You are on page 1of 298

THE WEST BENGAL

POWER DEVELOPMENT CORPORATION


LIMITED
BIDYUT UNNAYAN BHAWAN, PLOT NO - 3/C, BLOCK - LA,
SECTOR - III, SALT LAKE CITY
KOLKATA 700 098, INDIA

BANDEL THERMAL POWER STATION


UNIT-5 (210 MW)
Tender Document For
Air conditioning system
For
Control room & associated areas
at Bandel TPS unit-5, using Vapour Absorption Machine (VAM) Chillers

Tender Notice No.: WBPDCL/Tend-Adv/CC/14-15/

Issued to: M/s.........................................................................................................

/Corp.

Date:

..........................................................................

(P.K.Chatterjee)
GM (M&C), CORPORATE
WBPDCL

CONTENTS

VOLUME---1: COMMERCIAL DOCUMENT INCLUDING PRICE


SCHEDULE
VOLUME---2: TECHNICAL SPECIFICATION [14J01-003-SPC-VA-001]

TABLE OF CONTENT

VOLUME -1

PART 1 BIDDING PROCEDURES


SECTION I- INSTRUCTIONS TO BIDDERS [ITB]
SECTION II- BIDDING DATASHEET
SECTION III EVALUATION AND QUALIFICATION CRITERIA
SECTION IV BIDING FORMS & PRICE SCHEDULE
SECTION V ELIGIBLE COUNTRIES
PART 2 SUPPLY REQUIREMENTS
SECTION VI SCHEDULE OF REQUIREMENTS
PART 3 CONTRACT
SECTION VII GENERAL CONDITIONS OF CONTRACT
SECTION VIII SPECIAL CONDITIONS OF CONTRACT
SECTION IX CONTRACT FORMS , PERFORMANCE SECURITY AND
BANK GUARANTEE FOR ADVANCE PAYMENT

Page No.
1-7
8-32
33-39
40-42
43-62
63
64
65
79
80-98
99-107
110-141

VOLUME-2

PART A: SPECIFIC REQUIREMENT


PART B: GENERAL DESIGN & CONSTRUCTION REQUIREMENT

SCHEDULES:PROPOSAL EXHIBIT SHEETS


PART C: ELECTRICAL EQUIPMENT SPECIFICATION

ATTACHMENT:TABLES &TENDER DRAWINGS


TABLE I :DESIGN PARAMETERS FOR CALCULATING COOLING LOAD
TENDER DRAWINGS

Page No.
143-164
165-197
198-234
235-285
286
286-288
288

THE WEST BENGAL


POWER DEVELOPMENT CORPORATION
LIMITED
BIDYUT UNNAYAN BHAWAN, PLOT NO - 3/C, BLOCK - LA,
SECTOR - III, SALT LAKE CITY
KOLKATA 700 098, INDIA

BANDEL THERMAL POWER STATION


UNIT-5 (210 MW)

Air conditioning system


For
Control room & associated areas
at Bandel TPS unit-5, using Vapour Absorption Machine (VAM) Chillers

Volume 1
Commercial Document including Price Schedule

1.

PART 1 BIDDING PROCEDURES

THE WEST BENGAL


POWER DEVELOPMENT CORPORATION LIMITED
BIDYUT UNNAYAN BHAWAN, PLOT NO - 3/C, BLOCK - LA,
SECTOR - III, SALT LAKE CITY
KOLKATA 700 098, INDIA
NATIONAL COMPETITIVE BIDDING FOR
THE SUPPLY INSTALLATION, TESTING & COMMISSIONING
OF AIR
CONDITIONING SYSTEM OF CONTROL ROOM AND ASSOCIATED AREAS OF
BANDEL THERMAL POWER STATION, UNIT-5, USING VAPOUR ABSORPTION
MACHINE (VAM) Chillers

BID REFERENCE

WBPDCL/Tend-Adv/CC/1415/...... /Corp. Dt.: . .2015.

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)
:

PRE-BID QUERIES SUBMISSION


LAST DATE
PRE-BID MEETING DATE

20.052015 .

26.05.2015 at 14.30 hrs.

LAST DATE AND TIME FOR


RECEIPT OF BIDS

05.06.2015.upto 14.30 hrs.

TIME AND DATE OF OPENING


OF BIDS

05.06.2015 at 15.00 hrs.

Except

PLACE OF OPENING OF BIDS

Bidyut Unayan Bhavan


3/C, Block LA, Sector III
Bidhan Nagar, Kolkata-700098

ADDRESS FOR COMMUNICATION : M&C dept. 6th floor, Corporate


Office of WBPDCL at Bidyut Unnayan Bahaman, Plot No.3/C, LA-Block,
Sector-III, Salt Lake City, Kolkata 700 098, India (Tel: ++91-333624/,3368/3341, Fax No. ++91-33-2339 3607)
e-mail
address:<adas@wbpdcl.co.in> ,<dsengupta@wbpdcl.co.in>.dchowdhury@wbpdcl.co.
in.

SECTION I: INVITATION FOR BIDS (IFB)

NATIONAL COMPETITIVE BIDDING FOR


THE SUPPLY INSTALLATION, TESTING & COMMISSIONING OF AIR
CONDITIONING SYSTEM OF CONTROL ROOM AND ASSOCIATED AREAS OF
BANDEL THERMAL POWER STATION, UNIT-5 UNDER ENERGY EFFICIENCY
RENOVATION & MODERNIZATION (EER&M) PROJECT USING VAM
CHILLERS
INVITATION FOR BIDS (IFB)
Loan No.

IFB No.

IBRD Loan No.: 7687-IN, GEF Grant No.: TF 094676


Date :

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.

The West Bengal Power Development Corporation Limited (WBPDCL), Kolkata,


India now invites sealed bids from eligible bidders for Air conditioning system For
Control room & associated areas at Bandel TPS unit-5.

3.

Bidding will be conducted through the National Competitive Bidding (NCB)


procedures agreed with World Bank. The provisions in the Instructions to Bidders and
in the General Conditions of contract are based on the provisions of the World Bank
Standard Bidding Document - Procurement of Goods.

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.

A complete set of bidding documents may be purchased by any interested eligible


bidder on the submission of a written application to the above office and upon payment
of a non-refundable fee as indicated below in the form of a Demand Draft / Pay Order
on any Bank (licensed to do business in India) payable at Kolkata in favour of the West
Bengal Power Development Corporation Limited.

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)

Price of bidding document (non-refundable): Rs. 2,000 (Indian Rupees two


Thousand only)

(b)

Date of commencement of
sale of bidding document

: 30.04.2015.
( Except sat/sun/holidays)

(c)

Last date for sale of


bidding document

: 04.06.2015. upto 16.00hrs.

(d)

Last date for submission of pre-bid


queries (if, any)

: 20.05.2015.

(e)

Pre-bid meeting

: 26.05.2015 at 14.30 hrs.

(f)

Last date and time for


receipt of bids

: 05.06.2015 upto 14.30 hrs.

(g)

Time and date of


opening of bids

: 05.06.2015.at 15.00 hrs.

(h)
(i)

Place of pre-bid meeting and opening of bids : Bidyut Unnayan Bhaban


3/C, Block LA, Sector III
Bidhan Nagar, Kolkata-700098
Address for communication
:
Corporate Office of WBPDCL at Bidyut Unnayan Bahaman, Plot No.3/C, LABlock, Sector- III, Salt Lake City, Kolkata 700 098, India (Tel: ++91-33-2339
3368/3341, Fax No. +91-33-2335 0516) e-mail address:
<dsengupta@wbpdcl.co.in>, <adas@wbpdcl.co.in>

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.

SECTION I - INSTRUCTIONS TO BIDDERS [ITB]

Section I. Instructions to Bidders


Table of Clauses
A.
A. GENERAL...............................................................................................................................11
1.
SCOPE OF BID......................................................................................................... 11
2.
SOURCE OF FUNDS................................................................................................. 11
3.
FRAUD AND CORRUPTION...................................................................................... 12
4.
ELIGIBLE BIDDERS................................................................................................. 13
5.
ELIGIBLE GOODS AND RELATED SERVICES........................................................... 14
B. CONTENTS OF BIDDING DOCUMENTS.........................................................................14
6.
SECTIONS OF BIDDING DOCUMENTS...................................................................... 14
7.
CLARIFICATION OF BIDDING DOCUMENTS.............................................................15
8.
AMENDMENT OF BIDDING DOCUMENTS.................................................................16
C. PREPARATION OF BIDS.................................................................................................... 16
9.
COST OF BIDDING...................................................................................................16
10.
LANGUAGE OF BID................................................................................................. 16
11.
DOCUMENTS COMPRISING THE BID....................................................................... 16
12.
BID SUBMISSION FORM AND PRICE SCHEDULES....................................................17
13.
ALTERNATIVE BIDS................................................................................................ 17
14.
BID PRICES AND DISCOUNTS..................................................................................17
15.
CURRENCIES OF BID............................................................................................... 19
16.
DOCUMENTS ESTABLISHING THE ELIGIBILITY OF THE BIDDER............................. 19
17.
DOCUMENTS ESTABLISHING THE ELIGIBILITY OF THE GOODS AND RELATED
SERVICES............................................................................................................................ 19
18.
DOCUMENTS ESTABLISHING THE CONFORMITY OF THE GOODS AND RELATED
SERVICES............................................................................................................................ 19
19.
DOCUMENTS ESTABLISHING THE QUALIFICATIONS OF THE BIDDER..................... 20
20.
PERIOD OF VALIDITY OF BIDS................................................................................20
21.
BID SECURITY........................................................................................................ 21
22.
FORMAT AND SIGNING OF BID............................................................................... 22
D. SUBMISSION AND OPENING OF BIDS........................................................................... 23
23.
SUBMISSION, SEALING AND MARKING OF BIDS.....................................................23
24.
DEADLINE FOR SUBMISSION OF BIDS.....................................................................24
25.
LATE BIDS.............................................................................................................. 24
26.
WITHDRAWAL, SUBSTITUTION, AND MODIFICATION OF BIDS............................... 24
27.
BID OPENING..........................................................................................................24
E. EVALUATION AND COMPARISON OF BIDS................................................................ 26
28.
CONFIDENTIALITY.................................................................................................. 26
29.
CLARIFICATION OF BIDS.........................................................................................26
30.
RESPONSIVENESS OF BIDS......................................................................................26
31.
NONCONFORMITIES, ERRORS, AND OMISSIONS......................................................27
32.
PRELIMINARY EXAMINATION OF BIDS................................................................... 28

10
33.
34.
35.
36.
37.
38.
39.

EXAMINATION OF TERMS AND CONDITIONS; TECHNICAL EVALUATION............... 28


CONVERSION TO SINGLE CURRENCY..................................................................... 28
DOMESTIC PREFERENCE......................................................................................... 28
EVALUATION OF BIDS............................................................................................ 28
COMPARISON OF BIDS............................................................................................ 30
POSTQUALIFICATION OF THE BIDDER.....................................................................30
PURCHASERS RIGHT TO ACCEPT ANY BID, AND TO REJECT ANY OR ALL
BIDS........................................................................................................................30
F. AWARD OF CONTRACT..................................................................................................... 31
40.
AWARD CRITERIA...................................................................................................31
41.
PURCHASERS RIGHT TO VARY QUANTITIES AT TIME OF AWARD........................ 31
42.
NOTIFICATION OF AWARD......................................................................................31
PUBLICATION OF AWARD................................................................................................. 31
RECOURSE TO UNSUCCESSFUL BIDDERS............................................................................ 31
43.
SIGNING OF CONTRACT.......................................................................................... 31
44.
PERFORMANCE SECURITY...................................................................................... 31

11

Section I. Instructions to Bidders


A. General
1. Scope of Bid

2. Source of
Funds

1.1

The Purchaser indicated in the Bidding Data Sheet (BDS),


issues these Bidding Documents for the supply of Goods and
Related Services incidental thereto as specified in Section VI,
Schedule of Requirements. The name and identification number
of this National Competitive Bidding (NCB) procurement are
specified in the BDS. The name, identification, and number of
lots of are provided in the BDS.

1.2

Throughout these Bidding Documents:

(a)

the term in writing means communicated in written form (e.g.


by mail, e-mail, fax, telex) with proof of receipt;

(b)

if the context so requires, singular means plural and vice


versa; and

(c)

day means calendar day.

2.1

The Government of India (hereinafter called Borrower)


specified in the BDS has applied for or received financing
(hereinafter called funds) from the International Bank for
Reconstruction and Development or the International
Development Association (hereinafter called the Bank) toward
the cost of the project named in the BDS. The Borrower intends
to apply a portion of the funds to eligible payments under the
contract for which these Bidding Documents are issued.

2.2

Payments by the Bank will be made only at the request of the


Borrower and upon approval by the Bank in accordance with the
terms and conditions of the financing agreement between the
Borrower and the Bank (hereinafter called the Loan Agreement),
and will be subject in all respects to the terms and conditions of
that Loan Agreement. The Loan Agreement prohibits a
withdrawal from the loan account for the purpose of any
payment to persons or entities, or for any import of goods, if
such payment or import, to the knowledge of the Bank, is
prohibited by decision of the United Nations Security Council
taken under Chapter VII of the Charter of the United Nations. No
party other than the Borrower shall derive any rights from the
Loan Agreement or have any claim to the funds.

12
3. Fraud and
Corruption

3.1

It is the Banks policy to require that Borrowers (including


beneficiaries of Bank loans), bidders, suppliers, contractors and
their agents (whether declared or not), sub-contractors, subconsultants, service providers or suppliers, and any personnel
thereof, observe the highest standard of ethics during the
procurement and execution of Bank-financed contracts . In
pursuance of this policy, the Bank:

(a)

defines, for the purposes of this provision, the terms set forth
below as follows:

(i)

corrupt practice is the offering, giving, receiving or soliciting,


directly or indirectly, of anything of value to influence
improperly the actions of another party ;

(ii) fraudulent practice is any act or omission, including a


misrepresentation, that knowingly or recklessly misleads, or
attempts to mislead, a party to obtain a financial or other benefit
or to avoid an obligation ;
(iii) 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) coercive practice is impairing or harming, or threatening to
impair or harm, directly or indirectly, any party or the property of
the party to influence improperly the actions of a party ;
(v)

obstructive practice is

(aa) deliberately destroying, falsifying, altering or concealing of


evidence material to the investigation or making false statements
to investigators in order to materially impede a Bank
investigation into allegations of a corrupt, fraudulent, coercive or
collusive practice; and/or threatening, harassing or intimidating
any party to prevent it from disclosing its knowledge of matters
relevant to the investigation or from pursuing the investigation, or
(bb) acts intended to materially impede the exercise of the Banks
inspection and audit rights provided for under paragraph 1.16(e)
below.
(b)

will reject a proposal for award if it determines that the bidder


recommended for award, or any of its personnel, or its agents, or
its sub-consultants, sub-contractors, service providers, suppliers
and/or their employees, has, directly or indirectly, engaged in
corrupt, fraudulent, collusive, coercive or obstructive practices in
competing for the contract in question;

(c)

will declare misprocurement and cancel the portion of the loan


allocated to a contract if it determines at any time that
representatives of the Borrower or of a recipient of any part of the

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)

will sanction a firm or individual, at any time, in accordance with


prevailing Banks sanctions procedures , including by publicly
declaring such firm or individual ineligible, either indefinitely or
for a stated period of time: (i) to be awarded a Bank-financed
contract; and (ii) to be a nominated sub-contractor, consultant,
supplier or services provider of an otherwise eligible firm being
awarded a Bank-financed contract;

(e)

will require that a clause be included in bidding documents and in


contracts financed by a Bank loan, requiring bidders, suppliers
and contractors, and their sub-contractors, agents, personnel,
consultants, service providers or suppliers, to permit the Bank to
inspect all accounts, records and other documents relating to the
submission of bids and contract performance, and to have them
audited by auditors appointed by the Bank.

3.2 Furthermore, Bidders shall be aware of the provision stated in


Sub-Clause 35.1 (a) (iii) of the General Conditions of Contract.
4. Eligible
Bidders

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 Bidder shall not have a conflict of interest. All bidders found


to have conflict of interest shall be disqualified. Bidders may be
considered to have a conflict of interest with one or more parties
in this bidding process, if they:

(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

A Bidder that is under a declaration of ineligibility by the Bank


in accordance with ITB Clause 3, at the date of contract award,
shall be disqualified. The list of debarred firms is available at
the electronic address specified in the BDS.

4.4

A firm that has been determined to be ineligible by the Bank in


relation to the Bank Guidelines On Preventing and Combating
Fraud and Corruption in Projects Financed by IBRD Loans and
IDA Credits and Grants shall be not be eligible to be awarded a
contract.

4.5

Government-owned enterprises in the Borrowers Country shall


be eligible only if they can establish that they (i) are legally and
financially autonomous, (ii) operate under commercial law, and
(iii) are not a dependent agency of the Purchaser or Borrower or
Sub-Borrower.

4.6

Bidders shall provide such evidence of their continued


eligibility satisfactory to the Purchaser, as the Purchaser shall
reasonably request.

5.1

All the Goods and Related Services to be supplied under the


Contract and financed by the Bank may have their origin in any
country in accordance with Section V, Eligible Countries.

5.2

For purposes of this Clause, the term goods includes


commodities, raw material, machinery, equipment, and industrial
plants; and related services includes services such as
insurance, installation, training, and initial maintenance.

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.

B. Contents of Bidding Documents


6. Sections of
Bidding
Documents

6.1

The Bidding Documents consist of Parts 1, 2, and 3, which


include all the Sections indicated below, and should be read in
conjunction with any Addendum issued in accordance with ITB
Clause 8.

15
PART 1

Bidding Procedures

Section I. Instructions to Bidders (ITB)

Section II. Bidding Data Sheet (BDS)

Section III. Evaluation and Qualification Criteria

Section IV. Bidding Forms

Section V. Eligible Countries

PART 2 Supply Requirements

Section VI. Schedule of Requirements

PART 3 Contract

7. Clarification of
Bidding
Documents

Section VII. General Conditions of Contract (GCC)

Section VIII. Special Conditions of Contract (SCC)

Section IX. Contract Forms

6.2

The Invitation for Bids issued by the Purchaser is not part of the
Bidding Documents.

6.3

The Purchaser is not responsible for the completeness of the


Bidding Documents and their addendum, if they were not
obtained directly from the Purchaser.

6.4

The Bidder is expected to examine all instructions, forms, terms,


and specifications in the Bidding Documents. Failure to furnish
all information or documentation required by the Bidding
Documents may result in the rejection of the bid.

7.1

A prospective Bidder requiring any clarification of the Bidding


Documents shall contact the Purchaser in writing at the
Purchasers address specified in the BDS. The Purchaser will
respond in writing to any request for clarification, provided that
such request is received no later than fifteen (15) days prior to
the deadline for submission of bids. The Purchaser shall forward
copies of its response to all those who have acquired the Bidding
Documents directly from it, including a description of the
inquiry but without identifying its source. Should the Purchaser
deem it necessary to amend the Bidding Documents as a result of
a clarification, it shall do so following the procedure under ITB
Clause 8 and ITB Sub-Clause 24.2.

16
8. Amendment of
Bidding
Documents

8.1

At any time prior to the deadline for submission of bids, the


Purchaser may amend the Bidding Documents by issuing
addendum.

8.2

Any addendum issued shall be part of the Bidding Documents


and shall be communicated in writing to all who have obtained
the Bidding Documents directly from the Purchaser.

8.3

To give prospective Bidders reasonable time in which to take an


addendum into account in preparing their bids, the Purchaser
may, at its discretion, extend the deadline for the submission of
bids, pursuant to ITB Sub-Clause 24.2

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

10.1 The Bid, as well as all correspondence and documents relating to


the bid exchanged by the Bidder and the Purchaser, shall be
written in English language. Supporting documents and printed
literature that are part of the Bid may be in another language
provided they are accompanied by an accurate translation of the
relevant passages into English language, in which case, for
purposes of interpretation of the Bid, such translation shall
govern.

11. Documents
Comprising the
Bid

11.1 The Bid shall comprise the following:


(a)

Bid Submission Form and the applicable Price Schedules, in


accordance with ITB Clauses 12, 14, and 15;

(b)

Bid Security, in accordance with ITB Clause 21, if required;

(c)

written confirmation authorizing the signatory of the Bid to


commit the Bidder, in accordance with ITB Clause 22;

(d)

documentary evidence in accordance with ITB Clause 16


establishing the Bidders eligibility to bid;

(e)

documentary evidence in accordance with ITB Clause 17, that


the Goods and Related Services to be supplied by the Bidder
are of eligible origin;

17
(f)

documentary evidence in accordance with ITB Clauses 18 and


30, that the Goods and Related Services conform to the Bidding
Documents;

(g)

documentary evidence in accordance with ITB Clause 19


establishing the Bidders qualifications to perform the contract
if its bid is accepted; and

(h)

Manufacturers authorization form.

(i)

any other document required in the BDS.

12. Bid Submission


Form and Price
Schedules

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. Bid Prices and


Discounts

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)

the price of the Goods quoted EXW (ex works, ex factory,


ex warehouse, ex showroom, or off-the-shelf, as
applicable), including all duties (customs, excise etc.) and
sales and other taxes already paid or payable on the
components and raw material used in the manufacture or
assembly of the Goods;

(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)

for the Related Services, other than inland transportation


and other services required to convey the Goods to their
final destination, whenever such Related Services are
specified in the Schedule of Requirements:

(i)

the price of each item comprising the Related Services


(inclusive of any applicable taxes).

(c)

bidders may like to ascertain availability of excise duty


exemption benefits, available for contracts financed under
World Bank Credits/ Loans. They are solely responsible
for obtaining such benefits, which they have considered in
their bid and in case of failure to receive such benefits for
reasons whatsoever, the Purchaser will not compensate the
bidder.
Where the bidder has quoted taking into account such
benefits, he must give all information required for issue of
necessary Certificates in terms of the Central Excise
Notification -108/95 along with his bid in form at S. No. 8
of Section VI. Where the Purchaser issues such
Certificates, Excise Duty will not be reimbursed separately.

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

15.1 The Bidder shall quote in Indian Rupees only.

16. Documents
Establishing
the Eligibility
of the Bidder

16.1 To establish their eligibility in accordance with ITB Clause 4,


Bidders shall complete the Bid Submission Form, included in
Section IV, Bidding Forms.

17. Documents
Establishing
the Eligibility
of the Goods
and Related
Services

17.1 To establish the eligibility of the Goods and Related Services in


accordance with ITB Clause 5, Bidders shall complete the
country of origin declarations in the Price Schedule Forms,
included in Section IV, Bidding Forms.

18. Documents
Establishing
the Conformity
of the Goods
and Related
Services

18.1 To establish the conformity of the Goods and Related Services to


the Bidding Documents, the Bidder shall furnish as part of its
Bid the documentary evidence that the Goods conform to the
technical specifications and standards specified in Section VI,
Schedule of Requirements.
18.2 The documentary evidence may be in the form of literature,
drawings or data, and shall consist of a detailed item by item
description of the essential technical and performance
characteristics of the Goods and Related Services, demonstrating
substantial responsiveness of the Goods and Related Services to
the technical specification, and if applicable, a statement of
deviations and exceptions to the provisions of the Schedule of
Requirements.
18.3 The Bidder shall also furnish a list giving full particulars,
including available sources and current prices of spare parts,
special tools, etc., necessary for the proper and continuing

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

19.1 The documentary evidence of the Bidders qualifications to


perform the contract if its bid is accepted shall establish to the
Purchasers satisfaction:
(a) (i) that, if required in the BDS, a Bidder that does not
manufacture or produce the Goods it offers to supply shall
submit the Manufacturers Authorization using the form
included in Section IV, Bidding Forms to demonstrate that
it has been duly authorized by the manufacturer or producer
of the Goods to supply these Goods in the Purchasers
Country;
(ii) Supplies for any particular item in each schedule of the
bid should be from one manufacturer only. Bids from
agents offering supplies from different manufacturers for
the same item of the schedule in the bid will be treated as
non-responsive.
(b) that the Bidder meets each of the qualification criterion
specified in Section III, Evaluation and Qualification
Criteria.
(c)

20. Period of
Validity of Bids

Bids from Joint Ventures are not acceptable

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)

at the bidders option, be in the form of either a certified check,


demand draft, letter of credit, or a bank guarantee from a
Nationalised/Scheduled Bank in India.

(b)

be substantially in accordance with one of the forms of Bid


Security included in Section IV, Bidding Forms, or other form
approved by the Purchaser prior to bid submission;

(c)

be payable promptly upon written demand by the Purchaser in


case the conditions listed in ITB Clause 21.5 are invoked;

(d)

be submitted in its original form; copies will not be accepted;

(e)

remain valid for a period of 45 days beyond the validity period


of the bids, as extended, if applicable, in accordance with ITB
Clause 20.2;

21.3 If a Bid Security is required in accordance with ITB Sub-Clause


21.1, any bid not accompanied by a substantially responsive Bid
Security in accordance with ITB Sub-Clause 21.1, shall be
rejected by the Purchaser as non-responsive.

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)

withdraws its bid during the period of bid validity


specified by the Bidder on the Bid Submission
Form, except as provided in ITB Sub-Clause 20.2;
or
(i)

does not accept the correction of errors in


procurement of ITB 31,

or,
(b)

if the successful Bidder fails to:


(i)

sign the Contract in accordance with ITB Clause


43;

(ii)

furnish a Performance Security in accordance with


ITB Clause 44.

21.6 Not used


21.7 If a bid security is not required in the BDS, and
(a)

if a Bidder withdraws its bid during the period of bid


validity specified by the Bidder on the Letter of Bid Form,
except as provided in ITB 20.2, or

(b)

if the successful Bidder fails to: sign the Contract in


accordance with ITB 43; or furnish a performance security
in accordance with ITB 44;

the Borrower may, if provided for in the BDS, declare the


Bidder disqualified to be awarded a contract by the Purchaser for
a period of time as stated in the BDS.
22. Format and
Signing of Bid

22.1 The Bidder shall prepare one original of the documents


comprising the bid as described in ITB Clause 11 and clearly
mark it ORIGINAL. In addition, the Bidder shall submit copies
of the bid, in the number specified in the BDS and clearly mark
them COPY. In the event of any discrepancy between the
original and the copies, the original shall prevail.
22.2 The original and all copies of the bid shall be typed or written in

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.

D. Submission and Opening of Bids


23. Submission,
Sealing and
Marking of
Bids

23.1 Bidders shall always submit their bids by hand. When so


specified in the BDS, bidders shall not have the option of
submitting their bids electronically.
(a) Bidders submitting by hand, shall enclose the original and each
copy of the Bid, including alternative bids, if permitted in
accordance with ITB Clause 13, in separate sealed envelopes, duly
marking the envelopes as ORIGINAL and COPY. These
envelopes containing the original and the copies shall then be
enclosed in one single envelope. The rest of the procedure shall be
in accordance with ITB sub-Clauses 23.2 and 23.3.
(b)

Bidders submitting bids shall follow bid submission procedures


specified in the BDS.

23.2 The inner and outer envelopes shall:


(a)

Bear the name and address of the Bidder;

(b)

be addressed to the Purchaser in accordance with ITB SubClause 24.1;

(c)

bear the specific identification of this bidding process indicated


in ITB 1.1 and any additional identification marks as specified
in the BDS; and

(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

24.1 Bids must be received by the Purchaser at the address and no


later than the date and time specified in the BDS. In the event
of the specified date for the submission of Bids being declared a
holiday for the Purchaser, the Bids will be received upto the
appointed time on the next working day.
24.2 The Purchaser may, at its discretion, extend the deadline for the
submission of bids by amending the Bidding Documents in
accordance with ITB Clause 8, in which case all rights and
obligations of the Purchaser and Bidders previously subject to
the deadline shall thereafter be subject to the deadline as
extended.

25. Late 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)

submitted in accordance with ITB Clauses 22 and 23


(except that withdrawal notices do not require copies), and
in addition, the respective envelopes shall be clearly
marked
WITHDRAWAL,
SUBSTITUTION,
or
MODIFICATION; and

(b)

received by the Purchaser prior to the deadline prescribed


for submission of bids, in accordance with ITB Clause 24.

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

E. Evaluation and Comparison of Bids


28. Confidentiality

29. Clarification of
bids

28.1 Information relating to the examination, evaluation, comparison,


and post qualification of bids, and recommendation of contract
award, shall not be disclosed to bidders or any other persons not
officially concerned with such process until publication of the
Contract Award.
28.2 Any effort by a Bidder to influence the Purchaser in the
examination, evaluation, comparison, and post qualification of
the bids or contract award decisions may result in the rejection of
its Bid.
28.3 Notwithstanding ITB Sub-Clause 28.2, from the time of bid
opening to the time of Contract Award, if any Bidder wishes to
contact the Purchaser on any matter related to the bidding
process, it should do so in writing.
29.1 To assist in the examination, evaluation, comparison and postqualification of the bids, the Purchaser may, at its discretion, ask
any Bidder for a clarification of its Bid. Any clarification
submitted by a Bidder in respect to its Bid and that changes the
substance of the Bidder price of the bid shall not be considered.
The Purchasers request for clarification and the response shall
be in writing. No change in the prices or substance of the Bid
shall be sought, offered, or permitted, except to confirm the
correction of arithmetic errors discovered by the Purchaser in the
Evaluation of the bids, in accordance with ITB Clause 31.

27
30. Responsiveness
of Bids

30.1 The Purchasers determination of a bids responsiveness is to be


based on the contents of the bid itself.
30.2 A substantially responsive Bid is one that conforms to all the
terms, conditions, and specifications of the Bidding Documents
without material deviation, reservation, or omission. A material
deviation, reservation, or omission is one that:
(a)

affects in any substantial way the scope, quality, or


performance of the Goods and Related Services specified in the
Contract; or

(b)

limits in any substantial way, inconsistent with the Bidding


Documents, the Purchasers rights or the Bidders obligations
under the Contract; or

(c)

if rectified would unfairly affect the competitive position of


other bidders presenting substantially responsive bids.

30.3

Bids from Agents, without proper authorization from the


manufacturer as per Section XII, shall be treated as nonresponsive.

30.4 If a bid is not substantially responsive to the Bidding Documents,


it shall be rejected by the Purchaser and may not subsequently be
made responsive by the Bidder by correction of the material
deviation, reservation, or omission.

31.
Non-conformities,
Errors, and
Omissions

31.1 Provided that a Bid is substantially responsive, the Purchaser


may waive any non-conformities or omissions in the Bid that do
not constitute a material deviation.
31.2 Provided that a bid is substantially responsive, the Purchaser may
request that the Bidder submit the necessary information or
documentation, within a reasonable period of time, to rectify
nonmaterial nonconformities or omissions in the bid related to
documentation requirements. Such omission shall not be related
to any aspect of the price of the Bid. Failure of the Bidder to
comply with the request may result in the rejection of its Bid.
31.3 Provided that the Bid is substantially responsive, the Purchaser
shall correct arithmetical errors on the following basis:
(a)

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)

if there is an error in a total corresponding to the addition or


subtraction of subtotals, the subtotals shall prevail and the total
shall be corrected; and

(c)

if there is a discrepancy between words and figures, the amount


in words shall prevail, unless the amount expressed in words is
related to an arithmetic error, in which case the amount in
figures shall prevail subject to (a) and (b) above.

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)

Bid Submission Form, in accordance with ITB Sub-Clause


12.1;

(b)

Price Schedules, in accordance with ITB Sub-Clause 12.2;

(c)

Bid Security in accordance with ITB Clause 21, if applicable.

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

The Purchaser shall evaluate the technical aspects of the Bid


submitted in accordance with ITB Clause 18, to confirm that all

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)

evaluation will be done for Items or Lots, as specified in the


BDS; and the Bid Price as quoted in accordance with clause
14;

(b)

price adjustment for correction of arithmetic errors in


accordance with ITB Sub-Clause 31.3;

(c)

price adjustment due to discounts offered in accordance with


ITB Sub-Clause 14.4;

(d)

adjustments due to the application of the evaluation criteria


specified in the BDS from amongst those set out in Section III,
Evaluation and Qualification Criteria;

36.4 The Purchasers evaluation of a bid will exclude and not take
into account:
(a)

In the case of Goods manufactured in India or goods of foreign


origin already located in India, vat, sales and other similar
taxes, which will be payable on the goods if a contract is
awarded to the Bidder;

(b)

any allowance for price adjustment during the period of


execution of the contract, if provided in the bid.

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

37.1 The Purchaser shall compare all substantially responsive bids to


determine the lowest-evaluated bid, in accordance with ITB
Clause 36.

38.

38.1 The Purchaser shall determine to its satisfaction whether the


Bidder that is selected as having submitted the lowest evaluated
and substantially responsive bid is qualified to perform the
Contract satisfactorily.

Post-qualification
of the Bidder

38.2 The determination shall be based upon an examination of the


documentary evidence of the Bidders qualifications submitted
by the Bidder, pursuant to ITB Clause 19.
38.3 An affirmative determination shall be a prerequisite for award of
the Contract to the Bidder. A negative determination shall result
in disqualification of the bid, in which event the Purchaser shall
proceed to the next lowest evaluated bid to make a similar
determination of that Bidders capabilities to perform
satisfactorily.
39. Purchasers
Right to Accept
Any Bid, and to
Reject Any or All
Bids

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

42.3 The Purchaser shall publish the tender at wwww.wbpdcl.co.in.


The LOA shall be awarded to the successful bidder after
evaluation of the tender. After the award of contract,
unsuccessful bidders may request in writing to the Purchaser for
a debriefing seeking explanations on the grounds on which their
bids were not selected. The Purchaser shall promptly respond in
writing to any unsuccessful Bidder who, after Publication of
contract award, requests a debriefing.
42.4 Upon the successful Bidders furnishing of the performance
security and signing the Contract Form pursuant to ITB Clause 44,
the Purchaser will promptly notify each unsuccessful Bidder and
will discharge its bid security, pursuant to ITB Clause 21.4.
43.1 Promptly after notification, the Purchaser shall send the
successful Bidder the Agreement and the Special Conditions of
Contract.
43.2 Within twenty-one (21) days of receipt of the Agreement, the
successful Bidder shall sign, date, and return it to the Purchaser.

44. Performance
Security

44.1 Within twenty one (21) days of the receipt of notification of


award from the Purchaser, the successful Bidder, if required,
shall furnish the Performance Security in accordance with the
GCC, using for that purpose the Performance Security Form
included in Section IX Contract forms, or another Form

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

SECTION II - BIDDING DATA SHEET


The following specific data for the goods to be procured shall complement, supplement, or
amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the
provisions herein shall prevail over those in ITB.

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

The Borrower is Government of India

ITB 2.1

The name of the Project is: India: Coal Fired Generation Rehabilitation Project.

ITB 4.3

A list of firms debarred from participating in World Bank projects is available at


http://www.worldbank.org/debarr

33

34

B. Contents of Bidding Documents


ITB 7.1

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

For clarification purposes only, the Purchasers address is:


Attention: GM (M&C),
The West Bengal Power Development Corporation Limited
Street Address: Bidyut Unayan Bhavan, Plot No. 3/C, LA Block, SectorIII, Salt Lake City
City: Kolkata
ZIP Code: 700098
Country: India
Telephone: (91) 33 2339 3624 , (91) 33 2339 3621
Facsimile number: (91) 033 23393607
Electronic mail address: dchowdhury@wbpdcl.co.in,
pchatterjee@wbpdcl.co.in
The Bidder is advised to visit and examine the site where the plant is to be
installed and its surroundings and obtain for itself on its own
responsibility all information that may be necessary for preparing the bid
and entering into a contract for the provision of Plant and Installation
Services. The costs of visiting the site shall be at the Bidders own
expense.
The Bidder and any of its personnel or agents will be granted permission
by the Employer to enter upon its premises and lands for the purpose of
such visit, but only upon the express condition that the Bidder, its
personnel, and agents will release and indemnify the Employer and its
personnel and agents from and against all liability in respect thereof, and
will be responsible for death or personal injury, loss of or damage to
property, and any other loss, damage, costs, and expenses incurred as a
result of the inspection.
The Bidders designated representative is invited to attend a pre-bid
meeting on the scheduled date as mentioned (at page no.4 of IFB notice)
at Bidyut Unayan Bhavan, Plot No. 3/C, LA Block, Sector-III, Salt Lake
City, Kolkata - 700098.
No. of Bidders Designated Representatives should be Three. The purpose of
the meeting will be to clarify issues and to answer questions on any matter
that may be raised at that stage.
The Bidder is requested, as far as possible, to submit any questions in
writing, to reach the Employer not later than 2 days before the meeting.
Minutes of the pre-bid meeting, including the text of the questions raised
without identifying the source, and the responses given, together with any
responses prepared after the meeting, will be transmitted promptly to all
Bidders who have acquired the Bidding Document in accordance with
ITB 6.3. Any modification to the Bidding Document that may become
necessary as a result of the pre-bid meeting shall be made by the
Employer exclusively through the issue of an Addendum pursuant to ITB
8 and not through the minutes of the pre-bid meeting.
Nonattendance at the pre-bid meeting will not be a cause for
disqualification of a Bidder.

35
ITB 11.1(i)

The Bidder shall submit the following additional documents in its bid:
PROPOSAL EXHIBIT SHEETS ( Volume III)

ITB 13.1

Alternative Bids shall not be considered.

ITB 14.6

The Incoterms edition is Incoterm 2000.


The Price Schedules comprise up to the six (6) schedules listed below.
Separate numbered Schedules included in Section IV, Bidding Forms,
from those numbered 1-3 below, shall be used for each of the elements of
the Goods and related Services. The total amount from each Schedule
corresponding to an element of the Goods and related Services less
amount quoted in Schedule 4 shall be summarized in the schedule titled
Grand Summary, (Schedule 5), giving the total bid price(s) to be entered
in the Letter of Bid.

ITB 14.6 (a)


(iii)

Schedule No. 1

Goods(including Mandatory Spare Parts) Supplied

Schedule No. 2

Related Services excluding Design Services

Schedule No. 3

Design Services

Schedule No. 4

Buy Back Price of existing equipment

Schedule No. 5

Grand Summary (Schedule Nos. 1 to 3)

Schedule No. 6

Recommended Spare Parts

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).

ITB 14.6 (a)


(iv) (New
Clause)

35

Less the price of Buy Back Price of existing equipment of Purchasers


items specified in 14J01-003-SPC-VA-001

36

ITB 14.7

The prices quoted by the Bidder shall not be adjustable.

ITB 18.3

Period of time the Goods are expected to be functioning (for the purpose of spare
parts): 3 years

ITB 19.1 (a)

Manufacturers authorization is: required as per proforma in Section IV.

ITB 20.1

The bid validity period shall be 90 days.

ITB 20.3

The factor will be 0% per annum


(a) Bid shall include a Bid Security (issued by bank) included in Section IV
Bidding Forms; for the period of bid validity plus 45 days (i.e., for 135
days [One Hundred Thirty Five Days]) starting from bid submission date.
In case of Bank Guarantee issued by branches outside India of foreign
banks, the Bank Guarantee shall be routed through the correspondent bank
in India.

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

D. Submission and Opening of Bids


ITB 23.1

Bidders shall not have the option of submitting their bids electronically.

ITB 23.1 (b)

If bidders shall have the option of submitting their bids electronically, the
electronic bidding submission procedures shall be: Not Applicable

ITB 23.2 (c)

The inner and outer envelopes shall bear the tender notice no. and description of
the job.

ITB 24.1

For bid submission purposes, the Purchasers address is:


Attention: GM (M&C),
The West Bengal Power Development Corporation Limited
Street Address: Bidyut Unayan Bhavan, Plot No. 3/C, LA Block, Sector-

36

37
III, Salt Lake City
City: Kolkata
Pin Code: 700098
Country: India
ITB 27.1

The bid opening shall take place at:


The West Bengal Power Development Corporation Limited
Street Address: Bidyut Unayan Bhavan, Plot No. 3/C, LA Block, SectorIII, Salt Lake City
City: Kolkata
Pin Code: 700098
Country: India

ITB 27.1

37

If electronic bid submission is permitted in accordance with ITB sub-clause 23.1,


the specific bid opening procedures shall be: Not Applicable

38

E. Evaluation and Comparison of Bids


ITB 36.3(a)

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.

Deviation in Delivery schedule: No .


Deviation in payment schedule: No.

iii.

the cost of major replacement components, mandatory spare parts, and


service: Yes

iv.

the availability in the Purchasers Country of spare parts and after-sales


services for the equipment offered in the bid: Must available in India

v.

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.

Specific additional criteria


The following additional criteria will be used in the evaluation:

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

A new ITB Clause 40.2 after 40.1 shall be added as under:


Award for the entire scope of work shall be placed on the lowest
evaluated and qualified bidder who is found capable to perform the
Contract in the event of award. The mode of contracting with the
successful bidder will be as per stipulation outlined in Clause PC 36.2
and briefly indicated below:
In the case of successful Bidder, the award shall be made as follows:
(i)

First Contract: For EXW supply of all the Goods including


mandatory Spare and Design Services under the Contract;

(ii)

Second Contract: For providing all related services except


Design Services included in the First Contract in the
Contract Documents.

Both contracts will contain a cross fall breach clause specifying that breach of
one will constitute breach of the other.

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.
ITB 41.1

The maximum percentage by which quantities may be increased is: 15%


The maximum percentage by which quantities may be decreased is: 15%

39

40

SECTION III. EVALUATION AND QUALIFICATION


CRITERIA

Contents
1. Evaluation Criteria (ITB 36.3 {d})
2. Multiple Contracts (ITB 36.6)
3. Post qualification Requirements (ITB 38.2)

40

41

1. Evaluation Criteria (ITB 36.3 (d))


The Purchasers evaluation of a bid may take into account, in addition to the Bid Price
quoted in accordance with ITB Clause 14.6, one or more of the following factors as specified in
ITB Sub-Clause 36.3(d) and in BDS referring to ITB 36.3(d), using the following criteria and
methodologies.
i.

Deviation in Delivery schedule: No .

ii.

Deviation in payment schedule: No.

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.

Specific additional criteria


The following additional criteria will be used in the evaluation:
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.
Incomplete / non-responsive mandatory spare list may run the risk of Bid rejection.

2. Multiple Contracts (ITB 36.6) Not applicable


The Purchaser shall award multiple contracts to the Bidder that offers the lowest evaluated
combination of bids (one contract per bid) and meets the post-qualification criteria (this Section
III, Sub-Section ITB 38.2 Post-Qualification Requirements)
The Purchaser shall:
(a)

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

take into account:


(i)

the lowest-evaluated bid for each lot and

(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.

Historical Financial Performance- Submission of audited balance sheets or if


not required by the law of the bidders country, other financial statements
acceptable to the Purchaser, for the last three [3] years to demonstrate the current
soundness of the bidders financial position and its prospective long term
profitability.The Bidder shall, in particular, shall have a minimum positive Net
worth in the last three financial years.

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

SECTION IV BIDDING FORMS


Table of Forms
Bidder Information Form.......................................................................................44
Bid Submission Form............................................................................................ 45
Price Schedule........................................................................................................48
Price and Completion Schedule - Related Services...............................................55
Bid Security (Bank Guarantee)..............................................................................61
Manufacturers Authorization................................................................................62

43

44

BIDDER INFORMATION FORM


[The Bidder shall fill in this Form in accordance with the instructions indicated below. No
alterations to its format shall be permitted and no substitutions shall be accepted.]
Date: [insert date (as day, month and year) of Bid Submission]
NCB No.: [insert number of bidding process]
Page ________ of_______ pages
1. Bidders Legal Name [insert Bidders legal name]
2. Bidders actual or intended Country of Registration: [insert actual or intended Country of
Registration]
3. Bidders Year of Registration: [insert Bidders year of registration]
4. Bidders Legal Address in Country of Registration: [insert Bidders legal address in
country of registration]
5. Bidders Authorized Representative Information
Name: [insert Authorized Representatives name] Original Power of Attorney copy has to
be enclosed.
Address: [insert Authorized Representatives Address]
Telephone/Fax numbers: [insert Authorized Representatives telephone/fax numbers]
Email Address: [insert Authorized Representatives email address]
6. Attached are copies of original documents of: [check the box(es) of the attached original
documents]
Articles of Incorporation or Registration of firm named in 1, above, in accordance with
ITB Sub-Clauses 4.1 and 4.2.
In case of government owned entity from the Purchasers country, documents establishing
legal and financial autonomy and compliance with commercial law and not dependent
agency of borrower or sub-borrower or purchaser, in accordance with ITB Sub-Clause 4.5.
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

44

45

LETTER OF BID /BID SUBMISSION FORM


[The Bidder shall fill in this Form in accordance with the instructions indicated No alterations to
its format shall be permitted and no substitutions shall be accepted.]
Date: [insert date (as day, month and year) of Bid Submission]
NCB No.: [insert number of bidding process]
Invitation for Bid No.: [insert No of IFB]
Alternative No.: [insert identification No if this is a Bid for an alternative]
To: [insert complete name of Purchaser]
We, the undersigned, declare that:
(a) We have examined and have no reservations to the Bidding Documents, including Addenda
No.: [insert the number and issuing date of each Addenda];
(b) We offer to supply in conformity with the Bidding Documents and in accordance with the
Delivery Schedules specified in the Schedule of Requirements the following Goods and
Related Services [insert a brief description of the Goods and Related Services];
(c) The total price of our Bid, excluding any discounts offered in item (d) below, is: [insert the
total bid price in words and figures, indicating the various amounts and the respective
currencies];
(d) The discounts offered and the methodology for their application are:
Discounts. If our bid is accepted, the following discounts shall apply. [Specify in detail
each discount offered and the specific item of the Schedule of Requirements to which it
applies.]
Methodology of Application of the Discounts. The discounts shall be applied using the
following method: [Specify in detail the method that shall be used to apply the discounts];
(e) Our bid shall be valid for the period of time specified in ITB Sub-Clause 20.1, from the date
fixed for the bid submission deadline in accordance with ITB Sub-Clause 24.1, and it shall
remain binding upon us and may be accepted at any time before the expiration of that
period;
(f) If our bid is accepted, we commit to obtain a performance security in accordance with ITB
Clause 44 and GCC Clause 17 for the due performance of the Contract;
(g) We, including any subcontractors or suppliers for any part of the contract, have nationality
from eligible countries
(h) We have no conflict of interest in accordance with ITB Sub-Clause 4.3;

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

(If none has been paid or is to be paid, indicate none.)


(k)

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

Price Schedule Forms


[The Bidder shall fill in these Price Schedule Forms in accordance with the instructions indicated. The
list of line items in column 1 of the Price Schedules shall coincide with the List of Goods and Related
Services specified by the Purchaser in the Schedule of Requirements.]

47

48

Section IV Bidding Forms

PRICE SCHEDULE -1: GOODS (INCLUDING MANDATORY SPARE PARTS) SUPPLIED


Date:_________________________
NCB No: _____________________
Alternative No: ________________
Page N ______ of ______
1

Line
Item
No

Description of Goods

Deliv
ery
Date

Quantity and
physical unit

Unit
price
EXW
[includ
ing
excise
duty if
any]

Total EXW price per


line item [including
Excise Duty if any]
(Col. 45)

Price per line item for


inland transportation,
insurance and other
services required to
convey the Goods to their
final destination

Sales, vat, and other taxes payable


per item if Contract is awarded (in
accordance with ITB 14.6(a)(ii)

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 total EXW


price per line item]

[insert the corresponding


price per line item]

[insert tsales and other taxes


payable per line item if Contract is
awarded]

[insert
number
of the
item]

[insert name of Good]

1.

Vapour Absorption Machine


with all accessories including
PRDS, Plunger pumps &
condensate pumps (but
excepting insulated steam
piping, insulated condensate
piping and Instrument Air
piping) as detailed in clause
no.2.01.01(Sl.No.1& 2) of
Part-A, Volume-2 of Document
no.14J01-003-SPC-VA-001
Insulated Steam piping with all
accessories as detailed in
clause no. 2.01.01(Sl.No. 2c)
of Part-A, Volume-2 of
Document no.14J01-003-SPCVA-001

2.

1 No.

60M
(size will be
decided by the
Bidder)

48

[insert total price per item]

3.

4.

5.

6.

7.

8.

9.

49

Insulated Condensate water


piping with all accessories as
detailed in clause no.
2.01.01(Sl. No. 2d) of Part-A,
Volume-2 of Document
no.14J01-003-SPC-VA-001

60 M

Instrument Air piping with all


accessories as detailed in clause no.
2.01.01(Sl. No. 2e) of Part-A,
Volume-2 of Document no.14J01003-SPC-VA-001

30 M

Water Cooled Precision Air


Conditioner with dual coil and
with all accessories as detailed
in clause no.2.01.01(Sl.No.3)
of Part-A, Volume-2 of
Document no.14J01-003-SPCVA-001

3 Nos.

Chilled Water Pump sets with


all accessories as detailed in
clause no.2.01.01(Sl.No.4) of
Part-A, Volume-2 of Document
no.14J01-003-SPC-VA-001

2 Nos.

Condenser Water Pump sets


with all accessories as detailed
in clause no.2.01.01(Sl.No.5)
of Part-A, Volume-2 of
Document no.14J01-003-SPCVA-001

2 Nos.

Cooling Tower with all


accessories as detailed in
clause no.2.01.01(Sl.No.6) of
Part-A, Volume-2 of Document
no.14J01-003-SPC-VA-001

2 Nos.

Non Chemical Water treatment


Equipment with all accessories
as detailed in clause
no.2.01.01(Sl.No.8) of Part-A,
Volume-2 of Document
no.14J01-003-SPC-VA-001

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.

Expansion Tank with all


accessories as detailed in
clause no.2.01.01(Sl.No.9) of
Part-A, Volume-2 of Document
no.14J01-003-SPC-VA-001

1 No.

11.

Fresh Air Volume Control


damper as detailed in clause
no.2.01.01(Sl.No.10) of Part-A,
Volume-2 of Document
no.14J01-003-SPC-VA-001

1 No.

12.

Smoke Exhaust Fan with all


accessories as detailed in
clause no.2.01.01(Sl.No.11) of
Part-A, Volume-2 of Document
no.14J01-003-SPC-VA-001

1 No.

13.

Ducting with insulation from


PAC units to main Header
located in the PAC room with
all accessories as detailed in
clause no.2.01.01(Sl.No.12) of
Part-A, Volume-2 of Document
no.14J01-003-SPC-VA-001

As shown in
the Tender
drawing

Ducting without insulation


(associated with Smoke
Exhaust system ) with all
accessories (except Motorized
isolation Damper) as detailed
in clause no.2.01.01(Sl.No.12)
of Part-A, Volume-2 of
Document no.14J01-003-SPCVA-001

As shown in
the Tender
drawing

Motorized Isolation Damper


with all accessories as detailed
in clause no.2.01.01(Sl.No.12
iv) of Part-A, Volume-2 of
Document no.14J01-003-SPCVA-001

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

Condenser Water Piping with


all accessories as detailed in
clause no. 2.01.01(Sl. No. 7b)
of Part-A, Volume-2 of
Document no.14J01-003-SPCVA-001

As required on
Lump-sum
basis

Make-up water piping with all


accessories as detailed in
clause no. 2.01.01(Sl. No. 7d)
of Part-A, Volume-2 of
Document no.14J01-003-SPCVA-001

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.

Insulated Chilled water piping


with all accessories as detailed
in clause no. 2.01.01(Sl. No.
7a) of Part-A, Volume-2 of
Document no.14J01-003-SPCVA-001

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.

415V MCC cum PDB cum


Control Panel with all
accessories as detailed in
clause no. 2.01.02 I(Sl. No. Ai)
and 2.01.02 III of Part-A and
other parts of Volume-2 of
Document no.14J01-003-SPCVA-001

1 No.

21.

Local Push Button Stations as


detailed in clause no. 2.01.02
I(Sl. No. Aii) of Part-A and
other parts of Volume-2 of
Document no.14J01-003-SPCVA-001

2 Nos.

22.

Power cabling including cable


trays and racks as detailed in
clause no. 2.01.02 I(Sl. No. B
i) of Part-A and other parts of
Volume-2 of Document
no.14J01-003-SPC-VA-001

1 Lot.

Control & Instrumentation


cabling including cable trays
and racks as detailed in clause
no. 2.01.02 I(Sl. No. B ii) of
Part-A and other parts of
Volume-2 of Document
no.14J01-003-SPC-VA-001

1 Lot.

Grounding of all drive motors,


panels & equipment as detailed
in clause no. 2.01.02 I(Sl. No.
B iii) of Part-A and other parts
of Volume-2 of Document
no.14J01-003-SPC-VA-001

1 Lot.

All Consumables for one-year


trouble free operation as
indicated in clause no.2.01.03c)
of Part-A of Volume-2 of
Document no.14J01-003-SPCVA-001

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.

All Mandatory Spare parts for


3 years trouble free operation
and maintenance and as
detailed in clause no.4.00.00 of
Part-B of Volume-2 of
Document no.14J01-003-SPCVA-001

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.

Special Tools and Tackles


including Tool Box as
indicated in clause no.2.01.03
f) of Part-A of Volume-2 of
Document no.14J01-003-SPCVA-001

1 Lot.

Other Ancillary items required


for complete erection &
Commissioning of the
specified system as detailed in
clause nos. 2.01.03a) & b) of
Part-A of Volume-2 of
Document no.14J01-003-SPCVA-001

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

Total Price to Table 5


Summary

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.

Section IV Bidding Forms

55

PRICE SCHEDULE -2: PRICE AND COMPLETION SCHEDULE - RELATED SERVICES EXCEPT DESIGN
SERVICE

Service
N

Description of Services (excludes inland transportation


and other services required in India to convey the
goods to their final destination)

Country of
Origin

Delivery Date at place


of Final destination

Quantity and physical unit

[insert
number of
the
Service ]

[insert name of Services]

[insert country
of origin of the
Services]

[insert delivery date at


place of final
destination per Service]

1.

Shop Painting and Shop Testing as applicable


for all supply items
(Ref. clause no.2.02.02of Part-A of Volume-2
and
other relevant clauses of Document
no.14J01-003-SPC-VA-001

2.

Transportation of Goods from Ex-works to BTPS


Site, Unloading at site, transportation from
unloading point to site store from store to
erection site, storing at site.

3.

Complete work of erection of all equipment and


accessories including minor cutting and making
good of holes on floors/walls and roofs kept by
the Purchaser for routing of system piping /
ducting / cabling.

4.

Final painting including supply of paints as per


approved colour scheme of the Purchaser.

5.

Trial run and commissioning of the specified


system and equipment.

55

[insert number of units to be supplied and


name of the physical unit]

Date:_________________________
NCB No: _____________________
Alternative No: ________________
Page N ______ of ______
6
7
Unit price

Total Price per Service


(Col. 5*6)

[insert unit price


per item]

[insert total price per item]

6.

Performance Guarantee Testing at site as


detailed in the technical specification document
no. 14J01-003-SPC-VA-001 and handing over to
the Purchaser to their entire satisfaction.

7.

Training of owners operating & maintenance


personnel

8.

Dismantling of existing AC equipment (for


Control room areas) located in the AC Plant
room and AHU room , the portion of existing
ducting in AHU room and exiting cooling
towers with all existing CW
piping with
fittings.shifting of dismantled items which have
no salvage value to scrap yard (within 0.5 KM
outside plant)

Total Price to Table 5 Summary

56

(Total of column 7)

57

Section IV Bidding Forms

PRICE SCHEDULE -3: PRICE AND COMPLETION SCHEDULE - DESIGN SERVICES


Date:_________________________
NCB No: _____________________
Alternative No: ________________
Page N ______ of ______
1

Service
N

[insert number of the


Service ]

Description of Services (excludes inland


transportation and other services required in India
to convey the goods to their final destination)

Country of Origin

Delivery Date at place


of Final destination

Quantity and physical


unit

Unit price

Total Price per Service


(Col. 5*6)

[insert name of Services]

[insert country of
origin of the
Services]

[insert delivery date at


place of final
destination per Service]

[insert number of units [insert unit price per


to be supplied and name item]
of the physical unit]

[insert total price per


item]

Total price for


Design service
Table 5
Summary

(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

Section IV Bidding Forms

PRICE SCHEDULE -4: BUY-BACK PRICE OF EXISTING EQUIPMENT


Date:_________________________
NCB No: _____________________
Alternative No: ________________
Page N ______ of ______

Item No.

Description

Quantity

Unit Rate (Rs.)

Total Price(Rs.)

Condensing Unit of 18.5TR


capacity

Air Handling Unit (20TR)


with D-X type Cooling coil

Natural Draft Cooling Tower


(40 TR)

Condenser Water Pump with


7.5HP drive motor

Condenser Water piping

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

(to Schedule No. 5. Grand


Summary)

SCHEDULE NO. 5. GRAND SUMMARY


Item

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

SCHEDULE NO. 6. RECOMMENDED SPARE PARTS --- PRICE


Date:_________________________
NCB No: _____________________
Alternative No: ________________
Page N ______ of ______
1
Item
No

60

2
Description

3
Quantity

Unit price EXW


[including excise
duty if any]

Total EXW price


per line item
[including Excise
Duty if any]
(Col3x4)

Price per line item


for inland
transportation,
insurance and
other
services(packing,
forwarding etc)
required to convey
the Goods to their
final destination

Sales, vat, and


other taxes payable
per item if
Contract is
awarded (in
accordance with
ITB 14.6(a)(ii)

Total Price per line


item
(Co5+6)

BID SECURITY (BANK GUARANTEE)


[The Bank shall fill in this Bank Guarantee Form in accordance with the instructions
indicated.]
[insert Banks Name, and Address of Issuing Branch or Office]
Beneficiary: [insert name and address of Purchaser]
Date: [insert date]
BID GUARANTEE No.:

[insert bid Guarantee number]

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

SECTION V. ELIGIBLE COUNTRIES


Public Information Center
Eligibility for the Provision of Goods, Works and Services in Bank-Financed Procurement
1.

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)

With reference to paragraph 1.8 (a) (ii) of the Guidelines:


_________________________
_________________________

Any questions regarding this list should be addressed to the Director, Procurement Policy and Services Group,
Operational Core Services Network, The World Bank

63

PART 2 - SUPPLY REQUIREMENTS

64

SECTION VI SCHEDULE OF REQUIREMENTS

1. LIST OF GOODS AND DELIVERY SCHEDULE.................................................................66


2. LIST OF RELATED SERVICES [ITB CLAUSE 14.6(D)] AND COMPLETION
SCHEDULE...................................................................................................................................67
3. TECHNICAL SPECIFICATIONS........................................................................................... 68
4. DRAWINGS............................................................................................................................. 69
5. INSPECTIONS AND TESTS...................................................................................................70
6. PROFORMA OF CERTIFICATE FOR ISSUE BY THE PURCHASER AFTER
SUCCESSFUL INSTALLATION AND STARTUP OF THE SUPPLIED GOODS...................71
7. PERFORMA FOR PERFORMANCE STATEMENT...........................................................73
8. DECLARATION FOR EXCISE BENEFITS..........................................................................74
9. FINANCIAL FORMS........................................................................................................75-78

65

1. LIST OF GOODS AND DELIVERY SCHEDULE


Line
Item

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 per Clause No.


2.01.01,2.01.02 &
2.01.03 of Volume-II,
Part-A of Document No.
14J01-003-SPC-VA-001
except Spare Parts
recommended by the
manufacturers.

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

BTPS, Unit5, Tribeni

Delivery (as per Incoterms) Date


Earliest Delivery
Date

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]

[insert the number


of days following
the date of
effectiveness the
Contract]

[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

2. List of Related Services [ITB Clause 14.6(b)] and Completion Schedule

Service

[insert
Service
No]

Description of Service

[insert description of Related Services]


[Insert after modifying as appropriate deleting
inapplicable items from the following:]
Refer to Clause nos. 2.02.00,2.04.00 & 2.05.00 of

Volume-II, Part-A of Document No. 14J01-003-SPCVA-001

Quantity1

Physical Unit

[insert quantity
of items to be
supplied]

[insert physical
unit for the
items]

Not Applicable

Not Applicable

Place where Services


shall be performed

[insert name of the


Place]

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

:
:
:
:
:
:
:
:
:
:
:
:

PROPOSAL EXHIBIT SHEETS


KEY INFORMATION ABOUT THE BID
GUARANTEED DATA SHEET
TECHNICAL PARTICULARS (MECHANICAL)
TECHNICAL PARTICULARS (ELECTRICAL)
LIST OF MANDATORY SPARE PARTS
LIST OF RECOMMENDED SPARE PARTS
SPECIAL TOOLS & TACKLE DATA
WORK PROGRESS SCHEDULE
LIST OF DEVIATIONS FROM SPECIFICATION
CHECKLIST FOR COMPLETENESS OF OFFER
DECLARATION SHEET

ATTACHMENT

TABLES & TENDER DRAWINGS

TABLES
TABLE-I

DESIGN PARAMETERS FOR CALCULATING


COOLING LOAD

TENDER DRAWINGS
Summary of Technical Specifications. The Goods and Related Services shall comply with
following Technical Specifications and Standards:
Item
No

[insert
item
No]

Name of Goods or Related Service

[insert description of Goods and Related Services]

68

Technical
Specificatio
ns and
Standards
[insert TS
and
Standards]

01.

Goods: As per Clause No. 2.01.01 , 2.01.02 , 2.01.03 & 2.03.00 of

02.

Related Services: Refer to Clause nos. 2.02.00 to 2.05.00 of Volume-II,

03.

For other detail Technical Specifications following shall be referred to :

Volume-II, Part-A of Document No. 14J01-003-SPC-VA-001 except


Spare Parts recommended by the manufacturers
Part-A of Document No. 14J01-003-SPC-VA-001
a) Volume - 2 : Part-A, Part-B and Part-C
b) Volume 3: Schedule-I thru Schedule-IX
c) Table-I and
d) Tender Drawings

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

5. INSPECTIONS AND TESTS


The following inspections and tests shall be performed: [insert list of inspections and tests]

Refer Clause nos. 5.00.00 & 6.00.00 of Part-B, Volume-2 of Document No. 14J01-003-SPC-VA001

70

6. PROFORMA OF CERTIFICATE FOR ISSUE BY THE


PURCHASER AFTER SUCCESSFUL INSTALLATION AND
STARTUP OF THE SUPPLIED GOODS
[This is to be attached for supply, erection, supervision of erection and startup contracts only]
No.

Date:

M/s.

Sub:

Certificate of startup of the supplied Goods

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)

Contract No. ________________________dated_____________________

(b)

Description of the plant_________________________________________

(c)

Plant Nos. ___________________________________________________

(d)

Quantity _____________________________________________________

(e)

Rail/Roadways Receipt No. _______________dated______________________

(f)

Name of the consignee ____________________________________________

(g)

Date of start up and proving test _______________________________

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.

The supplier has fulfilled his contractual obligations satisfactorily. *

71

or
The supplier has failed to fulfill his contractual obligations with regard to the following:
(a)
(b)
(c)
(d)
5.

The amount of recovery on account of non-supply of accessories and spares is given


under Para No. 2.

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

Explanatory notes for filling up the certificates:


(a)

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.

7. PERFORMA FOR PERFORMANCE STATEMENT


[Please see ITB Clause 38.2 and Section IIIEvaluation and Qualification Criteria]
Proforma for Performance Statement (for a period of last three/five years)
Bid No. _______

Date of opening ___________

Time __________ Hours

Name of the Firm __________________________________


Order placed by
(full address of
Purchaser)

Order No. and


date

Description and
quantity of
ordered
equipment

Value of order

Signature and seal of the Bidder

Date of completion of delivery

As per contract
5

_______________________________
_______________________________

73

Actual
6

Remarks
indicating reasons
for late delivery,
if any

Has the equipment


been satisfactorily
functioning? (Attach a
certificate form the
Purchaser/Consignee)

8.

DECLARATION FOR CLAIMING EXCISE DUTY


EXEMPTION
(Name of the Project)

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)

Ex-factory price per unit on which ED is payable:

*Rs. ___________________

(ii)

No of Units to be supplied:

________________________
________________________

(iii)

Total cost on which ED is payable

(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

Form FIN 9.1

Financial Situation
(To Be Filled in by Bidder)

Historical Financial Performance


Bidders Legal Name: _______________________

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

Average Annual Turnover


(To Be Filled in by Bidder)
Bidders Legal Name: ___________________________

Year

*Average
Annual
Turnover

Date: _____________________
NCB No.: __________________
Page _______ of _______ pages

Annual turnover data


Amount and Currency
_________________________________________

Indian Rs. equivalent


____________________

_________________________________________

____________________

_________________________________________

____________________

_________________________________________

____________________

_________________________________________

____________________

_________________________________________

____________________

*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.

Other Financial means

Amount
(Indian
equivalent)

Total

Date:

(Signature)

Place:

(Name)
(Designation)
(Common Seal)

78

Rs.

79

PART 3 CONTRACT

79

80

SECTION VII GENERAL CONDITIONS OF CONTRACT

80

81

Section VII. General Conditions of Contract


Table of Clauses
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.

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

Section VII. General Conditions of Contract


1. Definitions

82

The following words and expressions shall have the meanings hereby
assigned to them:
(a)

Bank means the World Bank and refers to the International


Bank for Reconstruction and Development (IBRD) or the
International Development Association (IDA).

(b)

Contract means the Contract Agreement entered into


between the Purchaser and the Supplier, together with the
Contract Documents referred to therein, including all
attachments, appendices, and all documents incorporated by
reference therein.

(c)

Contract Documents means the documents listed in the


Contract Agreement, including any amendments thereto.

(d)

Contract Price means the price payable to the Supplier as


specified in the Contract Agreement, subject to such additions
and adjustments thereto or deductions therefrom, as may be
made pursuant to the Contract.

(e)

Day means calendar day.

(f)

Completion means the fulfillment of the Related Services


by the Supplier in accordance with the terms and conditions
set forth in the Contract.

(g)

GCC means the General Conditions of Contract.

(h)

Goods means all of the commodities, raw material,


machinery and equipment, and/or other materials that the
Supplier is required to supply to the Purchaser under the
Contract.

(i)

Purchasers Country is India.

(j)

Purchaser means the entity purchasing the Goods and


Related Services, as specified in the SCC.

(k)

Related Services means the services incidental to the supply


of the goods, such as insurance, installation, start-up, training
and initial maintenance and other such obligations of the
Supplier under the Contract.

83
(l)

SCC means the Special Conditions of Contract.

(m)

Subcontractor means any natural person, private or


government entity, or a combination of the above, to whom
any part of the Goods to be supplied or execution of any part
of the Related Services is subcontracted by the Supplier.

(n)

Supplier means the natural person, private or government


entity, or a combination of the above, whose bid to perform the
Contract has been accepted by the Purchaser and is named as
such in the Contract Agreement.

(o)

The Project Site, where applicable, means the place named


in the SCC.

2. Contract
Documents

2.1

Subject to the order of precedence set forth in the Contract


Agreement, all documents forming the Contract (and all parts
thereof) are intended to be correlative, complementary, and
mutually explanatory. The Contract Agreement shall be read as
a whole.

3. Fraud and
Corruption

3.1

If the Purchaser determines that the Supplier or its agents


(whether declared or not), sub-contractors, sub-consultants,
service providers, and any personnel thereof has engaged in
corrupt, fraudulent, collusive, coercive or obstructive practices,
in competing for or in executing the Contract, then the
Purchaser may, after giving 14 days notice to the Supplier,
terminate the Supplier's employment under the Contract and
cancel the contract, and the provisions of Clause 35 shall apply
as if such termination had been made under Sub-Clause 35.1.
(a)

For the purposes of this Sub-Clause:


(i)

corrupt practice is the offering, giving, receiving


or soliciting, directly or indirectly, of anything of
value to influence improperly the actions of
another party ;

(ii) fraudulent practice is any act or omission,


including a misrepresentation, that knowingly or
recklessly misleads, or attempts to mislead, a party
to obtain a financial or other benefit or to avoid an
obligation ;

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)

coercive practice is impairing or harming, or


threatening to impair or harm, directly or
indirectly, any party or the property of the party to
influence improperly the actions of a party ;

(v)

obstructive practice is

(aa) deliberately destroying, falsifying, altering or


concealing of evidence material to the
investigation or making false statements to
investigators in order to materially impede a Bank
investigation into allegations of a corrupt,
fraudulent, coercive or collusive practice; and/or
threatening, harassing or intimidating any party to
prevent it from disclosing its knowledge of
matters relevant to the investigation or from
pursuing the investigation, or
(bb) acts intended to materially impede the exercise of
the Banks inspection and audit rights provided for
under Clause 11 [Inspections and Audits by the
Bank].

4. Interpretation

84

3.2

Should the Supplier or its agents (whether declared or not),


sub-contractors, sub-consultants, service providers, and any
personnel thereof be determined to have engaged in corrupt,
fraudulent, collusive, coercive, or obstructive practice, the
Bank will sanction a firm or individual, at any time, in
accordance with prevailing Banks sanctions procedures,
including by publicly declaring such firm or individual
ineligible, either indefinitely or for a stated period of time: (i)
to be awarded a Bank-financed contract; and (ii) to be a
nominated sub-contractor, consultant, supplier or services
provider of an otherwise eligible firm being awarded a Bankfinanced contract.

4.1

If the context so requires it, singular means plural and vice versa.

4.2

Incoterms

(a)

Unless inconsistent with any provision of the Contract, the


meaning of any trade term and the rights and obligations of
parties thereunder shall be as prescribed by Incoterms.

(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)

Subject to GCC Sub-Clause 4.5(b) below, no relaxation,


forbearance, delay, or indulgence by either party in enforcing
any of the terms and conditions of the Contract or the granting
of time by either party to the other shall prejudice, affect, or
restrict the rights of that party under the Contract, neither shall
any waiver by either party of any breach of Contract operate
as waiver of any subsequent or continuing breach of Contract.

(b)

Any waiver of a partys rights, powers, or remedies under the


Contract must be in writing, dated, and signed by an
authorized representative of the party granting such waiver,
and must specify the right and the extent to which it is being
waived.

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

The Contract as well as all correspondence and documents


relating to the Contract exchanged by the Supplier and the
Purchaser, shall be English. Supporting documents and

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

The Supplier shall bear all costs of translation to the governing


language and all risks of the accuracy of such translation, for
documents provided by the Supplier.

7.1

The Supplier and its Subcontractors shall have the nationality of


an eligible country. A Supplier or Subcontractor shall be
deemed to have the nationality of a country if it is a citizen or
constituted, incorporated, or registered, and operates in
conformity with the provisions of the laws of that country.

7.2

All Goods and Related Services to be supplied under the


Contract and financed by the Bank shall have their origin in
Eligible Countries. For the purpose of this Clause, origin means
the country where the goods have been grown, mined,
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.

8.1

Any notice given by one party to the other pursuant to the


Contract shall be in writing to the address specified in the
SCC. The term in writing means communicated in written
form with proof of receipt.

8.2

A notice shall be effective when delivered or on the notices


effective date, whichever is later.

9. Governing Law

9.1

The Contract shall be governed by and interpreted in


accordance with the laws of the Union of India.

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)

the parties shall continue to perform their respective


obligations under the Contract unless they otherwise agree;
and

(b)

the Purchaser shall pay the Supplier any monies due the
Supplier.

11. Inspections and


Audit by the
Bank

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).

12. Scope of Supply

12.1 The Goods and Related Services to be supplied shall be as


specified in the Special Condition of Contract.

13. Delivery and


Documents

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. Contract Price

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.

17. Taxes and


Duties

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

18.1 If required as specified in the SCC, the Supplier shall, within


twenty-eight (28) days of the notification of contract award,
provide a performance security for the performance of the
Contract in the amount specified in the SCC.
18.2 The proceeds of the Performance Security shall be payable to
the Purchaser as compensation for any loss resulting from the
Suppliers failure to complete its obligations under the
Contract.
18.3 As specified in the SCC, the Performance Security shall be
denominated in the Indian Rupees, and shall be in one of the
format stipulated by the Purchaser in the SCC, or in another
format acceptable to the Purchaser.
18.4 The Performance Security shall be discharged by the Purchaser
and returned to the Supplier not later than twenty-eight (28)
days following the date of Completion of the Suppliers
performance obligations under the Contract, including any
warranty obligations, unless specified otherwise in the SCC.

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)

the Purchaser or Supplier need to share with the Bank or other


institutions participating in the financing of the Contract;

(b)

now or hereafter enters the public domain through no fault of


that party;

(c)

can be proven to have been possessed by that party at the time


of disclosure and which was not previously obtained, directly
or indirectly, from the other party; or

(d)

otherwise lawfully becomes available to that party from a


third party that has no obligation of confidentiality.

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

21.1 The Supplier shall notify the Purchaser in writing of all


subcontracts awarded under the Contract if not already
specified in the bid. Such notification, in the original bid or
later shall not relieve the Supplier from any of its obligations,
duties, responsibilities, or liability under the Contract.
21.2 Subcontracts shall comply with the provisions of GCC Clauses
3 and 7.

22. Specifications
and Standards

23. Packing and


Documents

90

22.1
(a)

Technical Specifications and Drawings


The Goods and Related Services supplied under this Contract
shall conform to the technical specifications and standards
mentioned in Section VI, Schedule of Requirements and,
when no applicable standard is mentioned, the standard shall
be equivalent or superior to the official standards whose
application is appropriate to the Goods country of origin.

(b)

The Supplier shall be entitled to disclaim responsibility for


any design, data, drawing, specification or other document, or
any modification thereof provided or designed by or on behalf
of the Purchaser, by giving a notice of such disclaimer to the
Purchaser.

(c)

Wherever references are made in the Contract to codes and


standards in accordance with which it shall be executed, the
edition or the revised version of such codes and standards
shall be those specified in the Schedule of Requirements.
During Contract execution, any changes in any such codes
and standards shall be applied only after approval by the
Purchaser and shall be treated in accordance with GCC
Clause 33.

23.1 The Supplier shall provide such packing of the Goods as is


required to prevent their damage or deterioration during transit
to their final destination, as indicated in the Contract. During
transit, the packing shall be sufficient to withstand, without
limitation, rough handling and exposure to extreme
temperatures, salt and precipitation, and open storage. Packing
case size and weights shall take into consideration, where
appropriate, the remoteness of the goods final destination and

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

24.1 Unless otherwise specified in the SCC, the Goods supplied


under the Contract shall be fully insuredagainst loss or
damage incidental to manufacture or acquisition,
transportation, storage, and delivery, in accordance with the
applicable Incoterms or in the manner specified in the SCC.

25. Transportation

25.1 Unless otherwise specified in the SCC, responsibility for


arranging transportation of the Goods shall be in accordance
with the specified Incoterms.

26. Inspections and


Tests

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

29.1 The Supplier shall, subject to the Purchasers compliance with


GCC Sub-Clause 29.2, indemnify and hold harmless the
Purchaser and its employees and officers 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 Purchaser
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 by
reason of:
(a)

the installation of the Goods by the Supplier or the use of the


Goods in the country where the Site is located; and

(b)

the sale in any country of the products produced by the


Goods.

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

30.1 Except in cases of criminal negligence or willful misconduct,


(a)

the Supplier shall not be liable to the Purchaser, whether


in contract, tort, or otherwise, for any indirect or
consequential loss or damage, loss of use, loss of
production, or loss of profits or interest costs, provided
that this exclusion shall not apply to any obligation of the
Supplier to pay liquidated damages to the Purchaser and

(b)

the aggregate liability of the Supplier to the Purchaser,


whether under the Contract, in tort or otherwise, shall not
exceed the total Contract Price, provided that this
limitation shall not apply to the cost of repairing or
replacing defective equipment, or to any obligation of the
supplier to indemnify the purchaser with respect to patent
infringement

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

32.1 The Supplier shall not be liable for forfeiture of its


Performance Security, liquidated damages, or termination for
default if and to the extent that its delay in performance or
other failure to perform its obligations under the Contract is the
result of an event of Force Majeure.
32.2 For purposes of this Clause, Force Majeure means an event
or situation beyond the control of the Supplier that is not
foreseeable, is unavoidable, and its origin is not due to
negligence or lack of care on the part of the Supplier. Such
events may include, but not be limited to, acts of the Purchaser
in its sovereign capacity, wars or revolutions, fires, floods,
epidemics, quarantine restrictions, and freight embargoes.
32.3 If a Force Majeure situation arises, the Supplier shall notify
within 7 days of the actual occurance of the incident. the
Purchaser in writing of such condition and the cause thereof.
Unless otherwise directed by the Purchaser in writing, the
Supplier shall continue to perform its obligations under the
Contract as far as is reasonably practical, and shall seek all
reasonable alternative means for performance not prevented by
the Force Majeure event.

33. Change Orders


and Contract
Amendments

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

drawings, designs, or specifications, where Goods to be


furnished under the Contract are to be specifically
manufactured for the Purchaser;

96
(b)

the method of shipment or packing;

(c)

the place of delivery; and

(d)

the Related Services to be provided by the Supplier.

33.2 If any such change causes an increase or decrease in the cost


of, or the time required for, the Suppliers performance of any
provisions under the Contract, an equitable adjustment shall be
made in the Contract Price or in the Delivery/Completion
Schedule, or both, and the Contract shall accordingly be
amended. Any claims by the Supplier for adjustment under
this Clause must be asserted within twenty-eight (28) days
from the date of the Suppliers receipt of the Purchasers
change order.
33.3 Prices to be charged by the Supplier for any Related Services
that might be needed but which were not included in the
Contract shall be agreed upon in advance by the parties and
shall not exceed the prevailing rates charged to other parties by
the Supplier for similar services.
33.4 Subject to the above, no variation in or modification of the
terms of the Contract shall be made except by written
amendment signed by the parties.
34. Extensions of
Time

34.1 If at any time during performance of the Contract, the Supplier


or its subcontractors should encounter conditions impeding
timely delivery of the Goods or completion of Related Services
pursuant to GCC Clause 13, the Supplier shall promptly notify
the Purchaser in writing of the delay, its likely duration, and its
cause. As soon as practicable after receipt of the Suppliers
notice, the Purchaser shall evaluate the situation and may at its
discretion extend the Suppliers time for performance, in which
case the extension shall be ratified by the parties by
amendment of the Contract.
34.2 Except in case of Force Majeure, as provided under GCC
Clause 32, a delay by the Supplier in the performance of its
Delivery and Completion obligations shall render the Supplier
liable to the imposition of liquidated damages pursuant to GCC
Clause 26, unless an extension of time is agreed upon, pursuant
to GCC Sub-Clause 34.1.

96

97
35. Termination

35.1 Termination for Default


(a)

(b)

The Purchaser, without prejudice to any other remedy for


breach of Contract, by written notice of default sent to the
Supplier, may terminate the Contract in whole or in part:
(i)
if the Supplier fails to deliver any or all of the
Goods within the period specified in the Contract,
or within any extension thereof granted by the
Purchaser pursuant to GCC Clause 34;
(ii)

if the Supplier fails to perform any other


obligation under the Contract; or

(iii)

if the Supplier, in the judgment of the Purchaser


has engaged in fraud and corruption, as defined in
GCC Clause 3, in competing for or in executing
the Contract.

In the event the Purchaser terminates the Contract in whole or


in part, pursuant to GCC Clause 35.1(a), the Purchaser may
procure, upon such terms and in such manner as it deems
appropriate, Goods or Related Services similar to those
undelivered or not performed, and the Supplier shall be liable
to the Purchaser for any additional costs for such similar
Goods or Related Services. However, the Supplier shall
continue performance of the Contract to the extent not
terminated.

35.2 Termination for Insolvency.


(a)

The Purchaser may at any time terminate the Contract by


giving notice to the Supplier if the Supplier becomes bankrupt
or otherwise insolvent. In such event, termination will be
without compensation to the Supplier, provided that such
termination will not prejudice or affect any right of action or
remedy that has accrued or will accrue thereafter to the
Purchaser

35.3 Termination for Convenience.

97

(a)

The Purchaser, by notice sent to the Supplier, may terminate


the Contract, in whole or in part, at any time for its
convenience. The notice of termination shall specify that
termination is for the Purchasers convenience, the extent to
which performance of the Supplier under the Contract is
terminated, and the date upon which such termination
becomes effective.

(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

to have any portion completed and delivered at


the Contract terms and prices; and/or

(ii)

to cancel the remainder and pay to the Supplier


an agreed amount for partially completed Goods and
Related Services and for materials and parts
previously procured by the Supplier.

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

SECTION VIII. SPECIAL CONDITIONS OF CONTRACT


The following Special Conditions of Contract (SCC) shall supplement and / or amend the
General Conditions of Contract (GCC). Whenever there is a conflict, the provisions herein
shall prevail over those in the GCC.
GCC 1.1(j)

The Purchaser is: The West Bengal Power Development Corporation


Limited.

GCC 1.1(k)

Related Services means the services incidental to the supply of the


goods, such as inland transportation, insurance, all labor, contractors
equipment, temporary works, materials, consumables and all matters and
things of whatsoever nature required for installation, start-up, testing,
training and initial maintenance, the provision of operations and
maintenance manuals, Guarantee Test and other such obligations except
design service of the Supplier under the Contract.

GCC 1.1 (o)

The Project Site(s)/Final Destination(s) is : Bandel Thermal Power


Station, Tribeni, West Bengal Power Development Corporation
Limited, District: Hooghly, Pin- 712503, West Bengal, India

New clause
GCC 1.1 (p)

Effective Date means the date of fulfillment of all conditions stated in


Article 3 (Effective Date) of the Contract Agreement, from which the
Time for Completion shall be counted.

GCC 4.2 (a)

The meaning of the trade terms shall be as prescribed by Incoterms.

GCC 4.2 (b)

The version edition of Incoterms shall be 2000

GCC 8.1

For notices, the Purchasers address shall be:


Attention: The GM (M&C)
The West Bengal Power Development Corporation Limited.
Bidyut Unayan Bhavan, Plot No. 3/C, LA Block, Sector-III, Salt Lake City
City: Kolkata, Pin Code: 700098, India
Telephone: 033-2339-3624/621
Facsimile number: 033-2339-3607

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

Details of Shipping and other Documents to be furnished by the Supplier


are specified in Payment Procedure of Appendix 1. Terms and
Procedures of Payment Of Contract Document

GCC 15.1

The prices charged for the Goods supplied and the related Services
performed shall not be adjustable.

GCC 16.1

Payment shall be made in Indian Rupees in Appendix 1. Terms and


Procedures of Payment Of Contract Document

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

Performance Security shall be in the form of a Bank Guarantee drawn


in favour of the Purchaser.

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

Add as Clause 18.5 to the GCC the following:


In the event of any contractual amendment, the Supplier shall, within 28
days of receipt of such amendment, furnish the amendment to the
Performance Security, rendering the same valid for the duration of the
Contract, as amended for 120 days after the completion schedule
obligations including warranty obligations.

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

Packing Instructions: The Supplier will be required to make separate


packages for each Consignee. Each package will be marked on three
sides with proper paint/indelible ink with the following:
(i) Project; (ii) Contract No.; (iii) Country of Origin of Goods; (iv)
Suppliers Name; (v) Packing List Reference Number.
Consignee details is mentioned in Appendix 1. Terms and
Procedures of Payment Of Contract Document

GCC 24.1

The insurance shall be paid as mentioned in Appendix 3. Insurance


Requirements Of Contract Document.

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

The Inspections and tests shall be conducted as mentioned in

GCC 27.1

The liquidated damage shall be: 0.5% of contract price per week or part
thereof.

GCC 27.1

The maximum amount of liquidated damages shall be: 10% of the


contract price.

After
GCC 27.1

Completion period is specified in clause 7.01.00 of Part A of

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)

make such changes, modifications and/or additions to the


Facilities or any part thereof that are necessary to attain the
Functional Guarantees at its cost and expense, and shall
request the Employer to repeat the Guarantee Test or

(b) Pay liquidated damages to the Employer in respect of the failure to


meet the Functional Guarantees in accordance with the provisions in the
Appendix: Functional Guarantees to the Contract Agreement titled
Functional Guarantees.
If the Contractor eventually fails to meet the minimum level of Functional
Guarantees, the Employer may consider termination of the Contract,
pursuant to GC Sub-Clause 35.1 (a) (ii).
Functional Guarantee Test shall be performed in next availability of
summer season.
GCC 28.3

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

The period for repair or replacement shall be: 15 days.


This clause will apply only to variations in VAT/Sales tax/ Octroi etc
payable in India on the final product which is being supplied and not for
the individual components / raw materials which go into the product.

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)

First Contract: For EXW supply of all Goods


including mandatory Spare and Design Services
under the Contract;

(ii)

Second Contract: For providing all related services


except Design Services included in the First Contract
in the Contract Documents.

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

Attachment: Price Adjustment Formula Not applicable


If in accordance with GCC 15.2, prices shall be adjustable, the following method shall be
used to calculate the price adjustment:
15.2

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

= adjustment amount payable to the Supplier.


= Contract Price (base price).
= fixed element representing profits and overheads included in the Contract
Price and generally in the range of five (5) to fifteen (15) percent.
= estimated percentage of labor component in the Contract Price.
= estimated percentage of material component in the Contract Price.
= labor indices applicable to the appropriate industry in the country of origin
on the base date and date for adjustment, respectively.
= material indices for the major raw material on the base date and date for
adjustment, respectively, in the country of origin.

The coefficients a, b, and c as specified by the Purchaser are as follows:


a = [insert value of coefficient]
b= [insert value of coefficient]
c= [insert value of coefficient]
The Bidder shall indicate the source of the indices and the base date indices in its bid.
Base date = thirty (30) days prior to the deadline for submission of the bids.
Date of adjustment = [insert number of weeks] weeks prior to date of shipment
(representing the mid-point of the period of manufacture).
The above price adjustment formula shall be invoked by either party subject to the
following further conditions:

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

SECTION IX CONTRACT FORMS


Table of Forms
1. CONTRACT AGREEMENT.......................................................................................... 111-138
2. PERFORMANCE SECURITY.............................................................................................. 139
3. BANK GUARANTEE FOR ADVANCE PAYMENT.......................................................... 140

110

111

Form of Contract Agreement


(FORM OF CONTRACT AGREEMENT FOR FIRST CONTRACT )
THIS First Contract AGREEMENT is made the ______ day of_____________, BETWEEN
(1) ______________________, a corporation incorporated under the laws of_____
___________ and having its principal place of business at___________
___________________ (hereinafter called the Purchaser),
and
(2) ______________________, a corporation incorporated under the laws
________________________ and having its principal place of business
________________________ (hereinafter called the SUPPLIER).

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

In consideration of the payments to be made by the Purchaser to the Supplier as


hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the
Goods and Mandatory Spare Parts supplied and Design Services and to remedy defects
therein in conformity in all respects with the provisions of the Contract.

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

Form of Contract Agreement


(FORM OF CONTRACT AGREEMENT FOR SECOND CONTRACT)
THIS Second Contract AGREEMENT is made the ________ day of
________________________, _____, BETWEEN
(1) ______________________, a corporation incorporated under the laws of
___________ and having its principal place of business at ________________
(hereinafter called the Purchaser),
and
(2)
______________________, a corporation incorporated under the laws of
________________________ and having its principal place of business at
________________________ (hereinafter called the SUPPLIER).
WHEREAS the Purchaser desires to engage 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 as detailed in the Contract Documents, 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.
b.
c.
d.
e.
f.
g.
h.
i.

This Contract Agreement and the Appendices hereto


Notification of Award and acceptance letter of SUPPLIER
Particular Conditions
General Conditions
Approved Design / Specification / Datasheet
Approved Drawings
Resolution of the Post Bid meeting with successful bidder
Letter of Bid and Price Schedules submitted by the SUPPLIER
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
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

In consideration of the payments to be made by the Purchaser to the Supplier as


hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide all
related services except Design Services as per Reference GC Clause 1.1 (k) in SCC and
to remedy defects therein in conformity in all respects with the provisions of the
Contract.

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

Appendix 1. Terms and Procedures of Payment

In accordance with the provisions of GC Clause 16 (Terms of Payment), the


Purchaser shall pay the Supplier in the following manner and at the following times,
on the basis of agreed Billing Break up Schedule. Payments will be made in Indian
Rupees as quoted by the Bidder. Billing Break up Schedule shall be finalized within
30 days from the date of signing of Contract. Applications for payment in respect of
part deliveries (part delivery of an item as per approved Billing Break up Schedule)
may be made by the Supplier as work proceeds.
TERMS OF PAYMENT
Schedule No. 1: Goods including Mandatory Spares Supplied (including design
service)5
In respect of plant and equipment supplied from abroad, the following payments
shall be made:
Ten percent (10%) of the total Ex works 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 security for the equivalent amount
made out in favour of the Purchaser. The advance payment security may be
reduced in proportion to the value of the plant and equipment delivered to the site,
as evidenced by shipping and delivery documents.
Seventy percent (70%) of the total or pro rata Ex works price of each item (as per
agreed Billing Break up Schedule) shipped shall be paid to the Supplier and on
submission of documents specified in PAYMENT PROCEDURES specified below,
within forty-five (45) days after receipt of documents and receipt of Original and two
(2) copies of signed invoices
Ten percent (10%) of the total Ex works amount, as evidenced by the Purchasers
authorization (Letter from Authorized Representative of BTPS Site) on the Suppliers
application that he has achieved the Completion of schedule, will be paid within
forty-five (45) days after receipt of Original and two (2) copies of signed invoices.
Balance Ten percent (10%) of the total Ex works amount will be paid as evidenced
by the 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.
5

In case design service is not separately quoted.

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,

as evidenced by the Purchasers authorization of the Suppliers application, within


forty-five (45) days after receipt of Original and two (2) copies of signed invoices.
Ten percent (10%) of the total value of Related Services except Design Service, as
evidenced by the Purchasers authorization (Letter from Authorized Representative
of BTPS Site) on the Suppliers application that he has achieved the Completion of
schedule, will be paid within forty-five (45) days after receipt of Original and two (2)
copies of signed invoices.
Balance Ten percent (10%) of the total value of Related Services except Design
Service performed by the Supplier as evidenced by the 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, will
be paid 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.
Taxes as applicable on Installation services portion of the contract shall be payable
on production of the documentary proof.
PAYMENT PROCEDURES
The procedures to be followed in applying for certification and making payments
shall be as follows:
Schedule No. 1. Goods including Mandatory Spares Supplied excluding design
service
1. Documents to be presented for 10% initial advance payment

a)

122

Acceptance of Notification of Award and Signing of the Contract Agreement.

123
b)

Submission of an unconditional Bank Guarantee covering the advance


amount which shall be initially kept valid upto (Forty-five) 45 days beyond
the date of Completion of schedule under the Package. However, in case of
delay in Completion of schedule, the validity of this Bank Guarantee shall be
extended by the period of such delay. Proforma of Bank Guarantee for
Advance Payment is enclosed.

c)

Submission of an unconditional Bank Guarantee as Performance security


(10% of all the two contracts) which will be initially kept valid upto (Forty-five)
45 days beyond the schedule date of expiry of the Warranty period.
However, in case of delay in Completion of schedule, the validity of this
Bank Guarantee will be extended by the period of such delay. Proforma of
Bank Guarantee for Performance security Payment is enclosed.

d)

Submission of a detailed PERT Network based on the work schedule


stipulated in Appendix 4, Form of the Contract Agreement and its approval
by the Purchaser.

e)

Original and two (2) copies of signed invoices.

2. Documents to be presented for 70% payment against supply of goods.


a) Original and two (2) copies of signed invoices.
b) Original and two (2) copies of Packing List with marking details
c) Original and two (2) copies of bill of transportation.
d) Certificate of origin and Two copies of the same
e) Copies of MDCC (Material Dispatch Clearance Certificate) issued by
WBPDCL
f) A certificate issued by the Supplier that the above copies have been sent to
the Director (Projects) of WBPDCL.
g) A certificate issued by the Supplier that the amount claimed is in accordance
with the terms of the contract and agreed Billing Break up Schedule.
h) A certificate issued by the Supplier that the Insurance Premium and freight
have been paid for the consignment.
i) A certificate issued by the Supplier that i) goods as per packing list
correspond to those dispatched, ii) workshop tests in manufacturers works
have been satisfactory (copy of the test certificate(s) also to be enclosed).
j) A certificate issued by the Supplier that the equipments / materials
transported or to be shifted meet the ratings and performance parameters as
stipulated in the technical specifications.
k) In case of differential amount claim only a certificate from WBPDCLs
representative to that effect that the differential amount claimed as per agreed

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

Schedule No. 3. Design Services


1. Documents to be presented for 10% initial advance payment
a) Acceptance of Notification of Award and Signing of the Contract Agreement.
b) Submission of an unconditional Bank Guarantee covering the advance
amount which shall be initially kept valid upto (Forty-five) 45 days beyond the date
of Completion of schedule under the Package. However, in case of delay in
Completion of schedule, the validity of this Bank Guarantee shall be extended by
the period of such delay. Proforma of Bank Guarantee for Advance Payment is
enclosed.

c) Submission of an unconditional Bank Guarantee as Performance security


(10% of all the two contracts) which will be initially kept valid upto (Forty-five) 45
days beyond the schedule date of expiry of the Warranty period. However, in
case of delay in Completion of schedule, the validity of this Bank Guarantee will
be extended by the period of such delay. Proforma of Bank Guarantee for
Performance security Payment is enclosed.
d) Original and two (2) copies of signed invoices duly certified by WBPDCL.
2. Documents to be presented for 80% payment.
a) Original and two (2) copies of signed invoices.
Certificate from WBPDCL stating that the relevant Drawing / document has been
approved and the amount claimed as per agreed billing schedule.
Schedule No. 2. Related Services except Design Service
1. Documents to be presented for 10% initial advance payment

Acceptance of Notification of Award and Signing of the Contract Agreement.

b)

Submission of an unconditional Bank Guarantee covering the advance


amount which shall be initially kept valid up-to (twenty-eight) 28 days
beyond the date of Completion of schedule under the Package. However,
in case of delay in completion of facilities, the validity of this Bank

124

a)

125
Guarantee shall be extended by the period of such delay. Proforma of Bank
Guarantee is enclosed.
c)

Submission of an unconditional Bank Guarantee as Performance security


(10% of all the two contracts) which will be initially kept valid upto (Forty-five)
45 days beyond the schedule date of expiry of the Warranty period.
However, in case of delay in Completion of schedule, the validity of this
Bank Guarantee will be extended by the period of such delay. Proforma of
Bank Guarantee for Performance security Payment is enclosed.

d)

Submission of a detailed PERT Network based on the work schedule


stipulated in Appendix 4 to Form of the Contract Agreement and its
approval by the Purchaser.

e)

Establishing office at site preparatory to mobiliastion of their erection


establishment

f)

Original and two (2) copies of signed invoices.

2. Documents to be presented for 70% payment.


a) Original and two (2) copies of signed invoices.
b) A certificate by WBPDCLs authorized Engineer to the effect that the relevant
erection milestones have been achieved.
c) Original and two (2) copies of signed Material receipt Note of WBPDCLs
authorized Engineer at BTPS site.

Payment Terms for Taxes & Duties


100% of applicable Taxes and Duties which are payable by the Purchaser under the
Contract shall be reimbursed to the Supplier on production of satisfactory documentary
evidence by the Supplier.
Consignee
All the goods as defined in cl.no.1.1 (h) of GC, shall be consigned in the name and address
stated below:
The Director (O&M)
The West Bengal Power Development Corporation Limited
Bidyut Unnayan Bhaban
Plot No. 3 / C, Block LA, Sector III, Salt Lake City, Kolkata 700 098, West Bengal,
India.
With copy endorsed to
The General Manager,

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.

With copy endorsed to


(1) The GM (M&C)
The West Bengal Power Development Corporation Limited
Bidyut Unnayan Bhaban
Plot No. 3 / C, Block LA, Sector III, Salt Lake City, Kolkata 700 098, West Bengal,
India

(2) The General Manager,


Bandel Thermal Power Station,

P.O: Tribeni, Dist. - Hooghly, Pin 712 503, West Bengal, India.

126

127

127

Appendix 2. Price Adjustment


(Not Applicable)

The price shall remain firm during the currency of the contract. Therefore no such price
adjustment formula shall be applicable.

128

Appendix 3. Insurance Requirements


Insurances to be Taken out by the Supplier
In accordance with the provisions of GC Clause 24, the Supplier shall at its expense
take out and maintain in effect, or cause to be taken out and maintained in effect, during
the performance of the Contract, the insurances set forth below in the sums and with
the deductibles and other conditions specified. The identity of the insurers and the form
of the policies shall be subject to the approval of the Purchaser, such approval not to be
unreasonably withheld.
(a)

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)

Installation All Risks Insurance


Covering physical loss or damage to the Facilities at the Site, occurring prior to
completion of the Facilities, with an extended maintenance coverage for the
Suppliers liability in respect of any loss or damage occurring during the defect
liability period while the Supplier is on the Site for the purpose of performing its
obligations during the defect liability period.
Amount

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)

Third Party Liability Insurance


Covering bodily injury or death suffered by third parties (including the Purchasers
personnel) and loss of or damage to property (including the Purchasers property
and any parts of the Facilities that have been accepted by the Purchaser)
occurring in connection with the supply and installation of the Facilities.
Amount
Rupees
lakhs
person
occasion

(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

Automobile Liability Insurance


Covering use of all vehicles used by the Supplier or its Subcontractors (whether or
not owned by them) in connection with the supply and installation of the Facilities.
Comprehensive insurance in accordance with statutory requirements.
Documents required :
i)
valuation of vehicles
ii)
type of vehicles
iii)
age of vehicles
iv)
area of registration
Workers Compensation
In accordance with the statutory requirements applicable in any country where the
Facilities or any part thereof is executed.
Documents required ;
i)
Nature of job
ii)
Type of workers
iii)
Monthly wages of each worker
iv)
Total period of coverage
Purchasers Liability
In accordance with the statutory requirements applicable in any country where the
Facilities or any part thereof is executed.
Purchasers liability will be considered while taking a EAR policy covering both
principal
(Purchaser) and Supplier and sub contractor in project.

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)

Notwithstanding the insurance requirements mentioned above, it would be


the Suppliers responsibility to take adequate insurance cover as may be
pertinent to protect his interest and interest of the Purchaser. If at any point of
time during execution of the Contract, the insurance policies are found to be
inadequate, the Supplier shall take fresh insurance policies meeting aforesaid
requirements. The Purchaser reserves the right to make suitable recovery
from the Supplier, if any.

(c) Any loss or damage to the plant and equipment during handling,

transportation, storage, installation, commissioning, and all activities to be


performed till the Completion schedule shall be to the account of the
Supplier. The Supplier shall be responsible for performance of all claims and
make good the damages or loss by way of repairs and / or replacement of
plant and equipment damaged or lost. Notwithstanding the extent of
insurances cover and the amount of claim available from the underwriter, the
Supplier shall be liable to make good the full replacement / rectification of all
the equipment / materials and to ensure their availability as per project
requirement without additional financial liability to the Purchaser.
The insurance should be in freely convertible currency and insurance policy to
be taken should be on replacement value basis and / or incorporating
appropriate insurance clause.
The Supplier shall follow local acts and laws as may be prevalent for
insurance.

131

132

Appendix 4. Delivery and Completion Schedule

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

one week of approval of the network schedule Supplier shall submit


Monthly final revised network.
4.6.
Weekly progress review meetings at site shall be started within
30 days of Contract Agreement.
4.7.
Access to the Supplier's and Sub-Contractor's work shall be
granted to WBPDCL authorized Officer at all reasonable times for the
purpose of ascertaining the progress.
4.8.
Liquidated Damage for Late Execution of Contract shall be
governed by SCC Cl. 27.1.

133

134

Appendix 5. List of Goods and Related Services and List of Approved


Subcontractors
A list of major items of Plant and Installation Services is provided below.
The following Subcontractors and/or manufacturers are approved for carrying out the items of
the Facilities indicated below. Where more than one Subcontractor is listed, the Supplier is free
to choose between them, but it must notify the Purchaser of its choice in good time prior to
appointing any selected Subcontractor. In accordance with GC Sub-Clause 21, the Supplier is
free to submit proposals for Subcontractors for additional items from time to time. No
Subcontracts shall be placed with any such Subcontractors for additional items until the
Subcontractors have been approved in writing by the Purchaser and their names have been added
to this list of Approved Subcontractors.
Goods and Relevant
Services
VAM
PAC
Power Cable
Control Cable
PMCC
Cooling Tower
Pumps with motor

134

Approved Subcontractors/Manufacturers

Nationality

135

Appendix 6. Scope of Works and Supply by the Purchaser

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

Charge to Supplier (if any)

Facilities

Charge to Supplier (if any)

Works

Charge to Supplier (if any)

Supplies

Charge to Supplier (if any)

135

136

Appendix 7. List of Documents for Approval or Review


Pursuant to GC Sub-Clause 12.1 & Doc. No.: 14J01-003-SPC-VA-001, the Supplier shall
prepare, or cause its Subcontractor to prepare, and present to the Project Manager in accordance
with the requirements of GC Sub-Clause 13.1, the following drawing, Datasheet and technical
documents for
A.

Approval
1.
2.
3.

B.

Review
1.
2.
3.

136

137

Appendix 8. Functional Guarantees


1.

2.

General
This Appendix sets out
(a)

Supplier has to demonstrate the functional guarantees referred to in Doc. No.:


14J01-003-SPC-VA-001 after installation within specified time stated in
SCHEDULE VIII of Doc. No. : 14J01-003-SPC-VA-001

(b)

the preconditions to the validity of the functional guarantees, either in production


and/or consumption, set forth below

(c)

the minimum level of the functional guarantees

(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

(b) If the performance requirements as specified for respective equipments in the


different sections of Doc. No.: 14J01-003-SPC-VA-001, could not be
demonstrated in the guarantee test, Supplier has to carryout suitable
corrections/ modifications till such performance requirements are attained or
get relived by paying liquidated damages pursuant to GC New clause 27.2 in
SCC. In case of failure to meet the minimum level of Functional Guarantees,
Purchaser shall have the right to reject the equipment pursuant to GC New
clause 27.2 in SCC.
(c) In case of split of contract, aggregated liability of the Supplier shall be
proportionately loaded among the contracts.
4.4

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.

b) However if the demonstrated functional performance parameters continue


to fall short of the stipulated acceptable limits even after the above
modifications / replacements, then the Purchaser shall have the right to
undertake measures pursuant to GC New clause 27.2 in SCC.
c) The Liquidated damages for the shortfall in guaranteed parameters and for
delay in completion of schedule are independent of each other and shall be
levied separately and concurrently.

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.:

[insert Performance Guarantee number]

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

3. BANK GUARANTEE FOR ADVANCE PAYMENT


[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 number and title of bidding process]
[banks letterhead]
Beneficiary: [insert legal name and address of Purchaser]
ADVANCE PAYMENT GUARANTEE No.: [insert Advance Payment Guarantee no.]
We, [insert legal name and address of bank], have been informed that [insert complete name
and address of Supplier] (hereinafter called "the Supplier") has entered into Contract No. [insert
number] dated [insert date of Agreement] with you, for the supply of [insert types of Goods to be
delivered] (hereinafter called "the Contract").
Furthermore, we understand that, according to the conditions of the Contract, an advance is to be
made against an advance payment guarantee.
At the request of the Supplier, we hereby irrevocably undertake to pay you any sum or sums not
exceeding in total an amount of [insert amount(s)8 in figures and words] upon receipt by us of
your first demand in writing declaring that the Supplier is in breach of its obligation under the
Contract because the Supplier used the advance payment for purposes other than toward delivery
of the Goods.
It is a condition for any claim and payment under this Guarantee to be made that the advance
payment referred to above must have been received by the Supplier on its account [insert
number and domicile of the account]
This Guarantee shall remain valid and in full effect from the date of the advance payment
received by the Supplier under the Contract until [insert date9].
This Guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
458.

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

BANDEL THERMAL POWER STATION


UNIT-5 (210 MW)

Air conditioning system


For
Control room & associated areas
at Bandel TPS unit-5

Volume 2
Technical Specification
Document No.14J01-003-SPC-VA-001

DOCUMENT CONTROL SHEET


PROJECT

RENOVATION OF AIR CONDITIONING SYSTEM FOR


CONTROL ROOM & ASSOCIATED AREAS OF MODIFIED
LAYOUT AT BANDEL TPS UNIT-5

CLIENT

WEST BENGAL POWER DEVELOPMENT CORPORATION


LTD. - BANDEL THERMAL POWER STATION

DOCUMENT TITLE

SPECIFICATION FOR AIR CONDITIONING SYSTEM

DOCUMENT NO.

14J01-003-SPC-VA-001

REV. NO.

DCPL JOB NO.

DCPL-14J01

02-07-14

0
REV.
NO.

26-05-14

REVISED AS PER WORLD


BANK FORMAT
FIRST ISSUE

DATE

DESCRIPTION

(PR)
(DKR)
(KB)
PREP. BY
REVW. BY
APPRVD BY
SIGN.(INITIAL) SIGN.(INITIAL) SIGN.(INITIAL)

DEVELOPMENT CONSULTANTS PRIVATE LIMITED

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

Bandel TPS Unit-5

CONTENTS

VOLUME-2

TECHNICAL SPECIFICATION

PART A

SPECIFIC REQUIREMENT

PART B

GENERAL DESIGN & CONSTRUCTION REQUIREMENT

PART C

ELECTRICAL EQUIPMENT SPECIFICATION

SCHEDULES

PROPOSAL EXHIBIT SHEETS

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

ATTACHMENT

TABLES &TENDER DRAWINGS

DESIGN PARAMETERS FOR CALCULATING COOLING LOAD

TABLES
TABLE I
TENDER DRAWINGS

Doc. No. : 14J01-003-SPC-VA-001


FORM NO. : C&S/4.4.4/SPC/FORM

Page 142

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

VOLUME-2
PART-A
SPECIFIC REQUIREMENT

DOC. NO. : 14J01-003-SPC-VA-001

PART - A

PAGE 143

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

PART- A
SPECIFIC REQUIREMENT
INDEX

SL NO.

DESCRIPTION

1.00.00

INTENT OF SPECIFICATION

2.00.00

EQUIPMENT AND SERVICES TO BE FURNISHED BY THE BIDDER

3.00.00

EQUIPMENT AND SERVICES TO BE PROVIDED BY THE PURCHASER

4.00.00

GENERAL INFORMATION

5.00.00

PERFORMANCE AND MATERIAL REQUIREMENT

6.00.00

QUALIFYING REQUIREMENTS FOR BIDDERS

7.00.00

COMPLETION TIME

DOC. NO. : 14J01-003-SPC-VA-001

PART - A

PAGE 144

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

PART- A
SPECIFIC REQUIREMENT
1.00.00

INTENT OF SPECIFICATION

1.01.00

This specification is intended to cover the design, engineering, manufacture, fabrication,


assembly, shop painting, inspection and testing at manufacturer's works, delivery F.O.R.
Project Site properly packed for transportation and protected from weather including transit
insurance, unloading and storage at site, in plant transportation and complete installation,
final painting, trial run, testing and commissioning of the Air Conditioning System as
specified hereinafter and as required for safe and trouble free operation and maintenance of
the plant for Renovation of Air Conditioning system for Control Room & associated areas of
modified layout at Bandel Thermal Power Station Unit-5.

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

EQUIPMENT AND SERVICES TO BE FURNISHED BY THE BIDDER

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:

DOC. NO. : 14J01-003-SPC-VA-001

PART - A

PAGE 145

TECHNICAL SPECIFICATION
Sl
No.
1.

Equipment
No.
VACH-1

BANDEL TPS UNIT-5

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)

Capacity: 80 TR, to cool water from 11.4C to


7C.
Type & Accessories:
Package type Steam fired, Double effect/stage
Vapour Absorption Machine consisting of
Evaporator, Absorber, High temperature
Generator,
Low
temperature
Generator,
Condenser, Heat Exchangers, Refrigerant Pump
with Drive Motor, Absorbent Pump with Drive
Motor, Purge Unit, all internal pipes with valves,
Steam trap, fully charged with refrigerant and
Lithium Bromide Absorbent and built in
Electrical and Controls etc. Evaporator and
Absorber section shall be thermally insulated as
per manufacturers standard.

Vapour Absorption
Chiller Unit located
in the AC Plant
Room at EL. (+)
14.0M.

(The temperature of condenser cooling water at


inlet and outlet of the condenser are 34 C &
and 39.4C respectively).
2.

Accessories &
Piping for
Vapour
Absorption
Chiller Unit

Lot

(a) Steam flow regulating valve (modulating


type) and operating thermostat (modulating
type).
(b) Necessary Pressure Reducing and Desuperheating Station (PRDS) with all
accessories
including
plunger
pumps
(2x100% capacity) shall be provided.
Capacity & Head of Plunger Pump to be
decided by the Bidder.
(c) Steam piping with isolating valves, fittings,
strainer, safety valve, pressure gauges and
other accessories as required and as shown
in the Schematic Diagram, 50mm thick
fibre-glass / mineral wool / equal thermal
insulation covered with 30G GI sheet,
hangers/supports.
Steam shall be tapped from Unit # 5 BAS
(Boiler Auxiliary Steam) Line after existing
isolating valve at 4.5M Level. Bidder to
provide one isolating valve after existing
isolating valve. One more isolating valve
shall be provided at the inlet of PRDS
(located at 14.0M Level) for the VAM
located at 14M Level. Length of the Steam
Line to be supplied by AC Contractor will be
approximately 60M. Steam will be available
at a temperature of 3500C (Max.) and at a
Pressure of 16 Kg/Cm2 (Max.) from BAS
Line.
(d) Condensate from the unit shall be collected
in a Condensate Storage Tank. This
Condensate water from the Condensate
Storage Tank at 14M Level shall be taken
back at DMCW(T) Make-up Tank through

DOC. NO. : 14J01-003-SPC-VA-001

PART - A

PAGE 146

TECHNICAL SPECIFICATION
Sl
No.

Equipment
No.

BANDEL TPS UNIT-5

Item

Application
/Location

Quantity

Brief Specification

Condensate Water Pump (one running &


one stand by) with necessary Isolating
Valves at both ends. A provision for direct
draining of this condensate water at Ground
Floor from the condensate tank shall also be
kept with necessary Isolating Valves.
The total length of the condensate line
(from the Condensate Tank at 14M Level)
shall be considered as 60M (Approx.).
Condensate water piping shall be complete
with necessary isolating valves, fittings,
steam trap, 25mm thick thermal insulation
of fibre glass / mineral wool or equal
covered with 30 G GI sheet and hangers /
supports.
Head of Condensate transfer Pump to be
considered as 12M.
(e)

Necessary Instrument Air Piping (GI) wilth


all fittings and supports, isolating valves (at
both ends) for control valve operation of
VAM.
Instrument air supply at 6 Kg/Cm2 (Max.)
shall be available at 9M Level. The total
length of the Instrument Air Piping /
Tubing shall be considered as 30M.

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.

Each Water Cooled Precision Air conditioner with


Chilled Water Cooling Coil shall comprise scroll
compressors (suitable for R-410A refrigerant)
and water cooled shell and tube condensers
(located separately), interconnecting refrigerant
piping (duly insulated) between condensers and
PAC units, evaporator fans with EC drive motor
and drive accessories, D-X type cooling coil with
electronic expansion valve & Chilled water type
Cooling coil with 3-way mixing valve & actuator
controlled, SS condensate drip tray (duly
insulated) with insulated drain piping, insulated
refrigerant piping inside the PAC unit, high
efficiency filters, electrode / infrared type
humidifiers, electric strip heaters and built-in
microprocessor based control panel, thermally
and acoustically lined powder coated sheet
metal casing (double skin type) with Supply air
outlets and RA grille and maintenance access
door of double skin construction.
Total cooling Capacity

: 20 TR

Sensible cooling Capacity: 17.5 TR


Dehumidified air qty.

DOC. NO. : 14J01-003-SPC-VA-001

PART - A

: 15000 CMH

PAGE 147

TECHNICAL SPECIFICATION
Sl
No.

Equipment
No.

BANDEL TPS UNIT-5

Item

Application
/Location

Quantity

Brief Specification

External Static Pressure

4.

CHP-1
CHP-2

Chilled
Water Pump
Sets.

Located in the AC
Plant Room at EL.
(+) 13.5M.

2Nos.
(1R+1S)

: 20 mmWG

Capacity: Capacity of each Chilled Water Pump


is 65 CMH with a Head 30M.
Each chilled water circulating pump set shall
consist of the followings: a) One no. Horizontally Split Casing type
centrifugal pump of above capacity.
b) One (1) No. adequately sized TEFC sq. cage
induction motor, suitable for 415V 10%, 3
phase, 50Hz 5% AC Supply.
c) One (1) no. Y-Type strainer at inlet
complete
with
brass
screen,
drain
arrangement.
d) 150mm dia. Dial Type pressure gauges one
each at suction & discharge side of the
pump set.
e) Butterfly valve, at suction side before and
after Y-type strainer and Globe valve, at
discharge side of pump set.
f)

One (1) no. non-return (check) valve at


discharge side of pump set.

g) One (1) no. flow measuring device at


common header outlet of Chilled water
pump.
h) One set of base plate (common for pump
and motor), coupling, coupling guard, antivibration mountings, foundation bolts etc.
i)

5.

CWP-1
CWP-2

Condenser
Water Pump
Sets.

Located in the AC
Plant Room at EL.
(+) 14.0M.

2Nos.
(1R+1S)

Lot-Thermal Insulation of 39mm thick


Aluminium foil faced Nitrile rubber/ XLPE for
the pumps.

Capacity: Each Condenser Water


capacity is 100 CMH with a Head 45M.

Pump

Each condenser water circulating pump set shall


consist of the followings: a) One no. Horizontally Split Casing type
centrifugal pump of above capacity with CI
casing, Bronze Impeller and carbon steel
shaft.
b) One (1) no. adequately sized TEFC sq. cage
induction motor, suitable for 415V 10%, 3
DOC. NO. : 14J01-003-SPC-VA-001

PART - A

PAGE 148

TECHNICAL SPECIFICATION
Sl
No.

Equipment
No.

BANDEL TPS UNIT-5

Item

Application
/Location

Quantity

Brief Specification

phase, 50Hz

5% AC Supply.

c) One (1) no. Y-Type strainer at inlet


complete with brass screen and drain
arrangement.
d) Pressure gauges with 150 mm dia. Dial (one
each at suction & discharge side of the
pump set).
e) Butterfly valve, at suction side on upstream
and downstream of Y-Type strainer and
Globe valve, at discharge side of pump set.
f)

One (1) no. non-return (check) valve at


discharge side of pump set.

g) One (1) no. flow measuring device at


common header outlet of Condenser water
pump.
h) One set of base plate (common for pump
and motor), mechanical seal, coupling,
coupling guard, anti-vibration mountings,
foundation bolts etc.
6.

CT-1
CT-2

Cooling
Tower

Located
at
Building roof
(+) 35.0M.

TG
EL.

2Nos.
(1R+1S)

Induced draft (single cell) FRP type Cooling


Tower shall consist of all accessories i.e. casing,
louver and basin ( all of FRP/GRP make) PVC fill
and PVC drift eliminator, coarse strainer of
brass, GI headers and pipe connections, water
distribution system over the fills, Axial flow fan
(indirectly driven) with drive
motor (with
enclosure protection of IP-55 or better.) and
drive accessories,drive motor to be located
outside
the
air
stream,make-up
water
connection with float valve and gate type
isolating valve, quick fill connection with gate
valve, drain connection with gate valve,
overflow connection, low level switch with
alarm, water supply connection with butterfly
valve ladder to attend fan and drive section,
supports, foundation bolts and nuts.
Each cooling tower shall have following design
parameters:
Water flow rate: 100 CMH
Heat removal rate: 540000 Kcal / Hr.
Temperature drop: 5.4C
Design wet bulb temperature: 30C
Approach: 4C

7.

Piping
Auxiliaries

&

DOC. NO. : 14J01-003-SPC-VA-001

a) Chilled water piping of GI heavy class as per


IS-1239, connecting VAM chillers, Chilled
water pumps, Chilled water cooling coil of
Precision AC units and Expansion tank,
PART - A

PAGE 149

TECHNICAL SPECIFICATION
Sl
No.

Equipment
No.

BANDEL TPS UNIT-5

Item

Application
/Location

Quantity

Brief Specification

complete with valves, bends, strainers,


fittings, instruments, hangers / supports,
thermal insulation etc. Chilled water piping
shall be insulated 39 mm thick aluminium
foil faced Nitrile rubber / XLPE.
Quantity: To be calculated by the Bidder
as per tender drawing.
b) Condenser cooling water piping of GI heavy
class as per IS-1239, connecting Cooling
towers, Condensers and Condenser water
Pumps complete with valves, bends,
strainers, fittings, instruments, hangers
/supports etc. Necessary pipe sizes are
indicated in the tender drawing.
Quantity: To be calculated by the Bidder
as per tender drawing.
c) Equipment drain piping of medium class GI
complete with valves, fittings, hangers /
supports etc. up to the nearest drain point
provided by the purchaser. Drain piping
from the PAC units shall be insulated with
26 mm thick Aluminium foil faced closed cell
elastomeric Nitrile rubber / XLPE. Necessary
pipe size as required to be provided.
d) Make-up water piping of medium class GI
complete with fittings, hanger/ support from
the make-up water header (provided by
Purchaser) to the cooling tower, expansion
tank and each humidifier located inside
Precision AC units. Necessary pipe size as
required to be provided.
8.

WTE-1

Non
Chemical
Water
Treatment
Equipment

Located with the


common CW header
from CW pumps.

1 No.

This equipment shall be suitable to be fitted in


the Condenser water header. The water
treatment equipment is a 1 M long pipeline,
which once installed, stops the formation of
scale in the heat exchange zones completely.
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. Single pole
magnet type water treatment equipment
suitable to be fitted over the Condenser water
header, is also acceptable.
Capacity: 100 CMH

9.

ET-1

Expansion
Tank

Located
Building

DOC. NO. : 14J01-003-SPC-VA-001

at
roof

TG
EL.

1 No.
PART - A

Chilled water expansion tank of 1 M x1 M x 1


M dimensions and made of MS sheet duly
PAGE 150

TECHNICAL SPECIFICATION
Sl
No.

Equipment
No.

BANDEL TPS UNIT-5

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

galvanized and complete with chilled water pipe


connection, make-up connection with float valve
& isolating valve (gate type), quickfill
connection with gate type isolating valve, ventconnection,
overflow
connection,
drain
connection with gate valve, level gauge-glass,
high level and low level switches with alarm,
insulation of 6mm thick aluminium foil faced
Nitrile foam/ XLPE etc.
1 Lot.

Fresh air will be inducted into the PAC rooms


through the wall opening with volume control
damper.

1 No.

Tube-axial Smoke exhaust fan complete with


cast aluminium impeller and all standard
accessories like drive motor suitable for
handling hot gas of temperature 400 Deg C for
2 hours, motorized isolating damper at fan inlet,
gravity louver at fan outlet, Exhaust duct, rain
protection cowl with bird screen, supports and
supporting structures.
Motorized damper shall be rated for 240 V, 50
Hz, 1 Ph., AC supply.
Capacity

: 10000 CMH

Static Pressure: 15 mmWG


12.

Ducting with
Insulation

a) PAC units to
main header
connection
located in the
PAC room

i)

b) Smoke exhaust
system

GSS supply air ducting (having zinc


deposition of at least 180 Gms / Sq. M)
complete with vanes, damper with control
arrangement at each branch off and
wherever necessary, flexible connections of
rubberized canvas, hangers / supports etc.
Ducting shall be as per IS 655.
Quantity:
24 G
22 G
20 G

ii)

To be calculated by the
Bidder as per tender
drawing.

13mm thick Aluminium foil faced closed cell


elastomeric Nitrile Rubber/ XLPE thermal
insulation of entire Air conditioning supply
air duct.
Quantity: To be calculated by the Bidder
as per tender drawing.

iii) Acoustic insulation of 25mm Open type


Nitrile rubber foam / XLPE (of density 140
Kg/ Cu.M) to be applied inside first 6M of
ducting after Precision AC / Conventional
Package AC air outlets.
Quantity: To be calculated by the Bidder
as per tender drawing.
iv) Motorized Isolation Damper with sensors,
DOC. NO. : 14J01-003-SPC-VA-001

PART - A

PAGE 151

TECHNICAL SPECIFICATION
Sl
No.

Equipment
No.

BANDEL TPS UNIT-5

Item

Application
/Location

Quantity

Brief Specification

actuator controls and position indication


switch etc. at the inlet of Smoke Exhaust
fan.

SL No.

2.01.02

Quantity: To be calculated by the Bidder


as per tender drawing.
Electrical Items pertaining to Air Conditioning System

I.

MCC cum PDB cum Control Panel, PDB, LPBS, Cabling and Grounding:
Name

A.

FOR TURBINE BUILDING

i)

415V Air Conditioning


MCC cum PDB cum
Control Panel

Quantity

Specification

One (1) no. located at AC


plant room at EL. (+) 14.0M.

415 V AC MCC cum PDB cum Control Panel required


for operation & control of the Vapour Absorption
Machine with Plunger pumps & Condensate transfer
pumps, Precision Air Conditioners, Chilled Water
Pumps, Condenser Water pumps, Cooling Tower
fans and associated controls, smoke exhaust fan with
associated controls, Motorized fire dampers in SA
ducts.

(Top Entry Type)

The MCC cum PDB cum Control Panel shall be


provided with 1 x 100% Incoming MCCB.
20% or minimum 1 module of each type and rating
as spare shall be provided in the MCC cum PDB cum
Control Panel.
MCC cum PDB cum Control Panel shall house
Incoming MCCB, Outgoing feeders with MCCBs for
PACs, Outgoing feeders with MCB for Vapour
Absorption Machine, and Outgoing MPCB with DOL
starters for Plunger pumps & Condensate transfer
pumps, Chilled water pumps, Condenser water
pumps, Cooling tower fans, smoke exhaust fan and
Outgoing feeders with single phase MCBs for
Motorised fire dampers and Isolation damper, The
panel shall be complete with annunciation windows,
one common hooter for any malfunction, ON/OFF
indication lamps, C.T. operated ammeters (for
Incomer and for motors rated 30KW and above) for
all the drives. Selector switch for Local/remote
operation of the Cooling Tower Fans.
Each Incomer of MCC cum PDB cum Control Panel
shall be provided with C.T. operated ammeter,
ammeter selector switch, voltmeter and voltmeter
selector switch, RYB indication lamps on Bus.
The MCC cum PDB cum Control Panel shall be of
compartmentalised construction, floor mounted, free
standing, NON DRAW OUT TYPE, dust and vermin
proof with bus bar.
Degree of protection of enclosure of MCC cum PDB
cum Control Panel shall be IP-54.
The Bidder shall furnish along with the Bid the basis
of selection of Incomer to be provided in MCC cum
DOC. NO. : 14J01-003-SPC-VA-001

PART - A

PAGE 152

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5


PDB cum Control Panel.
The Bidder shall furnish along with the bid, list of
loads with power requirement for each load. Any
Interlock or control shall be built in the MCC cum PDB
cum Control Panel. All interfacing contacts with MCC
cum PDB cum Control Panel shall be through a
potential
free
contact
to
use
interfacing
relay/contractors for interlocks.

ii)

Local
Push
Stations (LPBS)

Button

Two (2) Nos. For CT fans.

B.

OTHER ELECTRICAL ITEMS

i)

Power Cabling including


cable trays and racks.

As required between:
a)

b)

c)

ii)

Control &
Instrumentation Cabling
including cable trays and
racks.

Start-Stop Push buttons (lockable at stop position)


shall be provided for CT fans motor.

MCC cum PDB cum


Control panel and all
the drives located in the
plant room.
MCC cum PDB cum
Control panel and CT
fans.
Power
Distribution
Board to the PAC units
for Control room areas.

As required between :
a)

MCC cum PDB cum


Control panel and LPBS
of Cooling Tower Fans
and Low level switch of
cooling tower sumps.

b) MCC cum PDB cum


Control
panel
and
Precisions
AC
Microprocessor
based
control panels.
c)

MCC cum PDB cum


Control panel and Field
sensors and transmitters
like Temperature, RH
and level switch of CT
sumps.

1100 Volt grade, heavy duty power cables with


stranded copper / Aluminium conductors, XLPE
insulation, extruded PVC inner sheath, round wire
Armour and extruded FRLS PVC overall sheath.
XLPE insulation shall be suitable for continuous
conductor temperature of 90 C and short circuit
temperature of 250 C.
The minimum size chosen shall be as follows:
a)
b)

10 Sq. mm.
: 2.5 Sq. mm.

All drives of small rating where terminations with 10


Sq. mm. cables are not feasible, shall have copper
cable.
1100 Volt grade, 70 C rating, control cables with
stranded copper conductor, PVC insulation. Extruded
PVC inner sheath, round wire Armour and extruded
FRLS PVC overall sheath.
No. of cores of control cables shall be restricted to 3,
5, 7, 12 & 16 including one core as spare.
All control cables shall be 2.5 Sq. mm. copper cable.
Multi core control cable will generally have spare
conductors (s) in accordance with the following chart:
(however this is subject to purchasers approval
during detailed engineering.)
Conductors
Required

DOC. NO. : 14J01-003-SPC-VA-001

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

BANDEL TPS UNIT-5


14 to 18

1-20/C

above 19 Two(2) or more of above


iii)

Grounding
motors,
equipment

of all
panels

drive
&

Lot

Grounding of all drives / equipment and from


Purchasers main grounding system required for
complete Air-conditioning system shall be in Bidders
scope.
NB. Main earthing station and the risers for
connection of bidders drives devices & equipment to
be made available by the Purchaser, at a distance not
exceeding 5M from all equipment.
All electronic equipment shall be grounded utilizing
an insulated ground wire connected in accordance
with manufacturers recommendation.

iv)

Other Electricals

II.

III.

As specified elsewhere in the


specification

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.

DOC. NO. : 14J01-003-SPC-VA-001

PART - A

PAGE 154

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

a)

For each Precision Air Conditioner

b)

For each condenser water pump: Motor overload trip

c)

For each chilled water pump: Motor overload trip

d)

For each Condensate Transfer pump: Motor overload trip

e)

For each Plunger pump: Motor overload trip

f)

For each Cooling tower fan:


Motor overload trip
Low water level in cooling tower sump

g)

Trip of any drive due to fire.

h)

For Smoke Exhaust Fan: Motor overload trip


List of annunciations, as furnished, is not exhaustive and provision of additional
annunciations shall be decided during detail engineering.

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)

All consumables for one-year trouble free operation.


Note:
The consumables shall cover the above period including necessary replacement /
topping up, as and when necessary within the guarantee period.

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

BIDDERS SCOPE OF SERVICES

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

Shop painting, shop testing.

2.02.03

Packing, forwarding, transportation to site.

2.02.04

Training of Owners operating and maintenance personnel.

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

DOC. NO. : 14J01-003-SPC-VA-001

PART - A

PAGE 155

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

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

Installation of Cable Trays and Racks


Cable Trays / Racks/Cable shaft required for all outgoing power and control cables from
bidders 415 V MCC cum PDB cum Control Panel and the Power Distribution Board shall be in
bidders scope.
Purchaser shall supply and install Cables along with Cable Trays and Racks for the Incoming
feeders to the MCC cum PDB cum Control Panel and the Power Distribution Board.
If Purchasers cable trays are available in some areas, bidder shall lay and clamp cables
neatly on cable-trays.
Cable trays shall be overhead inside the building and shall be prefabricated ladder type, hot
dip galvanized steel tray (2.0 mm thick) and shall be as per specification.
The successful bidder shall submit cable tray layout drawing for approval for all the areas
under his scope of work.
Constructional features and other requirements shall be as per General Electrical
Specification (Part-C) as applicable.

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

Control Logic Write-up


Contractor shall furnish control logic write up for the drives and equipment offered in
general and also for the drives and equipment to be controlled and monitored from control
panels.
I.

The write-up shall clearly indicate the following for the drives and equipment:

II.

Quantity (Working and stand-by)


Interlock (Process and safety)
Starting
Stopping
Tripping
Indication
Audio-visual annunciation
Interface with site mounted equipment

Control scheme drawings shall have to be submitted by the Bidder only after the Logic writeups are approved by Purchaser/Consultant.

DOC. NO. : 14J01-003-SPC-VA-001

PART - A

PAGE 156

TECHNICAL SPECIFICATION
2.02.10

BANDEL TPS UNIT-5

Specific information / instruction to Bidders regarding services for electrical items:


a)

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)

The contractor shall furnish complete load list.

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

SPECIFIC REQUIREMENT FROM BIDDERS


a)

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

Condensing Unit of 18.5TR


capacity

Air Handling Unit (20TR) with

D-X type Cooling coil


3

Natural Draft Cooling Tower

(40 TR)

DOC. NO. : 14J01-003-SPC-VA-001

Condenser Water Pump with


7.5HP drive motor

Condenser Water piping

Lot

MCC

PART - A

PAGE 157

TECHNICAL SPECIFICATION

3.00.00

BANDEL TPS UNIT-5

EQUIPMENT AND SERVICES TO BE PROVIDED BY THE PURCHASER


Following facilities will be made available to Air Conditioning contractor by the purchaser.
a)

Building and foundation of all equipment and modification ofexisting foundations as


required.

b)

Opening on walls, floors and roofs.

c)

Floor Drains.

d)

All insert plates, pedestals as required.

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)

For equipment in AC Plant Room


Only One Power feeder of adequate capacity from Purchasers power supply source
having characteristics of 415V 10%, 50 Hz 5%, 3 phase, 4 wire with system fault
level of 50 KA to the Bidders MCC cum PDB cum Control Panel. The termination of
such feeder cables at the MCC cum PDB cum Control Panel will, however, be in the
scope of the Bidder.

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)

Plant illumination system.

m)

Plant lightning protection system.

n)

Plant intercommunication system.

o)

Fire/smoke detectors & Zone fire panels

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)

All false ceiling wherever required.

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.

DOC. NO. : 14J01-003-SPC-VA-001

PART - A

PAGE 158

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

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

Construction Water at a single mutually agreed point.

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

Steam from the Auxiliary steam system for VAM.

4.03.05

Condensate return header for condensate return from VAM.

4.03.06

Instrument air for operating steam control valve.

4.03.07

Open space for storage.

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

The Central AC Plant shall consist of:

1 No. Vapour Absorption Machine.

1 No. Pressure reducing & De-Superheating station (PRDS) with 2 Nos. (1R+1S)
Plunger Pumps.

2 Nos. (1R+1S) capacity Condensate transfer Pumps.

3 Nos. (3R) Water Cooled Precision Air Conditioners with Chilled water Cooling Coil.

2 Nos. (1R+1S) capacity Chilled Water Pumps.

DOC. NO. : 14J01-003-SPC-VA-001

PART - A

PAGE 159

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

2 Nos. (1R+1S) capacity Condenser Water Pumps.

2 Nos. (1R+1S) capacity Induced Draft Cooling Towers of FRP construction.

1 no. Non Chemical Water Treatment Equipment.

1 No. Expansion tank.

1 no. Smoke exhaust fan.

Steam piping, Chilled Water piping and Condenser Water piping.

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

DOC. NO. : 14J01-003-SPC-VA-001

PART - A

PAGE 160

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

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.

When Precision AC units are operating, the Precision unit compressor/s as


well as the EC motor of Evaporator fan shall maintain the desired room
temperature on the basis of input from room thermostat (modulating
type)/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.

When Precision AC units are operating, Superheat control by means of


electronic expansion valve.

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:

High refrigerant pressure cutout.

Low refrigerant pressure cutout.

Low Oil Pressure cutout (if applicable).

Cutout due to overload of all drive motors.

Low chilled water temperature cutout by anti-freeze thermostat for VAM.

Stopping of evaporator fans in case of fire in the respective zone.

Cutout due to low flow of chilled water & condenser water by flow
switches.

Low cooling tower sump water level cutout for CW pumps.

Safety controls of Precision Air conditioners will also include Over/Under


voltage and voltage unbalance protection, Single phase & Phase reversal
preventor, over/under current and current unbalance protection and

DOC. NO. : 14J01-003-SPC-VA-001

PART - A

Applicable for
Precision AC Units

PAGE 161

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5


others as per manufacturers standard.

(iii)

Auto Control against Crystallization for VAM.

Short circuit protection.

High Steam Pressure cut out for VAM.

Interlocks:
The system components shall be interlocked with one another in the following way:
The VAM / Precision AC units shall not start unless:

One cooling tower fan is running.

One condenser water pump is running.

One chilled water pump is running.

The evaporator fans are running.

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

PERFORMANCE GUARANTEE & MATERIAL REQUIREMENT

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

CODES AND STANDARDS


Design, manufacture, inspection and testing of the equipment covered by the specification
shall unless otherwise specified conform to the latest edition of the standards and codes
including all addenda mentioned below:

DOC. NO. : 14J01-003-SPC-VA-001

PART - A

PAGE 162

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

Codes & Standards

Specification

IS-659: 1964
IS-660: 1963 / ASHRAE Std 15 /
ANSI-8-9.1

Safety code for air conditioning


Safety code for mechanical refrigeration

ASME Sec. VIII


IS-4503: 1967
ANSI-8-31.5
IS-3588: 1987
IS-4894: 1987
IS-4671: 1984
IS-1239: Part 1: 2004

Unfired pressure vessels


Specification for Shell and tube heat exchanger
Refrigeration piping
Specification for electric axial flow fans
Specification for centrifugal fans
Expanded polystyrene for thermal insulation purpose
Steel tubes, tubulars and others wrought steel fittings.
Specification- Part 1: Steel Tubes.
Mild Steel tubes, tubulars and others wrought steel fittings.
Part 2: Mild Steel tubulars and other wrought steel pipe.
Specification for steel pipes for water and sewage (168.3 to
2540 mm outside dia)
Ventilation for acceptable Indoor air Quality.
Metal air ducts
Galvanized steel sheet (plain and corrugated)
Standard method of testing and rating[67 Standards] air
conditioner
Standards for water cooled refrigerant Condenser
Method of testing for rating water cooled refrigerant
condenser
Standard for air cooling and air heating coils
Standard for unitary air conditioning equipment
Methods of performance test for fans
Methods of test for air filters used in AC and general
ventilation
Specification for Industrial bitumen
Treatment of Water cooling towers
Standards for Package Air Conditioner
3 phase induction motors
Guide for testing 3 phase induction motor
Specification grey iron casting
Hot rolled low, medium and high tensile Structural steel
Standard code of testing centrifugal and axial 210 flow fans
Code of practice for welding mild steel
Dimensions for wrought aluminum and aluminum alloy sheets
and strips
Various filters
Horizontal Burning for XLPE insulation
Dimensional Stability for XLPE Insulation
Water Absorption for XLPE Insulation

IS-1239: Part 2: 1992


IS 3 5 8 9 : 2 0 0 1
ASHRAE 62
IS-655: 2006
IS-277: 2003
ASHRAE-23
AR1-450-6
ASHRAE 22-72
AR1-410
AR1-210
AMCA-210
BS-2831
IS-702: 1988
IS-8188: 1999
IS-8148: 2003
IS-325: 1996
IS-4029: 1967
IS-210: 1993
IS-2062: 2006
AMCA -Bulletin No.
Relevant IS code
IS-2676: 1981
ASHRAE Code
BS-4735
BS- 4370 Part-1
ASTM D 1056

6.00.00

QUALIFYING REQUIREMENTS (TECHNICAL) FOR BIDDERS

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.

DOC. NO. : 14J01-003-SPC-VA-001

PART - A

PAGE 163

TECHNICAL SPECIFICATION

6.02.00

BANDEL TPS UNIT-5

As an evidence of the qualification requirement the Bidder shall submit in his bid the
relevant information such as following:
a)

Name of the Project.

b)

Name of Purchaser

c)

Date of Commissioning and order value.

d)

Capacity of Plant.

e)

Period for which it is in successful operation.

f)

Major equipment involved in system along with capacity of such equipment.

g)

Extent of electrical, mechanical and instrumentation works.

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.

DOC. NO. : 14J01-003-SPC-VA-001

PART - A

PAGE 164

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

PART-B
GENERAL DESIGN AND CONSTRUCTIONAL REQUIREMENT

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 165

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

PART-B
GENERAL DESIGN AND CONSTRUCTIONALREQUIREMENT
INDEX

SL NO.

DESCRIPTION

1.00.00

GENERAL INSTRUCTIONS TO THE TENDERER

2.00.00

GENERAL DESIGN & CONSTRUCTIONAL REQUIREMENT

3.00.00

SPECIAL TOOLS

4.00.00

SPARE PARTS

5.00.00

TESTING & INSPECTION AT MANUFACTURERS WORKS

6.00.00

FIELD TEST

7.00.00

PERFORMANCE GUARANTEE, TOLERANCE, PENALTY & TEST


RECORDS

8.00.00

SPECIAL CLEANING, PROTECTION & PAINTING

9.00.00

DELIVERY AND ERECTION

10.00.00

DOCUMENTS, DATA TO BE FURNISHED WITH TENDER PROPOSAL

11.00.00

POST AWARD DOCUMENTS, DATA TO BE FURNISHED

12.00.00

SPECIAL NOTES

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 166

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

PART-B
GENERAL DESIGN AND CONSTRUCTIONAL REQUIREMENT
1.00.00

GENERAL INSTRUCTIONS TO THE TENDERER

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

GENERAL DESIGN & CONSTRUCTIONAL REQUIREMENT

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

All parts subject to substantial temperature changes shall be designed and


supported such as to permit free expansion or contraction without resulting in
leakage, harmful distortion misalignment or play.

2.01.05

All electrical and mechanical equipment shall be designed and manufactured in


such a way so that no damage will result from sea shipment, inland transportation
and from storage, installation and operation of the equipment with the climatic
conditions to which it will be subjected.

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.

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 167

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

2.01.11

Coupling guards and belt guards shall be provided as applicable.

2.02.00

Vapour Absorption Machine


a)

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)

Low Temperature Generator cum Condenser shall be housed in common welded


carbon steel shell with one compartment for generator and the other for condenser
with eliminators between the two sections to avoid Lithium bromide carry over,
separate tube bundles and tube sheets for each section, required accessories and
safety devices etc. Tube sheet shall be made of MS plate as IS 2062. The tube of
generator and condenser shall be of stainless steel and method of construction
shall be similar to that of the high temperature generator.

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)

Regenerative Heat Exchangers shall be designed for maximum heat exchange


between the low temperature absorbent from the absorber and the high
temperature absorbent released from the generator. There shall be at least one low
temperature and one high temperature heat exchangers along with condensate
drain.

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.

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 168

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

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)

Necessary corrosion inhibitor shall be of non-toxic type. Chromate based inhibitors


shall not be used.

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)

Microprocessor based controls shall be provided as per manufacturer standard


practice along with necessary instrumentation, devices with facility to interface with
central MCC cum PDB com control panel and to meet the requirement of all system
operations and controls.

n)

Valves, Instruments other fittings etc. along with VAM.


150 mm dial type temperature gauges at the inlet and outlet of the condenser and
chiller respectively.
150 mm dial type pressure gauges at the inlet and outlet of the condenser and
chiller respectively.
Water flow switch / DP switch at outlet of the each condenser and chiller.
Globe valve for flow regulation at the outlet of condenser and chiller respectively.
Gate valves at the inlet of condenser and chiller respectively.
Pneumatically operated Steam flow regulating valve shall be complete with air set,
air filter regulator, valve positioner, I/P converter, solenoid valve on air line
complete in all respect and isolating valve at the steam supply line.
Necessary Instrument Air Piping / Tubing with all fittings, Isolating Valves, supports
etc. from the Purchasers Supply Point as specified in PART-A.
Steam trap and condensate drain valve at the outlet of steam circuit.

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)

Necessary Pressure Reducing and De-superheating Station (PRDS) with all


accessories including plunger pumps (2x100% capacity) shall be provided to fulfill
the system.

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 169

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

2.03.00

Water Cooled Precision Air Conditioners

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

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 170

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

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

Evaporator Cooling Coil


Followings cooling coil shall be provided in the Precision AC units:
a)

D-X type Cooling Coil


The cooling coil shall be direct expansion type with multi-row deoxidised copper
tubes with aluminium fins. Air velocity across the coil shall be limited to 2.5 m/sec.
The coils shall be pressure tested and thoroughly dehydrated before assembling.
The coil shall be placed to make the system draw through type. Refrigerant feed
control shall be by electronic expansion valve. Temperature control shall be
through microprocessor based control panel. Insulated condensate drain pan of SS
construction shall be provided within the unit.
The unit shall be factory assembled, wired, with inter connecting refrigerant piping
and built-in microprocessor based control console and tested as per the relevant
code.
The cooling coil shall be to produce the capacity required under specified coil
condition and air quantity. Heat load calculation to check the system selection shall
be carried out and submitted by the Bidder

b)

Chilled water type Cooling Coil


The cooling coil for chilled water shall consist of seamless copper tubes with
aluminium fins. There shall be preferably only one cooling coil per PAC or as per
manufacturers standard.
The cooling coil for chilled water service shall be equipped with motorized 3-way
Mixing valve to control the chilled water flow with the sense of modulating
thermostat placed in the RA path. This cooling coil shall be designed for chilled
water / air duty. Counter-flow process of heat transfer shall be considered in the
design requirement. The fouling factor of 0.001 hr. Sq. Ft. - F / BTU (0.0002 hr Sq. M C / Kcal) shall be taken in the design of the cooling coil. Number of rows
shall be minimum 4 and shall follow even number for any particular coils to facilitate
connection of water/refrigerant only on one side of the unit.

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 171

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

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

High Efficiency Filter


A set of High efficiency filters will be located inside the PAC unit cabinet. The filters
shall have an efficiency of 99% down to 5 microns. The filters shall be of cleanable
(by compressed air) type construction of reinforced glass fiber or cotton fabric or
fabric-like material sand witched in between two galvanized wire netting
arrangement in a uniformly corrugated form to increase the surface area.
.
The filters shall have G.I. frames of adequate thickness suitable for long use in an
industrial plant. The filters may be in panels of size about 600 x 600 for easy
handling them.
The filter panels shall be mounted on the ladder type angle iron holding frames. The
frames shall be designed strong enough to take the load of double the pressure drop
in dirty condition of the filters. Face velocity of air across the filters shall not exceed
1.5 m/sec.

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

Electric Strip Heater


The PAC unit will be provided with built-in electric strip heater electronically
controlled through the built-in microprocessor based /PLC control panel of the unit.

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 172

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

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

Casing and Cabinet


All components shall be housed in a welded sheet metal cabinet of double skin of
not less than 22 G thick MS powder coated sheets. The gap between two skins is
filled up with at least 25mm thick PUF insulation. Different sections will be
constructed with framework and connected with each other in an airtight manner
through gaskets, thermal barriers and sealant. Such double skin casing shall be on
all four sides.
Units shall be provided with SS (316 L) fasteners for easy removal and access for
servicing. Air handling section of evaporator shall be provided with an acoustic
lining of 25 mm thick open cell elastomeric Nitrile rubber on the inside surface of
the unit casing.
The return air openings shall be with matching grilles of same colour finish.
The built-in Microprocessor/PLC based Control panel shall perform at least the
following control functions:

Room temperature and Relative Humidity


Speed of delivery fans (EC)
Alarms on two levels
Automatic controlled reset of high and low pressure alarm
Alarm log
Management of more than one unit in local network, with
automatic rotation logic and no interference
Serial connection to supervision systems

The display shall show of the followings:

Room temperature and Relative Humidity


Alarm description
Operation counter
Status of the controlled devices

The display should be graphical with touch screen.


2.04.00

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

Pump head-capacity characteristics shall be gradually rising from operating to shut


off point without any zone of instability. The pump BHP-flow characteristics shall be
preferably be non-over loading type beyond rated capacity point.

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 173

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

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

Cast Iron, as per IS 210, Gr FG 260

b)

Impeller

Bronze to IS: 318 Grade 2

c)

Shaft

Carbon Steel C-45

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

The design of the pumps shall conform to the relevant IS Code.

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

Induced Draft Cooling Towers

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.

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 174

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

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

Louvers shall be of fixed type.

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

Louvers and drift eliminators shall be of PVC/FRP construction.

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.

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 175

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

2.05.16

Fan drive shaft using reduction gearing shall be dynamically balanced and
connected through flexible couplings.

2.05.17

The mechanical equipment assembly shall be adequately supported on the fan


deck.

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)

Spacing and location of hanger shall conform to preferred engineering


practice. Hangers and supports shall be made up of structural steel sections.
The design of the hangers and supports shall provide for suitable protection
to insulation on the pipes, wherever applicable. All materials for anchoring
the hangers with reinforced concrete work or building structural beams and
columns shall be furnished by the Bidder.

vi)

Liquid-moisture indicator with leak proof glass on opposite sides shall be


provided in the liquid line for facilitating visual inspection of liquid refrigerant
charge.

vii)

The liquid line shall be provided with Drier-Strainer.

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.

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 176

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

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)

Spacing and location of hanger shall conform to preferred engineering


practice. Hangers and supports shall be made up of structural steel sections.
The design of the hangers and supports shall provide for suitable protection
to insulation on the pipes, wherever applicable. All materials for anchoring
the hangers with reinforced concrete work or building structural beams and
columns shall be furnished by the Bidder. The supports within the plant room
shall be of structural/pipe supports from the floor, provided by the A.C.
Contractor.

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.

Compressed Fiber Gaskets: Compressed fiber gaskets shall be in accordance


with ANSI B16.21, and materials shall be suitable for a maximum working pressure of 40 bar and a maximum working temperature of 400 C. Gaskets shall be
dimensioned to suit the contact facing. They shall be full faced for flat face
flanges and shall extend to the inside edge of the bolt holes on raised face
flanges. Gaskets for plain finished surfaces shall be not less than 1.6 mm thick
and for serrated surfaces shall be not less than 2.4 mm thick.

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

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 177

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

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)

Piping arrangement and alignment shall be as per layout.

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)

All the hangers/supports shall be designed to provide the required


supporting efforts and allow pipe line movement with thermal changes
without causing overstress. Hangers and supports shall be capable of
carrying the sum of all concurrently acting loads.

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)

Condensate piping shall be complete with isolating valves, fittings, 25mm


thick thermal insulation of fibre glass / mineral wool or equal covered with 30
G GI Sheet, hangers / supports.

vi)

Steam line flanges are of welded as per IBR.

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.

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 178

TECHNICAL SPECIFICATION

d)

ix)

All regulating valves shall be designed to prevent erosion of the valve


plugs and seats when the valves are operated partially opened. The valves
shall have contoured plug.

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)

The steam traps shall be inverted bucket or thermo-dynamic type complete


with integral or separate strainers. The internal components of traps shall be
of AISI-316 stainless steel construction. Material of construction of the body
shall be selected by the Bidder based on the service conditions stipulated.
Steam drain traps shall be provided with strainers, inlet and discharge valves
and by-passes and test cocks. Materials and other details of these valves
shall meet the specified requirement.

xiii)

All Y-type strainers, wherever provided with steam traps or otherwise,


shall have AISI-316 stainless steel screen of not more than 20 mesh size.
Screen open area shall be at least three (3) times the pipe internal
cross-sectional area. The strainer shall have a screwed blow-off connection
with a removable plug. Material of construction of the body shall be selected
by the bidder based on the duty conditions specified.

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.

Instrument Air Piping


i)

2.07.00

BANDEL TPS UNIT-5

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.

Valves & Accessories


A.

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-

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 179

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

signed to support the valve operators (hand wheel, gear, or motor) with the valve in
any position, without external support.
B.

Steel Body Valves 50 mm and Smaller


Steel body valves 50 mm and smaller shall have forged steel bodies. Forged steel
valves complying with the standards and specifications listed in Table 126.1 of ANSI
B31.1 shall be used within the manufacturer's specified pressure temperature ratings
with the following limitations. The use of Class l500, 2500, and 4500 forged steel
valves shall be limited in accordance with the pressure temperature ratings specified
in ANSI B16.34, and the criteria established in MSS SP-84.
Class 800, 1500, 2500 and 4500 forged steel valves shall be constructed as follows: -

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)

Valve ends shall be socket-weld type unless otherwise required.

f)

Except as otherwise required, check valves shall be of the guided piston or


swing disk type. All check valves shall be designed for installation in either
horizontal piping or vertical piping with upward flow.

Steel Body Valves 65 mm and Larger


Steel body valves 65 mm and larger shall have cast steel bodies. The face-to-face and
end-to-end dimensions shall conform to ANSI B16.10. The use of these valves shall be
in accordance with the pressure temperature ratings specified in ANSI B16.34 as
applicable.
Gate, globe, and angle valves shall be provided with back seating construction; and
shall be of outside screw and yoke construction. Gate valves 100 mm and larger shall
have flexible wedge disks. Split disks shall not be permitted. Valves shall have full size
ports, except where venturi ports are specifically permitted to Engineers approval.
The use of valves with venturi ports shall be limited to selected large diameter, highpressure valve applications.
Class 150, 300, and 400 valves 65 mm and larger shall be constructed as follows: i)

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)

Body ends shall be butt weld type unless otherwise required.

Class 800, 900, 1500, 2500, and 4500 valves 65 mm and larger shall be constructed
as follows: i)

Bonnet joints shall be of the pressure seal or breech-lock type.

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 180

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

ii)

All Class 800, 900, 1500, 2500, and 4500 valves shall have grease-lubricated
antifriction bearing yoke sleeves.

iii)

Body ends shall be butt weld type unless otherwise required.

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.

Iron Body Valves


Iron body gate, globe, and check valves shall have iron bodies with bronze trim. The
face-to-face dimensions shall be in accordance with ANSI B16.10. These valves shall
have flanged bonnet joints. Gate and globe valves shall be of the outside screw and
yoke construction. Body seats shall be of the renewable type. Gate valves shall be of
the wedge disk type. Lined cast iron body diaphragm and check valves used with lined
piping shall be flanged body with liner and diaphragm material suitable for the service.

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)

Butterfly valves shall generally be used for 50 mm and larger cold-water


services only.

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)

1.8 bar and below

Class 25

ii)

Above 1.8 bar to 5.2 bar

Class 75

iii)

Above 5.2 bar to 10.3 bar

Class 150

Cast iron butterfly valves shall be limited to use with piping systems having a
design temperature of 50 C or less.

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 181

TECHNICAL SPECIFICATION

F.

BANDEL TPS UNIT-5

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.

Bronze Body Valves


Bronze gate and globe valves 50 mm and smaller shall have union bonnet joints and
screwed ends. Bronze gate and globe valves used in control air service shall have
brazed joint ends. Gate valves shall be inside screw, rising stem type with solid wedge
disks. Globe valves shall have renewable seats and disks.
Bronze check valves 50 mm and smaller shall be Y-pattern swing disk type or guided
piston type designed for satisfactory operation in both horizontal piping and vertical
piping with upward flow.
Bronze valves 65 mm and larger shall have bolted flange bonnet joints and flanged
ends. Gate and globe valves shall be of the outside screw rising stem construction.
Gate valves shall have either integral or renewable seats. Globe valves shall have
renewable seats.
The use of these valves shall be in accordance with the pressure temperature ratings
specified by the manufacturer and in accordance with the criteria established in MSS
SP-80. Bronze valves shall generally be Class 200, and shall be limited to service with
piping systems having design pressures of 14 bar or less, and design temperatures of
65 C or less.
Bronze valves shall generally be limited to a size of 80 mm or less.

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

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 182

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

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.

FLOW REGULATING-CUM-MEASURING VALVES


These are special valves to be installed at the outlet of each cooling coil/heating
coil as shown in drawings. The Contractor shall also supply measurement it
including manometer. The valves shall be of variable orifice design double
regulating type. The valve shall have measurement ports for connecting the
manometers. The Contractor shall supply all calibration charts etc. The valve shall
have provision for locking at pre set flow condition and it shall be possible to close
the valve and again open up to this pre set point. The valves shall be of gunmetal/bronze construction.

K.

3-WAY MIXING VALVES


These are special valves to be installed at the outlet of each Precision AC chilled
water coil as shown in drawings. The motor shall be actuator based controlled. The
valve shall operate from the sense of the room thermostat. The Contractor shall
also supply measurement kit including manometer. The valves shall be of variable
orifice design double regulating type. The valve shall have measurement ports for
connecting the manometers. The Contractor shall supply all calibration charts etc.
The valve shall have provision for locking at pre-set flow condition and it shall be
possible to close the valve and again open up to this pre set point. The valves shall
be of gunmetal / bronze construction.

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

Sheet metal thickness for AC duct shall conform to IS-655.

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 183

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

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

The construction of ducts shall conform to IS: 655/ASHRAE/SMACNA as far as


applicable, unless otherwise stated here.

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

Type of transverse joints

Up to 600

25 mm wide pocket, drive or S-slip

601 - 1000

85 mm wide, bar s-slip or pocket slip.

1001 2250

40 mm x 40 mm x 6 mm M.S. angle connection

The low-pressure ducting work shall be provided with intermediate


transverse bracing continuous around the four sides between the joints
according to the following sizes:
Large side mm

Bracing

0 - 450

None

451 - 1500

40 mm x 40 mm x 6 mm angle 1200 from joints.

1501 and above

40 mm x 40 mm 6 mm angle 600 mm from joints.

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 184

TECHNICAL SPECIFICATION

d)

BANDEL TPS UNIT-5

RIVETING AND SEALING


All joints, slips and seams shall be made secure by reverting on centres not
exceeding 150 mm. All transverse stiffeners and all reinforced bar slip joints
shall cross at corners and be riveted. All bar slip joints and angle iron bracing
shall be riveted on centres not exceeding 75 mm.

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.

HANGERS AND SUPPORTS


a)

All ductwork shall be provided with adequate hangers or supports to ensure


rigid support and to prevent vibration. Spacing of duct supports shall not
exceed 3 m centres.

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)

All hangers and supports shall be as per drawings / specifications. When


vertical ducts pass through floor slab, they shall be supported by means of
collars, constructed of steel structural angles securely fastened about the
girth of the duct and bitumastic compound between the horizontal leg of the
supporting angle and the floor. The duct aspect ratio shall not be more than
4: 1. Turning vanes are required to be provided with bend more than 45 0.

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.

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 185

TECHNICAL SPECIFICATION
2.08.11

BANDEL TPS UNIT-5

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

:
:

At least 16G CRCA


At least 40 x 40 x 3 mm Angle.

Motorised Dampers shall be rated for 240 V, 50 Hz, 1 Ph., AC supply.


Provision shall be kept for manual operation of the Damper.

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)

OPPOSED MULTIPLE LOUVRE DAMPER


Opposed multiple louvers dampers shall be provided at the fan outlets and
wherever mentioned in the drawings, specification and fan schedule. Each
blade of the dampers shall be provided with bronze, gunmetal or nylon
bearing at each end of its spindle. The spindle with bearing shall be mounted
in a strong structural framework. Operating lever with fixing device for
keeping the damper at the desired position shall be fitted for the manually
operated dampers.
Operating level will be fixed on an indicator to show the percentage of
opening of the damper in all cases except for the application with grilles and
nozzles.
Velocity across the dampers shall not exceed 8 m/sec. Damper blades at fan
outlet shall be made up of 16 gauge M.S.

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 186

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

DIFFUSERS, REGISTERS - CONVENTIONAL DESIGN

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)

Entire chilled water-piping, valves, chilled water circulating pumps with 39 mm


thick aluminium foil faced Nitrile rubber/XLPE.

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.

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 187

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

i)

Condensate piping shall be insulated with 25 mm thick fibre-glass / mineral wool /


equal thermal insulation covered with 30G GI sheet.

j)

Insulation of Precision AC / Package AC Unit shall be as per manufactures


standard.
Insulated ducts crossing the floors shall have to be normally protected from
damage and water splashing by providing suitable cladding up to 300 mm from the
floor level.
Acoustic Insulation

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

Fresh Air System


Fresh air will be inducted in the PAC room through the wall opening and a volume
control damper.

2.11.00

Non Chemical Water Treatment Equipment


A.

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

General Electrical Specification


For detailed General Electrical Specification, relevant Sub-Section of PART- C, as
applicable, shall be followed.

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 188

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

Drive Motor

2.12.02

For detailed technical specification of motors, Sub-Section of PART- C, as


applicable, shall be followed.
Local Push Button Station (LPBS)

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

For detailed technical specification of Power Distribution Board System relevant


Sub-Section of PART- C, as applicable, shall be followed.
Cables

2.12.05

For detailed technical specification of Cables relevant Sub-Section of PART- C, as


applicable, shall be followed.
Cable Trays and Racks

2.12.06

For detailed technical specification of Cable Trays relevant Sub-Section of PART- C,


as applicable, shall be followed.
Grounding

2.12.07

For detailed technical specification of Grounding relevant Sub-Section of PART- C,


as applicable, shall be followed.
2.13.00

Controls & Instrumentation

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.

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 189

TECHNICAL SPECIFICATION

3.00.00

BANDEL TPS UNIT-5

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

Vapour Absorption Machine


Bearing for Absorbent & Refrigerant Pump

1 set

Gaskets as applicable for condenser and chiller heads

1 set

Steam regulating valve

1 set

Water Cooled Precision Air Conditioner


Scroll Compressor

1 No.

Centrifugal Fan
Fan Motor Set (EC Motor)

1 set

Vibration isolators

1 set

Shell & Tube Condenser


Gaskets for water box header in each condenser

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

BANDEL TPS UNIT-5


charge

4.01.03

4.01.04

Empty cylinders of 68 kg capacity to hold the refrigerant charge of


the highest capacity system

As required to suit
(a) above

Compressor oil in sealed tins for each unit

2 full charges

Filter oil in sealed tins for the full set for 6 operations of cleaning

As required

Filters of each type for PAC

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

MCCB, MCB & MPCB

Control, Isolating and Selector Switches 5% of each type and rating.

Indicating Lamps

10% of installed quantity.

Indicating Lamps cover of different


colour and Holders

5% of installed quantity.

Push Buttons of various colours

Ten (10) nos. of each type and colour.

Terminal Blocks

5% of installed quantity

4.03.00

One (1) no. of each rating

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.

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 191

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

5.00.00

TESTING AND INSPECITON AT MANUFACTURERS WORKS

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

Material analysis and testing shall be carried out.

5.04.00

Hydraulic/Pneumatic test for pressure parts including piping of pumps, compressors


& its components, vessels etc.

5.05.00

Dynamic balancing of all the rotating parts is to be done.

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

Tests on motors as per Indian Standard IS-325 and IS-4029.

5.08.00

Other tests, as necessary and recommended by the manufacturer.


Test certificates and reports shall be made available to the Purchaser / Engineer on
the above tests, for approval and before despatch of equipment.
The representatives of Purchaser / Engineer shall be given full access to all tests.
The Tenderer shall inform the Purchaser within 21 days prior to important shop
tests so that if the Purchaser / Engineer so desires, their representatives can
witness the tests.
Cost of conducting all shop tests shall be borne by the supplier.

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

Inspection and testing of duct work


All component and duct work supplied shall be subjected to inspection and testing
as per relevant codes and standard.

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.

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 192

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

7.00.00

PERFORMANCE GUARANTEE, TOLERANCE, PENALTY AND RECORDS

7.01.00

The tenderer shall have to guarantee the performance of individual equipment as


specified in PART-A of the specification. Notwithstanding the capacities mentioned
in the specification the tenderer shall have to guarantee maintenance of the inside
conditions in accordance with Performance and Material Requirement clause
mentioned in the specification.

7.02.00

Rectification of deficient performance


If the shop / site performance tests indicate the failure of the guaranteed
performance of the equipment concerned, the tenderer will be given reasonable
time to make good the deficiency at his own cost by incorporating the necessary
modification, alteration and replacement.

7.03.00

Penalty for deficient performance


If even after rectification, the performance achieved is deficient (less than 5% in
cooling capacity of the major equipment and system) compared to the guaranteed
figures, penalties shall be charged @ Rs. 200000 per TR. As a general practice it
will be deducted from the total value of the contract. In case the deficiency in the
cooling capacity of the major equipment and system exceeds 5% of the guaranteed
figure the concerned equipment will be rejected and to be replaced with a higher
capacity equipment by the vendor free of cost.

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

SPECIAL CLEANING, PROTECTION & PAINTING

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

DELIVERY AND ERECTION

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

Service for erection, testing and commissioning

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 193

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

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

DOCUMENTS, DATA TO BE FURNISHED WITH TENDER PROPOSAL

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

Manufacturers catalogue and literatures incorporating outline and sectional


drawings and ducting data for the following equipment:
Vapour Absorption Machine
Water-cooled precision air conditioner with Chilled water coil & D-X coil
Condenser water pump
Cooling tower
Non chemical water treatment
Axial Flow fan
Motor

10.03.02

Manufacturers selection chart for the following equipment:


Vapour Absorption Machine
Water-cooled precision air conditioner with Chilled water coil & D-X coil
Pump
Cooling Tower
Axial Flow fan
Motor

10.03.03

Manufacturers catalogues and literatures on air conditioning system, instruments


and controls.

10.04.00

Sectional drawings for air diffusers and grilles, as applicable.

10.05.00

Manufacturers data sheets for filters and refrigerant.

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

A comprehensive write-up and / or brochure on details of manufacturing and


testing facilities in the shop of the manufacturer.

10.09.00

Any other relevant data and particulars.

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 194

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

11.00.00

POST AWARD DOCUMENTS, DATA TO BE FURNISHED

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

Particulars of drawings, data, calculations, instruction manual and Drive List.

11.02.01

Equipment sizing calculations including cooling loading calculations.

11.02.02

Equipment layout drawing for:


Vapour Absorption Machine
Water-cooled precision air conditioner with Chilled water coil & D-X coil
Pump
Cooling Tower
MCC cum PDB cum Control Panel
Power Distribution Board
Smoke Exhaust fan

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

Outline drawings incorporating all principal dimensions, civil foundation drawings


and weight etc. and also sectional drawings incorporating data of material of
construction wherever applicable for following equipments:
Vapour Absorption Machine
Pressure Reducing and De-Superheating Station
Water-cooled precision air conditioner with Chilled water coil & D-X coil
Condenser water pump
Cooling tower
Non chemical water treatment
MCC cum PDB cum Control Panel
Local Push-Button Station
Smoke Exhaust fan indicating mounting detail

11.02.06

Drawings and data sheets of each of Equipment and Instrument.

11.02.07

Drawings and data sheets for air filters.

11.02.08

Write up on system interlock and / or interlock block diagram.

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

Electrical Panels-- outline drawings, bill of instruments and drawings showing


construction of panel.

11.02.11

Other drawings and data.

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 195

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

11.02.12

Material test certificates.

11.02.13

Shop test reports and certificates.

11.02.14

Operation, maintenance and overhauling manuals shall be provided as per


following specification.
OPERATION AND MAINTENANCE MANUAL
The successful tenderer, shall prepare, during the project execution stage a manual
giving details of operation and maintenance instructions. The manual will be
comprehensive manual and will be provided by the Engineer. The manual shall
cover but not limited to the following aspects:
i)

Equipment description with design particulars.

ii)

Installation and Maintenance Instruction including preventive maintenance


requirements.

iii)

Instruction for pre-commissioning check-up, operation.

iv)

Trouble shooting.

v)

Spare Parts list.

vi)

Lubricant and lubrication schedule

vii)

Control logic and inter connection and calibration of controls.

viii)

System description

ix)
x)

Necessary drawings, illustration


List of manufacturers name and catalogues

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

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

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 196

TECHNICAL SPECIFICATION

11.04.00

BANDEL TPS UNIT-5

SCHEDULE - VI

WORK PROGRESS SCHEDULE

SCHEDULE - VII

LIST OF DEVIATIONS FROM PECIFICATIONS

SCHEDULE - VIII

CHECK LIST FOR COMPLETENESS OF OFFER

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

The general information, conditions of tendering, conditions of contract, standard


specification for electric items attached here to become a part of this specification.
Wherever any discrepancy is found between the stipulation in these documents and
those in the Technical Specification the stipulations in the PART-A: SPECIFIC
REQIREMENT shall prevail.

12.02.00

Telegraphic offers shall not be considered.

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.

DOC. NO. : 14J01-003-SPC-VA-001

PART-B

PAGE 197

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

SCHEDULES
PROPOSAL EXHIBIT SHEETS

Doc. No. : 14J01-003-SPC-VA-001

SCHEDULES

Page 198

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

SCHEDULES
PROPOSAL EXHIBIT SHEETS
INDEX
SCHEDULES

DESCRIPTION

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

Doc. No. : 14J01-003-SPC-VA-001

SCHEDULES

Page 199

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

CHEDULE I
KEY INFORMATION ABOUT THE BID
1.0

Tenderers complete company name and address, Telex and


Telephone No.

2.0

Tenderers Proposal No. and date

3.0

Proposal validity period

4.0

Name and designation of representative of the Tenderer to


whom all references shall be made for expeditious coordination.

5.0

State whether all price figures including required break-up and


take-out prices have been furnished as per format of the price
part.

Yes/No.

6.0

State whether the quoted price shall remain firm.

Yes/No.

7.0

State whether the stipulations laid down in conditions of


contract have been accepted by you?

Yes/No.

8.0

Are deviations taken on the stipulations of Tender Document


by you clearly stated separately in Deviation Sheet?

Yes/No.

9.0

Do you certify that there is no other deviation apart from what


has been given by you in Deviation Sheet? (Categorical
answer must be given).

Yes/No.

10.0

Does the offer include any imported item

Yes/No.

11.0

Agreeable to the completion period as per requirement of


specification.

Yes/No.

12.0

Agreeable to pay liquidated damages for


delay in completion as per the stipulation

Yes/No.

13.0

Agreeable to the Warranty Period and


Maintenance Guarantee Period as
Conditions of Contract.

Yes/No.

Yes/No.

14.0

stipulated

in

Agreeable to the Terms and Payment


stipulated in General Conditions of Contract

SEAL OF COMPANY

Doc. No. : 14J01-003-SPC-VA-001

the

SIGNATURE

NAME

DESIGNATION

SCHEDULES

Page 200

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

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

Performance Parameters conform to the followings:

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

: 99% down to 5 Microns

Pressurizations

: Positive

Filtration Standard

: ASHRAE STD-62

Total power consumption of A.C. System equipment based on the specified


design conditions, KW

All Technical Data furnished in the approved Technical Particulars Sheets shall
be deemed to be guaranteed

SEAL OF COMPANY

Doc. No. : 14J01-003-SPC-VA-001

SIGNATURE

NAME

DESIGNATION

SCHEDULES

Yes / No

Page 201

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5


SCHEDULE IIIA
TECHNICAL PARTICULARS
(MECHANICAL)

1.01.00

VAPOUR ABSORPTION MACHINE


Type

Make

Model No.

Capacity (TR)

Qty.

ABSORPTION HEAT PUMP


Manufacturer

Model

Actual Capacity

CHILLED WATER
Inlet Temperature (Deg. C)

Outlet Temperature (Deg. C)

Flow Rate (Cu.M/Hr)

Fouling Factor (MKS Units)

COOLING WATER
Inlet Temperature (Deg. C)

Outlet Temperature (Deg. C)

Flow Rate (Cu.M/Hr)

Fouling Factor (MKS Units)

STEAM
Type of Steam

Inlet Pressure

Consumption

POWER
Connected Power (KW)
Doc. No. : 14J01-003-SPC-VA-001

:
SCHEDULES

Page 202

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

Consumed Power (KW)

OVERALL DIMENSIONS
L x W x H (mm x mm x mm)

WEIGHT
Rigging (Tons)

7.00.00

WATER COOLED (PRECISION) AIR CONDITIONER

2.01.00

GENERAL
Type

Make

Model No.

Capacity (TR)

Condenser Water entering and leaving


Temperature (C)

Power Consumption (KW)

2.02.00

Overall Dimension (L x B x D)

Gross Weight (Kg)

Nos. Quoted

Catalogue enclosed

(mm x mm x mm)

Yes / No.

REFRIGERANT COMPRESSOR
Manufacturer

No. of Units

Type

Refrigerant

PERFORMANCE
Condensing Temp (oC)

Evaporating Temp (oC)

Capacity in Kcal/hr.

R.P.M.

B.H.P. required

Lubrication type

H.P. recommended

Doc. No. : 14J01-003-SPC-VA-001

SCHEDULES

Page 203

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

All operating/safety controls and


Interlocks as specified provided.
(Use separate sheets and furnish details)
2.03.00

Yes/No

CONDENSER (WATER COOLED TYPE)


Manufacturer

Model No.

Type

Performance Data
Fluid temperature

Tube side

Velocity (M/Sec)

No. of passes

Heat exchange Kcal/Hr.

C inlet
C outlet

L.M.T.D. OC
(Including correction factor)

Shell side

Overall heat transfer co-efficient


Kcal/hr. Sq. m OC
Fouling factor in hr-Sq. m - OC /Kcal :
Surface area (Sq. m.)

Pressure drop meter of water head :


Design

pressure in kg/Sq.Cm

Test 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

BANDEL TPS UNIT-5

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

External Static Pressure

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

Overall operating weight

No. of outlets

Overall dimensions

Gross weight

No. of quoted

COOLING COIL

Doc. No. : 14J01-003-SPC-VA-001

SCHEDULES

Page 205

TECHNICAL SPECIFICATION

2.05.01

BANDEL TPS UNIT-5

Chilled Water Cooling Coil


Manufacturer

No. quoted

PERFORMANCE
Cooling capacity

Kcal/Hr

Air quantity

Cu. M/Hr

Coil entering condition of air

C/RH

Coil leaving condition of air

Chilled water temperature at inlet

C/RH
C

Water quantity

Cu. M /Min.

Pr. drop air side

mm WG

Pr. drop water side

MWC

Fouling factor

Sq. m / hr.0C / Kcal.

Overall heat Transfer


coefficient

Kcal/Sq. m /Hr./ 0C

CONSTRUCTION

2.05.02

Coil pipe size

Fin. material

No. of fins

Size of coil (Face area)

Face velocity

No. of rows

No. of circuits

m/sec

D-X Type Cooling Coil


Manufacturer

No quoted

PERFORMANCE

CONSTRUCTION

Cooling capacity

Kcal/Hr

Coil pipe size

Air quantity

CMH

Fin. Material

Coil entering Air temp.

No of fins

Doc. No. : 14J01-003-SPC-VA-001

SCHEDULES

Page 206

TECHNICAL SPECIFICATION

2.06.00

BANDEL TPS UNIT-5

Coil leaving Air temp

Pr. drop air side

mmWG. Face velocity

No. of circuits

Fouling factor

Sq. m /hr. OC /Kcal

Overall heat Transfer


Coefficient

Kcal / Sq. m / Hr /C

Size of coil
(Face area)

No of rows

Type

Module Size & No. of Modules

Efficiency

Material of Filter Media

Weight of Each Module

Pressure drop at dirty condition

HUMIDIFIER
Type

Capacity

Material of Construction
2.08.00

HIGH EFFICIENCY FILTER

Face velocity through filter

2.07.00

HEATER
Type

Rating

No. of Banks

2.09.00

Microprocessor based Control panel and other accessories provided?

3.00.00

WATER PUMPS
(Use separate sheets for Chilled water pump & Condenser water pump)
Manufacturer

Model No.

Total No. required

Type

Overall dimension

(mm x mm)

Operating weight

kG

Doc. No. : 14J01-003-SPC-VA-001

SCHEDULES

Page 207

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

PERFORMANCE
Rated capacity

CMH

Total head at rated capacity

(MWC)

Pump input

HP

Drive Motor HP

HP

Permissible suction

(MWC)

Pump speed

R.P.M.

Vibration isolator pads


Provided

Efficiency at rated capacity

Air release cocks provided

Yes/No
Yes/No.

Material of construction as per specification: Yes/No.


4.00.00

INDUCED DRAFT COOLING TOWERS


Manufacturer

Model No.

Total No. quoted

Type

Forced Draft / Inducted Draft /


Natural Draft

Total operating weight


Including water

KG.

Overall dimensions

(mm x mm x mm)

CMH

PERFORMANCE
Cooling water quantity
Water temperature Inlet

Wet bulb temperature

Approach

Fan Capacity

Cu. M / Hr.

Total pressure

mm WG

Fan Power

BHP

Type of drive

Air velocity at fan outlet

Outlet

Doc. No. : 14J01-003-SPC-VA-001

SCHEDULES

C
C
C

M / Sec.

Page 208

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

No. of Nozzles

Pressure required at nozzles

MWC

All accessories as specified/


required are provided

Yes/No

Material of construction as per specification :


5.00.00

Yes/No.

NON-CHEMICAL WATER TREATMENT PLANT


Manufacturer

Model No.

Total No. required

Overall Dimensions

mm (Dia.) X mm (Length)

MATERIAL OF CONSTRUCTION

6.00.00

a)

Outer Shell

b)

Core

Water flow rate

CMH

Water pressure drop

mmWG

Total weight

Kg.

Motorized Damper
Manufacturer

Pressure drop

mm WG

Air velocity through damper

m/sec

Size and quantity of dampers

Material and thickness of frame

Material and thickness of blades

Maximum air flow recommended


7.00.00

INSULATION
THERMAL

Insulation material & thickness


For Duct Work

Name of manufacturer

Trade Name

Type

Density, kg/ Cu. m

Doc. No. : 14J01-003-SPC-VA-001

SCHEDULES

ACOUSTIC

Page 209

TECHNICAL SPECIFICATION
8.00.00

BANDEL TPS UNIT-5

SMOKE EXHAUST SYSTEM


Manufacturer

Model No.

Type

Number quoted

Specific weight of air at temperature


Considered (Kg / M3)

Capacity (M3 / Hr.)

Static head at rated speed (mm WG)

Total head at rated speed (mm WG)

Rated speed (RPM)

Critical speed of fan (RPM) :


Fan power at rated speed (BKW)

Fan total efficiency at rated speed (%)

Wheel diameter (mm)

No. of blades in wheel

Outlet velocity in (M / Sec) :


Material used in fan wheel

Material in other parts

Type of fan bearing

Type of drive

Rated volt of motor

KW of motor offered

Type of insulation

Motor ambient temperature (C)

Type of enclosure

Drive motor should be suitable for


Handling hot gas of temperature
400 Deg C for 2 hours

Yes/ No.

Motorized isolating damper at fan inlet

Yes/ No.

Doc. No. : 14J01-003-SPC-VA-001

SCHEDULES

Page 210

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

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

Pressure indicator in refrigerant


line equipped with gauge saver

Each pressure indicator complete


with isolating valve or cock

Furnished each pressure indicator


as shown in relevant drawing and
as specified

TEMPERATURE INDICATORS
Name of manufacturer

Type

Furnished each temperature


indicator as shown in relevant
drawing and as specified

Humidifiers for PAC as specified


herein provided

Special filters as specified


herein provided

Doc. No. : 14J01-003-SPC-VA-001

SCHEDULES

Page 211

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

10.00.00

MISCELLANEOUS PARTICULARS

10.01.00

Performance guarantee of all equipment, guarantee for inside


conditions based on given outside Conditions and load design
parameters as per Table-I.

Yes / No

10.02.00

Performance curves of all fans enclosed with offer with proper


marking of duty conditions.

Yes / No

10.03.00

All the fans shall be both statically and dynamically balanced


and balancing certificates shall be furnished.

Yes / No

10.04.00

The space provided for different equipment as shown in the


drawings is adequate for the equipment supplied confirmed.

Yes / No

10.05.00

The size and material of power cables conform to the


specification in all respect confirmed

Yes / No

10.06.00

Drain connection from the equipment to the nearest drain


point has been included in bidders scope of supply.

Yes / No

10.07.00

Enough quantity of ducting grilles dampers, hangers, supports,


piping, valves, gauges, insulation (both Thermal and Acoustic)
etc. as required are included.

Yes / No

10.08.00

Whether all drawings documents as listed in clause No.


10.00.00 &11.00.00 of PART-B will be furnished.

Yes / No

SEAL OF COMPANY

Doc. No. : 14J01-003-SPC-VA-001

SIGNATURE

NAME

DESIGNATION

SCHEDULES

Page 212

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

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

Type and Rating

1.02.01

Type of Motor

1.02.02

Service

1.02.03

Duty Cycle/Designation

1.02.04

Rated Continuous output

At 40 C ambient KW

At 45 C ambient KW

At 50 C ambient KW

:
:

1.02.05

Rated Speed r.p.m.

1.02.06

Rated Voltage & % variation

1.02.07

Rated Frequency &


% variation

1.02.08

Full load current

1.02.09

No load current

1.02.10

Rated Power Factor

1.02.11

Efficiency at rated voltage


and Frequency
a)

Full load %

b)

3/4 load %

c)

1/2 load %

Doc. No. : 14J01-003-SPC-VA-001

SCHEDULES

Page 213

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

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)

Without load (driven


equipment coupled)

Sec.

80%V

100%V 110%V

Safe stall time at

a)

Hot condition

Sec.

b)

Cold condition

Sec.

1.04.00

Construction

1.04.01

Degree of protection Enclosure

1.04.02

Motor Terminal Box


a)

Suitable for cable size

b)

Cable glands and lugs finished

2.00.00

LOCAL PUSH BUTTON STATION (LPBS)

2.01.00

Make

2.02.00

Type

2.03.00

Enclosure

2.04.00

Degree of Protection

2.05.00

Lockout switches enclosure


furnished with

a)

Inscription plate

b)

Knockout for cable/circuit entry

2.06.00

Contacts of Each Push Button


a)

Number furnished

b)

Current rating

Make & Continuous

Break (Inductive)
2.06.01

100%V 110%V

Stop Push Button having provision


of locking in lockout position

Doc. No. : 14J01-003-SPC-VA-001

:
:

SCHEDULES

Page 214

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

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

Available Power Supply

4.01.05

Audible Alarm

4.01.06

Mounting of Audible Alarm

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

Suitable For System With

5.06.00

5.07.00

5.08.00

a)

Service Voltage

b)

Neutral Earthing

CONTROL
CABLE
CABLES

:
:

Maximum Conductor Temperature


a)

Continuous

Deg.C

b)

Short Time

Deg.C

Conductor
a)

Material

b)

Size

Sq.mm.

c)

No. of Diameter of wire in each


conductor

No./ mm

Shielding On Conductor

Doc. No. : 14J01-003-SPC-VA-001

SCHEDULES

Page 215

TECHNICAL SPECIFICATION

5.09.00

5.10.00

5.11.00

5.12.00

BANDEL TPS UNIT-5

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)

Approx. Outside dia. over sheath:

mm
Yes / No.
mm

Overall Sheath
a)

Material

b)

Type

c)

Thickness

Approximate overall diameter (mm) :

5.14.00

Standard drum length with tolerance (M)

5.15.00

Net Weight of Cable

5.16.00

Continuous Current Rating for Standard IS Condition


laid Direct
a)

In Ground

b)

In Duct

c)

In Air

Short Circuit Current


for 1 Sec.
NOTE:

5.18.00

mm

Shielding On Insulation

5.13.00

5.17.00

mm

(KA)

These data shall be furnished for each size of cable.

CABLE SYSTEM

Doc. No. : 14J01-003-SPC-VA-001

SCHEDULES

Page 216

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

5.19.00

Cable Trays

5.19.01

Make

5.19.02

Type/Material

5.19.03

Load Bearing Capacity between two


supported points
:

5.19.04

Cable Trays are furnished complete


with all accessories?

5.19.05

i)

Cable trays & accessories


properly galvanised?

ii)

Thickness of Galvanised

:
:
:

5.19.06

Standard width of cable trays furnished

5.19.07

Reference Standard

5.19.08

Thickness of sheet of cable tray


and covers

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

Sizes furnished as specified

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?

Doc. No. : 14J01-003-SPC-VA-001

:
SCHEDULES

Page 217

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

5.22.05

Reference Standard

5.23.00

Cable Clamps

5.23.01

Make

5.23.02

Type/material

5.24.00

Fire Sealing Compound

5.24.01

Make

5.24.02

Type

5.25.00

Grounding

5.25.01

Material

5.25.02

Size

6.00.00

415V AC MCC CUM PDB

6.01.00

General

6.01.01

Make

6.01.02

Draw out / Non draw out

6.01.03

Short Circuit Rating


a)

b)
6.01.04

Interrupting
Symmetrical

KA

Short time for


1 sec.

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

All meters, relays, lamps etc.


flush mounted type

Vertical Section Size

Double Front

6.02.02

Doc. No. : 14J01-003-SPC-VA-001

SCHEDULES

Single Front

Page 218

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

a)

MCC (L x D x H) mm

b)

DB (L x D x H)

mm

6.03.00

Bus Bar

6.03.01

Continuous currents at site condition,


50 Deg. C ambient and within cubicle

a)

Main Bus bar

Amp

b)

Vertical Bus bar


(Minimum)

Amp

6.03.02

Max. temp. rise over 50 Deg.


C ambient

Deg.C

6.03.03

Short time current


for 1 second

KA rms

6.03.04

Bus Connections
a)

Silver plated

b)

Provided with anti-oxide


grease

c)

6.03.05

Bimetallic connectors between


dissimilar metals
:

Minimum clearance of bare bus bar


and connection

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)

Continuous (at site condition,


50 Deg.C ambient & within
cubicle) ---

AMPS

Short time Current for


1 second ---

KA rms

6.04.03

Max. temp. rise over 50 Deg.C


ambient

Deg.C

6.04.04

Rated Operating Duty

6.04.05

Interrupting Capacity rated voltage


and operating duty

Doc. No. : 14J01-003-SPC-VA-001

SCHEDULES

Page 219

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

a)

Symmetrical

KA rms

b)

Asymmetrical

KA rms

6.04.06

Rated Making Current

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

Meter Selector Switch

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

Remote-Local Switch Gear Selector Switch

Doc. No. : 14J01-003-SPC-VA-001

SCHEDULES

Page 220

TECHNICAL SPECIFICATION

6.14.04

BANDEL TPS UNIT-5

Current size (minimum)


a)

Potential Circuit

Sq.mm

b)

Current & Control


Circuit

Sq.mm

6.15.00

Terminal Block

6.15.01

Make

6.15.02

20% spare terminals furnished

6.16.00

Bus Duct Connection


(If applicable)

6.16.01

Bus duct connection included as


per drawing/bill of materials

6.17.00

Cable Termination

6.17.01

Cable entry provision from


top & bottom?

6.18.00

Ground Bus

6.18.01

Ground bus furnished?

6.18.02

Material

6.18.03

Size

6.19.00

Name Plate

6.19.01

Material

6.20.00

Space Heater/Plug Socket

6.20.01

Cubicle Heater
a)

6.20.02

Thermostat controlled

Plug Socket
a)

Make

6.20.03

Provision made for motor


heater supply

6.20.04

Cubicle/Motor heater provided


with individual switch fuse units

6.21.00

6.22.00

Yes/No.

Protective Relays
a)

Make

b)

Type

Tropical Protection
a)

Doc. No. : 14J01-003-SPC-VA-001

Any special treatment


for tropical protection

:
SCHEDULES

Page 221

TECHNICAL SPECIFICATION

b)

6.23.00

BANDEL TPS UNIT-5

Screens are of corrosion


resistant materials

Painting
Finish of MCC cum PDB
a)

Inside

b)

Outside

6.24.00

Test

6.24.01

Routine tests on MCC cum PDB to be


performed

a)
b)
c)
d)
6.24.02

Type Test Quoted


a)
b)
c)

6.25.00

Typical Drawings/Data Furnished

6.25.01

General arrangement

6.25.02

Foundation plan

6.25.03

Type test reports/certificates

7.00.00

Bidder shall meet all the requirement


of Rules/act/regulation as stipulated :

Yes/No.

8.00.00

All materials required for cable trays


grounding lighting protection as
specified in specification & drawings
included in the Bid?

SEAL OF COMPANY

Doc. No. : 14J01-003-SPC-VA-001

Yes/No

SIGNATURE

NAME

DESIGNATION

SCHEDULES

Page 222

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

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

Doc. No. : 14J01-003-SPC-VA-001

DESCRIPTION

QUANTITY
OFFERED

SIGNATURE

NAME

DESIGNATION

SCHEDULES

Page 223

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

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

Doc. No. : 14J01-003-SPC-VA-001

DESCRIPTION

QUANTITY
OFFERED

SIGNATURE

NAME

DESIGNATION

SCHEDULES

Page 224

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

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

Doc. No. : 14J01-003-SPC-VA-001

DESCRIPTION OF
TOOLS / TACKLES

QUANTITY
OFFERED

SIGNATURE

NAME

DESIGNATION

SCHEDULES

Page 225

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

SCHEDULE VI
WORK PROGRESS SCHEDULE

1.00.00

WORK PROGRESS SCHEDULE

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

DRAWING / DATA/CALCULATIONS SUBMISSION SCHEDULE

Submission to consulting engineering for approval within weeks, after signing of contract.

Items

Specified Time

2.01.00

Cooling Load and other equipment sizing


calculations

2 weeks

2.02.00

Schematic flow and instrumentation diagram


of the complete system indicating the limits
of supply and erection.

1 week

2.03.00

Equipment layout drawing with foundation


for

3 weeks

a)

Air Conditioning plant room

b)

Vapour Absorption Machine

c)

Water cooled Precision Air conditioners

d)

Cooling Towers

e)

Chilled Water Pumps

f)

Condenser Water Pumps

2.04.00

Requirement of make-up water

1 week

2.0500

Layout drawings showing the route of


cables with details of hangers, cable trays,
supports etc within the battery limits of
vendor.

3 weeks

Doc. No. : 14J01-003-SPC-VA-001

SCHEDULES

Bidders
Acceptance

Page 226

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

2.06.00

Electrical schematic and wiring diagram for


Power Distribution Board/ MCC cum PDB
cum Control Panel as applicable, Inclusive of
protective devices as necessary and
essential.

2 weeks

2.07.00

Power Distribution Board/ MCC cum PDB


cum Control Panel Outline drawings
indicating bill of materials and drawing
showing construction of Control Panels.

4 weeks

2.08.00

Layout drawing showing the route of steam


piping, chilled water piping, condenser
water piping with details of hangers,
supports, insulation etc.

1 week

2.09.00

Outline drawings incorporating all principal


dimensions, foundation data etc. and also
the sectional drawings incorporating data of
material of construction wherever applicable
for following equipment:

3 weeks

a)

Water cooled Precision Air conditioners

b)

Vapour Absorption Machine

c)

Chilled water pumps

d)

Cooling Towers

e)

Condenser Water Pumps

2.10.00

Drawings and
instrument.

2.11.00

Control logic write-up

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

Doc. No. : 14J01-003-SPC-VA-001

SCHEDULES

Page 227

TECHNICAL SPECIFICATION

5.00.00

BANDEL TPS UNIT-5

FINAL CHECK-UP, COMMISSIONING AND PERFORMANCE TESTING


SCHEDULE

a) Start of Commissioning

------15------- th week

b) Completion of Commissioning and


Performance
testing
just
after
commissioning & and hand over of the
plant in operation condition

------16------- th week

a) Start of Performance Testing during


peak Summer

Start date

b) Completion of Performance
during peak Summer

14 days from start

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

Doc. No. : 14J01-003-SPC-VA-001

SIGNATURE

NAME

DESIGNATION

SCHEDULES

Page 228

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

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

Doc. No. : 14J01-003-SPC-VA-001

SCHEDULES

Page 229

TECHNICAL SPECIFICATION
SEAL OF COMPANY

BANDEL TPS UNIT-5


NAME

DESIGNATION

SCHEDULE VIII
CHECK LIST FOR COMPLETENESS OF OFFER
SL.
NO.

ISSUE

01.

Confirm that the offer conforms to the Intent of Specification (Clause


No.1.00.00 of PART-A Specific Requirements).

02.

Confirm that Performance Guarantee of equipment and system as


desired in the specification shall be maintained.

03.

Confirm that the spaces as shown in the Tender drawings are


adequate for the equipment (including electrical panels) selected.

04.

Confirm that you have consolidated all your deviations (both


Technical and Commercial) under Deviation Sheet (Schedule-VII). In
absence of specific mention of any deviation under Deviation Sheet,
It shall be taken for granted that your offer conforms to the
specification in all respects. No other deviations mentioned here and
there in your offer shall be honoured. Please confirm your acceptance
of the above stipulation.

05.

Confirm that enough quantity of dampers, hangers and supports,


piping, valves, gauges, insulation (thermal and acoustic), cabling and
other ancillary equipment and accessories as specified and as shown
in the Tender drawings and as may be required for the safe and
satisfactory operation of the plant and system are included.

06.

Confirm the acceptance of lump sum nature of the contract, which


means that unit rates for variable items like, piping, valves, dampers,
insulation, instruments and controls, cabling and grounding etc. shall
not be applicable unless there is any change in the layout of system
and equipment, or any addition/deletion of equipment from what
have been shown in the Tender drawings. Unit rates shall only be
applicable in case of any change as mentioned above to the extent
the change calls for.

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.

Confirm that all the technical and other particulars as asked in


different Schedules have been duly filled - in.

Doc. No. : 14J01-003-SPC-VA-001

BIDDERS RESPONSE

SCHEDULES

Page 230

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

10.

Confirm that Technical Catalogues and literature of all equipment


have been enclosed with the offer.

11.

Confirm that all consumable for one years trouble-free operation of


the plant and system have been included.

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.

Confirm that performance test of the entire system shall be carried


out at site just after commissioning and during peak summer month.

14.

Confirm that technical particulars as furnished and as shall be


modified due to consultants / purchasers comments shall be deemed
to be guaranteed and no alternation of these shall be done at a later
stage due to the selection of alternative makes.
Confirm that the cost of packing, forwarding, freight, insurance
(transit, store and erection), all taxes and duties, as may be
applicable, cost of unloading and transportation from unloading point
to store and from store to site have been included.

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.

Confirm that price quoted is firm and no escalation except statutory


variation in the rates of taxes and duties will be applicable.

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.

Confirm that acoustic insulation as specified shall be provided in the


supply air ducting from PAC outlet up to a distance of 6.0 M.

24.

Confirm that thermal insulation shall be as per specification.

25.

Confirm that the total head of the condenser water pumps are
sufficient to cater to the requirements of respective System.

Doc. No. : 14J01-003-SPC-VA-001

SCHEDULES

Page 231

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

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.

Confirm that quantity of all miscellaneous items Including Cables and


Cable trays, grounding as required for completion of the plant in all
respects complying with specification, have been included in the
offer.

33.

Confirm that all Local Push Button Station as specified has been
offered.

34.

Confirm that motorised Fire Dampers are de-energised to close type


and shall be suitable for 240V AC operation

35.

Confirm that equipment-wise Electrical Load Data has been furnished


along with the offer.

36.

Confirm that cable schedule and interconnection chart for the


complete AC System shall be furnished by the bidder after award of
contract as specified.

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.

Confirm that Complete cabling (Power and Control) as specified and


as required for successful operation of the plant and equipment have
been offered.

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.

Confirm that a buy-back value for the existing equipment which


cannot be salvaged for these renovation activities has been quoted.

Doc. No. : 14J01-003-SPC-VA-001

SCHEDULES

Page 232

TECHNICAL SPECIFICATION

SEAL OF COMPANY

BANDEL TPS UNIT-5

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

Doc. No. : 14J01-003-SPC-VA-001

----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------The Tenderer hereby agrees to fully comply with the


requirements and intend to this specification for the price
indicated.
---------------------------------------------------------------------------------------------------

SCHEDULES

Page 233

TECHNICAL SPECIFICATION

SEAL OF COMPANY

Doc. No. : 14J01-003-SPC-VA-001

BANDEL TPS UNIT-5


SIGNATURE

NAME

DESIGNATION

SCHEDULES

Page 234

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

PART-C
ELECTRICAL EQUIPMENT SPECIFICATION

Doc. No. : 14J01-003-SPC-VA-001

PART-C

Page 235

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

PART-C
ELECTRICAL EQUIPMENT SPECIFICATION
CONTENTS
TECHNICAL SPECIFICATION
SUBSECTION-I

GENERAL ELECTRICAL SPECIFICATION

SUBSECTION-II

ELECTRIC MOTORS

SUBSECTION-III

POWER DISTRIBUTION BOARD, MCC cum POWER


DISTRIBUTION BOARD,
LOCAL STARTER PANEL & LOCAL PUSH BUTTON STATION

SUBSECTION-IV

415V POWER AND CONTROL CABLES

SUBSECTION-V

ERECTION, TESTING & COMMISSIONING


OF ELECTRICAL EQUIPMENT, CABLING
& GROUNDING SYSTEM

SUBSECTION-VI

PAINTING

Doc. No. : 14J01-003-SPC-VA-001

PART-C

Page 236

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

SUB-SECTION- I
GENERAL ELECTRICAL SPECIFICATION

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - I

Page 237

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

SUB-SECTION- I
GENERAL ELECTRICAL SPECIFICATION
CONTENTS
CLAUSE NO.

DESCRIPTION

1.00.00

CODES, STANDARDS & REGULATIONS

2.00.00

AMBIENT CONDITIONS

3.00.00

SYSTEM PARAMETRS AND VARIATIONS

4.00.00

DESIGN CRITERIA OF ELECTRICAL SYSTEM

5.00.00

LAYOUT & MAINTENANCE REQUIREMENT

6.00.00

PAINTING AND TROPICAL PROTECTION

7.00.00

TEST / WITNESSING THE TEST / TEST CERTIFICATE

8.00.00

SPARE PARTS

9.00.00

PROPOSAL DATA

10.00.00

DRAWING APPROVAL

11.00.00

DEVIATIONS

12.00.00

CO-ORDINATION WITH STATUATORY


AGENCIES.

13.00.00

DRAWING DATA AND MANUALS

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - I

BODIES AND OUTSIDE

Page 238

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

GENERAL ELECTRICAL SPECIFICATION


1.00.00

CODES, STANDARDS AND REGULATIONS

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.

The Indian Electricity Rules

b.

The Indian Electricity Act

c.

The Indian Factories Act

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

SYSTEM PARAMETRS AND VARIATIONS

3.01.00

System parameters for utility systems are detailed below.


System Volt. & Frequency
a)

415V 10%, 3Ph, 4 wire, 50 Hz 5%

Fault Level

Grounding

50 KA (1 sec)

Solidly earthed

Combined voltage and frequency variation 10% (absolute sum)


b)

220 V DC () 15% to (+) 10%, 2 wire

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

AC motors (rated up to and including


160 KW), power receptacles and three
phase AC loads

415V 10%

3Ph, 50 Hz.
5%

Solidly earthed

Control & indication for contactor

240V 10%

1Ph, 50 Hz,

Solidly earthed

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - I

Page 239

SPECIFICATION FOR AIR CONDITIONING SYSTEM


operated 415 V motor feeders

BANDEL TPS UNIT-5


5%

Space heaters rated up to and


including 1200 watt

240V 10%

1phase, 50 Hz,
5%.

Solidly earthed

Panel interior lighting, receptacles and


general power

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

DESIGN CRITERIA OF ELECTRICAL SYSTEM

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

There shall be no radio interference when an electrical equipment is operated at maximum


service voltage.

4.08.00

Grounding

4.08.01

Above Grade Grounding


a.

Enclosures of all electrical equipment as well as cabinets/boxes/ panels, etc. shall be


earthed by two separate and distinct earth connections. Risers shall be brought through
the ground floor and connected to the building steel and the selected equipment. The
grounding system shall be extended by way of risers and conductors installed in cable
tray. The earth connectivity leads from individual equipment shall be connected to the
nearest conductor running in the topmost tray of the cable raceway system in the
vicinity. Taps from runway conductor shall be taken to each section of other trays at an
interval of about 30m. The runway conductor is connected to the below ground
grounding system at every available building column within plant building and through
risers at approximately 20m interval in outdoor trestle / trenches.

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.

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - I

Page 240

SPECIFICATION FOR AIR CONDITIONING SYSTEM

4.08.02

BANDEL TPS UNIT-5

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.

Following minimum sizes of grounding material shall be used :


Item

Sl.
No

Material
Galvanized flat

Size

415V MCC CUM PDB, PDB, Local starter


panel, NSPBD

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

Push Button stations, welding receptacles


and single phase DBs

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.

Short-circuit withstand level.

b.

Cable installation conditions by applying suitable de-rating factors.

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.

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - I

Page 241

SPECIFICATION FOR AIR CONDITIONING SYSTEM


4.09.08

BANDEL TPS UNIT-5

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

Two or more of above cables

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.

415 V AC / 220V DC power cables

b.

Control cables

c.

Instrumentation and signal cable

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

Fire sealing System

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

LAYOUT AND MAINTENANCE REQUIREMENT

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

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - I

Page 242

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

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

PAINTING AND TROPICAL PROTECTION

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

TEST/WITNESSING THE TEST / TEST CERTIFICATE

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

Tests shall be performed in presence of Purchaser's representative, if so desired by the


Purchaser. The successful Bidder shall give at least fifteen (15) days advance notice of the date
when the tests are to be carried out.
Three (3) copies each of the routine and type test certificate shall be submitted by the Bidder for
approval of Purchaser before dispatch of the equipment from works. No equipment shall be
dispatched to site before getting approval of test certificates from Purchaser.

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

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - I

Page 243

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

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.

10.00.00 DRAWING APPROVAL


10.01.00 Before starting manufacture of any equipment, the Bidder shall have to take approval of relevant
drawings and data from Engineer in writing.
10.02.00 Any manufacture done prior to the approval of drawings/data shall be rectified in accordance with the
approved drawings / data by the Bidder at his own cost and the equipment shall be supplied
within the stipulated period.
11.00.00 DEVIATIONS
11.01.00

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.

12.00.00 CO-ORDINATION WITH STATUTORY BODIES AND OUTSIDE AGENCIES


12.01.00

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

DRAWINGS DATA AND MANUALS


Drawings, Data and Manuals shall be submitted in quantities and procedures as specified in
General Conditions of Contract and / or elsewhere in this specification for approval and
subsequent distribution.

13.01.00

Documents to be submitted with the Bid

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.

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - I

Page 244

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

a.

Preliminary electrical load list

b.

Single line diagram.

c.

Proposal sheets duly filled in.

d.

Maximum continuous running load of the plant under stringent conditions of operation
with break up.

e.

List of deviations, if any.

f.

List of makes of various items / components shall be submitted for Purchasers


approval.

g.

Type test certificates of major electrical equipment.

13.02.00

To be submitted for Approval and Distribution

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.

Single line diagram of complete electrical system (R)


Guaranteed technical particulars of electrical equipment as per tender format. (A)

d.

Sizing calculation of electrical equipment (A)

e.

Dimensional GA drawing of all electrical equipment / drive arrangement and layout


including foundation plan, loading etc. (R)

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.

Grounding layout showing above ground earthing, etc. (R)

i.

Cable schedule and interconnection diagram. (R)

j.

As built drawings after incorporation of modifications at site. (R)

k.

Operation and maintenance manual. (R)

l.

Inspection report and test certificates of various equipments (A)

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.

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - I

Page 245

SPECIFICATION FOR AIR CONDITIONING SYSTEM

13.02.04

BANDEL TPS UNIT-5

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.

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - I

Page 246

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

SUB-SECTION II
TECHNICAL SPECIFICATION OF
ELECTRIC MOTORS

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - II

Page 247

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

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

DRAWINGS, DATA, MANUALS

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - II

Page 248

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

TECHNICAL SPECIFICATION OF
ELECTRIC MOTORS
1.00.00

SCOPE OF SUPPLY

1.01.00

This section covers the general requirement of drive motors.

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.

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - II

Page 249

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

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

Stress during Bus Transfer

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

Locked Rotor Withstand Time

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

Starting time mentioned above is at minimum permissible voltage of 80% rated


voltage.

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

Unless mentioned otherwise in the driven equipment specification the torque


characteristics of the motor shall be as required to accelerate the inertia loads of the
motor and the driven equipment to full speed without damage to the motor of the
equipment at any voltage varying from 80% to 110% of rated voltage.

5.00.00

SPECIFIC REQUIREMENTS

5.01.00

Enclosure & Cooling

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.

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - II

Page 250

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

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

Winding and Insulation

5.03.01

All insulated winding shall be of copper.

5.03.02

All motors shall have class F insulation, but limited to class B temperature rise as per
IS: 325.

5.03.03

Windings shall be impregnated to make them non-hygroscopic and oil resistant.

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

Bearings shall be provided with seals to prevent leakage of lubricant or entrance of


foreign matter like dirt, water etc. into the bearing area.

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

Noise & vibration

5.05.01

The Noise level shall not exceed 85db (A) at 1.5 meters from the motor.

5.05.02

The peak amplitude of the vibration shall be within IS specified limits.

5.06.00

Motor Terminal Box

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.

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - II

Page 251

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

5.06.06

The terminals shall be clearly identified by phase markings, with corresponding


direction of rotation marked on the driving end of the motor.

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

The grounding connection shall be suitable for accommodation of ground conductors


as indicated elsewhere in the specification.

5.07.03

Each cable terminal box shall have a separate grounding pad.

5.08.00

Rating Plate

5.08.01

In addition to the minimum information required by IS, following information shall be


shown on motor rating plate :
a)

Temperature rise in Deg.C under rated condition and method of


measurement.

b)

Degree of protection.

c)

Bearing identification no. and recommended lubricant.

d)

Location of insulated bearings.

e)

Motor frame size

f)

Starting limitations.

g)

Direction of rotation and voltage sequence.

h)

Insulation system class designation

i)

Service factor

j)

For motors designed for hazardous application :


- Location class and group designation shall be mentioned
-Maximum operating temperature value or operating temperature code
number shall be mentioned.

6.00.00

ACCESSORIES

6.01.00

General

6.01.01

Accessories shall be furnished, as listed below, or if otherwise required by driven


equipment specification or application.

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.

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - II

Page 252

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

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

Accessory Terminal Box

6.03.01

All accessory equipment such as space heater, temperature detector, current


transformers, as applicable, shall be wired to and terminated in terminal boxes,
separate from and independent of motor (power) terminal box.

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

Motor weighing 25 Kg or more shall be provided with eye-bolt or other adequate


provision of lifting.

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

DRAWINGS, DATA & MANUALS

8.01.00

To be Submitted with the Bid

8.02.00

a)

Individual motor data sheet as per Annexure.

b)

Type test report.

To be Submitted for Approval and Distribution


a)

Dimensional General Arrangement drawing, Foundation Plan and Loading (A)

b)

Cable end box details (R)

c)

Space requirement for Rotor removal (R)

d)

Thermal-withstand curves hot & cold (R)

e)

Starting and speed torque characteristics at 80% & 100% voltage (R)

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - II

Page 253

SPECIFICATION FOR AIR CONDITIONING SYSTEM


f)

Complete motor data sheet (A)

g)

Erection & Maintenance Manual

BANDEL TPS UNIT-5

(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.

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - II

Page 254

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

SUB-SECTION III
TECHNICAL SPECIFICATION
OF
POWER DISTRIBUTION BOARD,
MCC cum POWER DISTRIBUTION BOARD,
LOCAL STARTER PANEL
AND
LOCAL PUSH BUTTON STATION

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - III

Page 255

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

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

DRAWINGS, DATA AND MANUALS

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - III

Page 256

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

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.

Power Distribution Board As required

b.

MCC cum PDB cum Control Panel-As required

c.

Local Push Button Station As required

1.02.00

One (1) set of special tools and tackle.

1.03.00

All relevant drawings, data and instruction manuals.

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.

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - III

Page 257

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

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

MOTOR POWER CIRCUIT BREAKER (MPCB)


MPCB shall be trip free, with manual close / open mechanism. Automatic tripping
provision for over load and short circuit shall also be provided. MPCB shall be rated
for full fault level of the system. MPCB shall be provided with required number of
auxiliary contacts as per circuit requirement.

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.

Reversing contacts shall be electrically and mechanically interlocked.

d.

Contactors shall be capable of pull-in at 85 percent of rated voltage and shall


not drop out at 70 percent of rated voltage or greater.

THERMAL OVERLOAD
a.

Thermal overload relays shall be three element positive acting, ambient


temperature compensated with adjustable settings.

b.

Single phase preventor relay shall be provided as an inbuilt feature of


thermal overload.

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.

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - III

Page 258

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

3.06.00

CONTROL AND INDICATION

3.06.01

Each starter module shall be equipped with following :-

3.06.02

a.

START / STOP, TEST, O/L reset push button.

b.

Four (4) indicating lamps on front of compartments: GREEN

Off

RED

On

AMBER

Trip / Overload

BLUE

Control supply healthy

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

Indicating instruments (96 x 96 mm) shall be analog, switchboard types, with 90


scale, anti glare glass and accuracy class of 2% full scale. Each ammeter shall have
zero adjuster on the front.

3.07.02

Motor ammeter shall have an extended suppressed end-scale range to indicate


starting current (6 to 8 times full-load current).

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

Current transformer secondary shall be rated for 1 A.

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.

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - III

Page 259

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

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

AC / DC POWER SUPPLY FOR CONTROL AND SERVICE

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.

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - III

Page 260

SPECIFICATION FOR AIR CONDITIONING SYSTEM

3.13.02

3.13.03

BANDEL TPS UNIT-5

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

DRAWINGS, DATA & MANUALS

5.01.00

To be submitted with the Bid


a.

General arrangement and cross-sectional drawings showing constructional


features, space required in front for withdrawals, power & control cable entry
points etc.

b.

Technical particulars sheet duly filled in

c.

Schedule of Materials

d.

Single line diagram

e.

Type test reports

f.

Technical leaflets of Instrument transformers, meters, indicating lamp, switch,


push-button, SFU, MCB, selector switches etc.

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - III

Page 261

SPECIFICATION FOR AIR CONDITIONING SYSTEM

5.02.00

BANDEL TPS UNIT-5

To be submitted for Approval and Distribution


(A) : Approval Category ; (R) : Reference Category
a.

Outline dimensional drawings showing general arrangement,


requirements and cable entry points of DB, LSP and LPBS (A)

b.

Cross-section with parts list (A)

c.

Foundation plan & loading, clearly showing panel fixing arrangement, floor
opening for cable entry etc. (R)

d.

Single line diagram (A)

e.

Control schematics showing terminal and wire numbering (A)

f.

Wiring diagram showing all equipment and devices in their relative physical
positions and all wiring up to the terminal blocks. (A)

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - III

space

Page 262

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

SUB-SECTION-IV
TECHNICAL SPECIFICATION
OF
415V POWER AND CONTROL CABLES

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - IV

Page 263

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

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

DRAWING, DATA & MANUALS

ATTACHMENTS

ANNEXURE-A

L.V. POWER CABLES

ANNEXURE-B

CONTROL CABLES

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - IV

Page 264

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

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.

LV. Power Cables

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

For continuous operation at specified rating, maximum conductor temperature shall be


limited to the permissible value as per relevant standard or this specification which one
is more stringent.

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

L.V. Power Cables


The type and quantity shall be furnished as indicated in Annexure -A

3.02.00

Control Cables
The type and quantity shall be furnished as indicated in Annexure -B

3.03.00

Drum Length & Tolerance


The cables shall be supplied in non-returnable packing wooden drums for power and
control cables, each containing minimum 500 meters length of larger sizes of cable
unless specifically asked for. For smaller sizes of cables, each drum shall contain 1000
meters length of cable. Allowable tolerance on individual drum length is +5%.

3.04.00

Cable identification
Cable identification shall be provided by embossing on every meter on the outer
sheath the following:

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - IV

Page 265

SPECIFICATION FOR AIR CONDITIONING SYSTEM

a.

Manufacturers name or trademark

b.

Voltage grade

c.

Year of manufacture

d.

Type of insulation

e.

No. of core and size of cables

f.

Type of improved fire performance, e.g. FRLSH

g.

ISI mark

BANDEL TPS UNIT-5

3.05.00

Packing

3.05.01

Cables shall be supplied in non-returnable drums. The drums shall be of heavy


construction. All wooden parts shall be manufactured from seasoned wood. All ferrous
parts used shall be treated with suitable rust preventive finish or coating to avoid
rusting during transit or storage.

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.

Manufacturers name or trade make

b.

Type of cable & voltage grade

c.

Year of manufacture

d.

Type of insulation

e.

No. of core and size of cables

f.

Cable code

g.

Length of cable on drum

h.

No. of length on drum, if more than one

i.

Direction of rotation, by arrow

j.

Approx. gross mass.

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.

Routine tests on each drum of cables.

b.

Acceptance tests on drums chosen at random for acceptance of the lot.

c.

Type tests on each type of cable, inclusive of measurement of armor D.C.


resistance of power cables.

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - IV

Page 266

SPECIFICATION FOR AIR CONDITIONING SYSTEM

4.02.00

BANDEL TPS UNIT-5

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.

Oxygen index test


The Oxygen index shall not be less than 29.

b.

Temperature Index Test


The measured value of temperature index shall be 21 at a temperature of
250C

c.

Flame Retardant test on single cable and on bunched cables


After the test, there should be no visible damages on the test specimen within
300mm from its upper end.
After burning has ceased, the cables should be wiped clean and the charred or
affected portion should not have reached a height exceeding 2.5 meter above
the bottom edge of the burner, measured at the front and rear of the cable
assembly.

d.

Halogen acid gas evolution test.


The level of HCL evolved shall not exceed 20 per cent by weight.

e.

Smoke density test


The cables shall meet the requirement of light transmission of minimum 40%
after the test.

f.

Test for rodent & termite repulsion property

5.00.00

DRAWINGS, DATA & MANUALS

5.01.00

To be submitted with the Bid :

5.02.00

a.

Manufacturer's catalogues giving cable construction details and characteristics.

b.

Cable current ratings for different types of installation, inclusive of derating


factors for ambient temperature, grouping etc.

c.

Write-up on Manufacturer's recommended method of splicing, jointing,


termination etc. of the cables.

To be submitted for Purchasers Approval and Distribution


(A) : Approval Category
(R) : Reference Category
a.

Quality assurance plan. (R)

b.

Shop Test reports (A)

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - IV

Page 267

SPECIFICATION FOR AIR CONDITIONING SYSTEM

c.

BANDEL TPS UNIT-5

Instruction manuals (R)

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.

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - IV

Page 268

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

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

Stranded, non-compacted and circular, high


conductivity annealed plain copper, generally
conforming to IS: 8130.

Insulation

Extruded PVC compound conforming to type A of


IS: 5831.

Core Identification

By color-coding and numbering at interval of


100mm or less.

Inner Sheath

Extruded PVC compound conforming to type ST1


of IS: 5831 for multi-core cables. Filler shall be of
same material as of inner sheath i.e. ST1. Single
core cables shall have no inner sheath.

Armor

UNARMOURED

Overall Sheath

Extruded PVC compound conforming to type ST1


of IS: 5831 having improved fire performance
category C2 and type FR-LSH (Fire Retardant Low
smoke and halogen evolution).

Drum

Conforming to IS: 10418 (wooden drum)

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - IV

Page 269

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

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

Stranded, non-compacted and circular, high


conductivity annealed plain copper, generally
conforming to IS: 8130.

Insulation

Extruded PVC compound conforming to type A of


IS: 5831.

Core Identification

By color-coding and numbering at interval of


100mm or less.

Inner Sheath

Extruded PVC compound conforming to type ST1


of IS: 5831 for multi-core cables. Filler shall be of
same material as of inner sheath i.e. ST1. Single
core cables shall have no inner sheath.

Armor

UNARMOURED

Overall Sheath

Extruded PVC compound conforming to type ST1


of IS: 5831 having improved fire performance
category C2 and type FR-LSH (Fire Retardant Low
smoke and halogen evolution).

Drum

Conforming to IS: 10418 (wooden drum)

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - IV

Page 270

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

SUB-SECTION-V
TECHNICAL SPECIFICATION
OF
ERECTION, TESTING & COMMISSIONING OF
ELECTRICAL EQUIPMENT
CABLING & GROUNDING SYSTEM

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - V

Page 271

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

CONTENT
CLAUSE NO.

DESCRIPTION

1.00.00

SCOPE OF WORK

2.00.00

MATERIAL & SERVICES

3.00.00

SPECIFIC REQUIREMENT
SUPPLY ITEMS

4.00.00

SPECIFIC REQUIREMENT
ERECTION

5.00.00

PRE-COMMISSIONING TESTS

6.00.00

DRAWINGS, DATA AND

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - V

TO BE FURNISHED

MANUALS

Page 272

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

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

MATERIAL & SERVICES TO BE FURNISHED

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.

Storing at Bidders plant site with suitable weather protection.

d.

Repairing minor damages, cleaning before erection and application of anti-corrosive


paints after cleaning.

e.

Complete assembly, erection and connection.

f.

Testing and calibration of equipment /meters.

g.

Pre-commissioning check-up to ensure correctness of erection of equipment.

h.

Testing, trial run and commissioning including performance test in presence of


Purchaser/Consultant and trial run.

i.

Obtaining Purchaser/Consultants approval and written acceptance for satisfactory


operation.

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

SPECIFIC REQUIREMENT SUPPLY ITEMS

3.01.00

Accessory and Material

3.01.01

Accessories and material shall comply with description, rating, type and size as detailed in this
specification.

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - V

Page 273

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

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

Pre-fabricated Cable Trays

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

Conduits and Accessories

3.03.01

Generally cables shall be laid in cable trays or through conduits.

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.

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - V

Page 274

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

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

The junction boxes shall have the following indelible markings :


Circuit nos. on top by while stenciled paint at site.
Circuit nos. with ferrules (inside) as per approved drawing.
Danger sign in case of 415V and above circuit.

3.04.05

The junction box should have a removal gland plate.

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

Cable Termination & jointing kits

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

Cable End Markers

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.

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - V

Page 275

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

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

Consumables and Erection Material

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

SPECIFIC REQUIREMENT - ERECTION

4.01.00

The Bidder shall mount the equipment on respective foundation/supports, level and align the
same and arrange for necessary grouting/anchoring

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - V

Page 276

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

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

Foundation and Civil works

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

Cabling and Grounding

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.

Measuring, metering and control cables

Separate cables shall be used for following functions


a.

Power

b.

Control, interlock and indication

c.

Metering and measuring

d.

Alarm and annunciation

e.

CT Cables

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - V

Page 277

SPECIFICATION FOR AIR CONDITIONING SYSTEM


f.

BANDEL TPS UNIT-5

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

Cables : Storage and Handling

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

Cable Termination and Connection

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

The tags shall be of interlocked plastic type ferrules or approved


equal.

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.

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - V

Page 278

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

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)

Motor operated megger

2000V grade

ii)

Hand operated megger

1000 V grade

b.

Hand driven earth resistance megger, range 0-1/3-3 Ohms.

c.

Tong tester of suitable range.

d.

Contact resistance measuring set for micro ohms.

e.

Torque wrench.

f.

Multi-meter, test lamps, field telephone buzzer sets, different gauges.

g.

Digital voltmeter, ammeter and other measuring instruments.

h.

Secondary current injection set.

4.11.00

Checking and Cleaning of Parts

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

Opening of Packing Cases

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

Methods and Workmanship

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

Details of installation shall be electrically and mechanically correct.

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - V

Page 279

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

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

Erection tools and tackle

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.

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - V

Page 280

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

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.

Physical checking of various parts/connections

b.

Insulation resistance test of winding, PI value and drying out, if required.

c.

5.03.00

Direction of rotation

d.

Starting current

e.

No load & load current measurement.

f.

No load run for 6 hours

MCC cum PDB / PDB


The MCC cum PDB /PDBs shall be erected as per good engineering practice and assembled
equipment shall be subjected to following site tests as minimum
a.

Physical checking of various parts/connections

b.

I.R. test

c.

5.04.00

Checking of control circuit

d.

Checking of overload relay & other protective devices

e.

Measurements of contact resistance (in micro- ohms) for all the three phase of circuit
breaker.

f.

Measurement of resistance of the closing and tripping coils

g.

Checking the close trip operation at 70% and 100% of the rated auxiliary DC Voltage.

h.

Checking the auxiliary power circuits

i.

Checking of interlock provided and tripping of breaker through relay

j.

Testing of protective relays.

k.

Space heater operation check

Cables
Cables shall be subjected to the following site tests as minimum.
a.
b.

Physical checking of laying & termination


Checking continuity of connections

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - V

Page 281

SPECIFICATION FOR AIR CONDITIONING SYSTEM

c.

BANDEL TPS UNIT-5

I.R. Test

6.00.00

DRAWINGS, DATA AND MANUALS

6.01.00

To be submitted with the Bid


Necessary drawings and technical leaflets of the following shall be furnished along with the bid :
a

6.02.00

Make, type and catalogue no. of different electrical items along with their leaflets, data
sheets etc.

TO BE SUBMITTED FOR APPROVAL AND DISTRIBUTION


After award of contract the Bidder shall furnish the drawing as indicated hereinafter for approval
and afterwhich for final distribution in quantities and procedures as set up in the applicable
clause of the GCC.
a.

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.

Electrical layout showing equipment location, cable tray routing, etc.

e.

Cable tray/shaft details.

f.

Cable schedule and interconnection diagram with cable tray loading.

h.

Grounding layout and connection details.

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - V

Page 282

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

SUBSECTION-VI
TECHNICAL SPECIFICATION
OF PAINTING

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - VI

Page 283

SPECIFICATION FOR AIR CONDITIONING SYSTEM

BANDEL TPS UNIT-5

TECHNICAL SPECIFICATION OF PAINTING

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

Electrical Equipment including motors

1.02.02

1.02.03

Surface Preparation

Coating System

Coating
Composition

DFT
(microns)

Near White Metal Blast

Polyamide Epoxy Primer

66% solids
volume

by

100-125

Aliphatic Polyester Urethane

56% solids
volume

by

40-50

Electrical Panel / Control Panel


Surface Preparation

Coating System

Coating Composition

DFT
(microns)

Commercial Blast

Polyamide Epoxy Primer

66%
solids
volume

by

75-100

Low Gloss Urethane

56%
solids
volume

by

35-50

For non-ferrous metal surface


Surface Preparation

Solvent Clean

Coating System

Acid pre-treatment

Coating
Composition

DFT
(microns)

Varies

Polyamide Epoxy Primer

56% solids
volume

by

25-100

Aliphatic Polyester Urethane (for


external surface only)

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

Ferrous metal surfaces shall be cleaned, prepared, and painted/coated in accordance


with the painting/coating manufacturer's instructions and Steel Structures Painting
Council Paint Application Specification No. 1 "Shop, Field, and Maintenance Painting."

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - VI

Page 284

SPECIFICATION FOR AIR CONDITIONING SYSTEM

2.00.00

3.00.00

BANDEL TPS UNIT-5

SHOP COATING
a.

Equipment manufacturers' standard painting/coating systems shall be applied in


lieu of those specified provided the system complies with the life expectancy
requirements. All primers shall contain rust inhibitors.

b.

Surfaces to be painted shall be filled to provide a uniform substrate; and shall be


prepared for painting in accordance with the appropriate surface preparation
specifications.

c.

No paint shall be applied to surfaces within 75 mm of field welded


connections. These surfaces shall be painted/coated with a consumable
preservative and masked.

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

RUST PREVENTION COMPOUNDS


a.

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.

Rust-preventive compounds, which are used to protect surfaces of equipment and


piping that, are exposed to feed water or steam shall be completely water-soluble.

c.

Machined surfaces of weld-end preparations shall be coated with consumable rustpreventive compounds, which shall not affect the quality of the weld.

GALVANISING (IF APPLICABLE)


a.

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).

Doc. No. : 14J01-003-SPC-VA-001

PART-C SEC - VI

Page 285

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

ATTACHMENT
TABLES AND TENDER DRAWINGS

Doc. No. : 14J01-003-SPC-VA-001

Page286

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

TABLE I
DESIGN PARAMETERS FOR CALCULATING COOLING LOAD

1.00.00

OUTSIDE DESIGN CONDITIONS


Temperature

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

INSIDE DESIGN CONDITIONS


The internal design conditions in various areas to be maintained are as follows:
23C 2C DB and 55% 5% RH for:

3.00.00

(a)

Control Room

(b)

Shift Engineers Room

(c)

Control Equipment Room

(d)

Computer Room

(e)

UPS Room

BUILDING CONSTRUCTION DETAILS


All walls are 230mmthick brick walls with 12 mm sand-cement plaster on both sides.
Floor and roof are of 150mm thick RCC with suitable floor finish. Roof is not insulated.
1.5M high glazing on the wall along B-row for control room, shift charge engineers
room, control equipment room and computer room.

4.00.00

FRESH AIR REQUIREMENT


The Air-conditioning spaces shall be maintained at positive pressure to avoid any
infiltration of dust.
Fresh air shall be inducted to the air re-circulation system @ 17 CMH per person or 1 air
Change per hour, whichever is higher.

DOC. NO. : 14J01-003-SPC-VA-001

TABLES & ATTACHMENTS

PAGE 287

TECHNICAL SPECIFICATION

BANDEL TPS UNIT-5

OTHER DESIGN PARAMETERS

5.00.00

SL. No. Zone

Occupancy

Equipment
Load (KW)

Lighting Load
(W/sq.ft)

Control Room

10

10

1.5

Shift Engineers Room

0.5

Computer Room

13

1.5

Control Equipment Room

30

UPS Room

COOLING LOAD MARGIN

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.

Schematic diagram for proposed AC system for


renovated unit Control room, Control equipment
room, Computer room, UPS room.

14J01-003-DWG-VA-001

Single line diagram for Air Conditioning system of


Control Room areas.

14J01-003-DWG-VA-002

Schematic
Machine

14J01-003-DWG-VA-003

DOC. NO. : 14J01-003-SPC-VA-001

Drawing

for

Vapour

Absorption

TABLES & ATTACHMENTS

PAGE 288

INDEX

Documents to be furnished by the Bidder mentioned in Tender Document


Power of Attorney Clause 22.2 of ITB
Qualification Criteria
Letter of Bid
Bidder Information Form
Price Schedule
BID SECURITY

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

You might also like