Professional Documents
Culture Documents
/Corp.
Date:
..........................................................................
(P.K.Chatterjee)
GM (M&C), CORPORATE
WBPDCL
CONTENTS
TABLE OF CONTENT
VOLUME -1
Page No.
1-7
8-32
33-39
40-42
43-62
63
64
65
79
80-98
99-107
110-141
VOLUME-2
Page No.
143-164
165-197
198-234
235-285
286
286-288
288
Volume 1
Commercial Document including Price Schedule
1.
BID REFERENCE
DATE OF COMMENCEMENT OF
SALE OF BIDDING DOCUMENT
LAST DATE FOR SALE OF
BIDDING DOCUMENT
16.00 hrs
30.04.2015.
04.06.2015.from11.00hrsto
(
sat/sun/holidays)
:
20.052015 .
Except
IFB No.
1.
The Government of India has received Loan (IBRD Loan No.: 7687-IN) and the grant
(GEF Grant No.: TF 094676) from the International Bank for Reconstruction and
Development with co-financing through grant from Global Environment Facility
(GEF) towards the cost of India: Coal Fired Generation Rehabilitation Project and it is
intended that part of the proceeds of this credit/loan will be applied to eligible payments
under the contracts for which this Invitation for Bids is issued.
2.
3.
4.
Interested eligible Bidders may obtain further information from and inspect the bidding
documents from the Corporate Office of WBPDCL at Bidyut Unnayan Bahaman, Plot
No.3/C, LA-Block, Sector-III, Salt Lake City, Kolkata 700 098, India (Tel: ++91-332339 3368, Fax No. ++91-33-2335 0516) e-mail address: <dsengupta@wbpdcl.co.in>,
<adas@wbpdcl.co.in>
5.
6.
The bidding document may be obtained from the office of The West Bengal Power
Development Corporation Limited, Bidyut Unayan Bhavan, Plot No. 3/C, LA Block,
Sector-III, Salt Lake City, 700098 during office hours namely, from 11.00 Hours to
16.00 Hours on all working day (except Saturdays, Sundays & Holidays) either in
person or by post. The West Bengal Power Development Corporation Limited will
not be held responsible for the postal delay. If any, in the delivery of documents or
non-receipt of the same.
(a)
(b)
Date of commencement of
sale of bidding document
: 30.04.2015.
( Except sat/sun/holidays)
(c)
(d)
: 20.05.2015.
(e)
Pre-bid meeting
(f)
(g)
(h)
(i)
7.
All bids must be accompanied by a bid security of INR 2 Lakhs as specified in the bid
document and must be delivered to the above office at the date and time indicated
above. Electronic bidding will not be permitted. Late bids will be rejected.
8.
Bids will be opened in the presence of Bidders' representatives who choose to attend on
the specified date and time.
6
9.
In the event of the date specified for bid receipt and opening being declared as a closed
holiday for purchasers office, the due date for submission of bids and opening of bids
will be the following working day at the appointed times.
10.
All the pages of the Bid documents as submitted by the bidder must be signed along
with the endorsement from companys seal. Otherwise, the bid is liable to be rejected.
10
33.
34.
35.
36.
37.
38.
39.
11
2. Source of
Funds
1.1
1.2
(a)
(b)
(c)
2.1
2.2
12
3. Fraud and
Corruption
3.1
(a)
defines, for the purposes of this provision, the terms set forth
below as follows:
(i)
obstructive practice is
(c)
13
proceeds of the loan engaged in corrupt, fraudulent, collusive,
coercive or obstructive practices during the procurement or the
implementation of the contract in question, without the Borrower
having taken timely and appropriate action satisfactory to the
Bank to address such practices when they occur, including by
failing to inform the Bank in a timely manner at the time they
knew of the practices;
(d)
(e)
4.1
A Bidder, and all parties constituting the Bidder, may have the
nationality of any country, subject to the restrictions specified in
Section V, Eligible Countries. A Bidder shall be deemed to have
the nationality of a country if the Bidder is a citizen or is
constituted, incorporated, or registered and operates in
conformity with the provisions of the laws of that country. This
criterion shall also apply to the determination of the nationality
of proposed subcontractors or suppliers for any part of the
Contract including Related Services.
4.2
(a)
are or have been associated in the past, with a firm or any of its
affiliates which have been engaged by the Purchaser to provide
consulting services for the preparation of the design,
specifications, and other documents to be used for the
procurement of the goods to be purchased under these Bidding
Documents ; or
14
5. Eligible Goods
and Related
Services
(b)
submit more than one bid in this bidding process, except for
alternative offers permitted under ITB Clause 13. However,
this does not limit the participation of subcontractors in more
than one bid;
4.3
4.4
4.5
4.6
5.1
5.2
5.3
The term origin means the country where the goods have been
mined, grown, cultivated, produced, manufactured or processed;
or, through manufacture, processing, or assembly, another
commercially recognized article results that differs substantially
in its basic characteristics from its components.
6.1
15
PART 1
Bidding Procedures
PART 3 Contract
7. Clarification of
Bidding
Documents
6.2
The Invitation for Bids issued by the Purchaser is not part of the
Bidding Documents.
6.3
6.4
7.1
16
8. Amendment of
Bidding
Documents
8.1
8.2
8.3
C. Preparation of Bids
9. Cost of Bidding
9.1
The Bidder shall bear all costs associated with the preparation
and submission of its bid, and the Purchaser shall not be
responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.
10. Language of
Bid
11. Documents
Comprising the
Bid
(b)
(c)
(d)
(e)
17
(f)
(g)
(h)
(i)
12.1 The Bidder shall submit the Bid Submission Form using the form
furnished in Section IV, Bidding Forms. This form must be
completed without any alterations to its format, and no
substitutes shall be accepted. All blank spaces shall be filled in
with the information requested.
13. Alternative
Bids
13.1 Unless otherwise specified in the BDS, alternative bids shall not
be considered.
14.1 The prices and discounts quoted by the Bidder in the Bid
Submission Form and in the Price Schedules shall conform to the
requirements specified below.
14.2 All lots and items must be listed and priced separately in the
Price Schedules.
14.3 The price to be quoted in the Bid Submission Form shall be the
total price of the bid, excluding any discounts offered.
14.4 The Bidder shall quote any unconditional discounts and indicate
the method for their application in the Bid Submission Form.
14.5 The terms EXW and other similar terms shall be governed by the
rules prescribed in the current edition of Incoterms, published by
The International Chamber of Commerce, as specified in the
BDS.
14.6 Prices shall be quoted as specified in the Price Schedule included
in Section IV, Bidding Forms. The dis-aggregation of price
components is required solely for the purpose of facilitating the
comparison of bids by the Purchaser. This shall not in any way
limit the Purchasers right to contract on any of the terms
offered. In quoting prices, the Bidder shall be free to use
transportation through carriers registered in any eligible country,
in accordance with Section V Eligible Countries. Similarly, the
18
Bidder may obtain insurance services from any eligible country in
accordance with Section V Eligible Countries. Prices shall be entered
in the following manner:
(a)
For Goods:
(i)
(ii)
any vat, sales tax and other taxes which will be payable on
the Goods if the contract is awarded to the Bidder; and
(iii) the price for inland transportation, insurance, and other local
services required to convey the Goods to their final
destination (Project Site) specified in the BDS.
(b)
(i)
(c)
14.7 Prices quoted by the Bidder shall be fixed during the Bidders
performance of the Contract and not subject to variation on any
account, unless otherwise specified in the BDS. A Bid submitted
with an adjustable price quotation shall be treated as non
responsive and shall be rejected, pursuant to ITB Clause 30.
19
14.8 However, if in accordance with the BDS, prices quoted by the
Bidder shall be subject to adjustment during the performance of
the Contract, a bid submitted with a fixed price quotation shall
not be rejected, but the price adjustment shall be treated as zero.
14.9 If so indicated in ITB Sub-Clause 1.1, bids are being invited for
individual contracts (lots) or for any combination of contracts
(packages). Prices quoted shall correspond to 100 % of the items
specified for each lot and to 100% of the quantities specified for
each item of a lot. Bidders wishing to offer any price reduction
(discount) for the award of more than one Contract shall specify
the applicable price reduction in accordance with ITB SubClause 14.4 provided the bids for all lots are submitted and
opened at the same time.
15. Currencies of
Bid
16. Documents
Establishing
the Eligibility
of the Bidder
17. Documents
Establishing
the Eligibility
of the Goods
and Related
Services
18. Documents
Establishing
the Conformity
of the Goods
and Related
Services
20
functioning of the Goods during the period specified in the BDS
following commencement of the use of the goods by the Purchaser.
18.4 Standards for workmanship, process, material, and equipment, as
well as references to brand names or catalogue numbers
specified by the Purchaser in the Schedule of Requirements, are
intended to be descriptive only and not restrictive. The Bidder
may offer other standards of quality, brand names, and/or
catalogue numbers, provided that it demonstrates, to the
Purchasers satisfaction, that the substitutions ensure substantial
equivalence or are superior to those specified in the Schedule of
Requirements.
19. Documents
Establishing
the
Qualifications
of the Bidder
20. Period of
Validity of Bids
20.1 Bids shall remain valid for the period specified in the BDS after
the bid submission deadline date prescribed by the Purchaser. A
bid valid for a shorter period shall be rejected by the Purchaser
as non responsive.
20.2 In exceptional circumstances, prior to the expiration of the bid
validity period, the Purchaser may request bidders to extend the
period of validity of their bids. The request and the responses
shall be made in writing. If a Bid Security is requested in
21
accordance with ITB Clause 21, it shall also be extended for a
corresponding period. A Bidder may refuse the request without
forfeiting its Bid Security. A Bidder granting the request shall not be
required or permitted to modify its bid, except as provided in ITB SubClause 20.3.
20.3 In the case of fixed price contracts, if the award is delayed by a
period exceeding fifty-six (56) days beyond the expiry of the
initial bid validity, the Contract price shall be adjusted as by the
factor.1[ value of factor stated in BDS] for each week
or part of week that has elapsed from the expiration of the intial
bid validity to the date of notification of award to the successful
bidder. Bid evaluation shall be based on the Bid Price without
taking into consideration the above correction.
21. Bid Security
21.1 The Bidder shall furnish as part of its bid, a Bid Security, if
required, as specified in the BDS.
21.2 The Bid Security shall be in the amount specified in the BDS and
denominated in the currency of the Purchasers Country or a
freely convertible currency, and shall:
(a)
(b)
(c)
(d)
(e)
The factor is based on Indias projected inflation for the period in question. The borrower inserts the value in
the bid document prior to issue.
22
21.4 The Bid Security of unsuccessful Bidders shall be returned as
promptly as possible upon the successful Bidders furnishing of
the Performance Security pursuant to ITB Clause 44.
21.5 The Bid Security may be forfeited or the Bid Securing
Declaration executed:
(a)
if a Bidder
(i)
or,
(b)
(ii)
(b)
23
indelible ink and shall be signed by a person duly authorized to
sign on behalf of the Bidder. The authorization shall be
indicated by written Power of Attorney accompanying the bid.
22.3 Any interlineation, erasures, or overwriting shall be valid only if
they are signed or initialed by the person signing the Bid.
(b)
(c)
(d)
bear a warning not to open before the time and date for bid
opening, in accordance with ITB Sub-Clause 27.1.
23.3 If all envelopes are not sealed and marked as required, the
Purchaser will assume no responsibility for the misplacement or
premature opening of the bid.
23.4 Talex, Cable or Facsimile bids will be rejected as nonresponsive.
24
24. Deadline for
Submission of
Bids
25.1 The Purchaser shall not consider any bid that arrives after the
deadline for submission of bids, in accordance with ITB Clause
24. Any bid received by the Purchaser after the deadline for
submission of bids shall be declared late, rejected, and returned
unopened to the Bidder.
26. Withdrawal,
Substitution,
and
Modification of
Bids
26.1 A Bidder may withdraw, substitute, or modify its Bid after it has
been submitted by sending a written notice in accordance with
ITB Clause 23, duly signed by an authorized representative, and
shall include a copy of the authorization (the power of attorney)
in accordance with ITB Sub-Clause 22.2, (except that no copies
of the withdrawal notice are required). The corresponding
substitution or modification of the bid must accompany the
respective written notice. All notices must be:
(a)
(b)
26.2 Bids requested to be withdrawn in accordance with ITB SubClause 26.1 shall be returned unopened to the Bidders.
26.3 No bid may be withdrawn, substituted, or modified in the
interval between the deadline for submission of bids and the
expiration of the period of bid validity specified by the Bidder on
the Bid Submission Form or any extension thereof.
27. Bid Opening
27.1 The Purchaser shall conduct the bid opening in public at the
address, date and time specified in the BDS. Any specific electronic
bid opening procedures required if electronic bidding is permitted in
25
accordance with ITB Sub-Clause 23.1, shall be as specified in the
BDS. In the event of the specified date of bid opening being declared a
holiday for the Purchaser, the bids will be opened at the appointed time
and location on the next working day.
27.2 First, envelopes marked WITHDRAWAL shall be opened and
read out and the envelope with the corresponding bid shall not be
opened, but returned to the Bidder. If the withdrawal envelope
does not contain a copy of the power of attorney confirming
the signature as a person duly authorized to sign on behalf of the
Bidder, the corresponding bid will not be opened. No bid
withdrawal shall be permitted unless the corresponding
withdrawal notice contains a valid authorization to request the
withdrawal and is read out at bid opening. Next, envelopes
marked SUBSTITUTION shall be opened and read out and
exchanged with the corresponding Bid being substituted, and the
substituted Bid shall not be opened, but returned to the Bidder.
No Bid substitution shall be permitted unless the corresponding
substitution notice contains a valid authorization to request the
substitution and is read out at bid opening. Envelopes marked
MODIFICATION shall be opened and read out with the
corresponding Bid. No Bid modification shall be permitted
unless the corresponding modification notice contains a valid
authorization to request the modification and is read out at Bid
opening. Only envelopes that are opened and read out at Bid
opening shall be considered further.
27.3 All other envelopes shall be opened one at a time, reading out:
the name of the Bidder and whether there is a modification; the
Bid Prices, including any discounts and alternative offers; the
presence of a Bid Security, if required; and any other details as
the Purchaser may consider appropriate. Only discounts and
alternative offers read out at Bid opening shall be considered for
evaluation. No Bid shall be rejected at Bid opening except for
late bids, in accordance with ITB Sub-Clause 25.1.
27.4 The Purchaser shall prepare a record of the Bid opening that
shall include, as a minimum: the name of the Bidder and whether
there is a withdrawal, substitution, or modification; the Bid Price,
per lot if applicable, including any discounts, and alternative
offers if they were permitted; and the presence or absence of a
Bid Security, if one was required. The Bidders representatives
who are present shall be requested to sign the attendance sheet.
A copy of the record shall be distributed to all Bidders
who submitted bids in time, and posted online when electronic bidding
is permitted.
26
29. Clarification of
bids
27
30. Responsiveness
of Bids
(b)
(c)
30.3
31.
Non-conformities,
Errors, and
Omissions
if there is a discrepancy between the unit price and the line item
total that is obtained by multiplying the unit price by the
quantity, the unit price shall prevail and the line item total shall
be corrected, unless in the opinion of the Purchaser there is an
28
obvious misplacement of the decimal point in the unit price, in
which case the line item total as quoted shall govern and the
unit price shall be corrected;
(b)
(c)
31.4
32.Preliminary
Examination of
Bids
If the Bidder that submitted the lowest evaluated Bid does not
accept the correction of errors, its Bid shall be rejected and the
Bid security may be forfeited
32.1 The Purchaser shall examine the bids to confirm that all
documents and technical documentation requested in ITB Clause
11 have been provided, and to determine the completeness of
each document submitted.
32.2 The Purchaser shall confirm that the following documents and
information have been provided in the Bid. If any of these
documents or information is missing, the offer shall be rejected
and the bid security may be forfeited.
33.Examination of
Terms and
Conditions;
Technical
Evaluation
(a)
(b)
(c)
30.1
The Purchaser shall examine the bid to confirm that the Bidder
has accepted all terms and conditions specified in GCC and the
SCC. without material deviations or reservation. Deviations from
or objections or reservations to critical provisions such as those
concerning Performance Security (GCC Clause 18). Warranty
(GCC Clause 28), Force Majeure (Clause 32), Limitation of
liability (GCC Clause 30), Governing law (GCC Clause 9) and
Taxes & Duties (GCC Clause 17) will be deemed to be a material
deviation. The Purchasers determination of a bids
responsiveness is to be based on the contents of the bid itself
without recourse to extrinsic evidence.
30.2
29
requirements specified in Section VI, Schedule of Requirements
of the Bidding Documents have been met without any material
deviation or reservation.
30.3
If, after the examination of the terms and conditions and the
technical evaluation, the Purchaser determines that the Bid is
not substantially responsive in accordance with ITB Clause 30,
it shall reject the Bid.
34. Conversion to
Single Currency
Not used
35. Domestic
Preference
Not used
36. Evaluation of
Bids
36.1 The Purchaser shall evaluate each bid that has been determined,
up to this stage of the evaluation, to be substantially responsive.
36.2 To evaluate a Bid, the Purchaser shall only use all the factors,
methodologies and criteria defined in ITB Clause 36. No other
criteria or methodology shall be permitted.
36.3 To evaluate a Bid, the Purchaser shall consider the following:
(a)
(b)
(c)
(d)
36.4 The Purchasers evaluation of a bid will exclude and not take
into account:
(a)
(b)
30
36.5 The Purchasers evaluation of a bid may require the
consideration of other factors, in addition to the Bid Price quoted
in accordance with ITB Clause 14. These factors may be related
to the characteristics, performance, and terms and conditions of
purchase of the Goods and Related Services. The effect of the
factors selected, if any, shall be expressed in monetary terms to
facilitate comparison of bids, unless otherwise specified in
Section III, Evaluation and Qualification Criteria. The factors,
methodologies and criteria to be used shall be as specified in ITB
36.3 (d).
36.6 If so specified in the BDS, these Bidding Documents shall allow
Bidders to quote separate prices for one or more lots, and shall
allow the Purchaser to award one or multiple lots to more than
one Bidder. The methodology of evaluation to determine the
lowest-evaluated lot combinations, is specified in Section III,
Evaluation and Qualification Criteria.
37.Comparison of
Bids
38.
Post-qualification
of the Bidder
39.1 The Purchaser reserves the right to accept or reject any bid, and
to annul the bidding process and reject all bids at any time prior
to contract award, without thereby incurring any liability to
Bidders.
31
F. Award of Contract
40.Award Criteria
40.1 The Purchaser shall award the Contract to the Bidder whose offer
has been determined to be the lowest evaluated bid and is
substantially responsive to the Bidding Documents, provided
further that the Bidder is determined to be qualified to perform
the Contract satisfactorily.
41.Purchasers
Right to Vary
Quantities at Time
of Award
41.1 At the time the Contract is awarded, the Purchaser reserves the
right to increase or decrease the quantity of Goods and Related
Services originally specified in Section VI, Schedule of
Requirements, provided this does not exceed the percentages
specified in the BDS, and without any change in the unit prices
or other terms and conditions of the bid and the Bidding
Documents.
42.Notification of
Award
42.1 Prior to the expiration of the period of bid validity, the Purchaser
shall notify the successful Bidder, in writing, that its Bid has
been accepted.
42.2 Until a formal Contract is prepared and executed, the notification
of award shall constitute a binding Contract.
Publication of
Award
Recourse to
unsuccessful
Bidders
43. Signing of
Contract
44. Performance
Security
32
acceptable to the Purchaser. The Purchaser shall promptly notify
the name of the winning Bidder to each unsuccessful Bidder and
discharge the Bid Securities of the unsuccessful bidders pursuant
to ITB Sub-Clause 21.4.
44.2 Failure of the successful Bidder to submit the above-mentioned
Performance Security or sign the Contract shall constitute
sufficient grounds for the annulment of the award and forfeiture
of the Bid Security. In that event the Purchaser may award the
Contract to the next lowest evaluated Bidder, whose offer is
substantially responsive and is determined by the Purchaser to be
qualified to perform the Contract satisfactorily.
33
ITB Clause
Reference
ITB 1.1
A. General
The Purchaser is: The West Bengal Power Development Corporation
Limited Bidyut Unnayan Bhaban, Plot No. 3/C, LA Block, Sector III,
Salt Lake City, Kolkata 98
ITB 1.1
The name and identification number of the NCB are: Air conditioning system
for Control room & associated areas using VAM at Bandel TPS unit-5 .
NCB No.........
The number, identification and names of the lots comprising this NCB are :
NOT APPLICABLE
ITB 2.1
ITB 2.1
The name of the Project is: India: Coal Fired Generation Rehabilitation Project.
ITB 4.3
33
34
New clause
7.2
New clause
7.3
New clause
7.4
New clause
7.5
New clause
7.6
New clause
7.7
34
35
ITB 11.1(i)
The Bidder shall submit the following additional documents in its bid:
PROPOSAL EXHIBIT SHEETS ( Volume III)
ITB 13.1
ITB 14.6
Schedule No. 1
Schedule No. 2
Schedule No. 3
Design Services
Schedule No. 4
Schedule No. 5
Schedule No. 6
Bidders shall note that the Goods included in Schedule Nos. 1 above
exclude materials used for civil, building and other construction works.
All such materials shall be included and priced under Schedule No. 2,
Related Services excluding Design Services.
Bandel Thermal Power Station, Tribeni, West Bengal Power
Development Corporation Limited, District: Hooghly, Pin- 712503,
West Bengal, India:
Service mentioned in ITB 14.6 (a) (iii) shall be considered under
related Service ITB 14.6 (b).
35
36
ITB 14.7
ITB 18.3
Period of time the Goods are expected to be functioning (for the purpose of spare
parts): 3 years
ITB 20.1
ITB 20.3
ITB 21.1
ITB 21.2
The amount of the Bid Security shall be: Indian Rupees Two Lakhs only
ITB 22.1
In addition to the original of the bid, the number of copies is: Two
Bidders shall not have the option of submitting their bids electronically.
If bidders shall have the option of submitting their bids electronically, the
electronic bidding submission procedures shall be: Not Applicable
The inner and outer envelopes shall bear the tender notice no. and description of
the job.
ITB 24.1
36
37
III, Salt Lake City
City: Kolkata
Pin Code: 700098
Country: India
ITB 27.1
ITB 27.1
37
38
ITB 36.3(d)
Evaluation will be done for Tender Document Air conditioning system using
VAM for Control room & associated areas at Bandel TPS unit-5 overall
completeness and compliance with the Purchasers Requirements; conformity of
the Goods and Installation Services offered with specified performance criteria,
including conformity with the specified minimum (or maximum, as the case may
be) requirement corresponding to each functional guarantee, as indicated
in the Specification (14J01-003-SPC-VA-001) and in Section III Evaluation and
Qualification Criteria; suitability of the Plant and Installation Services offered in
relation to the environmental and climatic conditions prevailing at the site; and
quality, function and operation of any process control concept included in the
bid.
The adjustments shall be determined using the following criteria, from amongst
those set out in Section III, Evaluation and Qualification Criteria: [refer to
Schedule III, Evaluation and Qualification Criteria; insert complementary
details if necessary]
i.
ii.
iii.
iv.
v.
the projected operating and maintenance costs during the life of the
equipment No
vi.
vii.
1.
Fill up of Buy Back of value of existing equipments listed in Price
Schedule 4 is mandatory otherwise bid shall be treated as non responsive.
2. Deficiency in Mandatory Spares (if any) If any mandatory spares are not
quoted then the highest quoted unit rate among the responsive bids will be added
for evaluation purpose. Bid prices quoted by bidders shall remain unaltered.
ITB 36.6
38
Incomplete / non-responsive mandatory spare list may run the risk of Bid
rejection.
Not applicable
39
F. Award of Contract
ITB 40.2
(ii)
Both contracts will contain a cross fall breach clause specifying that breach of
one will constitute breach of the other.
39
40
Contents
1. Evaluation Criteria (ITB 36.3 {d})
2. Multiple Contracts (ITB 36.6)
3. Post qualification Requirements (ITB 38.2)
40
41
ii.
iii.
iv.
v.
the cost of major replacement components, mandatory spare parts, and service: Yes
the availability in the Purchasers Country of spare parts and after-sales services for the
equipment offered in the bid: Must available in India
the projected operating and maintenance costs during the life of the equipment No
vi.
the performance and productivity of the equipment offered: Confirmed the performance
requirement stated in 14J01-003-SPC-VA-001
vii.
evaluate only lots or contracts that include at least the percentages of items per lot and
quantity per item as specified in ITB Sub Clause 14.8
(b)
41
(ii)
the price reduction per lot and the methodology for its application as offered by
the Bidder in its bid
42
3. Post-qualification Requirements (ITB 38.2) : Must condition to be fulfilled by the
bidder as required for the evaluation of the bid
A) IT, ST, PT Clearance Certificates as applicable, VAT registration no, PF Registration
Certificate, Excise documents, ESI and P.F Code Number or suitable certificate bearing
exemption to any or all of above from competent authority. Legible photocopies of all
documents duly attested are to be submitted along with the tender. Original copies of documents
are to be produced on demand.
B) The agency must have past experience in supply, installation, testing & commissioning of
Air conditioning system using Vapour Absorption Machine (VAM) Chillers during the last
seven (07) years ending last day of month previous to the one in which applications are invited
should be either of the following :
a.) One similar completed work order costing not less than the amount equal to Rs. 96 Lacs, or
b.) Two similar completed work orders costing not less than Rs. 60 Lacs, or
c.) Three similar completed work orders costing not less than Rs. 48 Lacs.
C)
Financial Capability
The Bidder shall furnish documentary evidence that it meets the following financial
requirement(s) by filling up formats attached in proforma attached in Section VI 9.1, 9.2, 9.3
Performa for Financial Statement (as given in pages 75-78) :
i.
ii.
Average Annual Turnover: Minimum average annual turnover during the last
three (03) years ending in 31st March, 2014 should be at least of INR Thirty six
lacs (Rs. 36 lacs).
iii.
Financial Resources: The Bidder must demonstrate access to, or availability of,
financial resources such as liquid assets, unencumbered real assets, lines of credit,
and other financial means, other than any contractual advance payments to meet:
(i) the following cash-flow requirement: Indian Rupees Twenty-five Million (Rs.
25 Million ) or an equivalent amount in a freely convertible currency, and
(ii) the overall cash flow requirements for this contract and its current
Commitments.
D) Experience and Technical Capacity: The Bidder shall furnish documentary evidence to
demonstrate that it meets the following experience requirement(s): The Bidder shall furnish
documentary evidence to demonstrate that the Goods it offers meet the Qualification
requirements as stated in CL. 6.00.00 of part A of doc. no. : 14J01 - 003-SPC-VA-001 by filling
up PROPOSAL EXHIBIT SHEETS of Doc. No. : 14J01-003-SPC-VA-001. The Bidder must
furnish details of supplies made by him in the last five years in proforma attached in Section VI
7. Performa for Performance Statement
42
43
43
44
44
45
45
46
(i) Our firm, its affiliates or subsidiariesincluding any subcontractors or suppliers for any
part of the contracthas not been declared ineligible by the Bank, under the Purchasers
country laws or official regulations, in accordance with ITB Sub-Clause 4.6;
(j) The following commissions, gratuities, or fees have been paid or are to be paid with respect
to the bidding process or execution of the Contract: [insert complete name of each
Recipient, its full address, the reason for which each commission or gratuity was paid and
the amount and currency of each such commission or gratuity]
Name of Recipient
Address
Reason
Amount
We understand that this bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal contract
is prepared and executed.
(l)
We understand that you are not bound to accept the lowest evaluated bid or any other bid
that you may receive.
(m) We hereby certify that we have taken steps to ensure that no person acting for us or on our
behalf will engage in bribery.
(n)
We undertake that, in competing for (and, if the award is made to us, in executing) the
above contract, we will strictly observe the laws against fraud and corruption in force in
India namely, Prevention of Corruption Act 1988.
Signed: [insert signature of person whose name and capacity are shown]
In the capacity of [insert legal capacity of person signing the Bid Submission Form]
Name: [insert complete name of person signing the Bid Submission Form]
Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder]
Dated on ____________ day of __________________, _______ [insert date of signing]
46
47
47
48
Line
Item
No
Description of Goods
Deliv
ery
Date
Quantity and
physical unit
Unit
price
EXW
[includ
ing
excise
duty if
any]
Not applicable
[inser
t
quote
d
Deliv
ery
Date]
[insert number
of units to be
supplied and
name of the
physical unit]
[insert
EXW
unit
price]
[insert
number
of the
item]
1.
2.
1 No.
60M
(size will be
decided by the
Bidder)
48
3.
4.
5.
6.
7.
8.
9.
49
60 M
30 M
3 Nos.
2 Nos.
2 Nos.
2 Nos.
1 No.
(size will be
decided by the
Bidder)
(size will be
decided by the
Bidder)
(All Running)
(1R+1S)
(1R+1S)
(1R+1S)
10.
1 No.
11.
1 No.
12.
1 No.
13.
As shown in
the Tender
drawing
As shown in
the Tender
drawing
1 No. having
size as shown
in the Tender
drawing
14.
15.
50
Gauge wise
quantity(Sq.M)
to be decided
by the Bidder
Gauge wise
quantity(Sq.M)
to be decided
by the Bidder
As required on
Lump-sum
basis
As required on
Lump-sum
basis from the
specified
battery limit.
18.
Equipment drain
piping( insulated and
uninsulated) with all
accessories as detailed in
clause no. 2.01.01(Sl. No. 7c)
of Part-A, Volume-2 of
Document no.14J01-003-SPCVA-001
As required on
Lump-sum
basis.
19.
As required on
Lump-sum
basis
16.
17.
51
Size wise
quantity to be
decided &
indicated by
the Bidder as
per Tender
drawing
Size wise
quantity to be
decided &
indicated by
the Bidder
Size wise
quantity to be
decided &
indicated by
the Bidder
20.
1 No.
21.
2 Nos.
22.
1 Lot.
1 Lot.
1 Lot.
1 Lot.
23.
24.
25.
52
As required on
Lump-sum
basis
As required on
Lump-sum
basis
As required on
Lump-sum
basis
As required on
Lump-sum
basis
26.
Items with
quantities shall
be as per
clause nos
4.01.00 and
4.02.00 of
Part-B of
Volume-2 of
Document
no.14J01-003SPC-VA-001
27.
1 Lot.
1 Lot.
28.
As required on
Lump-sum
basis
As required on
Lump-sum
basis
(Total of this
column
will be considered
in item 2 of Price
Schedule 2
53
(Total of column 6)
Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [insert date]
Note:
54
(a)
The bidder shall give list of spares for 3 years operation (or as required for the period specified in the evaluation criteria) separately indicating description, quantity, unit price and total
price in the above format, for those items whose scope of supply includes spare parts as per technical specification.
55
PRICE SCHEDULE -2: PRICE AND COMPLETION SCHEDULE - RELATED SERVICES EXCEPT DESIGN
SERVICE
Service
N
Country of
Origin
[insert
number of
the
Service ]
[insert country
of origin of the
Services]
1.
2.
3.
4.
5.
55
Date:_________________________
NCB No: _____________________
Alternative No: ________________
Page N ______ of ______
6
7
Unit price
6.
7.
8.
56
(Total of column 7)
57
Service
N
Country of Origin
Unit price
[insert country of
origin of the
Services]
(Total of column
7)
Design
and
Engineering
including
submission of drawings, data ,calculations,
test reports/certificates, O & M Manuals,
performance curves cable schedule, Control
Logic write-up Control scheme drawings, ASBuilt drawings etc. as specified in the
specification document no. 14J01-003-SPCVA-001 and
as required
by the
consultant/client
(Ref. clause no.2.02.01of Part-A of Volume-2
of Document no.14J01-003-SPC-VA-001
to
Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [insert date]
57
58
Item No.
Description
Quantity
Total Price(Rs.)
Lot
MCC
N.A.
Total Buy- Back Price which shall be deducted from the total supply price
Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [insert date]
58
Description
Add [Total of Column 6 of Schedule No. 1. ]
Add [Total of Column 7 of Schedule No. 2. ]
Add [Total of Column 7 of Schedule No. 3.]
Less [Total of Column 5 of Schedule No. 4.]
Grand Total
Total Price
To be Filled in by the Bidder.
I____________ certify that all the above typed in data and information pertaining to this Bid Document are correct and is a true
representation of the plant/equipment covered by our Formal Bid No. _______dated..........................
Bidder's Name :
..............................................................................
Authorised Representative's
Signature
:
..............................................................................
Bidder's Intent :
The Bidder hereby agrees to fully comply with the requirements and intents of this specification for the price
indicated
59
60
2
Description
3
Quantity
We have been informed that [insert name of the Bidder] (hereinafter called "the Bidder") has
submitted to you its bid dated [insert date] (hereinafter called "the Bid") for the execution of
[insert name of Contract].
Furthermore, we understand that, according to your conditions, bids must be supported by a
Bid Guarantee.
At the request of the Bidder, we [insert name of Bank] hereby irrevocably undertake to pay
you any sum or sums not exceeding in total an amount of [insert amount in figures expressed
in the currency of the Purchasers Country or the equivalent amount in an international
freely convertible currency], [insert amount in words] upon receipt by us of your first
demand in writing accompanied by a written statement stating that the Bidder is in breach of
its obligation(s) under the bid conditions, because the Bidder:
(a)
has withdrawn its Bid during the period of bid validity specified by the Bidder in the
Bid Submission Form; or
(b)
having been notified of the acceptance of its Bid by the Purchaser during the period of
bid validity as stated in the Bid Submission Form or extended by the Employer at any
time prior to expiration of this period, (i) fails or refuses to execute the Contract, if
required, or (ii) fails or refuses to furnish the Performance Security, in accordance with
the ITB, and (iii) does not accept the correction of Bid price pursuant to ITB Clause 31.
This Guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt of
copies of the Contract signed by the Bidder and the Performance Security issued to you upon
the instruction of the Bidder; or (b) if the Bidder is not the successful Bidder, upon the earlier
of (i) our receipt of a copy of your notification to the Bidder that the Bidder was unsuccessful;
or (ii) forty-five days after the expiration of the Bidders Bid.
Consequently, any demand for payment under this Guarantee must be received by us at the
office on or before that date.
This Guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
458.[Signature(s) of authorized banks representative(s)]
61
MANUFACTURERS AUTHORIZATION
[The Bidder shall require the Manufacturer to fill in this Form in accordance with the
instructions indicated. This letter of authorization should be on the letterhead of the
Manufacturer and should be signed by a person with the proper authority to sign documents
that are legally binding on the Manufacturer. The Bidder shall include it in its bid, if so
indicated in the BDS.]
Date: [insert date (as day, month and year) of Bid Submission]
NCB No.: [insert number of bidding process]
Alternative No.: [insert identification No if this is a Bid for an alternative]
To: [insert complete name of Purchaser]
WHEREAS
We [insert complete name of Manufacturer], who are official manufacturers of [insert type
of goods manufactured], having factories at [insert full address of Manufacturers factories],
do hereby authorize [insert complete name of Bidder] to submit a bid the purpose of which is
to provide the following Goods, manufactured by us [insert name and or brief description of
the Goods], and to subsequently negotiate and sign the Contract against the above IFB.
We hereby extend our full guarantee and warranty in accordance with Clause 28 of the
General Conditions of Contract, with respect to the Goods offered by the above firm against
this IFB.
No company or firm or individual other than M/s. ____________________ are authorized to
bid, and conclude the contract for the above goods manufactured by us against this specific
IFB. [This para should be deleted for simple items where manufacturers normally sell the
product through different stockists].
Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]
Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]
Title: [insert title]
Duly authorized to sign this Authorization on behalf of: [insert complete name of Bidder]
Dated on ____________ day of __________________, _______ [insert date of signing]
Note Modify this format suitably in cases where manufacturers warranty and guarantee are not
applicable for the items for which bids are invited. If the supply consists of number of items, indicate
the specific item (s) for which alone the above authorization is required.
62
In accordance with Para 1.8 of the Guidelines: Procurement under IBRD Loans and
IDA Credits, dated May 2004, the Bank permits firms and individuals from all
countries to offer goods, works and services for Bank-financed projects. As an
exception, firms of a Country or goods manufactured in a Country may be excluded if:
Para 1.8 (a) (i): as a matter of law or official regulation, the Borrowers Country prohibits commercial relations with
that Country, provided that the Bank is satisfied that such exclusion does not preclude effective competition
for the supply of the Goods or Works required, or
Para 1.8 (a) (ii): by an Act of Compliance with a Decision of the United Nations Security Council taken under
Chapter VII of the Charter of the United Nations, the Borrowers Country prohibits any import of goods
from that Country or any payments to persons or entities in that Country.
2.
For the information of borrowers and bidders, at the present time firms, goods and
services from the following countries are excluded from this bidding:2
(a)
With reference to paragraph 1.8 (a) (i) of the Guidelines:
_________________________
_________________________
(b)
Any questions regarding this list should be addressed to the Director, Procurement Policy and Services Group,
Operational Core Services Network, The World Bank
63
64
65
Description of
Goods
Quantity
Physical
unit
Final (Site)
Destinatio
n as
specified
in BDS
[insert
item
No]
[insert description of
Goods]
[insert
quantity of
item to be
supplied]
[insert
physical
unit for the
quantity]
[insert
place of
Delivery]
01.
As Indicated in
Clause No.
2.01.01 of
Volume-II,
Part-A of
Document No.
14J01-003SPC-VA-001
As Indicated
in Clause
No. 2.01.01
of VolumeII, Part-A of
Document
No. 14J01003-SPCVA-001
Latest Delivery
Date
Bidders
offered
Delivery date
[to be provided
by the bidder]
[insert the
number of
days following
the date of
effectiveness
the Contract]
To suit the
Completion Time as
indicated in Clause
No. 7.00.00 of
Volume-II, Part-A of
Document No.
14J01-003-SPC-VA001
Bid Security
in Indian
Rupees
Rs. 2 Lacs
[The Purchaser shall fill in this table, with the exception of the column Bidders offered Delivery date to be filled by the Bidder]
66
Service
[insert
Service
No]
Description of Service
Quantity1
Physical Unit
[insert quantity
of items to be
supplied]
[insert physical
unit for the
items]
Not Applicable
Not Applicable
BTPS, Unit-5,
Tribeni
Final
Completion
Date(s) of
Services
[insert
required
Completion
Date(s)]
To suit the
Completion
Time as
indicated in
Clause No.
7.00.00 of
Volume-II,
Part-A of
Document No.
14J01-003SPC-VA-001
1. If applicable
[ This table shall be filled in by the Purchaser. The Required Completion Dates should be realistic, and consistent with the required Goods
Delivery Dates (as per Incoterms)]
67
3. TECHNICAL SPECIFICATIONS
The Tender Document no. 14J01-003-SPC-VA-001 contains the Technical specifications and
consist of:
VOLUME-2
PART-A
PART-B
:
:
:
PART-C
TECHNICAL SPECIFICATION
SPECIFIC REQUIREMENT
GENERAL DESIGN & CONSTRUCTION
REQUIREMENT
ELECTRICAL EQUIPMENT SPECIFICATION
VOLUME-3
SCHEDULE-I
SCHEDULE-II
SCHEDULE-IIIA
SCHEDULE-IIIB
SCHEDULE-IVA
SCHEDULE-IVB
SCHEDULE-V
SCHEDULE-VI
SCHEDULE-VII
SCHEDULE-VIII
SCHEDULE-IX
:
:
:
:
:
:
:
:
:
:
:
:
ATTACHMENT
TABLES
TABLE-I
TENDER DRAWINGS
Summary of Technical Specifications. The Goods and Related Services shall comply with
following Technical Specifications and Standards:
Item
No
[insert
item
No]
68
Technical
Specificatio
ns and
Standards
[insert TS
and
Standards]
01.
02.
03.
4. DRAWINGS
These Bidding Documents includes [insert the following or no] drawings.
[If documents shall be included, insert the following List of Drawings]
List of Drawings
DRAWING NR.
14J01-003-DWGVA-001
14J01-003-DWGVA-002
14J01-003-DWGVA-003
69
Drawing Name
Schematic diagram for
proposed AC system for
renovated Unit Control
room, Control Equipment
Room, Computer room,
UPS Room.
Single Line Diagram for
Air Conditioning system of
Control Room areas.
Schematic Diagram for
Vapour Absorption
Machine.
Purpose
Tendering
Tendering
Tendering
Refer Clause nos. 5.00.00 & 6.00.00 of Part-B, Volume-2 of Document No. 14J01-003-SPC-VA001
70
Date:
M/s.
Sub:
1.
This is to certify that the plant/s as detailed below has/have been received in good
condition along with all the standard and special accessories (subject to remarks in Para
No. 2) and a set of spares in accordance with the Contract/Specifications. The same has
been installed and commissioned.
2.
(a)
(b)
(c)
(d)
Quantity _____________________________________________________
(e)
(f)
(g)
Details of accessories/spares not yet supplied and recoveries to be made on that account.
S. No.
Description
Amount to be recovered
3.
The proving test has been done to our entire satisfaction and operators have been trained
to operate the plant.
4.
71
or
The supplier has failed to fulfill his contractual obligations with regard to the following:
(a)
(b)
(c)
(d)
5.
6.
The amount of recovery on account of failure of the supplier to meet his contractual
obligations is as indicated in endorsement of the letter.
Signature _________________________
Name ____________________________
Designation with Stamp ______________
72
He has adhered to the time schedule specified in the contract in dispatching the documents/drawings
pursuant to Technical Specifications.
(b)
He has supervised the startup of the plan in time i.e., within the period specified in the contract from
the date of intimation by the Purchaser in respect of the installation of the plant.
(c)
Training of personnel has been done by the supplier as specified in the contract
(d)
In the event of documents/drawings having not been supplied or installation and startup of the plant
have been delayed on account of the supplier, the extent of delay should always be mentioned.
Description and
quantity of
ordered
equipment
Value of order
As per contract
5
_______________________________
_______________________________
73
Actual
6
Remarks
indicating reasons
for late delivery,
if any
8.
Bid No.
Description of item to be supplied
............................................................................................................................................................
(Information for issue of certificate for claiming exemption of Excise Duty (ED) in terms of
Central excise notification No. 108/95)
(Bidders Name and Address):
To
(Name Of Purchaser)
.
Dear Sir:
1. We confirm that we are solely responsible for obtaining deemed export benefits which
we have considered in our bid and in case of failure to receive such benefits for reasons
whatsoever, Purchaser will not compensate us.
2. We are furnishing below the information required by the Purchaser for issue of necessary
certificate in terms of Central Excise notification no 108/95.
(i)
*Rs. ___________________
(ii)
No of Units to be supplied:
________________________
________________________
(iii)
(Rs.) ___________________
(iv) Name of the sub-contractor, if any, who shall supply the goods directly to the
Employer and whose name is to be included in the main Contract
(The requirements listed above are as per
current notifications. These may be modified,
if necessary, in terms of the rules in force)
(Signature)______________________
(Printed Name) __________________
(Designation) ___________________
(Common Seal) __________________
* Please attach details item-wise with cost,if there are more than one item. The figures indicated
should tally with what is given in the price schedule.
74
Financial Situation
(To Be Filled in by Bidder)
Date: _____________________
NCB
No.:
__________________
Page _______ of _______ pages
To be completed by the Bidder
Financial
Historic information for previous ______ (__) years
information in (Indian Rs. equivalent in 000s)
Indian Rs.
equivalent
Year 1
Year 2 Year 3 Year
Year n
Information from Balance Sheet
Total Assets
(TA)
Total
Liabilities
(TL)
Net Worth
(NW)
Current
Assets (CA)
Current
Liabilities
(CL)
Information from Income Statement
Total
Revenue (TR)
Profits Before
Taxes (PBT)
75
Avg.
Avg.
Ratio
76
Attached are copies of financial statements (balance sheets and Profit & Loss Account,
including all related notes, and income statements) for the years required above complying
with the following conditions:
Must reflect the financial situation of the Bidder and not sister or parent companies
Historic financial statements must be audited by a certified accountant
Historic financial statements must be complete, including all notes to the financial statements
Historic financial statements must correspond to accounting periods already completed and
audited (no statements for partial periods shall be requested or accepted)
Date:
(Signature)
Place:
(Name)
(Designation)
(Common Seal)
Note: The above Attachment shall be filled-up by the bidder for himself..
76
77
Form FIN 9.2
Year
*Average
Annual
Turnover
Date: _____________________
NCB No.: __________________
Page _______ of _______ pages
_________________________________________
____________________
_________________________________________
____________________
_________________________________________
____________________
_________________________________________
____________________
_________________________________________
____________________
*Average annual turnover calculated as total certified payments received for work in
progress or completed, divided by the number of years specified in Section III, Evaluation
Criteria, Sub-Factor 3(a)(ii).
Date:
(Signature)
Place:
(Name)
(Designation)
(Common Seal)
77
78
Form FIN 3.3
Financial Resources
(To Be Filled in by Bidder)
a) Total Value of Contracts in Hand (Indian Rs.) as on date of submission of bid:
b) Value of work completed out of above value upto March, 2010(Indian Rs.):
c) Value of anticipated work to be performed within March, 2014 (Break-up in financial year
basis) (Indian Rs.):
Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines
of credit, and other financial means, net of current commitments, available to meet the total
construction cash flow demands of the subject contract or contracts as indicated in Section III,
Evaluation and Qualification Criteria
Source of financing
1.
Own Fund
2.
Credit
3.
Amount
(Indian
equivalent)
Total
Date:
(Signature)
Place:
(Name)
(Designation)
(Common Seal)
78
Rs.
79
PART 3 CONTRACT
79
80
80
81
81
DEFINITIONS...................................................................................................................82
CONTRACT DOCUMENTS............................................................................................ 83
FRAUD AND CORRUPTION..........................................................................................83
INTERPRETATION..........................................................................................................84
LANGUAGE..................................................................................................................... 85
DELETED..........................................................................................................................86
ELIGIBILITY.................................................................................................................... 86
NOTICES...........................................................................................................................86
GOVERNING LAW..........................................................................................................86
SETTLEMENT OF DISPUTES........................................................................................ 86
INSPECTIONS AND AUDIT BY THE BANK............................................................... 87
SCOPE OF SUPPLY......................................................................................................... 87
DELIVERY AND DOCUMENTS.................................................................................... 87
SUPPLIERS RESPONSIBILITIES................................................................................. 87
CONTRACT PRICE..........................................................................................................87
TERMS OF PAYMENT....................................................................................................88
TAXES AND DUTIES......................................................................................................88
PERFORMANCE SECURITY......................................................................................... 88
COPYRIGHT.....................................................................................................................89
CONFIDENTIAL INFORMATION................................................................................. 89
SUBCONTRACTING....................................................................................................... 90
SPECIFICATIONS AND STANDARDS......................................................................... 90
PACKING AND DOCUMENTS...................................................................................... 90
INSURANCE.....................................................................................................................91
TRANSPORTATION........................................................................................................91
INSPECTIONS AND TESTS............................................................................................91
LIQUIDATED DAMAGES.............................................................................................. 92
WARRANTY.................................................................................................................... 92
PATENT INDEMNITY.....................................................................................................93
LIMITATION OF LIABILITY......................................................................................... 94
CHANGE IN LAWS AND REGULATIONS...................................................................95
FORCE MAJEURE........................................................................................................... 95
CHANGE ORDERS AND CONTRACT AMENDMENTS.............................................96
EXTENSIONS OF TIME.................................................................................................. 96
TERMINATION................................................................................................................97
ASSIGNMENT..................................................................................................................98
82
82
The following words and expressions shall have the meanings hereby
assigned to them:
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
(k)
83
(l)
(m)
(n)
(o)
2. Contract
Documents
2.1
3. Fraud and
Corruption
3.1
83
(iii)
84
collusive practice is an arrangement between
two or more parties designed to achieve an
improper purpose, including to influence
improperly the actions of another party ;
(iv)
(v)
obstructive practice is
4. Interpretation
84
3.2
4.1
If the context so requires it, singular means plural and vice versa.
4.2
Incoterms
(a)
(b)
4.2
85
The terms EXW and other similar terms, when used, shall be
governed by the rules prescribed in the current edition of
Incoterms specified in the SCC and published by the
International Chamber of Commerce in Paris, France.
Entire Agreement
The Contract constitutes the entire agreement between the
Purchaser and the Supplier and supersedes all communications,
negotiations and agreements (whether written or oral) of the
parties with respect thereto made prior to the date of Contract.
4.3
Amendment
No amendment or other variation of the Contract shall be valid
unless it is in writing, is dated, expressly refers to the Contract,
and is signed by a duly authorized representative of each party
thereto.
4.4
Non-waiver
(a)
(b)
4.5
Severability
If any provision or condition of the Contract is prohibited or
rendered invalid or unenforceable, such prohibition, invalidity
or unenforceability shall not affect the validity or enforceability
of any other provisions and conditions of the Contract.
5. Language
85
5.1
86
printed literature that are part of the Contract may be in another
language provided they are accompanied by an accurate translation of
the relevant passages in English language, in which case, for purposes
of interpretation of the Contract, this translation shall govern.
5.2
7.1
7.2
8.1
8.2
9. Governing Law
9.1
10. Settlement of
Disputes
10.1 The Purchaser and the Supplier shall make every effort to
resolve amicably by direct informal negotiation any
disagreement or dispute arising between them under or in
connection with the Contract.
6. Deleted
7. Eligibility
8. Notices
10.2 If, after twenty-eight (28) days, the parties have failed to
resolve their dispute or difference by such mutual consultation,
then either the Purchaser or the Supplier may give notice to the
other party of its intention to commence arbitration, as
hereinafter provided, as to the matter in dispute, and no
arbitration in respect of this matter may be commenced unless
such notice is given. Any dispute or difference in respect of
86
87
which a notice of intention to commence arbitration has been
given in accordance with this Clause shall be finally settled by
arbitration. Arbitration may be commenced prior to or after
delivery of the Goods under the Contract. Arbitration
proceedings shall be conducted in accordance with the rules of
procedure specified in the SCC.
10.3 Notwithstanding any reference to arbitration herein,
(a)
(b)
the Purchaser shall pay the Supplier any monies due the
Supplier.
11.1 The Supplier shall permit the Bank and/or persons appointed by
the Bank to inspect the Suppliers offices and/or the accounts and
records of the Supplier and its sub-contractors relating to the
performance of the Contract, and to have such accounts and
records audited by auditors appointed by the Bank if required by
the Bank. The Suppliers attention is drawn to Clause 3, which
provides, inter alia, that acts intended to materially impede the
exercise of the Banks inspection and audit rights provided for
under Sub-Clause 11.1 constitute a prohibited practice subject to
contract termination (as well as to a determination of ineligibility
under the Procurement Guidelines).
13.1 Subject to GCC Sub-Clause 33.1, the Delivery of the Goods and
Completion of the Related Services shall be in accordance with
the Delivery and Completion Schedule specified in the Schedule
of Requirements. The details of shipping and other documents to
be furnished by the Supplier are specified in the SCC.
14. Suppliers
Responsibilities
14.1 The Supplier shall supply all the Goods and Related Services
included in the Scope of Supply in accordance with GCC
Clause 12, and the Delivery and Completion Schedule, as per
GCC Clause 13.
15.1 Prices charged by the Supplier for the Goods supplied and the
Related Services performed under the Contract shall not vary
from the prices quoted by the Supplier in its bid, with the
exception of any price adjustments authorized in the SCC.
87
16. Terms of
Payment
88
16.1 The Contract Price, including any Advance Payments, if
applicable, shall be paid as specified in the SCC.
16.2 The Suppliers request for payment shall be made to the
Purchaser in writing, accompanied by invoices describing, as
appropriate, the Goods delivered and Related Services
performed, and by the documents submitted pursuant to GCC
Clause 13 and upon fulfillment of all other obligations
stipulated in the Contract.
16.3 Payments shall be made promptly by the Purchaser, but in no
case later than sixty (60) days after submission of an invoice or
request for payment by the Supplier, and after the Purchaser
has accepted it.
16.4 The payments shall be made in Indian Rupees to the Supplier
under this Contract.
16.5 In the event that the Purchaser fails to pay the Supplier any
payment by its due date or within the period set forth in the
SCC, the Purchaser shall pay to the Supplier interest on the
amount of such delayed payment at the rate shown in the SCC,
for the period of delay until payment has been made in full,
whether before or after judgment or arbitrage award.
The Supplier shall be entirely responsible for all taxes, duties, license
fees, etc., incurred until delivery of the contracted Goods to the
Purchaser.
18. Performance
Security
88
19. Copyright
20. Confidential
Information
89
19.1 The copyright in all drawings, documents, and other materials
containing data and information furnished to the Purchaser by
the Supplier herein shall remain vested in the Supplier, or, if
they are furnished to the Purchaser directly or through the
Supplier by any third party, including suppliers of materials,
the copyright in such materials shall remain vested in such
third party
20.1 The Purchaser and the Supplier shall keep confidential and
shall not, without the written consent of the other party hereto,
divulge to any third party any documents, data, or other
information furnished directly or indirectly by the other party
hereto in connection with the Contract, whether such
information has been furnished prior to, during or following
completion or termination of the Contract. Notwithstanding
the above, the Supplier may furnish to its Subcontractor such
documents, data, and other information it receives from the
Purchaser to the extent required for the Subcontractor to
perform its work under the Contract, in which event the
Supplier shall obtain from such Subcontractor an undertaking
of confidentiality similar to that imposed on the Supplier under
GCC Clause 20.
20.2 The Purchaser shall not use such documents, data, and other
information received from the Supplier for any purposes
unrelated to the contract. Similarly, the Supplier shall not use
such documents, data, and other information received from the
Purchaser for any purpose other than the performance of the
Contract.
20.3 The obligation of a party under GCC Sub-Clauses 20.1 and
20.2 above, however, shall not apply to information that:
89
(a)
(b)
(c)
(d)
90
20.4 The above provisions of GCC Clause 20 shall not in any way
modify any undertaking of confidentiality given by either of
the parties hereto prior to the date of the Contract in respect of
the Supply or any part thereof.
20.5 The provisions of GCC Clause 20 shall survive completion or
termination, for whatever reason, of the Contract.
21. Subcontracting
22. Specifications
and Standards
90
22.1
(a)
(b)
(c)
91
the absence of heavy handling facilities at all points in transit.
23.2 The packing, marking, and documentation within and outside
the packages shall comply strictly with such special
requirements as shall be expressly provided for in the Contract,
including additional requirements, if any, specified in the SCC,
and in any other instructions ordered by the Purchaser.
24. Insurance
25. Transportation
26.1 The Supplier shall at its own expense and at no cost to the
Purchaser carry out all such tests and/or inspections of the
Goods and Related Services as are specified in the SCC.
26.2 The inspections and tests may be conducted on the premises of
the Supplier or its Subcontractor, at point of delivery, and/or at
the Goods final destination, or in another place in the
Purchasers Country as specified in the SCC. Subject to GCC
Sub-Clause 26.3, if conducted on the premises of the Supplier
or its Subcontractor, all reasonable facilities and assistance,
including access to drawings and production data, shall be
furnished to the inspectors at no charge to the Purchaser.
26.3 The Purchaser or its designated representative shall be entitled
to attend the tests and/or inspections referred to in GCC SubClause 26.2, provided that the Purchaser bear all of its own
costs and expenses incurred in connection with such
attendance including, but not limited to, all traveling and board
and lodging expenses.
26.4 Whenever the Supplier is ready to carry out any such test and
inspection, it shall give a reasonable advance notice, including
the place and time, to the Purchaser. The Supplier shall obtain
from any relevant third party or manufacturer any necessary
permission or consent to enable the Purchaser or its designated
representative to attend the test and/or inspection.
26.5 The Purchaser may require the Supplier to carry out any test
and/or inspection not required by the Contract but deemed
necessary to verify that the characteristics and performance of
the Goods comply with the technical specifications codes and
standards under the Contract, provided that the Suppliers
reasonable costs and expenses incurred in the carrying out of
91
92
such test and/or inspection shall be added to the Contract Price.
Further, if such test and/or inspection impedes the progress of
manufacturing and/or the Suppliers performance of its other
obligations under the Contract, due allowance will be made in
respect of the Delivery Dates and Completion Dates and the
other obligations so affected.
26.6 The Supplier shall provide the Purchaser with a report of the
results of any such test and/or inspection.
26.7 The Purchaser may reject any Goods or any part thereof that
fail to pass any test and/or inspection or do not conform to the
specifications. The Supplier shall either rectify or replace such
rejected Goods or parts thereof or make alterations necessary
to meet the specifications at no cost to the Purchaser, and shall
repeat the test and/or inspection, at no cost to the Purchaser,
upon giving a notice pursuant to GCC Sub-Clause 26.4.
26.8 The Supplier agrees that neither the execution of a test and/or
inspection of the Goods or any part thereof, nor the attendance
by the Purchaser or its representative, nor the issue of any
report pursuant to GCC Sub-Clause 26.6, shall release the
Supplier from any warranties or other obligations under the
Contract.
27. Liquidated
Damages
27.1 Except as provided under GCC Clause 32, if the Supplier fails
to deliver any or all of the Goods by the Date(s) of delivery or
perform the Related Services within the period specified in the
Contract, the Purchaser may without prejudice to all its other
remedies under the Contract, deduct from the Contract Price,
as liquidated damages, a sum equivalent to the percentage
specified in the SCC of the delivered price of the delayed
Goods or unperformed Services for each week or part thereof
of delay until actual delivery or performance, up to a maximum
deduction of the percentage specified in those SCC. Once the
maximum is reached, the Purchaser may terminate the Contract
pursuant to GCC Clause 35.
28. Warranty
28.1 The Supplier warrants that all the Goods are new, unused, and
of the most recent or current models, and that they incorporate
all recent improvements in design and materials, unless
provided otherwise in the Contract.
28.2 Subject to GCC Sub-Clause 22.1(b), the Supplier further
warrants that the Goods shall be free from defects arising from
any act or omission of the Supplier or arising from design,
materials, and workmanship, under normal use in the
conditions prevailing in the country of final destination.
28.3 Unless otherwise specified in the SCC, the warranty shall
92
93
remain valid for twelve (12) months after the Goods, or any
portion thereof as the case may be, have been delivered to and
accepted at the final destination indicated in the SCC, or for
eighteen (18) months after the date of shipment from the port
or place of loading in the country of origin, whichever period
concludes earlier.
28.4 The Purchaser shall give notice to the Supplier stating the
nature of any such defects together with all available evidence
thereof, promptly following the discovery thereof. The
Purchaser shall afford all reasonable opportunity for the
Supplier to inspect such defects.
28.5 Upon receipt of such notice, the Supplier shall, within the
period specified in the SCC, expeditiously repair or replace the
defective Goods or parts thereof, at no cost to the Purchaser.
28.6 If having been notified, the Supplier fails to remedy the defect
within the period specified in the SCC, the Purchaser may
proceed to take within a reasonable period such remedial
action as may be necessary, at the Suppliers risk and expense
and without prejudice to any other rights which the Purchaser
may have against the Supplier under the Contract.
29. Patent
Indemnity
(b)
Such indemnity shall not cover any use of the Goods or any part
thereof other than for the purpose indicated by or to be reasonably
inferred from the Contract, neither any infringement resulting from
the use of the Goods or any part thereof, or any products produced
thereby in association or combination with any other equipment,
plant, or materials not supplied by the Supplier, pursuant to the
Contract.
93
94
29.2 If any proceedings are brought or any claim is made against the
Purchaser arising out of the matters referred to in GCC SubClause 29.1, the Purchaser shall promptly give the Supplier a
notice thereof, and the Supplier may at its own expense and in
the Purchasers name conduct such proceedings or claim and
any negotiations for the settlement of any such proceedings or
claim.
29.3 If the Supplier fails to notify the Purchaser within twenty-eight
(28) days after receipt of such notice that it intends to conduct
any such proceedings or claim, then the Purchaser shall be free
to conduct the same on its own behalf.
29.4 The Purchaser shall, at the Suppliers request, afford all
available assistance to the Supplier in conducting such
proceedings or claim, and shall be reimbursed by the Supplier
for all reasonable expenses incurred in so doing.
29.5 The Purchaser shall indemnify and hold harmless the Supplier
and its employees, officers, and Subcontractors from and
against any and all suits, actions or administrative proceedings,
claims, demands, losses, damages, costs, and expenses of any
nature, including attorneys fees and expenses, which the
Supplier may suffer as a result of any infringement or alleged
infringement of any patent, utility model, registered design,
trademark, copyright, or other intellectual property right
registered or otherwise existing at the date of the Contract
arising out of or in connection with any design, data, drawing,
specification, or other documents or materials provided or
designed by or on behalf of the Purchaser.
30. Limitation of
Liability
94
(b)
95
31. Change in Laws 31.1 Unless otherwise specified in the Contract, if after the date of
and Regulations
28 days prior to date of Bid submission, any law, regulation,
ordinance, order or bylaw having the force of law is enacted,
promulgated, abrogated, or changed in India, where the Site is
located (which shall be deemed to include any change in
interpretation or application by the competent authorities) that
subsequently affects the Delivery Date and/or the Contract
Price, then such Delivery Date and/or Contract Price shall be
correspondingly increased or decreased, to the extent that the
Supplier has thereby been affected in the performance of any
of its obligations under the Contract. Notwithstanding the
foregoing, such additional or reduced cost shall not be
separately paid or credited if the same has already been
accounted for in the price adjustment provisions where
applicable, in accordance with GCC Clause 15.
32. Force Majeure
33.1 The Purchaser may at any time order the Supplier through
notice in accordance GCC Clause 8, to make changes within
the general scope of the Contract in any one or more of the
following:
(a)
95
96
(b)
(c)
(d)
96
97
35. Termination
(b)
(iii)
97
(a)
(b)
The Goods that are complete and ready for shipment within
98
twenty-eight (28) days after the Suppliers receipt of notice of
termination shall be accepted by the Purchaser at the Contract
terms and prices. For the remaining Goods, the Purchaser
may elect:
36. Assignment
(ii)
36.1 Neither the Purchaser nor the Supplier shall assign, in whole or
in part, their obligations under this Contract, except with prior
written consent of the other party.
.
98
(i)
99
GCC 1.1(k)
New clause
GCC 1.1 (p)
GCC 8.1
99
100
GCC 10.2
Settlement of Disputes
The dispute settlement mechanism to be applied shall be as follows:
(a) In case of Dispute or difference arising between the Purchaser and a
domestic supplier relating to any matter arising out of or connected
with this agreement, such disputes or difference shall be settled in
accordance with the Arbitration and Conciliation Act, 1996. The
arbitral tribunal shall consist of 3 arbitrators one each to be appointed
by the Purchaser and the Supplier. The third Arbitrator shall be
chosen by the two Arbitrators so appointed by the Parties and shall
act as Presiding arbitrator. In case of failure of the two arbitrators
appointed by the parties to reach upon a consensus within a period of
30 days from the appointment of the arbitrator appointed
subsequently, the Presiding Arbitrator shall be appointed by the
President, Institution of Engineers; India.
(b) In the case of a dispute with a Foreign Supplier, the dispute shall be
settled in accordance with provisions of UNCITRAL (United nations
Commission on International Trade Law) Arbitration Rules. The
Arbitral Tribunal shall consist of three Arbitrators one each to be
appointed by the Purchaser and the Supplier. The third Arbitrator
shall be chosen by the two Arbitrators so appointed by the parties,
and shall act as presiding arbitrator. In case of failure of the two
arbitrators appointed by the parties to reach upon a consensus within
a period of 30 days from the appointment of the arbitrator appointed
subsequently, the Presiding Arbitrator shall be appointed by the
President, Institution of Engineers; India.
(c) If one of the parties fails to appoint its arbitrator in pursuance of subclause (a) and (b) above, within 30 days after receipt of the notice of
the appointment of its arbitrator by the other party, then the President,
Institution of Engineers; India, both in cases of the Foreign supplier
as well as Indian supplier, shall appoint the arbitrator. A certified
copy of the order of the President, Institution of Engineers; India,
making such an appointment shall be furnished to each of the parties.
100
101
(d) Arbitration proceedings shall be held at Kolkata India, and the
language of the arbitration proceedings and that of all documents and
communications between the parties shall be English.
(e) The decision of the majority of arbitrators shall be final and binding
upon both parties. The cost and expenses of Arbitration proceedings
will be paid as determined by the arbitral tribunal. However, the
expenses incurred by each party in connection with the preparation,
presentation etc. of its proceedings as also the fees and expenses paid
to the arbitrator appointed by such party or on its behalf shall be
borne by each party itself.
(f) Where the value of the contract is Rs. 10 million and below, the
disputes or differences arising shall be referred to the Sole Arbitrator.
The Sole Arbitrator should be appointed by agreement between the
parties; failing such agreement, by the appointing authority namely
the President, Institution of Engineers; India
(g) Except otherwise agreed to by the Parties, Arbitrators should give a
decision in writing within 120 days of receipt of notification of
dispute
GCC 12.1
The scope of supply for the Goods and Related Services to be supplied
shall be as specified below:
Scope of Supply shall be as indicated in clause no.2.01.00 & 2.03.00 of
Part-A,Volume-2 of Specification document no.14J01-003-SPC-VA-001.
Scope of Services shall be as indicated in clause nos.2.02.00, 2.04.00
&2.05.00 of Part-A, Volume-2 of Specification document no.14J01-003SPC-VA-001.
GCC 13.1
GCC 15.1
The prices charged for the Goods supplied and the related Services
performed shall not be adjustable.
GCC 16.1
101
102
For all the payments to be made, against Advance Bank guarantees, the
bank guarantee shall be issued by a Scheduled Indian Bank or a foreign
bank located in India in the format enclosed at Section VIII. The
guarantees issued by other banks should be confirmed by a Scheduled
Indian Bank or a foreign bank operating in India.
Advance Bank Guarantee of 10% of Contract Value has to be submitted
during Signing of Contract.
Bank guarantees for advance payment shall be released not later than 45
days after the date of completion of supply of the goods at their final
destination.
GCC 16.5
GCC 17
GCC 18.1
The payment-delay period after which the Purchaser shall pay interest to
the supplier shall be 30 days.
The interest rate that shall be applied is Nil.%.
In the case of Excise duty waiver, the purchaser will issue only the
certificates in terms of the Central Excise notification as per information
given by supplier in form at serial no.8 of Section VI only for Supplier
and first level subcontractor. Supplier is solely responsible for obtaining
such benefits and in case of failure to receive such benefits, the purchaser
will not compensate the supplier separately.
Performance Security to the Purchaser shall be for an amount of 10% of
the contract value, valid upto 60 days after the date of completion
schedule obligations including warranty obligations.
In the event of any correction of defects or replacement of defective
material during the warranty period, the warranty for the corrected/
replaced material shall be extended to a further period of 12 months and
the Performance Bank guarantee for proportionate value shall be extended
45 days over and above the extended warranty period.
GCC 18.3
GCC 18.4
Discharge of the performance Security shall take place not later than 120
days following the date of completion of the Suppliers performance
obligations, including the warranty obligation, under the contract.
102
103
GCC 18.5
103
Before GCC
21.1
104
Name of Sub contractor shall be included in The Appendix to the Contract
Agreement titled Goods and Relevant Services and List of Approved
Subcontractors. Supplier shall take approval of Purchaser before
engagement of Sub-contractor. Subcontractor must fulfill following
Minimum General Criteria for supply of goodsHe is a manufacturer, who regularly manufactures equipment of
the type specified and/or undertakes the type of work specified by
the Bidder and has adequate technical knowledge and relevant
experience.
He has adequate design, manufacturing and/or fabrication
capability and capacity available to perform the work properly and
expeditiously within the specified time period.
He has adequate financial stability and status to meet the financial
obligations pursuant to the Works.
He has established quality assurance systems and organization
designed to achieve high levels of equipment/system reliability,
both during his manufacturing and/or fabrication and field
installation activities (if required).
He should have track record of supplying similar equipment
applicable for similar service condition preferably in Coal Based
Thermal Power Plant.
for Installation Services He has an adequate project management organization covering the
areas related to engineering of equipment/systems, interface
engineering, procurement of equipments and the necessary field
services required for successful construction, testing and
commissioning of all the power plant equipments and systems
covered in the scope of work for this package
He has adequate fabrication capability and capacity available to
perform the work properly and expeditiously within the specified
time period.
He has adequate financial stability and status to meet the financial
obligations pursuant to the Works.
He has established quality assurance systems and organization
designed to achieve high levels of equipment/system reliability
during his field installation activities.
He should have track record of erection, commissioning and
testing of similar equipment applicable for similar service
condition preferably in Coal Based Thermal Power Plant.
104
105
GCC 23.2
GCC 24.1
GCC 25.1
The Supplier is required under the Contract to transport the Goods duly
insurred to the specified final destination, and all related costs shall be
included in the Contract Price.
GCC 26.1
The inspections and tests shall be as per provision mentioned in DOC. NO. :
GCC 26.2
GCC 27.1
The liquidated damage shall be: 0.5% of contract price per week or part
thereof.
GCC 27.1
After
GCC 27.1
105
14J01-003-SPC-VA-001
DOC. NO. :
14J01-003-SPC-VA-001
SPC-VA-001
14J01-003-
106
GCC
27.2 The Contractor guarantees that during the Guarantee Test, the Facilities
(New Clause)
and all parts thereof shall attain the Functional Guarantees specified in the
Appendix to the Contract Agreement titled Functional Guarantees, subject
to and upon the conditions therein specified.
If, for reasons attributable to the Contractor, the Functional Guarantees
specified in the Appendix to the Contract Agreement titled
Functional Guarantees, are not attained either in whole or in part, but
the minimum level of the Functional Guarantees specified in the said
Appendix: Functional Guarantees to the Contract Agreement is
met, the Contractor shall, at the Contractors option, either
(a)
The period of validity of the Warranty shall be: Same as given in GCC
18.4.
For purposes of the Warranty, the place(s) of final destination(s) shall be:
Bandel Thermal Power Station
GCC 28.5
GCC 31.1
106
107
GCC
36.2 The mode of contracting with the successful bidder is briefly indicated
Construction
below:
of Contract
In the case of successful Bidder, the award shall be made as
follows:
(i)
(ii)
Both contracts will contain a cross fall breach clause specifying that
breach of one will constitute breach of the other.
The award of contract of two separate contracts shall not in any way
dilute the responsibility of the Supplier for the successful completion of
the supply of goods and relevant services to be rendered as per
Specification on single source responsibility basis and a breach in one
Contract shall automatically be construed as a breach of the other
Contract(s) which will confer a right on the Purchaser to terminate the
other Contract(s) also at the risk and the cost of the Supplier.
It is our understanding that as per extant provisions, Indian Income Tax is
not payable on sale of goods, if the contract is on principal-to-principal
basis. The bidders are, however, advised to check the position from their
own sources.
107
108
Prices payable to the Supplier, as stated in the Contract, shall be subject to adjustment
during performance of the Contract to reflect changes in the cost of labor and material
components in accordance with the formula:
P1 = P0 [a + bL1 + cM1] - P0
L0
M0
a+b+c = 1
in which:
P1
P0
a
b
c
L0, L1
M0, M1
108
(a)
Price adjustment will be applied only if the resulting increase or decrease is more
than 3% of the contract price.
(b)
No price adjustment shall be allowed beyond the original delivery dates unless
specifically stated in the extension letter. As a rule, no price adjustment shall be
109
allowed for periods of delay for which the Supplier is entirely responsible. The
Purchaser will, however, be entitled to any decrease in the prices of the Goods
and Services subject to adjustment.
(c)
No price adjustment shall be payable on the portion of the Contract Price paid to
the Supplier as advance payment.
109
110
110
111
of
at
WHEREAS the Purchaser desires to engage the SUPPLIER for EXW supply of goods
including mandatory Spares and Design Services under the Contract termed as First
Contract required for complete execution of the Air conditioning system For Control
room & associated areas at Bandel TPS unit-5 using VAM Chillers along with the name
of the Project), and the SUPPLIER has agreed to such engagement upon and subject to the
terms and conditions herein after appearing.
NOW IT IS HEREBY AGREED as follows:
Article 1.
Contract Documents
1.1 Contract Documents (Reference GC Clause 2)
The following documents shall constitute the Contract between the Purchaser and the
SUPPLIER, and each shall be read and construed as an integral part of the Contract:
a. This Contract Agreement and the Appendices hereto
b. Notification of Award and acceptance letter of SUPPLIER
c. Special Conditions of contract
d. General Conditions of contract
e. Approved Design / Specification / Datasheet
f. Approved Drawings
g. Resolution of the Post Bid meeting with successful bidder
h. Letter of Bid and Price Schedules submitted by the SUPPLIER
i. Technical Requirements (including Schedule of Requirements and Technical
Specifications) stated in Doc. No.: 14J01-003-SPC-VA-001, Amendment /
Addenda - if any after Pre-Bid meeting)
j. Other completed bidding forms submitted with the Bid
k. Any other documents forming part of the Purchasers Requirements
l. Any other documents / correspondence with the successful bidder shall be
added here
111
112
1.2 Order of Precedence
In the event of any ambiguity or conflict between the Contract Documents listed above, the
order of precedence shall be the order in which the Contract Documents are listed in Article
1.1(Contract Documents) above.
1.3 Definitions (Reference GC Clause 1) Capitalized words and expressions used herein shall
have the same meanings as are ascribed to them in the General Conditions.
Article 2.
Contract Price and Terms of Payment
2.1 Contract Price (Reference GC Clause 15): The Purchaser hereby agrees to pay to the
SUPPLIER the Contract Price in consideration of the performance by the SUPPLIER of its
obligations hereunder. The Contract Price shall be the aggregate of: __________________,
_______________as specified in Price Schedule No. 13 (Goods(including Mandatory Spare
Parts) Supplied excluding Tax & Duties) and Schedule No. 3 (Design Services)
and_______________, _________________, less _________as specified in Schedule 4
(Buy-Back Price of existing equipment) or such other sums as may be determined in
accordance with the terms and conditions of the Contract.
2.2 Terms of Payment (Reference GC Clause 15): The terms and procedures of payment
according to which the Purchaser will reimburse the SUPPLIER are given in the Appendix
(Terms and Procedures of Payment) hereto.
The Payment shall be made through a bank transfer/ cheque.
Unless the amount payable under Schedule No. 1 is adjusted in accordance with GC 15 or in
the event of a Change in the Order in accordance with GC 33 or with any of the other terms
of the Contract, the Contract Price shall be a firm lump sum not subject to any alteration.
2.3
2.4 The Purchaser hereby covenants to pay the Supplier in consideration of the provision of
the Goods and Mandatory Spare Parts supplied and Design Services and the remedying of
defects therein, the Contract Price or such other sum as may become payable under the
provisions of the Contract at the times and in the manner prescribed by the Contract
Article 3.
Effective Date
Changes made as per ITB 41.1: Purchasers right to vary quantities at Time of Award
112
113
3.1 Effective Date (Reference GC Clause 1.1 (p) in SCC): The Effective Date from which the
Time for Completion of the Facilities shall be counted is the date when all of the following
conditions have been fulfilled:
(a) This Contract Agreement has been duly executed for and on behalf of the Purchaser and
the SUPPLIER;
Article 4
The Contract Agreement No. .. has also been made on the .. day
of .. 20., between the Purchaser and the SUPPLIER for providing all related
services as per Reference GC Clause 1.1 (k) in SCC i.e. inland transportation for delivery at
site, insurance, unloading, storage, handling at site, installation, Testing and Commissioning
including performance testing in respect of all the Goods and Mandatory Spare supplied
under the "First Contract" and any other services except design services included in the First
Contract specified in the Contract Documents termed as Second Contract required for
complete execution of the Air conditioning system For Control room & associated areas
at Bandel TPS unit-5, using VAM Chillers.
Notwithstanding the award of contract under two separate contracts in the aforesaid manner,
the SUPPLIER shall be overall responsible to ensure the execution of both the contracts to
achieve successful completion and taking over of the facilities by the Purchaser as per the
requirements stipulated in the Contract. It is expressly understood and agreed by the
SUPPLIER that any default or breach under the Second Contract shall automatically be
deemed as a default or breach of this First Contract also and vice-versa and any such breach
or occurrence or default giving the Purchaser a right to terminate the Second Contract either
in full or in part, and/or recover damages there under that Contract, shall give the Purchaser
an absolute right to terminate this Contract at the SUPPLIERs risk, cost and responsibility,
either in full or in part and /or recover damages under this First Contract as well. However,
such breach or default or occurrence in the Second Contract shall not automatically relieve
the SUPPLIER of any of its responsibility/ obligations under this First Contract. It is also
expressly understood and agreed by the SUPPLIER that the Goods and Mandatory Spare
supplied by the SUPPLIER under this First Contract when installed and commissioned by
the SUPPLIER under the Second Contract shall give satisfactory performance in
accordance with the provisions of the Contract.
Article 5.
Communications
5.1 The address of the Purchaser for notice purposes, pursuant to GC 4.1 is:
GM (M&C),
The West Bengal Power Development Corporation Limited
Street Address: Bidyut Unayan Bhavan,
Plot No. 3/C, LA Block, Sector-III, Salt Lake City
City: Kolkata
113
114
ZIP Code: 700098
Country: India
Telephone: (91) 33 2339 2621, (91) 33 2339 3624
Facsimile number: (91) 033 2339 3607
electronic mail address: dchowdhury@wbpdcl.co.in , pchatterjee@wbpdcl.co.in
5.2 The address of the SUPPLIER for notice purposes, pursuant to GC 8.1 is:
________________________.
Article 6.
Appendices
6.1 The Appendices listed in the attached List of Appendices shall be deemed to form an
integral part of this Contract Agreement.
6.2 Reference in the Contract to any Appendix shall mean the Appendices attached hereto,
and the Contract shall be read and construed accordingly.
IN WITNESS WHEREOF the Purchaser and the SUPPLIER have caused this Agreement to
be duly executed by their duly authorized representatives the day and year first above written.
Signed by, for and on behalf of the Purchaser
[Signature] ___________________________________________
[Title] ___________________________________________
in the presence of ___________________________________________
Signed by, for and on behalf of the SUPPLIER
[Signature] ___________________________________________
[Title] ___________________________________________
in the presence of ___________________________________________
114
115
APPENDICES
Appendix 1 Terms and Procedures of Payment
Appendix 2 Price Adjustment NOT APPLICABLE
Appendix 3 Insurance Requirements
Appendix 4 Delivery and Completion Schedule
Appendix 5 List of Goods and relevant Services and List of Approved
Subcontractors
Appendix 6 Scope of Works and Supply by the Purchaser
Appendix 7 List of Documents for Approval or Review
Appendix 8 Functional Guarantees
115
116
117
l. Any other documents / correspondence with the successful bidder shall be
added here
1.2 Order of Precedence
In the event of any ambiguity or conflict between the Contract Documents listed above, the
order of precedence shall be the order in which the Contract Documents are listed in
Article 1.1(Contract Documents) above.
1.3 Definitions (Reference GC Clause 1): Capitalized words and phrases used herein shall
have the same meanings as are ascribed to them in the General Conditions.
Article 2. Contract Price and Terms of Payment
2.1 Contract Price (Reference GC Clause 15): The Purchaser hereby agrees to pay
to the
SUPPLIER the Contract Price in consideration of the performance by the SUPPLIER of its
obligations hereunder. The Contract Price shall be the aggregate of: __________________,
_______________ as specified in Price Schedule No. 24 (Related services except Design
Services including Tax) and_______________, or such
other sums as may be determined
in accordance with the terms and conditions of the Contract.
2.2 Terms of Payment (Reference GC Clause 15): The terms and procedures of payment
according to which the Purchaser will reimburse the SUPPLIER are given in the Appendix
(Terms and Procedures of Payment) hereto.
The Payment shall be made through a bank transfer/ cheque.
Unless the amount payable under Schedule No. 2 is adjusted in accordance with GC 15 or in
the event of a Change in the Order in accordance with GC 33 or with any of the other terms
of the Contract, the Contract Price shall be a firm lump sum not subject to any alteration.
2.3
2.4 The Purchaser hereby covenants to pay the Supplier in consideration of the provision of
all related services except Design Services as per Reference GC Clause 1.1 (k) in SCC and
the remedying of defects therein, the Contract Price or such other sum as may become
payable under the provisions of the Contract at the times and in the manner prescribed by the
Contract.
Article 3.
Effective Date
Changes made as per ITB 41.1: Purchasers right to vary quantities at Time of Award
117
118
3.1 Effective Date (Reference GC Clause 1.1 (p) in SCC): The Effective Date from which the
Time for Completion of the Facilities shall be counted is the date when all of the following
conditions have been fulfilled:
(a) This Contract Agreement has been duly executed for and on behalf of the Purchaser and
the Contractor;
Article 4
The Contract Agreement No. .. has also been made on the .. day
of .. 20., between the Purchaser and the SUPPLIER For EXW supply of all
goods including mandatory Spares and Design Services under the Contract termed as First
Contract required for complete execution of the Air conditioning system For Control room
& associated areas at Bandel TPS unit-5, using VAM Chillers.
Notwithstanding the award of contract under two separate contracts in the aforesaid manner,
the SUPPLIER shall be overall responsible to ensure the execution of both the contracts to
achieve successful completion and taking over of the facilities by the Purchaser as per the
requirements stipulated in the Contract. It is expressly understood and agreed by the
SUPPLIER that any default or breach under the First Contract shall automatically be
deemed as a default or breach of this Second Contract also and vice-versa and any such
breach or occurrence or default giving the Purchaser a right to terminate the First Contract
either in full or in part, and/or recover damages there under that Contract, shall give the
Purchaser an absolute right to terminate this Contract at the SUPPLIERs risk, cost and
responsibility, either in full or in part and /or recover damages under this Second Contract
as well. However, such breach or default or occurrence in the First Contract shall not
automatically relieve the SUPPLIER of any of its responsibility/ obligations under this
Second Contract. It is also expressly understood and agreed by the SUPPLIER that the
Goods and Mandatory Spare supplied by the SUPPLIER under the First Contract when
installed and commissioned by the SUPPLIER under this Second Contract shall give
satisfactory performance in accordance with the provisions of the Contract.
Article 5.
Communications
5.1 The address of the Purchaser for notice purposes, pursuant to GC 4.1 is:
GM (M&C),
The West Bengal Power Development Corporation Limited
Street Address: Bidyut Unayan Bhavan,
Plot No. 3/C, LA Block, Sector-III, Salt Lake City
City: Kolkata
ZIP Code: 700098
Country: India
Telephone: (91) 33 2339 3624/3621
Facsimile number: (91) 033 23393607
Electronic mail address: dchowdhury@wbpdcl.co.in, pchatterjee@wbpdcl.co.in
118
119
5.2 The address of the SUPPLIER for notice purposes, pursuant to GC 8.1 is:
________________________.
Article 6.
Appendices
6.1 The Appendices listed in the attached List of Appendices shall be deemed to form an
integral part of this Contract Agreement.
6.2 Reference in the Contract to any Appendix shall mean the Appendices attached hereto,
and the Contract shall be read and construed accordingly.
IN WITNESS WHEREOF the Purchaser and the SUPPLIER have caused this Agreement to
be
duly executed by their duly authorized representatives the day and year first above
written.
Signed by, for and on behalf of the Purchaser
[Signature] ___________________________________________
[Title] ___________________________________________
in the presence of ___________________________________________
Signed by, for and on behalf of the SUPPLIER
[Signature] ___________________________________________
[Title] ___________________________________________
in the presence of ___________________________________________
APPENDICES
Appendix 1 Terms and Procedures of Payment
Appendix 2 Price Adjustment NOT APPLICABLE
Appendix 3 Insurance Requirements
Appendix 4 Delivery and Completion Schedule
Appendix 5 List of Goods and relevant Services and List of Approved
Subcontractors
Appendix 6 Scope of Works and Supply by the Purchaser
Appendix 7 List of Documents for Approval or Review
Appendix 8 Functional Guarantees
119
120
121
The payment of this installment shall be subject to further condition that the Supplier
has supplied to the Purchaser O&M Manual and has also furnished to the Purchaser
final as built drawings after completion of the project. All documents must be written
in English
In the event that the Purchaser fails to make any payment on its respective due date,
the Purchaser shall pay to the Supplier interest on amount of such delayed payment
at the rate of Zero percent(0%) per month for period of delay until payment has been
made in full.
Schedule No. 3. Design Services
In respect of design services, the following payments shall be made:
Ten percent (10%) of the total design services amount as an advance payment
against receipt of Original and two (2) copies of signed invoices, and an irrevocable
advance payment security for the equivalent amount made out in favor of the
Purchaser.
Eighty percent (80%) of the total or pro rata design services amount upon
acceptance of design accepted by Purchaser / Purchasers Consultant within fortyfive (45) days after receipt of Original and two (2) copies of signed invoices.
Balance Ten percent (10%) of the total amount after Purchasers acceptance
(Letter from Authorized Representative of BTPS Site) of the Suppliers goods and
related service, after Guarantee Test as per condition laid down in Appendix 8
within forty-five (45) days after receipt of Original and two (2) copies of signed
invoices.
The payment of this installment shall be subject to further condition that the
Supplier has supplied to the Purchaser O&M Manual and has also furnished to the
Purchaser final as built drawings after completion of the project. All documents
must be written in English.
Schedule No. 2. Related Services except Design Service as per Reference GC Clause
1.1 (k) in SCC
The following payments shall be made:
Ten percent (10%) of the total value of Related Services except Design Service
amount as an advance payment will be paid within thirty (30) days against receipt of
Original and two (2) copies of signed invoices, and an irrevocable advance payment
121
122
security for the equivalent amount made out in favor of the Purchaser. The advance
payment security may be reduced in proportion to the value of work performed by
the Supplier as evidenced by the invoices for installation services.
Seventy percent (70%) of the measured value of work performed (per agreed Billing
Break up Schedule) by the Supplier, as identified in the said Program of
Performance, during the preceding month alongwith applicable taxes & duties in full,
a)
122
123
b)
c)
d)
e)
123
124
Billing Break up Schedule / Revised Billing Break up Schedule along with
original and two copies of signed invoices.
Payment Terms for Taxes & Duties
All and any of applicable Taxes and Duties which shall be reimbursed by the Purchaser
under the Contract shall be reimbursed to the Supplier upon receipt of equipment/spares at
site and on production of satisfactory documentary evidence by the Supplier
b)
124
a)
125
Guarantee shall be extended by the period of such delay. Proforma of Bank
Guarantee is enclosed.
c)
d)
e)
f)
125
126
Bandel Thermal Power Station,
P.O: Tribeni, Dist. - Hooghly, Pin 712 503, West Bengal, India.
All the materials shall be dispatched to Bandel TPS consigned in the name of:
Senior Manager (S&P)
Bandel Thermal Power Station,
The West Bengal Power Development Corporation Limited
P.O: Tribeni, Dist. - Hooghly, Pin 712 503, West Bengal, India.
P.O: Tribeni, Dist. - Hooghly, Pin 712 503, West Bengal, India.
126
127
127
The price shall remain firm during the currency of the contract. Therefore no such price
adjustment formula shall be applicable.
128
Cargo Insurance
Covering loss or damage occurring, while in transit from the suppliers or
manufacturers works or stores until arrival at the Site, to the Facilities (including
spare parts therefore) and to the construction equipment to be provided by the
Supplier or its Subcontractors. This shall be open policy. Include Institute
replacement clause, special replacement clause (Air duty) and deferred unpacking
clause. Insurers right of subrogation against all parties (excluding carrier) waived.
Amount
Deductible
limits
110% of total 0.15 %
value
of Contract
schedule 1 in Amount
currency
of
contract
Parties
From
insured
of Supplier and Factory
Purchaser
To
Erection Site +
60 days
Documents required : i) Single carrying limit ii) mode of Transit iii) port despatch
and port arrival
(b)
Deductible
limits
110%
of 0.5
%
of
Contract price contract value
in currency of
contract
Parties
From
insured
Supplier and Commencem
Purchaser
ent of Project
To
End
of
schedule
date of expiry
of
the
Warranty
period
Documents required : i) Additional coverage ii) escalation iii) higher excess if
required iv) earth quake & Terrorism cover if any.
129
130
(c)
(d)
(e)
(f)
Deductible
limits
1.5 Nil
per
per
Parties
insured
Supplier
SubContractor
From
/ Commencem
ent of Project
To
End
of
schedule
date of expiry
of
the
Warranty
period
Note:
(a) The Purchaser shall be named as co-insured under all insurance policies
taken out by the Supplier pursuant to GC Sub-Clause 24, except for the Third
Party Liability, Workers Compensation and Purchasers Liability Insurances,
and the Suppliers Subcontractors shall be named as co-insureds under all
insurance policies taken out by the Supplier pursuant to GC Sub-Clause 24,
except for the Cargo, Workers Compensation and Purchasers Liability
130
131
Insurances. All insurers rights of subrogation against such co-insureds for
losses or claims arising out of the performance of the Contract shall be
waived under such policies.
(b)
(c) Any loss or damage to the plant and equipment during handling,
131
132
TIME SCHEDULE
As specified by Bidder in SCHEDULE VI WORK PROGRESS SCHEDULE
4.1.
This master network and the key milestone dates alongwith
Engineering Drawing and Data Submission Schedule, Quality Plan
shall also be discussed and finalised within 7 days of Contract
Agreement.
4.2.
After the signing of contract, the Supplier shall plan the
sequence of work of manufacturing and supply to meet the above
stated dates of successful completion of facilities and shall ensure all
work i.e., design, vendor selection, procurement of brought out items,
manufacturing, shop testing, inspection and shipment of the
equipment in accordance with the required construction/erection
sequence.
4.3.
As mentioned in Item 1 (d) under PAYMENT PROCEDURES of
Appendix 1[Terms and Procedures of Payment] the Supplier shall
submit two copies (one reproducible and one print) detailed PERT
Network to the Project Manager for his review and approval. This
detailed PERT Network (L2) shall be prepared based on the inputs
from the meeting mentioned in clause 4.3 of Appendix 4-Time
Schedules and shall show the logic and duration of the activities
covered in clause 4.4 of Appendix 4-Time Schedules.
4.4.
Detailed Manufacturing Programme - Detailed Manufacturing
PERT Network (L3) for all the manufacturing activities at
Supplier/sub- Contractors works shall also be furnished within 7 days
of Signing of Contract. The manufacturing network shall be supported
by detailed procurement programme for critical bought out item/raw
materials.
4.5.
Detailed Manufacturing PERT Network (L3) shall be updated by
the Supplier in the first week of every month or at a frequency
mutually agreed upon. The Supplier shall forward to the Project
Manager, copies of the Computer Initial run-Data for approval. Within
132
133
133
134
134
Approved Subcontractors/Manufacturers
Nationality
135
The following personnel, facilities, works and supplies will be provided/supplied by the
Purchaser, as mentioned in Cl. No. 3.00.00 in Part A of DOC. NO. : 14J01-003-SPC-VA-001
Personnel
Facilities
Works
Supplies
135
136
Approval
1.
2.
3.
B.
Review
1.
2.
3.
136
137
2.
General
This Appendix sets out
(a)
(b)
(c)
(d)
the formula for calculation of liquidated damages for failure to attain the
functional guarantees.
Preconditions
(a) The Supplier gives the functional guarantees (specified herein) for the
facilities, subject to the following preconditions being fully satisfied: All the
equipment supplied shall be shop tested prior to dispatch, as per guarantees
given by the bidder/ performance requirements stipulated according to
respective sections of the Vol-II (Technical specifications) and respective
codes and standards. The material/ equipment delivered shall accompany a
certificate of the shop tests carried out.
(b) All the tests which are to be carried out at site for the verification of the
test certificates including other routine commissioning tests shall be carried
out during commissioning at site.
(c) Tests to be carried out as specified in the respective sections of the Doc.
No.: 14J01-003-SPC-VA-001
3.
Functional Guarantees
(The values in the table below shall be inserted based on the functional
guarantees declared by successful bidder in Schedule II of Guaranteed
Datasheet of Doc. No.: 14J01-003-SPC-VA-001 at the time of contract signing)
Subject to compliance with the foregoing preconditions, the Supplier
guarantees as follows:
Required
functional Required Guaranteed Acceptable shortfall
Guarantees
parameter
limit with LD
1. Performance
of
Air Bidder to offer
conditioning Unit of VAM
2. Performance
of
Air Bidder to offer
conditioning Unit of PAC
137
5% of the guaranteed
value
5% of the guaranteed
value
138
4.
For all the other equipments for which functional guarantees are not specified
as above, Supplier has to supply the equipments as per certifications of the
Test carried out at the manufacturing shop as per the Test procedures
specified in Doc. No.: 14J01-003-SPC-VA-001 and witnessed and accepted by
the owners representative, which is covered by the replacement warrantee
as per provisions of clause no. Of Doc. No.: 14J01-003-SPC-VA-001.
Failure in Guarantees and Liquidated Damages
(a) If the functional guarantee parameters as specified in the offer in Schedule
II of Guaranteed Datasheet of Doc. No.: 14J01-003-SPC-VA-001 in pursuance
to the para 3 above are less than the guaranteed figure but are within the
acceptable shortfall limit with LD as specified in para 3 above and the
Supplier elects to pay liquidated damages to the Purchaser in lieu of making
changes, modifications and/or additions pursuant to GC New clause 27.2 in
SCC, then the Supplier shall pay liquidated damages at the rates indicated in
the table below.
Sl.
No.
1
2
Condition
of
performance Rate of Liquidated damages
shortfall
payable
Failure to attain Guaranteed @ Rs. 200000 per TR
Performance of Air conditioning
Unit of VAM
Failure to attain Guaranteed @ Rs. 200000 per TR
Performance of Air conditioning
Unit of PAC
Limitation of Liability
a) In case during the Performance Guarantee Test(s) it is found that
equipments / system has failed to meet the guarantees, the Supplier shall
carry out necessary modifications and or replacements to make the
equipment /system comply with the guaranteed requirements at no extra cost
to the owner and re-conduct the performance guarantee test(s) with the
owners consent. In case specified performance guarantee(s) are still not met
but are achieved within the shortfall limits as specified in para 3, owner will
accept the equipment / plant /system after levying liquidated damages as per
138
139
above table. The Suppliers aggregate liability to pay liquidated damages for
failure to attain the functional guarantees, within the acceptable shortfall limits,
shall not exceed ten percent (10 %) of the Contract price.
139
2. PERFORMANCE SECURITY
[The bank, as requested by the successful Bidder, shall fill in this form in accordance with the
instructions indicated]
Date: [insert date (as day, month, and year) of Bid Submission]
ICB No. and title: [insert no. and title of bidding process]
Banks Branch or Office: [insert complete name of Guarantor]
Beneficiary: [insert complete name of Purchaser]
PERFORMANCE GUARANTEE No.:
We have been informed that [insert complete name of Supplier] (hereinafter called "the
Supplier") has entered into Contract No. [insert number] dated [insert day and month], [insert
year] with you, for the supply of [description of Goods and related Services] (hereinafter called
"the Contract").
Furthermore, we understand that, according to the conditions of the Contract, a Performance
Guarantee is required.
At the request of the Supplier, we hereby irrevocably undertake to pay you any sum(s) not
exceeding [insert amount(s6) in figures and words] upon receipt by us of your first demand in
writing declaring the Supplier to be in default under the Contract, without cavil or argument, or
your needing to prove or to show grounds or reasons for your demand or the sum specified
therein.
This Guarantee shall expire no later than the [insert number] day of [insert month] [insert
year],7 and any demand for payment under it must be received by us at this office on or before
that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458,
except that subparagraph (ii) of Sub-article 20(a) is hereby excluded.
[signatures of authorized representatives of the bank and the Supplier]
The Bank shall insert the amount(s) specified in the SCC and denominated, as specified in the SCC, either in
the currency(ies) of the Contract or a freely convertible currency acceptable to the Purchaser.
Dates established in accordance with Clause 17.4 of the General Conditions of Contract (GCC), taking into
account any warranty obligations of the Supplier under Clause 15.2 of the GCC intended to be secured by a
partial Performance Guarantee. The Purchaser should note that in the event of an extension of the time to
perform the Contract, the Purchaser would need to request an extension of this Guarantee from the Bank. Such
request must be in writing and must be made prior to the expiration date established in the Guarantee. In
preparing this Guarantee, the Purchaser might consider adding the following text to the Form, at the end of the
penultimate paragraph: We agree to a one-time extension of this Guarantee for a period not to exceed [six
months] [one year], in response to the Purchasers written request for such extension, such request to be
presented to us before the expiry of the Guarantee.
140
141
Notes:
8
The bank shall insert the amount(s) specified in the SCC and denominated, as specified in the SCC, either in the
currency(ies) of the Contract or a freely convertible currency acceptable to the Purchaser.
Insert the Delivery date stipulated in the Contract Delivery Schedule. The Purchaser should note that in the event
of an extension of the time to perform the Contract, the Purchaser would need to request an extension of this
Guarantee from the bank. Such request must be in writing and must be made prior to the expiration date
established in the Guarantee. In preparing this Guarantee, the Purchaser might consider adding the following
text to the Form, at the end of the penultimate paragraph: We agree to a one-time extension of this
Guarantee for a period not to exceed [six months][one year], in response to the Purchasers written request
for such extension, such request to be presented to us before the expiry of the Guarantee.
141
142
1.
2.
142
The most current listing of eligible countries can be viewed on the Public Information Centers Web page at:
http://www.worldbank.org/html/pic/PROCURE.html. A list of firms debarred from participating in World Bank projects is
available at: http://www.worldbank.org/html/opr/procure/debarr.html.
Any questions regarding this list should be addressed to the Senior Manager, Procurement Policy and Services Group,
Operational Core Services Network, The World Bank
Volume 2
Technical Specification
Document No.14J01-003-SPC-VA-001
CLIENT
DOCUMENT TITLE
DOCUMENT NO.
14J01-003-SPC-VA-001
REV. NO.
DCPL-14J01
02-07-14
0
REV.
NO.
26-05-14
DATE
DESCRIPTION
(PR)
(DKR)
(KB)
PREP. BY
REVW. BY
APPRVD BY
SIGN.(INITIAL) SIGN.(INITIAL) SIGN.(INITIAL)
CONSULTING ENGINEERS
24 PARK STREET, KOLKATA-700 016
PHONE (91) 33 2226 6478; 2226 7601, 2249 7603/7605/7609/7612
Fax: (91) 33 2249-2340 / 3338 / 2897
E-mail: dcl@dclgroup.com
Website: www.developmentconsultants.org
Technical Specification
CONTENTS
VOLUME-2
TECHNICAL SPECIFICATION
PART A
SPECIFIC REQUIREMENT
PART B
PART C
SCHEDULES
SCHEDULE - I
SCHEDULE - II
SCHEDULE - IIIA
SCHEDULE - IIIB
SCHEDULE - IV A
SCHEDULE - IV B
SCHEDULE - V
SCHEDULE - VI
SCHEDULE VII
SCHEDULE - VIII
SCHEDULE - IX
DECLARATION SHEET
ATTACHMENT
TABLES
TABLE I
TENDER DRAWINGS
Page 142
TECHNICAL SPECIFICATION
VOLUME-2
PART-A
SPECIFIC REQUIREMENT
PART - A
PAGE 143
TECHNICAL SPECIFICATION
PART- A
SPECIFIC REQUIREMENT
INDEX
SL NO.
DESCRIPTION
1.00.00
INTENT OF SPECIFICATION
2.00.00
3.00.00
4.00.00
GENERAL INFORMATION
5.00.00
6.00.00
7.00.00
COMPLETION TIME
PART - A
PAGE 144
TECHNICAL SPECIFICATION
PART- A
SPECIFIC REQUIREMENT
1.00.00
INTENT OF SPECIFICATION
1.01.00
1.02.00
This specification also includes the supply of start up & commissioning spares, mandatory
spares and recommended spares for reliable operation of the plant for three (3) years as
specified and special tools and tackle required, if any.
1.03.00
The contractor shall have full responsibility for the complete installation of the plant and
shall execute the whole and every part of the work in the most substantial and workman like
manner and handover the plant to Bandel Thermal Power Station under West Bengal Power
Developement Corporation Ltd. (WBPDCL) in satisfactory working condition after successful
commissioning and performance guarantee test. In course of discharge of this obligation
under the terms of this contract, contractor shall provide / perform all services within the
contract price.
The contractor shall be responsible for the technical soundness of the equipment and
service(s) rendered by them. In the event of any deficiency in design, manufacture, erection
/ construction, etc., the contractor shall re-design / modify the same at no extra cost to
WBPDCL within such time as may be reasonably necessary for the purpose. In case
Contractor fails to do so within a reasonable period, WBPDCL may on giving 15 days notice
in writing of WBPDCLs intention to do so, proceed to re-work / modify the same by
engaging other agencies at Contractors cost which shall be without prejudice to WBPDCL's
right to claim damage suffered by WBPDCL for the reason of such defects and / or
deficiencies.
1.04.00
Any additional plant, equipment, material, services which are not specifically mentioned
here, but are required to make the system complete in every respect in accordance with the
intent and technical specification and for safe and trouble-free operation and guaranteed
performance, shall be deemed to be covered under the scope of the Bidder at no extra cost
unless otherwise specially excluded elsewhere.
1.05.00
The Contractor shall prepare detailed layout drawings based on the preliminary drawings
supplied by WBPDCL. The Contractor shall get these drawings and documents approved by
WBPDCL/ their Consultants.
2.00.00
2.01.00
Equipment
2.01.01
The list of Air Conditioning Equipment and accessories to be provided for the renovation AC
areas of Unit-5 are listed below:
PART - A
PAGE 145
TECHNICAL SPECIFICATION
Sl
No.
1.
Equipment
No.
VACH-1
Item
Vapour
Absorption
Chiller Unit
Application
/Location
Quantity
Brief Specification
Serving to the
Control Room,
Control Equipment
Room, Computer
Room, UPS Room &
Shift Engineers
Room.
1 no.
(Running)
Vapour Absorption
Chiller Unit located
in the AC Plant
Room at EL. (+)
14.0M.
Accessories &
Piping for
Vapour
Absorption
Chiller Unit
Lot
PART - A
PAGE 146
TECHNICAL SPECIFICATION
Sl
No.
Equipment
No.
Item
Application
/Location
Quantity
Brief Specification
3.
PAC(W)-1 to
3
Water
Cooled
Precision Air
conditioner
with Chilled
Water
Cooling Coil
Serving to the
Control Room,
Control Equipment
Room, Computer
Room, UPS Room &
Shift Engineers
Room.
3 Nos.
(3R)
Water cooled
Precision type Air
Conditioners
located in the AC
Plant Room at EL.
(+) 14.0M.
: 20 TR
PART - A
: 15000 CMH
PAGE 147
TECHNICAL SPECIFICATION
Sl
No.
Equipment
No.
Item
Application
/Location
Quantity
Brief Specification
4.
CHP-1
CHP-2
Chilled
Water Pump
Sets.
Located in the AC
Plant Room at EL.
(+) 13.5M.
2Nos.
(1R+1S)
: 20 mmWG
5.
CWP-1
CWP-2
Condenser
Water Pump
Sets.
Located in the AC
Plant Room at EL.
(+) 14.0M.
2Nos.
(1R+1S)
Pump
PART - A
PAGE 148
TECHNICAL SPECIFICATION
Sl
No.
Equipment
No.
Item
Application
/Location
Quantity
Brief Specification
phase, 50Hz
5% AC Supply.
CT-1
CT-2
Cooling
Tower
Located
at
Building roof
(+) 35.0M.
TG
EL.
2Nos.
(1R+1S)
7.
Piping
Auxiliaries
&
PAGE 149
TECHNICAL SPECIFICATION
Sl
No.
Equipment
No.
Item
Application
/Location
Quantity
Brief Specification
WTE-1
Non
Chemical
Water
Treatment
Equipment
1 No.
9.
ET-1
Expansion
Tank
Located
Building
at
roof
TG
EL.
1 No.
PART - A
TECHNICAL SPECIFICATION
Sl
No.
Equipment
No.
Item
Application
/Location
Quantity
(+) 35.0M.
10.
11.
Fresh
system
EF-1
air
Smoke
exhaust
system
Located in the AC
Plant Room at EL.
(+) 13.5M.
Brief Specification
1 No.
: 10000 CMH
Ducting with
Insulation
a) PAC units to
main header
connection
located in the
PAC room
i)
b) Smoke exhaust
system
ii)
To be calculated by the
Bidder as per tender
drawing.
PART - A
PAGE 151
TECHNICAL SPECIFICATION
Sl
No.
Equipment
No.
Item
Application
/Location
Quantity
Brief Specification
SL No.
2.01.02
I.
MCC cum PDB cum Control Panel, PDB, LPBS, Cabling and Grounding:
Name
A.
i)
Quantity
Specification
PART - A
PAGE 152
TECHNICAL SPECIFICATION
ii)
Local
Push
Stations (LPBS)
Button
B.
i)
As required between:
a)
b)
c)
ii)
Control &
Instrumentation Cabling
including cable trays and
racks.
As required between :
a)
10 Sq. mm.
: 2.5 Sq. mm.
Aluminium:
Copper
PART - A
Cables
1 or 2
1-3/C
3 or 4
1-5/C
5 or 6
1-7/C
7 or 8
1-9/C
9 or 10
1-12/C
11, 12 or 13
1-15/C
PAGE 153
TECHNICAL SPECIFICATION
1-20/C
Grounding
motors,
equipment
of all
panels
drive
&
Lot
iv)
Other Electricals
II.
III.
Any other electrical as required for complete Airconditioning system shall be in Bidders scope.
Drive Motors
i)
Motors shall be supplied with mounting and coupling hardwares such as base plate,
coupling, coupling guard, anchor bolts and nuts, all hardware etc.
ii)
Design ambient temperature of all motors for air conditioning system shall be 50C.
iii)
Motors shall have class F insulation but the temperature rise shall be limited to that of
class B over an ambient temperature of 50C.
iv)
Motors for smoke exhaust fan shall have class F insulation but the temperature rise
shall be limited to that of class H over an ambient temperature of 50C.
v)
The motor nameplate kilowatt rating multiplied by the motor nameplate service factor
shall be at least 15% greater than the driven equipment operating range maximum
brake kilowatt.
vi)
Motors rated 30 KW and above shall be provided with space heater suitable for 240 V,
50 Hz, 1 Ph. AC.
vii)
Motors rated below 250 watts shall be suitable for 240 V, 50 Hz, 1 Ph. AC. Motors
rated 250 watts and up to 160 KW shall be suitable for 415V 10%, 3-Phase,
50Hz 5% AC.
viii)
All motor enclosures shall conform to the degree of protection IP-55 unless otherwise
specified. Motor for outdoor or semi-outdoor service shall be of weather proof
construction.
Annunciation System
Annunciation systems shall be provided in the 415V Air Conditioning MCC cum PDB cum
Control Panel to be located in the Plant room.
Each Visual Annunciation (Run-Trip-OFF) shall be provided for all AC plant drives, Cooling
Tower fan motors and Precision Air Conditioners etc, as indicated below.
A Hooter common for any malfunction of the AC systems shall also be provided for audio
annunciation.
Apart from the RUN- OFF annunciation the following Trip annunciation shall be provided.
PART - A
PAGE 154
TECHNICAL SPECIFICATION
a)
b)
c)
d)
e)
f)
g)
h)
2.01.03
Other Ancillaries
a)
Providing of all matching flanges, connecting flanges, valves and other fittings, bolts, nuts,
gaskets, packing, pipe hangers, support / thrust block etc. as needed for complete erection
and commissioning of the system shall be provided.
b)
Providing of base plate and foundation plates including anchor bolts, nuts, lose fittings etc.
for equipment and as would be necessary for erection and complete anchoring of steel
materials for the pipes, hangers and supports for PAC units and other equipment.
c)
d)
All Mandatory spare parts as per specification and Recommended Spare Parts for three (3)
years trouble free operation and maintenance. Spare parts required for start-up and
commissioning shall also be included.
e)
Supply of special tools and tackles including toolbox as required for operation, maintenance
and overhauling of the system.
2.02.00
2.02.01
Design and engineering of the entire system including submission of drawings, design
calculations, data, test reports/ certificates, data, instruction (Operation and Maintenance)
manuals, and performance curves as required by the Consultant / Client.
2.02.02
2.02.03
2.02.04
2.02.05
Transportation to site, unloading at site, transportation from unloading point to site store
and from store to erection site, storing at site, complete work of erection, final painting as
per approved colour scheme of the Purchaser, trial run, commissioning, performance
PART - A
PAGE 155
TECHNICAL SPECIFICATION
guarantee testing at site and finally handing over to the Purchaser to their entire
satisfaction.
2.02.06
Minor cutting and Making good of holes on floors/walls and roofs kept by the Purchaser for
routing of the system piping / ducting / cabling.
2.02.07
2.02.08
Cable Schedule
Preparation of cable schedule and interconnection diagrams and submission of the same
shall be done for approval of the Purchaser/Consultant. Cable laying shall be started after
getting approval for the cable schedule and interconnection diagrams. Separate cables for
each type of following services / functions as applicable shall be used and laid along the run
for each feeder.
a)
b)
c)
d)
e)
f)
g)
h)
2.02.09
Power
Control, interlock and indication
Metering and measuring
Alarm and annunciation
C.T. Cables
V.T. Cables
Motor space heater cable
Cables for motorized fire dampers
The write-up shall clearly indicate the following for the drives and equipment:
II.
Control scheme drawings shall have to be submitted by the Bidder only after the Logic writeups are approved by Purchaser/Consultant.
PART - A
PAGE 156
TECHNICAL SPECIFICATION
2.02.10
Bidder shall furnish technical particulars of all equipment, drives and components along with
his bid. Bidder shall also furnish the technical leaflets / catalogues for the equipment to be
supplied by him.
b)
Bidder shall furnish control scheme, GA drawing, control write-up, electrical equipment
layout for all equipment after award of contract. However, an indicative layout showing the
dimensions shall be furnished in the bid.
c)
Bidder shall furnish comprehensive List of makes of all Drive motors, equipment with their
components, termination accessories etc. in his offer. Reputed makes of proven quality will
be acceptable. The word equivalent / reputed make are not acceptable. The make of various
equipment / items shall be finally subject to approval by Purchaser/Consultant after award of
contract without any delivery / commercial implications to Purchaser.
d)
e)
Cable tray layout drawings or equipment located within the boundary limits of plant supplied
by vendor.
f)
Supply and installation machine integral starter if any, special drives if any, and control panel
with protections and safety interlocks built in with the machine as required for the Plant as
described are in bidders scope.
2.03.00
Above clauses specify the equipment for general guidance only. Any other equipment and /
or material necessary to ensure safe and satisfactory erection, commissioning and operation
of the plant shall also be included in the scope of the Bidder.
2.04.00
Preparation and submission of "AS-BUILT" drawings in required no. of sets along with soft
copy in two CDs for the plant/system/sub- system/equipment/ material as erected and
installed at site incorporating change or modifications in the executed works.
2.05.00
Bidder is to quote for dismantling of the existing AC system and equipment for the
Control room areas and to quote for a buy-back value for the existing equipment as listed
below:
Item
No.
Description
Quantity
(40 TR)
Lot
MCC
PART - A
PAGE 157
TECHNICAL SPECIFICATION
3.00.00
b)
c)
Floor Drains.
d)
e)
Open space for storage, where the contractor may construct his lockable store.
f)
Clarified make up water supply within 10 M distance from the Cooling Towers,
Expansion tank and Precision Air Conditioners terminated with gate valves.
g)
Steam shall be tapped from Unit # 5 BAS (Boiler Auxiliary Steam) Line after existing
isolating valve (Ref. Drawing No. 14J01-003-DWG-VA-003) at 4.5M Level. Bidder to
provide isolating valve at both end, i.e., after existing isolating valve and before
entering PRDS at 14 mtr. Steam will be available at a temperature of 3500C (Max.)
and at a Pressure of 16 Kg/Cm2 (Max.) from BAS Line.
h)
Instrument air at a pressure of 6 Kg/Cm (Max.) for operating Steam control valve
will be available at EL+9.0 M.
i)
Floor/ Wall drain points in AC Plant Room and drain point at roof at EL.35.0M
j)
k)
Main earthing station and the risers for connection of bidders drives devices &
equipment to be made available at a distance not exceeding 5M from all equipment.
l)
m)
n)
o)
p)
Cabling for transmitting the sense from smoke detectors to zone fire panel and from
zone fire panels to MCC cum PDB cum Control panel.
q)
4.00.00
GENERAL INFORMATION
4.01.00
THE PROJECT
West Bengal Power Development Corporation Ltd. has taken up a renovation activity for the
Control Room, Control Equipment Room, Shift engineers Room Computer Room, UPS room
of Unit-5 by replacing old control panels with modern DCS.
PART - A
PAGE 158
TECHNICAL SPECIFICATION
The Bandel Thermal Power Station (BTPS) site is located on the western bank of Bhagirathi
River. The Bandel Thermal Power Station (BTPS) is just 1 KM from Assam road and 3 KM
from GT road, NH-2. Nearest Railway station is Tribeni (at walking distance) on the BandelKatwa-Azimgunj line under Eastern railway.
4.02.00
ENVIRONMENTAL CONDITIONS
Equipment under the scope of this specification shall be suitable for continuous trouble free
operation based on the Design Parameters for Calculating Cooling Load as specified in
TableI of ATTACHMENT.
4.03.00
UTILITIES AVAILABLE
4.03.01
4.03.02
Clarified water for air-conditioning system within 10 M from the Cooling Tower, Expansion
tank and 10m from the PAC Units for Humidifier make-up.
4.03.03
Construction Power with the characteristics of 415V, 3 Ph, 50 Hz, at a single specific point.
Bidder has to extend the construction power line from terminal point up to his convenient
location as per IE and all safety rules.
4.03.04
4.03.05
4.03.06
4.03.07
4.04.00
All equipment packages to be supplied under this Specification shall meet the requirements
(both by weight and dimension) for inland road transportation to site.
4.05.00
The Bidder should acquaint himself with the conditions, approaches, availability of material,
camping facilities for his labour force, statutory requirements, customs formalities,
transportation facilities and all other relevant information required for bidding before
submitting the bid.
4.06.00
SYSTEM DESCRIPTION
4.06.01
The Central Air Conditioning Plant will cater to the following areas:
(a)
(b)
(c)
(d)
(e)
Control Room
Shift Engineers Room
Computer Room
Control Equipment
UPS room
1 No. Pressure reducing & De-Superheating station (PRDS) with 2 Nos. (1R+1S)
Plunger Pumps.
3 Nos. (3R) Water Cooled Precision Air Conditioners with Chilled water Cooling Coil.
PART - A
PAGE 159
TECHNICAL SPECIFICATION
Air distribution system like ducting (portion in the PAC room), isolating dampers, Fire
dampers, flexible connection etc.
Necessary electrical equipment like MCC cum PDB cum Control panel, Start/Stop
(Lockable) push-button stations, power & control cabling, grounding etc.
The condenser cooling water shall be circulated through the Condensers of VAM, Precision
AC units and Cooling Towers by means of centrifugal type Condenser Water Pump sets
through non chemical water treatment equipment.
The chilled water produced by the VAM unit shall be circulated to the Chilled water coil of
the Precision AC Units by Chilled Water Pump sets. The flow of chilled water through the
cooling coil will be controlled by means of a motorized 3-way mixing valve provided with the
cooling coil outlet. Such control valve will operate with the sense of the modulating
thermostat placed in the RA path through MCC cum PDB cum Control panel. When VAM is
failure the D-X type cooling coil of Precision AC units is on operation.
The conditioned air from PAC Units is distributed to the areas being air conditioned, through
a network of galvanized sheet steel ducting (Air distribution ducting with SA grilles,and RA
grilles etc inside the Control room areas and thermal insulation for entire SA Ducting shall be
provided by the Purchaser) and acoustic insulation (6M from the outlet of PACs) of ducting,
flexible connection and isolating dampers. The return air is collected over the False Ceiling
through return air gap between false ceiling & wall and led back to the PAC room.
Fresh air will be inducted in the PAC room through the wall opening and volume control
damper.
Smoke Evacuation system consisting of smoke exhaust fan with motorized isolation damper,
gravity louver, ducting and exhaust cowl shall be suitably provided on the PAC room wall for
Control room areas. Such Smoke Exhaust fans shall be suitable to handle hot gas at a
temperature of 400 Deg C for 2 hours.
4.07.00
CONTROL PHILOSOPHY
4.07.01
The Central chilled water air conditioning plant shall operate with 1x100% (normally
working) Vapour Absorption Machine, 3 x 33.3% capacity (3R) Water Cooled Precision Air
Conditioners (with chilled water coil), 2 x 100% capacity (1R+1S) Chilled water pumps, 2 x
100% capacity (1R+1S) Condenser water pumps, 2 x 100% capacity (1R+1S) induced draftcooling towers.
All the equipment of this system (except VAM, Precision Air Conditioners) shall be operated
and controlled from the MCC cum PDB cum Control Panel located in the AC plant room. This
MCC cum PDB cum Control Panel also feed power to Smoke Exhaust fan, motorized isolating
damper and Fire damper motors. Furthermore cooling tower fans shall also be operated
from their individual local Push-button stations.
The Vapour Absorption Machine and Water Cooled Precision Air Conditioners shall be
operated and controlled from the respective unit mounted microprocessor based control
PART - A
PAGE 160
TECHNICAL SPECIFICATION
console. However, status monitoring of Vapour Absorption Machine and Precision Air
Conditioners shall be done from this central MCC cum PDB cum Control panel.
On-Off-Trip indications for all the drives and electric heaters for Precision Air Conditioners
and PAC units as applicable shall be provided at the unit mounted microprocessor based
control console.
On-Off-Trip indications for all the Vapour Absorption Machine, Plunger Pumps, Condensate
transfer pumps, Precision Air Conditioners, CHW pumps, CW pumps, Cooling Tower Fans,
Smoke Exhaust fan Fire Dampers through Position Indicator swith built-in with the Fire
damper shall be provided in the MCC cum PDB cum Control Panel.
The chilled water / D-X system shall be provided with the following safety & operating
controls:
(i)
(ii)
Operating Control:
When the VAM is operating, room temperature will be controled with the
help of EC motor of he Evaporator fan and modulating 3-way chilled water
flow regulating valve with the chilled water type cooling coil of Precision AC
units getting sense from the modulating thermostat / temperature sensor
placed in the return air path of the Precision Air Conditioners.
Chilled water temp. Control based on the room load with the help of
operating thermostat and controlling steam control valve of VAM through the
built-in Microprocessor based control panel of VAM.
Room RH control with the help of humidifiers and re-heaters getting sense
from the room humidistats/ RH sensor placed in the return air path of the
Precision Air Conditioners.
Safety Control:
Cutout due to low flow of chilled water & condenser water by flow
switches.
PART - A
Applicable for
Precision AC Units
PAGE 161
TECHNICAL SPECIFICATION
(iii)
Interlocks:
The system components shall be interlocked with one another in the following way:
The VAM / Precision AC units shall not start unless:
The electric strip heater shall not be energized unless the respective evaporator
fans are running. The Strip heaters will trip with the help of thermostat in case the
temperature of air at the downstream side of the heaters exceeds a pre-determined
value.
All the above Interlocking shall be actuated through the MCC cum PDB cum Control
Panel and Built-in Control panel of VAM / Precision Air conditioners as applicable.
Provision for one common audio annunciation for any kind of malfunctioning in AC
plant shall be kept through a hooter located in the MCC cum PDB cum Control
Panel.
5.00.00
5.01.00
The bidder shall confirm his guarantee for the performance of the complete Air
conditioning system in respect of maintaining the inside conditions as specified. (Ref. TableI: Design Parameters For Calculating Cooling Load). The Bidder shall also confirm his
guarantee against the performance of each equipment as specified and as rated over
specification.
5.02.00
The bidder shall satisfy himself regarding the refrigeration capacity required for the air
conditioning plants for maintaining the end conditions as specified, before submitting their
offer, based on the design parameters for calculating cooling load specified in Table-I.
5.03.00
Bidder shall also indicate the total power consumption for the complete Air Conditioning
System considering the complete scope of supply / work as specified in Part-A "Specific
Requirement" and confirm his guarantee against the same.
5.04.00
Material of construction shall conform to the General Design and Construction requirement
(Part-B of Volume-2) and the relevant codes and standards as mentioned below.
5.05.00
PART - A
PAGE 162
TECHNICAL SPECIFICATION
Specification
IS-659: 1964
IS-660: 1963 / ASHRAE Std 15 /
ANSI-8-9.1
6.00.00
6.01.00
Only Bidders who have proven experience in design, manufacture, supply, erection, testing
and commissioning of similar capacity plants, (which are in operation for more than two
years on the date of submission of the bid) and fulfill the following requirements need quote
against this specification.
The Bidder shall establish in his Bid that he has designed, manufactured, supplied, erected,
tested and commissioned at least two (2) Air Conditioning Systems of similar capacity
(around 75 TR) & type (AC with VAM) as being asked for & offered for this project. Such
systems should have been in successful commercial operation for a minimum period of two
(2) years on the date set for opening of Bid.
PART - A
PAGE 163
TECHNICAL SPECIFICATION
6.02.00
As an evidence of the qualification requirement the Bidder shall submit in his bid the
relevant information such as following:
a)
b)
Name of Purchaser
c)
d)
Capacity of Plant.
e)
f)
g)
h)
Completion & Performance Certificate from Purchaser stating that the plant is in
operation for at least two (2) years.
6.03.00
Not withstanding anything stated above, the Purchaser reserves the right to assess the
Bidder's capability and capacity to perform and to relax the qualifying requirements, if
necessary, in the light of overall interest of the Project.
7.00.00
COMPLETION TIME
7.01.00
Delivery, erection, testing and commissioning of all the equipment and system covered
under this specification shall be so scheduled as to ensure the commissioning of the entire
system and hand over of the plant in operation condition within four (4) months from the
date of order to the Contractor.
7.02.00
Above scheduling should be done taking into account the time for approval of drawings and
design by purchaser / consultant.
7.03.00
The Bidder shall guarantee the delivery and commissioning dates subject to L.D. Clause as
per the Conditions of Contract. The Bidder shall guarantee the delivery dates by filling up the
relevant proposal particulars (Schedule-VI in page 226).
7.04.00
N.B.
Performance Guarantee Test shall be conducted in the next available summer season.
In case any discrepancy is found between technical requirements of this section
and those mentioned in other sections of14J01-003-SPC-VA-001, stipulations of
this section shall supersede.
PART - A
PAGE 164
TECHNICAL SPECIFICATION
PART-B
GENERAL DESIGN AND CONSTRUCTIONAL REQUIREMENT
PART-B
PAGE 165
TECHNICAL SPECIFICATION
PART-B
GENERAL DESIGN AND CONSTRUCTIONALREQUIREMENT
INDEX
SL NO.
DESCRIPTION
1.00.00
2.00.00
3.00.00
SPECIAL TOOLS
4.00.00
SPARE PARTS
5.00.00
6.00.00
FIELD TEST
7.00.00
8.00.00
9.00.00
10.00.00
11.00.00
12.00.00
SPECIAL NOTES
PART-B
PAGE 166
TECHNICAL SPECIFICATION
PART-B
GENERAL DESIGN AND CONSTRUCTIONAL REQUIREMENT
1.00.00
1.01.00
The tenderer shall refer only to those of the following clauses which are applicable
for this particular project as detailed in SPECIFIC REQUIREMENT, Volume 2,
PART- A of this specification. The clauses, which are not applicable for this project,
shall be ignored.
2.00.00
2.01.00
General
2.01.01
All the equipment shall be capable of withstanding the stresses which may be
experienced during normal operation and test.
2.01.02
All the equipment shall be heavy-duty type suitable for installation in heavy
industries and long period of uninterrupted service.
2.01.03
All the equipment shall be designed to permit inter-changeability of parts and ease
of access during inspection, maintenance, installation and repair of various parts.
2.01.04
2.01.05
2.01.06
Proposals for repair or any similar operations involving the plugging, welding,
boring or addition of metal to the original castings shall be submitted to the
Purchaser / Consulting Engineer and approval shall be received before any such
work is carried out. Drawing showing details and locations of such modifications
shall be submitted to the Purchaser / Consulting Engineer for his records.
2.01.07
All materials used shall conform to the specification and shall be new and first class
in all respects.
2.01.08
Anchor bolts, nuts and seating steelwork shall be supplied with the equipment.
Only hexagonal nuts shall be used for holding down the equipment, with proper
lock nuts. All bolt holes shall be spot faced for nuts. In specific cases where it is
not necessary spot facing may be omitted.
2.01.09
Casting and welding shall conform to their respective specifications and shall be
free from flaws and objectionable imperfections, machined true and in a
workmanlike manner.
2.01.10
The separate pieces of equipment shall be marked with unit number as specified in
Tables. The assembly drawing shall indicate part number of each equipment and
unit number for easy correlation.
PART-B
PAGE 167
TECHNICAL SPECIFICATION
2.01.11
2.02.00
The vapour absorption machine shall be steam fired, packaged, factory assembled
and tested and shall be complete in all respects. The steam required for the units
shall be tapped off from the auxiliary steam header or from any other suitable
location in such a way that even when any of the unit is under shutdown, operation
of the unit shall not be jeopardized. It shall consist of high temperature generator,
low temperature generator / condenser assembly, evaporator / absorber assembly
with eliminators, regenerative heat exchangers, purge recovery unit, absorbent
pump, refrigerant pump. All interconnecting piping, valves and other accessories,
micro processor based control panel incorporating controls safety & interlocks,
required charge of lithium bromide solution and refrigerant for all the units and
structural mounting base for all components etc.
b)
High Temperature Generator shall consist of tube of Stainless Steel and shall be
supported properly in the shell and complete with required accessories and safety
devices. The tube sheet shall be made of SS316L. The shell shall be fabricated from
MS Plate as per IS 2062 and of welded construction.
c)
d)
Evaporator cum Absorber shall be complete in all respects with necessary supports
and accessories housed in common fabricated carbon steel shell but with separate
compartments for each section, separate tube boundless fitted in the respective
tube sheets. Tube sheet shall be made of MS plate as IS 2062. The evaporator and
absorber tubes shall be of high quality seamless copper to ensure total leak proof
construction under the high working vacuum of the system. Method of construction
shall be similar to that of the high temperature generator. The assembly shall be
complete with necessary supports, base and accessories and safety provisions.
e)
Fouling factor for condenser & evaporator shall be 0.001 & 0.0005 hr-ft F/ Btu
respectively.
f)
g)
Purge Recovery Unit shall be sized to remove all non-condensable gases by vacuum
into the storage provided for this purpose. Those should be ejected into the
atmosphere by the suitable vacuum pump provided with each absorption unit. The
unit shall include all the necessary piping and valves.
h)
The condensate from the unit shall be collected in a condensate storage tank and
shall be returned to the desired point through 2x100% capacity Condensate
transfer Pumps or may be directly drained out.
PART-B
PAGE 168
TECHNICAL SPECIFICATION
i)
The refrigerant and absorbent pumps shall be canned motor type and shall be
complete with motor of adequate capacity. For each absorption unit, refrigerant
and absorbent pumps shall be provided. The casing shall be made of Carbon Steel,
shaft and impeller of the pump shall be Stainless Steel. Both the pumps shall be
complete with isolating valves, to enable on-line maintenance. Circulation fluid shall
be used as cooling and lubricating medium.
j)
k)
Apart from full charge of refrigerants and lithium bromide solution filled into the
system, lithium bromide solution shall be supplied as spare quantity with the main
supply.
l)
The whole unit shall be given anti-corrosion (both internal and external) treatment
and three coats of epoxy painting over a coating of suitable primer.
m)
n)
o)
Steam piping (from battery limit onwards) along with all necessary valves (shut off
valve, flow control valve etc.), instrument & safety device. IBR approval shall be in
the scope of contractor.
p)
PART-B
PAGE 169
TECHNICAL SPECIFICATION
2.03.00
2.03.01
Compressor
The compressor shall be hermetically sealed scroll type medium speed, designed
for R-410A duty.
The compressor shall have proper lubrication system. The Suction and Discharge
lines shall be provided with suitable vibration absorbers in order to reduce the
leakages caused due to excessive vibrations during compressor on/off. Safety
devices viz. high-pressure switch, low-pressure switch, low oil pressure (if
applicable) shall be provided and such devices shall be electronically operated.
Manual reset on safety cut out shall be provided. The horsepower for the
compressor motor shall be adequately sized or 110% of the rated power required
for the unit including drive loss.
Capacity control shall be devised by providing at least two compressors.
2.03.02
Condenser
All condensers shall be of shell and tube type with water in the tubes and
refrigerant in the shell.
The heat exchanger shall be designed for a minimum working pressure of 10.5
kg/cm2 gauge on the water side and 27.0 kg/cm 2 for R-410A on the refrigerant side
and shall generally conform to the latest ASME CODE or any other European Code
for unfired pressure vessels. The design pressure shall have a reasonable margin
over the maximum working pressure.
The average velocity of water in tubes shall not be more than 2.5 m/sec.
Water heads or refrigerant heads of the heat exchangers shall be as not to allow
leakage of fluid from one pass to the other.
Tube supports of adequate strength shall be provided to prevent the tubes from
sagging and vibrating.
The overall fouling factor for the condensers shall be 0.0002 Hr.M2oC/K.Cal.
The condensers shall be designed to provide at least 2 C sub cooling of refrigerant
under rated design condition.
Testing and other design feature of the heat exchanger shall meet the
requirements of TEMA Class-C heat exchangers or approved equal.
The heat exchangers shall have open able water boxes for ease in maintenance.
The tubes for the condensers shall also be copper with integral fins. The tube wall
thickness at any point shall not be less than 18 SWG.
The baffle plates and the tube sheets shall be made of steel. The shell shall be
made up of seamless tube or shall be fabricated from flange quality steel plate
(ASTM-A285 Grade-C or any other relevant European standard). The tube support
plates shall be made of flange quality carbon steel plates and shall be as per TEMA
Standard or any other relevant European standard
PART-B
PAGE 170
TECHNICAL SPECIFICATION
The heat exchangers shall be provided with vent valve, relief valve, and/or safety
fusible plug on refrigerant side and vent valve and drain valve on water side (at
every section of the baffled shell of heat exchanger).
The tenderer shall quote packaged units having compressor, and evaporator
assembly together in a single framework and mounted on a common base plate.
Water cooled condenser with its frame and supports shall be provided separately
external to the PAC unit and suitably connected with the PAC unit through insulated
refrigerant piping and necessary fittings. Provision for refrigerant charging and
chemical cleaning of water tubes shall be provided.
Each heat exchanger shall be provided with water flow switch. This shall be
interlocked with the control of the individual refrigeration system/corresponding
compressor drive.
All the heat exchangers shall be provided, with standard connections like thermo
wells, inspection valve. Insulation shall be terminated in such a manner that it will
not be damaged during removal of bolts, covers etc. Separate covers similar to
flange covers shall be constructed to facilitate easy removal.
2.03.03
b)
PART-B
PAGE 171
TECHNICAL SPECIFICATION
Fin design shall be chosen for the duty to be performed with special attention to the
possibility of lint accumulation. However, in any case, number of fins in the coils
shall not exceed 13 / Inch. Velocity of air across the coils shall be limited to 2.5
m/sec.
In case of chilled water-cooling coil, arrangement for air purging and water draining
from the coil is to be provided.
2.03.04
Evaporator Fan
The fan shall be heavy duty SISW/DIDW centrifugal type statically and dynamically
balanced with forward / backward curve blade, directly driven with EC motor
designed for high efficiency, stepless control of room conditions and quiet
operation. Such control of room conditions by changing the air flow rate shall be
activated through the built-in microprocessor based/PLC control panel of the unit.
Fan shall have aluminium impeller mounted on steel shaft. The bearings shall be
ball bearing type mounted on vibration absorbing rubber mounts. The fan motor
shall be mounted within the cabinet. Motor horsepower shall be sized for 120% of
the rated power required including the drive loss.
The supply fan shall be sized to deliver the required air quantity against the total
external static pressure required for the system application, after taking care of all
internal static pressure requirements of the units.
2.03.05
2.03.06
Humidifier
The humidifier shall be of Electrode /Infrared type and shall be placed inside the PAC
unit cabinet. The humidifier shall be electronically controlled through the built-in
microprocessor based/PLC control panel of the unit. A provision of make-up water
connection with the humidifier shall be kept with the Unit cabinet.
2.03.07
PART-B
PAGE 172
TECHNICAL SPECIFICATION
Such control includes both operating and safety controls with the sense of air
temperature and RH at the RA path and at the downstream side of the heater
respectively.
2.03.08
Water Pumps
2.04.01
Each Chilled water & Condenser water pump shall be of horizontal split casing
centrifugal type, directly coupled to electric drive motor and mounted on a common
base plate. Motor is as per desired motor specification.
The pump shall be complete with casing, impeller, renewable type wearing rings,
shaft, shaft sleeve, bearings, stuffing box/ Mechanical Seal (if applicable),
couplings, base plate etc. as applicable.
2.04.02
PART-B
PAGE 173
TECHNICAL SPECIFICATION
2.04.03
Operating speed of the pump shall not preferably be more than 1500 rpm.
Vibration isolations of efficiency 90% (approx.) shall be provided.
2.04.04
Material of the pump shall preferably as follows (all material shall be of tested
quality).
a)
Casing
b)
Impeller
c)
Shaft
d)
Shaft sleeve
Bronze
e)
Wearing ring
Bronze
f)
Base Plate
Cast Iron
2.04.05
Pumps shall be provided with suitable bearings sized adequately to take the
maximum possible unbalance load occurring due to all mechanical and hydraulic
reasons.
2.04.06
Pump and drives shall be directly coupled through a flexible coupling. Suitable
coupling guard shall be provided for each pump.
2.04.07
Each pump shall be completed with pressure gauge at the suction and discharge,
isolating valves, all integral piping required for sealing and cooling, casing drain and
vent connections etc. The pressure gauge of pump will be connected with a siphon
and a two-position brass cock.
2.04.08
The rated BHP of the motor shall provide for 15% margin over the rated BHP of the
pump. For other electrical particulars of the motor refer detailed specification of the
motors.
2.04.09
2.04.10
Major rotating components of the pumps like impellers, balancing drums etc. shall
be individually balanced statically and finally each pump shall be dynamically
balanced.
2.04.11
The critical speed of the pump shall be at least 20% above the operating speed.
2.04.12
All pumps and motors shall be aligned properly, and bolted and doweled to a
common base frame.
2.05.00
2.05.01
The cooling towers shall be cross flow induced draft type with FRP casing & sump
with air entry on all four sides and air discharge on top. The fan motor shall be
easily accessible from outside and out of moist air stream.
The internals shall be of stainless steel SS or MS epoxy painted to withstand
corrosive atmosphere. The tower shall be of low height, suitable for round the clock
operation at location in the space shown in the applicable drawings. The tenderer
shall confirm that the tower supplied by them can be accommodated in the space
shown in the drawing.
PART-B
PAGE 174
TECHNICAL SPECIFICATION
2.05.02
Cooling tower shall be of sufficient capacity to cool the rated amount of water
through the specified range at the design W.B. temperature.
2.05.03
The structural frame work of the tower including all members and connections shall
be designed for operating loads and prevailing wind pressure. Steel members shall
be MS epoxy painted and be of sufficient size to safely withstand all imposed loads.
2.05.04
FRP casing sheets shall be clamped on close centre to the structural steel
members. Rubber neoprene gaskets must be used on all bolted joints as a seal
against water leakage.
2.05.05
2.05.06
The fan deck shall be of ample strength to support all loads normally encountered
in operation and maintenance. Stiffeners shall be provided on the under side.
2.05.07
Galvanised steel ladder with safety cage and hand railing shall be provided in such
a number and locations as necessary to give safe and complete access to all parts
to tower requiring occasional inspection or adjustment. An access door shall be
provided for fan deck and the cell for ready access to the interior parts of the
tower.
2.05.08
Fills shall be of extended area of formed PVC suitable to withstand hot water
temperature of 55C.
2.05.09
2.05.10
Eliminators shall be provided in removable sections & installed in the cell of the
tower. The number of deflection in the eliminators shall be so arranged as to
reduce drift loss to 0.2% of the water circulated.
2.05.11
The water distribution system shall be open basin with gravity feed nozzles. The
system shall be self draining and non-clogging and designed for flexible operation
and ready accessibility. All main piping connection shall be brought out and end in
flanges, to flexible connection.
2.05.12
The cold water basin shall be of F.R.P. construction. The basin shall be complete
with float valve for male up water control, a quick-fill connection with valve, a drain
connection with valve, overflow connection, low level switch. The make-up water
supply pipe shall be positioned at least double the pipe diameter above the
maximum water level in the basin. The water basin shall be constructed such as to
provide a coarse strainer of Brass wire mesh easily accessible from outside at the
water supply point.
2.05.13
Fan shall be of the propeller type, cast aluminium and multi bladed aerofoil
construction with adjustable pitch. The entire fan assembly shall be statically
balanced. Outlet velocity of air shall be not less than 610 meters per minutes and
the fan tip speed shall not exceed 4570 meters per minute.
2.05.14
Each fan shall be of gear driven. Gear housing shall be of heavy cast iron
construction with large oil reservoir and complete with supply of oil.
2.05.15
Fan motors shall be of the totally enclosed fan cooled type and of the required
capacities. Motor shall be located outside the moist air stream.
PART-B
PAGE 175
TECHNICAL SPECIFICATION
2.05.16
Fan drive shaft using reduction gearing shall be dynamically balanced and
connected through flexible couplings.
2.05.17
2.05.18
Fan discharge hatch shall be covered with galvanised wire mesh to prevent birds
nesting during idle periods.
2.05.19
All nuts, bolts and fasteners used in the cooling tower shall be stainless steel /
Nickel or chrome plated.
2.06.00
Piping
a)
b)
Refrigerant Piping
i)
Refrigerant piping shall be of M.S. seamless (as per IS-1239, Part-I heavy
grade) or copper tube (IS-5493). Welding rings shall be used for smaller
pipes. Weld preparation of joints, cleaning of pipes shall be carried out as per
relevant code.
ii)
Pressure drop in hot gas, liquid and suction lines should not exceed the value
corresponding to 2 F (1.1 Deg C) change in saturation temperature of the
fluid.
iii)
Velocity in the discharge and suction pipe of the refrigerant shall not be too
high as to create undue vibration and noise, velocity in the vertical length of
discharge and suction pipe of the refrigerant shall be high enough to carry
the entrained oil in the refrigerant, even in case of unit running at lowest
partial capacity. An angle type drain valve with male flare outlet connection
will be installed at the bottom end of each vertical riser pipe to drain any
accumulated oil.
iv)
Instrument piping for gauges, switches etc. shall be copper only. Capillary
tubes will be used wherever possible. For field-mounted instruments, this is
not applicable.
v)
vi)
vii)
Water Piping
i)
Condenser cooling water piping & Chilled water piping for 150 NB or below
GI-Heavy Class conforming to IS-1239, Part-I. Drain water piping shall be of
M.S. heavy grade.
PART-B
PAGE 176
TECHNICAL SPECIFICATION
ii)
The piping shall be so designed that the water velocity through the piping
shall not exceed 2.5 m/sec and also the piping friction drop shall be limited to
4 m per hundred meters of pipe length. Pipe sizes indicated in tender
drawings shall be followed.
iii)
All bolts and nuts for flange connection shall be hexagonal carbon steel type
as per IS-1363 and with the material and other requirements as per IS-1367.
All threaded valves shall be provided with nipples and flanged pairs on both
sides to permit flanged connections for ease of removal / replacement of
valves.
iv)
Bends, fittings fabricated at site are not acceptable. The Contractor shall use
the standard fittings / bends, as per IS-1239, Part-II.
v)
vi)
The flanged joints for water line will use canvas impregnated rubber gasket.
Compressed fiber gaskets shall be used with flat face flanges and raised face
slip-on flanges. Spiral wound gaskets shall be used with raised face flanges,
except for raised face slip-on flanges. Gaskets containing asbestos are not
acceptable.
Gaskets shall be suitable for the design pressures and temperatures: -
a.
b.
Spiral Wound Gaskets: Spiral wound gaskets shall be constructed of a continuous stainless steel ribbon wound into a spiral with non-asbestos filler between
adjacent coils. The gasket shall be inserted into a steel gauge ring whose outside diameter shall fit inside the flange bolts properly positioning the gasket.
The gauge ring shall serve to limit the compression of the gasket to the proper
value. Compressed gasket thickness shall be 3.3 mm 0.1 mm.
c.
Ring Joint Gaskets: Ring joint gaskets shall be octagonal in cross section and
shall have dimensions conforming to ANSI B16.20. Material shall be suitable for
the service conditions encountered and shall be softer than the flange material.
d.
Rubber Gaskets: Rubber gasket materials shall be cloth inserted sheet rubber
and shall conform to ANSI B16.21. They shall be full face and 1.6mm thick.
The material should be able to withstand adequate strength in compression
without damage. Pipe lines should be such installed that any equipment or
valves can be removed by disconnecting flange bolts and nuts union joints. If
necessary, a short piece joint to be installed for easy removal. All threads for
PART-B
PAGE 177
TECHNICAL SPECIFICATION
screwed joints should be properly made. The threads will be covered to make
a leak proof joint. Pipes passing through any building structure will pass
through a pipe sleeve. The thickness of pipe sleeve will be not less than the
thickness of the passing pipe itself. A rubber grommet or such other material
will protect pipes entering any equipment.
c)
vii)
All drainpipes will use tee fitting instead of elbows or bends. Tee fitting
should be such installed that the plug can be removed and any section of
pipe can be cleaned. Drain valves will be located at lowest point of pipelines.
If necessary more than one drain valve will be installed to facilitate complete
drainage from pipe. Condensate drain piping shall be insulated as per the
specification.
viii)
Water filling valve and air vent shall be installed on the highest point of
pipeline. If necessary more than one valve is to be installed for satisfactory
operation or maintenance of the plant. In case of insulated pipes the
connections for pressure gauge, thermometer, drain valve, purge valve,
filling valve and any such other accessories, the connection should be long
enough such that the requisite pipe insulation can be carried out on the main
pipe. The connecting pipes or fittings will be insulated separately if
necessary. Location of instruments, fittings, fixtures shall be as in single line
flow diagram. Location / sizes of air vents are also indicated.
ix)
Steam Piping
i)
Steam piping shall be of ASTMA Carbon Steel Grade-B with 50mm thick
fiberglass / mineral wool / equal thermal insulation covered with 30G GI
sheet and spring hangers / supports.
ii)
iii)
Hydraulic test pressure of the steam line shall be two times of operating
pressure.
iv)
Steam piping shall be complete with isolating valves, fittings, strainer, safety
valves and pressure gauges as shown in the SLFD.
v)
vi)
vii)
All valves shall be of approved make and type and shall have cast/ forged
steel bodies with covers and glands of approved construction.
viii)
Material, design, manufacture, testing etc. for all valves and specialties along
with the accessories shall conform to the latest editions of codes as specified
or approved equivalent and acceptable to IBR.
PART-B
PAGE 178
TECHNICAL SPECIFICATION
d)
ix)
x)
The safety relief valves shall be direct spring loaded type and shall be
provided with casing levers. The valves shall be of rugged construction
suitable for long periods of uninterrupted service. The safety relief valves
shall conform to the requirements of ASME Boiler and pressure vessel code,
Section-VIII and IBR as applicable and shall be installed as per recommended
rules for the design of safety valve installations in ANSI B31.1.
xi)
Steam traps with strainers will be used in the drain lines from various
steam pipes such that only condensed steam can be drained.
xii)
xiii)
xiv)
All traps and strainers shall have socket weld ends as per ANSI B16.11 for
size NB 50 mm and smaller and butt weld ends as per B 16.25 for size NB 65
mm and above.
2.07.00
Instrument Air Piping for VAM Control Valve shall be made of GI and shall be
complete with Isolating Valves, necessary fittings, hangers / supports and
other accessories as required.
GENERAL
Valve pressure classes, sizes, types, body materials, and end preparations shall
generally be as described herein. Special features and special application valves shall
be utilized where required.
Valves specified to have flanged, socket-welded, or screwed connections shall have
ends prepared in accordance with the applicable ANSI standards. Steel flanges shall
be raised face type unless otherwise required. Cast iron and bronze flanges shall be
flat-faced type. Butt-welding ends shall be prepared in accordance with 2.11.5 Butt
Weld End Preparation and Piping Fit-Up.
Steel body gate, globe, angle, and check valves shall be designed and constructed in
accordance with ANSI B16.34 as applicable. Valve bodies and bonnets shall be de-
PART-B
PAGE 179
TECHNICAL SPECIFICATION
signed to support the valve operators (hand wheel, gear, or motor) with the valve in
any position, without external support.
B.
C.
a)
Class 800 valves shall have bolted bonnet joints. Class 1500, 2500 and 4500
valves shall have pressure seal, integral, or breech lock bonnet joints. Gate,
globe, and angle valves shall have outside screw and yoke construction.
b)
All valves, except gate valves, shall have seats of the integral type. Gate
valves shall have renewable seats.
c)
Class 1500, 2500, and 4500 valves shall be of loose back seat design.
d)
Class 1500, 2500 and 4500 globe valves shall be of the Y-pattern type.
e)
f)
Bonnet joints shall be of the bolted flanged type having flat face flange
facings for Class 150 valves; and male and female facings for Class 300 and
400 valves.
ii)
Class 800, 900, 1500, 2500, and 4500 valves 65 mm and larger shall be constructed
as follows: i)
PART-B
PAGE 180
TECHNICAL SPECIFICATION
ii)
All Class 800, 900, 1500, 2500, and 4500 valves shall have grease-lubricated
antifriction bearing yoke sleeves.
iii)
Check valves used on pump discharge installations, and on other applications in which
the valves may be subjected to significant reverse flow water hammer or fluid surges,
shall be of the non slam tilting disk type. All other check valves shall be of the guided
piston, swing disk, or double disk spring check type. The use of double disk spring
check valves shall be limited to 350 mm and larger cold-water services. All check
valves shall be designed for installation in either horizontal or vertical piping with
upward flow. Stop check valves, where specified, shall be Y-pattern globe type.
D.
E.
Butterfly Valves
Rubber-seated butterfly valves shall be generally constructed in accordance with
AWWA C504 Standard for Rubber-Seated Butterfly Valves. The valves shall also
generally conform to the requirements of MSS Standard Practice SP-67, Butterfly
Valves. Valves of the wafer or lug wafer type shall be designed for installation
between two ANSI flanges. Valves with flanged ends shall be faced and drilled in
accordance with ANSI B16.1. The selected use of butterfly valves shall be in
accordance with the pressure temperature ratings specified in AWWA C504, the
pressure temperature ratings specified by the manufacturer as per the following
criteria: a)
b)
Butterfly valves for buried service shall be of cast iron body material and shall
be equipped with flanged ends.
c)
Cast iron butterfly valves shall have pressure class selected based on the
piping design pressure as follows:
Piping Design Pressure
d)
Valve Class
i)
Class 25
ii)
Class 75
iii)
Class 150
Cast iron butterfly valves shall be limited to use with piping systems having a
design temperature of 50 C or less.
PART-B
PAGE 181
TECHNICAL SPECIFICATION
F.
e)
Butterfly valves for other than buried service shall be of carbon steel or cast
iron body material depending on the service application. Valves 600 mm and
larger in size shall be equipped with flanged ends. Valves 500 mm and
smaller in size shall be of the wafer type, or lug wafer type, if used with steel
piping; and shall be flanged if used with other piping materials (cast iron,
etc.).
f)
Carbon steel butterfly valves shall be limited to use with piping systems
having a design temperature of 65 C or less. Carbon steel butterfly valves
shall have pressure class selected in accordance with the pressure
temperature ratings specified in ANSI B16.34 for 600 mm and smaller
valves.
Metal seated or Teflon seal ring seated butterfly valves for special service
applications shall be of the wafer or lug wafer type; and shall be designed
for installation between ANSI flanges. The use of these valves shall be in
accordance with the pressure temperature ratings specified by the manufacturer.
G.
Plug Valves
Plug valves shall be of the eccentric, lubricated, or Teflon sleeve plug type, as required
by the service. Plug valve bodies shall conform to the requirements of ANSI for
dimensions, material thickness, and material specifications. Bonnets shall be of the
bolted flange type. Body ends shall be flanged, faced, and drilled for installation
between ANSI flanges. The use of these valves shall be in accordance with the
pressure temperature ratings specified by the manufacturer.
H.
Ball Valves
All ball valves shall have full area ports, Teflon /PTFE seats & seals, and chrome plated
carbon steel/Nickel plated Chromed Brass or stainless steel balls and Nickel plated
brass body. Ball valve bodies 50 mm and smaller shall have threaded end connections.
Ball valves 65 mm and larger shall have flanged ends. The valve handle shall be made
PART-B
PAGE 182
TECHNICAL SPECIFICATION
of powder coated steel with a finish plastic coating. The valves shall not require
lubrication. The use of these valves shall be in accordance with the pressure
temperature ratings specified by the manufacturer.
I.
CHECK VALVES
These shall be swing check type with material of construction as given in 2.06.00
(D) above. The body shall be of cast iron with flanged ends.
J.
K.
L.
REFRIGERANT VALVES
All refrigerant valves as may be applicable shall have Brass body with flange
connection or sweat connection for welding or brazing to pipe. For copper pipes
size 5/8 and below flare connection will be acceptable. The valve body and bonnet
connection shall have bolted and welded connection.
It is preferable to have Teflon gland packing for the valves construction of the discs
of the valves shall be either globe or angle type. The valve seat shall have white
metal lining or any equivalent soft replaceable lining. The valves shall be of tested
quality. Leak proof-ness of the valves shall be tested at minimum 1.5 times the
design pressure for the system but not less than 35 Kg / Sq. Cm.
2.08.00
Duct Work
[Applicable for some ducts connecting the PAC units with the Plenum
Header duct of size 1500mm X 900mm (under Purchasers scope)
running inside the PAC room and the Smoke Exhaust Duct]
2.08.01
Velocity of air in any section of the supply duct shall not exceed 8 m/sec.
2.08.02
PART-B
PAGE 183
TECHNICAL SPECIFICATION
2.08.03
The general layout of the ducting location and number of air grilles and diffusers
etc. shall conform to the specific requirements of individual areas of application so
as to ensure proper air distribution of all the zones. The same shall be subject to
approval by the Engineer.
2.08.04
Where dimensional locations are not indicated on the drawings, the Contractor will
be responsible for the final arrangement and routing of the ductwork. Variations in
duct sizes may be made as acceptable to the Owner if the cross-sectional area
remains the same and the revised aspect ratio is less than four. Ductwork will be
arranged to minimize pressure drop using low-loss fittings and transitions. Where
radius elbows are used for duct turns, the radius ratio will not be less than 1.5
wherever possible. Where space limitations require a bend with a radius ratio of
0.75 or less, not less than two turning vanes will be installed in the bend.
2.08.05
All ductwork for supply of air inclusive of accessories such as damper, vanes,
access doors etc. shall be fabricated from G.I. sheet of at least grade 180 as per IS
277. The ductwork shall be properly reinforced to prevent sagging, buckling or
vibration. Interior of all ducts shall be smooth and free from obstruction. All duct
sections shall be cross-broken.
2.08.06
2.08.07
JOINTS
a)
All longitudinal joints for the ducts will be Pittsburgh Lock seam type.
b)
Transverse joints for the low-pressure ducting shall be continuous around the
four sides, the corner closure are required. The type of transverse joints shall
be as follows:
c)
Large side mm
Up to 600
601 - 1000
1001 2250
Bracing
0 - 450
None
451 - 1500
PART-B
PAGE 184
TECHNICAL SPECIFICATION
d)
e)
2.08.08
2.08.09
All construction joints and duct seams shall be reasonably sealed with
bitumastic cold emulsion or equivalent vapour seal.
b)
Hangers shall be suspended from the building steel with provision for
necessary auxiliaries, or special steel members, or by hooks fixed to the
embedded plates provided in the ceiling.
c)
Hangers for all ducts shall be trapeze type with the shelf construction from
35 mm x 35 mm x 5 mm angle iron and hung by two steel rods each of not
less than 10 mm dia. for ducts, with larger side less than 2250 mm while for
those greater than 2250 mm shall be with 50 x 50 x 5 angles and rods not
less than 16 mm dia.
d)
ACCESS DOORS
All main ductwork shall be accessible throughout using tight fitted hinged access
doors. Doors shall have to be cemented on sponge rubber gaskets. Angle joints
shall be provided with felt or rubber gaskets for leak-tightness of the joints.
Access doors/panels are to be provided at following places:
Near each fire damper
In case access doors are to be installed in the insulated ducts, the access door
panel should be suitably insulated, such that it can be operated without damaging
the duct insulation and there should be no condensation either on the access doors
or on the duct when the plant is running.
2.08.10
FLEXIBLE CONNECTION
Rubber impregnated canvas or equal flexible connections of at least 150 mm length
shall be provided at each connection between ductwork and fan units.
PART-B
PAGE 185
TECHNICAL SPECIFICATION
2.08.11
DAMPERS
i)
SPLITTER DAMPER
Splitter dampers in branch take off shall be provided. Dampers blades shall
be minimum 16 SWG thick. Alternatively catcher shall be provided in right
angle tee of ducts.
ii)
MOTORIZED DAMPER
Motorized dampers shall be provided as per the requirement mentioned
elsewhere in the specification.
Blade thickness
Frame
:
:
iii)
ACTUATORS
The actuators will be UL listed.
Dampers will be equipped with operators of sufficient power to control
dampers, without flutter or hunting, through the entire operating range at air
velocities at least 20 percent greater than maximum design velocity.
Operators will have sufficient power on closure to provide tight sealing
against maximum system pressures. Damper actuators will be designed to
provide a minimum of 200 percent of the torque required to operate the
damper and to meet the air leakage criteria. Torque developed by damper
actuators will not be less than 2.26 N-m (20 inch-pounds). Each damper
section will contain one or more damper actuators. Jack-shafting of the
section is not permitted. The Damper Actuator shall be provided with a
Position Indication Switch to be suitably interconnected with the Central
Annunciation panel.
Spring-return operators will be provided for two-position control or on
reversible operators where required for fail-safe operation.
iv)
PART-B
PAGE 186
TECHNICAL SPECIFICATION
2.08.12
Design of diffusers shall be such as to create desired throw and spread of air and
shall be approved by the purchaser/engineer.
All diffusers shall be made up of powder coated extruded Aluminium. Design of all
diffusers and grilles shall be made by the Contractor matching with the lighting and
other fittings and to be approved by the Engineer. Each supply air diffusers shall be
fitted with opposed blade damper, built-in vanes and louvers arranged as per
manufacturers standard design.
The grille frame and louvers shall be manufactured of extruded aluminium sections.
No grilles should by any chance make any rattling sound during continuous
operation. All grilles shall match the decor of the space.
All diffusers shall be fitted with suitable gasket to prevent air leakage.
2.09.00
Insulation
2.09.01
Thermal Insulation
a)
General: Thermal insulation shall be Aluminium foil faced closed cell elastomeric
Nitrile Rubber (of density min. 40 Kg/CuM) / XLPE (of density min. 33 Kg/CUM)
having a thermal conductivity not exceeding 0.035W/MK. The fire performance of
the insulation shall be Class-1 as per BS-476, Part-7 for surface spread up flame
and Class-O fire category as per BS-476, Part-6.
The insulation shall have self extinguishing & non-dripping properties against fire
attack.
b)
Refrigerant suction piping from the evaporator coil outlet up to the compressor
inlet shall be insulated with minimum 39 mm thick aluminium foil faced closed cell
elastomeric Nitrile rubber/ XLPE. For better efficiency of operation the liquid line
running side by side with the suction line may be insulated together with the
suction line already mentioned.
c)
d)
Double skin Casing of the cabinet type air handling unit shall be insulated with at
least 25 mm thick Poly Urethane Foam (PUF) or equivalent.
e)
Supply air duct shall be insulated with at least 13 mm thick aluminium foil faced
closed cell elastomeric Nitrile rubber / XLPE.
f)
Drain piping shall be insulated with 26 mm thick aluminium foil faced closed cell
elastomeric Nitrile rubber /X LPE.
g)
Chilled water Expansion tank with 6 mm thick aluminium foil faced Nitrile
Rubber/XLPE.
h)
Steam piping and other hot surfaces shall be insulated with 50mm thick fibre-glass
/ mineral wool / equal thermal insulation covered with 30G GI sheet.
PART-B
PAGE 187
TECHNICAL SPECIFICATION
i)
j)
2.09.02
All supply air ducts in the air conditioning system shall be insulated acoustically
from inside of the duct up to a length of 6 meter from the blower mouth.
Open type Nitrile rubber foam / XLPE insulation of minimum 25 mm thickness and
having minimum absorption co-efficient as indicated below shall be used:
Freq (Hz)
125
250
500
1000
2000
4000
NRC
25 mm
0.02
0.25
0.86
1.14
0.88
0.99
0.80
Insulation material should be fiber free. Density shall be minimum 140 Kg. / Cu.M.
It should have anti-microbial product protection and should pass fungy-resistance
test as per ASTM-G21 and bacterial resistance as per ASTM-E2180. The insulating
material should conform to Class-1 for surface flame in accordance with BS-476Part-7 and UL-94. It should pass air erosion resistance test in accordance with
ASTM Std.C-1071-05 Sec.12.7.
The insulation shall have self extinguishing & non-dripping properties against fire
attack.
2.10.00
2.11.00
The water treatment equipment is a 1 M long pipeline, which once installed, stops
the formation of scale in the heat exchange zones completely.
B.
The water treatment equipment consists of Metal Cell and Core and is installed on
line after the pumps and before the heat exchange zone. The distance of the heat
exchange zone should not be more than 30 M and there should not be any static
area between the water treatment equipment and heat exchange area.
2.12.00
Electrical Items
2.12.01
PART-B
PAGE 188
TECHNICAL SPECIFICATION
Drive Motor
2.12.02
2.12.03
For detailed technical specification of Local Push Button Station (LPBS) system
relevant Sub-Section of PART- C, as applicable, shall be followed.
MCC-cum-Power Distribution Board
2.12.04
2.12.05
2.12.06
2.12.07
2.13.01
Control System
A.
All control shall be electrical / electronic type depending upon the requirement & as
specified under the specification.
B.
Annunciations
Audio-visual alarm facility is envisaged of the system. Details of the annunciation
system shall be as detailed elsewhere in PART-C.
Miscellaneous Instruments
2.13.02
A.
The pressure indicators and temperature indicators shall have minimum 150 mm
size dial. The pressure gauges shall be Bourdon type and complete with
isolating/valves. The pressure gauge shall conform to IS: 3624 and temperature
gauge as per BS: 1041.
B.
Water flow switch shall be vane actuator type or differential pressure type, with
adjustable actuation set point. The level switch shall be ball float operated
magnetic type complete with cage. The switch case shall be weather proof
conforming to NEMA-4.
PART-B
PAGE 189
TECHNICAL SPECIFICATION
3.00.00
C.
Apart from the thermostat, pressure switches, level switches and level indicators
specified in this tender document, the local instruments shall also be furnished as a
part of the system as shown in drawings enclosed and as per functional
requirement.
D.
The range of controls and instruments should be such that the operating ranges
are preferably in the mid scale. The accuracy should not be less than + 1% of full
scale deflection. The repeatability of readings shall be + 1%. The differential in
controls should be such that the equipment is able to operate at desired settings or
maintain desired condition.
E.
The scale of pressure indicators for refrigerants units will be in kg/cm 2. Saturation
temperature of the refrigerant in use, at the corresponding pressure should also be
indicated in the scale. The suction and oil gauge shall be compound gauge. The
scale of pressure indicator for pumps will be in meter. The temperature indicators
scale will be in C. The range should be such that even when the equipment is idle
and the temperature of the medium is at such variance, the indicator will not be
damaged.
F.
All instruments should be such selected and installed that they are easily readable
from the floor.
SPECIAL TOOLS
The supplier shall furnish a complete set of all special tools, wrenches etc. with
necessary toolboxes as required for erection, operation & maintenance, overhaul or
complete replacement of any equipment supplied under this specification. The
supplier shall enclose a list of such tools recommended by them.
4.00.00
SPARE PARTS
4.01.00
The supplier shall furnish and quote the Mandatory spare parts of the following
equipment as applicable as per the list below:
4.01.01
4.01.02
1 set
1 set
1 set
1 No.
Centrifugal Fan
Fan Motor Set (EC Motor)
1 set
Vibration isolators
1 set
2 sets
Refrigerant
Refrigerant gas in a non-returnable cylinders
DOC. NO. : 14J01-003-SPC-VA-001
PART-B
15% of installed
PAGE 190
TECHNICAL SPECIFICATION
4.01.03
4.01.04
As required to suit
(a) above
2 full charges
Filter oil in sealed tins for the full set for 6 operations of cleaning
As required
2 sets
Centrifugal Pumps
Bearings for each pump and motor
2 sets
Gland packing shaft sleeves, warring rings and lantern rings for
each pump.
1 set
Cooling Towers
Bearings for each fan and motor
2 sets
Nozzles
5% extra
4.02.00
Electrical Items
4.02.01
General
Indicating Lamps
5% of installed quantity.
Terminal Blocks
5% of installed quantity
4.03.00
Recommended spares are those generally required for reliable operation of plant
for three (3) years as per manufacturers experience. The contractor shall also
provide a list of recommended spares with unit prices. The Purchaser reserves the
right to buy lesser/all/excess quantity of any or all of the recommended spares at
unit prices indicated. The objective of the spare parts procurement plan is to
maximize standardization to minimize spare parts inventory.
Procurement of any parent equipment item shall not be considered complete unless
the Contractor has submitted, and the Purchaser approved, the associated
documentation required in this section under mandatory spare parts.
PART-B
PAGE 191
TECHNICAL SPECIFICATION
5.00.00
5.01.00
The manufacturer shall conduct all tests required to ensure that the equipment
furnished shall conform to the requirements of this specification and in compliance
with the requirement of the applicable codes.
5.02.00
Following tests shall be carried out during and after completion of different
component parts as applicable and in accordance with the requirements of the
applicable codes.
5.03.00
5.04.00
5.05.00
5.06.00
Performance test of Precision Air conditioners, pump, cooling towers and Package
Air conditioners shall be done as per code procedure.
5.07.00
5.08.00
6.00.00
FIELD TEST
6.01.00
Overall performance of the air conditioning system just after commissioning and
also during peak summer outside conditions as well as individual equipment shall
be tested after complete installation at site. Duration of such test shall be 72 hours.
This test shall be carried out to determine whether the plant meets the
performance requirements specified here in and shall include measurements of all
parameters under various outside conditions and establishment of correct supply of
equipment. All testing and calibrating instruments required for this purpose shall
be supplied by the contractor.
6.02.00
6.03.00
All ductwork shall be carefully examined to determine their performance with the
specification with respect of dimensions, materials, marking, leakage, workmanship
and other requirement.
6.04.00
The contractor shall give assistance for all site tests of the equipment according to
prescribed procedure laid down by the Manufacturer / Engineer.
PART-B
PAGE 192
TECHNICAL SPECIFICATION
7.00.00
7.01.00
7.02.00
7.03.00
7.04.00
Test Records
The certificates and records of the above mentioned tests should be submitted to
the Purchaser for approval. The manufacturer shall maintain records of all tests
required in the specification for at least 5 years. A list of records shall be submitted
to the Purchaser on completion of the job. The Purchaser shall be able to obtain
certified copies of such records at any time.
8.00.00
8.01.00
Internal surface of all parts shall be cleaned to remove loose scale and dirt. The
external surface of the motor and end shield shall be sand blasted to remove all
rust, scale etc. All sharp edge shall also be removed. Welded rods, studs and
other foreign objects shall be removed prior to final assembly. Excess oil and
grease shall be removed by wiping.
8.02.00
All parts shall be painted with two (2) coats of rust preventing paint. One (1) cost
of final paint shall be applied over and above the rust proof paint before despatch
of material.
8.03.00
All equipment shall be boxed / created or otherwise protected for shipment. Dry
nitrogen desiccant and other protection shall be provided as may be necessary.
9.00.00
9.01.00
DELIVERY PERIOD
The tenderer shall quote the earliest possible delivery period, but nor more than
that specified earlier for the equipment from the date of issue of Letter of Intent.
9.02.00
PART-B
PAGE 193
TECHNICAL SPECIFICATION
The tenderer shall depute experienced engineers to site for supervision of erection,
checkup, commissioning at site, testing for the complete equipment to be supplied
under this specification. This is an essential service; the tenderer shall quote for
the item under the erection and commissioning charges. The service shall include
supplying of skilled and unskilled labour and other erection tools and tackles for
complete erection of the equipment at site.
10.00.00
10.01.00
Beside submitting the enclosed Proposal Exhibit Sheets duly filled in, the proposal
shall also include the following drawings, curves and information wherever
applicable.
Preliminary cooling and heating load calculation is to be furnished.
10.02.00
Preliminary equipment layout drawings of the air conditioning plant room, PAC
room are to be furnished.
10.03.01
10.03.02
10.03.03
10.04.00
10.05.00
10.06.00
Drive list
10.07.00
A detailed experience list about supply for system of similar type for similar
application mentioning in each case the salient technical parameters, date of
commissioning and name of customers.
10.08.00
10.09.00
PART-B
PAGE 194
TECHNICAL SPECIFICATION
11.00.00
11.01.00
The tenderer shall fill up the drawings submission schedule (Schedule-VI) enclosed
with the specification, indicating the dates (counting from the date of issue of the
Letter of Intent) for submission to the Purchaser or the Consulting Engineers for
approval of various drawings, Calculations, data and procedures as mentioned
below:
11.02.00
11.02.01
11.02.02
11.02.03
Schematic flow and instrumentation diagram of the complete system indicating the
limits of supply and erection.
11.02.04
Layout drawings showing the route of Steam piping, Chilled water piping, Cooling
water piping (with hangers, supports etc) as well as power and control cabling
(with trays, support detail etc.).
11.02.05
11.02.06
11.02.07
11.02.08
11.02.09
Electrical schematic and wiring diagram for MCC cum PDB cum control panel and
the system as applicable with back-up write-up.
11.02.10
11.02.11
PART-B
PAGE 195
TECHNICAL SPECIFICATION
11.02.12
11.02.13
11.02.14
ii)
iii)
iv)
Trouble shooting.
v)
vi)
vii)
viii)
System description
ix)
x)
xi)
Safety instructions.
The manual shall be securely bound in hard back durable folder with proper
indexing and separators.
11.03.00
To complete the proposal the tenderer must fill-up the following form sheets as per
instruction given below and in various sections of this specification.
SCHEDULE I
SCHEDULE - II
SCHEDULE - IIIA
SCHEDULE - IIIB
SCHEDULE - IV A
SCHEDULE - IV B
SCHEDULE - V
PART-B
PAGE 196
TECHNICAL SPECIFICATION
11.04.00
SCHEDULE - VI
SCHEDULE - VII
SCHEDULE - VIII
SCHEDULE IX
DECLARATION SHEET
Each tenderer shall supply the data required above by typing in appropriate places
in each page. These must be properly signed by authorized representatives of the
tenderer or manufacturer, as verification of the data submitted. These signed
pages in their entirety shall be returned with and shall be a part of the tenderers
formal proposal.
The tenderer shall completely fill in the above information required for each of the
above-mentioned sheets. Failure to comply with this requirement may result in the
rejection of the tender.
12.00.00
SPECIAL NOTES
12.01.00
12.02.00
12.03.00
Any action on the part of the tenderer to raise the price / prices and / or to change
the structure of price / prices at his own instance after opening of the tender may
result in the rejection of the tender and / or debarring the Tenderer from
participation in purchase of the Board / Corporation for one (1) year in the first
instance.
PART-B
PAGE 197
TECHNICAL SPECIFICATION
SCHEDULES
PROPOSAL EXHIBIT SHEETS
SCHEDULES
Page 198
TECHNICAL SPECIFICATION
SCHEDULES
PROPOSAL EXHIBIT SHEETS
INDEX
SCHEDULES
DESCRIPTION
SCHEDULE - I
SCHEDULE II
SCHEDULE - IIIA
SCHEDULE - IIIB
SCHEDULE - IV A
SCHEDULE - IV B
SCHEDULE - V
SCHEDULE - VI
SCHEDULE VII
SCHEDULE - VIII
SCHEDULE - IX
DECLARATION SHEET
SCHEDULES
Page 199
TECHNICAL SPECIFICATION
CHEDULE I
KEY INFORMATION ABOUT THE BID
1.0
2.0
3.0
4.0
5.0
Yes/No.
6.0
Yes/No.
7.0
Yes/No.
8.0
Yes/No.
9.0
Yes/No.
10.0
Yes/No.
11.0
Yes/No.
12.0
Yes/No.
13.0
Yes/No.
Yes/No.
14.0
stipulated
in
SEAL OF COMPANY
the
SIGNATURE
NAME
DESIGNATION
SCHEDULES
Page 200
TECHNICAL SPECIFICATION
SCHEDULE II
GUARANTEED DATA SHEET
The filled up guarantee figures for inside design condition and all individual capacity, head, efficiency,
input power, motor input power etc. are given below:
1
Yes/No
Inside Conditions
230C 20C DB and 55% 5% RH for:
(a) Control Rooms
(b) Shift Engineers Room
(c) Control Equipment Room
(d) Computer Room
(e) UPS Room
Filtration Efficiency
Control Room, Shift Engineers Room, Control Equipment Room, Computer
Room & UPS Room.
Filtration Efficiency
Pressurizations
: Positive
Filtration Standard
: ASHRAE STD-62
All Technical Data furnished in the approved Technical Particulars Sheets shall
be deemed to be guaranteed
SEAL OF COMPANY
SIGNATURE
NAME
DESIGNATION
SCHEDULES
Yes / No
Page 201
TECHNICAL SPECIFICATION
1.01.00
Make
Model No.
Capacity (TR)
Qty.
Model
Actual Capacity
CHILLED WATER
Inlet Temperature (Deg. C)
COOLING WATER
Inlet Temperature (Deg. C)
STEAM
Type of Steam
Inlet Pressure
Consumption
POWER
Connected Power (KW)
Doc. No. : 14J01-003-SPC-VA-001
:
SCHEDULES
Page 202
TECHNICAL SPECIFICATION
OVERALL DIMENSIONS
L x W x H (mm x mm x mm)
WEIGHT
Rigging (Tons)
7.00.00
2.01.00
GENERAL
Type
Make
Model No.
Capacity (TR)
2.02.00
Overall Dimension (L x B x D)
Nos. Quoted
Catalogue enclosed
(mm x mm x mm)
Yes / No.
REFRIGERANT COMPRESSOR
Manufacturer
No. of Units
Type
Refrigerant
PERFORMANCE
Condensing Temp (oC)
Capacity in Kcal/hr.
R.P.M.
B.H.P. required
Lubrication type
H.P. recommended
SCHEDULES
Page 203
TECHNICAL SPECIFICATION
Yes/No
Model No.
Type
Performance Data
Fluid temperature
Tube side
Velocity (M/Sec)
No. of passes
C inlet
C outlet
L.M.T.D. OC
(Including correction factor)
Shell side
pressure in kg/Sq.Cm
:
:
CONSTRUCTION
_________________________________________________________
Items
Material Quantity Outside Inside
Nominal
dia.
dia.
thickness
_________________________________________________________
Specialty
Tubes
Tube sheet
Shell
Auxiliaries provided
Doc. No. : 14J01-003-SPC-VA-001
Tube side
SCHEDULES
Shell side
Page 204
TECHNICAL SPECIFICATION
Thermo-wells
Pressure gauges/connection
Vent. Connection with valves
Drain connection with valves
Relief valve
Fusible plug
Antifreeze thermostat
Remarks
2.04.00
EVAPORATOR
FAN
PERFORMANCE
Capacity
CMH
mmWG
Outlet velocity
M/Sec.
Rated speed
(V-Belts)
R.P.M.
B.H.P.
H.P.
Motor rating
H.P.
CONSTRUCTION
2.05.00
Impeller material
Casing material
Shaft material
Drive
Coupling
Overall dimensions
No. of outlets
Overall dimensions
Gross weight
No. of quoted
COOLING COIL
SCHEDULES
Page 205
TECHNICAL SPECIFICATION
2.05.01
No. quoted
PERFORMANCE
Cooling capacity
Kcal/Hr
Air quantity
Cu. M/Hr
C/RH
C/RH
C
Water quantity
Cu. M /Min.
mm WG
MWC
Fouling factor
Kcal/Sq. m /Hr./ 0C
CONSTRUCTION
2.05.02
Fin. material
No. of fins
Face velocity
No. of rows
No. of circuits
m/sec
No quoted
PERFORMANCE
CONSTRUCTION
Cooling capacity
Kcal/Hr
Air quantity
CMH
Fin. Material
No of fins
SCHEDULES
Page 206
TECHNICAL SPECIFICATION
2.06.00
No. of circuits
Fouling factor
Kcal / Sq. m / Hr /C
Size of coil
(Face area)
No of rows
Type
Efficiency
HUMIDIFIER
Type
Capacity
Material of Construction
2.08.00
2.07.00
HEATER
Type
Rating
No. of Banks
2.09.00
3.00.00
WATER PUMPS
(Use separate sheets for Chilled water pump & Condenser water pump)
Manufacturer
Model No.
Type
Overall dimension
(mm x mm)
Operating weight
kG
SCHEDULES
Page 207
TECHNICAL SPECIFICATION
PERFORMANCE
Rated capacity
CMH
(MWC)
Pump input
HP
Drive Motor HP
HP
Permissible suction
(MWC)
Pump speed
R.P.M.
Yes/No
Yes/No.
Model No.
Type
KG.
Overall dimensions
(mm x mm x mm)
CMH
PERFORMANCE
Cooling water quantity
Water temperature Inlet
Approach
Fan Capacity
Cu. M / Hr.
Total pressure
mm WG
Fan Power
BHP
Type of drive
Outlet
SCHEDULES
C
C
C
M / Sec.
Page 208
TECHNICAL SPECIFICATION
No. of Nozzles
MWC
Yes/No
Yes/No.
Model No.
Overall Dimensions
mm (Dia.) X mm (Length)
MATERIAL OF CONSTRUCTION
6.00.00
a)
Outer Shell
b)
Core
CMH
mmWG
Total weight
Kg.
Motorized Damper
Manufacturer
Pressure drop
mm WG
m/sec
INSULATION
THERMAL
Name of manufacturer
Trade Name
Type
SCHEDULES
ACOUSTIC
Page 209
TECHNICAL SPECIFICATION
8.00.00
Model No.
Type
Number quoted
Type of drive
KW of motor offered
Type of insulation
Type of enclosure
Yes/ No.
Yes/ No.
SCHEDULES
Page 210
TECHNICAL SPECIFICATION
9.00.00
MISCELLANEOUS INSTRUMENTS
9.01.00
HUMIDISTAT
Name of manufacturer
Model Number
Number furnished
Type
9.02.00
THERMOSTAT
Name of manufacturer
Model Number
Number furnished
Type
9.03.00
9.04.00
PRESSURE INDICATORS
Name of manufacturer
Type
Dial size, mm
TEMPERATURE INDICATORS
Name of manufacturer
Type
SCHEDULES
Page 211
TECHNICAL SPECIFICATION
10.00.00
MISCELLANEOUS PARTICULARS
10.01.00
Yes / No
10.02.00
Yes / No
10.03.00
Yes / No
10.04.00
Yes / No
10.05.00
Yes / No
10.06.00
Yes / No
10.07.00
Yes / No
10.08.00
Yes / No
SEAL OF COMPANY
SIGNATURE
NAME
DESIGNATION
SCHEDULES
Page 212
TECHNICAL SPECIFICATION
SCHEDULE IIIB
TECHNICAL PARTICULARS
(ELECTRICAL)
1.00.00
A.C. MOTORS
1.01.00
General
1.01.01
Application
1.01.02
Quantity
1.01.03
Make
1.01.04
Frame Size
1.01.05
Applicable Standard
1.02.00
1.02.01
Type of Motor
1.02.02
Service
1.02.03
Duty Cycle/Designation
1.02.04
At 40 C ambient KW
At 45 C ambient KW
At 50 C ambient KW
:
:
1.02.05
1.02.06
1.02.07
1.02.08
1.02.09
No load current
1.02.10
1.02.11
Full load %
b)
3/4 load %
c)
1/2 load %
SCHEDULES
Page 213
TECHNICAL SPECIFICATION
1.03.00
Performance
1.03.01
Method of starting
1.03.02
Starting time at
80%V
1.03.03
a)
With load
Sec.
b)
Sec.
80%V
100%V 110%V
a)
Hot condition
Sec.
b)
Cold condition
Sec.
1.04.00
Construction
1.04.01
1.04.02
b)
2.00.00
2.01.00
Make
2.02.00
Type
2.03.00
Enclosure
2.04.00
Degree of Protection
2.05.00
a)
Inscription plate
b)
2.06.00
Number furnished
b)
Current rating
Break (Inductive)
2.06.01
100%V 110%V
:
:
SCHEDULES
Page 214
TECHNICAL SPECIFICATION
3.00.00
NOT USED
4.00.00
HOOTER SYSTEM
4.01.01
Type
4.01.02
Architecture
4.01.03
Type of contact
4.01.04
4.01.05
Audible Alarm
4.01.06
4.01.07
Tone Generator
4.01.08
Sound Intensity
4.01.09
Preferred Sequence
4.01.10
Make
4.01.11
Model No.
5.00.00
CABLES
POWER
5.01.00
Make
5.02.00
Type
5.03.00
Applicable Standard
5.04.00
Voltage Grade
5.05.00
5.06.00
5.07.00
5.08.00
a)
Service Voltage
b)
Neutral Earthing
CONTROL
CABLE
CABLES
:
:
Continuous
Deg.C
b)
Short Time
Deg.C
Conductor
a)
Material
b)
Size
Sq.mm.
c)
No./ mm
Shielding On Conductor
SCHEDULES
Page 215
TECHNICAL SPECIFICATION
5.09.00
5.10.00
5.11.00
5.12.00
a)
Material
b)
Type
c)
Thickness
Insulation
a)
Material
b)
Type
c)
Thickness
a)
Material
b)
Type
c)
Thickness
mm
Inner Sheath
a)
Material
b)
Type
c)
Thickness
d)
Extruded
e)
mm
Yes / No.
mm
Overall Sheath
a)
Material
b)
Type
c)
Thickness
5.14.00
5.15.00
5.16.00
In Ground
b)
In Duct
c)
In Air
5.18.00
mm
Shielding On Insulation
5.13.00
5.17.00
mm
(KA)
CABLE SYSTEM
SCHEDULES
Page 216
TECHNICAL SPECIFICATION
5.19.00
Cable Trays
5.19.01
Make
5.19.02
Type/Material
5.19.03
5.19.04
5.19.05
i)
ii)
Thickness of Galvanised
:
:
:
5.19.06
5.19.07
Reference Standard
5.19.08
5.20.00
Conduits
5.20.01
Make
5.20.02
Type/Material
5.20.03
Reference Standard
5.20.04
Gauge :
up to 25 mm dia.
above 25 mm dia.
5.21.00
Cable Lug
5.21.01
Make
5.21.02
Type/Material
5.21.03
5.21.04
Reference Standard
5.21.05
Whether drawings/catalogues
enclosed?
5.22.00
Ferrules
5.22.01
Make
5.22.02
Type/Material
5.22.03
Colour
5.22.04
Interlocked type?
:
SCHEDULES
Page 217
TECHNICAL SPECIFICATION
5.22.05
Reference Standard
5.23.00
Cable Clamps
5.23.01
Make
5.23.02
Type/material
5.24.00
5.24.01
Make
5.24.02
Type
5.25.00
Grounding
5.25.01
Material
5.25.02
Size
6.00.00
6.01.00
General
6.01.01
Make
6.01.02
6.01.03
b)
6.01.04
Interrupting
Symmetrical
KA
KA rms
KV rms
Insulation Level
1 min. 50 Hr/Voltage
withstand
6.01.05
Enclosure
a)
Degree of Protection
b)
Minimum thickness
of sheet metal
mm
6.02.00
Construction
6.02.01
Double Front
6.02.02
SCHEDULES
Single Front
Page 218
TECHNICAL SPECIFICATION
a)
MCC (L x D x H) mm
b)
DB (L x D x H)
mm
6.03.00
Bus Bar
6.03.01
a)
Amp
b)
Amp
6.03.02
Deg.C
6.03.03
KA rms
6.03.04
Bus Connections
a)
Silver plated
b)
c)
6.03.05
a)
Phase to phase
b)
Phase to ground mm
mm
6.04.00
MCCB/ MCB/MPCB (Bidder has to submit separate details for each item)
6.04.01
Make
6.04.02
Rated Currents
a)
b)
AMPS
KA rms
6.04.03
Deg.C
6.04.04
6.04.05
SCHEDULES
Page 219
TECHNICAL SPECIFICATION
a)
Symmetrical
KA rms
b)
Asymmetrical
KA rms
6.04.06
KA rms
6.05.00
Switches
6.05.01
Make
6.06.00
Fuse
6.06.01
Rupturing capacity
6.07.00
Contactors
6.07.01
Make
6.08.00
Push Buttons
6.08.01
Push Button
6.08.02
KA rms (sym)
Make
Lamps
a)
Make
b)
Type
6.09.00
6.09.01
Make
6.10.00
Meter
6.10.01
Make
6.10.02
Size
6.10.03
Accuracy class
6.11.00
6.11.01
Make
6.12.00
Current Transformer
6.12.01
Make
6.13.00
Current Transducer
6.13.01
Make
6.14.00
:
Secondary Wiring
6.14.01
Type of Insulation
6.14.02
Voltage Grade
6.14.03
Conductor Material
SCHEDULES
Page 220
TECHNICAL SPECIFICATION
6.14.04
Potential Circuit
Sq.mm
b)
Sq.mm
6.15.00
Terminal Block
6.15.01
Make
6.15.02
6.16.00
6.16.01
6.17.00
Cable Termination
6.17.01
6.18.00
Ground Bus
6.18.01
6.18.02
Material
6.18.03
Size
6.19.00
Name Plate
6.19.01
Material
6.20.00
6.20.01
Cubicle Heater
a)
6.20.02
Thermostat controlled
Plug Socket
a)
Make
6.20.03
6.20.04
6.21.00
6.22.00
Yes/No.
Protective Relays
a)
Make
b)
Type
Tropical Protection
a)
:
SCHEDULES
Page 221
TECHNICAL SPECIFICATION
b)
6.23.00
Painting
Finish of MCC cum PDB
a)
Inside
b)
Outside
6.24.00
Test
6.24.01
a)
b)
c)
d)
6.24.02
6.25.00
6.25.01
General arrangement
6.25.02
Foundation plan
6.25.03
7.00.00
Yes/No.
8.00.00
SEAL OF COMPANY
Yes/No
SIGNATURE
NAME
DESIGNATION
SCHEDULES
Page 222
TECHNICAL SPECIFICATION
SCHEDULE IV A
LIST OF MANDATORY SPARE PARTS
1.00.00
The bidder shall tabulate in the pro-forma below list of Mandatory spare parts as per
specification clause no. 4.00.00, PART-B.
ITEM
SEAL OF COMPANY
DESCRIPTION
QUANTITY
OFFERED
SIGNATURE
NAME
DESIGNATION
SCHEDULES
Page 223
TECHNICAL SPECIFICATION
SCHEDULE IV B
LIST OF RECOMMENDED SPARE PARTS
1.00.00
The bidder shall tabulate in the pro-forma below list of spare parts recommended by him
for three (3) years operation.
ITEM
SEAL OF COMPANY
DESCRIPTION
QUANTITY
OFFERED
SIGNATURE
NAME
DESIGNATION
SCHEDULES
Page 224
TECHNICAL SPECIFICATION
SCHEDULE-V
SPECIAL TOOLS AND TACKLE DATA
1.00.00
Enclosed with proposal, item wise list, F.O.R. site, properly packed for transportation and
protected from weather and finally painted, for special tools and tackles:
SL. NO.
SEAL OF COMPANY
DESCRIPTION OF
TOOLS / TACKLES
QUANTITY
OFFERED
SIGNATURE
NAME
DESIGNATION
SCHEDULES
Page 225
TECHNICAL SPECIFICATION
SCHEDULE VI
WORK PROGRESS SCHEDULE
1.00.00
The tenderer shall confirm his acceptance of the specified dates counting from the date
of issue of letter of intent, for submission of drawings to the consulting engineers for
approval, for delivery of the plant and machineries for erection and commissioning of the
entire Air Conditioning System in the following format.
2.00.00
Submission to consulting engineering for approval within weeks, after signing of contract.
Items
Specified Time
2.01.00
2 weeks
2.02.00
1 week
2.03.00
3 weeks
a)
b)
c)
d)
Cooling Towers
e)
f)
2.04.00
1 week
2.0500
3 weeks
SCHEDULES
Bidders
Acceptance
Page 226
TECHNICAL SPECIFICATION
2.06.00
2 weeks
2.07.00
4 weeks
2.08.00
1 week
2.09.00
3 weeks
a)
b)
c)
d)
Cooling Towers
e)
2.10.00
Drawings and
instrument.
2.11.00
3.00.00
DELIVERY SCHEDULE
4.00.00
data
sheet
for
each
2 weeks
1week
a) Start of delivery
------4------- th week
b) Completion of delivery
------12------- th week
ERECTION SCHEDULE
a) Start of erection
------6------- th week
b) Completion of erection
------14------- th week
SCHEDULES
Page 227
TECHNICAL SPECIFICATION
5.00.00
a) Start of Commissioning
------15------- th week
------16------- th week
Start date
b) Completion of Performance
during peak Summer
Testing
Liquidated Damages as per GCC 27.1 shall be applicable in case work upto point 5.00.00 (b) shall not be
completed within 16 week.
SEAL OF COMPANY
SIGNATURE
NAME
DESIGNATION
SCHEDULES
Page 228
TECHNICAL SPECIFICATION
SCHEDULE VII
DEVIATIONS FROM SPECIFICATION
If the Bidder requires any deviation from the specification, he must raise such issues in writing during prebid clarification meeting for discussions on the same.
Based on the accepted deviations (raised by the Bidders), if any, an Amendment to the specification will be
issued to all the Bidders/uploaded in the web.
Any further deviation from the Specification and its Amendment will not be acceptable. In this respect all
the Bidders are to submit the Undertaking as follows:
WE HEREBY AGREE TO ACCEPT ALL TERMS & CONDITIONS OF THE TENDER AND
ITS AMENDMENTS UNCONDITIONALLY.
WE ALSO CONFIRM THAT OUR OFFER SHALL NOT CONTAIN ANY DEVIATION FROM
THE TENDER SPECIFICATION AND ITS AMENDMENTS WITHOUT ANY CONDITION
WHATSOEVER.
SIGNATURE
SCHEDULES
Page 229
TECHNICAL SPECIFICATION
SEAL OF COMPANY
DESIGNATION
SCHEDULE VIII
CHECK LIST FOR COMPLETENESS OF OFFER
SL.
NO.
ISSUE
01.
02.
03.
04.
05.
06.
07.
Confirm that all the drawings, data as asked for in the specification
shall be furnished for approval.
08.
Confirm that the drain piping up to the nearest drain point and makeup water piping up to a distance of 5 M from the Cooling towers and
Precision Air Conditioners have been included.
09.
BIDDERS RESPONSE
SCHEDULES
Page 230
TECHNICAL SPECIFICATION
10.
11.
12.
Confirm that all testing at shop and at site as asked for, in the
specification shall be carried out and test certificates shall be
furnished.
13.
14.
15.
16.
Confirm that the rates and quantum of all taxes and duties have been
indicated in the price part of the offer.
17.
Confirm that the unit rates of all the variable items and equipment as
asked for, in the specification have been indicated in the price part of
the offer.
18.
19.
Confirm that the performance curves of all fans and pumps shall be
enclosed with offer with proper marking of duty conditions.
20.
Confirm that minor cutting and making good of the holes in walls /
roofs / floors for passage of ducts, pipes etc. shall be included in the
scope of the Bidder.
21.
Confirm that all the fans shall be both statically and dynamically
balanced and balancing certificates shall be furnished.
22.
Confirm that the motor ratings of the compressors, pumps have 15%
and fans have 20% margin over the brake horsepower of the
respective equipment.
23.
24.
25.
Confirm that the total head of the condenser water pumps are
sufficient to cater to the requirements of respective System.
SCHEDULES
Page 231
TECHNICAL SPECIFICATION
26.
Confirm that fans provided with Precision Air Conditioners will develop
adequate static pressure - which is required to overcome the total
pressure drop in the system as specified and shown in tender
drawings.
27.
Confirm that the Mandatory Spares as per list furnished in ScheduleIV-A has been offered.
28.
Confirm that type test certificates for all drive motors; equipment will
be furnished for approval.
29.
Confirm that motors for all equipment shall be designed for ambient
temperature (50C), as specified and such ratings shall be indicated
on the motor nameplates.
30.
Confirm that all necessary cable glands and lugs (to suit selected
cable sizes) including all hardware have been included in your scope
for termination at your equipment end.
31.
Confirm that terminal box of each drive motor (main and space
heater, as applicable) shall be suitable for termination and connection
of the type and size of LV cables as indicated in specification.
32.
33.
Confirm that all Local Push Button Station as specified has been
offered.
34.
35.
36.
37.
Confirm that number and type of MCC cum PDB cum Control Panel
and PDB as specified has been offered.
38
Confirm that MCC cum PDB cum Control for Air conditioning system
shall be floor mounted and suitable for top entry of cables and shall
have provision for 1x100% Incomer for each panel.
39.
40.
Confirm that the Spare feeders as specified have been provided in the
MCC cum PDB cum Control Panel.
41.
Confirm that space heating has been provided for all motors rated
30KW and above.
42.
SCHEDULES
Page 232
TECHNICAL SPECIFICATION
SEAL OF COMPANY
SIGNATURE
NAME
DESIGNATION
SCHEDULE -IX
DECLARATION SHEET
I,.certify that all the above typed in data and
information as furnished in this specification are correct and are true representation of the equipment and
services covered by our formal proposal number dated .........................
I hereby certify that I am duly authorised representative of the Tenderer whose name appears above my
signature.
Tenderers Name
Authorised Representatives
Name (Typed)
Tenderers Intent
Authorised Representatives
Signature
SCHEDULES
Page 233
TECHNICAL SPECIFICATION
SEAL OF COMPANY
NAME
DESIGNATION
SCHEDULES
Page 234
PART-C
ELECTRICAL EQUIPMENT SPECIFICATION
PART-C
Page 235
PART-C
ELECTRICAL EQUIPMENT SPECIFICATION
CONTENTS
TECHNICAL SPECIFICATION
SUBSECTION-I
SUBSECTION-II
ELECTRIC MOTORS
SUBSECTION-III
SUBSECTION-IV
SUBSECTION-V
SUBSECTION-VI
PAINTING
PART-C
Page 236
SUB-SECTION- I
GENERAL ELECTRICAL SPECIFICATION
PART-C SEC - I
Page 237
SUB-SECTION- I
GENERAL ELECTRICAL SPECIFICATION
CONTENTS
CLAUSE NO.
DESCRIPTION
1.00.00
2.00.00
AMBIENT CONDITIONS
3.00.00
4.00.00
5.00.00
6.00.00
7.00.00
8.00.00
SPARE PARTS
9.00.00
PROPOSAL DATA
10.00.00
DRAWING APPROVAL
11.00.00
DEVIATIONS
12.00.00
13.00.00
PART-C SEC - I
Page 238
1.01.00
The equipment offered under this package shall comply with the relevant Indian Standards,
IEC or British Standards or applicable National / International Standards. In case any
discrepancy arises, the most stringent one shall be followed.
1.02.00
In case of other applicable National/International Standards, copies (at least two) of English
version of the same shall be submitted by the successful Bidder.
1.03.00
The electrical equipment/installations offered by the Bidder shall comply with the requirement
of following Rules/Regulations as amended up to-date.
a.
b.
c.
1.04.00
The successful Bidder shall be responsible for obtaining necessary approval and making
whatever additions/modifications considered necessary by the electrical Inspectors and other
statutory authorities to bring the installation in conformity with the above Rules / Regulations.
2.00.00
AMBIENT CONDITIONS
2.01.00
Where the equipment are to operate in the vicinity of high temperature zone, or installed outside
and exposed to direct sun rays, suitable de rating shall be taken into consideration for higher
ambient temperature and rigorous weather conditions, as applicable.
3.00.00
3.01.00
Fault Level
Grounding
50 KA (1 sec)
Solidly earthed
25 KA
Unearthed
3.02.00
At the time of starting large equipment the voltage may drop by a maximum of 20% for a period
of 60 seconds depending upon the driven equipment characteristic. All electrical equipment, while
running, shall successfully ride over such period without affecting system performance.
3.03.00
Voltage levels
Following voltage levels shall be adopted for power station auxiliaries:
Energy network apparatus
Voltage
(V)
No. of phases
& frequency
Grounding
415V 10%
3Ph, 50 Hz.
5%
Solidly earthed
240V 10%
1Ph, 50 Hz,
Solidly earthed
PART-C SEC - I
Page 239
240V 10%
1phase, 50 Hz,
5%.
Solidly earthed
240V 10%
1phase, 50 Hz,
5%.
Solidly earthed
3.04.00
In case power supply in addition to those indicated above is required for some of Bidders
equipment, the Bidder shall make his own arrangement by providing necessary conversion,
rectification and transformation equipment.
4.00.00
4.01.00
The electrical systems shall be designed for operation where continuity of supply is of prime
consideration. The system / equipment shall ensure satisfactory operation under sudden variations
of load and voltage (mentioned else where in the specification) that may be met under various
conditions of plant operation, including those due to starting of loads and short circuit and other
abnormal system conditions.
4.02.00
The design shall include reasonable safeguards and provisions for the safety of all personnel
during commissioning, operation, and maintenance of the facility. Electrical devices and
equipment shall minimize risk of fire.
4.03.00
Where electrical equipment is essential for continued operation of the facility, redundancy shall
be provided so as to permit maintenance without interfering continuous operation.
4.04.00
For continuous operation at specified ratings, temperature rise of all electrical equipment shall be
limited to permissible values stipulated in relevant standard and / or this specification.
4.05.00
All electrical equipment and components thereof shall be capable of withstanding the mechanical
forces and thermal stresses of listed short circuit current with out any deterioration or damage to
the material.
4.06.00
Electrical equipment shall be installed in hot, humid, tropical environment, highly polluted with
coal dusts and fly ash and shall be designed accordingly.
4.07.00
4.08.00
Grounding
4.08.01
b.
Galvanized steel flats shall run as main earth conductor along building columns / walls
and securely fixed to the same by welding / clamping at intervals not exceeding 1500
mm.
PART-C SEC - I
Page 240
4.08.02
c.
Cable screens and armor (wherever applicable) are earthed at both ends for multi core
cables. For single core cables, the same is done at switchgear end only.
d.
Above grade ground conductor connections shall be welded except at the equipment
end, where the connections are bolted.
Sl.
No
Material
Galvanized flat
Size
50x6mm GI flat
415V motors
Above 22KW up to 100KW
Above 5.5KW up to 22KW
Up to 5.5KW
Galvanized flat
Galvanized flat
GI wire
35x6mm GI flat
25x3mm GI flat
8SWG GI wire
Control panel
Galvanized flat
25 x 3 mm GI flat
GI wire
8 SWG GI wire
4.09.00
Cabling
4.09.01
Following aspects shall be taken into consideration for sizing of power cables :
a.
b.
c.
Voltage drop in cable under normal running of feeder and starting of motor.
4.09.02
Cables shall generally be selected from standard cable sizes, current carrying capacities and derating factors as available in relevant I.S and manufacturers catalogue.
4.09.03
For line feeders the sizing shall be carried out based on fault duration of 0.46 sec. However, for
fuse or MCB protected feeders conductor size shall be independent of fault level at 415V AC or
220V DC bus
4.09.04
For motor feeders, the conductor size shall depend on motor name plate current subject to
running voltage drop of 3% and starting voltage drop not exceeding 15%. While calculating the
voltage drop due regard shall be given to transformer regulation considering the upstream
transformer as loaded to the extent of 90%.
4.09.05
For loads fed from MCC CUM PDB / PDB / local Starter Panels, the total running voltage drop in
cable from 415V MCC CUM PDB / PDB / local Starter Panel and from MCC CUM PDB / PDB /
local Starter Panel to individual load shall be limited to 3% of the name plate rating.
4.09.06
Minimum size of 415V power cable shall generally be 10 mm Aluminum. However, for drives /
loads of small ratings 2.5 mm CU, XLPE cable may be used, depending on requirement.
4.09.07
415V power cables, laid in tray shall be in touching formation in single layer. Single core power
cables shall be laid in trefoil formation and shall have 2D distance (center-to-center) between
two trefoils.
PART-C SEC - I
Page 241
Control cables shall be 2.5 mm2 stranded copper cable. Multi core control cable shall generally
have spare conductor (s) in accordance with the following :
Conductors
Cables
1 or 2
1 - 3/c
3 or 4
1 - 5/c
5 or 6
1 - 7/c
7 or 9
1 - 10/c
10 or 12
1 -16/c
13 to 16
1 -19/c
Above 19 core
4.10.00
Cable Routing
4.10.01
Cables shall generally be laid on cable trays either in trenches or overhead trestles supported
from building steel/structures.
4.11.00
Cable laying
4.11.01
The highest voltage grade cable shall be laid in the topmost tray and other voltage grade cable
in the lower trays in descending order. The order of cable laying starting from top of the tray is
given below.
a.
b.
Control cables
c.
4.11.02
LT power cables shall be laid in touching formation in single layer. Single core power cables
shall be laid in trefoil touching formation and shall have clearance of 2D distance between two
trefoils.
4.11.03
All control cables and instrumentation cables shall be laid in multi layers touching each other.
4.11.04
In some cases LT power and control cable may be laid in same tray with a gap of 150mm
between them.
4.12.00
4.12.01
Fire-sealing system with at least 2 hour fire rating shall be provided for sealing cable entry below
floor mounted switchgears/control panels, cables penetrating wall openings & floor openings etc.
The fire sealing materials shall be non-toxic, non-hygroscopic, chemically stable and mechanically
sturdy.
5.00.00
5.01.00
Electrical equipment shall be able to be handled without obstruction during erection and
maintenance. Adequate handling facilities, space, door / rolling shutter of adequate width and
height shall be provided for this purpose. In general minimum clearance of 1000mm shall be
PART-C SEC - I
Page 242
provided on rear of panel for single front boards where rear door width is less than 1000mm and
where cable trench / trays below is not obstructed by column foundation / columns. For double
front boards clearance from wall to column shall be 1500mm. For installation with two rows of
switchboards facing each other, a minimum clearance of 2000mm shall be maintained. Clearance
between adjacent panels in a row shall be 200mm or more than 800mm. Clearance from top of
switchboard/ panel to the nearest obstruction shall be maintained at 1000mm. The clearance
shall also be guided by equipment handling space, wherever applicable, and space required for
movement of personnel. Switchboards shall be arranged to minimize interference with floor
beams, where it is unavoidable dummy panel shall be provided. Adequate space shall be
provided for expansion of board on either side to accommodate additional panels, if required.
6.00.00
6.01.00
Painting / coating system shall provide an optimum life expectancy of 10 years from the time of
original painting. The optimum life of a painting/coating system shall be considered the time until
first maintenance painting / touch up should occur with 3 to 5 percent breakdown of the top
coat, before active rusting begins. Surfaces of equipment, which are inaccessible after assembly,
shall be protected for the life of the equipment.
6.02.00
All surfaces shall be sand blasted, pickled and grounded as required to produce a smooth, clean
surface free of scale, grease and rust before painting. After cleaning, the surfaces shall be given
a phosphate coating followed by 2 coats of high quality rust resistant primer and stoved after
each coat. This shall be followed by two coats of epoxy finish painting of approved color shade.
Sufficient quantity of touch-up paint shall be furnished for application at site. Exact color shade
shall be informed to the successful Bidder during detail engineering.
6.03.00 Structural steel members to be galvanized shall be pickled after completion of fabrication process. Pickling
shall remove scale, rust, grease, and other impurities. Steel shall be hot-dip galvanized in
accordance with ASTM A123 or equivalent.
6.04.00 For bolted connections, where either member to be bolted is galvanized, erection and structural bolts shall
be galvanized in accordance with ASTM A153.
6.05.00
All equipment, accessories and wiring shall have fungus protection involving special treatment of
insulation and metal against fungus, insects and corrosion Ventilated equipment shall have fine
mesh / screened louvers to prevent entrance of pests and dusts.
7.00.00
7.01.00
The successful Bidder shall carry out all routine tests and any other special tests as per relevant
standards or as may be agreed with the Purchaser or required by the electrical inspector for
various equipment. Type test certificates of identical type and rating of equipment shall be
furnished for approval of Purchaser / consultant, otherwise type test shall be carried out by the
Bidder within the contracted price and delivery period. Certificates of type tests performed before
five (5) years are not acceptable.
7.02.00
7.03.00
After completion of erection work at site, different equipment / system of the installation shall be
tested by the Bidder, with an advance notice to the Purchaser. The Bidder shall prepare
pre-commissioning test pro forma of each equipment/work/system indicating their data. The pro
PART-C SEC - I
Page 243
forma shall be submitted to Purchaser for approval. Reference shall also be made to
manufacturers requirement / recommendation and procedure to be followed for site tests. List of
site tests to be performed with respect to individual equipment / system are given elsewhere in
the specification. The test result of any installation or equipment or its parts, if considered
unsatisfactory by the Purchaser, the installation/equipment and its accessories shall be properly
rectified and tested again by the Bidder free of cost to the satisfaction of the Purchaser.
8.00.00
SPARE PARTS
8.01.00
For each electrical equipment the Bidder shall submit a recommended list of spare parts for three
(3) years' continuous operation along with their item wise Price. Commissioning spares, as
required during commissioning of electrical equipment shall be considered as included in Bidders
scope.
9.00.00
PROPOSAL DATA
The proposal data sheets annexed to this specification shall be filled in without any ambiguity
by typing in appropriate place on each page. These pages must be properly signed by
authorized representative of the Bidder as verification of the data and submitted along with the
bid to form part of the Bidder's formal proposal.
The scope of supply, installation and commissioning work considered by the Bidder shall be
clearly spelt out in the offer. Any intended omissions or deviations must be clearly stated under
the Deviation Shee giving reference to clause no. of tender specification. Otherwise, it shall be
construed that there is no deviation in Bidders offer and the same is in strict compliance with the
tender specification.
The Bidder shall be fully responsible for carrying out all co- ordination and liaison work with
Electrical Inspectors, Factory Inspector, and other statutory bodies for implementation of the
work. Applications on behalf of the Purchaser, for submission to the Electrical Inspector and other
statutory bodies along with necessary drawings etc. shall be prepared by the Bidder. Approved
drawings and certificates shall be submitted to the Purchaser/Consultant well ahead of schedule
so that the actual commissioning of equipment does not get delayed for want of inspection and
approval by the Inspector and other statutory bodies.
13.00.00
13.01.00
13.01.01
Following information and document in addition to what has been asked for elsewhere in this
specification shall be furnished during submission of the bid.
PART-C SEC - I
Page 244
a.
b.
c.
d.
Maximum continuous running load of the plant under stringent conditions of operation
with break up.
e.
f.
g.
13.02.00
13.02.01
Following information and document in addition to what has been asked for in respective
equipment specification shall be furnished after award of contract for approval / reference /
record of Purchaser.
a.
Final electrical load list. Approved format of load list shall be handed over to the
successful Bidder. (R)
b.
c.
d.
e.
f.
Schematic (A) and wiring drawing of electrical equipment, panels etc. (R)
g.
Electrical and cable routing layout showing location of various electrical equipment,
cable trays, shafts, risers, cable trenches etc. (R)
h.
i.
j.
k.
l.
13.02.02
Any other relevant drawing or data necessary for satisfactory installation, operation and
maintenance.
13.02.03
The Bidder may note that the drawings, data and manuals listed are minimum requirement
only. The Bidder shall ensure that all other necessary write-ups, curves and information
required to fully describe the equipment offered are submitted with his bid.
PART-C SEC - I
Page 245
13.02.04
The drawings and documents marked with (A) above are of Approval category and are
subject to review by Purchaser. Those marked (R) are for reference category.
The Purchaser may review the documents marked (R) if thought necessary. The Bidder shall
note that the approval of drawings & documents by the Purchaser does not relieve him of his
contractual obligation.
PART-C SEC - I
Page 246
SUB-SECTION II
TECHNICAL SPECIFICATION OF
ELECTRIC MOTORS
PART-C SEC - II
Page 247
TECHNICAL SPECIFICATION OF
ELECTRIC MOTORS
CONTENT
CLAUSE NO.
DESCRIPTION
1.00.00
SCOPE OF SUPPLY
2.00.00
SERVICE CONDITIONS
3.00.00
DESIGN CRITERIA
4.00.00
PERFORMANCE
5.00.00
SPECIFIC REQUIREMENTS
6.00.00
ACCESSORIES
7.00.00
TESTS
8.00.00
PART-C SEC - II
Page 248
TECHNICAL SPECIFICATION OF
ELECTRIC MOTORS
1.00.00
SCOPE OF SUPPLY
1.01.00
1.02.00
Motors shall be furnished in accordance with both this specification and the
accompanying driven equipment specification. In case of any discrepancy, the driven
equipment specification shall govern.
2.00.00
SERVICE CONDITIONS
2.01.00
Motors shall be installed in hot, humid and tropical atmosphere, highly polluted at
places with coal dust and/or fly ash.
2.02.00
Unless otherwise noted, electrical equipment / system design shall be based on the
service conditions.
2.03.00
For motor installed outdoor and exposed to direct sunrays, the effect of solar heat
shall be considered in the determination of the design ambient temperature.
3.00.00
DESIGN CRITERIA
3.01.00
AC Motors
3.01.01
Motors shall be general purpose, constant speed, squirrel cage, three / single phase,
induction type.
3.01.02
All motors shall be rated for continuous duty. They shall also be suitable for long
period of inactivity.
3.01.03
Motors shall be suitable for both direction of rotation, unless otherwise specified.
3.01.04
Motor nameplate rating at 50 0C shall have at least 15% margin over the input power
requirement of the driven equipment at rated duty point unless stated otherwise in
driven equipment specification.
3.01.05
The motor characteristics shall match the requirement of the driven equipment so
that adequate starting, accelerating, pull up, break down and full load torques are
available for the intended service.
4.00.00
PERFORMANCE
4.01.00
Running Requirements
4.01.01
Motor shall run continuously at rated output over the entire range of voltage and
frequency variations as furnished elsewhere in the specification.
4.01.02
The motor shall be capable of operating satisfactorily at full load for 5 minutes
without injurious heating with 75% rated voltage at motor terminals.
4.02.00
Starting Requirements
4.02.01
Motor shall be designed for direct on line starting at full voltage (except for motors
started through VFD). Starting current shall not exceed 6 times the full load current.
PART-C SEC - II
Page 249
4.02.02
Motor shall be capable of withstanding the stresses imposed if started at 110% rated
voltage.
4.02.03
Motor shall be capable of three equally spread starts per hour, the motor initially
being at a temperature not exceeding the rated load operating temperature. Apart
from this, with voltage and frequency within permissible limit, the motor shall be
capable of two starts from cold in quick succession with a third start five minutes
thereafter, all with full load. The motor shall have a hot restart capability of one
immediate restart followed by two starts at fifteen minutes interval, all fully loaded.
4.02.04
Motor shall start with rated load and accelerate to full speed with 80% rated voltage
at motor terminals.
4.02.05
With voltage and frequency within permissible limit, the motor shall be capable of two
starts in succession with coasting to rest between starts and the motor initially at
rated operating temperature, all at full load.
4.02.06
Intermittent duty motors shall be selected where defined by the driven equipment
specification.
4.02.07
Pump motor subject to reverse rotation shall be designed to withstand the stresses
encountered when starting with non-energized shaft rotating at 125% rated speed in
reverse direction.
4.03.00
4.03.01
The motor may be subjected to sudden application of 150% rated voltage during bus
transfer, due to the phase difference between the incoming voltage and motor
residual voltage.
4.03.02
The motor shall be designed to withstand any torsional and / or high current stresses
which may result, without experiencing any deterioration in the normal life and
performance characteristics.
4.04.00
4.04.01
The locked rotor withstand time under hot condition at 110% rated voltage shall be
more than motor starting time by at least 2.5 seconds for motors upto 20 seconds
starting time and by 5 seconds for motor with more than 20 seconds starting time.
4.04.02
4.04.03
Hot thermal withstand curve shall have a margin of at least 10% over the full load
current of the motor to permit relay setting utilising motor rated capacity.
4.05.00
Torque Characteristics
4.05.01
5.00.00
SPECIFIC REQUIREMENTS
5.01.00
5.01.01
All motor enclosures shall conform to the degree of protection IP-55. Motor for
outdoor or semi-outdoor service shall be of weatherproof construction.
PART-C SEC - II
Page 250
5.01.02
For hazardous area, approved type of flame proof / increased safety enclosure shall
be furnished.
5.02.00
Cooling
5.02.01
The motor shall be self ventilated type, totally enclosed fan cooled (TEFC) or closed
air circuit air cooled (CACA).
5.03.00
5.03.01
5.03.02
All motors shall have class F insulation, but limited to class B temperature rise as per
IS: 325.
5.03.03
5.04.00
Bearings
5.04.01
Motor shall be provided with antifriction bearings, unless sleeve bearings are required
by the motor application.
5.04.02
Vertical shaft motors shall be provided with thrust and guide bearings. Thrust bearing
of tilting pad type (Mitchel or kingsbury) are preferred.
5.04.03
5.04.04
Sleeve bearings shall be split type, ring oiled, with permanently aligned, close running
shaft sleeves.
5.04.05
Grease lubricated bearings shall be pre-lubricated for low rating motors & regreasable for higher rating and shall have provisions for in-service positive lubrication
with drains to guard against over lubrication.
5.04.06
Lubricant shall not deteriorate under all service conditions. The lubricant shall be
limited to normally available types with Indian Oil Corporation (IOC) or equivalent.
5.04.07
Bearings shall be insulated as required to prevent shaft current and resultant bearing
damage.
5.05.00
5.05.01
The Noise level shall not exceed 85db (A) at 1.5 meters from the motor.
5.05.02
5.06.00
5.06.01
Motor terminal box shall be detachable type and located in accordance with Indian
Standards clearing the motor base plate/foundation.
5.06.02
Terminal box shall be capable of being turned 360 in steps of 90, unless otherwise
approved.
5.06.03
The terminal box shall be split type with removable cover with access to connections
and shall have the same degree of protection as that of motor.
5.06.04
The terminal box shall have sufficient space inside for termination connection of
6600V / 415V XLPE insulated armored, aluminum conductor cables.
5.06.05
Terminals shall be stud or lead wired type, substantially constructed and thoroughly
insulated from the frame.
PART-C SEC - II
Page 251
5.06.06
5.06.07
The terminal box shall be capable of withstanding maximum system fault current for a
duration of 0.16 sec.
5.06.08
Motor terminal box shall be furnished with suitable cable lugs and double compression
brass glands.
5.06.09
The gland plate for single core cable shall be non-magnetic type.
5.07.00
Grounding
5.07.01
The frame of each motor shall be provided with two separate and distinct grounding
pads complete with tapped hole, GI bolts and bi metallic washer.
5.07.02
5.07.03
5.08.00
Rating Plate
5.08.01
b)
Degree of protection.
c)
d)
e)
f)
Starting limitations.
g)
h)
i)
Service factor
j)
6.00.00
ACCESSORIES
6.01.00
General
6.01.01
6.02.00
Space Heater
6.02.01
Motor of rating 30 KW and above shall be provided with space heaters, suitably
located for easy removal or replacement.
PART-C SEC - II
Page 252
6.02.02
The space heater shall be rated 240 V, 1 phase 50 Hz and sized to maintain the motor
internal temperature above dew point when the motor is idle. However, space heaters
rated above 1200 W shall be suitable for operation at 415 V, 3 ph, 50 Hz.
6.03.00
6.03.01
6.03.02
Accessory terminal box shall be complete with double compression brass glands and
pressure type terminals.
6.04.00
Drain Plug
6.04.01
Motor shall have drain plugs so located that they shall drain the water, resulting from
the condensation or other causes from all pockets of the motor casing.
6.05.00
Lifting Provisions
6.05.01
6.06.00
Dowel Pins
6.06.01
The motor shall be designed to permit easy access for drilling holes through motor
feet or mounting flange for installation of dowel pins after assembling the motor and
driven equipment.
7.00.00
TESTS
7.01.00
Routine test
7.01.01
Shall be conducted for each motor as per IS. In addition any special test if called for
in the driven equipment specification shall be performed.
7.02.00
Type test
7.02.01
Type test certificate on motors of identical type and rating shall be furnished for
approval. Otherwise type test shall be carried out free of charge within the contracted
price and delivery schedule by the Bidder to prove the design.
8.00.00
8.01.00
8.02.00
a)
b)
b)
c)
d)
e)
Starting and speed torque characteristics at 80% & 100% voltage (R)
PART-C SEC - II
Page 253
g)
(R)
8.03.00
The Bidder may note that the drawings, data and manuals listed herein are minimum
requirements only. The Bidder shall ensure that all other necessary write-ups, curves
and information required to fully describe the equipment are submitted with his bid
during execution of the contract.
8.04.00
The drawings and document marked with (A) above are of Approval category and
are subject to review by Purchaser. Those marked (R) are for reference category.
PART-C SEC - II
Page 254
SUB-SECTION III
TECHNICAL SPECIFICATION
OF
POWER DISTRIBUTION BOARD,
MCC cum POWER DISTRIBUTION BOARD,
LOCAL STARTER PANEL
AND
LOCAL PUSH BUTTON STATION
Page 255
CONTENT
CLAUSE NO.
DESCRIPTION
1.00.00
SCOPE OF SUPPLY
2.00.00
DESIGN CRITERIA
3.00.00
SPECIFIC REQUIREMENTS
4.00.00
TESTS
5.00.00
Page 256
TECHNICAL SPECIFICATION
1.00.00
SCOPE OF SUPPLY
1.01.00
This section covers the general requirement of Power Distribution Board, Local starter
panel, MCC cum Power Distribution Board and Local push button station to be provided.
a.
b.
c.
1.02.00
1.03.00
2.00.00
DESIGN CRITERIA
2.01.00
Power Distribution Board (PDB) shall be used to provide power for 415 / 240V AC
auxiliary services and shall be fed from the MCC Cum PDB cum Control Panel. PDB shall
house TPN MCCB as incomer and TPN MCCB as out going feeder.
2.02.00
Local Push Button Station (LPBS) shall be used for controlling the drives from local.
LPBS shall be of the following type :
LPBS TYPE-A shall be provided with one (1) Red STOP push button and one (1) Green
START push button. STOP PB shall be lockable in pushed position (key less mechanism)
and shrouded to prevent accidental operation. START PB shall be push to actuate and
spring return type.
2.03.00
PDB shall be provided with 20% spare outgoing feeders of each type and rating, subject
to minimum one (1) number.
2.05.00
Selection of component for motor starters shall comply with coordination type-II as
per IS-13947 / IEC-947. Bidder shall furnish electrical component selection chart for
Purchasers approval.
2.06.00
For MCC cum PDB cum Control Panel, PDBs, and local push button stations all
provisions and accessories shall be furnished for termination and connection of cables,
including removable un drilled gland plate, cable support arrangement, crimp type
tinned copper lugs, double compression brass glands with tapered washer and terminal
blocks.
3.00.00
SPECIFIC REQUIREMENT
3.01.00
Construction
3.01.01
MCC cum PDB cum Control Panel / PDB shall be metal clad, Compartmentalized, wall /
column mounted and fabricated from 2 mm thick CRCA sheet steel. MCC cum PDB cum
Control Panel / PDB shall be IP-54 protected and shall be provided in dust resisting
cabinets with a full neoprene rubber gasket between the MCC cum PDB cum Control
Panel / PDB and the cabinet front and between the cabinet door and the cabinet front.
Page 257
3.01.02
Local PB Station shall be furnished in dust and vermin proof 2 mm thick CRCA sheet
steel enclosure having degree of protection IP-55 and shall be suitable for mounting on
wall or steel structures.
3.02.00
3.03.00
AC STARTER
3.03.01
CONTACTORS
3.03.02
3.04.00
a.
The contactors shall be three pole, air break type designed for duty class III
- Category AC3 (for unidirectional motors) with non-bouncing silver/ silver
alloy contacts.
b.
Each contactor shall be provided with two (2) normally open and two (2)
normally closed auxiliary contacts rated 10 A at 240V A.C.
c.
d.
THERMAL OVERLOAD
a.
b.
c.
Relays shall be manual reset type with one changeover contact. Resetting of
relays shall be possible with compartment door closed.
d.
CT operated over load relay shall be provided for the fan motors.
PUSH BUTTONS
All push buttons in general shall be heavy duty, shrouded, push to actuate, spring
return type. Each push button shall have 2 NO + 2 NC contacts, rated 10A and 0.5A
at their respective AC and DC operating voltage. The color of PBs shall be as specified
elsewhere in the document or shall be finalized at the time of drawing approval.
3.05.00
INDICATING LAMPS
Lamps shall be clustered type LED module pilot lights in thermoplastic enclosure with
polycarbonate lens and diffuser. LED shall be protected by in-built fuse with surge
suppressor. Lamp and lens shall be replaceable from front.
Page 258
3.06.00
3.06.01
3.06.02
a.
b.
Off
RED
On
AMBER
Trip / Overload
BLUE
MCC cum PDB cum Control Panel / PDB shall be provided with the following
indications:
RED, YELLOW & BLUE
Voltage in bus
3.06.03
The general scheme of connection for control, interlock and protection is shown in the
enclosed drawings. Detailed requirements shall be intimated later to the successful
Bidder, who shall develop and furnish the schemes accordingly.
3.07.00
METERS
3.07.01
3.07.02
3.08.00
CURRENT TRANSFORMER
3.08.01
Current Transformers shall be cast resin type. All secondary connections shall be
brought out to terminal blocks where wye or delta connection shall be made.
3.08.02
Accuracy class of the Current Transformers shall be class 1.0 for metering.
3.08.03
3.09.00
SECONDARY WIRING
3.09.01
MCC cum PDB cum Control Panel/PDB / LPBS shall be fully wired at the factory to
ensure proper functioning of control, protection, transfer and interlocking schemes.
3.09.02
Fuse, links and MCB shall be provided to permit individual circuit isolation from bus
wires without disturbing other circuits. All spare contacts of relays, switches and other
devices shall be wired up to terminal blocks.
3.09.03
Wiring shall be done with flexible, 650V grade, PVC insulated switchboard wires with
stranded copper conductors of 2.5 mm2 for control and current circuits and 1.5 mm2
for voltage circuits.
Page 259
3.09.04
Each wire shall be identified, at both ends, with interlocking type permanent markers
bearing wire numbers as per Purchaser's Wiring Diagrams. Wiring shall be bunched in
groups by non-metallic cleats or bands.
3.09.05
Wire termination shall be made with crimping type connectors with insulating sleeves.
Wires shall not be spliced between terminals.
3.09.06
All spare contacts of relays, timers, auxiliary switches shall be wired up to the
terminal block.
3.10.00
TERMINAL BLOCKS
3.10.01
650V grade, multi way terminal block complete with mounting channel, binding
screws and washers for wire connections and marking strip for circuit identification
shall be provided for terminating the panel wiring. Terminals shall be stud type,
suitable for terminating 2 nos. 2.5 mm2 stranded copper conductor and provided with
acrylic insulating cover. Terminals for C.T. secondary leads shall have provision for
shorting and grounding.
3.10.02
Not more than two wires shall be connected to any terminal. Spare terminals equal in
number to 20% active terminals shall be furnished. All spare contacts of relays,
contactors, timers etc shall be wired up to the terminal block.
3.10.03
Terminal blocks shall be located to allow easy access. Wiring shall be so arranged that
individual wires of an external cable can be connected to consecutive terminals.
3.11.00
GROUND BUS
Each MCC cum PDB cum Control Panel , PDB and LPBS shall be provided with 2 nos.
earth terminals for connection with ground conductor. All stationary units shall be
directly connected to this ground bus for effective grounding. All hinged doors shall
be earthed by flexible copper braid covered with PVC sleeve.
3.12.00
NAMEPLATE
3.12.01
Nameplates of approved design shall be furnished at each cubicle front and back and
at each instruments & device mounted on or inside the cubicle.
3.12.02
The material shall be lamicoid or approved equal, 3 mm thick with white letter on
black back ground.
3.12.03
The nameplate shall be held by self-tapping screws. Nameplate size shall be minimum
20 x 75 mm for instrument/device and 40 x 150 mm for panels.
3.12.04
Caution notice on suitable metal plate shall be affixed at the back of each vertical
panel.
3.13.00
3.13.01
MCC cum PDB cum Control Panel and PDB shall be provided with 1x100% 415 / 240V
control transformer to feed power to control circuits and associated equipments, such
as power contactors, auxiliary contactors, indicating lamps etc. The 240V AC control
supplies from the transformer shall be tapped through MCB / Switch-Fuse and neutral
link. Sufficient contact shall be made available for remote AC fail alarm /
Annunciation.
Page 260
3.13.02
3.13.03
Sizing of Control Transformer shall be carried out by the Bidder, considering 10%
margin over the actual load requirement. Transformers shall be dry type cast resin
with class B insulation. The transformers shall be adequately designed for meeting
the momentary loading requirements with voltage drop not more than 5% during this
condition. Transformers shall have 2.5% and 5% tapping.
Panel illumination and receptacle shall be tapped directly from incoming source.
4.00.00
TESTS
4.01.00
MCC cum PDB cum Control Panel, PDB and LPBS shall be completely assembled, wired,
adjusted and tested at the factory prior to shipment to ensure accuracy of wiring,
correctness of control scheme and proper functioning of all components
4.02.00
ROUTINE TESTS
The tests shall include but not necessarily limited to the following:
4.03.00
a.
Wiring continuity tests, high voltage tests, insulation measurement test both
before and after high voltage test, and functional tests to ensure accuracy of
wiring operation of the control/ protection/metering schemes and individual
equipment. Test report including procedure and drawing shall be furnished.
b.
All MCCB, MCB,MPCB switches, meters, relays and other devices shall be
tested.
TYPE TESTS
Certified reports of type tests carried out at works shall be furnished in requisite number
of copies for approval of the Purchaser. Otherwise, the equipment shall have to be type
tested free of charge within the delivery schedule, to prove the design.
4.04.00
The equipment shall be despatched from works only after receipt of Purchaser's written
approval of the test reports.
5.00.00
5.01.00
b.
c.
Schedule of Materials
d.
e.
f.
Page 261
5.02.00
b.
c.
Foundation plan & loading, clearly showing panel fixing arrangement, floor
opening for cable entry etc. (R)
d.
e.
f.
Wiring diagram showing all equipment and devices in their relative physical
positions and all wiring up to the terminal blocks. (A)
space
Page 262
SUB-SECTION-IV
TECHNICAL SPECIFICATION
OF
415V POWER AND CONTROL CABLES
PART-C SEC - IV
Page 263
CONTENTS
SECTION
DESCRIPTION
1.00.00
SCOPE OF SUPPLY
2.00.00
DESIGN CRITERIA
3.00.00
SPECIFIC REQUIREMENTS
4.00.00
TEST
5.00.00
ATTACHMENTS
ANNEXURE-A
ANNEXURE-B
CONTROL CABLES
PART-C SEC - IV
Page 264
TECHNICAL SPECIFICATION
415V POWER AND CONTROL CABLES
1.00.00
SCOPE OF SUPPLY
This section covers the requirement of the following equipments / devices to be
provided.
1.01.01
Cables shall be furnished in accordance with this section and the following annexures :a.
Annexure A
b.
Control Cables
Annexure B
2.00.00
DESIGN CRITERIA
2.01.00
Cables shall be used for connection of power and control circuits of the auxiliary
electrical systems.
2.02.00
Cables shall be generally laid on ladder type trays or drawn through rigid PVC / GI /
HDPE pipe / conduits.
2.03.00
2.04.00
The insulation and sheath materials shall be resistant to oil, acid and alkali and shall be
tough enough to withstand mechanical stresses during handling.
2.05.00
The outer sheath of power and control cables shall have rodent and termite repulsion
treatment.
3.00.00
SPECIFIC REQUIREMENTS
3.01.00
3.02.00
Control Cables
The type and quantity shall be furnished as indicated in Annexure -B
3.03.00
3.04.00
Cable identification
Cable identification shall be provided by embossing on every meter on the outer
sheath the following:
PART-C SEC - IV
Page 265
a.
b.
Voltage grade
c.
Year of manufacture
d.
Type of insulation
e.
f.
g.
ISI mark
3.05.00
Packing
3.05.01
3.05.02
Cable shall be wound and packed on drums in such a manner that it shall be properly
sealed and firmly secured to the drum. The ends of each length shall be sealed before
shipment.
3.05.03
The cable drums should carry the following details in printed form:
a.
b.
c.
Year of manufacture
d.
Type of insulation
e.
f.
Cable code
g.
h.
i.
j.
4.00.00
TESTS
4.01.00
Shop Tests
The Cables shall be subject to shop tests in accordance relevant IS/IEC standards to
prove the design and general qualities of the Cables as below: a.
b.
c.
PART-C SEC - IV
Page 266
4.02.00
Additional Tests
Following additional acceptance tests shall also be performed on each type of cables
having outer sheath with improved fire performance Category C2, Type FRLSH:
a.
b.
c.
d.
e.
f.
5.00.00
5.01.00
5.02.00
a.
b.
c.
b.
PART-C SEC - IV
Page 267
c.
The manual shall clearly indicate method of laying, termination, check-ups and tests
to be carried out before commissioning.
5.03.00
The drawings and documents marked with (A) above are of Approval category and
are subject to review by Purchaser. Those marked (R) are for reference category.
5.04.00
The Bidder may note that the drawings, data and manuals listed herein are minimum
requirement only. The Bidder shall ensure that all other necessary write-up,
information, etc required to fully describe the cable are to be submitted with the bid.
PART-C SEC - IV
Page 268
ANNEXURE A
L.V. POWER CABLES
1100 V grade, 85 C continuous rating under normal condition and 160C under short circuit condition
rating, HR PVA power cable conforming to following requirement and in line with IS: 1554, IS: 8130, IS:
5831 and IS: 3975.
Conductor
Insulation
Core Identification
Inner Sheath
Armor
UNARMOURED
Overall Sheath
Drum
PART-C SEC - IV
Page 269
ANNEXURE-B
CONTROL CABLES
1100 V grade 70 C continuous rating under normal condition and 160C under short circuit condition
rating PVC Control cable (YWY) conforming to following requirement and in line with IS: 1554, IS: 8130,
IS: 5831 and IS: 3975.
Conductor
Insulation
Core Identification
Inner Sheath
Armor
UNARMOURED
Overall Sheath
Drum
PART-C SEC - IV
Page 270
SUB-SECTION-V
TECHNICAL SPECIFICATION
OF
ERECTION, TESTING & COMMISSIONING OF
ELECTRICAL EQUIPMENT
CABLING & GROUNDING SYSTEM
PART-C SEC - V
Page 271
CONTENT
CLAUSE NO.
DESCRIPTION
1.00.00
SCOPE OF WORK
2.00.00
3.00.00
SPECIFIC REQUIREMENT
SUPPLY ITEMS
4.00.00
SPECIFIC REQUIREMENT
ERECTION
5.00.00
PRE-COMMISSIONING TESTS
6.00.00
PART-C SEC - V
TO BE FURNISHED
MANUALS
Page 272
TECHNICAL SPECIFICATION
OF
ERECTION, TESTING & COMMISSIONING OF ELECTRICAL EQUIPMENT
CABLING & GROUNDING SYSTEM
1.00.00
SCOPE OF WORK
1.01.00
This scope of work shall cover complete and efficient erection, testing and commissioning and
putting into successful operation of all outdoor and indoor electrical equipment including cabling
and grounding system.
2.00.00
2.01.00
Bidder shall provide all labor (skilled and unskilled), supervisory and administrative personnel,
transport vehicles, erection tools and tackle, mobile cranes, equipment and implements required
for erection, testing and commissioning for timely and efficient execution of the contract.
2.02.00
Installation work shall include supply of erection and other material, cabling, grounding,
hardware, consumable and sundry items as required to complete the installation in all respect.
2.03.00
Items of work to be performed by Bidder for equipment and material under the scope of this
package shall include but not limited to a.
Taking delivery from Purchasers store and safe transportation to site of erection.
b.
Opening and inspecting the material and equipment and reporting damages.
c.
d.
e.
f.
g.
h.
i.
2.04.00
Any item of work or erection material which have not been specifically mentioned but are
necessary to complete the work involved shall be deemed to be included in the scope of this
specification and shall be furnished by the Bidder without any extra cost to Purchaser.
3.00.00
3.01.00
3.01.01
Accessories and material shall comply with description, rating, type and size as detailed in this
specification.
PART-C SEC - V
Page 273
3.01.02
All accessories, fittings, supports, hangers, anchor bolts etc. which are necessary for safe and
satisfactory installation and operation of the equipment shall be furnished. They shall be
complete and operative in all respect.
3.01.03
All parts shall be made accurately to standard gauges so as to facilitate replacement and repair.
All corresponding parts of similar accessories shall be interchangeable.
3.01.04
Specific requirement for the major supply equipment are given below.
3.02.00
3.02.01
Cable trays shall be pre-fabricated ladder type, sheet steel, hot dip galvanized furnished in
standard length of 2.5 m.
3.02.02
Cable tray straight run shall be of standard width such as 300mm, 450mm & 600mm.
3.02.03
GI cable tray straight runs shall be supplied complete with hot dip galvanized sheet steel
accessories such as coupler plates, ground continuity connections, nuts, bolts, washers, hangers,
clamps etc. Horizontal/vertical bends, horizontal/vertical tee, elbow, reducers, horizontal crosspieces and protective covers. Cable trays, fittings & accessories shall be fabricated out of 14 gauge
(2 mm thick) hot rolled mild steel sheets.
3.02.04
Cable trays, fittings and accessories including all bolts, nuts, screws, washers etc. shall be hot dip
galvanized after fabrication as per IS:2629. Galvanizing shall be uniform, clear, smooth and free
from acid spots.
The amount of zinc deposited shall not be less than 610 gms per square metre of surface area and
in addition the thickness of the zinc deposit at any spot whatsoever, shall not be less than 75
microns.
3.02.05
Each 2.5M long section of all types of cable trays & each fittings like elbow, tees, crosses etc. shall
be provided with two nos. hot dip galvanized side coupler plates & associated bolts, nuts and
washers on each side.
3.02.06
Bidder shall perform all tests necessary to ensure that the material and workmanship conform to
the relevant standards and that such test are adequate to demonstrate that the equipment shall
comply with the requirement of this specification.
3.02.07
A 1.5 meter straight section of each type of cable trays shall be simply supported at the two ends.
A uniformly distributed load of 100 Kg per metre shall be applied along the length of the tray. The
maximum deflection at mid span shall not exceed 7 mm.
3.03.00
3.03.01
3.03.02
The Bidder shall install terminate and connect conduits as approved by the Purchaser.
3.03.03
Conduits shall be of rigid steel, hot-dip galvanized, furnished in standard length of 3 meters,
threaded at both ends.
3.03.04
Conduit diameter up to and including 25mm size shall be of 16 SWG and conduits above 25 mm
diameter shall be of 14 SWG.
3.03.05
Each piece of conduit shall be straight, free from blister and other defects, internal surface shall
be smooth finish and covered with capped bushings at both ends.
PART-C SEC - V
Page 274
3.03.06
Flexible conduits shall be made with bright, cold rolled, annealed and electro-galvanized mild
steel strips coated internally with epoxy and the sizes shall be 19, 32,51,63 & 76m.
3.03.07
In some areas where cable trays do not exist and where the runs are generally straight, rigid PVC
conduits conforming to IS: 4985 shall generally be used for control & instrumentation cables.
PVC pipes with special Bell mouthing shall be of 110 mm, 160 mm & 200 mm outside diameter
and shall be suitable for working pressure of 6 kg/sq. cm. The length of each pipe shall be 5 to 6
meters. Necessary fittings & accessories as required for the installation shall also be provided.
3.04.00
Junction Boxes
3.04.01
Junction boxes shall be of 16 SWG hot-dip galvanized sheet steel, dust proof construction,
conforming to IP-55 degree of protection. Outdoor junction boxes shall be of weatherproof
construction. Junction boxes located in hazardous areas shall be flame-proof type.
3.04.02
Junction boxes shall be complete with gasketed inspection cover conduit knock out/threaded hub
and terminal blocks.
3.04.03
Junction boxes shall be of two types viz one suitable for control wiring and the other with
terminals for power cable terminations. Junction boxes for power cable terminations shall have
minimum nine (9) nos. of terminals. Motor junction boxes for actuator drives shall have 20 way
control terminals for terminations of 2.5 mm2.control cables. Separate terminals as required for
termination of screen of shielded cables shall be provided.
3.04.04
3.04.05
3.04.06
Junction boxes shall be provided with two nos. (2) earthing terminals complete with nuts and
washers suitable for connection to 8 SWG G.I. wire.
3.05.00
Terminals
3.05.01
Multi-way terminal block of approved type, complete with screws, nuts, washers, and marking
strips shall be furnished for connection of incoming/outgoing wires.
3.05.02
Each control cable terminal shall be suitable for connection of 2 nos. 2.5 sq. mm stranded copper
conductors without an damage to the conductor or looseness of conductors.
3.06.00
3.06.01
The Bidder shall supply cable termination and jointing kits for LV Power and Control Cables along
with all accessories.
3.06.02
For cable termination and straight through joints for both LV Power and control cables, supply of
various items of jointing kit such as necessary boxes, sealing compounds, ferrules, tapes, lugs,
glands to be supplied shall be of reputed make.
3.07.00
3.07.01
Each cable and conduit run shall be tagged with numbers that shall correspond to the cable and
conduit schedules. Cables and conduits shall be tagged at their entrance and/or exit from any
equipment, junction or pull box.
PART-C SEC - V
Page 275
3.07.02
Tags shall be aluminum with the number punched on it and securely attached to the cable by not
less than two turns of G.I. wire.
3.07.03
Location of cable joints, if any, shall be clearly indicated with cable markers with an additional
inspection Cable Joint.
3.08.00
Cable Glands
Cable glands to be supplied by the Bidder for termination of cables shall be tinned brass gland,
double compression type complete with necessary armor clamp and tapered washer etc. Cable
glands shall match with the sizes of different LV power and control cables as required.
3.09.00
Cable Lugs
Cable lugs to be supplied by the Bidder for termination of cables shall be tinned copper lugs
suitable for termination of different cross-sections of LV power / Control cables. Lugs for power
cables shall be compression type whereas lugs for Control/ Instrumentation/ Signaling cables
shall be crimping type.
3.10.00
Sundry Steel
All supports (including those for installation of cable trays), hangers, brackets shall be fabricated
from galvanized steel. These shall be supplied and fabricated by the Bidder as per requirement.
3.11.00
Nameplate
Nameplates shall be furnished for identification of devices and circuits. All switches, controls and
indications shall be permanently and legibly marked in English as to clearly indicate their
functions.
3.12.00
Grounding
All material for grounding with regard to above and below grade earthing of electrical equipment,
structures / column including the below grade earth grid shall be supplied by the Bidder.
3.13.00
3.13.01
Consumables Welding rods, gas, oil and grease, cleaning fluids, paints, electrical tape,
plumbing and soldering material etc. shall all be supplied by Bidder as required.
3.13.02
Hardware Bolts, nuts, screws, washers, supports, cable, clamps, ferrules, fixtures, inserts, sills,
packers, shims, etc. shall also be provided by the Bidder.
3.13.03
Danger board shall be supplied and fixed on various items on electrical equipment.
3.14.00
Samples
3.14.01
Purchaser reserves the right to call for samples if considered necessary and the same shall be
submitted by the Bidder free and without any obligation.
3.14.02
Any item of works or erection materials which have not been specifically mentioned but are
necessary to complete the installation shall be deemed to be included in the scope of this
specification and shall be supplied and installed by the Bidder without any extra charge to the
Purchaser
4.00.00
4.01.00
The Bidder shall mount the equipment on respective foundation/supports, level and align the
same and arrange for necessary grouting/anchoring
PART-C SEC - V
Page 276
4.02.00
Equipment erection shall be carried out in strict compliance with manufacturer's instruction and
shall include all adjustments, checks and measurements.
4.03.00
The Bidder shall record result of all erection tests and measurement and furnish copies of the
same to the Purchaser for his reference and record.
4.04.00
Schedule of suggested pre commissioning tests to be carried out on the above equipment are
listed else where in this specification. Schedule of tests proposed to be carried out by the Bidder
shall be submitted to the Purchaser in advance for approval in respect of each equipment.
4.06.00
4.06.01
Equipment foundations, panel foundations and other civil work shall be provided by Purchaser.
The Bidder shall check these foundations before commencement of erection to ensure their
suitability.
4.06.02
All final adjustment of foundation levels, chipping and dressing of foundation surfaces, setting
and grouting of anchor bolts, sills, inserts and fastening devices shall be carried out by the Bidder
including minor modification of civil work as may be required during erection.
Any cutting of masonry / concrete work, which is necessary, shall be done by the Bidder at his
own cost and shall be made good to match the original work. The Bidder shall obtain necessary
approval of the engineer before proceeding with such work.
4.07.00
4.07.01
Cable installation work shall include erection of cable trays/racks, supports hangers, junction
boxes, conduits, laying of conduits, dressing and clamping, jointing and termination (inclusive of
supply of necessary jointing/ terminating kits, ferrules tapes and other accessories) and
grounding of cable armor. In some cases buried cable may be acceptable, subject to approval of
engineer.
4.07.02
Bidder shall prepare in the specified format of the Purchaser, cable, conduit and tray schedule
and interconnection diagram and submit for approval/record of the Purchaser. Cable laying shall
be started with approved cable schedule and interconnection diagram. Each core of the cables
shall be provided with marking ferrules at all terminating ends as per the approved schematic
and interconnection diagram. Cable trays and racks shall be numbered systematically.
4.07.03
Separate cable trays shall be used for the following group of cables.
4.07.04
a.
415 V cables
b.
Power
b.
c.
d.
e.
CT Cables
PART-C SEC - V
Page 277
PT Cables
4.07.06
Bidder shall refer Cabling Notes and Details for further details on cabling.
4.07.07
Grounding installation work shall mean erection, welding, connection and painting, testing of
ground conductor including supply of galvanized flats.
4.07.08
A continuous 50 x 6 mm G.S. Flat earthing conductor shall run along the supporting structure of
overhead cable trays/cable shafts. This earthing conductor shall be attached to each section of
cable tray/trays forming solidly grounded tray system through 50 x 6 mm G.S. Flats.
4.07.09
For further details on grounding, Bidder shall refer Grounding notes and details attached with this
specification.
4.08.00
4.08.01
Cable drums shall be stored on hard and well drained surfaces so that they may not sink. In no
case shall the drum be stored on the flat, i.e. with flange horizontal.
4.08.02
Rolling of drums shall be avoided as far as practicable. For short distances, the drums may be
rolled provided that they are rolled slowly and the direction marked on the drum.
4.08.03
In the absence of any indication, the drums may be rolled in the same direction as it was rolled
during taking up the cable.
4.08.04
For unreeling the cable, the drum shall be mounted on jacks or on a cable wheel. The spindle
shall be strong enough to carry the weight of the drum without bending.
4.08.05
While laying cable, cable rollers shall be used at an interval of 2000 mm max. The cables shall be
strong enough to carry the weight of the drum without bending.
4.08.06
Cable shall not be pulled from the end without having intermediate pushing arrangement.
Bending radius of the cable during installation shall not be less than what is specified by the
manufacturer.
4.09.00
4.09.01
The work shall include all clamping, fitting, fixing, plumbing, soldering, taping, compound filling,
cable jointing, crimping, connecting, shorting and grounding as required for the complete job. All
equipment/material required for all such work shall be arranged by the Bidder and included in the
price.
4.09.02
When the equipment are provided with blank plates for cable conduit entry and cable-end-box
for power cables, the Bidder shall perform all drilling, cutting on the blank plate and any minor
modification work required to complete the job.
4.09.03
Control cable cores entering control panel/switchgear/MCC etc. shall be neatly bunched and
served with nylon chord or PVC perforated tape to keep it in position at the terminal block.
4.09.04
The Bidder shall tag all control cable cores in all junction box and at all terminations. The tags
shall carry terminal numbers as per drawings
4.09.05
4.09.06
Spare core shall be similarly tagged, crimped with lug and taped on the ends. Spare cores shall
be tagged with individual cable number.
PART-C SEC - V
Page 278
4.09.07
Termination and connection shall be carried out in such a manner as to avoid strain on the
terminal.
4.09.08
All cable entry points shall be sealed and made vermin and dust proof. Unused opening, if any,
shall be effectively sealed.
4.10.00
Testing Equipment
The following minimum testing equipment shall be brought at site by Bidder:
a.
Insulation tester
i)
2000V grade
ii)
1000 V grade
b.
c.
d.
e.
Torque wrench.
f.
g.
h.
4.11.00
4.11.01
All equipment parts and materials shall be carefully inspected and checked against the packing
list and identified with erection drawings.
4.11.02
Any discrepancy shall be reported forthwith in writing to the Purchaser and any rectification shall
be with the full knowledge and approval of the Purchaser.
4.11.03
All parts shall be thoroughly cleaned, all rust removed and surface polished, as required.
4.11.04
Cleaned and polished parts shall be coated with anti-corrosive paints where necessary and stored
with care and kept for erection.
4.12.00
4.12.01
Packing cases and packages shall be opened in presence of the Employer or his authorized
representative unless otherwise approved.
4.12.02
Packing materials, timbers, nails and strips shall become property of Purchaser and shall be
delivered or disposed off as directed by Purchaser. After opening the cases, packing material
shall be removed immediately from storage areas of equipment to avoid fire hazards and
damage.
4.13.00
4.13.01
Work shall be carried out in a first class, neat and workmanlike manner by technicians skilled in
the appropriate trade.
4.13.02
PART-C SEC - V
Page 279
4.13.03
Installation shall be carried out in such a manner as to provide easy access to other equipment
installed.
4.14.00
Inspection of Work
In addition to Bidders supervision, Purchaser shall have the right to inspect at any time during
erection, testing and commissioning of the equipment.
4.15.00
Protection of Work
4.15.01
Bidder shall effectively protect his work, equipment and material from theft, fire, damage of
tampering at his own expenses till the work is finally taken over by Purchaser.
4.15.02
Finished work where required shall be suitably covered to keep it clean and free from
defacement or damage.
4.15.03
For the protection of his work, Bidder shall provide fencing and lighting arrangements, connect
up space heaters and provide heating arrangements as necessary or directed by Purchaser.
4.15.04
Bidder shall be held responsible for any loss or damage to equipment and material until the same
is taken over by Purchaser in accordance with the Contract.
4.15.05
Bidder shall be required to work in the same area as other contractors. Bidder shall protect and
take care of the equipment and services, stores installed in the area by the other contractors
such that no damage is caused by his works. For any damage caused done by him to the
equipment, services and works of the other contractors, he shall be liable to make good such
damages at no cost to Purchaser.
4.16.00
Responsibility of Erection
4.16.01
Bidder shall be fully and finally responsible for proper erection and safe and satisfactory
operation of plant and equipment under his scope of work to the entire satisfaction of Purchaser.
4.16.02
Work shall be executed in accordance with the directions, instructions and specifications which
may be communicated to the Bidder by Purchaser from time to time.
4.16.03
Equipment and materials which are wrongly installed shall be recovered and reinstalled promptly
to comply with the design requirement, at the Bidders expense, to the satisfaction of Purchaser.
4.17.00
Site Cleaning
Bidder shall remove all scaffolding, ladders and temporary structures, erected by Bidder during
erection in order to leave the work site clean and tidy to the satisfaction of Purchaser failing
which the work shall not be considered as complete.
4.18.00
4.18.01
The Bidder shall provide all tools, tackle, implements, mobile equipment such as crane, trailers,
scaffoldings, ladders, welding machines, gas cutting, bending machine, hand crat, chain pulley
blocks, wire clues, hydraulic jack/motorized jack, wooden slipper, drill machine, hand/hydraulic
compression tools for cable termination, vacuum cleaners box spanner of various size etc. which
are required for transportation, handling and erection of the plant and equipment.
4.18.02
Special erection tools, if any, furnished by the manufacturer along with the equipment may be
provided by the Purchaser. Such tools shall be returned in good conditions to the Purchaser on
completion of work.
4.18.03
Purchasers tools and equipment may be made available on payment of charges if and when
available.
PART-C SEC - V
Page 280
5.00.00
PRECOMMISSIONING TESTS
5.01.00
Site tests to be carried out by the Bidder on completion of installation/erection of equipment are
broadly listed below for ready reference and guideline only. The Bidder shall submit a detailed list of
site tests of various equipment/system for Purchasers approval. Additional tests may have to be
carried out without any extra charge, if desired by the Purchaser.
5.02.00
Motors
Motors shall be subjected to the following site tests as minimum.
a.
b.
c.
5.03.00
Direction of rotation
d.
Starting current
e.
f.
b.
I.R. test
c.
5.04.00
d.
e.
Measurements of contact resistance (in micro- ohms) for all the three phase of circuit
breaker.
f.
g.
Checking the close trip operation at 70% and 100% of the rated auxiliary DC Voltage.
h.
i.
j.
k.
Cables
Cables shall be subjected to the following site tests as minimum.
a.
b.
PART-C SEC - V
Page 281
c.
I.R. Test
6.00.00
6.01.00
6.02.00
Make, type and catalogue no. of different electrical items along with their leaflets, data
sheets etc.
Make type and catalogue no. of cable termination kits, joints, and accessories.
b.
Dimensional GA drawing and data sheets for different items supplied under this
specification.
c.
Bill of material for pre fabricated cable tray, conduits and accessories.
d.
e.
f.
h.
PART-C SEC - V
Page 282
SUBSECTION-VI
TECHNICAL SPECIFICATION
OF PAINTING
PART-C SEC - VI
Page 283
1.00.00
PAINTING
1.01.00
Each painting/coating system shall provide an optimum life expectancy of 10 years from
the time of original painting. The optimum life of a painting/coating system shall be
considered the time until first maintenance painting/touchup should occur, when 3 to
5 percent breakdowns of the topcoats occur, before active rusting begins. Surfaces,
which are inaccessible after assembly, shall be protected for the life of the equipment.
1.02.00
Recommendations for painting/coating systems for electrical equipment are given below:
1.02.01
1.02.02
1.02.03
Surface Preparation
Coating System
Coating
Composition
DFT
(microns)
66% solids
volume
by
100-125
56% solids
volume
by
40-50
Coating System
Coating Composition
DFT
(microns)
Commercial Blast
66%
solids
volume
by
75-100
56%
solids
volume
by
35-50
Solvent Clean
Coating System
Acid pre-treatment
Coating
Composition
DFT
(microns)
Varies
56% solids
volume
by
25-100
56% solids
volume
by
0-50
1.03.00
Coating material and application shall conform to the regulations of the air quality management agency. Materials shall contain not greater than 0.06 percent lead or chromium
in the dried film.
1.04.00
PART-C SEC - VI
Page 284
2.00.00
3.00.00
SHOP COATING
a.
b.
c.
TOUCH UP PAINT
Touchup paint shall be provided for repair painting of at least 25 percent of shop finishes
painted equipment surfaces. The touchup paint shall be the same type and colour as the
shop applied material. Surface preparation and application instructions shall be provided.
4.00.00
5.00.00
6.00.00
Machined surfaces and other ferrous surfaces, which should not be coated, but are
subject to corrosion, shall be protected with rust-preventive compounds. Additional
protection shall be provided for equipment and materials, which shall be exposed to
the atmosphere for extended periods. Rust-preventive compounds shall be checked
every two months while in transit and in site storage and renewed as required to
maintain adequate protection.
b.
c.
Machined surfaces of weld-end preparations shall be coated with consumable rustpreventive compounds, which shall not affect the quality of the weld.
Structural steel members and steel assemblies and metallic surfaces in the open
atmosphere to be galvanized shall be pickled after completion of fabrication process.
Pickling shall remove scale, rust, grease, and other impurities. Steel shall be hot-dip
galvanized in accordance with ASTM A123 or equivalent.
For bolted connections, where either member to be bolted is galvanized, erection and
structural bolts shall be galvanized in accordance with ASTM A153
COLOUR
Color shade shall be informed to the successful Bidder during detail engineering.
However, interior surfaces shall be in line with manufacturers standard.
7.00.00
DOCUMENTATION
Engineering submittals shall identify the painting/coating and lining systems to be applied
in the shop and the field. Data to be provided shall include the surfaces to be painted,
the painting/coating system manufacturer's name and product designation, the degree of
surface preparation, dry film thickness, finish color and Material Safety and Data Sheets
(MSDS).
PART-C SEC - VI
Page 285
TECHNICAL SPECIFICATION
ATTACHMENT
TABLES AND TENDER DRAWINGS
Page286
TECHNICAL SPECIFICATION
TABLE I
DESIGN PARAMETERS FOR CALCULATING COOLING LOAD
1.00.00
Summer
Monsoon
Winter
DBT (deg.C)
40.6
32.2
13.3
WBT (deg.C)
28.3
30
8.9
The above design outside temperature is taken from nearest weather station Calcutta
from ISHRAE Handbook.
2.00.00
3.00.00
(a)
Control Room
(b)
(c)
(d)
Computer Room
(e)
UPS Room
4.00.00
PAGE 287
TECHNICAL SPECIFICATION
5.00.00
Occupancy
Equipment
Load (KW)
Lighting Load
(W/sq.ft)
Control Room
10
10
1.5
0.5
Computer Room
13
1.5
30
UPS Room
6.00.00
Plant sizing is to be done by allowing 5% margin on room sensible heat and 5% margin
on room latent heat and an overall margin of around 10% on the total.
TENDER DRAWINGS
SL.
No.
Drawing Name
Drawing No.
14J01-003-DWG-VA-001
14J01-003-DWG-VA-002
Schematic
Machine
14J01-003-DWG-VA-003
Drawing
for
Vapour
Absorption
PAGE 288
INDEX
Manufacturers Authorization
List of Goods and Delivery Schedule
List of Related Services and completion Schedule
Performa for Performance Statement
Declaration for claiming excise duty exemption
Historical Financial Performance [Form FIN 9.1]
Average Annual Turnover
Financial Resources
List of Subcontractors
Bidders scope
Terminal Points referred in 2 (d) of Technical Specification at page 146 and (f), (g) and
(h) of Clause 3 Equipment and Services to be provided by the Purchaser at page 158
SCHEDULE - I
:
KEY INFORMATION ABOUT THE BID
SCHEDULE II
:
GUARANTEED DATA SHEET
SCHEDULE - IIIA
:
TECHNICAL PARTICULARS (MECHANICAL)
SCHEDULE - IIIB
:
TECHNICAL PARTICULARS (ELECTRICAL)
SCHEDULE - IV A
:
LIST OF MANDATORY SPARE PARTS
SCHEDULE - IV B
:
LIST OF RECOMMENDED SPARE PARTS
SCHEDULE - V
:
SPECIAL TOOLS & TACKLE DATA
SCHEDULE - VI
:
WORK PROGRESS SCHEDULE
SCHEDULE VII
:
LIST OF DEVIATIONS FROM SPECIFICATIONS
SCHEDULE - VIII
:
CHECK LIST FOR COMPLETENESS OF OFFER
SCHEDULE - IX
:
DECLARATION SHEET
Page No.
23
42
45
44
48-60
61
62
66
67
73
74
75-76
77
78
133
156
200
201
202-212
213-222
223
224
225
226-228
229
230-232
233-234