the opencast coal mines. The scope of work
includes procurement of truck chassis with suitable engine which must be complied
latest emission norms as per CBCB, fabrication of Bowser unit over the truck chassis
with necessary pump metering unit and diesel dispensing arrangement; obtaining
necessary safety and other clearance from Govt. department, if any.

Note: - The Engine shall meet the latest emission norms as recommended by CMVR or
any other regulation issued by central/state Government. Self certificate of the Engine
Manufacturer to be submitted at the time of pre-dispatch inspection/ supply.

Electronic Flow Meter: Digital Dispensing Unit with Digital Control Valve and Digital
flow meter with data recording of diesel quantity issued and data upload facility to any
portal through Data Loggers. It should be automation compatible. The electronic meter
should be able to interface with the automation system which sends the dispensing and
other data to any custom server.

Chassis: Bowser shall be fabricated on suitable truck chassis of reputed make of


minimum 125 HP.

Driver’s Cabin: Single driver's cabin mounted on truck chassis fabricated from suitable
steel plates with outer and inner paneling having both sides hinged doors with locking
arrangement, two part wind screens, adjustable driver's seat, fixed rear peeing window,
rear view mirror, fire extinguisher dry type (5 kg) detachable attendant seat, wipers shall
be provided.

Fuel tank and Accessories:

1. Surface of all iron and steel plates, sheet shall be properly cleaned Phosphating and
anti-corrosive painting shall be carried out.

2. Tank shall be fabricated from 3.15 mm (minimum) Steel Sheets and elliptically
machine rolled. Baffle plates shall also be made from 3.15 mm (minimum) Steel Sheets.
Tank shall be 100% electrically welded both inside and outside.

3. Tank shall be in three compartments of 3000 ltrs. Capacity each. Each


compartment shall be fitted with discharging faucet ending in a common manifold. Each
discharge line shall be fitted with heavy duty tested high quality gate valve.

4. Each compartment shall be provided with heavy duty shut off valve located inside
the tank shall as per recommendation of CCE, Nagpur. The opening lever of the valves
shall be housed in a control box at the rear part of the tanker.

5. Top filling pipe shall be drawn near to the bottom of the tank with spill proof device
complete with leak proof connector with filling hose and provided with suitable cap with
chain.

6. Dip stick should be provided with each compartment duly calibrated.

7. Pump and meter with indicator shall be coupled with P.T.O fitted to the side opening
of gear box of chassis. Capacity of discharge shall be regulated at about 150 ltr per
minute through discharge gun of 1” outlet .One hose real of 10 to 15 mtrs. long of 1” dia
fitted with the winding device and one additional hose reel shall also be provided.

8. Approach ladder and cat walk shall be provided for easy access to top of the tanker.
Detachable covered manholes will be provided in each compartment

9. Tank will be mounted on the chassis by means of fabricated Saddles made from
minimum 12 mm thick steel plate. Suitable hard rubber packing and fastener shall be
provided.

10. The tank, after complete fabrication, shall be properly cleaned and treated with two
coats of zinc chromate red oxide primer and finished with two coats of synthetic enamel
paint to desired shade.

11. Emblem of Coal India and "MAHANADI COALFIELDS LIMITED" shall be embossed/
written on body.
12. Equipment should be fitted with reverse audiovisual alarm, blind spot mirror, all
other safety features and night vision arrangement required for safe operation.

13. L-1 bidder to furnish technical brochure/literature of chassis (including engine) and
other technical details of offered Diesel Bowser.

Instruction: Bidder to submit necessary drawing to the Chief Controller of


Explosive(CCE) for approval and Diesel Bowser must be fabricated in accordance with
the approved drawing and the copy of same drawing may be furnished at the time of
supply to the consignee. The Diesel Bowser must be inspected and cleared by CCE.

Warranty/ Guarantee: The equipment shall have no defects arising out of Design,
material or workmanship and the complete equipment shall be warranted for 12 months
from the accepted date of commissioning. Any defect arising observed on this account
will have to be attended immediately. Any failed assembly/sub assembly parts due to
design, manufacturing or workmanship defect during this warranty period of 12 months
shall be supplied by the supplier free of cost and shall not be drawn from the spares
purchased by MCL.

Availability Guarantee: Supplier shall guarantee that the annual availability of the
equipment shall be not less than 85% (Eighty five per cent) for a period of one year from
the accepted date of commissioning.
SPECIAL TERMS & CONDITIONS

SUPPLY AND COMMISSIONING OF DIESEL BOWSER OF 09 KL CAPACITY.


1. GENERAL INFORMATION TO BIDDERS
Design, manufacture, supply and commissioning of 9 KL Diesel Bowser required for
carrying diesel in the opencast coal mines..
2. TERMS AND CONDITIONS RELATED TO THE TENDERED EQUIPMENT
2.1 Technical Response
Bidders shall provide the information in Technical Parameter Sheet downloaded from the
tender for compliance with the Purchaser's Technical Specifications as specified in NIT.
2.2 Scope of Supply
A. Equipment Package
The Supplier is required to bid as per the equipment package detailed in the Tender
Document
B. Supplementary Items
a) The Equipment shall be provided with a comprehensive tool kit, which shall include
any special tools required for erection, commissioning and for the maintenance and
repair of all the Equipment.
b) First fill of all oils, grease and lubricants needed for test and commissioning of each
equipment.
C. Information and Drawings
Bidder to submit necessary drawing to the Chief Controller of Explosive(CCE) for
approval and diesel bowser must be fabricated in accordance with the approved
drawing and the copy of same drawing may be furnished at the time of supply to the
consignee. The diesel bowser must be inspected and cleared by
CCE.Erection/Assembly, Commissioning and Performance Testing.

3. Information To Be Provided By the Bidder:


Bidder to furnish technical brochure/literature of chassis (including engine) and other
technical details of offered diesel bowser.

General
a) Number of similar model supplied in last five year with details.
b) Details of nearest Service Facility available for the present offer.
c) Details of tools to be provided with the equipment.
d) Comprehensive commercial literature specifications.
e) Details of Consumables and filters to be supplied
f) Details of Accessories to be provided.

Technical Details
g) Maximum travel speed in fully loaded condition
h) Turning diameter
i) Detailed technical descriptions of the diesel bowser.
j) Drawings verifying the diesel tank capacity.
k) Drawing detailing the piping layout with attachments
l) Lighting details
m) Schedules showing consumables & filters proposed to be supplied by firm for first
10000 km of operation.
Dimensions, Weights and Performance Details to be provided:
(All in SI unit wherever applicable)
Dimensions:
a) Maximum overall length
b) Maximum overall width
c) Maximum height, with tank
d) Wheelbase
Engine:
e) Make and Model
f) No. of Cylinders
g) Flywheel KW @ RPM
h) Type
Discharge Pump:
a) Make and Model
b) Discharge Capacity
Metering Arrangement:
a) Make and Model

4. After Sales Service


The supplier shall provide adequate after sales service to keep the equipment in working
condition and shall also ensure availability of spare parts at short notice though out the
life time of the equipment.

Note: “If any bidder will quote in this BID, it shall be assumed that the bidder
does agree with all the terms and conditions and technical parameters sheets as
uploaded in the BID.”
&
“The BID shall be governed by the terms and conditions of GEM and as per the
clauses of CIL Purchase Manual 2020.”
1. Eligibility Criteria and Provenness Criteria:

1.1 Basic Eligibility Criteria: The bidder should be in a position to offer and supply in
specified delivery period at least 50% of the total quantity/number for which the bids
have been invited. Offers from bidders who fail to comply with the above qualification
criteria shall be considered unresponsive.

"The bidder should be either of the followings:

a. Indian Manufacturer of the tendered items under the category of Class-I Local
Supplier or Class-II Local Supplier.

OR

b. Indian Selling Agent/Dealer/ Distributor authorized by the Indian Manufacturer


under the category of Class-I Local Supplier or Class-II Local Supplier, if the
manufacturer does not quote directly to any organisation in India as a matter of its corporate
policy (except in situations like supplies to OEM /OES/ OPM, supplies of spares and
consumables bundled with supply of equipment, supplies to customers not covered by dealer
network due to geographical/ logistics constraints), the procurement can be made from its
authorised Indian Agent based on the tender specific authorisation issued by the
manufacturer mentioning tender reference number and date and validity of such
authorisation. The manufacturer is also required to submit a certificate that it is not quoting
directly against the tenders of any organisation in India (excepting the situations mentioned
above, if applicable) as a matter of its corporate policy and if, subsequently, at any stage, it is
found that it has quoted directly to any organisation in India excepting the situations
mentioned above, it shall be liable for penal action as per provision of this Manual, if the
justification provided by the bidder has not been considered adequate and satisfactory by the
procuring entity. Tender specific authorization as per Annexure-B.

Note:

i. In a tender, either the authorized Selling Agent / Dealer / Distributor on behalf of


the Principal OEM or Principal OEM itself can bid but both cannot bid
simultaneously for the same item/product in the same tender.

ii. One manufacturer can authorize only one selling agent / Dealer / Distributor
against the same item in one tender.

iii. If an authorized Selling Agent / Dealer / Distributor submits bid on behalf of the
Principal OEM, the same agent shall not submit a bid on behalf of another
Principal/OEM in the same tender for the same item/product." In a tender, either
manufacturer can quote or its authorised Indian Agent can quote but both are not allowed to
participate/ quote in the same tender.

iv. The business entity of the Indian Agent should be in existence for 3 years on the date of
tender opening, irrespective of date of appointment as Indian Agent.

v. The term ‘Agent’ broadly includes Distributor, Dealer, Channel Partner etc.
vi. Indian Office of a Foreign Manufacturer or Indian Subsidiary of a Foreign / Indian
Manufacturer: Indian Office of a Foreign Manufacturer or Indian Subsidiary of a Foreign/
Indian Manufacturer are also eligible to quote on behalf of the Manufacturer.

vii. Indian Manufacturing entity of foreign manufacturer: Indian manufacturing entity of the
foreign manufacturer is eligible to bid as Indigenous Manufacturer if the Foreign
Manufacturer manufactures equipment of the same or similar capacity as the tendered
equipment; and the Indian Manufacturing entity has sufficient facility for manufacturing,
supply and After Sales Service Support in India for equipment of same or similar capacity as
the tendered equipment.

In such case the bidder shall be required to submit self-attested copy of valid Legal
Agreement/ Collaboration Agreement/ License Agreement/MOU with foreign (principal)
manufacturer for the equipment being offered to prove their status as Indian Manufacturing
entity of foreign manufacturer. Such bidders shall be required to submit tender specific
declaration by the Principal Manufacturer. Both the Indian manufacturing entity and its
principal manufacturer should confirm to ensure supply of spares, consumables and service
support for smooth running of the equipment during its life time.

“The bidder will have After Sales Service Support facilities in India like Depot /
Warehouse for supply of spare parts, Workshop facilities for servicing and repair
assemblies, sub-assemblies and equipment, availability of trained technical
manpower etc., training facilities for providing training to MCL’s personnel. In case
the bidder does not have the above After Sales Service Support facilities in India, it
will have to submit an undertaking along with its offer that in the event of placement
of order on them, they will establish the above facilities in India within the
completion period of warranty of the first equipment commissioned. In such case, the
bidder shall have to provide PBG for 30% of the contract value, which will be released
after establishment of After Sales Service Support facilities in India and against
submission of normal PBG for 10% of the contract value.

Collaboration and License Agreements


i. Collaboration Agreement: In case of Collaboration Agreement or Memorandum of
Understanding (MoU) with the principal manufacturer, the collaboration agreement /
MoU should be valid on date of tender opening and should also remain valid at least
up to supply and commissioning of the last equipment covered in the contract.
However, the principal manufacturer has to confirm that supply of spares &
consumables and service support will be ensured for smooth running of the
equipment during its lifetime. The agreement / MoU evincing collaboration of the
Indian Firm / Company with the Principal Manufacturer must be a document
registered in India under the provision of Indian Registration Act, 1908, irrespective of
likelihood that the same may not be compulsorily registered under the provision of
Section-17 of the said Act.

In the event of termination of collaboration agreement / MoU, the principal


manufacturer will be responsible for the fulfillment of contractual obligations either by
itself or through alternate collaborations / arrangements.

ii. License Agreement: In case Indigenous manufacturer, who has manufactured,


supplied and serviced the same or similar equipment (to the equipment being offered),
is participating under License agreement with the company having valid Intellectual
Property Rights (IPR) for the equipment being offered, the License agreement should
be valid on date of tender opening and should also remain valid at least up to supply
and commissioning of the last equipment covered in the contract.

The bidder and licensor having IPR for the equipment being offered should confirm to
ensure supply of spares & consumables and service support for smooth running of
the equipment during its lifetime. The agreements evincing License agreement of the
bidder and licensor must be a document registered in India under the provisions of
the Indian Registration Act, 1908, irrespective of the likelihood that the same may not
be compulsorily registered under the provision of Section-17 of the said Act.

1.2 Provenness Criteria: Procurement shall be made only for proven product.

The equipment offered by the tenderer shall be considered proven provided minimum
1 Number of quoted model or similar equipment, as defined below, must have been
supplied by the bidder in India to mining industry and/or to the other Industries
(Private or Government/ Public Sector Undertaking) and performed satisfactorily for
a minimum period of one year from the date of commissioning. The performance of
only that equipment would be considered for assessing provenness which has been
commissioned 01 year prior to the date of opening of tender but not prior to 05 years
from the date of opening of tender.

Note: In case of Trial Orders placed by CIL and Subsidiaries, the Trial Order
quantities will be considered for provenness. OR

In case the quoted model or similar equipment has not been supplied by the bidder
in India or if supplied and commissioned in India but the same has not completed
required years of performance for provenness as mentioned above, the offered
equipment will be considered proven if the minimum worldwide population is of 01
no. of offered or similar equipment or combination thereof which have been
commissioned 01 year prior to the date of opening of tender but not prior to 05 years
from the date of opening of tender and all of them performed satisfactorily for a
minimum period of 01 year from the date of commissioning. The worldwide
population of the bidder will be considered for provenness only when the bidder gives
an undertaking that it has not supplied the quoted model or similar equipment in
India or if supplied and commissioned in India, the same has not completed required
years of performance for provenness as mentioned above. OR

In case the indigenous manufacturer is quoting the same type & model of the
equipment as supplied by their foreign collaborator worldwide in the past and the
quoted model of indigenous manufacturer has either not been supplied in India or if
supplied and commissioned in India, but the same has not completed the required
years of performance for provenness as mentioned above, the quoted model will be
considered proven if the minimum worldwide population is of 01 no. of quoted model
or similar equipment or combination thereof which have been commissioned 1 year
prior to the date of opening of tender but not prior to 05 years from the date of
opening of tender and all of them performed satisfactorily for a minimum period of
one years from the date of commissioning. However, for worldwide population, foreign
collaborator's experience of supplying the offered or similar equipment worldwide
shall be considered only if the indigenous manufacturer submits notarized copy of
their collaboration agreement with the foreign collaborator which should be valid as
on the date of opening of the tender and should also remain valid at least up to
supply and commissioning of the last equipment covered in the contract. However,
the principal manufacturer will confirm to ensure supply of spares & consumables
and service support for smooth running of the equipment throughout its life.
Further, if any indigenous content is added by the indigenous manufacturer in the
quoted model of the equipment, the foreign collaborator will give an undertaking for
successful performance of the equipment with the indigenization carried out by the
indigenous manufacturer during lifetime of the equipment. OR

In case the indigenous manufacturer is quoting the same / similar type & model of the
equipment as supplied by their licensor having valid IPR for the same type & model of
equipment being offered worldwide in the past and the quoted model of indigenous
manufacturer has either not been supplied in India or if supplied and commissioned in
India, but the same has not completed the required years of performance for provenness as
mentioned above, the quoted model will be considered proven if the minimum worldwide
population is of 01 no. of quoted model or similar equipment or combination thereof which
have been commissioned 01 year prior to the date of opening of tender but not prior to 05
years from the date of opening of tender and all of them performed satisfactorily for a
minimum period of one year from the date of commissioning. However, for worldwide
population, the bidder’s and licensor’s experience of supplying the offered or similar
equipment worldwide shall be considered only if the indigenous manufacturer submits self
attested copy of their License Agreement with the company having valid IPR for the
equipment being offered, which should be valid as on the date of opening of the tender and
should also remain valid at least upto supply and commissioning of the last equipment
covered in the contract. The bidder and licensor for the equipment being offered will also
confirm to ensure supply of spares & consumables and service support for smooth running
of the equipment throughout its life. Further, if any indigenous content is added by the
indigenous manufacturer in the quoted model of the equipment, the foreign collaborator will
give an undertaking for successful performance of the equipment with the indigenization
carried out by the indigenous manufacturer during lifetime of the equipment. OR

Indian Manufacturing entity of foreign manufacturer and bidding as Indigenous


manufacturer: In case the Indian manufacturing entity of foreign manufacturer who has
sufficient facility for manufacturing, supply and after sales service of same or similar
equipment as supplied by their foreign (principal) manufacturer worldwide in the past and
the quoted model of Indian manufacturing entity has either not been supplied in India or if
supplied and commissioned in India, the same has not completed the required years of
performance for provenness as mentioned above, the quoted model will be considered proven
if the minimum worldwide population is of 01 no. of offered model or similar equipment
thereof which have been commissioned 1 year prior to the date of opening of tender but not
prior to 05year from the date of opening of tender and all of them have performed
satisfactorily for a minimum period of one year from the date of commissioning. However, for
worldwide equipment population, the bidder’s and principal manufacturer’s experience of
supplying the quoted or similar equipment worldwide shall be considered only if the Indian
manufacturing entity submits notarized copy of valid Legal Agreement/ Collaboration
Agreement/ License Agreement/ MOU with foreign (principal) manufacturer for the
equipment being offered and a declaration from the Foreign Manufacturer that all related
required Intellectual Property of quoted equipment are accessible by the Indian
manufacturing entity. Further, the foreign manufacturer will give an undertaking for
successful performance of the equipment to be manufactured by the Indian manufacturing
entity during lifetime of the equipment. The bidder and foreign principal manufacturer for
the equipment being offered will also confirm to ensure supply of spares & consumables and
service support for smooth running of the equipment throughout its life.

1.3 Bench Mark for Consistent Satisfactory Performance:

a) Equipments, being considered for provenness, must have consistently achieved the
guaranteed availability as stipulated in the supply order (based on which provenness
is being claimed by the bidder) for a minimum period of One (01) year for each of the
Equipment from the date of commissioning.

OR

b) In case no guaranteed availability has been stipulated in the supply order (based
on which provenness is being claimed by the bidder, the guaranteed availability
stipulated in the GeM Bid shall be considered as the minimum guaranteed
availability for satisfactory performance, for a minimum period of One (01) year for
each of the Equipment from the date of commissioning.

The bidder will submit satisfactory performance report as per (a) or (b) above issued
by end users. In case, the Performance Report(s) of the End-User(s) is not available,
the bidder shall submit self-certification claiming satisfactory performance of the
equipment supplied along with proof of payment against the Purchase Order(s)/ Rate
Contracts.

1.4 “Similar Equipment” shall be such equipment, which fulfills the following:

a) Performs almost identical operations as the quoted model.

b) Should be equal to or higher than the tendered capacity.

c) Uses sub-components, sub-systems and major assemblies of substantially similar


design & construction to the model quoted - only ratings/ specifications may differ
(Lower or Higher).

1.5 Acceptance Criteria for Similar Equipment:


I. If the bidder claims provenness of the quoted model based on similar
equipment as described above in sub-clause 1.4 then the similar equipment
should have performed satisfactorily for a minimum period of one (01) year
from the date of commissioning along with satisfactory performance of
quoted model for a minimum period of six (06) months from the date of
commissioning within the window period of 05 years.
II. If the bidder claims provenness of the quoted model based on similar
equipment as per sub clause-1.4 above and the similar equipment has
performed satisfactorily for a minimum period of one (01) year from the date
of commissioning but quoted model has not worked for a minimum period
of six (06) months from the date of commissioning within the window period
of 05 years, then the offer may be accepted subject to following conditions:

a. The quoted model should have been designed, manufactured and supplied
to the end-user but has not been commissioned or if commissioned, has
not completed one year of operation after the commissioning.
Documentary evidence for past supply of the quoted model is to be
provided along with the offer.
or

The quoted model is an upgraded version of the existing model with


improved and the latest drive line / system etc. and has not been
manufactured and/or supplied earlier. In such case, the basic model
should remain the same. Documentary evidence of past supply of the
existing model whose upgraded version has been offered, is to be provided
along with the offer.

b. (i) The successful bidder will be allowed to supply the quantity of first lot
as indicated in Schedule of Requirement.
(ii) The firm shall be required to furnish additional Performance Bank
Guarantee of 100% of the total landed value of equipment along with
spares & consumables for warranty period for the quantity of first lot.

c. On satisfactory performance of all the equipment of first lot for one year
from the date of commissioning [to be certified by the General Manager
(Excavation)/ HOD of the subsidiary company], clearance shall be
obtained from the order issuing authority for supply of the remaining
quantity, if any, as per Schedule of Requirement.

d. The additional 100% Performance Bank Guarantee shall be returned only


after satisfactory performance of all the equipment supplied in first lot for
one year from the date of commissioning.

e. The original 10% PBG for the total contract value will be retained for
entire contract period as per PBG clause of NIT.

Note:
In case of unsuccessful performance of the first lot of equipment supplied by the
firms who qualifies as per above sub clause 1.5,.II, the following shall be
applicable:

i) The 100% Additional Performance Bank Guarantee for the first lot of equipment
shall be encashed by CIL. Consequent upon the encashment of the 100%
Bank Guarantee due to non-achievement of stipulated minimum availability
percentage, the Supplier shall take back the equipment at no cost to the
Purchaser and the contract for the balance quantity shall be cancelled.

ii) The original 10% performance bank guarantee shall be returned to the supplier
after recovery of penalty for non-achievement of guaranteed availability in
respect of first lot of equipment.
iii)The performance of any individual equipment under this clause shall not be
considered for provenness in future tenders of CIL & subsidiaries for any
capacity of this type of equipment.

iv) In case of equipment imported under Project Concessional Duty (PCD), the
amount of Customs Duty Concession i.e. the differential amount of Normal
Customs Duty (NCD) and PCD availed during import shall be recovered from
the supplier with interest for refund to the Customs Authorities. The supplier
shall deposit such amount to the purchaser on demand else the same shall be
recovered from the Security Deposit Bank Guarantee / Performance Bank
Guarantee of the supplier.

1.6 "Relaxation of Norms for Start-ups and Micro & Small Enterprises/Startups
(MSEs in Public Procurement regarding prior Experience-Prior Turnover
criteria.)

The relaxation of norms regarding prior experience – prior turnover in Public


Procurement has been extended to startups/ Micro & Small Enterprises subject to
meeting of quality and technical specifications i.e. must have the technical capability
to deliver the goods and services as per prescribed technical and quality
specifications; as per following Govt of India directives:

1. Govt of India Policy Circular no. 1(2)(1)/2016-MA dated 10.03.2016,

2. O.M. No.F-20/2/2014-PPD(Pt) dated 25th July 2016 of Under Secretary to GOI,


Ministry of Finance, Department of Expenditure, Procurement Policy Division, New
Delhi

3. D.M. No. F-20/2/2014-PPD(Pt) dated 20.09.2016 of Under Secretary (PPD),


Ministry of Finance, Department of Expenditure, procurement Policy Division, New
Delhi. Micro and Small Enterprises (MSEs) for tendered items are eligible for claiming
relaxation of norms regarding prior experience – prior turnover in Public Procurement
on submission of self attested copy of valid document in support of MSE status like
DIC, NSIC etc."

"Accordingly the prior experience – prior turnover criteria is not applicable for
startups and MSEs in this tender in respect of either of the following situations and
no further documents regarding provenness will be required to be submitted by these
bidders:
a) If bidders have submitted documents to prove the Startup/MSE status for the
tendered item and submitted the attested copy of the certificate towards quality
assurance and capability from some authority like MSME, NSIC, etc.

b) However, If bidders have submitted documents to prove the startup/MSE status


for the tendered item but without certificate towards quality assurance and capability
from some authority like MSME, NSIC, etc., the TIA, if needed, may assess the
techno-commercial capability of these bidders to manufacture and deliver goods as
per the prescribed quality and technical specification before awarding contract to
them. For this purpose, a 'Proforma for Equipment and Quality Control' (as per
Annexure-A) has been enclosed in the tender documents and such MSEs should
submit the details of plant & machinery, quality control arrangements, etc., in the
above Proforma along with their bids for verification of their technical capability.
After opening of bids, the verification of technical capability may be done by the
concerned Technical Department so that it is available for consideration at the time
of evaluation/ processing of offers.

c) If required, a techno-commercial team of MCL may visit the manufacturing unit of


the bidder for quick finalization of tenders.

d) If favorable technical capability reports obtained earlier on such firms for supply of
the item in question as per the required specification is available, these may be
considered for granting relaxation to the criteria of prior experience and prior
turnover, provided date of such reports are not more than one year from the date of
opening of bids. "

e) In case there is deficiency in technical capability of the firm, the same is to be


communicated to them by TIA for improvement in the quality of their product for
future tenders and clearly indicate that their offer cannot be considered for relaxation
against the tender in question in order to avoid any future complications. The issues
relating to Technical capability may be decided by the Head of the Technical
Department.

f) If bidders have submitted documents to prove the Startup/MSE status for the
tendered item and their products are ISI marked/DGMS approved/Proven in CIL or
its Subsidiary companies/Proven product of the ancillary unit of a Subsidiary
Company of CIL, they will be required to submit the following applicable related
documents, duly notarized, for relaxation from the criteria of prior experience and
prior turnover.

• Valid BIS Marking License for the quoted items.


OR
• Rate contract issued by CIL/its Subsidiary Companies for the quoted items.
OR
• Valid DGMS Approval certificate for the quoted items.
OR
• Proven Ancillary certificate issued by the Subsidiary Companies for the quoted
items.
The document(s)/certificate(s) furnished by the bidders for ISI markings or DGMS
approval for any relaxation should be valid on the date of tender opening and a copy
of such document(s)/certificate(s) valid on the date of supply, duly notarized, must
accompany their bill(s).
Note: The BID shall be governed by the terms and conditions of GEM and as per the
clauses of CIL Purchase Manual 2020.
2. Confirmatory Documents: All the confirmatory documents as enlisted below are to
be uploaded by the bidder while submitting their bid.

2.1 Basic Eligibility Criteria : The following specified documents depending on


the category of bidders.
Sl Category of Bidder Scanned copy of documents to be uploaded by the
No. bidder in support of Basic Eligibility Criteria .(Self certified)
a Equipment a) Documentary evidence to establish the fact that they are
manufacturer equipment manufacturer for the offered capacity and type of
[Indian] quoting Equipment. Such documentary evidence can be ISO-9001
directly against the Certificate/Manufacturing License/ Certificate / Registration
tender. issued by the appropriate authorities of the manufacturer’s
country/ Certificate from Chamber of Commerce and Industry
of the manufacturer’s country etc.

b) Details in respect of its organization along with the


documents like Certificate of Incorporation/ Registration etc.

c) Details of After Sales Service Support facilities in India like


Depot/ Warehouse for supply of spare parts, Workshop
facilities for servicing and repair of assemblies, subassemblies
and equipment, availability of trained technical manpower etc.,
training facilities for providing training to MCL’s personnel.

d) In case the bidder does not have the After Sales Service
Support facilities in India, it will have to submit an undertaking
along with its offer that in the event of placement of order on
them, they will establish the above facilities in India within the
completion period of warranty of the first equipment
commissioned. In such case, the bidder shall have to provide
additional PBG for 30% of the contract value, which will be
released after establishment of After Sales Service Support
facilities in India and against submission of normal PBG for
10% of the contract value.
b Indian Selling a) Tender Specific authorization from their principal
Agent/Dealer manufacturer to quote against this tender indicating the tender
/Distributor/Indian reference and date and validity of such authorization.(As per
office or Indian Annexure-B)
subsidiary quoting
against the tender b) Bidder has to upload Documentary evidence to establish that
on behalf of their principal/Parent/Holding company is the Equipment
Equipment manufacturer (as indicated in (a) above). (Self-Certified)
Manufacturer c) The authorized Indian Agent is to upload scanned copies of
[Indian] details in respect of its organization along with the copies of
document like certificate of incorporation / registration etc.
along with the offer. The firm (Indian Agent) should be in
existence for 03 years on the date of tender opening,
irrespective of date of appointment as Indian Agent.
c) Audited Profit & Loss Accounts / Abridged Profit & Loss
Accounts for the last three financial years from the date of
tender opening.
d) Details of After Sales Service Support facilities in India like
Depot/ Warehouse for supply of spare parts, Workshop
facilities for servicing and repair of assemblies, subassemblies
and equipment, availability of trained technical manpower etc.,
training facilities for providing training to MCL’s personnel. (self
certified)
e) In case the bidder does not have the After Sales Service
Support facilities in India, it will have to submit an undertaking
along with its offer that in the event of placement of order on
them, they will establish the above facilities in India within the
completion period of warranty of the first equipment
commissioned. In such case, the bidder shall have to provide
additional PBG for 30% of the contract value, which will be
released after establishment of After Sales Service Support
facilities in India and against submission of normal PBG for
10% of the contract value.(self-certified).
NOTE: The certificate in respect of Micro Small Enterprises Registration, NSIC Registration, SSI
Registration, DGS&D Registration, ISO, BIS License and DGMS approval etc. must be valid on
the date of opening of Bid.

2.2 Provenness Criteria: All the following specified documents:


Sl. Provenness Scanned copy of documents to be uploaded by the bidder in
No. Criteria support of Provenness Criteria
1 Scanned copy of 1. The bidders should upload scanned copies of supply orders,
documents to be signed and stamped by the Original Equipment Manufacturer
uploaded by the and duly self-certified, for the offered Type & model of
bidder in support equipment/Similar Equipment (*) received by them from various
of Provenness customers as defined in above Provenness Criteria, covering at
Criteria least for the number of machines against which the bidder has
claimed provenness of the Equipment , within the eligibility
period as indicated in the GeM Bid.
2.The bidder is required to upload scanned copies of the
Performance Report (s) of the End-User(s) ,commissioning
certificates for same machine(s) commissioned against supply
order(s) indicated as above Provenness Criteria, issued by the
respective end users, duly signed and self-certified for the total
numbers of machines against which the bidder has claimed
provenness of the Equipment as per the provenness Clause of
the GeM Bid. In case, the commissioning certificates of the end
user(s) are not available, the bidder shall upload a certificate of
Original Equipment Manufacturer (OEM), duly signed and
stamped, confirming the date of commissioning indicating
supply order reference no. & date, model, machine sl. no., date
of commissioning (date/month/year) and place of
commissioning with complete postal address, fax no., email
address and contact no. etc. of the buyer of Equipment.
3. In case, the Performance Report(s) of the End-User(s) is not
available, the bidder shall upload a self-certification, duly signed
and stamped, confirming that the quoted Type & model of
Equipment have performed satisfactorily for a minimum period
of 01(One) year from the date of commissioning of the equipment
and the desired parameters of the performance of the equipment
stipulated in the supply orders received and executed have been
met and no warranty / guarantee claim is pending against the
supply orders received along with proof of payment against the
purchase order should be enclosed by them with their offer to
establish their Provenness for the quoted Type & Model of
Equipment.
4. In case Authorized Agent is submitting the offer on behalf of
the Original Equipment Manufacturer, self-certification duly
signed and stamped by the principal (i.e. Original Equipment
Manufacturer) is to be uploaded regarding performance as
mentioned above.
5. In case bidders are not in a position to submit the past supply
order copies due to confidentiality laws of particular country, a
copy of such laws should be uploaded along with the offer for
claiming exemption from submitting the supply order/contract
copies and in such cases the bidder should upload a Customers
List for the quoted Type & Model of Equipment duly signed and
stamped by the Original Equipment Manufacturer and duly self-
certified, clearly indicating the Customer Name & Address,
Contract No.& Date, Date of supply and erection &
commissioning, guaranteed annual availability as per the
performance guarantee clause of the supply order/contract/GeM
Bid [if the same is not given in the supply order] and actual
achieved annual availability for minimum 01(One) year from the
date of commissioning, for each equipment supplied.
6. In case a bidder has a foreign collaboration, the bidder must
upload the documents/ certificates, duly self-certified, relating
to collaboration with principals, clearly indicating -
a) that the collaboration agreement is valid on date of tender
opening and shall also remain valid at least up to supply and
commissioning of equipment.
b) that the principal manufacturer will ensure supply of spares
& consumables and service support for smooth running of the
equipment during its lifetime.
c) The agreements / MOUs evincing collaboration of the Indian
Firm/Company with a foreign partner must be a document
registered in India under the provision of the Indian Registration
Act 1908, irrespective of the likelihood that the same may not be
compulsorily register-able under the provision of Section-17 of
the said Act.
d) Further, if any indigenous contents are added by the
indigenous manufacturer in the quoted Type & Model of the
equipment, the foreign collaborator will give an undertaking on
their letter head for successful performance of the equipment
with the indigenization carried out by the indigenous
manufacturer during lifetime of the equipment. This
undertaking shall be tender specific.
7. Bidder should upload a self-certified certificate to the effect
that the bidder has satisfactorily fulfilled its contractual
obligations including warranty obligations for the total
equipment supplied by it to the respective customers/end users
during last 5 years from the date of tender opening.
8. If the bidder is claiming Provenness against provenness of
Similar Equipment, they shall upload document for verification
of the use of sub-components, sub-systems and major
assemblies of substantially similar design & construction to the
model quoted - only ratings/ specifications may differ (Lower or
Higher).
3.1 Relaxation for Micro & Small Enterprises: The following specified
documents depending on the category of bidders:

Sl. Relaxation for Scanned copy of documents to be uploaded by the bidder in


No. Micro & Small support of Relaxation for Micro & Small Enterprises
Enterprises/Start
ups
1 If the bidder is a Certificate issued by DIPP (Department of Industrial Policy &
Startup or Micro Promotion) for being “startup” or certificate issued by
& Small Authorities for being “MSE” .
Enterprise (MSEs) AND
for the tendereda) The bidders have to submit documents to prove the MSE
items to be offered status for the tendered item and their products are ISI
by them marked/DGMS approved/Proven in CIL or its Subsidiary
companies/Proven product of the ancillary unit of a Subsidiary
Company of CIL, they will be required to submit the following
applicable related documents, duly notarized, for relaxation
from the criteria of prior experience and prior turnover.
• Valid BIS Marking License for the quoted items.
OR
• Rate contract issued by CIL/its Subsidiary Companies for the
quoted items.
OR
• Valid DGMS Approval certificate for the quoted items.
OR
• Proven Ancillary certificate issued by the Subsidiary
Companies for the quoted items.
The document(s)/certificate(s) furnished by the bidders for ISI
markings or DGMS approval for any relaxation should be valid
on the date of tender opening and a copy of such
document(s)/certificate(s) valid on the date of supply, duly
notarized, must accompany their bill(s).
OR
Filled up ‘Proforma for Equipment and Quality Control' (as per
Annexure-A) for verification of your technical capability by
concerned technical department.

3.2 Technical Specification Parameters Documents/ Special Terms and Conditions of


the BID [Ref. [TPS/S T & C] uploaded along with this GeM Bid]: All the following
specified document:

Sl No Technical Scanned copy of documents (self certified) to be uploaded


Specification by the bidder in support of Technical Specification
Parameter Parameters.

01 Refer TPS uploaded 1. Information to be provided by the bidder as per special


along with this GeM terms and conditions and Technical parameter Sheet (TPS).
Bid. 2. Technical Brochure of the offered model.
3. Any other document not specified above, but indicated in
the GeM Bid elsewhere

----------------------------------END---------------------------------
ANNEXURE-A

PROFORMA FOR EQUIPMENT AND QUALITY CONTROL

Reference : CIL/Subsidiary Co. _______ GeM Bid No. ____ _

Date _________ for supply of ______________ _

1. Name and Address of the Firm


2. (a) Telephone No. office/factory/works
(b) E-mail ID

3. Location of manufacturing works/factories owned by the firm (documentary evidence of


ownership must be produced).
4. Brief description of the factory (i.e. area covered accommodation, Department into which
it is divided, laboratory etc.)
5. Details of plant and machinery erected and functioning in each department (monographs
and description pamphlets) be supplied if available.
6. Whether the process of manufacture in the factory is carried out with the aid of power or
without it.
7. Process flow charts for the whole manufacturing process of the tendered item.
8. Details and stocks of raw materials held.
9. Production capacity of items quoted for with the existing plants and machinery
(a) Normal
(b) Maximum
10. Details of Quality Assurance Plan and Quality Control infrastructure such as
laboratories etc.
11. (a) Details of technical supervisory staff in-charge of production and quality control.
(b) Skilled labour employed.
(c) Unskilled labour employed
(d) Maximum number of workers (skilled and unskilled) employed on any day during 18
months preceding the date of application.
12. Whether stores were tested to any standard specification, if so, copies of original test
certificate should be submitted in duplicate.

(Signature of Tenderer)

NB: Details against Sl. Nos. 5 to 12 inclusive need be restricted to the extent they pertain to
the items under
ANNEXURE-B
Authorization & Undertaking Certificate by OEM/OES/OPM
(On Letter Head of the Principal / Manufacturer)
M/s. MCL,
Address

Dear Sir
Sub: GeM Bid No.:

WHEREAS we, M/s _________________ [name of manufacturer] who are established and
reputable manufacturers of tendered/offered items having factories at_________________
[address(es) of factory(ies)],

Do hereby authorize M/s ____________ [Name & Address] our Agent to submit a bid and
execute the resultant Contract with you on our behalf against the above Tender.

We, M/s _________________ [name of manufacturer] also undertake the following:


i) That, as a matter of our corporate policy, we don’t directly quote / market our products
and if, subsequently, at any stage, it is found that we have quoted directly to any
organization, we shall be liable for penal action as per provisions. Further, if at any stage,
it is found that agency commission has been paid by us without declaring the agent, the
commission will be recovered with interest.
ii) That we will accept the responsibility for the satisfactory execution of orders placed on
our authorized agent including warranty/ guarantee obligations.
iii) That, wherever necessary, we will provide requisite inspection and testing facilities at our
works in respect of orders placed on our authorized agent.
iv) Our authorized agent's price will not exceed that which we would have quoted.
v) Letter submitted by our Agent for inspection of goods would be accompanied by a
certificate from us that the goods offered for inspection as indicated in the letter have
been manufactured by us.
vi) We hereby accept to extend our full support and commitment for all the terms and
conditions including guarantee and warranty as per the Conditions of Contract, Technical
Specifications for the Goods and Services offered for supply by the above bidder on our
behalf against this tender for the entire contract period as well as ensure supply of spares
& consumables even beyond contract period as stipulated in the relevant clauses of the
tender document.
vii) In the event of failure on the part of our authorized agent in fulfillment of contractual
obligations for any unforeseen reason, we shall take the responsibility to make alternate
arrangements to support MCL as well as execute the remaining period of the contract
ourselves or through another competent Indian Agent/entity fulfilling the eligibility
criteria stipulated in the tender document for Indian Agent, as per NIT.
viii) We also confirm that we are not banned or
delisted or debarred or put on holiday by any Government or Quasi-Government Agency
or any Public Sector Undertaking in India.
OR
We were banned by the organization named “---------------------------------------” for a period
of ------------------- year(s) effective from ------------------- to ---------------for ------------- (the
reasons to be mentioned).

(Signature)
(Name)
(Designation)
(Seal)
Signed for and on behalf of [Name of manufacturers].
ANNEXURE-C

Undertaking by the Indian selling agents/dealers/distributors authorized by OEM/OPM

(On Letter Head of the Bidder)

GeM Bid No.:

We M/s. …….. undertake the following:

i) That we will be responsible for all the contractual obligations including quality
aspects, replacement of part/items and warranty/ guarantee obligations
ii) That we will be responsible for providing the required after sale service
iii) That our Business Entity is in existence for more than 3 years as on the date of this
Tender opening

(Signature)
(Name)
(Designation)
(Seal)
Signed for and on behalf of [Name of Indian selling agents/dealers/distributors authorized
by Indian manufacturer].
ffi
trdp
' firGT ESfi'It / Government of India
,rq qd ftrfi d'arfiq / Ministry of Labour & Employment
,{em
i' . YcAns oF utd gTIHT rerfrilnrq/Directorate General of Mines Safety
ifib'sffil+f^

No. DGMS (Tech) circular No. O 6 of 2020 Dhanbad dated 2"7 .02.2020

To

The Owner/Agent/Manager of Coal and Metalliferous Mines & OEM

Subject: Minimum Design requirements for various Safety Features to be


incdrporated for use in Heavy Eafth Moving Machinery (HEMM) & Heavy/Light
vehicles in Open Cast Mines.

1. With increasing dependence on opencast mines for all the production demands in the
Coal and Metalliferous sector, there has been a steep rise in the population of HEMMs and
heavy/light vehicles in mines, distributed between both departmental and contractual
corponents. The recent statistics on alarming rise in cases of incidences/accidents in
opencast mines singularly point to the basic cause as intricately connected to such
deployment in mines. Though, several statutory provisions have already been made under
the Coal Mines Regulation s, ZOtl and the Metalliferous Mines Regulations, 1961, and
various statutory permissions issued thereunder apart from DGMS Circulars having been
issued from time to time, the issue of their safe operations with pafticular reference to
provisioning and satisfactory operation of various safety features, continues to be a major
cause of concern to all.

2. Inspections by officers of this Directorate in the recent past have revealed highly
unacceptable levels of compliance in nrines, with mere provisioning of such safety
features gaining the upper hand rather than effective and sustained functionality. Even on
provisioning, it-has been observed that there are wide variations on design aspects, with
availability of multiple but unverified types/models, mostly without adherence to any
acceptable Indian/International standards wherever are available already. In nut shell, the
very purpose of provisioning and effective functioning of such safety features with HEMMs
deployed in opencast minei, appears to be largely defeated as could be appreciated by
the alarming rising trends of connected incidences/accidents;

3. Therefore, with a view to harmonizing the entire gamut of safety features to be


provided with any HEMM and heavy/tight vehicles for deployment in an opencast mine, in
iespect of the minimum required design/functionality, a one day technical workshop was
organized at DGMS(HQ) on the occasion of the 119th Foundation Day Celebrations on the
7ttrof .January,2020 inwhich, a total of 260 senior level representatives from coal mines,
metalliferous mines, manufacturers and educational/other institutions respectively,
pafticipated, including officers from this Directorate.

4. Arising out of wide, extensive and successful deliberations, a broad


consensus was arrived at amongst all stake holders into maintaining the
minimum design requirements of such safety features as per the Guidelines
enclosed with this Circular. It may please be borne in mind that the enclosed
guidelines are only the minimum recommended levels and may be altered from
!i-_" to time as per evolving needs and that there is no bar on adherence to any
higher/superior levels of design and functionality in the interest of safety, It
also fufther be appreciated that adherence to this circular will go a long way in
drastically minimizing hazards due to operation of both HEMM and light/heavy
vehicles in opencast mines, thus commensurately enhancing safety in mines.

5. Accordingly, the owner/agent/manager of every opencast mine in operation and the


Original Equipment Manufacturers (OEM) are requested to ensure compliance with this
circular4
I

%,,w
(R. Subramanian)
Director General of Mines Safety (Off.)

Encl: As above.
Enclosure to DGMS (Tech) Circular No. of 2020

GUIDELINES IN RESPECT OF PROVISIONING OF SAFETY FEATURES OF HEMMS &


HEAVY/LrGHT VEHTCLES FOR SAFE DEPLOYMENT rN OPENCAST MTNES.
************x********************x*********x************************
1.0. Rear Vision Camera:
of Blind Area), Camera
A system that consists of a Monitor (component that provides visual image
(component that transmits the images detected by it to the monitor) and other components
iapable of detecting objects including people within the Blind area unambiguously with an
uninterrupted sequence or signal or information appropriate to detection Zone I
Field of View
(Blind Area).

Applicability: All Heavy Earth Moving Machinery

1.1. The Rear vision camera shall meet the following minimum requirements and
standards:

/
1.1.1. The system shall boot automatically along with starting of Engine Power source of
Machine, shail perform an initial system check and shall give readiness indication. The system shall
/
shutdown along with shutting down of Engine Power source. The system shall have system
readiness, standby and system malfunction indication to indicate its status.

1.1.2. The system shall remain in stand-by mode (operation mode whereby the system is.active,
but no information is transmitted by the camera Or monitor) and shall wake up automatically upon
selection/engagement of appropriate control(s) (such as reverse gear, etc) by Machine Operator
for negotiating etinA Area'(Killing Zone) to provide uninterrupted vision of Blind Area(s) to the
operat-or. The-system shall ieturn to Stand-by mode upon release the appropriate controls by the
operatof.

1.1.2. The monitor shall be so positioned that it can easily be seen by the Operator sitting in
his/her seat in either Day light or Darkness without strain. Appropriate shielding shall be used to
reduce the effect of direct sunlight onto the Monitor.

1.1.3. The system shall be provided with auto mode tail light with adequate illumination for better
visibility during darkness, The system shall be capable of operating in dark and shall automatically
switch to infrared / any other suitable technique /mode when the brightness of field of view is too
low or in case of failure of the tail light.

1.1.4. Components of the system shall in no way restrict any function or operation of the machine.
The components shall be so designed and mounted to the machine in such a way to limit
exposure to, or amplification of, dynamic loads, temperature, shock or vibration and dust that
could prematurely damage the device and to deter unauthorized disablement or their removal.
Components of system shall be adequately protected from external damage.

1.1.5. The system shall have field of vision in accordance with ISO 16001 (Earth-moving
machinery-Object detection systems and visibility aids-Performance requirements and tests) (or
equivalent Indian standard when formed), shall satisfy test requirements of ISO 16001 and shall
have Ingress protection of Ip 69K in accordance with IEC 60529 (Degrees of Protection Provided
by Enclosures (IP Code)) and test Certificates to these effects shall be obtained from any
Government / NABL Accredited institutionsffest Houses having adequale test facilities.
I
*%t'l--
0J.
captured with time
1.1.6. The System may be provided with provisions for recording the images
stamp to enable easy retrieval and analysis of the immediate past 24 deployment operating hours'

2.0. Warninq System for Operator Fatique:

A system capable of analyzing various symptoms associated with Operator fatigue to detect
loud audio and
drowsiness of Operator from iegular driving'/ operating behaviour and sound
and others in the
visual warnings immediately upon detection of drowsiness to aleft the Operator
vicinity by incorporating one or more technique(s)'

Applicability: All Heavy Earth Moving Machinery

2.1. The Warning System for Operator Fatigue shall meet the following minimum
requirements and standards:

2.2.1. The system shall boot automatically along with starting of Engine /
Power source of
The system shall
Machine, shali perform an initial system check and itratt give readiness indication.
shall be provided with
shutdown along with shutting down of Engine / Power source. The system
its status'
system.'ON,,, iiitialization, trlcking and system malfunction indication to indicate
behavior and
2.2. Z.The system shall detect state of drowsiness of Operator from regular driving
/
shall provide loud verbal warnings to him her and simultaneously flash externally
the
mounted
vicinity to pay
warning light easily visible to oth-ers for alerting the Operator and others in
is worn by the
attention. It shall also be capable of detecting thl drowsiness even when spectacle
Operator.

2.2.3. The system shall have following four stages:


(a) Initialization - Every time the ryr-t.* is started, it needs to be.set up and optimized
a quick one,
for current user (Operatoi) and conditions. The initialization process shall be
(b) Tracking - continuous monitoring of the Operator within a dynamically specified
tracking area in real-time,
(c) Drowsiness Detection and
the driver/operator appears to be in an
iOi Warning - Once it has been determined that that can arise'
abnormal Oriiing state, the system shall alert the driver of potential dangers
attention and raise
Combination of audio and visual alerts is used to attract the operator's
their alertness level. Alerting has to be implemented in such a way as not to
cause the
an accident'
opposite effect of intended and startle the driver / operator into causing
sight hindering his /
2.2.4. Components of the system shall in no way obstruct Operator's line of
shall be so
her visibility and restrict any function or operation of the machine. The components
designed and mounted to the machine in such a way to limit exposure
to, or amplification of,
prematurely damage the
dynamic loads, temperature, shock or vibration and dust that could
device and to deter unauthorized disablement or their removal.
generated with time
Z.Z.s.The System may be provided with provisions for recording the warning
past 96 deployment operating hours'
stamp to enable easy ietrieval and analysis of the immediate
of external
2.2.6. For determining type, duration and sound level of audio warning and intensity
standards issued in this regard may be
Visual warning, DGMS Circulars, Indian and International
referred to.
3.0. Auto Diopinq System:

Applicability: Dumpers /Tippers / Light and Heavy Vehicles plying in the Mine.

A System comprising sensor(s) and a Control Unit capable of automatically switching high beam
lamp to low beam as soon as it senses a vehicle approaching from the opposite direction at a
distance of about 150 meters and switches it back to high beam when the vehicles pass each
other to avoid glare and blinding of Operator so as to relieve the operator from frequent switching
between high and low beam of head light.

3.1. The Auto Dipping System shall meet the following minimum requirements and
standards:

3,1.1. The system shall boot automatically along with switching "ON" of head light of the
vehicle/machine, shall perform an initial system check and shall give readiness indication. The
system shall shutdown along with switching "OFF" of the head light. The system shall be provided
with system "ON" and system malfunction indication to indicate its status.

3.L.2. System sensor shall be capable detecting high beam light of incoming vehicle
of
approaching from opposite direction at a distance of about 150 meters or at much closer proximity
in case of vehicles approaching from branch roads and send signal to Control unit. Suitable filters
shall be incorporated in the system to avoid nuisance/false reaction to Pole lights, spot lights and
haul road general lightings. The sensor shall send appropriate signal immediately to control unit
upon cessation of high beam light falling on it.

3.1.3. System control unit shall automatically activate Low beam or high beam upon receipt of
appropriate signal from the sensor without the intervention of the Operator.

3.1.4. Components of the system shall in no way obstruct Operator's line of sight hindering his /
her visibility. The system shall be equipped with Operator Override to comply with authorized
override to meet eventualities.

3.1.5. Test Certiflcates to these effects shall be obtained from any Government / NABL Accredited
institutionsflest Houses having adequate test facilities.

4.0. Mechanical Device to avoid Head to Tail Collision of Dumpers:

A mechanical system / device(s) adequately designed to protect operator of Dumper in the event
of Head to Tail collision even in mixed capacity dumpers operating environment. The device(s) /
system shall be of standalone mechanical structure or combination of mechanical structures
wherein maximum impact energy generated by collision is absorbed by the device / system or
diverted away from the operator to protect the operator when the operator is adequately
constrained in his / her seat by seat bel|-

Applicability: Dumpers AA
fl"\*
5
4.1. The Mechanical Device to avoid Head to Tail Collision of Dumpers shall meet the
following minimum requirements and standards:

The system / device(s) shall be of standalone Mechanical structure or combination of Mechanical


structures, viz, combination of Operator cabin protective structure and protection arrangement at
Tail end of the Dumper or bumper extension or any other suitable arrangements. Hydraulic system
or any other suitable system may be included as add-on. As far as possible, in new Dumpers, the
Device(s) / System strail be part of original design of the Dumpers to avoid retro fitting difficulties.

4.L.t.The system / device(s) shall protect the Dumper Operator during head to tail collision when
the operatoi is constrained by operator seat belt even in mixed capacity dumper operating
environment.

4.L.2. Components of the system / device(s) shall not affect visibility of Operator, stability of the
Durnper and intended use for which the Dumper is designed.

4.1.3. The system / device(s) shall absorb most of impact energy generated by collision or divert
most of the'impact energy'away from the Operator so as to ensure protection from direct hit or
crushing of Operator

4.L.4. Components of the system / device(s) shall not hinder with loading operation or foul with
components of Loader / Shovel / Excavators.

5.0. Automatic Fire Detection and Suppression System (AFDSS) for HEMM:

An automatic system to detect and suppress fire in hot zones of machine and is capable of
sensing, activating and delivering the fire suppressi.on agent(s) without human interuention in the
event of Rre with additional provision for manual actuation and appropriate indication and warning
to Operator by incorporating one or more kinds of heat sensing system and suitable fire
suppressant agents.

Applicability: All Heavy Earth Moving Machinery

5.1. The Automatic Fire Detection and Suppression System (AFDSS) shall meet the
following minimum requirements and standardsl

5.1.1The system shall meet requirements of DGMS (Approvat) Circular No. 2 dated 08.07.2013. In
addition, it shall meet following additional requirements:

5.1.2. The system shall have system healthy and system malfunction indication to indicate its
status. The system shalt be provided with Manual actuation control(s) inside Operator cabin and t
outside of operator cabin preferably away from hot zones. Components of the system shall in no
way obstruct Operator's line of sight hindering his / her visibility.

5.1.3. The system shall cover all fire susceptible areas including engine, diesel tan( battery box,
transmission, exhaust pipe and other hot zones having potential to cause fire.

S.t. .The system shall be fully automatic, robust and shall not be damaged / made inoperative
during routine maintenance activities. Components of system, in particular, sensing elements, shall
be aiequately protected from external damage. Nuisance heat sensing shall be avoided by the
system.
adequate quantity
5.i.5. The system, as far as practical, shall be designed in such a way to supply
suppressed on need
of fire suppressing agent to the zone where the fire is detected and to be
of fire instead of blind discharge through all
basis for effective nre"Rgtrting and to avoid re-ignition
discharge nozzles,

A system or a device capable of sensing non-return of dump body to completely


retracted &
engaged, up to
transportation mode, restricting transmis$on of Dumpers / Tipper trucks,.when
an audible
first gear while the drrp body is not completely lowered and simultaneously triggering
and/6r visual warning tili such time the dump body is completely lowered'

Applicability: Dumpers / Tipper trucks

6.1. The Dump Body raised position indicator with warning shall meet the
following
minimum requirements and standards:

6.1.1, The system shall trigger visual warning sooner Dump body is raised
from its retracted cum
body is not completely
transport mode. The warning shall remain "ON" till such the time the Dump
indicator to show that the dump
retracted/lowered. The syst6m may have additional mechanical
body is not in fully retracted position. The visual warning shall be so located as to be readily visible
and recognizable in the daylight and distinguishable from other alerts at night time
by the
shall be integral
operator when seated in operalor seat. As fai as possible, the warning indicator
part of Operator console / Display Panel.

6.l.Z.The system shall sound Audio warning in addition to Visual Warning when Dumper / Truck
is attempted to move from its stationary p-osition with dump body not in completelygear
retracted
position. The system shall not allow engagement of transmission system beyond first when
the dump body is in raised position.

6,1.3. Sensors of the system shall have Ingress Protection of IP 68 in accordance


with IEC 60529
and test Certificates to this effect shall be obtained from any Government NABL / Accredited
institutionsfl-est Houses having adequate test facilities'

7. 0. Exhaust Brake:

ApplicabiliW: Dumpers / Tipper trucks / Heavy Vehicles'

l.L. The Exhaust Brake shall meet the following minimum requirements and
standards:

7.L.2. The brake shall be an Auxiliary Braking System and shall be compliment but
not a

replacement to service Brake.

shall be
7.L.3. Control forces of the braking system controls and other brake testing requirement
inli.oiounce with ts L647g (peiormance requirements and test procedures of braking systems
for wheeled high-speed rubber-tracked Earth Moving Machines and construction equipment
vehictes) stipulaled for Retarder. For Heavy vehicles, it shall be in accordance
with relevant
Automotive Industry StanOarl (ruS).

ir\4*
7.1.4. The Brake control shall be provided in the Operator's cabin within the Zone of Reach and
distinctly marked.

8. 0. Load Indicators:

An automatic Load sensing, measuring and data logging system to monitor load, to sound warning
when loaded beyond its designed safe carrying load and to record the payload during machine
operation. The system shall have signaling provision on both sides of the Dumpers / Tlpper trucks
to indicate the loading status along with indication to the Operator.

Applicabilitv: Dumpers / Tipper trucks

8.1. The Load Indicators for Dumpers and Tippers shall meet the following minimum
requirements and standards:

8.1.1. The system shall comprise of onboard automatically load sensing/measuring device,
indicating arrangement and warning system.

8.1.2. The system shall have exterior load indicating device(s) (in the form of different light
indicators) so that the loader Operator is aware of under load, safe load and Over Loading of the
Dumpers / Tippers. The indication shall also be extended to Dumper / Tipper Operator and the
indication shall be suitably placed in Operator cabin as easily seen by the Operator without strain
and without affecting his outside visibility, The Exterior load indicator shall be provided on both
sides of Dumper / Tipper.

8.1.3. The system shall sound Audio warning when safe carrying capacity of Dumper / Tipper is
reached. The Warning shall be continuous when the Dumper/truck is overloaded. The system shall
not have manual override.

8.1.4. The system shall have Ingress Protection of IP 68 in accordance with IEC 60529 and test
Certificates to this effect shall be obtained any Government / NABL Accredited institutions/Test
Houses having adequate test facilities.

8.1.5, Light intensity of the Indicator shall be as per the requirements of AVA stipulated by DGMS,
Intensity of Audio Warning shall be as per the requirements of AVA stipulated by DGMS.

8.1.6. The System may be provided with provisions for recording the warning generated with time
stamp to enable easy retrieval and analysis of the immediate past 96 deployment operating hours.

9.0. Dump Bodv Stabilizers for Tippers:

The Dump Body Stabilizers for Tippers shall meet the following minimum requirements
and standards:

Adequate and suitable mechanical arrangement(s) in the form of stabiliser to prevent toppling of
Tipper / separation of dump body of the Tipper from lift cylinder(s) during dumping operation of
the Tipper shall be provided in all Tippers. As far as possible, the dump body shall be designed
during design phase of Tippers.
10.0. Seat belt and Seat Belt Reminder:

Applicability: Dumpers / Tipper trucks / Light and Heavy Vehicles.

lo.l. The Seat belt and Seat Belt Reminder shall meet the following minimum
requirements and standards:

10.1.1. Seat Belt


(a) Seat Belt shall be an arrangement of strap(s), 3 point contact type with a securing buckle with
quick release, adjusting devices and attachments which are capable of being anchored in
Operator's cabin of HEMM.

(b) Seat Belt shall be designed to minimize the risk of injury to its wearer (Operator), in the event
of-collision or of abrupt deceleration of the vehicle, by limiting the mobility of the wearer's body. It
shall be capable of returning to normal operating position sooner the condition(s) causing the risk
is/are diminished and shall not hinder normal operations of the Operator.

(c) A cutting arrangement shall be provided in Operator cabin at a place which is easily
ipproachabte ny tne operator/person for cutting the strap in case of jamming of securing buckle
during escape / rescue operations in case of any eventualities.

10.1.2, Seat Belt Reminder sYstem


(a) The system shall detect an unfastened safety-belt and initiate two stages of both Visual and
Audible alerts, namely, First Level Warning and Second Level Warning.

(b) The visual warning shall be so located as to be readily visible and recognizable in the daylight
and distinguishable from other alerts at night time by the Operator when seated in Operator Seat.
As far as fossible, the warning indicator shall be integral part of Operator console / Display Panel.
The Visual Warning shall be flashing tell-tale.

Note 1: "First Level Warning" means a visual warning activated when the ignition switch is
engaged (engine running or not) and the Operator's safety-belt is not fastened. An audible
warning can be added as an option.

Note 2: "second Level Warning" means a visual and audible warning activated when a Operator
operates a vehicle without fastening of Operator safety-belt.

Note 3: Reference for Test requirements: AIS 145 (for appropriate N type vehicle) or any other
acceptable i nternational a utomotive sta nda rds

11. O. No Bump Circuit for Drills:

The No Bump Circuit shall meet the following minimum requirements and standards:

A system capable of automatically bringing down and maintaining speed of vertical travel and
rotary motion of rotary mechanism automatically to predetermined safe level(s) during drill rod
connection between rotary and drill rod and between drill rods irrespective of speed selection by
Operator of Drill machine. The No Bump Circuit shall provide for such speed(s) during the above
mentioned connections so as to damage to threads of pipe(s) and rotary heads'
Toid
AI
"&>
"' lnd,
",GPt' e
12. O. Breakout Wrench for Drills:

The Breakout Wrench shall meet the following minimum requirements and standards:

12.1. The wrench shall be of adequate design and construction and shall be capable of breaking
out tighly threaded Drill Rod Connections safely and operated from Operator cabin of the Drill.
Break oui wrench shall be mounted in the machine and is in addition to normal arrangement
provided to break out threaded drill rod connections. For smaller diameter Drill pipes and
machines intended for drilling holes for secondary blasting, a portable Break out wrench
arrangement may be used.

lZ.2.The wrench shall have provision to automatically adjust its jaws to diameter of Drill rod to
compensate for any drill pipe wear and shall be provided with mechanical locking arrangement to
secure the wrench at its resting position. The wrench shall be so installed as not to affect
Operator's visibility to Drill Rods / Drill Platform.

12.3. Adequate safeguard shall be provided to prevent accidental / inadvertent actuation of


controls in Operator's Cabin,

13. propel iovstick-sprino loaded Woe to return to neutral (Dead-man safeW) for
Drills:

The propel joystick-spring loaded type to return to neutral (Dead man safety) shall
meet the following minimum requirements and standards:

It shall be capable of returning to deactivated (Neutral) position automatically upon release of


lever by Operator and shall immediately bring propel / tramming operation of the Machine to Halt
and safe state.

14.0. ProximiW Warninq Device:


A system designed for early detection of static and moving objects, vehicles, .hymln beings
encountered wittrin virtual target area during movement of Dumper / Tipper and for triggering
warning the operator to prevent collision orlun over. The system shall comprise sensors which
may employ one or more or combination of technology I methodology (for detection of objects,
vehicles, and lluman beings), control unit(s) (for receiving input from senso(s), processing it and
forwarding necessary input to Warning Unit) and warning unit to trigger Audio visual warning to
the operjtor. The system shall have lariable target area during fonruard movement depending
upon speed of the Dumper / Tipper and predetermined target area during rearward movement.

Applicabitity: Dumpers / Tipper trucks

14,1. The Proximity Warning Device shalt meet the fotlowing minimum requirements
and standards:

14.1.1. Proximity warning device / system shall be provided for detecting static and moving
objects including human beings on its own during the vehicle movement for a specified range, and
warn the operator in the operator's station.

At least one object detection sensor, accessible and not interfering with the Dumper's /
L4.L.Z.
Trucks operation shall be provided both in the front and at rear of the Dumper / Truck at suitable
locations, The system shall be ergonomically designed and mounted for operator and maintenance
personnel.

14.1.3. The system shall be reliable and be able to provide an adjustable audio visual warning
when it detects static and moving objects including human beings, least height light motor vehicle
used in the mine, etc., within the virtual target area of respective Dumper/Truck.

t4.L.4. The sensor shall detect static and moving objects in a virtual target area as defined below.
The manufacturer shall ensure maximum possible detection coverage in the viftual target area
depending on the available fitment area and proximity detection technology defined as below:

14.1.5. Virtual Target Area in Front of Dumper/Truck:

(a) Width of the virtual target area shall be equal to the width of the Dumper/Truck plus 0.5m on
both sides,

(b) The inner edges (base line) that represent the width of the virtual target area shall pass
through the inner edge of bumper of Dumper/Truck. The centerline of the virtual target area and
the Dumper/Truck centerline shall coincide.

(c) Length of the virtual target area shall conform to maximum stopping distance as mentioned in
the IS: L6479 (Performance requirements and test procedures of braking systems for wheeled
high-speed rubber-tracked Earth Moving Machines and constructlon equipment vehicles) and the
length of virtual target area shall be calculated by the Control Unit of the system dynamically and
automatically with relation to vehicle's speed at any given point of time while covering the blind
spot distance observed within the width of virtual target area when the Dumper / Tipper was in
static pre-start (ignition - on) condition. While calculating stopping distance in accordance with IS
16479, the test slope percentage may be taken as 6.25 o/o (i.e. 1 in 16, which is maximum
permissible slope of haul road under normal operating conditions). Fufther, Brake response time
and operator response time shall also be considered while calculating the stopping distance.

L4.t.6. Viftual Target Area in Rear of Dumper/Truck:

(a) Width of the virtual target area shall be equal to the width of the Dumper/Truck plus 0.5 m on
both sides.

(b) Length of the virLual target area shall be more than or equal to the length of the
Dumper/Truck.

(c) The inner edges (base line) that represent the width of the virtual target area shall pass
through the centerline of the rear axle of the Dumper/Truck.

(d) The centerline of the virtual target area and the Dumper's/Truck's centerline shall coincide.

14.1.7. The system shall not detect any obstacles beyond the width of the virtual target area and
its detection area shall be restricted along the vehicle's pathway for minimizing false alarm. The
system shall have intelligent alert generating mechanisms like indication of obstacle in the
vehicle's pathway, whether left, right or center and triggering audio alefts after detection of
obstacles of auto-cut off type, to avoid operator inconvenience/distraction. The System shall be
provided with provisions for recording of details of warning generated with time stamp with

1.1.
.l

location details (if feasible) to enable easy retrieval and analysis of the immediate past 96
deployment operating hours.

14.1.g. The system shall be tested at any Government approved laboratories


or Test houses
conforming to
accredited by NABL subject to confirmation of its ability to conduct such tests
part of Manufacturer's
following Standards (or ifs revised versions) and the test house shall not be
testing facility.

(a)IEC 61000-4-5:20L4 - Electromagnetic compatibility (EMC): Testing and measurement


techniques - Surge immunitY test.

(b) IEC 61000-4-6: 2013 - Electromagnetic compatibility (EMC): Test]ng and measurement
techniques-ImmunitytoconducteJdisturbanceS,inducedbyradiofrequenryflelds.

(c) JSS 55555:2000(Rev-2) - Sinusoidal Vibration Test, Frequency: 8 to 500 Hz, Acceleration: i

4Omlsz, Duration 2 hrs in each axis.

(d) IS-9000: part-V/Sec 1 - 1981 Reaffirmed 2OO7 - Damp Heat Test (at 40o C & 95olo RH for
16 Hrs).

(e) IS-9000: Part-II/Se c 3 - L977 reaffirmed 2oo4 - cold Test (-10"c).

(0 IS-9000: Part-IIVSec 3 - 7977 reaffffmed 2004 - Dry Heat Test (+70oc).


(g) IS-9000: Part-XN/S ec 2 - 1998- Rapid Temperature cycle Test.

(h) Ingress Protection Test, IP-66 required;


Technology
14.1.9. Rules/guide lines framed by Ministry of Communications and Information
(Wireless elanning and Co-ordination Wing), wherever applicable, shall be complied. The
iechnology teclinologies of the system shall also comply with other_ applicable statutory
/
guidelin;iramed under various Rules /Regulations / Acts by Government of India.
I
nl
?a"4@
(R, Subramainian)
Director General of Mines Safety (Off.)

12
ANNEXURE I(1)

THE GAZETTE OF INDIA: EXTRAORDINARY [PART II-SEC. 3(i)]

NOTIFICATION
Dhanbad, the 1st October, 2018
G.S.R. 987(E).-In exercise of the powers conferred on me under sub-
regulation (2) of Regulation 216 of the Coal Mines Regulations 2017, I, Prasanta
Kumar Sarkar, Chief Inspector of Mines, also designated as the Director General of
Mines Safety, hereby, specify the Safety features and devices to be provided in Heavy
Earth Moving Machinery (HEMM) including trucks and tippers used in a coal mine,
as follows:

Safety features and devices to be provided in Heavy Earth Moving Machinery


(HEMM) including trucks and tippers
(See Regulation 216(2) of Coal Mines Regulations 2017)

1.0 General Requirements:


The following Safety features and devices shall be provided in all Heavy Earth
Moving Machinery (HEMM):

A. Access:
(i) Safe access to the Operator Station and to routine maintenance points of
HEMM shall be provided. Proper placement of components of the access
system shall permit and encourage a person to use three-point support while
ascending, descending or moving about the access system, when more than 1m
above the ground. Two-point support is acceptable for stairs, stairways, ramps,
walkways and platforms. Three-point support should be used for all ladder
systems. Track shoe and track pad surfaces are accepted as access steps if
three-point support is provided when the HEMM is in 'OFF' condition.
(ii) On machines with articulated frames and in the fully articulated steering
position, a minimum clearance of 150 mm shall be provided between firm
structures and components with relative movement in the path of the access
systems to the operator's station.
(iii) An alternative exit path shall be provided on a different location of the machine
than the 'primary access path from the operator platform. If the alternative exit
path is not obvious, it shall be identified. The alternative exit path is intended
for emergency situations (e.g. machine tip-over) and therefore does not need to
meet the primary access requirements.

B. Operator's Station (Cabin):


(i) The cabin shall protect the operator against foreseeable adverse climatic
conditions, heat, dust, noise etc. Air-conditioning system shall be provided in
the Operator's Station. A ventilation system, an adjustable heating system and
a system for defrosting windows shall be provided wherever required.
(ii) Alternative opening (Emergency Exit): An alternative opening shall be
provided on a side other than that of the primary opening. A window panel or
another door is acceptable if they are easy to open or remove without the use
of keys or tools. Latches may be used if they can be opened from the inside
without the use of keys or tools. The breaking of a suitable size of glass pane
is considered to represent a suitable alternative opening, provided that the
necessary pane hammer, immediately accessible to the operator, is provided
and stored in the cab. When the window panel is used as an emergency exit, it
shall bear an appropriate marking.
(iii) Doors and Windows: Doors, Windows and flaps shall be securely held in their
intended operating positions. Doors shall be retained at their intended operating
positions by a positive engagement device. The front window shall be fitted with
motorized windscreen wipers and washers. The tank of the window washers shall
be easily accessible.
(iv) Pipes and hoses that contain fluids at pressures exceeding 5 MPa or temperatures
above 60°C located inside the cab shall be suitably guarded.

C. Operator's protective Structures:


(i) All HEMM with a seated operator shall be equipped with a roll-over protective
structure (ROPS). The ROPS shall comply with ISO 3471. Further, it shall also
be fitted with FOPS, when they are intended for applications where there is a
risk of falling objects. The fitted FOPS shall be in accordance with ISO 3449.

D. Seats:
(i) The Operator's Station shall be fitted with an ergonomically designed adjustable
seat that supports the operator in a position that allows the operator to control
the machine under the intended operating conditions. The seat and its
suspension shall be so designed to reduce vibration transmitted to the operator
to the lowest level that can be reasonably achieved.
(ii) If an additional seat for a trainer is installed in the Operator's Station, it shall be
padded and shall provide adequate space for the trainer. The trainer shall also
have available a conveniently placed handhold.
(iii) Seat Belt for Operator with reminder shall be provided.

E. Operator's Controls and Indicators:


(i) The controls shall be of suitable design and construction and arranged so that
they are able to be operated with ease from the operator's seat and within the
operator's force limits. Controls shall be laid out and designed to allow easy and
safe operation based on the principle that a given direction of movement of any
control produces a consistent and expected effect. The surfaces of frequently
used pedals shall be fitted with skid resistant type materials.
(ii) Controls that can cause a hazard due to inadvertent activation shall be so
arranged, deactivated or guarded as to minimize the risk - particularly while the
operator is getting into or out of the operator's station. The deactivation device
shall either be self-acting or shall act by compulsory actuation of the relevant
device.
(iii) A device/system shall be provided to release the residual pressure in each
hydraulic and pneumatic circuit which can cause a risk.

F. Starting and Stopping System:


(i) All HEMM shall be equipped with a starting and stopping device (e.g. key). The
starting system shall have a provision for protection against unauthorized use.
(ii) The starting and Stopping system shall be designed such that movement of the
machine, working equipment and attachment, shall not be possible, while
starting or stopping the engine, without activating the controls. (E.g.
Transmission Neutral-Engine Start safety arrangement).
(iii) In case of Remote control operated equipment, the Starting and Stopping
system shall conform to any National/Internationally accepted standard.

G. Steering System:
(i) The steering system shall be such that the movement of the steering control
corresponds to the intended direction of steering.
(ii) Hydraulic Steering circuits shall, if used, incorporate the following features:
(a) Pressure control devices as required to avoid excessive pressures in the
hydraulic circuit;
(b) Hydraulic hoses, fittings and tubing with test burst pressures at least four
times the working circuit pressure control device(s) for normal and
emergency steering systems;
(c) Plumbing arrangements which avoid excessively tight hose bends, torsion in
the installed hoses, or scrubbing and chafing of hoses.
(iii) An emergency steering system shall be provided which also function with
reverse machine movement if the maximum rated speed in reverse exceeds 20
kmlh.
(iv) A warning device indicating a normal steering power source shall be provided.
This warning device shall be audible or visual, and shall be activated by
failure of the normal steering power source.
(v) Articulation safety lock shall be provided in articulated steering equipment.
All articulated equipment shall be equipped with a safety bar or a device,
which can readily be fitted without special tools, to prevent movement of the
articulation joint during maintenance work in the vicinity of this joint

H. Brake System:
All HEMM shall be equipped with the following brake systems and all these
systems shall be effective under all conditions of service, load, speed, terrain and
slope, according to the intended use of the machine:
(i) Service brake to be used as the primary braking system during normal
operation of the equipment.

(ii) Emergency brake - to be applied by the operator in the event of a failure of the
service brake.
(iii) Parking brake - used to prevent movement of stationary equipment.

Provided that at least one of the brakes shall be "fail safe", i.e. the spring
applied- hydraulically released (SAHR) or any other means.

All HEMM shall have a brake system -in accordance with ISO 3450 except for
crawler machines with a travel speed less than 20 km/h, which shall have a brake
system in accordance with ISO 10265.

I. Visibility:
(i) All HEMM shall be designed so that the operator has sufficient visibility from
the operator's station in relation to the travel and work areas of the machine
necessary for its intended use. The performance criteria shall be in accordance
with ISO 5006.
(ii) Rear Vision Camera shall be provided in all HEMM.
(iii) Blind Spot Mirrors / Camera apart from rear side view mirror to enable operator
to have clear visibility of blind spot shall be provided in all HEMM.

J. Stability:
(i) All HEMM with attachments, including optional equipment, shall be designed
and constructed so that stability is provided under all intended operating
conditions including maintenance, assembling, dismantling, and transportation,
as specified by the manufacturer in the operation manual.
(ii) Devices (e.g. outriggers, oscillating axle locking) intended to increase the
stability of HEMM in working mode shall be fitted with interlocking devices or
check valves which keep them in position in case of hose failure or in case of oil
leakage.

K. Noise:
The operator and persons near to the HEMM shall not be exposed to noise level
that exceeds an eight hour equivalent continuous sound pressure level of 85
dB(A) and wherever it exceeds 85 dB (A), Personnel Protection Equipment
(PPE) of adequate strength shall be used by the operators and the persons.

L. Warning devices and safety signs:


(i) All the HEMM shall be equipped with an audible warning device (horn)
controlled from the operator's station
(ii) Warning system for Operator's fatigue shall be provided in all HEMM.
(iii) Audio Visual Alarm (A V A) system for reversing shall be provided in all
HEMM.
(iv) Safety signs and hazard pictorials shall be displayed at conspicuous places.
(v) Retro- Reflective Reflectors shall be provided on 'all sides of the HEMM at
suitable positions.

M. Protective measures and devices:


(i) All dangerously exposed moving parts of the equipment shall be provided with
suitable guards of substantial construction to prevent injury to person(s).
(ii) Guards or shields shall be provided in the vicinity of exhaust and turbocharger
to prevent fuel or oil spraying on hot surfaces.

N. Electrical and Electronic Systems:


(i) Electrical components and conductors shall be installed in such' a way as to
avoid damage from exposure to environmental conditions (corresponding to the
intended use of the machine) that can cause deterioration. Electrical component
insulation shall have flame-retardant properties. ,
(ii) Degree of protection:
Depending on the location/installation of electrical and electronic components,
the following degrees of protection are required:
(a) All components installed exterior to the machine or directly exposed to the
environment shall have a minimum degree of protection corresponding to
according IEC 60529, IP 55;
(b) All components installed in the operator's cab or protected against the
environment, the protection shall be designed and executed to safeguard a
correct function under expected and intended conditions.
(iii) Electronic controls, connectors in control circuits, multi-pin connectors and
control switches external to the cab, shall have a minimum protection ofIP 55.
(iv) All HEMM powered by electrical power source shall be provided with tripping
device in Operator's Cabin to cut off Electric supply at Principal Switch Gear
(PSG) end.

O. Fire Protection,
(i) All HEMM shall be equipped with suitable portable Fire Extinguisher(s) in
addition to automatically operated Fire Detection and Suppression device or
System.
(ii) Hydraulic hoses, Electric Wires, sleeves and conduits (where cable/wire is
passed) of fire resistant quality shall be provided in all HEMM

2.0 In addition to General requirement mentioned above, the following safety


devices / features specific to machines shall be provided:
2.1 Dumper:
a) Mechanical steering locking to prevent untoward movement of steering wheel and
tyre during work persons working below the cabin while engine is running.
(b) Mechanical type device to protect operator in case of head to tail collision of
Dumpers.
(c) Limiting speed device to limit the speed as per working conditions.
(d) Propeller shaft guard.
(e) Proximity warning device:
(f) Dump body raised position indicator with Warning.
(g) Retarder System in addition to Service, Parking and Dump Brakes.
(h) Rock ejectors for tandem tyres.
(i) Body raised position mechanical locking arrangement
(j) Engine cut off arrangement / Battery Cut-off switch on front lower portion of the
Dumper.
(k) Cabin Guard Extension / Canopy fully covering operator's cabin.
(1) Load Indicator.
(m) Auto dipping System.

2.2 Tippers/Trucks:
(a) Cabin Guard Extension / Canopy fully covering operator's cabin.
(b) Exhaust/Retard Brake.
(c) Propeller shaft guard
(d) Tail gate protection
(e) Limiting speed device
(f) Dump Body lifted position locking arrangement.
(g) Dump Body raised position indicator with Warning.
(h) Dumb body stabilisers.
(i) Proximity warning device
(j) Auto dipping System
(k) Load Indicator.

2.3 Excavator:
2.3.1 Hydraulic Excavators:
(a) All functions cut off switch
(b) Swing Motor Brake and Swing lock
(c) Parking Brake.
(d) Vent valve on top of hydraulic tank (should be able to be removed without any
tool).
(e) Provision for Limiting of hydraulic cylinders-Stoppers.
(f) Battery cut off switch outside cabin
(g) Two way communication system other than mobile phone in Operator's Cabin.

2.3.2 Rope Shovels & Draglines


(a) All functions, such as Crowd, Hoist, Swing, Propel and Drag shall be provided
with 'ON' type brake so as to automatically apply the brake in case of Electrical power
failure.
(b) Travel limit switches for crowd, hoist and Drag functions as applicable.
(c) Limit switch for boom movement.
(d) Two way communication system other than mobile phone in Operator's Cabin
(e) Boom crack monitoring system in Draglines.

2.4 DRILLS:
(a) Dust prevention or suppression system provided in the Drills shall confirm to
DGMS circular no. DGMS(S&T)I circular (Approval) No 1, dated 10.03.2017.
(b) Emergency 'Stop' push button in
(i) Operator's cabin
(ii) Main frame.
(iii) Propeller pendent
(iv) Rear end
(c) Over Temperature protection devices, in motor winding and other related parts.
(d) Explosive vent in transformer.
(e) Interlock between propel and drilling operations.
(f) High air discharge temperature trip switch
(g) Low lube oil pressure cut off switch (engine and compressor)
(h) Oil stop valve (electric solenoid valve in compressor lubrication line)
(i) No bump circuit
(j) Tower lock.
(k) Propel joystick-spring loaded type to return to neutral (dead man safety)
(I) Lock check valves for preventing creeping in drill
(m) Un loader valve
(n) Stabilizers
(0) Breakout wrench

3.0 All Heavy Earth Moving Machinery including dumpers and trucks shall be
provided with Safety features and devices mentioned above before putting them
into operation in a Mine

You might also like