Section Vi Part A
Section Vi Part A
TECHNICAL SPECIFICATION
FOR
STEAM GENERATOR (SG)
ISLAND PACKAGE
PART – A
SECTION - VI
BIDDING DOCUMENT NO.: DVC/C&M/Engineering/RTPS Ph-II/EPC/SG
(This document is meant for the exclusive purpose of bidding against this Package and shall not
be transferred, reproduced or otherwise used for purposes other than that for which it is
specifically issued).
PART
TABLE OF CONTENTS
II
SECTION – VI
TECHNICAL SPECIFICATIONS FOR STEAM GENERATOR ISLAND PACKAGE
V ESSENTIAL DATA
VI MANDATORY SPARES
PART –B
BOOK 1 OF 5 MECHANICAL
BOOK 2 OF 5 ELECTRICAL
BOOK 4 OF 5 CIVIL
INTENT OF SPECIFICATION
(c) For his site office and covered store buildings, the contractor shall adopt pre-
engineered / pre-fabricated constructions made of steel with single / double skin,
insulated or uninsulated roof and wall coverings (fabricated out of permanently color
coated metal sheets). Alternatively, contractor can adopt readymade ‘Porta cabin’ or
similar construction. Contractor shall ensure that all such constructions are well
engineered, neatly constructed and overall present a pleasing look.
(d) In line with Gazette Notification on Ash Utilization issued by MOEF and its
amendment thereafter, contractor shall use ash and ash based products in works as
specified in these specifications, drawings and as per instructions of the Engineer.
He shall also use ash and ash based products in construction of his offices, stores,
staff quarters and labour huts etc. He shall furnish a compliance report along with all
details of use of ash and ash based products along with each bill.
(e) Contractor shall establish/set up at site suitable repair facilities for construction plant,
equipment and machinery (like piling rigs, cranes batching plant, dewatering pumps
etc.) In case of piling rigs, cranes, batching plant etc. he will also make
arrangements/tie up with equipment manufacturers / suppliers for periodic
overhaul/maintenance and for major breakdown, if any. He shall also keep adequate
stock of spares at site for various plant, equipment and machinery to meet day to day
requirements as recommended by the equipment manufacturer/suppliers or as
instructed by the Engineer. Contractor shall deploy dedicated qualified, full time
mechanical/electrical foreman/supervisors for manning the repair facilities as
specified above.
3.00.00 TENDER DRAWINGS
The tender drawings are enclosed along with the specifications as Part-E, Section-VI and
shall supplement the requirements specified in these technical specifications. The scope and
terminal points of the equipment to be furnished under this EPC package shall be as
identified in these drawings read in conjunction with text of the specification.
4.00.00 OTHER GENERAL REQUIREMENTS
Items though not specifically mentioned in the specification but needed to complete the
equipment/systems to meet the intent of specification, shall also be deemed to be included
unless otherwise specifically mentioned in exclusions.
In addition to the scope of supply and services indicated in other Sub-Sections of the scope
of supply and services, the other general requirements are covered in this sub-section as
part of the scope of the Contractor.
4.01.00 Paints
The Contractor's scope of work includes supply of paints and painting of all equipments and
structures as per stipulated requirements and the Employer's standard color-coding scheme.
4.02.00 Pre-commissioning and commissioning activities
The contractor's scope shall include all pre-commissioning and commissioning activities,
materials and services as detailed in other portion of technical specifications including supply
of all consumables (except coal, oil and limestone), temporary equipment and piping,
instruments, labour / skilled manpower's etc. The scope includes complete requirement of
flushing oils including fresh oil refilling during the pre-commissioning and commissioning
activities and subsequent initial operation.
supplied by the Contractor. Suitable standard lubricants as available in India are desired.
Efforts should be made to limit the variety of lubricants to minimum.
Bidder shall supply a quantity not less than 10% of the full charge or one (1) year topping
requirement mentioned above (Whichever is higher) of each variety of lubricants, servo
fluids, gases, etc.( as detailed above) used which is expected to be utilized during the first
year of operation. This additional quantity shall be supplied in separate Containers.
maintenance platform, provided for all these equipment’s/devices. The LIE & LIR shall be
placed in such a way that the doors can be opened freely from front & back side for ease of
maintenance. The cable tray layout shall be implemented in such a way that the fouling to the
pipes, ducts and other structures can be avoided.
These above drawings are to be extracted from the said 3D model and submitted for
employers review and approval along with the 3D model.
After the completion of engineering of respective area i.e. Boiler/ ESP/FGD etc., the
corresponding complete 3D review model shall be handed over to the employer for its
reference.
4.09.00 The bidder shall be responsible to undertake some activities related to its Corporate Social
Responsibility (CSR) in the immediate vicinity of the project. The bidder shall undertake such
activities after prior consultations with the Employer to ensure that the efforts of the Employer
and Contractor are complemented.
The bidder is expected to carry out the CSR activities as per the provision (Rules) under
section 135 of the companies Act 2013 relating to CSR and other circulars / instructions of
various government departments viz MoEF etc.
The share of CSR expenditure to be incurred by the bidder for this project in the total CSR
expenditure incurred by the vendor/contractor as a company will be in the same proportion
as the turnover of the project concerned to the total company turnover. This will be certified
by the charted accountant once every fiscal year.
Such activities will be undertaken by the bidder in consultation with the Employer.
4.10.00 The bidder shall visit the site to ascertain the position of land acquisition etc. and it is
presumed that the bidder submitted his bid after considering the facts on the ground and that
once bidder is successful in his bid, he will work in cooperation with the client for smooth
execution of the project.
4.11.00 The scope of the contractor shall also include supply and installation of e-learning packages
for the equipment / system for the Steam Generator & auxiliaries along with associated
electrical and C&I system as indicated in Part-C of Section-VI.
5.00.00 GENERAL ENVIRONMENTAL REQUIREMENTS
The contractor shall execute all work at the site as per the general environmental
requirement and following the applicable codal provisions and local regulations in this
respect. The contractor shall provide and install suitable safeguards and facilities as
approved by the Engineer for meeting general environment requirements given herein under.
5.01.00 Protect from damage and disturbance of the existing trees, shrubs, any other plants, pole
lines, fences, signs, monuments, buildings, pipelines, drains, sewers, or other surface or sub-
surface systems / facilities within or adjacent to the works being carried out given herein
below.
5.02.00 Take all necessary precautions against soil erosion, water and environmental pollution and
safe disposal of waste material.
5.03.00 Control the ground in the vicinity of all excavations, so that the surface of the ground is
properly sloped or dyked to prevent surface water from running into the excavated areas,
during construction.
5.04.00 All natural materials arising out of site clearance and excavation shall be the property of
owner. All salvaged materials of archaeological importance or of value (in the opinion of the
Engineer) shall be segregated from the other materials and stacked separately at locations
as indicated by the Engineer.
5.05.00 The method and arrangement of blast cleaning shall conform to the factory act, local laws,
stipulations of pollution control board, if any.
PROVENNESS
PROVENNESS
The bidder/its sub-vendor(s) is required to meet the provenness criteria and/or qualification requirement for the items/
services listed below as per the stipulated criteria indicated in the respective clauses. For the purpose of qualification of
Bidders / Sub-vendor(s), experience shall be reckoned as on the LOA date of the Steam Generator Island package unless
otherwise specified in the respective clauses. The Bidder/its Sub vendor(s) shall be a company incorporated in India under
the Companies Act of India for Collaborator(s) / Associate / Licensor / Technology provider route as specified in various
clauses of the provenness requirement for equipment/systems.
3.0 Provenness criteria for critical equipment(s) and bought out items
3.1 The Bidder/ Sub vendor should have previously designed (either by itself or under collaboration / licensing
agreement), manufactured / got manufactured the respective equipment(s) of the type and minimum equipment
rating as stipulated below such that the respective equipment(s) are in successful operation in at least one (1)
plant for a period not less than one (1) year .
a) PA Fans Axial type (2 stage) with variable Flow 210 M3/Sec (minimum) with Head
pitch control 1130 mmWC (minimum) & Fan Speed
1500 rpm (maximum)
b) ID Fans Axial type (2 stage) with variable Flow 525 M3/Sec (minimum) with Head
pitch control 525 mmWC (minimum) & Fan Speed
900 rpm (maximum)
c) FD Fans Axial type with variable pitch control Flow 365 M3/Sec (minimum) with Head
350 mmWC (minimum) & Fan Speed
1500 rpm (maximum)
d) Coal Pulveriser Bowl mill/Roller mill/Ball & Race Minimum capacity -78 T/hr with:
mill/or approved equivalent a) Coal pulverizing fineness not less
than 70% through 200 mesh
b) Coal input size up to 50 mm
c) Total moisture in coal- 12%
d) HGI of input coal-55
e) Raw coal feeders Gravimetric, belt type with minimum Capacity not less than 95 T/hr
size of 36 inch
f) Boiler start up Glandless pump with submerged type Pump rating not less than that supplied
drain re-circulation wet motor with external high pressure for a 500 MW or higher size super-critical
pumps cooler. unit.
g) Air pre-heaters Rotary regenerative (Lungstorm or Air pre-heater rating not less than that
approved equivalent)-Bisector type or supplied for a 500 MW or higher size
Trisector type with vertical axis of unit.
rotation
Bidder shall offer and supply only the type of the above equipment(s) for which it, itself or the manufacturer
proposed by the Bidder for the above equipment(s) is qualified.
The provenness criteria for equipment (PA fans, ID fans, FD fans and Booster Fans) stipulated at Sl. No. (a), (b),
(c) & (h) above shall also be considered acceptable provided the rating parameters (i.e., flow, head and rated
rpm) is covered within the operating regime of the respective fan performance curve of the reference plant
equipment.
3.2 In case the Bidder or the proposed Indian sub-vendor(s) is not manufacturer of proven equipment(s) as per
clause 3.1 above then it should have manufactured such equipment(s) for units of at least 500 MW rating, and it
has collaboration or valid licensing agreement for design, engineering, manufacturing, supply of such
equipment(s), in India with such manufacturer(s) who meet the requirements stipulated at clause 3.1 above for
the respective equipment(s).
3.3 (a) A JV / Subsidiary Company formed for manufacturing and supply of equipment(s) as listed at clause no. 3.1
above in India, should have a valid collaboration or licensing agreement for design, engineering, manufacturing
of such equipment(s) in India with a qualified equipment manufacturer who meets the requirements stipulated at
clause 3.1 above (or the technology provider of the qualified equipment manufacturer). Further, in such a case,
such qualified equipment manufacturers should have, directly or indirectly through its holding company/
subsidiary company, at least 26% equity participation in the Indian Joint Venture Company/ Subsidiary Company,
which shall be maintained for a lock-in period of seven (7) years from the date of incorporation of such Joint
Venture/ Subsidiary or up to the end of defect liability period of the contract, whichever is later.
OR
Indian Holding Company, of the Qualified Equipment Manufacturer who meets the requirements stipulated at
clause 3.1 above for the respective equipment(s), should have a valid collaboration or licensing agreement for
design, engineering, manufacturing of such equipment(s) in India with the qualified equipment manufacturer.
Further, in such a case, such Indian Holding company shall maintain at least 51 % equity participation in the
Qualified Equipment manufacturing company either directly or indirectly, which shall be maintained for a lock-in
period of seven (7) years from the date of acquisition of such Qualified Equipment manufacturing company or up
to the end of defect liability period of the contract, whichever is later.
(b) Bidder shall be required to furnish a letter of support from Collaborator(s) / Licensor / Technology provider for
successful performance of respective equipment(s) valid up to the end of defect liability period of the contract as
per the format enclosed in the bidding document, at the time of placement of order on the approved sub-vendor.
3.4 Before taking up the manufacturing of such equipment(s) as per clause 3.2 and 3.3 above, the Bidder / its sub
vendor(s) must create (or should have created) manufacturing and testing facilities at its works as per
Collaborator / licenser’s design, manufacturing and quality control system for such equipments duly certified by
the Collaborator / licensor.
Further, the Collaborator / Licenser shall provide (or should have provided) all design, design calculation,
manufacturing drawings and must provide (or should have provided) technical and quality surveillance assistance
and supervision during manufacturing, erection, testing, commissioning of equipments.
3.5 Bidder shall offer and supply only the type of the above equipment(s) for which it, itself or the manufacturer /
Collaborator(s) / Licenser(s) proposed by the Bidder for the above equipment(s) is qualified.
3.6 The Employer reserves the right to fully satisfy himself regarding capability and capacity of Bidder / its sub-
vendor(s) and the proposed arrangement and may prescribe additional requirement before allowing manufacture
of the equipment listed above for this contract.
Bidder / Bidder's sub-vendor should meet the qualifying requirement here under in clauses 4.1.1 or 4.1.2 or 4.1.3
as the case may be.
4.1.1 The Bidder/Bidder's sub-vendor should have designed, supplied, erected/ supervised erection and
commissioned/supervised commissioning of rigid discharge framework Electrostatic Precipitators (of the type
offered), having a designed efficiency of not less than 99%, operating in conjunction with pulverized coal fired
steam generating units, rated for a minimum of 500MW unit size or minimum 1500 T/hr steaming capacity, which
should have been in successful operation in at least one installation for a period not less than one (1) year.
4.1.2(a)(i) The Bidder/Bidder's sub-vendor should be an Engineering, Procurement and Construction (EPC) organization
executing contracts for setting up of coal fired power plants and shall have experience of supplying at least one
(1) no. coal fired power plant of 200 MW capacity or above comprising of Electrostatic Precipitators, which has
been in successful operation for a period of not less than one (1) year.
Alternatively
(a)(ii) The Bidder/Bidder's sub-vendor should be an Engineering, Procurement and Construction (EPC) organization and
should have executed, in the last 10 years, large industrial projects on EPC basis (with or without civil works) in
the area of power, steel, oil & gas, petro-chemical, fertilizer and / or any other process industry with the total value
of such projects being INR 5,000 million or more. At least one of such projects should have a contract value of
INR 2,000 million or more. These projects shall be in successful operation for a period of not less than one (1)
year.
(b) The Bidder/Bidder's sub-vendor who fulfill the requirements as per clause 4.1.2(a) (i) or 4.1.2(a) (ii) above shall
Associate/Collaborate with an Electrostatic Precipitator manufacturer who meets the requirements of 4.1.1 above
on its own. The Bidder/ Bidder's sub-vendor shall either source the Electrostatic Precipitator from such
manufacturer or manufacture the Electrostatic Precipitator as per the design and manufacturing drawings
released by such manufacturer under an on-going Collaboration agreement/ Technology Licensing Agreement.
Bidder shall be required to furnish a letter of support from Collaborator / Licenser / Technology provider
for successful performance of Electrostatic Precipitator valid up to the end of defect liability period of the
contracts as per the format enclosed in the bidding document, at the time of placement of order on the
approved sub-vendor.
4.1.3 (a) The Bidder/Bidder's sub-vendor should have designed, supplied, erected/ supervised erection and
commissioned/ supervised commissioning rigid discharge framework Electrostatic Precipitators (of the type
offered), having a designed efficiency of not less than 99%, operating in conjunction with pulverized coal
fired steam generating units, in at least one installation rated for a minimum of 200 MW unit size or
minimum 600T/hr steaming capacity, which should have been in successful operation for a period not less
than one (1) year.
(b) The Bidder/ Bidder's sub-vendor who fulfill the requirements at clause 4.1.3(a) above, shall also have an on-
going Collaboration Agreement/Technology Licensing agreement prior to the date of submission of proposal
for sub-vendor with such a manufacturer of Electrostatic Precipitators, who meets the requirements of clause
4.1.1 above.
Bidder shall be required to furnish a letter of support from Collaborator / Licenser / Technology provider for
successful performance of Electrostatic Precipitator valid for a period of 07 (seven) years or up to the end of
defect liability period of the contract whichever is later, as per the format enclosed in the bidding document,
along with the techno commercial bid.
(1) “Qualified Electrostatic Precipitator Manufacturer” means a manufacturer meeting requirements stipulated at
4.1.1.
(2) The Bidder/ Bidder's sub-vendor shall also be considered qualified, in case the award for executing the
reference works (Electrostatic Precipitator set) has been received by the Bidder/ Bidder's sub-vendor either
directly from owner of plant or any other intermediary organization. However, a certificate from such owner of
plant or any other intermediary organization shall be required to be furnished by the Bidder/ its sub-vendor in
support of Bidder/ Bidder's sub-vendor claim of meeting the qualification requirement as per 4.1.1 or 4.1.2 or 4.1.3
above. Further, a certificate from owner of the plant shall also be furnished by the Bidder/ Bidder's sub-vendor for
the successful operation of the Electrostatic Precipitator as specified at clause 4.1.1 or 4.1.2 or 4.1.3 above,
whichever is applicable.
(3) Whenever the term 'coal fired' is appearing above, "Coal" shall be deemed to also include bituminous coal/brown
coal/lignite.
The Bidder/ its sub-vendor should have designed, supplied, erected and commissioned at least one (1) number of
Air conditioning system having a total installed capacity of 300TR or more including stand-by chiller unit (if any),
which should have included at least one chilling unit with a minimum capacity of 60TR. The system should have
been in successful operation for at least one (1) year.
In addition, the chiller unit(s) proposed to be supplied for this package shall be sourced from the manufacturer(s)
who have manufactured and supplied at least one (1) number of similar type of chiller unit having a capacity of not
less than 80 TR, which should have been in successful operation for at least one (1) year.
A) The bidder/ its sub-vendor should have designed, manufactured, supplied, erected/supervised erection and
commissioned/supervised commissioning of at least one (1) number non-lubricated oil free screw type air
compressor of minimum capacity 20 NM3/min or at least one (1) number centrifugal air compressor of
minimum capacity 50 NM3/min and at rated discharge pressure of 8 kg/cm2 (g) which should have been in
successful operation for at least one (1) year. Bidder/its sub-vendor shall offer only the type of compressors
for which he is qualified.
B) The Air Drying Plant (A.D.P) shall be supplied from such manufacturers who have manufactured and
supplied at least one (1) number Air Drying Plant of capacity 50 NM3/min or more and the type same as
offered, which should have been in successful operation for at least one (1) year.
Mill reject handling system offered by the Bidder/its Sub-Vendor shall be only from such manufacturer/supplier
who has previous experience of manufacturing/got manufactured and supplying metallic belt conveyor type or
chain flight conveyor type handling systems of capacity 1.5 MTPH or higher for any industrial installations unit
which are in successful operation in at least one (1) plant for a period not less than one (1) year.
The reference handling systems should be of the same type i.e. metallic belt conveyor system or chain flight
conveyor system as is being offered by the Bidder/ its Sub- vendor.
4.19.1 The Bidder/ its Sub- vendor(s) should be supplier of ash handling system(s) and should have executed ash
handling system(s) involving design, engineering, manufacturing/got manufactured, supply, erection/supervised
erection and commissioning/ supervised commissioning for-
(a) Wet Bottom Ash handling system comprising either a jet pump system in conjunction with water impounded
Bottom Ash Hopper or a submerged Scraper Chain Conveyor system designed for the following conveying
capacities for pulverized fired boilers.
Jet Pump System : 50 tonnes/hour (dry ash basis) or more per jet pump.
Submerged Scraper :20 tonnes/hour (dry ash basis) Scrapper Chain Conveyor System or more per Conveyor.
The reference Bottom Ash Handling systems should be of the same type i.e. Jet pump system or Submerged
Scraper chain conveyor system as is being offered by the Bidder/ its Sub- vendor.
If the bidder/its sub-vendor is not fully meeting requirement of Jet Pump System in conjunction with water
impounded bottom ash hopper referred under clause 4.19.1 (a), can also participate provided it has designed,
engineered, supplied, erected / supervised erection and commissioned/ supervised commissioning of Jet Pump of
capacity 50 tonnes/hour (dry ash basis) or more per jet pump for coal fired boilers. In such case, bidder /its sub-
vendor shall engage design agency for vetting/review/carrying out the design and Engineering activity of ‘Jet
Pump system in conjunction with water impounded bottom ash hopper’. Design agency can be either Wet bottom
ash system (Jet Pump System in conjunction with water impounded bottom ash hopper) supplier meeting the
qualification of clause 4.19.1 (a) or design consultant having experience of design/review of Jet Pump System in
conjunction with water impounded bottom ash hopper which are in successful operation in at least one (1) plant
for a period not less than one (1) year. Vetting by reputed institutes like IITs & IISc is also acceptable.
(b) Pneumatic fly ash handling system for conveying fly ash from ESPs of a single pulverized coal fired boiler unit
by either:
(i) Pressure conveying system designed for 30 TPH or more conveying capacity.
OR
(ii) Vacuum conveying system designed for 30 TPH or more conveying capacity per vacuum extractor.
The reference fly ash handling systems should be of the same type i.e. pressure system or vacuum system, as is
being offered by the Bidder/ its Sub-vendor.
An individual boiler unit having its own independent fly ash handling system up to wetting units/ dry dust collection
buffer hoppers/intermediate Silos which includes, among others, independent fly ash handling equipment below
ESP hoppers, independent ash conveying piping up to wetting units/ dry dust collection buffer hoppers can be
considered as a plant for meeting the requirement above.
And
(c) Pneumatic Fly Ash Transportation System for transporting fly ash from pulverized coal fired boiler unit having
capacity of not less than 20 TPH for a conveying distance of not less than 500 meter.
Further, a transportation system provided for an individual boiler unit having dedicated transportation vessels
below dry dust collection buffer hoppers and dedicated piping from dry dust collection buffer hoppers /
intermediate Silos to storage silos, including storage silo equipment (like Vent Fan, Rotary Feeder, Ash Unloader,
Ash Conditioner etc) can be considered as a plant for meeting the requirement above.
(d) Complete ash slurry disposal system for handling not less than 40 tons of ash per hour for coal/lignite fired power
stations which includes, among others, ash slurry pumps & piping system with associated controls.
(i) An individual boiler unit having its own independent bottom ash handling system of either the jet pump
system type or submerged scrapper chain conveyor system type can be considered as a plant for
meeting the requirement of 4.19.1 (a) above.
(ii) The activity of design and engineering under 4.19.1 (a), (b), (c) & (d) should have been carried out by the
Bidder/ its Sub-vendor(s) and not through any external design agency/agencies.
(iii) The systems mentioned at 4.19.1 (a), (b), (c) & (d) above, should have been in successful operation in at
least one (1) plant for at least one (1) year. For the purpose of qualification, the experience as at 4.19.1
(a), (b), (c) & (d) above in separate plants also is permissible.
(iv) For reference fly ash handling systems, the design capacity of conveying from ESPs to wetting
units/buffer hoppers/intermediate Silos and of transportation from buffer hoppers/ intermediate Silos to
storage silos will be the capacity which the client (of the reference plant against which the Bidder / its
Sub- vendor is seeking qualification) must have specified in its contract documents.
V) De-packaging can be done by engaging separate sub-vendors for the sub-systems of AHP i.e. Bottom
Ash system (4.19.1 (a)) can be ordered to vendor A, fly ash system (4.19.1 (b) & (c)) can be ordered to
vendor B & Ash slurry disposal system (4.19.1 (d)) can be ordered to Vendor C.
OR
4.19.2 The Bidder/ its Sub- vendor who has executed ash handling systems but does not meet the requirements under
clause 4.19.1 in part or in full can also participate provided it has executed at least the following systems of ash
handling plant involving design, engineering, manufacturing/got manufactured, supply, erection/supervised
erection and commissioning/ supervised commissioning:
a) Bottom ash handling system comprising either a jet pump system in conjunction with water impounded Bottom
Ash Hopper or submerged scrapper chain conveyor system.
b) Fly Ash Handling System for conveying fly ash from ESPs in dry form involving pneumatic conveying systems of
vacuum or pressure type.
The systems mentioned at 4.19.2 (a) and 4.19.2 (b) above should have been in successful operation in at least
one (1) plant for one (1) year and should have been installed for coal/lignite fired boiler units generating not less
than 40 TPH of ash per boiler.
And
collaborates/ associates with party(ies) who meet(s) either the total requirement or the balance part under 4.19.1
(a) ,(b), (c) & (d) above which the Bidder/ its Sub- vendor itself is not able to meet.
In such a case, the Bidder/its sub-vendor shall be required to furnish a ‘letter of support’ from Collaborator/
Associates for successful performance of the relevant system valid for a period of seven (7) years or up to the end
of defect liability period of the contract whichever is later, as per the format enclosed with the bidding documents.
The ‘letter of support’ should be submitted at the time of placement of order on the approved sub-vendor.
For design and engineering activity referred under paras 4.19.2 should have been carried out by either the Bidder/
its Sub- vendor or through design agency/agencies having experience for reference systems. In case of
Collaborator(s)/associate(s) (meeting the balance part of total requirement under clause 4.19.1, the activity of
design and engineering for the reference systems should have been carried out by them.
EPC organization in Collaboration with QAHPM (Qualified Ash Handling Plant Manufacturer): (Alternate route for
Bidder/ its Sub- vendor who does not meet the requirements under clause 4.19.1 or 4.19.2)
(a) The Bidder/Bidder's sub-vendor should be an Engineering, Procurement and Construction (EPC)
organization and should have executed, in the last 10 years, industrial projects on EPC basis (with or without
civil works) in the area of Power, Steel, Oil & Gas, Petro-chemical, Fertilizer, Flue Gas Desulphurisation
and/or any other process industry with the total value of such projects being INR 4,000 million or more. At
least one of such projects should have a contract value of INR 1,600 million or more. These projects shall be
in successful operation for a period of not less than one (1) year.
(b) The Bidder/Bidder’s sub-vendor should also have a valid ongoing collaboration and technology
transfer/Licensing agreement with a QAHPM meeting requirements of clause 4.19.1 on its own, valid
minimum up to the end of the defect liability period of the contract. In such a case, Bidder/Bidder’s sub-
vendor can either source the AHP System from such manufacturer or manufacture/get manufactured the
AHP System as per the design and manufacturing drawings released by such QAHPM.
(c) Bidder shall be required to furnish a letter of support (Refer Annexure- LETTER OF SUPPORT4.19.3) from
Collaborator/ Licensor /Technology provider for successful performance of the AHP system valid up to the
end of defect liability period of the contract as per the format enclosed in the bidding document, at the time of
placement of order on the approved sub-vendor.
(i) QAHPM (Qualified Ash Handling Plant Manufacturer) means a single manufacture meeting requirement
stipulatedat4.19.1.
The Technology transfer/Licensing agreement between the Bidder, Bidder’s sub- vendor &
QAHPM shall necessarily cover transfer/licensing of technological knowhow for AHP system in the form of
transfer/licensing of design dossier, design software’s, drawings and documentation, quality system
manuals and imparting relevant personnel training to the Bidder/Bidder’s sub- vendor.
The ash slurry pumps to be supplied shall be from such manufacturers who have in the past supplied and
installed ash slurry pumps for similar duty applications and have at least two (2) nos. pumps of same models that
are being offered having capacity not less than 1000 cubic meters per hour at each of the two (2) different stations
which are in successful operation for at least one (1) year.
4.20.1 The Bidder/ its Sub-vendor should have designed, manufactured / got manufactured, erected/supervised erection
and commissioned/ supervised commissioning at least one (1) number integrated bulk material handling plant
(essentially comprising of conveying) including all associated structural steel works and electrical works of 1000
Metric tonnes per hour rated capacity or above for coal or other minerals of equivalent volumetric capacity which
should have been in successful operation for at least one (1) year.
4.21 NOT USED
Bidder or Bidder's sub-vendor shall be a company incorporated in India under the Companies Act of India and
should meet the qualifying requirements stipulated in any one of the qualifying routes i.e Route-1 (clause 4.25.1)
or Route-2 (clause 4.25.2) or Route-3 (clause 4.25.3) or Route-4 (clause 4.25.4) including requirements
stipulated in sub clauses of respective Route.
4.25.1 Route-1: Qualified Wet Limestone based Flue Gas Desulphurisation (FGD) System Manufacturer
(QFGDM)
The Bidder or Bidder's sub-vendor should have designed, engineered, supplied, erected/supervised erection
and commissioned/supervised commissioning of at least one (1) no. of wet limestone based Flue Gas
Desulphurisation System, having flue gas treatment capacity of not less than 20,00,000 Nm3/hr, with
desulphurisation efficiency of at least 90 %, operating in a pulverised coal fired power plant. The above wet
limestone based Flue Gas Desulphurisation System should have been in successful operation for a period not
less than one (1) year.
4.25.2 Route-2: Wet Limestone based Flue Gas Desulphurisation (FGD) System Manufacturer with
Collaboration and Technology Transfer Agreement with QFGDM
(a) The Bidder or Bidder's sub-vendor should have designed, engineered, supplied, erected/supervised
erection and commissioned/supervised commissioning of at least one(1) no. of wet limestone based
Flue Gas Desulphurisation system having flue gas treatment capacity of not less than 6,00,000 Nm3/hr,
with desulphurisation efficiency of at least 85%, operating in a pulverised coal fired power plant. The
above wet limestone based Flue Gas Desulphurisation System should have been in successful operation
for a period not less than one (1) year.
(b) Bidder/Bidder’s sub-vendor should also have a valid ongoing collaboration and technology transfer
agreement with a QFGDM meeting requirements of clause 4.25.1 on its own, valid minimum up to the
end of the defect liability period of the contract. In such a case Bidder/ Bidder’s sub-vendor can either
source the FGD System from such manufacturer or manufacture/get manufactured the FGD System as
per the design and manufacturing drawings of such QFGDM.
(c) Bidder shall be required to furnish a letter of support from Collaborator(s) / Licensor / Technology provider
for successful performance of the FGD system valid up to the end of defect liability period of the contract
as per the format enclosed in the bidding document, at the time of placement of order on the approved
sub-vendor.
4.25.3 Route-3: Steam Generator Manufacturer / Indian JV Company of Steam Generator manufacturer or
QFGDM/ Indian Subsidiary company of Steam Generator manufacturer or QFGDM with Collaboration
and Technology Transfer Agreement with QFGDM
(a)(i) Bidder/Bidder’s sub-vendor should have designed, engineered, manufactured/got manufactured, erected/
supervised erection and commissioned/supervised commissioning of least one (1) no. of pulverised coal
fired steam generator for 200MW or higher capacity unit or having minimum 600T/hr steaming capacity.
Further, such Steam Generator should have been in successful operation for a period not less than one
(1) year.
Alternatively
(a)(ii) The Bidder/Bidder’s sub-vendor shall be a Joint Venture (JV) Company incorporated in India under the
Companies Act of India, as LOA date, promoted by (i) an Indian Company registered in India under the
Companies Act of India and (ii) a Steam Generator Manufacturer meeting requirements of clause
4.25.3(a)(i) or a QFGDM meeting requirements of clause 4.25.1, created for the purpose of
manufacturing/supply in India of steam generator sets/Flue Gas Desulphurisation System.
The Steam Generator Manufacturer/QFGDM shall maintain a minimum equity participation of 26% in the
JV Company for a lock-in period of 7 years from the date of incorporation of JV Company and One of the
promoters shall be a majority stakeholder who shall maintain a minimum equity participation of 51% in
the JV Company for a lock in period of 7 years from the date of incorporation of JV Company or up to the
end of defect liability period of the contract whichever is later. Further, Bidder/Bidder’s sub-vendor should
have executed order(s), during the last 5 years, with the total value of such projects being INR 5,000
million or more.
Alternatively
(a)(iii) The Bidder/Bidder’s sub-vendor shall be an Indian Subsidiary Company of a Steam Generator
Manufacturer meeting requirements of clause 4.25.3(a)(i) or an Indian Subsidiary Company of a QFGDM
meeting requirements of clause 4.25.1, registered in India under the Companies Act of India, as on LOA
date, for manufacturing/supply of Steam Generator sets/Flue Gas Desulphurisation System.
The subsidiary Company shall remain a subsidiary company of the Steam Generator Manufacturer/
QFGDM for a minimum period of 7 years from the date of incorporation of such Subsidiary Company or
up to the end of defect liability period of the contract whichever is later. Further, Bidder/Bidder’s sub-
vendor should have executed order(s), during the last 5 years, with the total value of such projects being
INR 5,000 million or more.
(b) Bidder/Bidder’s sub-vendor should also have a valid ongoing collaboration and technology transfer
agreement with a QFGDM meeting requirements of clause 4.25.1 on its own, valid minimum up to the end of
the defect liability period of the contract. In such a case Bidder/ Bidder’s sub-vendor can either source the
FGD System from such manufacturer or manufacture/get manufactured the FGD System as per the design
and manufacturing drawings of such QFGDM.
(c) Bidder shall be required to furnish a letter of support from Collaborator(s) / Licensor / Technology provider for
successful performance of the FGD system valid up to the end of defect liability period of the contract as per
the format enclosed in the bidding document, at the time of placement of order on the approved sub-vendor.
(a) The Bidder or Bidder's sub-vendor should be an Engineering, Procurement and Construction (EPC)
organization and should have executed, in the last 10 years, large industrial projects on EPC basis (with or
without civil works) in the area of power, steel, oil & gas, petro-chemical, fertilizer, Flue Gas Desulphurisation
and / or any other process industry with the total value of such projects being INR 5,000 million or more. At
least one of such projects should have a contract value of INR 2,000 million or more. These projects shall be
in successful operation for a period of not less than one (1) year.
(b) Bidder/Bidder’s sub-vendor should also have a valid ongoing collaboration and technology transfer agreement
with a QFGDM meeting requirements of clause 4.25.1 on its own, valid minimum up to the end of the defect
liability period of the contract. In such a case Bidder/ Bidder’s sub-vendor can either source the FGD System
from such manufacturer or manufacture/get manufactured the FGD System as per the design and
manufacturing drawings released by such QFGDM.
(c) Bidder shall be required to furnish a letter of support from Collaborator(s) / Licensor / Technology provider for
successful performance of the FGD system valid up to the end of defect liability period of the contract as per
the format enclosed in the bidding document, at the time of placement of order on the approved sub-vendor.
(1) Definitions
(i) “QFGDM" (Qualified Wet Limestone based Flue Gas Desulphurisation System Manufacturer) means a
manufacturer meeting requirements stipulated at 4.25.1.
(ii) Whenever the term 'coal fired' is appearing above, "Coal" shall be deemed to also include bituminous coal/brown
coal/Anthracite Coal/lignite.
(iii) “Flue Gas Desulphurisation System” or “FGD System” wherever appearing above shall mean consisting of at least
Absorber System.
(iv) The word “executed” in Clause 4.25.3 (a) (ii) / Clause 4.25.3 (a) (iii) means the Bidder should have commissioned
the project(s) specified in the Clause 4.25.3 (a) (ii) / Clause 4.25.3 (a) (iii) even if the contract has been started
earlier and / or is not completed / closed.
(2) Erection/Commissioning
Where erection / supervision of erection and commissioning / supervision of commissioning has not been in the
scope of the Bidder/Bidder’s sub-vendor as mentioned in clause 4.25.1 & 4.25.2 & 4.25.3 (a)(i), the Bidder should
have acted as an advisor for erection and commissioning. Necessary documents / certificates from the client, in
support of above shall be furnished.
The Bidder/ QFGDM shall also be considered qualified, in case the award for executing the reference works
has been received by the Bidder either directly from owner of plant or any other intermediary organization.
However, a certificate from such owner of plant or any other intermediary organisation shall be required to be
furnished by the Bidder in support of the Bidder's/ QFGDM claim of meeting the qualification requirement as per
clause 4.25.1 or 4.25.2 or 4.25.3(a)(i) or 4.25.4 above. Further, certificate from owner of the plant shall also be
furnished by the Bidder for the successful operation as specified at clause 4.25.1, 4.25.2, 4.25.3(a)(i) and 4.25.4
above.
(4) Holding Company as a Qualified Wet Limestone based Flue Gas Desulphurisation system Manufacturer
A Holding Company, singularly or collectively along with its Subsidiaries (held either directly or indirectly),
meeting the requirements of clause 4.25.1 above shall also be considered as Qualified Wet Limestone based Flue
Gas Desulphurisation System Manufacturer (QFGDM).
(5) Technology Transfer Agreement (Applicable for Clause 4.25.2, 4.25.3 & 4.25.4)
The technology transfer agreement between the Bidder/Bidder’s sub-vendor & QFGDM shall necessarily cover
transfer of technological knowhow for Wet Limestone based Flue Gas Desulphurisation System in the form of
complete transfer of design dossier, design software’s, drawings and documentation, quality system manuals and
imparting relevant personnel training to the Bidder/Bidder’s sub-vendor.
Wherever equity lock in period requirement or subsidiary status requirement is indicated, the Bidder would be
required to furnish a Letter of Undertaking from the promoter(s), supported by Board Resolution as per the format
enclosed in the bid documents, for maintaining the required minimum equity for the specified lock in period.
4.26 Provenness criteria for critical equipment, auxiliaries, systems and bought out items for Flue Gas
Desulphurisation System:
4.26.1 The Bidder / Bidder's sub-vendor(s) is required to meet the provenness criteria and/or qualification requirement for
critical equipment, auxiliaries, system and bought out items as per criteria stipulated below:
Slurry Recirculation Pumps, Oxidation Blowers, Wet Limestone Grinding Mills, Slurry Pumps, Agitators, Vacuum
Belt Filters & Gas Cooling Pumps for the Wet Limestone based Flue Gas Desulphurisation (FGD) System offered
by the Bidder shall be only from such manufacturer(s) who has previously designed (either by itself or under
collaboration / licensing agreement), manufactured / got manufactured the respective equipment(s) of the type,
application and minimum equipment rating as stipulated below such that the respective equipment(s) should have
been in successful operation in at least one (1) plant for a period not less than one(1) year:
(a) Slurry Centrifugal type Wet Limestone based Flow 10200 m3/hr (min.)
Recirculation FGD application in with Head 16 Meters of
Pumps Coal fired power plant Liquid Column (min.)
(b) Oxidation Blowers Centrifugal/ positive Wet Limestone based Flow 7300 Nm3/hr Dry Basis
displacement type FGD application in Coal (min.) with Head 8500
blower fired power plant or in mmwc (min.) for spray tower
any other process process Or Head 3500
application mmwc (min.) for bubbling
type process Oxidation
Blower
(c) Wet limestone Horizontal Wet Ball Wet Limestone based 20 T/hr (minimum) with
Grinding mills mill FGD application in pulverizing fineness not less
(d) Slurry Pumps Centrifugal type Wet Limestone based Flow 50 m3/hr (min.) with
FGD application or ash head 30 Meters of
slurry application in Liquid Column (min.)
Coal fired power plant
(e) Agitators Vertical/Horizontal Wet Limestone based Agitator rating not less than
FGD application in that supplied for 500 MW or
Coal fired power plant higher size unit for similar
application
(f) Vacuum Belt filters Belt type Wet Limestone based 35 T/hr (minimum)
FGD application in
Coal fired power plant
or in any other process
application
(g) Gas Cooling Centrifugal type Wet Limestone based Flow 2800 m3/hr (min.) with
Pumps FGD application in Head 16 Meters of Liquid
Coal fired power plant Column (min.)
Bidder shall offer and supply only the type of the above equipment(s) for which he himself or the manufacturer
proposed by the bidder for the above equipment(s) is qualified. The provenness criteria for equipment (Slurry
Recirculation Pumps) stipulated at Sl. No. 4.26.1 (a) above shall also be considered acceptable provided the
rating parameters (i.e., flow and head) is covered within the operating regime of the respective Slurry
Recirculation Pump performance curve of the reference plant equipment.
4.26.2 A JV / Subsidiary Company formed for manufacturing and supply of equipment(s) as listed at clause no. 4.26.1
above in India shall be considered qualified for such equipments, provided that it has a valid collaboration or
licensing agreement for design, engineering, manufacturing of such equipment(s) in India with a qualified
equipment manufacturer who meets the requirements stipulated at clause 4.26.1 above (or the technology
provider of the qualified equipment manufacturer) for the respective equipment(s). Before taking up the
manufacturing of such equipment(s), the bidder/ his sub-vendor(s) must create /have created manufacturing
facilities at his works as per collaborator’s/licenser's design, manufacturing and quality control system for such
equipment(s).
Further, in such a case, such qualified equipment manufacturers should have, directly or indirectly through its
holding company/ subsidiary company, at least 26% equity participation in the Indian Joint Venture Company/
Subsidiary Company, which shall be maintained for a lock-in period of seven (7) years from the date of
incorporation of such Joint Venture/ Subsidiary or upto the end of defect liability period of the contract, whichever
is later.
4.26.3 In case the Bidder or the proposed sub-vendor is not manufacturer of proven Oxidation Blowers as per clause
4.26.1 (b) above but is a manufacturer of Blowers/compressors for minimum 50 NM3/min capacity, the Bidder or
the proposed sub-vendor can also manufacture Oxidation Blowers, provided it has collaboration or valid licensing
agreement for design, engineering, manufacturing, supply of such Oxidation Blowers in India with such
manufacturer who meet the requirements stipulated at clause 4.26.1 (b) above for the Oxidation Blowers. Before
taking up the manufacturing of such equipment, the bidder/ his sub-vendor must create /have created
manufacturing facilities at his works as per collaborator’s /licenser's design, manufacturing and quality control
system for such equipments.
In addition, the Bidder shall be required to furnish a letter of support from Collaborator(s) / Licensor / Technology
provider for successful performance of the equipment valid up to the end of defect liability period of the contract as
per the format enclosed in the bidding document, at the time of placement of order on the approved sub-vendor.
4.26.4 (i) In case the Bidder or the proposed sub-vendor is not manufacturer of proven Wet limestone Grinding mills as
per clause 4.26.1 (c) above but is a manufacturer of dry Grinding mills for power or cement industry of minimum
20 T/h capacity, the Bidder or the proposed sub-vendor can also manufacture Wet limestone Grinding mills,
provided it has collaboration or valid licensing agreement for design, engineering, manufacturing, supply of such
Wet limestone Grinding mills in India with such manufacturer who meet the requirements stipulated at clause
4.26.1 (c) above for the Wet limestone Grinding mills. Before taking up the manufacturing of such equipment, the
bidder/ his sub-vendor must create /have created manufacturing facilities at his works as per collaborator’s
/licenser's design, manufacturing and quality control system for such equipments.
In addition, the Bidder shall be required to furnish a letter of support from Collaborator(s) / Licensor / Technology
provider for successful performance of the equipment valid up to the end of defect liability period of the contract as
per the format enclosed in the bidding document, at the time of placement of order on the approved sub-vendor.
OR
(ii) In case, the bidder or proposed sub vendor is not a manufacturer of proven Wet Limestone Grinding Mills as
per clause 4.26.1 (c) above, but have designed, manufactured & supplied dry Grinding Ball Tube mills for at least
500 MW pulverized coal fired power plant, the Bidder or the proposed sub-vendor can also manufacture Wet
limestone Grinding Mills provided it has a licensing agreement with a Wet limestone Grinding mills manufacturer
who meet the requirements stipulated at clause 4.26.1 (c) above for the Wet limestone Grinding mills and
provides extended warranty of three (3) years for the Wet Limestone Grinding Mills.
In addition, the Bidder shall be required to furnish a letter of support from Collaborator(s) / Licensor / Technology
provider for successful performance of the equipment valid up to the end of defect liability period of the contract as
per the format enclosed in the bidding document, at the time of placement of order on the approved sub-vendor.
4.26.5 In case the Bidder or the proposed sub-vendor is not manufacturer of proven Agitators as per clause 4.26.1 (e)
above but is a manufacturer of Agitators for similar process/duty application in petrochemical or metals and mining
industry, the Bidder or the proposed sub-vendor can also manufacture Agitators, provided it has collaboration or
valid licensing agreement for design, engineering, manufacturing, supply of such Agitators in India with such
manufacturer who meet the requirements stipulated at clause 4.26.1 (e) above for the Agitators. Before taking up
the manufacturing of such equipment, the bidder/ his sub-vendor must create /have created manufacturing
facilities at his works as per collaborator’s /licenser's design, manufacturing and quality control system for such
equipments.
In addition, the Bidder shall be required to furnish a letter of support from Collaborator(s) / Licensor / Technology
provider for successful performance of the equipment valid up to the end of defect liability period of the contract as
per the format enclosed in the bidding document, at the time of placement of order on the approved sub-vendor.
4.26.6 In case the Bidder or the proposed sub-vendor is a manufacturer of Slurry Pumps who meets the requirements
stipulated at clause 4.26.1 (d) above, the Bidder or the proposed sub-vendor can also manufacture Slurry
Recirculation Pumps, provided it has collaboration or valid licensing agreement for design, engineering,
manufacturing, supply of such equipment in India with such manufacturer who meet the requirements stipulated
at clause 4.26.1 (a) above for the Slurry Recirculation Pumps. Before taking up the manufacturing of such
equipment, the bidder/ his sub-vendor must create /have created manufacturing facilities at his works as per
collaborator’s /licenser's design, manufacturing and quality control system for such equipment.
In addition, the Bidder shall be required to furnish a letter of support from Collaborator(s) / Licensor / Technology
provider for successful performance of the equipment valid up to the end of defect liability period of the contract as
per the format enclosed in the bidding document, at the time of placement of order on the approved sub-vendor.
4.26.7 Before taking up the manufacturing of such equipment(s) as per clause 4.26.2, 4.26.3, 4.26.4(i), 4.26.5 & 4.26.6
above, the Bidder / its sub vendor(s) must create (or should have created) manufacturing and testing facilities at
its works as per Collaborator / licenser’s design, manufacturing and quality control system for such equipments
duly certified by the Collaborator / licensor. Further, the Collaborator / Licenser shall provide (or should have
provided) all design, design calculation, manufacturing drawings and must provide (or should have provided)
technical and quality surveillance assistance and supervision during manufacturing, erection, testing,
commissioning of equipments.
4.26.8 Bidder shall offer and supply only the type of the above equipment(s) for which it, itself or the manufacturer /
Collaborator(s) / Licenser(s) proposed by the Bidder for the above equipment(s) is qualified.
4.26.9 The Employer reserves the right to fully satisfy himself regarding capability and capacity of Bidder / its sub-
vendor(s) and the proposed arrangement and may prescribe additional requirement before allowing manufacture
of the equipment listed above for this contract.
Whenever the term 'coal fired' is appearing above, "Coal" shall be deemed to also include bituminous coal/brown
coal/Anthracite Coal/lignite.
Wet Stack Flow Model Study shall be carried out by an agency which has successfully performed at least two (2)
flow model studies, in separate coal fired power plants, of wet stack installed after wet limestone based FGD
Absorber (without reheating of cleaned flue gas), and based on the studies developed at least two (2) wet stack
liquid collection systems which are in successful operation for a period of at least two (2) years.
4.28 Provenness Criteria for Design & Engineering of Power Cycle Piping
(i) The bidder / his sub-vendor should have designed, engineered (including static and dynamic analysis, hanger
engineering, stress analysis) Power cycle piping systems including main steam, hot reheat, cold reheat steam
piping for at least one fossil fuel fired thermal power unit of size 500 MW or above which is in successful
operation for a period not less than one (1) year.
(ii) In case the bidder / his sub-vendor does not meet the requirements at (i) above in part or full, but he is a
regular piping design & engineering firm / agency and currently carrying out the design and engineering
activity of power cycle piping systems for fossil fuel fired thermal power unit(s), may also be considered
qualified, provided he collaborates / sub-contracts / associates with a design firm / agency, who in turn meets
the requirements of (i) above, for the purpose of execution of design and engineering of Power cycle piping
systems for this package. However, in such case, the bidder / his sub-vendor shall get the design /
engineering documents as per technical specification duly vetted by his collaborator/sub-contractor/associate
for the part of design for which he himself is not qualified.
5.3.0 HT MOTORS :
a) Not used
Bidder / Sub Vendor should have manufactured and supplied motor of 8 MW or above rating, which should have
been in successful operation in at least one (1) plant for at least two (2) years.
c) Not used
Bidder/Sub Vendor should have manufactured and supplied motor of 4MW or above rating, which should have
been in successful operation in at least one (1) plant for at least two (2) years.
5.6.0 LT SWITCHGEAR:
ROUTE- 1:
1.1 Bidder/ Sub Vendor should have manufactured and supplied at least a total of four hundred & fifty (450)
numbers of draw out type Air Circuit Breaker Panels and / or draw out type Motor Control Centre Panels
with fault rating of at least 45kA for one (1) second and 105kA peak under a single order and these
panels should have been in successful operation for at least two (2) years.
And
1.2 Bidder/ Sub Vendor should have manufactured and supplied at least one hundred & fifty (150) numbers
of Air Circuit Breakers having fault rating of at least 45kA rms BREAKING, 105kA peak MAKING and
45kA withstand for one (1) second, and their associated draw out type Air circuit breaker panels having
fault rating of at least 45kA for one (1) second and 105kA peak, which should have been in successful
operation for at least two (2) years.
ROUTE- 2 :
1.3 Bidder/ Sub Vendor should have manufactured and supplied at least a total of two hundred & twenty five
(225) numbers of draw out type Air Circuit Breaker Panels and / or draw out type Motor Control Centre
Panels with fault rating of at least 45kA for one (1) second and 105kA peak under a single order and
these panels should have been in successful operation for at least two (2) years.
And
1.4 Bidder/ Sub Vendor should have manufactured and supplied at least seventy five (75) numbers of draw
out type Air Circuit Breaker panels having fault rating of at least 45kA for one (1) second and 105kA
peak, which should have been in successful operation for at least two (2) years.
And
1.5 Bidder/Sub Vendor shall be considered qualified provided its Associate or Collaborator or Technology
Provider or Licensor meets the requirement stipulated in Route-1 for sourcing of Air Circuit Breakers.
The Associate or Collaborator or Technology Provider or Licensor shall provide a letter of technical
support for successful performance of the Air Circuit Breakers, as per the format, given in the bidding
document. This letter of technical support should be submitted at the time of placement of order on the
Sub Vendor.
And
1.6 Bidder/ Sub Vendor should have established manufacturing facility for draw out type Air Circuit Breaker Panels
and draw out type Motor Control Centre Panels in India. Further, all the panels for this project shall be
manufactured and supplied from the Indian manufacturing facility.
NOTE: 1. Each Single Front Panel shall be counted as one (1) Panel, Double Front Panel as one (1) Panel
and Air Circuit Breaker Panel as one (1) Panel.
2. The provenness criteria shall be applicable for all draw out type and fixed type switchboards
except Lighting DBs and Welding DBs.
1.2 Bidder/ Sub Vendor should have manufactured and supplied at least one hundred (100) numbers of
Vacuum Circuit breakers for 6.6kV or above panels with a rating of 40kA rms BREAKING, 100kA peak
MAKING and 40kA withstand for one (1) second, which should have been in successful operation in
6.6kV or higher voltage application for at least two (2) years.
1.1 Bidder/ Sub Vendor should have manufactured and supplied and successfully configured at least one
hundred (100) numbers of Numerical Relays with IEC 61850 used for application in Feeder Protections
/Transformer Protections / Motor protections. These relays should have been in successful operation for
at least two (2) years.
1.2 Bidder/ Sub Vendor should have manufactured/ integrated and successfully done Site Acceptance Test
(SAT) for a network on IEC 61850 with at least one hundred (100) numbers of Communicable Numerical
Relays.
5. 9.0 DC BATTERIES :
Bidder/ Sub Vendor should have manufactured and supplied at least one (1) number of highest offered rating or
above of high discharge type plante positive plante type battery (in case bidder offers Lead Acid plante type
battery) in at least one (1) industrial installation, which should have been in successful operation for at least one(1)
year.
(a) Atleast 50kms of XLPE insulated power cables of 6.35/11 KV or higher voltage grade, executed in one or
more orders.
(b) At least one (1) Km of flame retardant low smoke cables of any voltage level.
5.11.0 DG SETS:
The bidder/Sub-vendor should have supplied at least one (1) number of DG set of rating not less than 1000 kVA,
in at least one (1) installation, which should be in successful operation for at least one (1) year. The offered make
of the DG set (Alternator and Engine) shall be same as that of reference plant DG sets.
5.12.1.1 The Bidder/Sub-Vendor should have manufactured & supplied at least one number (One Installation) of 16 MVA,
11KV or higher rating oil filled transformers which should have been in successful operation for a period of at least
two (2) years.
And
5.12.1.2 Bidder/Sub-Vendor should have his own facilities for conducting all routine and type tests as per IS: 2026 (except
short circuit test).
And
5.12.1.3 16 MVA, 11 KV or higher rated oil filled transformer manufactured by Bidder/Sub-Vendor should have been
successfully short circuit tested.
NOTE:
(i) Equipment designed by the Bidder/Sub-vendor by itself or through its collaborator/associate/technology
provider/licensor for reference plant, shall also be considered meeting the requirement of design.
The Bidder or its proposed sub vendor(s) should meet the provenness requirements of any one of the routes
stipulated under clause 6.1 or 6.2 for DDCMIS supplier. In addition, the Bidder or its sub vendor(s) should also
meet the requirements stipulated under clause 6.3, 6.4, 6.5 and 6.6 (a to f). For the purpose of qualification of
Bidders / Sub-vendor(s), experience shall be reckoned as on date of consideration of approval but not later than
six ( 6) months after award date of EPC package unless otherwise specified in respective clauses.
6.1 Route 1 (For Distributed Digital Control, Monitoring and Information System (DDCMIS) Supplier):
a. The DDCMIS supplier should be Indian Company registered in India as per Companies Act.
b. The DDCMIS supplier should have engineered, supplied, and commissioned/ got commissioned BOP C&I and
SG C&I control systems in at least one (1) unit of rating 200MW or above in a power station(s).
6.3 The Control system(s) offered for BOP C&I and SG C&I application(s) shall be same or of same series as that of
the control system(s) for respective applications which has been commissioned in at least one (1) unit of rating
200MW or above in a power station(s).
6.4 The Control system(s) offered at clause no. 6.3 shall be operating successfully for BOP C&I or SG C&I
application(s) for a period of not less than one (1) year in at least one (1) unit of rating 200MW or above in a
power station(s).
6.5 The Control system(s) offered for BOP C&I and SG C&I application(s) shall be of same make.
6.6 The other C&I systems offered for this package shall meet the following.
For the purpose of qualification of Bidders / Sub-vendor(s), experience shall be reckoned as on date of
consideration of approval but not later than eighteen ( 18) months after award date of EPC package.
a) Isolation valves, Blow down Valves, Coolers & Automatic Pressure reducer valves in Primary Rack,
Thermal shut-off valves and Analysers of SWAS system offered for this package shall be same or of same
series which should have been in successful operation for a period of not less than one (1) year in at least
one (1) supercritical unit of rating 660MW or above in a power station.
b) CEMS, and Vibration Monitoring system offered for this package shall be same or of same series which
should have been in successful operation for a period of not less than one(1) year in at least one(1) unit of
rating 200MW or above in a power station.
c) Not Used .
d) UPS system offered for this package shall be same or of same series and type as that of 105 KVA or
above capacity UPS which should have been in successful operation for a period of not less than one (1)
year in a power station.
e) 24 V DC modular charger offered for this package shall be same or of same series and type as that of
500A or above capacity 24 V DC modular charger which should have been in successful operation for a
period of not less than one(1) year in any industry or telecommunication application.
f) The combination of offered make of IP based camera and offered make of video management software,
for CCTV system, should have been in successful operation for a period of not less than one (1) year in a
large industrial setup viz power plant, cement plant, petroleum refinery, steel plants or coal mine, having
installation of minimum forty (40) nos. cameras.
Notes:-
(A) Control system for BOP C&I and SG C&I application(s) referred in Para 6.1, 6.2 , 6.3, 6.4 and 6.5
means following :-
(i) Control system for BOP C&I shall include Modulating control for Steam Generator (SG),
Modulating control for feed water / Condensate Cycle, Binary Control of the auxiliaries for Steam
Generator (SG) and Binary Control of the auxiliaries for Turbine generator (TG) for coal fired
units.
(ii) Control system for SG C&I shall include Burner Management System & Boiler Protections for
coal fired units.
Execution
7.1 For Civil and structural works (excluding Chimney), Bidder or its agency should have executed civil and structural
steel works of 500 MW or higher capacity coal based/Lignite based power plant/Nuclear Power Plant including
earthwork in filling involving mechanical compaction, cutting in rock, for main power house building/transfer points
of at least 50 meters height and conveyor gallery/ Bunker building.
OR
7.2 For Civil and structural steel works (excluding chimney), Bidder can engage other agency(ies) in case the Bidder
itself is not able to meet the requirement at 7.1. The agency(ies) being engaged for a particular work should have
in the past executed such works of 500 MW or higher capacity coal based/ lignite based power plant/ nuclear
power plant/ steel melting shop/ proportioning bin building of steel plant.
Note:
In case, Bidder proposes to engage more than one agency for the works mentioned at para 7.2 above, Bidder
shall do so on work volume basis. The annual rate of execution in the reference works should not be less than
eighty percent (80%) of the asking rate of such works, for which it is being engaged.
7.3 For Chimney, Bidder or its agency should have in the past built at least one (1) reinforced concrete chimney of
minimum 100m height with slipform shuttering.
Note 1: For the provenness criteria mentioned at Sl.no 7.1 to 7.3, Bidder should have executed the reference
works within the preceding seven (7) years reckoned as on the date of techno-commercial bid opening.
Note 2: The word “executed” means the bidder should have achieved the criteria specified in the above
provenness criteria within the preceding seven years period reckoned as on last date notified for receipt of
application even if the contract has been started earlier and / or is not completed / closed.
Design Works
a. For Civil and structural steel works (excluding chimney), Bidder or its design agency(ies) should have carried out
the design and detailed engineering of civil and structural works for Main plant building / Bunker building / transfer
points of height at least 50 meters of coal based / Lignite based power plant/ Nuclear Power Plant of 500 MW or
higher capacity.
b. For Chimney, Bidder or its design agency should have carried out design & detailed engineering of at least one
reinforced concrete chimney of minimum 100m height.
7.5 Finalization of agency(ies) for above works (mentioned at Sl.no 7.1 to 7.4) shall be the responsibility of the
successful Bidder and owner’s approval for the same is not envisaged.
The Bidder or its Sub-vendor should have designed, supplied, erected/supervised erection and commissioned /supervised
commissioning of SPV based grid connected power plant of at least one plant of 40 kWp or above. The reference plant of
40 kWp or above capacity must have been in successful operation for at least six months.
The bidder/sub-contractor shall meet the requirements as stipulated in para (a) and (b) below for supply of solar PV
modules:
a) The Bidder / sub-contractor should have manufactured and supplied the solar PV modules of cumulative installed
capacity of 1MWp or above using any rating of modules and any source of indigenous or imported PV cells in any one
financial year.
b) The Bidder / sub-contractor should have manufactured and supplied solar PV modules built up using indigenous and/or
imported PV cells of power rating 300Wp or above which must have been in successful operation for at least six months.
a) If the bidder himself has not carried out Engineering of at least one (1) no. of fossil fuel fired reheat type Steam
Generator package, with minimum unit rating of 500 MW, consisting of steam generator sets along with associated
auxiliaries which is in successful operation for a period of not less than one (1) year as on the date of LOA, the Bidder shall
get the engineering of the steam Generator package done by the Qualified Steam Generator Manufacturer.
b) As an alternative to (a) above, the bidder shall employ an architect engineering firm, who is currently in the field of
engineering fossil fuel fired plants and has engineered of at least one (1) no. of fossil fuel fired plant of minimum capacity of
500 MW which is in successful operation for a period of not less than one (1) year as on the date of LOA. However, in such
a case, the Bidder shall get the basic engineering documents (schematics, sizing calculations and equipment selection)
prepared by such architect engineering firm vetted either by the Qualified Steam Generator Manufacturer or by another
architect engineering firm who fully meets the requirements stipulated at (a) above.
11.0 Notwithstanding anything stated above, the Employer reserves the right to assess the capabilities and capacity of
the Bidder/its Collaborators/ licenser/ its sub-contractors to perform the contract, should the circumstances warrant
such assessment in the overall interest of the Employer.
12.0 To enable the approval of sub-vendors, the Bidder shall provide all necessary data such as type, design, make,
capacity, duty conditions, date of commissioning/ operation etc.
Summary of Critical Equipment indicated under clause 3.0 & 4.0, sub-section-I-A, Part-A of
Section-VI.
-----------------------------------------------------------------------------------------------------------------------------
Equipment Sub-Vendor Collaborator’s Seeking Qualification
Name Name Name, as per clause.......
if applicable Sub-Section-IA,Part-A
of Section-VI
-----------------------------------------------------------------------------------------------------------------------------
PA Fans *3.1/*3.2/*3.3
ID Fans *3.1/*3.2/*3.3
FD Fans *3.1/*3.2/*3.3
1. If qualification sought as per clause 3.1 then the details of the sub vendor (manufacturer)
shall be filled by the bidder in the format A to H.
2. If the qualification sought as per the clause 3.2, then the details of proposed sub vendor
(i.e manufacturer of such equipment’s for at least 500MW unit rating) shall be filled
individually for each equipment by the bidder in the format A to Hand the details of
collaborator or technology licenser who meets the requirement stipulated at 3.1 shall also
be filled by the bidder in the format A to H separately. Further, in case of qualification vide
clause 3.2 a copy of collaboration or valid licensing agreement for design, engineering,
manufacturing, supply of such equipment in India with the collaborator or technology
licenser who meets the requirement stipulated at 3.1 shall also be furnished.
3. If the qualification sought as per the clause 3.3, then the details of JV/Subsidiary Company
formed for manufacturing of such equipment’s in India shall be furnished individually for
each equipment by the bidder such as,
1.00.00 (Applicable for Bidder/his sub vendors seeking qualification as per clause no. 3.1,
Sub section-IA, Part-A of Section-VI. Bidder shall furnish the required data only for
those equipments / auxiliaries which are proposed to be sourced under this route.)
We, hereby furnish the data on proveness criteria for critical equipment, auxiliaries,
systems and Bought Out Items such as PA, ID and FD Fans, Coal Pulverisers,
Raw Coal feeders, Boiler Start up drain recirculation pumps, Air pre-heaters,
booster fans which have been designed (either by self manufacturer or under
Collaboration/Licencing Agreement), manufactured/ got manufactured and
supplied by us /Manufacturer (or manufactured/ got manufactured & supplied by
our proposed sub-vendors) and these are in successful operation in at least one
(1) plant for a period not less than one year, reckoned as on the LOA date of Steam
Generator Island Package. The details of type and minimum equipment rating of
such equipment are given below:
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
A. PA FAN
- e-mail id
- website address
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(d) Capacity
B. ID FAN
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
- e-mail id
- website address
(d) Capacity
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(vii) Whether the ID fans have
been in successful operation
for a period not less than
one (1) year *Yes/*No
C. FD FAN
- e-mail id
- website address
(d) Capacity
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
D. COAL PULVERISERS
– email id
– website address
(a)
(b)
(c)
-----------------------------------------------------------------------------------------------------------------------------
(a) Type
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(iii) Bidder to enclose
all relevant correction
curve for variation in
the pulveriser capacity
of the reference plant
w.r.t parameters indi-
cated at (ii) above
d) Details of materials
for pulveriser com-
ponent for the
reference plant
– material of liners
– material of rolls/
tyres/balls
– material of ring
segments
1) HHV (kcal/hr)
2) Ash (%)
3) Moisture (%)
4) YGP Abrasiveness
index of coal
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
– email id
– website address
(a)
(b)
-----------------------------------------------------------------------------------------------------------------------------
- Method
- Range of measurement
- e-mail id
- website address
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(ii) Details of units
- e-mail id
- website address
(a) Type
(b) Model
(c) Size
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
- e-mail id
- website address
(a) Type
(b) Model
(c) Size
-----------------------------------------------------------------------------------------------------------------------------
- E-mail id
- website address
(a) Type
(b) Model
(c) Size
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
- e-mail id
- website address
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(c) No. of stages
(d) Capacity
*2.00.00 Applicable for Bidder/his sub vendors seeking provenness criteria as per
clause no. 3.2, Sub section-IA, Part-A of Section-VI.
2.01.00 We, hereby confirm that we/our sub-vendors are a regular manufacturer of
equipment (PA, ID and FD Fans, Coal Pulverisers, Raw Coal feeders, Boiler Start
up drain recirculation pumps, Air pre-heaters, Booster Fans for units of atleast
500MW rating and the details in this regard on provenness criteria as per clause
3.1, sub-section-IA, Part-A, Section-VI are hereby furnished below:
We further confirm that we/ our sub vendor(s) have created manufacturing and
testing facilities at our/ their works as per collaborator’s/ Licensor’s design,
manufacturing & quality control system for these equipment(s)/ Auxiliary(ies).
3.01.00 We, hereby confirm that JV company/ Subsidiary company (Strike off whichever is
not applicable) formed for manufacturing and supply of euqipment(s) PA, ID and
FD Fans, Coal Pulverisers, Raw Coal feeders, Boiler Start up drain recirculation
pumps, Air pre-heaters, Booster Fans has a valid collaboration or licensing
agreement for design, engineering, manufacturing of such equipment(s) in India
with a qualified equipment manufacturer who meets the requirements stipulated at
clause 3.1 of sub-section-IA, Part-A, Section VI of bidding documents (or the
technology provider of the qualified equipment manufacturer). Further, in such a
case, such qualified equipment manufacturers is having, directly or indirectly
through its holding company/subsidiary company, atleast 26% equity participation
in the Indian Joint Venture Company/subsidiary company, which shall be
maintained for a lock-in period of seven (7) years from the date of incorporation of
such Joint Venture / Subsidiary or upto the end of defect liability period of the
contract, whichever is later.
We further confirm that we/ our sub vendor(s) have created manufacturing and
testing facilities at our/ their works as per collaborator’s/ Licensor’s design,
manufacturing & quality control system for these equipment(s)/ Auxiliary(ies).
In addition, the Bidder along with the Indian Joint Venture Company/Subsidiary
Company, qualified equipment manufacturers and its holding/subsidiary company,
as applicable, shall furnish a Letter of Support for the successful performance of
the equipment as per the format enclosed at end of Attachment-3K.
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
3. Name of Package/Contract
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
(b) Whether pulverised coal
fired steam generator Yes/No
7. Date of Order
8. Date of Commissioning
(Designation)..............................................................
(Common Seal)..........................................................
Note: Wherever the term 'Coal Fired" is appearing above, "Coal" shall be deemed to also include
bituminous Coal/Brown Coal/lignite.
(I)(A) We / proposed sub-vendor meet the requirement of Clause 4.1.2(a)(i) of the Sub-
section-IA, Part-A ofSection-VI and to satisfy this requirement, we declare the
following :
-----------------------------------------------------------------------------------------------------------------------------
S. No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
3. Name of Package/Contract
-----------------------------------------------------------------------------------------------------------------------------
7. Scope of Work
9. Date of Commissioning
-----------------------------------------------------------------------------------------------------------------------------
7. Date of Commissioning
3. Name of Package/Contract
7. Date of Order
-----------------------------------------------------------------------------------------------------------------------------
Sl.No. Item Description Station - I
-----------------------------------------------------------------------------------------------------------------------------
8. Date of Commissioning
(d) Commissioning/Supervised
Commissioning Yes/No
-----------------------------------------------------------------------------------------------------------------------------
(Signature)..................................................................
(Printed Name)...........................................................
(Designation)..............................................................
(Common Seal)..........................................................
* Bidder shall be required to furnish a letter of support from Collaborator / Licenser / Technology provider
for successful performance of Electrostatic Precipitator valid up to the end of defect liability period of the
contracts as per the format enclosed in the bidding document, at the time of placement of order on the
approved sub-vendor.
-----------------------------------------------------------------------------------------------------------------------------
Sl.No. Item Description Plant
-----------------------------------------------------------------------------------------------------------------------------
1. Name of Client with full address
Fax No. & Tel No.
3. Name of Package/Contract
-----------------------------------------------------------------------------------------------------------------------------
Sl.No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
7. Date of Order
8. Date of Commissioning
(d) Commissioning/Supervised
Commissioning Yes/No
-----------------------------------------------------------------------------------------------------------------------------
----------------------------------------------------------------------------------------------------------------------------
Sl.No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
1. Name of Client with full address
Fax No. & Tel. No.
3. Name of Package/Contract
-----------------------------------------------------------------------------------------------------------------------------
Sl.No. Item Description Station-I
-----------------------------------------------------------------------------------------------------------------------------
7. Date of Order
8. Date of Commissioning
(d) Commissioning/Supervised
Commissioning Yes/No
(Signature)..................................................................
(Printed Name)...........................................................
(Designation)..............................................................
(Common Seal)..........................................................
* Bidder shall be required to furnish a letter of support from Collaborator / Licenser / Technology provider
for successful performance of Electrostatic Precipitator valid for a period of 07 (seven) years or up to the
end of defect liability period of the contract whichever is later, as per the format enclosed in the bidding
document.
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) ( 2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
7. Date of commissioning of .........................................................
Wet Limestone based Flue
Gas Desulphurisation Systems
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) ( 2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
( **In case the QFGDM has acted as adviser for erection / commissioning of reference Wet
Limestone based Flue Gas Desulphurisation System, we shall furnish necessary documents /
certificate from client in support of such activity and enclose the same at Annexure... to this
Attachment , pursuant to Note No. 2 for clause no. 4.25 of sub-section-IA, Part-A of section-VI.)
15. Bidder and their subsidiary's(ies') (To be filled at page ______ to _____
Experience Details in respect of meeting of this Attachment)
requirement for QFGDM as
per clause 4.25.1 of sub
section-IA, Part-A of
section-VI
*We have submitted the experience details in support of Qualifying Requirement at as per clause
4.25.1 of sub-section-IA, Part-A of section-VI above with reference to above subsidiary(ies). We are
attaching the necessary documentary evidence as Annexure.......... of this Attachment establishing
the relationship between us and above subsidiaries.
*We have submitted the experience details in support of Qualifying Requirement at as per clause
4.25.1 of sub-section-IA, Part-A of section-VI above with reference to above subsidiary(ies). We are
attaching the necessary documentary evidence as Annexure.......... of this Attachment
establishing the relationship between M/s..........................................................,
(Qualified Wet Limestone based Flue Gas Desulphurisation System Manufacturer) and above
subsidiaries.
We further confirm that notwithstanding anything stated above, the Employer reserves the right to
assess the capabilities and capacity of the Bidder or Proposed sub-vendor /his collaborators/
associates/subsidiaries/group companies to perform the contract for the FGD System, should the
circumstances warrant such assessment in the overall interest of the Employer.
Date : (Signature)....................................................
(Designation)..................................................
(Common Seal).........................................
1.0 We confirm that *we/*Proposed sub-vendor meet the qualifying requirements specified under clause
4.25.2 of sub-section-IA, Part-A of section-VI (including requirements specified under sub clauses).
2.0 *We/*Proposed sub-vendor have executed Wet Limestone based Flue Gas Desulpharisation
Systems involving design, engineering, supply, *erection/*supervision of erection and *commissioning
/ *Supervision of commissioning having flue gas treatment capacity of not less than 6,00,000 Nm3/hr,
with desulphurisation efficiency of at least 85%, operating in pulverized coal fired power plant and
which have been in successful operation for a period of not less than one (1) reckoned as on LOA
date of Steam Generator Island package, the details of which are given below:
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) ( 2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) ( 2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
( **In case the Bidder has acted as adviser for erection / commissioning of reference Wet
Limestone based Flue Gas Desulphurisation System, Bidder shall furnish necessary documents
/ certificate from client in support of such activity and enclose the same at Annexure... to this
Attachment, pursuant to Note No.2 for clause no. 4.25 of sub-section-IA, Part-A of
section-VI.
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) ( 2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
We further confirm that notwithstanding anything stated above, the Employer reserves the right to assess the
capabilities and capacity of the Bidder/proposed sub-vendor/his collaborators/associates/subsidiaries/group
companies to perform the contract, should the circumstances warrant such assessment in the overall
interest of the
Employer.
Date : (Signature)..................................
(Designation)...................................
(Common Seal)................................
3.0 In line with the qualifying requirements specified in clause 4.25.2 (b) & 4.25.2 (c) of sub-section-IA, Part-
A of section-VI, *we/*proposed sub-vendor have valid Ongoing Collaboration & Technology Transfer
Agreement with M/s...................................................................... (Name of QFGDM) whose address
is ...................................................... (Address of QFGDM) (who meets the requirement of clause
4.25.1 of sub-section-IA, Part-A of section-VI and the technology transfer agreement between the with
QFGDM necessarily covers transfer of technological knowhow for Wet Limestone based Flue Gas
Desulphurisation System in the form of complete transfer of design dossier, design software’s, drawings
and documentation, quality system manuals and imparting relevant personnel training to the
*Bidder/*Contractor/*its sub-vendor, the details of which are given below:
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) ( 2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) ( 2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
( **In case the QFGDM has acted as adviser for erection / commissioning of reference Wet
Limestone based Flue Gas Desulpharisation System, Bidder shall furnish necessary documents
/ certificate from client in support of such activity and enclose the same at Annexure... to this
Attachment, pursuant to Note No.2 for clause 4.25 of sub-section-IA, Part-A of section-VI.
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) ( 2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
15. QFGDM and their subsidiary's(ies') (To be filled at page ______ to _____
Experience Details in respect of meeting of this Attachment)
requirement for QFGDM
(as per clause clause 4.25.1 of sub-
section-IA, Part-A of section-VI
*We have submitted the experience details in support of Qualifying Requirement at clause 4.25.1 of
sub-section-IA, Part-A of section-VI above with reference to above subsidiary(ies). We are attaching
the necessary documentary evidence as Annexure.......... of this Attachment establishing the
relationship between our Associate and above subsidiaries.
*We have submitted the experience details in support of Qualifying Requirement at clause 4.25.1 of
sub-section-IA, Part-A of section-VI above with reference to above subsidiary(ies). We are attaching
the necessary documentary evidence as Annexure........... of this Attachment establishing the
relationship between M/s..............................................., (Qualified Wet Limestone based Flue Gas
Desulphurisation System Manufacturer) and above subsidiaries.
We further confirm that notwithstanding anything stated above, the Employer reserves the right to
assess the capabilities and capacity of the Bidder/his collaborators/associates/subsidiaries/group
companies to perform the contract, should the circumstances warrant such assessment in the
overall interest of the Employer.
Date : (Signature)............................................
(Designation).........................................
(Common Seal).....................................
1.0 We confirm that we meet the qualifying requirements specified as per clause 4.25.3 (a)(i) of sub-
section-IA, Part-A of section-VI with clause 4.25.3 (b) & clause 4.25.3 (c) of sub-section-IA, Part-A of
section-VI of sub-section-IA, Part-A of section-VI.
2.0 We have designed, engineered, manufacture, got manufactured *erection/*supervision of erection
and *commissioning / *Supervision of commissioning of Pulverised Coal Fired Steam Generator for
200 MW unit or higher capacity Unit or having minimum 600T/hr Steams capacity, which have been in
successful operation for a period of not less than one (1) reckoned as on the LOA date of Steam Generator
Island package and in support of same, we furnish the details for the following systems:
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) ( 2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) ( 2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
9. Date of commencement of ..........................................................
successful operation
-------------------------------------------------------------------------------------------------------------------------------------------
We further confirm that notwithstanding anything stated above, the Employer reserves the right to assess the
capabilities and capacity of the Bidder/his collaborators/associates/subsidiaries/group companies to perform
the contract, should the circumstances warrant such assessment in the overall interest of the
Employer.
Date: (Signature).....................................................
(Printed Name).............................................
Place:
(Designation)..................................................
(Common Seal).............................................
3.0 In line with the qualifying requirements specified in clause 4.25.3 (b) & clause 4.25.3 (c) of sub-section-
IA, Part-A of section-VI, *we/*proposed sub-vendor have valid Ongoing Collaboration & Technology
Transfer Agreement with M/s...................................................................... (Name of QFGDM)
whose address is ...................................................... (Address of QFGDM) (who meets the
requirement of clause 4.25.1 of sub-section-IA, Part-A of section-VI, and the technology transfer
agreement with QFGDM necessarily covers transfer of technological knowhow for Wet Limestone based
Flue Gas Desulphurisation System in the form of complete transfer of design dossier, design software’s,
drawings and documentation, quality system manuals and imparting relevant personnel training to the
*Bidder/*Contractor/*its sub-vendor, the details of which are given below:
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) ( 2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) ( 2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
( **In case the QFGDM has acted as adviser for erection / commissioning of reference Wet
Limestone based Flue Gas Desulpharisation System, Bidder shall furnish necessary documents
/ certificate from client in support of such activity and enclose the same at Annexure... to this
Attachment , pursuant to Note No.2 for clause 4.25.1 of sub-section-IA, Part-A of section-VI.
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) ( 2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
( b) Flue Gas Desulphurisation Any Technical
System details Extract/paper letter/
E-mail from user or
contract document or
scheme or any document
in public domain
15. QFGDM and their subsidiary's(ies') (To be filled at page ______ to _____
Experience Details in respect of meeting of this Attachment)
requirement for QFGDM
(as per clause 4.25.1 of sub-section-IA,
Part-A of section-VI)
*We have submitted the experience details in support of Qualifying Requirement at clause 4.25.1 of sub-
section-IA, Part-A of section-VI with reference to above subsidiary(ies). We are attaching the necessary
documentary evidence as Annexure.......... of this Attachment establishing the relationship between our
Associate and above subsidiaries.
*We have submitted the experience details in support of Qualifying Requirement at clause 4.25.1 of sub-
section-IA, Part-A of section-VI with reference to above subsidiary(ies). We are attaching the necessary
documentary evidence as Annexure............................ of this Attachment establishing
the relationship between
M/s..............................................., [Qualified Wet Limestone based Flue Gas Desulphurisation System
Manufacturer (QFGDM) and above subsidiaries].
We further confirm that notwithstanding anything stated above, the Employer reserves the right to assess
the capabilities and capacity of the Bidder/his collaborators/associates/subsidiaries/group companies to
perform the contract, should the circumstances warrant such assessment in the overall interest of the
Employer.
Date:
(Signature).....................................................
Place : (Printed Name)...............................................
(Designation).................................................
(Common Seal).............................................
1.0 We confirm that *we/*proposed sub-vendor meet the qualifying requirements specified as per clause
4.25.3 (a)(ii) of sub-section-IA, Part-A of section-VI with clause 4.25.3 (b) & clause 4.25.3 (c) of sub-
section-IA, Part-A of section-VI .
2.0 We//*Proposed sub-vendor (Bidder/JV Company) confirm that we meet the
qualifying requirements specified under clause 4.25.3 (a)(ii) of sub-section-IA, Part-A of section-VI with
clause 4.25.3 (b) & clause 4.25.3 (c) of sub-section-IA, Part-A of section-VI and are registered in India
under Companies Act of India for the purpose of manufacturing/supplying Steam
Generator Sets/Flue Gas Desulphurization System.
3.0 We confirmed that in our JV Company, the Stakeholder(s) M/s . (Majority
Stakeholder) having Stake (more than 51%) shall maintain aforesaid equity in JV
Company for a lock-in-period of 7 years from the date of incorporation, M/s
.. (Name of Steam Generator manufacturer/ QFGDM)
having Stake.. (more than 26%) shall maintain aforesaid equity in JV Company for a
lock-in-period of 7 years from the date of incorporation or upto the end of defect liability period of
Contract of subject package(in case of Award) and Other Stakeholders, if any,
. (Name of Indian Company registered in India under Companies Act of
India) having Stake. We have executed/executing order, received in last 5 years, with the
total value of such projects are INR 5,000 Million or more and in support of same,
we furnish the details for the following systems:
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) ( 2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
We further confirm that notwithstanding anything stated above, the Employer reserves the right to assess the
capabilities and capacity of the Bidder/his collaborators/associates/subsidiaries/group companies to
perform the contract, should the circumstances warrant such assessment in the overall interest of the
Employer.
Date :
(Signature).....................................................
(Designation)..................................................
(Common Seal).............................................
4.0 In line with the qualifying requirements specified in clause 4.25.3 (b) & clause 4.25.3 (c) of sub-section-
IA, Part-A of section-VI, *we/*proposed sub-vendor have valid Ongoing Collaboration & Technology
Transfer Agreement with M/s...................................................................... (Name of QFGDM)
whose address is ...................................................... (Address of QFGDM) (who meets the
requirement of clause 4.25.1 of sub-section-IA, Part-A of section-VI, and the technology transfer
agreement with QFGDM necessarily covers transfer of technological knowhow for Wet Limestone based
Flue Gas Desulphurisation System in the form of complete transfer of design dossier, design software’s,
drawings and documentation, quality system manuals and imparting relevant personnel training to the
*Bidder/*Contractor/*its sub-vendor, the details of which are given below:
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) ( 2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) ( 2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
( **In case the QFGDM has acted as adviser for erection / commissioning of reference Wet
Limestone based Flue Gas Desulpharisation System, Bidder shall furnish necessary documents
/ certificate from client in support of such activity and enclose the same at Annexure... to this
Attachment, pursuant to Note No.2 for clause 4.25.1 of sub-section-IA, Part-A of section-VI.
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) ( 2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
15. QFGDM and their subsidiary's(ies') (To be filled at page ______ to _____
Experience Details in respect of meeting of this Attachment)
requirement for QFGDM
(as per for clause 4.25.1 of sub-section-
IA, Part-A of section-VI.
16.
*Name, Address, email, Fax, Tel. No. of
the Subsidiary(ies) meeting the QR for
QFGDM as per for clause 4.25.1 of sub-
section-IA, Part-A of section-VI.
*We have submitted the experience details in support of Qualifying Requirement at clause 4.25.1 of
sub-section-IA, Part-A of section-VI. with reference to above subsidiary(ies). We are attaching the
necessary documentary evidence as Annexure.......... of this Attachment establishing the
relationship between our Associate and above subsidiaries.
*We have submitted the experience details in support of Qualifying Requirement at for clause 4.25.1
of sub-section-IA, Part-A of section-VI. with reference to above subsidiary(ies). We are attaching the
necessary documentary evidence as Annexure........... of this Attachment establishing the
relationship between M/s..............................................., (Qualified Wet Limestone based Flue Gas
Desulphurisation System Manufacturer) and above subsidiaries.
We further confirm that notwithstanding anything stated above, the Employer reserves the right to
assess the capabilities and capacity of the Bidder/his collaborators/associates/subsidiaries/group
companies to perform the contract, should the circumstances warrant such assessment in the
overall interest of the Employer.
Date : (Signature).............................................
Place : (Printed Name)........................................
(Designation)............................................
(Common Seal).......................................
2.0 We, *Bidder/*Proposed sub-vendor, confirmed that we shall remain *Subsidiary Company of
Steam Generator manufacturer/*Subsidiary Company of QFGDM for minimum period of 7 years
from the date of incorporation or up to the end of defect liability period of Contract of subject
package(in case of Award). We have executed/executing order, received in last 5 years, with the
total value of such projects are INR 5,000 Million or more and in support of same, we furnish the
details for the following systems:
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) ( 2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
-------------------------------------------------------------------------------------------------------------------------------------------
We further confirm that notwithstanding anything stated above, the Employer reserves the right to assess the
capabilities and capacity of the Bidder/his collaborators/associates/subsidiaries/group companies to
perform the contract, should the circumstances warrant such assessment in the overall interest of the
Employer.
Date :
(Signature).....................................................
(Designation)..................................................
(Common Seal).............................................
3.0 In line with the qualifying requirements specified in clause 4.25.3 (b) & clause 4.25.3 (c) of sub-
section-IA, Part-A of section-VI, *we/*proposed sub-vendor have valid Onging Collaboration &
Technology Transfer Agreement with M/s...................................................................... (Name of
QFGDM) whose address is ...................................................... (Address of QFGDM) (who meets
the requirement of clause 4.25.1 of sub-section-IA, Part-A of section-VI, and the technology transfer
agreement with QFGDM necessarily covers transfer of technological knowhow for Wet Limestone
based Flue Gas Desulphurisation System in the form of complete transfer of design dossier, design
software’s, drawings and documentation, quality system manuals and imparting relevant personnel
training to the *Bidder/*Contractor/*its sub-vendor, the details of which are given below:
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) ( 2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) ( 2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
( **In case the QFGDM has acted as adviser for erection / commissioning of reference Wet
Limestone based Flue Gas Desulpharisation System, Bidder shall furnish necessary documents /
certificate from client in support of such activity and enclose the same at Annexure... to this
Attachment, pursuant to Note No.2 for clause 4.25.1 of sub-section-IA, Part-A of section-VI.
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) ( 2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
15. QFGDM and their subsidiary's(ies') (To be filled at page ______ to _____
Experience Details in respect of meeting of this Attachment)
requirement for QFGDM
(as per clause 4.25.1 of sub-section-IA,
Part-A of section-VI)
*We have submitted the experience details in support of Qualifying Requirement at clause 4.25.1 of
sub-section-IA, Part-A of section-VI with reference to above subsidiary(ies). We are attaching the
necessary documentary evidence as Annexure.......... of this Attachment establishing the
relationship between our Associate and above subsidiaries.
*We have submitted the experience details in support of Qualifying Requirement at clause 4.25.1 of
sub-section-IA, Part-A of section-VI with reference to above subsidiary(ies). We are attaching the
necessary documentary evidence as Annexure........... of this Attachment establishing the
relationship between M/s..............................................., (Qualified Wet Limestone based Flue Gas
Desulphurisation System Manufacturer) and above subsidiaries.
We further confirm that notwithstanding anything stated above, the Employer reserves the right to
assess the capabilities and capacity of the Bidder/his collaborators/associates/subsidiaries/group
companies to perform the contract, should the circumstances warrant such assessment in the
overall interest of the Employer.
Date : (Signature).............................................
Place : (Printed Name)........................................
(Designation)............................................
(Common Seal).......................................
1.0 *We/*Proposed Sub-vendor confirm that we meet the qualifying requirements specified under
clause 4.25.4(a), (b) & (c) of sub-section-IA, Part-A of section-VI.
2.0 We confirm that we have executed on Engineering, Procurement and Construction (EPC) basis, large
industrial projects on EPC basis (with or without civil works) in the area of power, steel, oil &
Gas, petrochemical, fertilizer, Flue Gas Desulpurization and/or any other process industry in last
10 years with the total value of such projects are INR 5000 million or more. Further, one of such
projects should have a contract value of INR 2000 million or more. These projects have been in
successful operation for a period of not less than one (1) year prior to the date of LOA, the details of
which are given below:
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) ( 2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) (2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
---------------------------------------------------------------------------------------------------------------------------------------
We further confirm that notwithstanding anything stated above, the Employer reserves the right to assess the
capabilities and capacity of the Bidder/his collaborators/associates/subsidiaries/group companies to perform
the contract, should the circumstances warrant such assessment in the overall interest of the Employer.
Date : (Signature)....................................................
(Designation).................................................
(Common Seal)............................................
3.0 In line with the qualifying requirements specified in clause 4.25.4 (b) of sub-section-IA, Part-A of
section-VI, *we/*proposed sub-vendor have valid Onging Collaboration & Technology Transfer
Agreement with M/s...................................................................... (Name of QFGDM) whose
address is ...................................................... (Address of QFGDM) (who meets the requirement of
clause 4.25.1 of sub-section-IA, Part-A of section-VI, and the technology transfer agreement with
QFGDM necessarily covers transfer of technological knowhow for Wet Limestone based Flue Gas
Desulphurisation System in the form of complete transfer of design dossier, design software’s, drawings
and documentation, quality system manuals and imparting relevant personnel training to the
*Bidder/*Contractor/*its sub-vendor, the details of which are given below:
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) ( 2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) ( 2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
( **In case the QFGDM has acted as adviser for erection / commissioning of reference Wet
Limestone based Flue Gas Desulpharisation System, Bidder shall furnish necessary documents /
certificate from client in support of such activity and enclose the same at Annexure... to this
Attachment, pursuant to Note No.2 for clause 4.25.1 of sub-section-IA, Part-A of
section-VI
-------------------------------------------------------------------------------------------------------------------------------------------
S.No. Description Details Supporting documents
for details furnished
under column (3)
-------------------------------------------------------------------------------------------------------------------------------------------
(1) ( 2) (3) (4)
-------------------------------------------------------------------------------------------------------------------------------------------
15. QFGDM and their subsidiary's(ies') (To be filled at page ______ to _____
Experience Details in respect of meeting of this Attachment)
requirement for QFGDM
(as per clause 4.25.1 of sub-section-
IA, Part-A of section-VI)
16.
*Name, Address, email, Fax, Tel. No. of
the Subsidiary(ies) meeting the QR for
QFGDM as per clause 4.25.1 of sub-
section-IA, Part-A of section-VI
*We have submitted the experience details in support of Qualifying Requirement at clause 4.25.1 of sub-
section-IA, Part-A of section-VI with reference to above subsidiary(ies). We are attaching the necessary
documentary evidence as Annexure.......... of this Attachment establishing the relationship between our
Associate and above subsidiaries.
*We have submitted the experience details in support of Qualifying Requirement at clause 4.25.1 of sub-
section-IA, Part-A of section-VI with reference to above subsidiary(ies). We are attaching the necessary
documentary evidence as Annexure............................ of this Attachment establishing
the relationship between
M/s..............................................., [Qualified Wet Limestone based Flue Gas Desulphurisation System
Manufacturer (QFGDM) and above subsidiaries].
We further confirm that notwithstanding anything stated above, the Employer reserves the right to assess the
capabilities and capacity of the Bidder/his collaborators/associates/subsidiaries/group companies to
perform the contract, should the circumstances warrant such assessment in the overall interest of the
Employer.
Date :
(Signature)......................................................
(Designation)...................................................
(Common Seal).............................................
CRITICAL EQUIPMENT, AUXILIARIES, SYSTEMS & BOUGHT OUT ITEMS FOR FLUE GAS DESULPHURISATION
(FGD) SYSTEM
Summary of Critical Equipment indicated under clause 4.26, sub-section-IA, Part-A of Section-VI.
-----------------------------------------------------------------------------------------------------------------------------------Equipment Sub-Vendor
Collaborator’s Seeking Qualification
Name Name Name, as per clause.......
if applicable Sub-Section-I, Part-A
of Section-VI
----------------------------------------------------------------------------------------------------------------------------------
1. If qualification sought as per clause 4.26.1 then the details of the sub vendor (manufacturer) shall be filled by the bidder in the
format A to G.
2. If the qualification sought as per the clause 4.26.2, then the details of JV/Subsidiary Company formed for manufacturing of such
equipments in India shall be furnished individually for each equipment by the bidder such as,
ii) Copy of collaboration or valid licensing agreement for design, engineering, manufacturing, supply of such equipment in
India with the collaborator or technology licenser who meets the requirement stipulated at 3.1.
iii) Copy of document of at least 26% equity participation of qualified equipment manufacturer in the Indian JV
company/subsidiary company directly or indirectly through its holding company /Subsidiary company, which shall be
maintained for a lock -in period of seven (7) years from the date of incorporation of such JV/subsidiary or up to the end
of defect liability period of the contract which ever is later.
Further, the details of collaborator or technology licenser or technology provider of the qualified equipment manufacturer who
meets the requirement stipulated at 4.26.1, sub-section-IA, Part-A of Section-VI shall be filled by the Bidder in the format A to
F (format given at 1.00.00). In addition to that, the sub vendor along with the Indian JV company/subsidiary company, qualified
equipment manufacturer and its holding company/subsidiary company as applicable shall furnish the DJU.
1.00.00 (Applicable for Bidder/his sub vendors seeking qualification as per clause no. 4.26.1, Sub section-IA, Part-A of Section-
VI. Bidder shall furnish the required data only for those equipments / auxiliaries which are proposed to be sourced under
this route.)
We, hereby furnish the data on proveness criteria for critical equipment, auxiliaries, systems and Bought Out Items such
as Slurry Recirculation Pumps, Oxidation Blowers, Wet Limestone Grinding Mills, Slurry Pumps, & Agitators which have
been designed (either by self manufacturer or under Collaboration/Licencing Agreement), *manufactured/ *got
manufactured and supplied by us /Manufacturer (or manufactured/ got manufactured & supplied by our proposed sub-
vendors) and these are in successful operation in at least one (1) plant for a period not less than one year year reckoned
as on the LOA date of Steam Generator Island package. The details of type and minimum equipment rating of such
equipment are given below:
A. Slurry Recirculation Pumps: We declare that, we/our Sub-Vendor, have manufactured and supplied at least one (1)
number of Slurry Recirculation Pumps of minimum 10200 m3/hr flow with head of 16 metre liquid column, Centrifugal type
working in a Wet Limestone based FGD application in Coal fired power plant and which has been in successful operation for
minimum one (1) year year reckoned as on the LOA date of Steam Generator Island package, as per the details furnished
below:
----------------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Reference Work
----------------------------------------------------------------------------------------------------------------------------------
1. Name of the reference plant & location:
-----------------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Reference Work
-----------------------------------------------------------------------------------------------------------------------------------
9. Flow- ………………….m³/h
12. Flue gas Desulphurization system details: *Technical extract/ *paper letter/ *email/ *Drawing from
user or *contract document or *scheme or *any document
in public domain enclosed at annexure....to Attachment-3K
B. Oxidation Blowers: We declare that, we/our Sub-Vendor, have manufactured and supplied at least one (1) number of
Oxidation Blower of minimum 7300 Nm3/hr (dry basis) flow with Head 8500 mmwc (min.) for spray tower process Or Head
3500 mmwc (min.) for bubbling type process, Centrifugal/positive displacement type working in FGD application in Coal fired
power plant or in any other process application and which has been in successful operation for minimum one (1) year
reckoned as on the LOA date of Steam Generator Island package, as per the details furnished below:
----------------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Reference Work
----------------------------------------------------------------------------------------------------------------------------------
C. Wet limestone Grinding mills: We declare that, we/our Sub-Vendor, have manufactured and supplied at least one (1)
number of 20 T/hr (minimum) with pulverizing fineness not less than 90% thru 325 mesh, working in Wet limestone based
FGD application in Coal fired power plant or in any other process application and which has been in successful operation
for minimum one(1) year reckoned as on the LOA date of Steam Generator Island package, as per the details furnished
below:
-----------------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Reference Work
----------------------------------------------------------------------------------------------------------------------------------
1. Name of the reference plant & location:
11. Flue gas Desulphurization system details: *Technical extract/ *paper letter/ *email/ *Drawing from
user or *contract document or *scheme or *any document
in public domain enclosed at annexure....to Attachment-3K
D. Slurry Pumps: We declare that, we/our Sub-Vendor, have manufactured and supplied at least one (1) number of Slurry
Pump of minimum 50 m3/hr (min.) with head 30 Meters of Liquid Column (min.), Centrifugal type working in Wet Limestone
based FGD application or ash slurry application in coal fired power plant and which has been in successful operation for
minimum one (1) year reckoned as on the LOA date of Steam Generator Island package, as per the details furnished below:
----------------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Reference Work
-----------------------------------------------------------------------------------------------------------------------------------
1. Name of the reference plant & location:
13. Flue gas Desulphurization system details: *Technical extract/ *paper letter/ *email/*Drawaing from
user or *contract document or *scheme or *any document
in public domain enclosed at annexure....to Attachment-3K
-----------------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Reference Work
---------------------------------------------------------------------------------------------------------------------------------
14. Scope of Work: *Letter of Award or *Contract or *P.O. enclosed at
Annexure.....to Attachment-3K
E. Agitators: We declare that, we/our Sub-Vendor, have manufactured and supplied at least one (1) number of Agitators with rating not less
than that supplied for 500 MW or higher size unit for similar application, Vertical/Horizontal type working in Wet Limestone based FGD
application in Coal fired power plant and which has been in successful operation for minimum one(1) year reckoned as on the LOA date of
Steam Generator Island package, as per the details furnished below::
-----------------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Reference Work
----------------------------------------------------------------------------------------------------------------------------------
1. Name of the reference plant & location:
12. Flue gas Desulphurization system details: *Technical extract/ *paper letter/ *email/ *Drawing from user or
*contract document or *scheme or *any document in public
domain enclosed at annexure....to Attachment-3K
F. Vacuum Belt filters: We declare that, we/our Sub-Vendor, have manufactured and supplied at least one (1) number of Vacuum Belt
filter of minimum 35 T/Hr capacity, Belt type, working in Wet Limestone based FGD application in Coal fired power plant or in any other
process application and which has been in successful operation for minimum one(1) year reckoned as on the LOA date of Steam
Generator Island package, as per the details furnished below:
----------------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Reference Work
----------------------------------------------------------------------------------------------------------------------------------
1. Name of the reference plant & location:
12. Flue gas Desulphurization system details: *Technical extract/ *paper letter/ *email/ *Drawing from user or
*contract document or *scheme or *any document in public
domain enclosed at annexure....to Attachment-3K
9. Flow- ………………….m³/h
12. Flue gas Desulphurization system details: *Technical extract/ *paper letter/ *email/ *Drwaing from user or
*contract document or *scheme or *any document in public
domain enclosed at annexure....to Attachment-3K
-----------------------------------------------------------------------------------------------------------------------------------
* Strike off whichever is not applicable.
*2.00.00 Applicable for JV Company/Subsidiary Company meeting provenness criteria as per clause no. 4.26.2, Sub
section-IA, Part-A of Section-VI.
2.01.00 We, hereby confirm that JV company/ Subsidiary company (Strike off whichever is not applicable) formed for
manufacturing and supply of euqipment(s) (*Slurry Recirculation Pumps, *Oxidation Blowers, *Wet Limestone Grinding
Mills, *Slurry Pumps, *Agitators, *Vacuum belt filter, *Gas Cooling Pumps) has a valid collaboration or licensing
agreement for design, engineering, manufacturing of such equipment(s) in India with a qualified equipment manufacturer
who meets the requirements stipulated at clause 4.26.1 of sub-section-IA, Part-A, Section VI of bidding documents (or
the technology provider of the qualified equipment manufacturer). Further, in such a case, such qualified equipment
manufacturers is having, directly or indirectly through its holding company/subsidiary company, at least 26% equity
participation in the Indian Joint Venture Company/subsidiary company, which shall be maintained for a lock-in period of
seven (7) years from the date of incorporation of such Joint Venture / Subsidiary or up to the end of defect liability period
of the contract, whichever is later. Further, JV / Subsidiary Company (Strike off whichever is not applicable), before
taking up the manufacturing of such equipment(s) (*Slurry Recirculation Pumps, *Oxidation Blowers, *Wet Limestone
Grinding Mills, *Slurry Pumps,*Agitators, *Gas Cooling Pumps), the *we/ *our sub vendor(s) *will create /*have created
manufacturing facilities at his works as per collaborator’s/licenser's design, manufacturing and quality control system.
In addition, the Bidder along with the Indian *Joint Venture Company/ *Subsidiary Company, qualified equipment
manufacturers and its holding/ subsidiary Company, as applicable, shall furnish Letter of Support as per the format
enclosed.
*3.00.00 Applicable for Bidder/his sub vendors seeking provenness criteria as per clause no. 4.26.3, Sub section-I, Part-
A of Section-VI.
3.01.00 We, hereby confirm that *we/*our sub-vendors is a manufacturer of Blowers/compressors for minimum 50 NM3/min
capacity. (Details of references enclosed at Annexure …………………)
3.02.00 We further confirm that details in respect of collaboration / valid licencing agreement for the Oxidation Blower between
*us/*our sub-vendors, as per 3.01.00 above, and with qualified Oxidation Blower manufacturer, who meets the
requirement stipulated at clause 4.26.1, sub-section-IA, Part-A, Section-VI are enclosed as per Annexure…….. to this
Attachment. The data in respect of proveneness criteria for the qualified Oxidation Blower manufacturer, which are in
successful operation in at least one (1) plant for a period not less than one reckoned as on the LOA date of Steam
Generator Island package are furnished below.
We further confirm that we/ our sub vendor(s) before taking up the manufacturing of such Oxidation Blowers, *we/ *our
sub vendor(s) *will create /*have created manufacturing facilities at his works as per collaborator’s/licenser's design,
manufacturing and quality control system.
In addition, the Bidder along with the Indian *Joint Venture Company/ *Subsidiary Company, qualified equipment
manufacturers and its holding/ subsidiary Company, as applicable, shall furnish letter of support as per the format
enclosed.
*4.00.00A Applicable for Bidder/his sub vendors seeking provenness criteria as per clause no. 4.26.4(i), Sub section-IA,
Part-A of Section-VI.
4.01.00A We, hereby confirm that *we/*our sub-vendors is a manufacturer of Dry Grinding Mills for minimum 20 T/h capacity.
(Details of references enclosed at Annexure …………………)
4.02.00A We further confirm that details in respect of collaboration / valid licencing agreement for the Wet Grinding Mills between
*us/*our sub-vendors, as per 4.01.00 above, and with qualified Wet Grinding Mill manufacturer, who meets the
requirement stipulated at clause 4.26.1, sub-section-I, Part-A, Section-VI are enclosed as per Annexure-I to this
Attachment. The data in respect of proveneness criteria for the qualified Wet Grinding Mill manufacturer, which is in
successful operation in at least one (1) plant for a period not less than one (1) year reckoned as on the LOA date of
Steam Generator Island package are furnished below.
We further confirm that we/ our sub vendor(s) before taking up the manufacturing of such Wet Grinding Mill, *we/ *our
sub vendor(s) *will create /*have created manufacturing facilities at his works as per collaborator’s/licenser's design,
manufacturing and quality control system.
In addition, the Bidder along with our sub-vendors, as per 4.01.00 above (if applicable) and the qualified Wet Grinding
Mill manufacturer and its holding/ subsidiary Company, as applicable, shall furnish letter of support as per the format
enclosed.
*4.00.00B Applicable for Bidder/his sub vendors seeking provenness criteria as per clause no. 4.26.4(ii), Sub section-IA,
Part-A of Section-VI.
4.01.00B We, hereby confirm that *we/*our sub-vendors is a manufacturer of Dry Grinding Ball Tube Mills for atleat 500 MW
pulverized coal fored power plant. (Details of references enclosed at Annexure …………………)
4.02.00B We further confirm that details in respect of collaboration / valid licencing agreement for the Wet Grinding Mills between
*us/*our sub-vendors, as per 4.01.00 above, and with qualified Wet Grinding Mill manufacturer, who meets the
requirement stipulated at clause 4.26.1, sub-section-I, Part-A, Section-VI are enclosed as per Annexure-I to this
Attachment. The data in respect of proveneness criteria for the qualified Wet Grinding Mill manufacturer, which is in
successful operation in at least one (1) plant for a period not less than one (1) year reckoned as on the LOA date of
Steam Generator Island package are furnished below.
We further confirm to provide extended warranty of three (3) years for the Wet Limestone Grinding Mills.
We further confirm that we/ our sub vendor(s) before taking up the manufacturing of such Wet Grinding Mill, *we/ *our
sub vendor(s) *will create /*have created manufacturing facilities at his works as per collaborator’s/licenser's design,
manufacturing and quality control system.
In addition, the Bidder along with our sub-vendors, as per 4.01.00 above (if applicable) and the qualified Wet Grinding
Mill manufacturer and its holding/ subsidiary Company, as applicable, shall furnish letter of support as per the format
enclosed.
*5.00.00 Applicable for Bidder/his sub vendors seeking provenness criteria as per clause no. 4.26.5, Sub section-IA,
Part-A of Section-VI.
5.01.00 We, hereby confirm that *we/*our sub-vendors is a manufacturer of a manufacturer of Agitators for similar
process/duty application in petrochemical or metals and mining industry. (Details of references enclosed at Annexure
…………………)
5.02.00 We further confirm that details in respect of collaboration / valid licencing agreement for the Agitator between *us/*our
sub-vendors, as per 5.01.00 above, and with qualified Agitator manufacturer, who meets the requirement stipulated at
clause 4.26.1, sub-section-IA, Part-A, Section-VI are enclosed as per Annexure-…….. to this Attachment. The data in
respect of proveneness criteria for the qualified Agitator manufacturer, which is in successful operation in at least one
(1) plant for a period not less than one reckoned as on the LOA date of Steam Generator Island package are furnished
below.
We further confirm that we/ our sub vendor(s) before taking up the manufacturing of such Agitator, *we/ *our sub
vendor(s) *will create /*have created manufacturing facilities at his works as per collaborator’s/licenser's design,
manufacturing and quality control system.
In addition, the Bidder along with our sub-vendors, as per 5.01.00 above (if applicable) and the qualified Agitator
manufacturer and its holding/ subsidiary Company, as applicable, shall furnish letter of support as per the format
enclosed.
*6.00.00 Applicable for Bidder/his sub vendors seeking provenness criteria as per clause no. 4.26.6, Sub section-IA,
Part-A of Section-VI.
6.01.00 We, hereby confirm that *we/*our sub-vendors is a manufacturer of a manufacturer of Slurry Pumps who meets the
requirements stipulated at clause 4.26.1 (d), sub-section-IA, Part-A, Section-VI.
(Details of references enclosed at Annexure …………………)
6.02.00 We further confirm that details in respect of collaboration / valid licencing agreement for the Slurry Recirculation Pumps,
between *us/*our sub-vendors, as per 6.01.00 above, and with qualified Slurry Recirculation Pump manufacturer, who
meets the requirement stipulated at clause 4.26.1, sub-section-I, Part-A, Section-VI are enclosed as per Annexure-……
to this Attachment. The data in respect of proveneness criteria for the qualified Slurry Recirculation Pump manufacturer,
which is in successful operation in at least one (1) plant for a period not less than one(1) year reckoned as on the LOA
date of Steam Generator Island package are furnished below.
We further confirm that we/ our sub vendor(s) before taking up the manufacturing of such Slurry Recirculation Pumps,
*we/ *our sub vendor(s) *will create /*have created manufacturing facilities at his works as per collaborator’s/licenser's
design, manufacturing and quality control system.
In addition, the Bidder along with our sub-vendors, as per 6.01.00 above (if applicable) and the qualified Slurry
Recirculation Pumps manufacturer and its holding/ subsidiary Company, as applicable, shall letter of support as per the
format enclosed.
Dear Sirs,
1. In accordance with the Award of the Contract by ……… (Name of the Contractor) to M/s. ……. (Name of the sub-vendor), we,
the aforesaid Associate*/Collaborator*/Technology provider*/Licensor*, (M/s ……….) shall be fully responsible for the successful
performance of the ………..(name of equipment/system*).
2. Further, the manner of achieving the objective set forth in point 1 above shall be as follows for ……….. (name of
equipment/system*):
(a) We shall provide design, manufacturing and assembly drawings of……….. (name of equipment/system*). ……….. (name
of equipment/system*) which shall be manufactured and supplied as per above design provided by us and the drawings
approved by the Employer.
(b) We shall depute technical experts to Bidder’s/sub-vendor’s works for supervision during manufacturing, assembly, erection,
commissioning and final testing (as and when necessary) of the………. (name of equipment/system*).
(c) We shall promptly carry out all the corrective measures and shall promptly provide corrected design and shall undertake
replacements, rectifications or modifications to the …………equipment/system* as and when required by Employer in case
the equipment/system* fails to demonstrate successful performance as per contract at site.
(d) We shall participate in Technical Co-ordination meetings (TCMs) from time to time, as and when required by the Employer.
3. We, the Associate*/Collaborator*/Technology provider*/Licensor* do hereby undertake and confirm that this Letter of Technical
Support shall be valid until the end of defect liability period of the contract.
Note : The above format to be refered for auxiliary related to Steam Generator, Electrostatic Precipitator (ESP), Flue Gas
Desulphurization (FGD) sub systems as applicable as per the proveness criteria given at sub-section-IA, Part-A of provenness
of Technical Specification (Sub-section-VI).
(A) In line with the Sub-Qualifying Requirements stipulated in Clause No. 4.5 of Sub-Section-
IA, Part-A of Section-VI, we/our sub-vendor hereby confirm that we/our sub-vendor have
designed, supplied, erected and commissioned atleast One (1) number of Air
Conditioning systems having a total installed capacity of 300TR or more including stand-
by chiller unit (if any), which included atleast one chilling unit with a minimum capacity of
60 TR. The system have been in successful operation for atleast One (1) year. The
details are given below:
-----------------------------------------------------------------------------------------------------------------------------
Sl.No. Item Description Plant No. 1
-----------------------------------------------------------------------------------------------------------------------------
5. Date of Commissioning
---------------------------------------------------------------------------------------------------------------------------
---------------------------------------------------------------------------------------------------------------------------
(B) We further declare that the chillers to be suppplied under the package shall be sourced
from manufacturer M/s......................................... who has manufactured and supplied
atleast One (1) no. of similar type of chiller unit having a capacity of not less than 80 TR
and have been in successful operation for atleast One (1) year.
Chillers proposed to be supplied under this package would be sourced from following
manufacturers. Experience details of the manufacturers are given below:
----------------------------------------------------------------------------------------------------------------------------
Sl.No. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
3. Date of Commissioning
----------------------------------------------------------------------------------------------------------------------------
Sl.No. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)..................................................
(Designation)..............................................
(Common Seal).........................................
ATTACHMENT - 3K-PU
PAGE 4 OF 7
Sub : Sub-Qualifying Requirements for the Compressed Air System stipulated in Clause
No. 4.7 of Sub-Section-IA, Part-A, Section-VI of Technical Specification of Bidding
Documents.
-----------------------------------------------------------------------------------------------------------------------------
Sl.No. Item Plant 1
-----------------------------------------------------------------------------------------------------------------------------
A) Air Compressor
a) Designed Yes/No
b) Manufactured Yes/No
ATTACHMENT - 3K-PU
PAGE 5 OF 7
-----------------------------------------------------------------------------------------------------------------------------
Sl.No. Item Plant 1
-----------------------------------------------------------------------------------------------------------------------------
c) Supplied Yes/No
e) Commissioned/supervised Yes/No
commissioning
c) Capacity
i) Flow (NM3/Min)
We/our sub-vendor further declare that the Air Drying Plant (ADP) to be supplied under
the package shall be sourced from manufacturer(s) M/s......................... who have
manufactured and supplied atleast one (1) no. Air Drying Plant each of capacity 50
NM3/min or more and the type same as offered, which have been in successful
operation for atleast one (01) year. The experience details of manufacturer are as
follows :
-----------------------------------------------------------------------------------------------------------------------------
Sl.No. Item Plant 1
-----------------------------------------------------------------------------------------------------------------------------
a) Manufactured Yes/No
b) Supplied Yes/No
a) Type
b) Flow (NM3/Min)
ATTACHMENT - 3K-PU
PAGE 7 OF 7
-----------------------------------------------------------------------------------------------------------------------------
Sl. Item Plant 1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
Date :
(Signature)......................................................
(Designation)..................................................
(Common seal).............................................
ATTACHMENT-3K-MH
We, hereby furnish the data on provenness criteria for manufacturer of mill reject handling system and
have supplied mill rejects handling system of capacity 1.5 MTPH or higher (applicable for metallic belt
conveyor or chain flight conveyor) as per clause no. 4.13 of Sub-section-I, Part-A of Section-VI which have
been in successful operation in at least one (1) plant for a period not less than one (1) year. The details of
type and minimum equipment rating of such equipment are given below :
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
its location
– e-mail id
– website address
of system/Package
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
the system/Package/equipment :
-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)......................................................
(Designation)...................................................
(Common seal)..............................................
ATTACHMENT-3K-MH
1.0 We are qualified under clause no. 4.19.1 of Sub-Section-IA, Part-A, Section-VI of Bidding Documents.
2.0 We are a supplier of ash handling system(s) and have executed ash handling system(s) involving design, engineering, manufacturing/got manufactured,
supply, erection /supervised erection and commissioning/ supervised commissioning for the following systems:
We also confirm that the activity of design and engineering for the systems described 2.1(a), 2.1(b) & 2.1(c) of this Attachment-3K have been carried out
by us
2.1 (a) Bottom Ash Handling System (Strike out whichever is not applicable)
Wet Bottom Ash handling system comprising a jet pump system in conjunction with water impounded Bottom Ash Hopper for the conveying capacity of
50 tonnes/hour (dry ash basis) or more per jet pump for pulverised coal fired boilers.
Sl. Name of No. of Units Design conveying capacity Offered Ash conveying Name of Date of Remarks
No. Plant with MW per capacity by bidder per Manufacturer Commissioning
with Capacity in Jet pump (TPH) referred by Jet Pump (TPH) (Experience list and No. of years in
location which system client (Documentary enclosed) successful operation
installed evidence attached)
ATTACHMENT-3K-MH
----------------------------------------------------------------------------------------------------------------------------------
Note : (a) The reference Bottom Ash Handling System is of the same type i.e. jet pump system as is being offered by us for the present plant
(b) Clients certificate enclosed in support of
(i) Details about above (Yes/No.)
(ii) Successful operation of above plant(s) for at least one (1) year. (Yes/No.)
OR
2.1 (a) Wet Bottom Ash Handling system comprising a submerged scrapper chain conveyor system designed for the conveying capacity of 20 tonnes/hour (dry
ash basis) or more per conveyor, for pulverised coal fired boilers:
Sl. Name of Plant No. of Units with Design conveying Offered Ash Name of Date of Commissioning Remarks
No. with location MW Capacity in capacity per conveying Manufacturer and No. of years in
which system Scrapper conveyor capacity by bidder (Experience list successful operation
installed (TPH) referred by per Jet Pump enclosed)
client (TPH)
(Documentary
evidence attached)
Note : (a) The reference Bottom Ash Handling System is of the same type i.e. submerged scrapper chain conveyor system as is being offered by us for the
present plant.
(b) Clients certificate enclosed in support of
(i) Details about above (Yes/No.)
(ii) Successful operation of above plant(s) for at least one (1) year. (Yes/No.)
2.1(b) Pneumatic Fly Ash Handling System (Strike out whichever is not applicable)
(i) Pneumatic Fly ash handling system for conveying fly ash from ESPs of a single pulverised coal fired boiler unit, by pressure conveying
system designed for 30 TPH or more conveying capacity.
ATTACHMENT-3K-MH
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Design Offered Ash Name of Date of Commissioning Remarks
No. Plant with with MW conveying conveying manufacturer and No. of years in
location Capacity in capacity capacity by (Experience successful operation
which system (TPH) specified bidder (TPH) list enclosed)
installed by client
(Documentary
evidence attached)
----------------------------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : (a) The reference Pneumatic Fly Ash Handling Systems are of the same type i.e. pressure system as is being offered by us for the present plant.
(ii) Successful operation of above plants for at least one (1) year. Yes/No.
OR
2.1(b)(ii) Pneumatic Fly ash handling system for conveying fly ash from ESPs of a single pulverised coal fired boiler unit, by vacuum conveying
system designed for 30 TPH or more conveying capacity per vacuum extractor.
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Design Offered Ash Name of Date of Commissioning Remarks
No. Plant with with MW conveying conveying manufacturer and No. of years in
location Capacity in capacity capacity by (Experience successful operation
which system (TPH) bidder (TPH) list enclosed)
installed specified by client
ATTACHMENT-3K-MH
(Documentary
evidence attached)
----------------------------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : (a) The reference Pneumatic Fly Ash Handling Systems are of the same type i.e. vacuum system as is being offered by us for the present plant.
(ii) Successful operation of above plant(s) for at least one (1) year (Yes/No.)
And
2.1(c) Pneumatic Fly Ash Transportation System for transporting Fly Ash from a pulverized Coal and Boiler unit having capacity of not less than 20
TPH for a conveying distance of not less than 500 mtr.
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Design Fly Ash Offered Ash Name of Date of Commissioning Remarks
No. Plant with with MW transportation transportation manufacturer and No. of years in
location Capacity in capacity (TPH) capacity and (Experience successful operation
which system and conveying conveying list enclosed)
installed distance specified distance
by client (Documentary
evidence attached)
------------------------------ ------------------------
Capacity Conveying Capacity Conveying
distance distance
TPH Mtr. TPH Mtr.
----------------------------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------
ATTACHMENT-3K-MH
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : Clients certificate enclosed in support of
(ii) Successful operation of above plant(s) for at least one (1) year. (Yes/No.)
2.1 (d ) Complete lean ash slurry disposal system for handling not less than 40 tonnes of ash per hour for pulverized coal/lignite fired power stations which
includes, among others, ash slurry pumps & piping system with associated controls.
S.No Name of plant No of units with Total quantity of Scope of work Name of Date of commissioning remarks
with location MW capacity in ash handled (TPH) alongwith manufacturer and No of years in
which system scheme (Experience list successful operation
installed (enclosed with enclosed)
bid)
ATTACHMENT-3K-MH
(ii) Successful operation of above plant(s) for at least one (1) year. (Yes/No.)
3.0 We are qualified under clause 4.19.2 of Sub-Section-IA, Part-A, Section-VI of Bidding Documents.
1.1 We have executed Ash Handling Plants for pulverised coal fired boiler units generating not less than 40 TPH of ash per Boiler which includes bottom ash
handling system comprising either a jet pump system in conjunction with water impounded Bottom Ash Hopper or submerged scrapper chain conveyor
system involving design and engineering either through bidder/its sub vendor or through design agency/agencies, manufacture/got manufactured, supply,
erection/supervised erection and commissioning/ supervised commissioning for the following plants (Refer clause no. 4.19.2(a) of Sub-Section-IA, Part-
A, Section-VI of bidding documents)
----------------------------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------
SI. Name of No. of Units Total Total ash Type of Name of Name of Date of Remarks
No. Plant with with MW Ash handling Bottom design and manufacturer Commissioning
location Capacity in generation capacity Ash Engineering (Experience and No. of
which system per boiler (bottom+fly Handling agency list enclosed) years in succ-
installed (T/Hr) ash) (Ton- System (Experience) essful opera-
nes/hour) Supplied list enclosed) tion
per boiler
----------------------------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------
----------------------------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------
Note : Client's certificate enclosed in support of
(ii) Successful operation of above plant(s) for at least one (1) year. (Yes/No.)
ATTACHMENT-3K-MH
We confirm that we* (or our proposed sub-vendor) have valid collaboration or licensing or Technology transfer agreement agreement for either the total
requirement or the balance part under clause 4.19.1 (a), which we/ our sub vendor itself is not able to meet, with M/s .............................. The details of type
and minimum equipment rating of such equipment are given below :
3.1 (a) Bottom Ash Handling System (Strike out whichever is not applicable)
(i) Wet Bottom Ash handling system comprising a jet pump system in conjunction with water impounded Bottom Ash Hopper designed for the conveying
capacity of 50 tonnes/hour (dry ash basis) or more per jet pump for pulverised coal fired boilers.
Sl. Name of Plant No. of Units with Design conveying Offered Ash Name of Date of Commissioning Remarks
No. with location MW Capacity in capacity per conveying capacity Manufacturer and No. of years in
which system Jet pump (TPH) referred by bidder per Jet (Experience list successful operation
installed by client (Documentary Pump (TPH) enclosed)
evidence attached)
----------------------------------------------------------------------------------------------------------------------------------
Note : (a) The reference Bottom Ash Handling System is of the same type i.e. jet pump system as is being offered by us for the present plant
(b) Clients certificate enclosed in support of
(i) Details about above (Yes/No.)
(ii) Successful operation of above plant(s) for at least one (1) year. (Yes/No.)
OR
3.1 (a) (ii) Wet Bottom Ash Handling system comprising a submerged scrapper chain conveyor system designed for the conveying capacity of 20 tonnes/hour
(dry ash basis) or more per conveyor, for pulverised coal fired boilers:
ATTACHMENT-3K-MH
Sl. Name of Plant No. of Units with Design conveying Offered Ash Name of Date of Commissioning Remarks
No. with location MW Capacity in capacity per conveying Manufacturer and No. of years in
which system Scrapper conveyor (TPH) capacity by bidder (Experience list successful operation
installed referred by client per Jet Pump enclosed)
(Documentary evidence (TPH)
attached)
Note : (a) The reference Bottom Ash Handling System is of the same type i.e. submerged scrapper chain conveyor system as is being offered by us for the
present plant.
(b) Clients certificate enclosed in support of
(i) Details about above (Yes/No.)
(ii) Successful operation of above plant(s) for at least one (1) year. (Yes/No)
And
3.2 We are a supplier of ash handling systems and have executed ash handling plant for pulverised coal fired boiler unit, generating not less than 40 TPH of
ash per Boiler which includes fly ash handling system for conveying fly ash from ESPs in dry form (involving pneumatic conveying systems of vacuum or
pressure type) involving design and engineering either through bidder/it’s sub vendor or through design agency/agencies, manufacture/got manufactured, supply,
erection/supervised erection, and commissioning/ supervised commissioning for the following plants (Refer clause no. 4.19.2(b) of sub-section-IA, Part-A,
Section-VI of bidding documents).
(a) (i) Pneumatic Fly ash handling system for conveying fly ash from ESPs of a single pulverised coal fired boiler unit, by pressure conveying
system designed for 30 TPH or more conveying capacity.
S.No Name of plant with No of units Design Offer ash Name of Date of Name of Remarks
location with MW conveying conveying manufacture commissioning design and
capacity in capacity (TPH) capacity by (experience and No. of engineering
which system specified by bidder (TPH) list enclosed) years in agency
installed client successful (experience
(Documentary operation list
evidence enclosed)
attached)
ATTACHMENT-3K-MH
Note : (a) The reference Pneumatic Fly Ash Handling Systems are of the same type i.e. pressure system as is being offered by us for the present plant.
(b) Clients certificate enclosed in support of
We confirm that we* (or our proposed sub-vendor) have valid collaboration or licensing or Technology transfer agreement agreement for either the total
requirement or the balance part under clause 4.19.1 (b), which we/ our sub vendor itself is not able to meet, with M/s .............................. The details of
type and minimum equipment rating of such equipment are given below :
(i) Pneumatic Fly ash handling system for conveying fly ash from ESPs of a single pulverised coal fired boiler unit, by pressure conveying
system designed for 30 TPH or more conveying capacity.
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Design Offered Ash Name of Date of Commissioning Remarks
No. Plant with with MW conveying conveying manufacturer and No. of years in
location Capacity in capacity capacity by (Experience successful operation
which system (TPH) specified bidder (TPH) list enclosed)
installed by client
(Documentary
evidence attached)
----------------------------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------
ATTACHMENT-3K-MH
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : (a) The reference Pneumatic Fly Ash Handling Systems are of the same type i.e. pressure system as is being offered by us for the present plant.
(ii) Successful operation of above plants for at least one (1) year. Yes/No.
OR
3.2 (a) (ii) Pneumatic Fly ash handling system for conveying fly ash from ESPs of a single pulverised coal fired boiler unit, by vacuum conveying system designed
for 30 TPH or more conveying capacity per vacuum extractor.
S.No Name of plant with No of units Design Offer ash Name of Date of Name of remarks
location with MW conveying conveying manufacture commissioning design and
capacity in capacity (TPH) capacity by (experience and No. of engineering
which system specified by bidder (TPH) list enclosed) years in agency
installed client successful (experience
(Documentary operation list
evidence enclosed)
attached)
Note : (a) The reference Pneumatic Fly Ash Handling Systems are of the same type i.e. vacuum system as is being offered by us for the present plant.
(ii) Successful operation of above plant(s) for at least one (1) year (Yes/No.)
We confirm that we* (or our proposed sub-vendor) have valid collaboration or licensing or Technology transfer agreement agreement for either the total
requirement or the balance part under clause 4.19.1 (b), which we/ our sub vendor itself is not able to meet, with M/s .............................. The details of
type and minimum equipment rating of such equipment are given below :
(a) (ii) Pneumatic Fly ash handling system for conveying fly ash from ESPs of a single pulverised coal fired boiler unit, by vacuum conveying
system designed for 30 TPH or more conveying capacity per vacuum extractor.
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Design Offered Ash Name of Date of Commissioning Remarks
No. Plant with with MW conveying conveying manufacturer and No. of years in
location Capacity in capacity capacity by (Experience successful operation
which system (TPH) bidder (TPH) list enclosed)
installed specified by client
(Documentary
evidence attached)
----------------------------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : (a) The reference Pneumatic Fly Ash Handling Systems are of the same type i.e. vacuum system as is being offered by us for the present plant.
(ii) Successful operation of above plant(s) for at least one (1) year (Yes/No.)
ATTACHMENT-3K-MH
And
We confirm that we* (or our proposed sub-vendor) have valid collaboration/association agreement for either the total requirement or the balance part under
clause 4.19.1 (c), which we/ our sub vendor itself is not able to meet, with M/s .............................. The details of type and minimum equipment rating of such
equipment are given below :
1.2 (b) Pneumatic Fly Ash Transportation System for transporting Fly Ash from a pulverized Coal and Boiler unit having capacity of not less
than 20 TPH for a conveying distance of not less than 500 mtr
S.No Name of plant with No of units Design Offer ash Name of Date of Name of remarks
location with MW transportation transportation manufacture commissioning design and
capacity in capacity (TPH) capacity by (experience and No. of engineering
which system specified by bidder (TPH) list enclosed) years in agency
installed client successful (experience
(Documentary operation list
evidence enclosed)
attached)
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
ATTACHMENT-3K-MH
(ii) Successful operation of above plant(s) for at least one (1) year. (Yes/No.)
And
3.3. We confirm that we* (or our proposed sub-vendor) have valid collaboration/association agreement for either the total requirement or the balance part
under clause 4.19.1 (d), which we/ our sub vendor itself is not able to meet, with M/s .............................. The details of type and minimum equipment rating of
such equipment are given below :
Complete Ash slurry disposal system for handling not less than 40 tonnes of ash per hour for coal/lignite fired power stations which includes, among others, ash
slurry pumps & piping system with associated controls.
S.No Name of plant No of units with Total quantity of Scope of work Name of Date of commissioning remarks
with location MW capacity in ash handled (TPH) along with manufacturer and No of years in
which system scheme (Experience list successful operation
installed (enclosed with enclosed)
bid)
(ii) Successful operation of above plant(s) for at least one (1) year. (Yes/No.)
ATTACHMENT-3K-MH
4.0 We are qualified under clause 4.19.3 of Sub-Section-IA, Part-A, Section-VI of Bidding Documents.We confirm that we* /our proposed sub-vendor is an
EPC organization in Collaboration with QAHPM (Qualified Ash Handling Plant Manufacturer):
a. The Bidder/Bidder's sub-vendor is an Engineering, Procurement and Construction (EPC) organization and have executed,
in the last 10 years, industrial projects on EPC basis (with or without civil works) in the area of Power, Steel, Oil & Gas,
Petro-chemical, Fertilizer, Flue Gas Desulphurisation and/or any other process industry with the total value of such projects
being INR 4,000 million or more. At least one of such projects have a contract value of INR 1,600 million or more. These
projects shall be in successful operation for a period of not less than one (1) year.
i. Name of EPC Sub-Vendor:
ii. Area of Project:
iii. Total value of Project:
iv. Total value of one such project:
v. No of years of successful operation:
b. The Bidder/Bidder’s sub-vendor have a valid ongoing collaboration and technology transfer/licensing agreement with a
QAHPM meeting requirements of clause 4.19.1 on its own, valid minimum up to the end of the defect liability period of the
contract. In such a case, Bidder/Bidder’s sub-vendor shall either source the AHP System from such manufacturer or
manufacture/get manufactured the AHP System as per the design and manufacturing drawings released by such QAHPM.
Name of QAHPM (Qualified Ash Handling Plant Manufacturer):
Details of QAHPM (Qualified Ash Handling Plant Manufacturer):
Wet Bottom Ash handling system comprising a jet pump system in conjunction with water impounded Bottom Ash Hopper designed for the conveying
capacity of 50 tonnes/hour (dry ash basis) or more per jet pump for pulverised coal fired boilers.
ATTACHMENT-3K-MH
Sl. Name of Plant No. of Units with Design conveying Offered Ash Name of Date of Remarks
No. with location MW Capacity in capacity per conveying Manufacturer Commissioning
which system Jet pump (TPH) referred capacity by (Experience list and No. of years in
installed by client (Documentary bidder per Jet enclosed) successful
evidence attached) Pump (TPH) operation
----------------------------------------------------------------------------------------------------------------------------------
Note : (a) The reference Bottom Ash Handling System is of the same type i.e. jet pump system as is being offered by us for the present plant
(b) Clients certificate enclosed in support of
(i) Details about above (Yes/No.)
(ii) Successful operation of above plant(s) for at least one (1) year. (Yes/No.)
OR
Wet Bottom Ash Handling system comprising a submerged scrapper chain conveyor system designed for the conveying capacity of 20 tonnes/hour
(dry ash basis) or more per conveyor, for pulverised coal fired boilers:
Sl. Name of No. of Units Design conveying Offered Ash Name of Date of Remarks
No. Plant with with MW capacity per conveying Manufacturer Commissioning
location Capacity in Scrapper conveyor capacity by bidder (Experience list and No. of years in
which (TPH) referred by per Jet Pump enclosed) successful
system client (TPH) operation
installed (Documentary
evidence attached)
ATTACHMENT-3K-MH
Note : (a) The reference Bottom Ash Handling System is of the same type i.e. submerged scrapper chain conveyor system as is being offered by us for the
present plant.
(b) Clients certificate enclosed in support of
(i) Details about above (Yes/No.)
(ii) Successful operation of above plant(s) for at least one (1) year. (Yes/No.)
AND
(ii) Pneumatic Fly Ash Handling System(Strike out whichever is not applicable)
Pneumatic Fly ash handling system for conveying fly ash from ESPs of a single pulverised coal fired boiler unit, by pressure conveying system
designed for 30 TPH or more conveying capacity.
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Design Offered Ash Name of Date of Commissioning Remarks
No. Plant with with MW conveying conveying manufacturer and No. of years in
location Capacity in capacity capacity by (Experience successful operation
which system (TPH) specified bidder (TPH) list enclosed)
installed by client
(Documentary
evidence attached)
----------------------------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : (a) The reference Pneumatic Fly Ash Handling Systems are of the same type i.e. pressure system as is being offered by us for the present plant.
(ii) Successful operation of above plants for at least one (1) year. Yes/No.
OR
Pneumatic Fly ash handling system for conveying fly ash from ESPs of a single pulverised coal fired boiler unit, by vacuum conveying system
designed for 30 TPH or more conveying capacity per vacuum extractor.
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Design Offered Ash Name of Date of Commissioning Remarks
No. Plant with with MW conveying conveying manufacturer and No. of years in
location Capacity in capacity capacity by (Experience successful operation
which system (TPH) bidder (TPH) list enclosed)
installed specified by client
(Documentary
evidence attached)
----------------------------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : (a) The reference Pneumatic Fly Ash Handling Systems are of the same type i.e. vacuum system as is being offered by us for the present plant.
(ii) Successful operation of above plant(s) for at least one (1) year (Yes/No.)
And
ATTACHMENT-3K-MH
Pneumatic Fly Ash Transportation System for transporting Fly Ash from a pulverized Coal and Boiler unit having capacity of not less than 20 TPH
for a conveying distance of not less than 500 mtr.
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Name of No. of Units Design Fly Ash Offered Ash Name of Date of Commissioning Remarks
No. Plant with with MW transportation transportation manufacturer and No. of years in
location Capacity in capacity (TPH) capacity and (Experience successful operation
which system and conveying conveying list enclosed)
installed distance specified distance
by client (Documentary
evidence attached)
------------------------------ ------------------------
Capacity Conveying Capacity Conveying
distance distance
TPH Mtr. TPH Mtr.
----------------------------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Note : Clients certificate enclosed in support of
(ii) Successful operation of above plant(s) for at least one (1) year. (Yes/No.)
AND
iii) Complete ash slurry disposal system for handling not less than 40 tonnes of ash per hour for coal/lignite fired power stations which includes, among others,
ash slurry pumps & piping system with associated controls.
ATTACHMENT-3K-MH
S.No Name of plant No of units with Total quantity of Scope of work Name of Date of commissioning remarks
with location MW capacity in ash handled (TPH) alongwith manufacturer and No of years in
which system scheme (Experience list successful operation
installed (enclosed with enclosed)
bid)
(ii) Successful operation of above plant(s) for at least one (1) year. (Yes/No.)
Bidder confirms to furnish letter of support from Collaborator/ Licensor /Technology provider for successful performance of the AHP system valid up
to the end of defect liability period of the contract as per the format enclosed in the bidding document, at the time of placement of order on the
approved sub-vendor.
Bidder confirms that the Technology transfer/Licensing agreement between the Bidder, Bidder’s sub-vendor & QAHPM shall cover transfer/licensing
of technological knowhow for AHP system in the form of transfer/licensing of design dossier, design software’s, drawings and documentation, quality
system manuals and imparting relevant personnel training to the Bidder/Bidder’s sub-vendor.
Letter of Support/Technology Transfer/Licensing agreement to be executed by the Bidder/Contractor, Bidder’s Sub vendor and Collaborator & Technology
Provider/Licensor (QAHPM) meeting the requirement of clause 4.19.3 of sub-section-I-A, Part A
ATTACHMENT-3K-MH
1. We, the Collaborator & Technology Provider/Licenser, and the Contractor *and *his Sub-Vendor, do hereby declare and undertake that we shall be jointly and severally
responsible to the Employer for the design, execution, and successful performance of the complete Ash handling System and all the contractual obligations including the
technical guarantees for the complete Ash handling System, as specified under the said Contract(s) to the satisfaction of the Employer.
2. We the Collaborator & Technology Provider/Licenser do hereby undertake, declare, and confirm that we shall be fully responsible for the successful performance of the ash
handling System and undertake to carry out all the obligations and responsibilities under this Technology transfer/Licensing agreement to discharge the Contractor's
obligations stipulated under the Contract.
3. Further the manner of achieving the objectives set forth in paragraph 1 above shall be as follows:
(a) We, the Collaborator & Technology Provider/Licenser shall be fully responsible for complete design, engineering, preparation of all designs, design calculations, design
documents/drawings, and manufacturing drawings including all its internals; preparation of all P&IDs & process flow diagrams; Selection of auxiliaries, and interfacing/
integrating with their auxiliaries so as to ensure satisfactory, reliable, safe and trouble free performance meeting all stipulated technical requirements as well as all
guaranteed parameters specified in the Contract for Ash handling System.
(b) We, the Collaborator & Technology Licenser shall extend our quality surveillance/ supervision/ quality control to the Contractor during manufacture, erection,
commissioning, and performance testing, both at Contractor's/Sub-vendor’’ works and/ or at Employer's project site and shall depute technical experts from time to time
to the Contractor's/ Sub-vendor’s works/ Employer's project site, as mutually agreed upon between the Employer and the Contractor.
(c) In the event the Collaborator & Technology Provider/Licenser and the Contractor and his Sub-Vendor fail to demonstrate that the ash handling System meets the
guaranteed parameters and demonstration parameters as specified in the contract, the Collaborator & Technology Provider/Licenser and the Contractor and his Sub-
Vendor shall promptly carry out all the corrective measures related to engineering services at their own expense and shall promptly provide corrected design to the
Employer.
(d) We, the Collaborator & Technology Licenser shall participate in Technical Coordination Meetings (TCMs) from time to time, as and when required by the Employer.
4. We, the Contractor and his Sub-Vendor and the Collaborator & Technology Provider/Licenser do hereby undertake and confirm that this Technology transfer
agreement/Licensing agreement shall be valid until the end of the defect liability period.
ATTACHMENT-3K-MH
5. The Contractor will be fully responsible for the complete design, engineering, supply, erection, commissioning, quality of all the equipment/main assemblies/components
manufactured at their works or at their Vendors' works or constructed at site, and their repair or replacement, if necessary, for incorporation in the Plant and timely delivery
thereof to meet the completion schedule under the Contract.
2. For M/s.....................................
(Contractor's Sub-Vendor)
TO:
Sub: Letter of Support submitted From ……….. (name of the Associate /Collaborator*/Technology provider*/Licensor*/Qualified equipment manufacturer*)
undertaking the responsibility for satisfactory performance of …..(name of the equipment).
Dear Sirs,
1. In accordance with the Award of the Contract by ……… (Name of the Contractor) to M/s. ……. (Name of the sub-vendor), we the aforesaid
Associate /Collaborator*/Technology provider*/Licensor*/Qualified equipment manufacturer*, (M/s ……….) shall be fully responsible for
the satisfactory performance of the ……….. (Equipment name).
2. Further, the manner of achieving the objective set forth in point 1 above shall be as follows:
For ……….. (Equipment name):
(A) We shall provide and shall be fully responsible for design, engineering & commissioning, manufacturing and assembly drawings of………..
(Equipment name). ……….. (Equipment name) shall be manufactured and supplied as per above design provided by us and the drawings
approved by Employer.
(B) We shall depute technical experts to Bidder’s/sub-vendor’s works for supervision during manufacturing, assembly, erection, commissioning
and final testing (as and when necessary) of the………. (Equipment name).
(C) We shall promptly carry out all the corrective measures and shall promptly provide corrected design and shall undertake replacements,
rectifications or modifications to the equipment as required in case the equipment fails to demonstrate successful performance as per
contract at site.
(D) We shall participate in Technical Co-ordination meetings (TCMs) from time to time, as and when required by Employer
ATTACHMENT-3K-MH
3. We, the Associate /Collaborator*/Technology provider*/Licensor*/Qualified equipment manufacturer* do hereby undertake and confirm
that this Letter of Support shall be valid for a period of seven (7) years or up to the end of defect liability period of the contract, whichever
is later.
.
Name …………………………………
Designation ……………………….
Date:………………
In conformity with the requirements specified under clause 4.19.4(a) Sub section-IA, Section -VI, Part-A of Horizontal centrifugal pump module, we have
offered Ash Slurry pumps manufactured by M/s ............................................ who have in the past supplied and installed ash slurry pumps for similar duty
application and have at least two (2) nos. pumps of the same models that are being offered having capacity not less than 1000 cubic meters per hour at each of
two (2) different stations which are in successful operation for at least one (1) year prior to the date of Techno-Commercial bid opening. In support of the
above, we furnish below the following details.
b) Pump Model :
c) Size of Pumps :
d) Number of pumps :
i) Whether the pumps are in successful operation prior to Techno-Commercial bid ` opening(Attach certificate from Client)
:
ATTACHMENT-3K-MH
TO:
Sub: Letter of Support submitted From ……….. (name of the Associate /Collaborator*/Technology provider*/Licensor*/Qualified equipment manufacturer*)
undertaking the responsibility for satisfactory performance of …..(name of the equipment).
Dear Sirs,
4. In accordance with the Award of the Contract by ……… (Name of the Contractor) to M/s. ……. (Name of the sub-vendor), we the aforesaid
Associate /Collaborator*/Technology provider*/Licensor*/Qualified equipment manufacturer*, (M/s ……….) shall be fully responsible for
the satisfactory performance of the ……….. (Equipment name).
5. Further, the manner of achieving the objective set forth in point 1 above shall be as follows:
For ……….. (Equipment name):
(E) We shall provide and shall be fully responsible for design,engineering & commissioning, manufacturing and assembly drawings of………..
(Equipment name). ……….. (Equipment name) shall be manufactured and supplied as per above design provided by us and the drawings
approved by Employer.
(F) We shall depute technical experts to Bidder’s/sub-vendor’s works for supervision during manufacturing, assembly, erection, commissioning
and final testing (as and when necessary) of the………. (Equipment name).
(G) We shall promptly carry out all the corrective measures and shall promptly provide corrected design and shall undertake replacements,
rectifications or modifications to the equipment as required in case the equipment fails to demonstrate successful performance as per
contract at site.
(H) We shall participate in Technical Co-ordination meetings (TCMs) from time to time, as and when required by Employer
6. We, the Associate /Collaborator*/Technology provider*/Licensor*/Qualified equipment manufacturer* do hereby undertake and confirm
that this Letter of Support shall be valid for a period of seven (7) years or up to the end of defect liability period of the contract, whichever
is later.
ATTACHMENT-3K-MH
Name …………………………………
Designation ……………………….
Date:………………
1 2 3 4
Name and address of the
collaborator/licensor/associate
Dear Sirs,
1. To satisfy the requirements of Item no. 4.20 of Sub-Section-IA, Part-A, Section-VI of Bidding Documents, we furnish the following
details:
* We M/s...............................................(Bidder/Sub-vendor) have filled in the requisite Qualifying Requirement (QR) details in line
with requirements of Clause No. 4.20.1 of Sub-Section-IA, Part-A, Section-VI of Bidding Documents in Attachment-3K which
establishes our meeting the QR.
-----------------------------------------------------------------------------------------------------------------
* Sub-vendor to strike out whichever is not applicable.
I. Applicable to Sub-vendor meeting Sub-QR as per Clause No. 4.20.1 of Sub-Section-IA, Part-A, Section-VI.
To satisfy the requirement of Clause No. 4.20.1 of Sub-Section-IA, Part-A, Section-VI. We give below the details:
In accordance with Clause No. 4.20.1 of Sub-Section-IA, Part-A, Section-VI, we confirm that we have designed,
manufactured/got manufactured, erected/supervised erection and commissioned/supervised commissioning at least one (1)
number integrated bulk material handling plant (essentially comprising of conveying) including all associated structural steel works
and electrical works of 1000 Metric tonnes per hour rated capacity or above for coal or other minerals of equivalent volumetric
capacity, which is in successful operation for at least one (1) year. The details of the qualifying plant are as under:
1. Name of the client :.......................................
We, hereby furnish the data on provenness criteria for Power Cycle piping systems as per clause no. 4.28 (i) & 4.28 (ii) of Sub-
Section-IA, Part-A of Section-VI respectively which have been in successful operation in at least one (1) plant for a period not less
than one year as on the LOA date of this Package. The details of type and minimum equipment rating of such equipment are given
below:
- e-mail id
- website address
v. Date of commissioning
of the unit
By Bidder By sub-Vendor
b) Engineering, including
engineering firm/agency
- e-mail id ---------------------------------------
- location ---------------------------------------
d) Date of Award
of Contract ---------------------------------------
e) Capacity of unit(s)
in MW
Date : (Signature)......................................................
(Designation)..................................................
(Common seal).............................................
Sub : Sub-Qualifying Requirements for the BFP Motor (Refer Clause No.5.3.0 of Sub-
Section-IA, Part-A, Section-VI.
12 Technical Particulars
a)Make
b) KW Rating at 50 deg.C. ambient (8MW or more)
c)rated Voltage(KV)
d) Motor Type (Squirrel Cage) Yes/No
e)Frame Size & Type Designation
f) Type & Class of Insulation
g) Type of Cooling
h) Reference Standard
ATTACHMENT - 3K-ELECTRICAL
PAGE 2 OF 26
13 Certificate from client in support
of above including capacity of motor , year and month of
Commissioning, period of successful operation and that
the above installed by us have caused no serious
problem in the past, is furnished this proposal at
Annexure…………………..
----------------------------------------------------------------------------------------------------------------------------
Date : (Signature).................................................
(Designation)..............................................
(Common seal)..........................................
ATTACHMENT - 3K-ELECTRICAL
PAGE 3 OF 26
Sub: Sub-Qualifying Requirements for the BFP Motor (Refer Clause No.5.3.0 of Sub-Section-IA,
Part-A, Section-VI.
12 Technical Particulars
a)Make
b) KW Rating at 50 deg.C. ambient (4MW or more)
c)rated Voltage(KV)
d) Motor Type (Squirrel Cage) Yes/No
e)Frame Size & Type Designation
f) Type & Class of Insulation
g) Type of Cooling
h) Reference Standard
13 Certificate from client in support
of above including capacity of motor , year and month of
Commissioning, period of successful operation and that
the above installed by us have caused no serious
problem in the past, is furnished this proposal at
Annexure…………………..
---------------------------------------------------------------------------------------------------------------------------
Date : (Signature)..........................................
(Designation)......................................
ATTACHMENT - 3K-ELECTRICAL
PAGE 4 OF 26
(Common seal).................................
ATTACHMENT - 3K-ELECTRICAL
PAGE 5 OF 26
Sub QR Data to be filled in to meet the provenness requirements (Refer Clause No. 5.4.0
of Sub-Section-I A, Part-A, Section-VI) for Battery Charger
Note : 1) Certificates from the client for the successful operation for each of the above shall be
Submitted.
Date : (Signature)......................................................
(Designation)..................................................
(Common seal)..............................................
ATTACHMENT - 3K-ELECTRICAL
PAGE 6 OF 26
Sub QR Data to be filled in to meet the provenness requirements (Refer Clause No. 5.6.0
of Sub-Section-I A, Part-A, Section-VI. for LT SWITCHGEAR
1.5.1 No. of Air circuit breaker panels and/or draw out motor
control centre panels manufactured and
supplied,under a single order, with fault rating of at
least 45kA for one (1) second and 105kA peak which
are in successful operation for at least two (2) years.
(under Route 2)
-----------------------------------------------------------------------------------------------------------------------------
Note : 1) Certificates from the client for the successful operation for each of the above shall be
Submitted.
Date : (Signature)......................................................
(Designation)..................................................
(Common seal)..............................................
ATTACHMENT - 3K-ELECTRICAL
PAGE 13 OF 26
Sub :We / subvendor……………………………………….. have designed, manufactured, supplied 33/ 11
kV / 6.6 kV / 3.3 kV SWITCHGEARSand these panels should have been in successful operation for at
least two (2) years.as per stipulated requirements mentioned at Clause No. 5.7 of Sub-Section A-1, Part-
A, Section-VI of Bidding documents for 33/ 11 kV / 6.6 kV / 3.3 kV SWITCHGEARS. The details of the
same are given below.
Note : 1) Certificates from the client for the successful operation for each of the above
shall be Submitted.
ATTACHMENT - 3K-ELECTRICAL
PAGE 15 OF 26
2) Supporting documents/ reference data as applicable shall be submitted.
Date : (Signature)......................................................
(Designation)..................................................
(Common seal)..............................................
ATTACHMENT - 3K-ELECTRICAL
PAGE 16 OF 26
Sub : We / subvendor……………………………………….. have designed, manufactured, supplied
Numerical Relays & Networking should have been in successful operation for at least two (2)
years.as per stipulated requirements mentioned at Clause No. 5.8 of Sub-Section A-1, Part-A, Section-
VI of Bidding documents for Numerical Relays & Networking.
Note : 1) Certificates from the client for the successful operation as applicable shall be
Submitted.
Date : (Signature)......................................................
(Designation)..................................................
(Common seal)..............................................
ATTACHMENT - 3K-ELECTRICAL
PAGE 18 OF 26
Sub : We / subvendor……………………………………….. have designed, manufactured, supplied at
least one (1) number of highest offered rating or above of high discharge type plante positive plante
type battery (in case bidder offers Lead Acid plante type battery) in at least one (1) industrial
installation, which should have been in successful operation for at least one(1).as per stipulated
requirements mentioned at Clause No. 5.9 of Sub-Section A-1, Part-A, Section-VI of Bidding
documents for Battery.
Sl.no Description Details
1.1 Numbers, Rating and type of the Battery manufactured
and supplied and installed in at one (1) industrial
installation and which are in successfulcoperation for at
least one (1) year
Date : (Signature)......................................................
(Designation)..................................................
(Common seal)..............................................
ATTACHMENT - 3K-ELECTRICAL
PAGE 19 OF 26
we declare that the supplier/sub-vendor have manufactured and supplied the following cables.
(i) Atleast 50 Kms of XLPE insulated power cables of 6.35/11 KV or higher voltage grade, executed
in one or more orders.
(ii) Atleast one (1) Km of flame retardant low smoke cables of any voltage level.
i) Manufactured Yes/No
ii)Supplied Yes/No
-----------------------------------------------------------------------------------------------------------------------------
Sl.no Description Details
1.1 supplier/sub-vendor have manufactured and supplied the
following cables.
ii) flame retardant low smoke cables of any voltage level.
i) Manufactured Yes/No
ii)Supplied Yes/No
-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)..........................................
(Designation)......................................
(Common seal)...................................
Note :
1. Continuation sheets of like size and format may be used as per the Sub-vendor's requirement
and shall be annexed to this Schedule.
ATTACHMENT - 3K-ELECTRICAL
PAGE 21 OF 26
2. Sub-vendor is required to attach necessary documents like copies of work order, completion
certificates, agreements, drawings etc. in support of
* If the quantity ordered is less than 50 Km in one order than please furnish the details for other
orders in same format.
ATTACHMENT - 3K-ELECTRICAL
PAGE 22 OF 26
Sub : We / subvendor……………………………………….. have designed, manufactured, supplied at
least one (1) number of DG set of rating not less than 1000 kVA, in at least one (1) installation, which
should be in successful operation for at least one (1) year as per stipulated requirements mentioned at
Clause No. 5.11 of Sub-Section A-1, Part-A, Section-VI of Bidding documents for Sub-Qualifying
Requirement of DG set.
Note : 1) Certificates from the client for the successful operation as applicable shall be
Submitted.
(Designation)..................................................
(Common seal)..............................................
ATTACHMENT - 3K-ELECTRICAL
PAGE 24 OF 26
Sub QR Data to be filled in to meet the proveness requirements (Refer Clause No. 5.12.1 of Sub-
Section-IA provenness, Part-A, Section-VI. for AUXILIARY OIL FILLED TRANSFORMERS AND HT
TRANSFORMERS
(I) We hereby confirm that We/Subvendor M/s ........................ have manufactured & supplied
atleast one (1) number (One installation) of 16MVA, 11 KV or higher rating oil filled transformers
which have been in successful operation for a period of atleast two (2) years as per stipulated
requirements mentioned at Clause No.5.12.1.1 of Sub-Section- IA provenness, Part-A of Section-
VI. The details of the same are given below:
-----------------------------------------------------------------------------------------------------------------------------
Sl. Item Description Installation
No. No. 1
-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Item Description Installation#1
1. Name of the station and its location
2.
Client Name and its Address, including Tel. No.
and Fax no.
3. Name and designation of the responsible
person in Clients
organisation.
4. Contract No. & Date
5. Voltage ratio
6. MVA rating of Transformer
7. Voltage class of Transformer
Short Circuit test carrying agency (Test Lab)- Name and
Address
8. Date of Short Circuit test
9. Short circuit test conducted successfully YES* / NO*
10. Certificate(s) from the Client(s) & copy of LOA/P.O. are YES* / NO*
enclosed along with the bid at Annexure to
thisAttachement-3K
ATTACHMENT - 3K-ELECTRICAL
PAGE 25 OF 26
-----------------------------------------------------------------------------------------------------------------------------
II. We hereby further confirm that we/sub-vendor M/s ....................... have our/his own facilities for
conducting all routine and type tests on transformers as per IS:2026 (except short circuit test) as
per Clause No. 5.12.1.2 of Sub-Section- IA provennessPart-A of Section-VI. The details of the
same are given below:
-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Name of Test Yes/No
-----------------------------------------------------------------------------------------------------------------------------
----------------------------------------------------------------------------------------------------------------------------
Note :
1) Sub-vendor to use their own performa for giving details of all routine and type test facilities
available with them.
2) Certificates from client(s) must also be attached as Annexure......................... to this Attachment-
3K.
ATTACHMENT - 3K-ELECTRICAL
PAGE 26 OF 26
III. We/sub-vendor ................................. hereby confirm that 16MVA, 11KV Class or higher rated oil
filled transformer manufactured by We/sub-vendor have been successfully short circuit tested as
per requirement of Clause No. 5.12.1.3 of Sub-Section- IA provenness, Part-A of Section-VI. The
details of the same are given below:
----------------------------------------------------------------------------------------------------------------------------
Sl. No. Item Description Details
----------------------------------------------------------------------------------------------------------------------------
Sl. No. Item Description Installation#1
1. Name of the station and its location
2.
Client Name and its Address, including Tel. No.
and Fax no.
3. Name and designation of the responsible
person in Clients
organisation.
4. Contract No. & Date
5. Voltage ratio
6. MVA rating of Transformer
7. Voltage class of Transformer
Short Circuit test carrying agency (Test Lab)- Name and
8
Address
9 Date of Short Circuit test
10. Short circuit test conducted successfully YES* / NO*
For the purpose of qualification of Bidders/ Sub-vendor(s), experience shall be reckoned as on the date of consideration for
approval but not later than six months after award date of STEAM GENERATOR ISLAND Package unless otherwise
specified in respective clauses.
e-mail address
-----------------------------------------------------------------------------------------------------------------------------
1.02.0 We/our sub-vendor(M/s ……………………….) confirm that we meet the provenness requirements
specified in Cl. No.6.3 & 6.4 of provenness requirements in the Sub-Section-IA, Part-A,
Section-VI of Bidding Documents. In this regard we declare that the offered BOP C&I DDCMIS is
the same or of the same series which is operating successfully for BOP C&I application or SG
C&I application in at least one (1) unit of rating 200 MW or above for a period of not less than one
(1) year and the offered BOP C&I DDCMIS have been commissioned in at least one (1) unit of
rating 200 MW or above in a power station for BOP C&I application, the details of which are
given below :
-----------------------------------------------------------------------------------------------------------------------------
Sl No Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
1. Name of Power Station (Location
and Address), where the offered
control system is operating success-
fully for a period of one (1) year
for the following
(a) Name of the Owner of Power
Station with full Address
-----------------------------------------------------------------------------------------------------------------------------
Sl No Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
• Boiler protection
of coal fired units.
-----------------------------------------------------------------------------------------------------------------------------
Sl No Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
---------------------------------------------------------------------------------------------------------------------------
ATTACHMENT - 3K-C&I
PAGE 6 OF 20
-----------------------------------------------------------------------------------------------------------------------------
Sl.No. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
Fax No.
Telephone No.
e-mail address
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
ATTACHMENT - 3K-C&I
PAGE 8 OF 20
-----------------------------------------------------------------------------------------------------------------------------
Sl.No. Item Description Plant No.1
---------------------------------------------------------------------------------------------------------------------------
1. Name of Power Station
(Location and Address)
Telephone No.
e-mail address
-----------------------------------------------------------------------------------------------------------------------------
Sl.No. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
6. Unit Rating (MW)
-----------------------------------------------------------------------------------------------------------------------------
Fax No.
Telephone No.
e-mail address
3. Name of Package/Contract
along with Order/LOA No.
& Date
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
ATTACHMENT - 3K-C&I
PAGE 12 OF 20
-----------------------------------------------------------------------------------------------------------------------------
Sl.No. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
Sl.No. Item Description Plant No.1
-----------------------------------------------------------------------------------------------------------------------------
(ii) SG C&I includes the following : *Yes/No
-----------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------
Sl.No. Item Description Plant No.1
---------------------------------------------------------------------------------------------------------------------------
----------------------------------------------------------------------------------------------------------------------------
Sl.No. Item Description Plant No.1
---------------------------------------------------------------------------------------------------------------------------
ATTACHMENT - 3K-C&I
PAGE 20 OF 20
-------------------------------------------------------------------------------------------------------------------------
ATTACHMENT - 3K-CIVIL
PAGE 1 OF 6
(I) We declare that we/our Sub-vendor's/ Agency(ies) meet the Provenness Criteria stipulated at Clause No. 7.0 of Part-A, Sub-
Section-IA of Section-VI of our own*/jointly with our Sub-Vendors as indicated below:
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Ref. of QR Clause 7.1 Clause 7.2 Clause7.3
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Sub :Provenness Requirements for the Civil Works Design and Detail Engineering
(II) We declare that we/our Sub-vendor's/ Agency(ies) meet the Criteria stipulated at Clause No. 7.4(a) of Part-A, Sub-Section-IA
of Section-VI of our own*/jointly with our Sub-Vendors as indicated below:
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
S.No. Ref. of QR Clause 7.4(a)
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Sub :Provenness Requirements for the Civil Works Design and Detail Engineering
(III) We declare that we/our Sub-vendor's/ Agency(ies) meet the Criteria stipulated at Clause No. 7.4(b) of Part-A, Sub-Section-IA
of Section-VI of our own*/jointly with our Sub-Vendors as indicated below:
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
S.No. Ref. of QR Clause 7.4(a)
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
(IV) In order to satisfy the Qualifying Requirements stipulated at Clause No. 7.1 of Sub-Section-IA, Part-A of section-VI, we declare
that *We/our Sub-Vendors *M/s. ................................... have executed the mentioned works ( including piling) for coal based
/lignite based/Nuclear power plant of 500MW or higher capacity, as per details given below:
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Sl. Name of Name & Address Ref. No. Date of completion Remarks
No. contracts of Client and date of works
of Award ------------------------------
of Contract As per Actual ---------------------------
Contract ----------------------------- Cu.m/year
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
1 2 3 4 5 6 7 8 9
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
ATTACHMENT - 3K-CIVIL
PAGE 5 OF 6
(IV) In order to satisfy the Qualifying Requirements stipulated at Clause No. 7.2 of Sub-Section-IA, Part-A of section-VI, we declare that *We/our
Sub-Vendors *M/s. ................................... have executed such works (RCC/Steel/Earthwork/Piling/other work for which it is being engaged)
of 500 MW or higher capacity coal based/ lignite based power plant/ nuclear power plant/ steel melting shop/ proportioning bin building of
steel plant, as per details given below:
----------------------------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------
Sl. Name of Name & Address Ref. No. and Date of completion of works Actually executed Asking rate Remarks
No. contracts of Client date of -------------------------------------------------- work for the of work
Award of As per Actual reference for this
Contract Contract ----------------------- contract contract
----------------------- Start Finish (Cu.m or MT / year) (Cum or MT/year)
start Finish
----------------------------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------
1 2 3 4 5 6 7 8 9 10 11
----------------------------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------
----------------------------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------
Note : i) Certificate from client(s) i.e. M/s ............................................ regarding the quantum of work executed during the one year period
in the above contracts is enclosed at Annexure .............................
ii) One Year means any continuous 12 months period within entire contract period.
(i) Vendor may attach same sheet with change in units of actually executed work quantity and asking rate for works of other
nature.
(VI) In order to satisfy the Qualifying Requirements stipulated at Clause No. 7.3 of Sub-Section-IA, Part-A of section-VI, we declare that
*We/our Sub-Vendors *M/s. ................................... have executed civil and structural works related to RCC Chimney shell of minimum
100m height using slipform shuttering, as per details given below:
----------------------------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------
Sl. Name of Name & Address Ref. No. and Date of completion of works Height of Whether Remarks
No. contracts of Client date of (Shell / Flue Liner) RCC Shell own Slip
Award of -------------------------------------------------- (m) from
Contract As per Actual equipment
Contract -----------------------
----------------------- Start Finish
start Finish
----------------------------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------
1 2 3 4 5 6 7 8 9 10 11
----------------------------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------
----------------------------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------
Note : i) Certificate from client(s) i.e. M/s ............................................ regarding civil / structural steel work related to RCC Chimney executed
in the above contracts is enclosed at Annexure .............................
PROJECT INFORMATION
1.00.00 BACKGROUND
2.00.00 CAPACITY
Base Load (However, continuous operation under two-shift and cyclic modes during certain
periods of the year is also envisaged.)
SITE DATA
Source of Coal : Most probable source - ‘F’ grade from coalfields of ECL.
NATURE OF LAND
Irrigation : None.
5.00.00 LAND
Total area of land available for Phase-I and Phase-II: 2085 Acres
No additional land is proposed to be acquired for the project.
7.00.00 WATER
Water requirement of Raghunathpur TPS is being met from Panchet Dam,about 12 Km from
Site, constructed across the Damodar River at Panchet in Dhanbad district of Jharkhand
State.
As per MOEF&CC vide notification dated 07.12.2015 and its amendment dated 28.06.2018,
the water requirement for Ph-II is limited to 40 Cusecs.The project shall be provided with
Water Cooled Condenser (WCC) and accordingly, consumptive make up water requirement
would be about 40Cusecs.
A total water allocation of 112.28 Cusecs is available with DVC for Raghunathpur Project. The
water requirement for Ph-I (2x600 MW) is about 48.41 Cusecs (with ash water recovery).
Surplus water available is63.87 Cusec. The water requirement for Ph-II will be met from the
available committed quantity of 112.28 Cusecs. No additional water commitment is required
for the expansion project.
9.00.00 COAL
Coal requirement for the project is estimated at 6.60 MTPA corresponding to 85% PLF
considering GCV of 3400 Kcal/Kg. M/s Central Coalfields Limited (CCL) on 03.01.2011 issued
a Letter of Assurance (LOA) for 4.69 MTPA of E-Grade Coal for Ph-II. DVC has requested
extension of validity of LOA for a further period of 4 years with effect from 31.03.2022 towards
fuel security of RTPS Ph-II. Further,SLC-LT, in its meeting held on 08.08.2022, has
recommended the grant of coal linkage under Para B (i) of SHAKTI Policy to Raghunathpur
TPS Ph-II from Coal India Limited.
The primary fuel for the main steam generator shall be coal. The coal quality parameters
indicated in Annexure-IV-2 are to be considered for steam generator design.
The fuel oils to be used for start-up, coal flame stabilization and low load operation of the
steam generator shall be Light Diesel Oils having the characteristics given at Annexure-IV-1.
The steam generators shall be based on super critical technology, once through type, water
tube, direct pulverized coal fired, top supported, balanced draft furnace, single reheat, radiant,
dry bottom type, suitable for outdoor installation. The gas path arrangement shall be single
pass (Tower type) or two pass type.
The Salient data for design and sizing of equipment at BMCR Condition at Annexure-VII-3.
Salient data for design and sizing of equipment at Pure Sliding Pressure Condition at
Annexure-VII-4 and VII-4A.
The project is envisaged with Flue Gas Desulfurization (FGD) system in compliance to the
notification dated 07.12.2015 by Ministry of Environment, Forest & Climate Change. The
Tentative Limestone characteristic to be used for design of FGD system shall be as per the
characteristic given at Annexure-IV-5.
Power Generated from each 660 MW units would be stepped up to the evacuation voltage
level through suitably rated Generator Transformer. The power evacuation is proposed
through two numbers of 400/220/132KV DVC Sub-stations envisaged for evacuation of Ph-II
power of the project.
CONSTRUCTION POWER
The requirements of the construction power supply for the project would be met from the
existing 11 kV switchgear.
It is proposed to adopt a recirculating type cooling water system with Induced Draft type
cooling towers for the project. For the re-circulating type CW system it is proposed to supply
clarified water as make up. Circulating water from CW pumps to TG area and from TG area to
cooling tower will be carried through pipes/ducts. Cooled water from Cooling Tower will be led
to CW pump house through the cold water channel by gravity.
Plant water scheme is included in Part-E of the technical specification.
All plant auxiliaries shall be cooled by De-mineralized water (DM) in a closed circuit. The
primary circuit DM water shall be cooled through plate type heat exchangers by Circulating
Water tapped from CW system in a closed secondary circuit.
It is proposed to provide independent primary cooling water circuit for TG & its auxiliaries
and Steam Generator & auxiliaries (including FGD) on Unit basis.
Necessary LP & HP water pumps, flushing water pumps & seal water pumps for slurry
disposal pump gland sealing are provided.
CW system blow down water shall be used in Ash Handling System, FGD process water and
CHP dust suppression, service water etc. (Refer Plant Water Scheme). Further, the plant
service water requirement, sealing of Vacuum pumps (if applicable) of Ash Handling plant,
make-up to fire water system, APH wash & FGD system (gypsum cake wash) make up shall
be met from PT plant of CW system (PT-CW). The waste service water collected from various
areas and coal-laden water from coal handling plant shall be treated as per requirement and
reused.
The quality of Raw water, Cooling Water Analysis, Design Clarified Water Analysis, & DM
water is given in this sub-section at Annexure-III-A, B & C.
All power plant structures and equipment, including plant auxiliary structures and equipment
shall be designed for seismic forces as given in Part-B of this section.
All structures and equipment of the power plant, including plant auxiliary structures and
equipment, shall be designed for wind forces as given as given in Part-B of this section
17.00.00 Vulnerability Atlas of India(VAI), prepared by Building Materials, Training and Promotion
Council (BMTPC) under Ministry of Housing and Urban Affairs, is a comprehensive document
which provides existing hazard scenario for the entire country and presents the digitized
State/UT-wise hazard, maps with respect to earthquakes, winds and floods for district-wise
identification of vulnerable areas. It also includes additional digitized maps for thunderstorms,
cyclones and landslides. The main purpose of this Atlas is its use for disaster preparedness
and mitigation at policy planning and project formulation and construction stage. The VAI
provides necessary information for risk analysis and hazard assessment and is available at
website www.bmtpc.org.
As per Government’s directive, it is mandatory for the bidders to refer VAI for multi-hazard risk
assessment and include the relevant hazard proneness specific to project location while
planning, designing and execution of the project in terms of following details:
Accordingly, bidder should refer VAI while planning, designing and execution of the project.
However, for design of structures/facilities and equipment, the criteria for earthquake resistant
design of structures and equipment, the criteria for Wind Resistant Design of Structures and
Equipment and design parameters for drainage facilities, stipulated in the Technical
Specification shall be followed.
For other information like area liable to floods, probable max. surge height, landslide,
thunderstorm, cyclone etc. agencies are required to refer the VAI.
ANNEXURE-I
VICINITY PLAN
ANNEXURE-II
METEOROLOGICAL DATA
ANNEXURE-III-A
RAW WATER ANALYSIS
19. TSS 7
ANNEXURE-III B
CONSTITUTUENTS As CONTENTS
ANNEXURE-III C
ANALYSIS OF DM WATER TO BE USED FOR MAKE-UP WATER TO CONDENSER
2. Iron as Fe Nil
ANNEXURE-IV-I
Characteristics LDO
ANNEXURE-IV-2
COAL CHARACTERISTICS
ANNEXURE-IV-3
ANNEXURE-IV-4
Worst Best
reducing temperature
ANNEXURE-IV-5
LIMESTONE CHARACTERISTICS
1. CaO % 47-51.0*
2. MgO % 0.9-2.0
3. Fe2O3 % 0.45-1.0
4. Al2O3 % 1.19-2.1
5. Si2O3 % 2.1-4.5
6. Mn2O3 % <0.12
7. P2O5 % Traces
8. Cl2 % <0.015
9. Na2O % <0.16
10. K2O % <0.01
11. TiO2 % <0.02
12. Total Sulphur % <0.1
13. LOI % 39.0-41.3
Physical Properties
Notes:
1. *Guaranteed parameters (guarantee on limestone consumption, auxiliary power
consumption & gypsum purity) shall be based on available (reactive) CaCO 3 content of
89%. The design of Flue Gas Desulphurisation (FGD) system & auxiliaries shall be
based on available (reactive) CaCO3 content of 79%.
2. For the purpose of volumetric computations of limestone handling & storage system
the bulk density of limestone shall be taken as 1400 kg/m3. However for torque, drive &
structural load requirements the density of lime stone shall be taken as 1700 kg/m 3.
For gypsum, the bulk density shall be taken as 900 kg/m 3 for volumetric computation
and 1250 kg/m3 for torque, drive & structural load requirements.
3. For the purpose of sizing of equipments and guarantee, MgCO 3 shall be considered as
unreactive dolomitic form.
4. The above represent limestone quality to be considered for basic sizing and
guarantees. Further the bidder is required to collect limestone samples from site for
analysing is characteristic including reactivity. Bidder shall indicate in its bid thequantity
of limestone required for such testing.
Annexure-IV-6
METHANOL CHARACTERSTICS
Annexure-IV-7(A)
Length: Random
(ARB*)
Value (GCVARB*)
Annexure-IV-7(B)
The sample was prepared by torrefying rice straw at 300 deg C with a holding time of one
hour. Following analysis are carried out at NETRA using the powdered torrefied rice straw
samples and the results of various testing for the specific sample is tabulated below:
Annexure-IV-7(C)
For the Torrefied Rice Straw Pellets (Prepared by torrefaction of rice straw at 300 deg
C with holding time of 1 hr) tested at NETRA, the test results are as follows:
B. For Cation (ISO 16967:2015 E-Solid Biofuels- Determination of major elements …)-
Reported as wt % dry basis
Note: The above details as at Annexure-IV-7(A), IV-7(B & IV-7(C) are indicative only
and shall vary based on the exact raw material and its subsequent processing.
ANNEXURE-VII-3
BMCR condition,
Sl. No. Description
3% MU, 77 mmHg
Pressure drop through the Reheater including cold and hot 10% of HPT
9
Reheat piping (kg/cm2) Exhaust Pressure
Notes:
(1) The parameters given here are tentative and will be finalized after receiving form TG
supplier.
(2) Feed Water Temperature at Economizer Inlet specified in above table is at Bidder's
Feed Water terminal point (Specified elsewhere in the specification)
ANNEXURE-VII-4
Salient data for design and sizing of equipment at Pure Sliding Pressure Condition
(Both stream
of HPHs out of
PSP PSP PSP service)
condition condition condition
Steam flow at
1 1912.465 2028.250 1500.026 1113.716 928.803 1673.060
Superheater Outlet (T/hr)
Pressure at SH Outlet To be derived by the bidder based on the SH outlet Pressure of 256
3
(kg/cm2-abs) kg/cm2 (abs) at BMCR condition
Temperature at
4 568 568 568 568 568 568
Superheater outlet (°C)
Steam Pressure at HP
6 Turbine exhaust (Kg/cm2- 55.71 58.78 44.67 33.93 28.01 58.52
abs)
Steam temperature at HP
7 335.8 341.7 341.2 345.3 345 351.9
Turbine exhaust (°C)
Steam Temperature at
8 596 596 596 596 596 596
Reheater Outlet (°C)
Notes:
(1) The parameters given here are tentative and will be finalized after receiving form TG
supplier.
(2) The above parameters are at 0% Make-up with average condenser back pressure of
77 mm of Hg.
(3) The Final Feed Water Temperature during All HP heater out can go down till 176°C.
(4) Feed Water Temperature at Economizer Inlet specified in above table is at bidder's
Feed Water terminal point (Specified elsewhere in the specification.
ANNEXURE-VII-4A
Salient data for design and sizing of equipment at Pure Sliding Pressure Condition
693MW
Notes:
(1) The parameters given here are tentative and will be finalized after receiving from TG
supplier.
(2) Feed Water Temperature at Economizer Inlet specified in above table is at bidder's
Feed Water terminal point (Specified elsewhere in the specification).
1.01.00 The scope of work for the equipment and accessories to be furnished in accordance with this
Sub-section “Steam Generators and Auxiliaries including ESP” and other sub-sections for
“Flue Gas Desulphurization (FGD) System” shall include design, manufacture, engineering,
inspection and testing at suppliers works, packing, forwarding to site, unloading, erection,
supervision, pre-commissioning, testing and commissioning and performance testing of the
equipment/system and works indicated in this Sub-section of the technical specification. Any
item or works though not specifically mentioned in this specification but needed to complete
the equipment & systems to meet the intent of the Specification shall also be furnished.
1.02.00 Tests
The scope of the Contractor includes all shop tests, type tests, site tests, routine tests, etc.,
fulfillment of complete quality assurance & inspection requirements and related activities for
all the equipment & systems covered under the scope of work of bidder as per the
stipulations of Technical Specifications.
1.03.01 Contractor’s Scope shall include all pre-commissioning and commissioning activities,
required for successful performance of all equipment and systems under this Sub-section
and shall include, but will not be limited to, activities detailed in Part-B of Technical
Specification. Contractor's scope shall also include supply of all materials and services
including the following for successful conductance of pre-commissioning and commissioning
activities:
1.03.02 Complete pre-commissioning work including tests of facilities such as line flushing, hydraulic
testing of pressure parts, air and gas tightness tests of steam generator enclosure, duct work
and ESP, FGD System, chemical cleaning of pressure parts, steam blow off, pressure drop
test of ESP System, gas distribution test of ESPs, etc. and all other tests as mutually agreed
in the Contractor’s quality assurance program as well as those identified in the specification.
1.03.04 Supply of all consumables (except coal, oil and limestone) like chemicals for chemical
cleaning, passivation, inhibition etc., oil for line flushing, nitrogen for blanketing, consumables
for air/ gas tightness tests and any other consumable as may be required for above pre-
commissioning/ commissioning activities. And the total required limestone shall be issued
free of charge by the employer for such purposes.
1.03.05 (a) Supply of all temporary equipment such as tanks, piping, including supports, valves,
Electrically Operated Temporary Valves (EOTVs) including one (1) no. as a spare in
addition to the required number for Steam blowing process, nitrogen blanketing and
purging equipment including nitrogen cylinders, pumps, blowers and all necessary
instrumentation for successful conductance of pre-commissioning and
commissioning activities. All temporary equipment, pumps, blowers, valves etc.
brought to site, by the Contractor for pre-commissioning/commissioning purpose
shall be in good working condition to ensure its safe and reliable operation at site. All
such temporary equipment/components shall be brought to site at least three (3)
months prior to commencement of relevant pre-commissioning/commissioning
activities. On receipt of the temporary equipment/components at site, the same shall
be inspected by the Employer to ensure its safe and reliable operation and if in the
opinion of the Employer the temporary equipment/components are not in satisfactory
conditions to ensure it's safe and reliable operation the same shall be immediately
replaced by the Contractor.
(b) The temporary equipment specifically brought by the Contractor solely for the pre-
commissioning and commissioning work shall on completion of these activities,
remain the property of the Contractor. However, the nitrogen blanketing and purging
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 1 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
equipment including nitrogen cylinders and one (1) no. spare Electrically Operated
Temporary Valve (EOTV), required for pre-commissioning/commissioning activities
of Steam Generator & Auxiliaries, shall get included in the Contractor’s permanent
scope of supply and become property of the Employer.
(c) The selection of material of all the temporary equipment/ instruments shall be
compatible with the service conditions expected during pre-commissioning/
commissioning activities.
(d) All temporary equipment and instruments along with the respective control system
shall be clearly listed out in the bid.
1.03.06 Supply of all labour, skilled/ semi skilled supervisors, engineers and any other manpower.
1.03.07 The scope of the Contractor shall also include necessary approach & platforms for all the
instruments required during commissioning and testing. These approach platforms shall be
provided to meet all required safety norms and these shall be of permanent nature.
The Contractor's scope of supply & services for Steam Generator(s)(SG) shall include all
equipment required for Two (02) numbers of once through, single/double pass (tower
type/two pass type), single reheat, radiant furnace, dry bottom, balanced draft, outdoor type,
pulverized coal fired steam generating units having supercritical steam parameters with all
necessary auxiliaries, integral piping, elevators, etc. Items though not specifically mentioned
but needed to complete the equipment and systems to meet the intent of specification, shall
be deemed to be included in scope of work of Contractor. The scope of supply and services
for each steam generating unit shall include all items indicated but will not be limited to the
following:
2.01.00 Furnace/Evaporator
(a) Water cooled furnace complete with separator(s), water wall, headers, steam
generating tubes, risers, furnace bottom hoppers, drains, observation ports,
inspection doors/manholes, sample connections, Metal Temperature Measurement
(MTM) thermocouples etc.
(b) Two (2) numbers of retractable type temperature probes with duplex type elements
at the furnace outlet or Reheater inlet, complete with all accessories like guiding
supports, cooling arrangement, motor with position indicator etc.
Minimum Two (2) numbers of steam separators along with a drain collection vessel at the
evaporator outlet. The separator(s) and drain collection vessel shall be of welded
construction/ forged construction/ seamless tube with all its internals(if applicable), safety
valves, mountings, fittings and accessories including the nozzle for connections and suitable
arrangement for checking and maintenance, necessary tapping points along with root valves
for level measurement, drains, valves, piping and associated fittings.
Superheater(s) including safety valves, main steam stop valves at superheater outlet with
integral bypass valves, drains, start up vents, air release valves, nitrogen connections,
sampling connections, MTM thermocouples etc.
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 2 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
2.04.00 Reheater(s)
Reheater(s) including safety valves, drains, start up vents, air release valves, sampling
connection, reheater inlet and outlet isolators, MTM thermocouples etc.
2.05.00 Economizer
In line, bare tube economizer, including vents, drains and sampling connections etc.
(1) 1x100% start-up drain recirculation pump complete with connecting pipe work
between separator/drain collection vessel and the pump and between pump and the
feed water supply pipeline along with necessary separator/drain collection vessel
level control and isolation valves.
(2) Double isolation (one motorised and one manual) valve at the suction and Motorised
isolation, Electrohydraulic operated control valve and a non return valve on the
discharge of the pump. Alternatively, Electrohydraulic operated control valve and a
motor operated stop cum check valve is also acceptable.
(3) A mixing box on the pump suction, a non return valve and motorized isolation valve
upstream of the mixing box on the recirculation line from separator. Piping between
the mixing box and the feed water supply line with a NRV on this line. Other proven
standards systems with startup drain circulation pumps are also acceptable provided
Contractor has proven experience on satisfactory performance of such system(s) in
sub critical/supercritical units of similar capacity which are designed for variable
pressure operation. In case Bidder offers startup circulation system without mixing
box, the Bidder in his bid proposal shall furnish necessary data/information in support
of provenness of system offered.
(4) An alternate drain connection to enable start up of steam generator even when the
Start up drain recirculation pump is not in service shall also be provided. The system
shall comprise of an atmospheric flash tank and drain receiving vessel located in the
Steam Generator area and shall be complete with all necessary valves, piping, level
control system etc. The startup drain from the separator(s)/ Drain collection vessel to
atmospheric flash tank shall be led through twin piping leg, each leg being provided
with a motorised isolation valve and an Electro- hydraulic operated control valve.
2X50% pumps to transfer condensate from the receiving vessel to the main
condenser, either directly or through a flash tank shall also be provided along with all
necessary valves and discharge piping.
(5) Vent pipe from atmospheric flash tank terminated above steam generator roof level.
(6) Circulating water pump motor shall be provided with cooler along with necessary
valve and connecting cooling water pipelines.
(7) All necessary instruments, like level transmitters, pressure gauges etc., with necessary
root valves to function in conjunction with the above.
Desuperheating spray type attemperators with headers shall be provided for the spray for
Superheaters and Reheaters. The superheater spray water shall be tapped off from a
suitable location downstream side of HP heaters or intermediate banks of economiser or
economizer outlet. However, for Reheater desuperheating, the spray water shall be tapped
off from the intermediate stage of Boiler Feed Pumps.
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 3 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
2.07.01 The requirements indicated below for each leg of each stage of desuperheating spray system
is for superheater spray system. Similar system shall be provided for reheater spray system
also.
(a) Two (2) nos. pneumatically operated spray control valves, each rated for full duty with
two (2) nos. pneumatically/motor operated isolating valves upstream & two (2) nos.
manually operated isolating valves down stream of the spray control valves
(c) Quick acting pneumatically/motor operated block valve (with solenoid) at upstream of
each superheater spray control station in the common super heater attemperation
line.
(d) Non-return valves in each individual spray leg nearest to the spray point.
(e) Welded type attemperation water flow nozzle before/ after spray control valve in the
common line along with all accessories for flow measurements and controls.
(f) Suitable Handling arrangement with hoist and monorail for spray station valves and
actuators shall be provided.
2.08.00 VALVES
All necessary isolating, control, regulating, check and relief valves whether pneumatically
operated, motor operated valves, hydraulic or manually operated including main steam stop
valves, vent valves, drain valves, root valves, safety valves, mountings etc., as required for
the steam generator integral piping system and associated piping system. All power
operated valves shall be complete with actuator assemblies and accessories like limit switch
assemblies, position transmitters, air locks etc. Integral bypass valves with actuators and
accessories, for all high pressure isolating valves as specified. Any valve/ mounting not
specifically indicated but required for safe/efficient/reliable operation of the steam generator
shall also be included. The valves and accessories shall comply with the following
requirements and shall include:
(a) All drain, vent, air release, instrument root, isolation drains and sampling lines shall
be provided with two valves in series if the pressure is equal to or above 40 Kg/
cm2(a) or temperature is above 300 degree Celsius. However, single isolating valve
shall be acceptable in the other case.
(b) Main steam stop valves with motor drives along with double motorised integral
bypass valves and piping.
(c) All necessary level control valves, electro hydraulic operated fast acting valve with
safety features, their isolating valves, bypass valves, non-return valves and drain
valves etc., for the start up recirculation circuit.
(d) One non-return valve and flow element on feed line(s) at inlet and as close as
possible to the economizer.
(f) Superheater and reheater safety valves and the drain pans for these.
(g) Electromatic Relief Valves (ERV) /Electromatic ball valve (EBV) on SH outlet and RH
outlet. Each of these valves at SH and RH outlet(s) shall be composite unit including
solenoid valve assembly, pressure sensing device, impulse piping, accessories, and
the drain pans etc. A motorised remote operated isolation valve shall be provided on
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 4 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
upstream side of each relief valve. The control of ERV along with the motorised valve
shall be performed from SG C&I system.
(h) Start-up drain and vent regulating valves with motor drives and position feedback
transmitter with control from SG C&I system.
(i) Start-up drain and vent isolating valves with motor drives with control from SG C&I
system.
(j) All start-up vents, lowest set pressure spring loaded safety valve and Electromatic
Relief valves (ERV)/Electromatic ball valves (EBV) at superheater & reheater outlet
and lowest set pressure spring loaded safety valves on Separator shall be provided
with silencers for each safety valve. The silencers shall enable meeting specified
noise levels and the safety/ relief valve floats.
(k) All instrument tapping point with root valves. Two root valves in series shall be
provided for lines above 40 kg/cm2 (g) pressure or temperature above 300 deg.C.
(m) Necessary drain system including low noise drain valve to ensure draining of the
steam generators in one hour without any assistance.
(n) A non return valve and isolation valve on steam generator fill line.
(o) Any other valves not mentioned specifically but needed to complete the system with
drives, wherever required.
(q) The start-up, load maneuvering and shut down of steam generator is proposed from
the central control room. The Contractor shall provide all required valves with their
actuators and remote operation facilities to achieve this.
(r) All other operational requirements specified elsewhere shall also be complied with.
The Contractor shall provide all required valves with specified type of actuator to
meet such operational requirements.
2.09.01 Soot blowers and soot blowing system shall be provided to effectively remove all ash
deposits from the heat transfer surfaces of the Steam Generator. Short retractable rotary wall
blowers shall be provided for the furnace long fully retractable rotary blowers for superheater,
reheater and economizer and sweep action/ swing arm/Long retractable non rotating blowers
for regenerative air preheater. Each blower shall be provided with motor drive with coupling
and coupling guards, base plate frame and holding bolts, speed reducers, cam, chain drives
and other ancillaries, emergency hand cranks, flanges, gaskets, seals and bearings for each
soot blower and its supporting structures.
2.09.02 Soot blower piping including supply piping to all soot blowers through pressure reducing
station, drain piping, vent piping, relief valves and escape piping with silencer, support &
hangers etc. Complete soot blower piping shall have warm up and automatic self draining
features to preclude water being blown on to the heat absorption surfaces.
2.09.03 Steam from Cold Reheat Line shall be predominantly used for soot blowers. However, during
low load operation or during non-availability of soot blowing steam of appropriate parameters,
alternate source can be taken from Super Heater circuit. For this purpose, soot blowing
steam shall be taken from the Cold Reheat (left & right) lines and also from Super Heater
circuit (left & right) with suitable provision of interlock and protection to use CRH source at
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 5 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
high load and super heater circuit steam at low load as per pressure and degree of superheat
required. Valves for soot blower operation shall include pneumatically operated pressure
reducing control valves, ( one control valve of 0-100% capacity for all types of blowers taken
in service in any combinations, one standby 0-100% capacity motorised inching valve with
position feedback, drain valves), isolating valves with motor drives up stream of each of
pressure control valves, all other valves and steam supply lines as required for soot-blower
operation, coupling, air purge, vent and relief valves etc. Manually operated isolation valves
on steam supply line shall be provided at each stream of furnace blowers or as per standard
proven practice of the bidder. These valves shall be designed for full flow and shall be tight
shut off type.
2.09.04 Complete soot blower control system inclusive of control system components, control
cabinets, transmitters, sensors, temperature elements, interlocks, prefabricated cables and
all required accessories shall be provided.
2.10.00 Auxiliary Steam Pressure Reducing and Desuperheating Station (Aux. PRDS)
The scope shall be read in conjunction with applicable tender drawing “Auxiliary Steam
System P&ID” and shall include but not limited to the following:
Contractor shall provide complete auxiliary steam pressure reducing and desuperheating
station (Aux PRDS) system to meet the auxiliary steam requirement during unit normal
operation, intermittent auxiliary steam requirement of units and station and auxiliary steam
requirement for the startup of units.
Each unit shall be provided with a high capacity pressure reducing and desuperheating
station (HCPRDS) taking tap off from Main Steam (MS) or intermediate stage of superheaters
(as per bidder’s standard practice) and a low capacity pressure reducing station (LCPRS)
taking tap off from Cold Reheat (CRH) lines. Auxiliary steam header(s) shall be taking steam
from both the above PRDS/PRS stations.
The auxiliary steam systems of all units shall be suitably interconnected, so as to enable
startup of unit by taking auxiliary steam from any of the other running unit of the station.
Further it should be possible to meet the auxiliary steam requirement of station auxiliaries
from any of the running units of the station.
Further, the Bidder shall provide an interconnection arrangement at station header with Aux.
steam header of existing Phase-I units.
The bidder may offer combined pressure reducing cum desuperheating valve or a pressure
reducing valve with separate desuperheater, as per bidder’s proven. standard practice.
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 6 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
d) One flow element upstream of PRDS to measure total auxiliary steam flow through
HCPRDS
2.10.03 Necessary piping, draining arrangement with valves, etc., integral to the Aux. PRDS station
along with safety valves. The safety valve down stream of the steam pressure reducing
valve shall be designed for a flow corresponding to the pressure control valve fully open
condition and the upstream main steam/cold reheat (as the case may be) pressure being
maximum expected.
Further, an interconnecting header of minimum 350 NB line size for supply of auxiliary steam
at station header to and from the existing units of Phase-I (2x600 MW) (capacity 60 TPH),
consisting of motorized inching valve with motorized integral bypass valve and one manual
isolation valve near each end of Phase-I and Phase-II units (Manual isolation valve at
existing stage end shall be provided only if there is no manual isolation valve already
available) and necessary piping, draining and warm-up arrangement with valves,
instrumentation etc. for the interconnection line between existing Phase-I & upcoming Phase-
II (Refer Auxiliary Steam System P&ID also).
2.10.04 If PRDS valves are provided with electrohydraulic actuators, the required oil pumps,
accumulators, E/H converter instrumentation and other accessories to make the system
complete shall be provided. The oil pumps and accumulators shall have redundant facility.
2.10.05 If PRDS valves with pneumatic actuators are envisaged, microprocessor based electronic
positioners with other accessories to make the system complete shall be provided.
2.10.06 All instrumentation as per the process requirements for Control/monitoring the plant.
2.10.07 All stub connections on Aux. PRDS headers are to be provided with isolation valves.
2.10.08 Isolation valves with blank flanges shall be provided on station headers for future
interconnections.
2.10.09 SG C&I based control system as elaborated under relevant clauses of this specification.
All integral piping/fittings required for proper, efficient and safe operation of Steam Generator
including links, headers, drains, vents and other integral piping The piping shall be designed
to meet the requirements of Indian Boiler Regulations (IBR) and the requirements indicated
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 7 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
in Steam Generator Specifications. Any piping not specifically excluded and required for
completion of Steam Generator and specification requirements shall be provided.
2.11.01 The scope covers all piping upstream of the Main Steam Stop Valve (MSSV) with by-pass
arrangement including valves and piping, complete drain piping from various headers,
desuperheaters, equipment and Separator etc. to drain collection headers, all piping
downstream of and including the NRV on the feed water piping at economizer inlet, all piping
associated with start up recirculation drain system, all auxiliary steam piping to SCAPH, mill
fire fighting etc. and drain piping from SCAPH tank(s) to atmospheric flash tank
2.11.02 Drain collection headers and drain connection lines up to atmospheric flash tank.
2.11.03 All drain piping from safety valves and drains of vent lines led to and terminated at ground
level. All free drains, wash water drains discharge of fire fighting water etc, shall be taken up
to and connected to the nearest drain.
2.11.04 All vent pipes and safety valves escape pipes to a level above boiler house roof. The vents
on the headers and links shall be provided with drain lines connected to a common trough
and further to and terminated at the drain trench at the ground level.
2.11.05 All hangers and supports with auxiliary steel structure, including columns and beams, base
plates, foundation bolts, nuts and washers wherever applicable, weather hoods for pipes
crossing ceiling & walls, drain funnel.
2.11.06 Thermal insulation with cladding and accessories for all piping covered herein.
2.11.07 Cooling water lines upto drain receiving Tank for cooling of tank drains.
2.11.08 Superheater (SH) &reheater (RH) attemperation lines along with attemperation system
2.11.09 Boiler fill lines, Start-up vent piping., Soot blower piping, Instrument air & service air piping
2.11.10 All the above piping systems shall be complete with valves, specialties, stubs including
instrument stubs pipe headers, manifold, bends, elbows, reducers/expanders, matching
flanges and suitable gaskets, nuts and bolts, etc. T-connections along with root valves in
impulse pipes from where tappings are required to be taken for remote measurement in case
provision does not exist for separate tapping points from the equipment for remote
measurement and control. However all such T-connections and tapping points shall be
subject to Employer's approval.
2.11.12 Complete purge/ fill piping for Steam Generator start-up recirculation pump and complete
drain piping for this pump.
2.11.13 The auxiliary steam station headers shall be provided with necessary isolation valves for
interconnection between the units.
2.11.14 Interconnecting auxiliary steam piping from auxiliary steam station header(s).
2.11.15 Interconnecting auxiliary steam piping from existing Phase-I to auxiliary steam station
header(s). The complete engineering, routing, hanger, support and auxiliary structure shall
be in the Contractor’s scope.
2.11.16 Contractor to provide a tap-off with an isolation valve from auxiliary steam piping from Phase-
II for further connection of future units.
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 8 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
2.12.01 One (1) number atmospheric flash tank (located in the SG area) as indicated in clause
2.06.00 of this sub-section, One (1) no. of Drain receiving tank (located in SG area), including
level gauges, redundant level transmitters for remote level control through SG C&I systems,
control valves, vents, drains etc. All other local instruments like gauge glass, level switch for
high/low level alarms and pressure/temperature instrumentation shall also be provided
The complete draft plant for the balanced draft system including the following:
Two (2) nos. of axial type, constant speed variable pitch controlled FD fans each with drive
motor, base plates, foundation bolts & nuts, inlet bird and trash screen, suitable arrangement
to prevent rain water entry to fan motor, coupling and coupling guard and acoustic silencer.
Each fan shall be provided with bearing lubrication and hydraulic blade pitch control unit(s)
consisting of:
(1) 2x100% oil pumps, each with motor drive, coupling and coupling guard.
Silencers shall be provided at the suction of the fans to limit the noise levels to specified
values.
Each fan bearing shall be provided with three (03) numbers duplex RTDs connected to 1 no
of dual input TT and 2 nos of Single input TT for bearing metal temperature measurement,
control & monitoring.
Two (2) nos. two stage ID fans (Axial type, Constant speed, variable pitch controlled) each
with drive motor, base plates, foundation bolts and nuts, inlet box, discharge case, coupling,
coupling guard and suitable arrangement to prevent rain water entry to fan motor. Each ID
fan shall be provided with bearing lubrication and hydraulic blade pitch control unit(s)
consisting of.
(1) 2x100% oil pumps each with motor, coupling and coupling guard.
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 9 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
(5) Instrumentation, vibration monitoring, inter connected piping, valves and fittings
including pressure relief valves and NRVs.
Alternatively, a forced oil lubrication system (consisting of 1to 6 above) common to bearing
lubrication and for servo motor operation to each ID Fan will also be acceptable.
Each fan bearing shall be provided with three (03) numbers duplex RTDs connected to 1 no
of dual input TT and 2 nos of Single input TT for bearing metal temperature measurement,
control & monitoring.
2.14.00 Regenerative Air Pre-heater (RAPH) and Steam Coil Air Pre-Heaters (SCAPH)
Two (2) Bisector type RAPH for secondary air system and two (2) Bisector type RAPH for
primary air system, each complete with following:
OR
Alternatively, Two (2) Trisector type RAPH, each complete with following:
(1) One (1) peripheral ACVFD drive connected to drive the Airheater along with
automatic clutching/declutching arrangement. Alternatively, a centrally mounted APH
ACVFD Drive system having sufficient space for mounting the emergency drive and
having handling facility with proven experience may also be acceptable.
(2) Independent air motor drive along with automatic clutching/declutching arrangement.
(3) Air receiver with storage capacity which can facilitate not less than 10 minutes
continuous operation of air motors.
(4) Piping and fittings, air filters, regulators including suitable solenoid valves for
automatically admitting air for starting air motors in case of air motor solenoid power
supply failure, pressure transmitters on air line to air motor(s) etc.
(5) Air heater stand still sensing device with necessary logic components &accessories
for Air Heater rotor stoppage alarm. The motions to be precluded up at appropriate
location of the rotor shaft.
(6) Permanent fire fighting equipment on both gas as well as air sides and also on both
cold as well as hot end sides including, spray nozzles, valves and pipe work
connected to fire water system.
(8) Dust hoppers with bracing, stiffeners, supporting structure, baffles, access door,
matching flanges, expansion joints, RF type ash level switches (for high level) etc.,
and suitable approach platform for each hopper & ash level switches.
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 10 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
(9) Oil carry over probe for detection of oil during oil firing for each RAPH.
(10) Soot Blowers in the Flue gas hot end and cold end.
(12) Off load water washing facility with the water supply pipe work and the drainage
piping with valves to connect drains from air heater to the nearest station drains.
(14) Forced lubrication system for bearing of each air heater shall be provided and shall
include two (2) x 100% capacity oil pumps with motor, two (2) x 100% oil coolers and
two (2) x 100% oil filters etc.
(15) Any other equipment/accessories/instrument etc., to make the system complete for
reliable and safe operation.
Two (2) Steam Coil Air Preheaters for secondary air and two (2) for primary air
systems*suitable for the type of RAPH offered.
The SCAPH shall be installed on the bypass duct at Primary Air (PA)fan and FD fan outlets
with necessary dampers, along with drain pipe up to atmospheric flash tank, auxiliary steam
piping to supply heating steam to each SCAPH from the auxiliary steam system along with
individual temperature control valves shall be provided.
* In case Bidder offers Tri-sector RAPH, Bidder at his option may or may not provide the
SCAPH in primary air side if bidder can meet the specification requirement of preventing cold
end corrosion with sizing of SCAPH in secondary air side. Bidder will furnish the relevant
details, calculations, curves etc. along with his offer establishing the same
2.15.01 Raw Coal Chutes and Bunker shut off valves, including following:
(i) Manually operated rod type isolating gate at bunker outlet, Motor operated (sliding
gate type) Raw Coal Bunker shut off gate at the bunker mouth and manually
operated gate at RC feeder inlet (all shall be for each coal feeder).
(ii) Chain wheel & chain for manual operation of bunker shut off and RC feeder inlet
valve from the feeder floor.
(iii) Coal chute between bunker shutoff gate and RC feeder inlet.
(iv) Coal chute between outlet of feeder and inlet of mill along with motor/ pneumatic
operated shut off gate at RC feeder outlet.
(v) Permanent Chutes connection shall be provided from the feeder floor to ground
near each feeder for unloading of coal from bunkers on trucks at ground level. A
cover to be provided at the mouth of permanent chute when not in use.
(vi) Bunker downspout shall have arrangement for fixing a temporary chute for diversion
of coal flow to the permanent emptying chute near each feeder. Two (2 nos.)
temporary chute shall be provided for each steam generator for the above purpose.
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 11 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
(vii) Each feeder shall be provided with arrangement for fixing a temporary chute and
diverting the coal from bunker to the permanent chute at feeder floor by running the
feeder, for emptying the bunker. Two (2 nos.) temporary chutes shall be provided for
each Steam Generator for the above purpose.
(viii) Necessary handling/lifting arrangement & suitable platform & approach shall be
provided for quick installations and removal of temporary chutes as mentioned at
clause no (vi) & (vii) above.
(ix) Slip on couplings with 410 stainless steel liner ring one on each chute between RC
feeder and mill and one on each chute between coal bunker and RC feeder.
(x) Devices to detect choking/flow/no flow of coal in the coal chute between coal bunker
and RC feeder.
(xi) Remote operated shut off gate between RC feeder and coal mill.
Gravimetric type raw coal feeders with microprocessor based precision weighing and
calibration devices, one for each mill. The feeders shall be complete with motor, coupling,
coupling guards, base plate, foundation bolts, sliding joints, paddle type switches to detect
presence or absence of coal on feeder or choking of feeder, speed variator, auto declutching
arrangement to high/low level, speed sensors, coal motion monitors, and strain gauge type
weight measuring system with all instrumentation.
(a) The coal pulveriser (to be read in conjunction with applicable tender drawing
“Scheme for Pulveriser”) shall be vertical spindle type (like pressurized type bowl
mills, ball and race mills, roller mills or the approved equivalent). The number of coal
pulverisers to be provided shall conform to sizing /standby requirement stipulated
elsewhere in the specification. Minimum seven (7) nos. of coal pulverisers shall be
provided for each steam generator. In case of Front Mill arrangement contractor will
provide two number of hoist for Mill handling arrangement. Monorail shall be
extended in both side so that one hoist shall be parked at either side while working
with another hoist.
(b) Each pulveriser shall be complete with all wear parts/ grinding elements and shall be
provided with platforms around the pulveriser, lubrication systems comprising of
2x100% pumps, 2x100% coolers and 2x100% filters for each pulveriser, Hydraulic
System (if applicable) comprising of 2x100% pumps, 2x100% coolers and 2x100%
filters for each pulveriser, drive motors, gear units, instrument tapping points,
automatic isolating valve for seal air and other equipment necessary for safe and
efficient operation of pulveriser. The Pulveriser shall also include dynamic classifier
with Variable Frequency Drive and all the automatic auxiliary equipment necessary
to make the pulveriser self contained. Adequate number of temperature sensors,
temperature transmitters, local indicators for bearings and lube oil systems shall be
provided as per standard practice of Contractor. Independent purge meters, air filter
cum regulator sets, local pressure indicators, instruments and sensing device for
milling system including the instrument requirements as indicated in the relevant
tender drawings shall be provided. Primary airflow measuring devices shall be
provided at air inlet of each coal pulveriser. Adequate number of thermocouple type
fire detection system with temperature transmitters as a composite & complete unit
with all required accessories with adequate redundancy shall be provided.
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 12 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
The control of Mill lubrication system (including mill lube oil pumps) and the logic for
Mill Fire detection shall be implemented in SG-C&I System.
If lubrication of various bearings of mill gear box is done by common lubricating oil
feed line having single flow switch, an additional flow switch with necessary interlock
and protection should be provided in input shaft bearing lubricating oil feed line. Oil
supply line for input shaft bearing should be taken from side/top of the common line,
having a collection chamber at the bottom side to trap debris if any.
(c) Proven fire detection and fire extinguishing systems in line with the standard practice
of the manufacturer (considering biomass firing also) shall be provided. In case of
CO2/N2 based system, the scope of supply shall also include the required
cylinder/piping and valves network etc. The mill inerting system (as also required
during start-up/ shut-down)shall be provided with suitable features along with all
piping, valves, instrumentation, interlock system etc. to ensure safety of operation.
(d) The coal mill shall be suitable for installation on RCC block type foundations and also
at a suitable height in order that complete mill reject system as (described at sub
section II A -17 of Part A) should be above the finished floor level of mill area or zero
meter whichever is higher. Adequate maintenance space all around the mill zero
meter have to be provided.
However, the non drive end part of bucket elevator may be allowed to placed at
minus meter with adequate maintenance space.
(a) Two (2) numbers of two stage axial PA fans for each steam generator, with hydraulic
blade pitch control system each with motor, base plates, foundation bolts, inlet box,
inlet bird and trash screen, inlet rain water canopy, inlet cone, diffuser, coupling,
coupling guard and silencer.
(b) Lubrication and hydraulic blade pitch control unit(s) for each fan consisting of:
(1) 2x100% oil pumps, each with motor, coupling and coupling guard.
(c) PA fans shall be suitable for the type of foundation being provided.
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 13 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
(d) Each fan bearing shall be provided with three (03) numbers duplex RTDs connected
to 1 no of dual input TT and 2 nos of Single input TT for bearing metal temperature
measurement, control & monitoring.
2x100% seal air fans common for all the pulverisers of one Steam Generating unit shall be
provided. The fans shall be complete with motors, base plate, foundation bolts, coupling and
coupling guard, seal air piping, electrically operated Inlet Guide Vanes (Alternatively
Electrically operated ‘Inlet dampers’ shall also be acceptable based on bidder's proven
practice), dampers, supports etc. Each fan shall be provided with self cleaning type filters etc.
along with manual isolation dampers at suction and pneumatically operated dampers at
discharge for maintenance of fans. Self cleaning type filters shall be provided at the suction
of the fans along with manual isolation dampers at suction and discharge for maintenance of
filters. The seal air fans shall take suction preferably from cold primary air header.However if
the Contractor wishes to take suction from some other source, justification for the same shall
be provided by the contractor for Employer’s approval.
Coal Burners with burners tilt mechanism (if applicable), tilt drives, linkages and complete
actuator assemblies, burner tilt position transmitters etc.
(c) All piping valves, fittings etc. required for inerting system for mills.
(d) All piping along with necessary valves fittings etc. for mill fire protection.
(f) Any other piping required for the completeness of the system.
(g) All hangers and supports with auxiliary steel structure including columns, beams,
base plates, foundations bolts, washers where applicable.
(a) Pulverized coal piping from mills to burners including ceramic lined pipe and bends
as per the specifications.
(b) Power operated (Electric/Pneumatic) shut off gate before each coal burner and a
power operated (Electric/Pneumatic) flap/knife type mill discharge valve at each
classifier outlet on each pulverised fuel pipe.
(c) For coal pipe temperature monitoring, one number of Temperature element with
temperature transmitter shall be provided in each coal pipe upstream of burner.
2.15.10 Rota probe type coal sampling system for obtaining samples from PF outlets of all the mills
using the methods specified in ISO 9931 "Coal sampling of pulverized coal conveyed by
gases in direct fired coal system". The minimum number of coal sampling systems to be
provided for two steam generator shall be equal to at least the number of PF pipe outlets
from one coal pulveriser.
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 14 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
(a) Sampling probe with ‘Motorized’ Rotable head(s), rotated by electric motor,
each with four (4) sampling nozzles, suitable for the coal pipe ID along with
snap lock / fast lock connector for quick connection to the dustless
connector
(b) Portable control unit for ‘automatic’ start and stop of sampling, adjustment of
sampling air velocity & calculation of fuel flow rate, including weighing scale
for sample, venturi flow meter, electric heater with controller, main fuse and
control valves, Electric components shall be suitable for power supply of 240
Volts, 50 Hz.
(d) Cyclone, sample collecting jar, and three (3) disposable backup fabric filters.
(e) Suitable Carrying case(s) for control unit, probes, sampling bottles & other
accessories.
(ii) Dustless connector with fast lock / snap lock, by short turn of handle suitable for
connection to 50 mm female pipe thread or matching the sampling port connection
shall be provided in all PF pipes. Dustless connector shall be capable of working in
conjunction with rotor probe specified above.
2.15.11 Contractor scope shall also include supply of dirty pitot tubes for checking on line pulverized
coal / primary air flow balance between PF pipes of each mill. The dirty pitot tube should
also have a fast lock/ snap lock arrangement & shall be capable of working in conjunction
with motorized probe sampling system specified at clause no 2.15.10 of this chapter. It
should be supplied complete with a combined pressure & temperature measuring hand held
digital instrument, showing also fuel pipe air velocity etc. & with facility of data transfer
through blue tooth from the instrument to control unit. Necessary technical details/ calibration
curves of the pitot tube shall be furnished to the Employer.The number of dirty pitot tubes
provided for each Steam Generator shall be equal to at least the number of burners being
served by one coal pulveriser.
2.15.12 Adjustable valve/orifice of erosion resistant/ceramic coated material suitable for highly
abrasive pulverised coal applications. The adjustable valve/orifice shall be provided on each
P.F. pipe supplying pulverized fuel to each coal burner and shall enable onload adjustment of
coal flow in PF pipelines.
2.16.00 Ducting
The scope of ducting shall be read in conjunction with applicable tender drawing of “Scheme
of Air and Flue Gas Path” (with bisector type RAPH or trisector type RAPH) (2Sheets) and
shall include but not limited to the following:
2.16.01 Cold air inlet duct to FD fan suction, from FD fan discharge to RAPH (secondary for Bi-
sector type) or RAPH (Tri-sector type), as applicable, bypass ducting for locating SCAPH
down stream of FD fan.
2.16.02 Cold air inlet duct to PA fan suction, from PA fan discharge to RAPH (primary for Bi-sector
type) or RAPH (Tri-sector type), as applicable, bypass ducting for locating SCAPH
downstream of PA fan incase primary SCAPH is offered.
2.16.03 Cold air duct from each PA fan discharge to coal mills.
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 15 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
2.16.04 Hot air duct from each RAPH (secondary air system for Bi-sector type) or RAPH (Tri-sector
type), to burner wind box and from each RAPH (primary air system for Bi-sector type) or
RAPH (Tri-sector type), as applicable, to coal mills.
2.16.05 Flue gas duct from economiser outlet to each RAPH(Bi-sector or Trisector, as applicable)
inlet ducts and from RAPHs (Bi-sector or Trisector, as applicable)outlet to ESP inlets.
Economizer dust hoppers, (if applicable) shall be provided with high level Radio Frequency
(R.F.) type ash level switches along with suitable access and platform for each hopper & ash
level switches.
Selective Catalytic Reduction (SCR) system may be installed by the Employer in the future to
meet the requirements of emission norms, intended to reduce the emission of NOx (to be
read as Oxides of Nitrogen) in flue gas produced by combustion of coal in the boiler. It is
envisaged that for such a system, the flue gas, downstream of economizer, shall be passed
through two (02) independent streams, each of which shall have one (01) number of SCR
Reactor. The flue gas from the SCR reactor outlet shall be connected to the APH inlet. The
following provisions shall need to be kept by the Contractor for this purpose in its bid
proposal:
b. Connection from each SCR reactor outlet to each RAPH (Bi-sector or Trisector, as
applicable) inlet ducts to and
d. Provisioning for future installation of the SCR bypass gate in the ducting from the
economizer inlet to the APH inlet.
2.16.06 Flue gas ducts from Electrostatic Precipitators (ESP) outlets to ID fans inlets, from ID fans
outlets to FGD system inlet, from FGD system outlet to chimney flue inlet and FGD system
bypass duct including chimney.
2.16.07 Gas recirculation ducting (if applicable) from downstream of ID fan to Steam Generator.
2.16.08 Adequately sized flow splitters, plates/duct stiffening devices, bracing, side plates, expansion
joints, matching flanges, access doors and brackets, sampling points, ash hoppers, etc.
2.16.10 Suitable metallic type expansion joints wherever necessary shall be installed.
2.16.11 Economiser bypass ducting (if required)with gates and ash collection hopper as required
along with high & low level RF type ash level indicators along with suitable access and
platform for each hopper & ash level indicators. Material of the bypass duct, gates, dampers,
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 16 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
hoppers and other fittings shall be selected as per the design metal temperature specified in
Part-B of the specification.
2.16.12 Common air ducting at FD fan, PA fan, SAPH, PAPH (for Bi-sector type RAPH) or RAPH
(Trisector type) outlets, as applicable and common flue gas ducts at ESP inlet and outlet.
2.16.13 Any other ducting required for the completeness of the system.
2.16.14 A suitable interconnecting header shall be provided downstream of the Economizer outlet
before APHs (bisector/trisector) for equal distribution of the Flue gas flow between the two
Flue gas paths to APHs.
2.17.00 Dampers
The dampers shall include but not be limited to the following (to be read in conjunction with
applicable tender drawing of “Scheme of Air and Flue Gas Path” (with bisector type RAPH or
trisector type RAPH) (2Sheets).
2.17.01 Isolation dampers on all cold air, hot air, seal air, scanner air and flue gas ducting, before and
after equipment on these systems and wherever required.
2.17.02 Interconnecting dampers on air and flue gas ducting where necessary.
2.17.03 Burner air registers (if applicable) with drives at burner wind box.
2.17.04 Regulating dampers in cold and hot primary air ducts at each mill inlet for temperature
control, at each air preheater outlet on flue gas path as per applicable tender drawing for
bisector or trisector RAPH and wherever required.
2.17.05 Fully gas tight, motor operated, gates before and after each ESP stream, before and after
each ID fan, at inlet to each of RAPH on flue gas side, at discharge of each PA fans, FD fans
and at each economiser bypass duct. Fully gas tight, pneumatic operated, gates at each hot
air & cold air duct to the mills. Gas tight double multilouver (Bi-plane) damper before and
after of each RAPH on air side.
2.17.07 Access and platforms for all dampers and drives including gratings, toe plates and hand rails.
2.17.08 Any other gates/dampers required for the completeness of the system (including as per
scope of FGD system) to ensure operational flexibility and on-load maintenance of any of
the equipment or sections of the air/flue gas path, equipment & personnel safety etc.
A common LDO preparation and firing system shall be provided having a firing capacity
equivalent to 30% BMCR requirements of two (02) Steam Generators. The above Fuel oil
system shall also be capable of firing High Speed Diesel Oil (HSD) on sustained basis with
fuel characteristics as specified in Table 2, Annexure-IV-3, sub-section I-B, part-A, Section
VI of technical specifications.
The scope for above shall include but will not be limited to following (to be read in conjunction
with applicable tender drawing of “Fuel Oil Scheme”):
(1) Three (03) rotary positive displacement type LDO pumps with motor, coupling,
coupling guards etc.
(2) Three (03) duplex coarse filters at LDO pumps suction and one duplex fine filter in
the supply line to each steam generator.
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 17 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
(4) Fuel oil burners complete with diffusers, tips extension pipes, atomizers, burner shut
off valves, flexible hoses and all other ancillaries.
(7) Complete Piping along with suitable hangers, support etc, including following
(ii) Interconnecting fuel oil piping integral to the system to make it complete.
(iii) All drain oil piping from drain point to drain oil tanks, from drain oil tank to
drain oil pump and from drain oil pump to fuel oil storage tanks along with all
valves and fittings.
(iv) Vent piping along with local collection bucket for collecting of leak off oil from
vents/relief valves.
(v) Recirculation piping around firing aisle and to the fuel oil storage tanks.
(vi) The LDO piping shall be complete with isolating valves, relief valves, check
valves, drain valves, vent valves, pneumatically operated control valves
strainers, accumulators, local instruments, sensing device, switches, flow
meters, transmitters, controls such as pressure control, flow control,
temperature control etc. All controls shall be implemented in fuel oil pump
house (FOPH) control system.
(vii) Atomising air piping complete with all valves, accessories, instrumentation
etc.
(8) One (1) drain oil tank of 6m³ capacity with one oil transfer pump with motor, duplex
filter at suction and other accessories for each Steam Generator to transfer drain oil
from steam generator area to LDO storage tank(s). Control of the same shall be
implemented in SG C&I system.
(9) One (1) drain oil tank common for both the steam generator units in pressurizing
pump house area having 10m3 capacity and one oil transfer pump with motor, duplex
filter at suction and other accessories to transfer drain oil from pump house to LDO
storage tanks. Control of the same shall be implemented in FOPH control system.
(10) Adequate local and equipment mounted instruments and devices with connections
required for pressure, temperature and other controls for supervision and interlocking
with all associated auxiliary during purging, shut down and of sensing device to
remain unaffected by oil fill dirt or by ambient conditions where it will be installed.
(11) Trip valves on common fuel oil line to each steam generator and nozzle valves for
each individual burner along with all accessories such air filter, regulators, limit
switches, control valves, and connecting fittings to make the system complete.
(12) Recirculation valve of heavy duty type to work with the furnace safeguard and
supervisory system.
(13) All other piping valves and accessories as required to make the system complete.
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 18 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
(14) Supply of one (1) no. of coriolis type mass flow meter including all its accessories.
(16) All local instrumentation (gauges, switches, transmitters etc.) and associated control
devices for LDO system in Contractor's scope.
(17) Control system for pressurizing pumps, drain oil tank, pressure control loops,
unloading & storage system, Unit Drain Oil tanks etc. shall be implemented in SG-
C&I system.
(18) Necessary approval is required from statutory authorities for the entire F.O. pumping
installation. Contractor shall prepare all necessary drawings/data/documents as per
the requirements of the Statutory Authority and obtain the necessary approval from
the authorities.
A garbage chute of minimum 500 mm dia and made from minimum 10 mm thick mild steel
pipe shall be provided for each Steam Generator, from pent house level to ground level for
disposal of debris & scrap generated during erection, operation and maintenance. The chute
shall be provided with branch connections with doors & approach platforms at all platform
levels. Garbage collection trolleys shall also be provided at the ground level.
2.20.01 Galleries, walkways, platforms, staircase, hand rails, ladders and gratings etc. as specified
shall be provided at the Steam Generator floors including the interconnecting platforms
between the Steam Generator floors and main building as per the details given in the
technical specification Part-B Sub-Section G-03A.
2.20.02 Necessary access, platforms, walkways, handrails, staircase, ladders and gratings etc. for
proper approach shall be provided for all instruments, actuators, power cylinders, control
valves, equipment and accessories in the scope of this sub-section so that operators and
maintenance personnel can function conveniently and safely. The above provision shall
include but will not be limited to the following locations:
- All gates / dampers and their drives with associated instruments including HAG/CAG,
SADC dampers and Burner inlet gate.
(Continuous platforms shall be provided around the fans and their corresponding motors).
- SCAPHs
- Air preheaters
- All valves.
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 19 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
- All Ash hoppers of economizer, Air-Preheaters, economizer bypass (if provided) and
duct (if any) which require fly ash removal by the ash handling system.
- Platforms below APH outlet duct interconnections with common flue gas duct
header and below expansion joints at the inlet of ESP.
- Storage platforms for storing of scaffoldings, APH baskets and other maintenance
item during overhaul of steam generator(s).
2.20.03 Provision shall be made by the Contractor, for adequate space in various platforms, galleries
etc. for locating local instrument enclosures, approach staircase and platform for Gates &
Dampers, junction boxes, etc. under contractor's scope without encroaching upon specified
width. The exact locations for the same shall be finalized during the Contract execution stage
and the same shall be indicated in floor plan drawings.
2.20.04 For meeting the above requirement in respect of platforms the Bidder shall include in his
proposal platform area of 19,000 m2 (clear of all intervening pipes, columns, actuators,
instrument enclosures, racks, gates, valves etc. and excluding area covered by stairways &
landings and excluding platforms required for ESP and FGD)
The Bidder shall furnish unit rates for addition/deletion of the platform floor area with respect
to the area mentioned above in relevant schedule of BPS.
2.20.05 The exact requirements of the access platforms, walkways, stairs etc., depending upon the
layout and location shall be subject to Employer's approval during detailed engineering.
Contractor shall furnish detail floor plan drawings covering all platforms and shall clearly
indicate all the dimensions of platforms and clear platform floor area in each drawing.
2.21.00 Elevators
One (1) no. passenger elevator* having a capacity of 1088 kg. (suitable for 16 persons) and
one (1) number goods elevator having a capacity of 3000 kg for each steam generator. The
scope for each elevator shall include all items/accessories including all electrical equipment,
services etc. required to meet all design, installation, operation, safety, protection and other
requirements of IS:14665 (all parts). "Electrical Traction Lifts" (Latest Edition). The scope
shall also include items/services needed to comply with requirements of IS:14665 and
requirements indicated in Sub-Section-A-02 of Part-B, Section-VI. The scope shall also
include provision of a Fireman's switch for each Elevator.
Two nos., adequately sized Air conditioners each having minimum cooling capacity of 2.5
Ton shall be provided for each elevator machine room to make it dust proof.
Note: * Bidder shall indicate the take off price of One (1) no. passenger elevator along with all
associated civil works, machine room, machine room Air conditioners etc. in the relevant bid
schedule.
Refractories and insulation including cladding, lagging, reinforcement, wire mesh, cleats and
supports for all the equipment, auxiliaries, ducting, dampers, piping and valves (excluding
coal pulverizers and PF pipes) in the scope of this specification so as to ensure skin casing
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 20 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
temperature of any surface in Contractor’s scope is not more than 60 deg.C. with ambient
temperature of 45 deg.C. and air velocity of surface air being 0.25 m/s when the steam
generator is operating at 100% BMCR.
All local sensors and gauges for pressure/temperature and process switch devices shall be
provided as per process requirements of all associated system and auxiliaries of steam
generator.
2.23.02 For actuators in HOT AREA e.g. Burner tilt power cylinder, air line accessories such as air
filter regulator, E/P convertor, remote positioner air lock etc to be mounted away from
actuator body to minimize chance of damage from high temperature.
2.24.01 One complete set for each Steam Generator unit, of all special tools and tackles for
maintenance of all equipments. Each set of tools & tackles shall necessarily include but will
not be limited to following:
(a) Special tools & tackles for mill required for erection, testing and maintenance of
equipment system including those required for instruments and controls.
(i) Pulling cable, eyebolts, cable slings, chaining falls, snubbing lines or
cables.
(ii) Lapping plates, grinding stones and ring cap for the valves.
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 21 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
(vi) Four (4) nos. of pneumatic emergency retract drives with matching
crank tools for each type of soot blower shall be provided along with
required length of connecting pipe, fitting etc. Service air points for
actuation of pneumatic drive shall be provided at convenient
locations.
2.24.02 One (1) set of power operated gondola(s) or furnace maintenance cradle/cradles (common
for all the units) for furnace tube repairs and maintenance. Each set of gondola/maintenance
cradles shall be suitable for complete and simultaneous coverage of all the four walls of a
steam generator and shall be complete with all slings etc. Steam generators shall have
suitable provisions for suspending the cradle from top of the steam generator such that
cradle can be suspended without entering/accessing the pent house. For this purpose, cradle
suspension rope/wire shall pass through suitable tubes in the pent house.
2.24.03 Complete lifting tools and tackles. Contractor shall provide motorized hoists and trolleys for
all items requiring maintenance and weighing 500 kg or more. All auxiliary structures,
monorails, runway beams for all lifting tackles, hoists etc., are included in Contractor's scope
of supply. Access ladders with suitable platform shall also be provided for approach to all
motorized hoists/trolleys mounted on their runway beams for the maintenance of
hoists/trolleys. Items weighing more than 50 kg and required to be replaced for maintenance
shall be provided with manual hoists/trolleys with runway beams/supporting structure etc.
2.24.04 One (1) sets of quick erect scaffolding (common for all the units) erectable inside of the
Steam generator ensuring full height coverage for capital overhaul. The man days required
for erection shall not exceed 4 (four) and for dismantling 2(two) considering the workforce
deployed for 24 hours in 3 shifts a day. The locking arrangement shall not call for any
welding.
The scaffolding shall have access to boiler roof in first pass and also cover access/coverage
to SH/RH pendant/platen sections of first pass and horizontal pass up to the level where
transverse tube pitching in the direction of gas flow path is equal to and greater than 750
mm. Further peripheral platform shall also be provided for access to all burners, soot blowers
and water wall tubes (including those of the furnace hopper). The peripheral platforms shall
be provided at elevation intervals of 2000mm. In certain areas due to the requirement of
equipment accessibility elevation interval upto 2500mm is acceptable. The width of the
peripheral platforms shall not be less than 900mm. The main access for the complete
scaffolding system shall be provided with stairs. The width of the stairs shall not be less than
1000 mm. Additionally a ladder system shall be provided as a means of emergency escape
at the end opposite to where stairs are placed. The scaffolding system shall include full deck
assembly near furnace arch or intermediate header elevation and at the furnace hopper
level. Supply of safety nets at minimum four levels along with supply of scaffolding shall be
provided by the contractor. Material of scaffolding should be light weight material like
Aluminium/ Aluminium alloy.
2.24.05 A Complete set up for igniter testing shall be provided for checking of healthiness of each
component of igniter. This shall include supply of a set of items (like carriage assembly,
spark transformer, spark rod/ tip, cable) for one complete igniter. This shall also include stand
for holding / fixing the igniter carriage assembly, LED for igniter advance/retract feedback,
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 22 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
2.24.06 Contractor’s scope shall include Instrument for Tube Thickness Measurement (common for
all the units) as follows:
The scope shall include 12 nos. ultrasonic thickness gauges suitable for measurement of the
pressure part tube/pipe thickness. The above ultrasonic thickness gauge(s) shall also have a
built in data logger to facilitate quick/automatic transfer of the measured data. The data
logger shall have adequate memory and shall be programmable to configure the tube
location geometry as required for automatic down loading to compatible PC based software.
2.24.07 One (1) number coal abrasion test apparatus along with all necessary accessories for steam
generators for testing YGP index of coal, complying with the requirements of BS 1016 Part
111. The apparatus shall be complete with following basic components and accessories:
(c) Four blades (in addition to the blades fixed in the apparatus for abrasion testing, a
set of four blades shall be supplied extra as spare).
(d) Gauges for checking gap between the edges of the blades and the internal wall and
bottom of the mill pot.
(i) Test sieves of woven wire cloth with nominal aperture size 6.70 mm and 16.0 mm
and of perforated plate, square hole, with nominal aperture size 25.0 mm, complying
with BS 410.
2.24.08 One (1) number of miniature X-ray tube based portable non-destructive XRF alloy analyzer
(for the project) for chemical analysis of not less than 20 elements, which essentially include
elements- Bi, Co, Cr, Cu, Fe, Mn, Mo, Nb, Ni, Sn, Ti, V, W, Zn and Zr(grade identification,
quantitative chemistry, spectra match) of coal & gas based power plant components namely,
tubes, pipes, headers, valves, rotor shaft, blades, vanes, casing, diaphragm etc., in in-situ
condition.. The alloy analyzer should have features/capabilities like Low power air cooled
miniature x-ray tube with silver/ gold anode target, minimum voltage 40 KV and adjustable
current Excitation source. Equipment should have at least following analysis modes:
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 23 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
- Grade identification
Detector should be high resolution, high count rate Si-PIN Detectors or Silicon Drift Detectors
(SDD) or better.
Equipment should have provisions for storage of data, library of data and spectra (in case of
memory card or stick, capacity of 64 MB or above or more than 6000 readings with spectra)
and data transfer to a PC. It should have software for transfer of data to PC, data analysis &
printing along with hardware, as required for connecting the instrument to PC are to be
supplied along with memory card/ stick as required. Further, instrument should have facility
to transfer data through blue tooth and USB ports.
It should be equipped with High resolution colour display, Touch screen or TFT display and
safety features. Further, calibration blocks for iron, nickel and cobalt matrixes shall be
supplied. The weight of analyzer shall not be more than 2 kg. In addition, the relevant/
standard accessories of the analyzer as required (in addition to items mentioned above)
along with two sets of O&M Manuals for the equipment and accessories shall be supplied.
2.25.00 Base plates, foundation bolts, Anchor materials, matching pieces, inserts & packing shims
etc. as required for steam generator and auxiliaries & associated equipment.
2.26.00 Auxiliary steel for piping supports, including base plates, foundation bolts, nuts, washers, 'U'
bolts and hangers for separator, superheaters, reheaters, furnace rear pass tubes (if
applicable).
2.27.00 Instrument air grid around boiler at following levels with one tapping at each corner (1/2"
NPT each llne tapped directly from min. 2" header) including suitable isolating valves and
quick coupler plug kit in each line for supply of instrument air (max. 2 Nm3/min) for pneumatic
tools (to be used by employer during maintenance and overhauling) shall be provided.
2.28.00 Suitable temperature monitoring system should be provided for Bottom hopper, Pent House,
Economizer, APH hopper etc. as detailed out in C&I part of specification ( Annexure C to Sub
Section IIC).
2.29.00 Suitable temperature monitoring system should be provided for Burner panel and critical
piping areas as detailed out in C&I part of specification ( Annexure C to Sub Section IIC).
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 24 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
6. Flue Gas Ducts to be provided with strain gauge/ ash level meter at sharp bend locations
of duct and common duct area after airpreheater.
7. Boiler to be provided with vacuum cleaning system network to ensure proper hygiene. In
this context portable system to capture the ash around the boiler peripheral surface shall
be provided alongwith net worked transmission of captured ash to a common location.
All the vital & critical valves, dampers etc. shall be designed for fail safe condition for any
abnormalities, trips in the Boiler and its associated equipments/items. For details refer
Part-C (GTR).
Metal temperature measurement shall be done for valves mentioned at point a,b & c and
sound monitoring for safety valves & ERVs mentioned at point d.
Contractor's scope shall include supply of two (02) Electrostatic Precipitators complete in all
respects with all components and accessories etc, for each of two (02) steam generators of
2X660 MW units. Steam generator shall be supercritical, balance draft, dry bottom,
pulverised coal fired type. The scope shall include but will not be limited to the following:
3.01.00 One ESP for each Steam Generator of 2X660 MW units complete in all respects including all
components and accessories stated in this section.
3.01.01 Each Electrostatic Precipitator serving one steam generator, shall have six (6) numbers of
independently operated passes (gas streams) housed in six (6) nos. of independent casings
including outside shell, structural steel supports and frame work (excluding foundation),
access ladders, platforms, safety rails, stairways, walk ways, access doors and weather
proof pent house etc.
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 25 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
3.01.02 Matching flanges along with all bolts, nuts, gaskets, and all the expansion joints etc. as
required to connect the ESP passes to the duct work
3.01.03 Flue gas inlet distribution system complete with perforated plates, turning vanes, deflector
plates, flow splitters, guide vanes and all necessary gas flow control devices in the inlet and
outlet cones and duct, warranted by the results of flow model test, complete duct stiffening
devices, interior bracings, slide plates, access doors, brackets, supporting structures,
hangers, sampling connections, etc.
3.01.05 Rapping system complete with structural supporting frame, drives, and automatic rapping
control, etc.
3.01.06 Ash hoppers complete with curved panel heating elements, matching with curved surfaces of
conical hopper, level switches for Ash level high and low measurements in all ESP hoppers.
Additionally, Acoustic 3D Level Scanner Based Level Monitoring System/ NOGS (Naturally
Occurring Gamma Sensor) based level monitoring system for ESP hoppers of first three
fields, outlet flanges, jointing material, poke holes, access doors and walkways beneath the
hoppers.
3.01.07 Foundation base plates, bolts along with templates, nuts, anchor materials, packing shims,
inserts &embedment along with lugs etc.
3.01.08 For assessment and design of appropriate flue gas flow distribution in the ESP(s) and the
duct work connected on the upstream and downstream sides of the ESPs, the Contractor
shall conduct comprehensive model testing by developing physical Scale model by
fabricating a three-dimensional physical model of the Electrostatic Precipitator and it’s
ducting with a scale not less than 1:10.
3.01.09 Opacity monitors complete with all accessories at the outlet of each pass (gas stream) of
each ESP but upstream of the ID Fan i.e. six (6) nos. per ESP serving one steam generator.
3.01.10 Inspection and maintenance access doors, frames and safety locks.
3.01.12 Monorails with electrically operated hoists including monorail beams on the roof for handling
transformer rectifiers.
3.01.13 Water washing system for the ESP and its hoppers along with all piping, valves and nozzles
etc.
Thermal Insulation along with aluminum cladding, lagging, reinforcement wiremesh, cleats
and supports, shall be provided for all the equipments/surfaces having skin temperature
more than 60 degree Celsius. The insulation shall be as specified in Sub-Section-A-13, Part-
B Section-VI.
3.01.15 Dressing of foundations, grouting of pockets and underpinning of base plates for structures/
equipment etc., civil works associated with directly buried cables.
3.01.17 Sheeting work for roof (pent house)/ canopy/ side cladding of ESP.
3.01.18 Associated Electrical and Control systems for ESPas detailed elsewhere in Part-A/Section-VI
of this specification.
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 26 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
3.01.19 For assessment and design of ESP hopper for ash flowability, the contractor shall conduct a
comprehensive “Ash Flowabilty Study” of ESP hopper.
3.01.21 The scope shall include all items / accessories, service along with all electrical equipment
etc.
Required to meet all design, installation, operation, safety, protection and other requirements
of IS: 14665 (latest edition) (all parts), 'Lift' and service lifts'.This scope shall include all
items / devices needed to comply with the requirements indicated elsewhere in the
specification.
3.01.22 Complete erection, testing and commissioning including all testing and commissioning
materials, consumables and other tools and tackles required for erection.
3.01.23 To obtain necessary local administration permits / approvals and make arrangements for
inspection and tests required thereby.
5.00.00 Provision for CO2 to Methanol in Raghunathpur TPS Phase-II (2 x 660 MW)
In order to make the plant more efficient and environmentally friendly, provisions shall be
provided for capturing carbon di-oxide from the flue gas generated from the plant. Provisions
shall be provided in the flue gas duct i.e. from common duct after FGD system for tapping the
desired flue gas quantity of approximate (2000 TPH) so as to capture 200 TPH of carbon di-
oxide. Provisions shall be given in both the units. The tap-off duct portion shall be provided
with necessary isolation gates in each tap-off. These Gates are to be made of Carbon steel
with C276 cladding of sheet of minimum thickness 1.6 mm along with 2x100 % Seal Air fans.
Also, seals to be made of Alloy C-276 or better material. Blanking plates shall also be
provided in each tap-off duct after isolation gates. Further, all the loads on account of such
extraction shall be accounted in the duct design with suitable strengthening as may be
required. Provision shall be made for collection of condensate in the tap-off duct portion to
prevent condensate collection in the tap-off duct and shall be suitable connected for waste
water collection. The following details to be referred for the above provisioning of CO2
capturing:
Facility for 200 TPH CO2 Capture Plant at Raghunathpur TPS Phase-II (2 x 660 MW)
SN Description Unit Value Space
1 Flue gas extraction TPH 2000
2 CO2 Capture TPH 200
3 CO2 Production TPD 4800 3000 m2
4 H2 Requirement TPD 600 34400 m2
5 Methanol Production TPD 3000 14000 m2
6 Total Area for CO2 Capture Plant m2 51400 m2
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 27 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SCOPE OF SUPPLY & SERVICES
The methanol as produced above (refer cl. 5.00.00) shall be utilized, as a co-firing
fuel/support fuel, for future firing in the boilers under the package scope. The provisioning of
methanol as a future fuel shall be for 30% BMCR load. The same shall be done by
providing/identifying required space including necessary provisioning for pipe routings,
cables etc. and for this purpose loads to be factored-in for the trestle design, cable design.
The required space for this purpose has been shown in GLP. The space for the pumps, tanks
etc. shall be kept for the above in fuel oil pump house and boiler area also. Also refer space
provisioning requirements referred elsewhere in the specifications.
This module shall compute stress at different pre-defined components of the boiler along with
predicted analysis. Boiler stress analysis shall include as a minimum main steam header, hot
reheat header, Y pieces on main steam and hot reheat piping, separator. This module shall
be supplied and installed from very initial stage so that all boiler startups and shutdowns can
be captured. This will compute actual lifetime consumption of thick-walled components based
on creep and fatigue. All hardware and software required for above intent shall be supplied
and commissioned by contractor.
The above details may be referred in conjunction with other clauses related to this module
where life of boiler components have been specified.
SUB SECTION-IIA-01
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
STEAM GENERATOR & PAGE
STATION PHASE-II (2X660 MW) SECTION-VI, PART-A
AUXILIARIES INCLUDING 28 OF 28
STEAM GENERATOR ISLAND PACKAGE BID DOCUMENT NO.:
ESP
SUB-SECTION–IIA-02A
NOT USED
NOT USED
BIOMASS
• Also, each milling system shall be capable of co-milling at least 20% torrefied
biomass pellet along with coal on weight basis without any degradation in mill
throughput and performance.
• Provision of view glass in mill feeder with adequate illumination and sealing air
arrangement to prevent dust deposition to view presence of biomass pellets is to be
made. Additionally, electronic monitoring of biomass pellet using camera may be
provided in control room.
• Boiler shall be capable for co-firing at least 10% of non-torrefied biomass on weight
basis. The boiler shall also be capable of co-firing 20% torrefied biomass pellets on
weight basis.
• Due to presence of high volatile matter in biomass pellets, the mill and associated
pulverised fuel piping (PF) systems shall be equipped with suitable & adequate fire
detection system. Milling system and Bunkers shall be installed with CO monitor
sensor with adequate redundancy for alarm in case of any possible fire hazard.
• All the PF pipes shall be provided with RTDs and temperature of coal pipes to be
hooked upto UCB.
• Biomass pellet being a material having high volatile content and low ignition
temperature, design of milling system and parameters shall take care of safety
aspects/ any possible fire hazard during biomass co-firing.
Mill inerting system with auto operated valves (motorised or pneumatic) operable
from Control room at mill inlet along with pressure gauge after valve shall be
provided. Provisions for continuous monitoring of mill inlet air temperature (Mixed air
temperature), Mill outlet temperature, mill current, Mill DP is to be made. Provision of
view glass in mill feeder with adequate illumination to view presence of biomass
pellets is to be made. The scope shall include the unloading, storage, transportation
& feeding to coal bunkers along with all the associated systems. The bunker area
firefighting system shall be suitably reinforced to tackle biomass fire hazard also.
The boiler & auxiliaries like pulverisers, ducting etc. including electrostatic
precipitator system and all the associated system for handling the non-torrefied and
torrefied biomass (as a fuel feed) and flue gas (as a combustion product) shall be
compatible to the physio-chemical properties and composition of the specified
biomass. These equipment & systems shall be designed and engineered
accordingly based on the nature and behaviour of the biomass pellets.
It should be ensured that the specified steam outlet parameters are maintained with
the biomass co-firing for the entire control range.
TECHNICAL SPECIFICATION
RAGHUNATHPUR THERMAL POWER Page
STATION PHASE-II(2X660MW) SECTION – VI, PART-A SUB SECTION-IIA-03
1 of 2
BID DOC. NO. BIOMASS
SG ISLAND PACKAGE
CLAUSE NO. SCOPE OF SUPPLY & SERVICES
Additional pressure drops, if any, shall be factored in the PA fan sizing as also any
additional soot blowers shall be provided on account of deposition while biomass co-
firing. The milling system internals like classifier, mill throat for maintaining the
correct velocities including any internal baffling to maintain the mill throughput shall
be ensured. Burners shall ensure well anchored flames and good flame detector
signals to factor-in the impacts of such co-firing for effective results.
Contractor shall provide a detailed write-up regarding the measures and features
which have been adopted in heat transfer surfaces, milling system, burners and air
supply system for NOx control including that in ducting & ESP/FGD design. The
operating procedure for the mill with biomass co-firing shall be submitted for
employer’s approval.
All the necessary civil, electrical & instrumentation on account of above co-firing
shall also be included in the scope. Further, the related special monitoring &
analytical instruments on account of bio-mass co-firing towards satisfactorily
performance of the boiler & auxiliaries are also included. Control requirements for
maintaining the mill inlet and outlet temperatures shall be provided.
Write up for milling system and plant operating procedure during biomass co-firing
with safety to be provided.
TECHNICAL SPECIFICATION
RAGHUNATHPUR THERMAL POWER Page
STATION PHASE-II(2X660MW) SECTION – VI, PART-A SUB SECTION-IIA-03
2 of 2
BID DOC. NO. BIOMASS
SG ISLAND PACKAGE
ii,li-
:'tlXfui:f
ADDENDUM
*4. Biomass pellets used for co-firing in TPPs can be made from the
following:
(i) 'agro-residue' [as mentioned in Para 3(i), 3(ii) and 3(iii) above]
i.e. the leftover portion of the agriculture produce such as
stubble/straw/stalk/husk which are surplus and not being used as
animal fodder. This includes agro-residue obtained from crops like
Paddy, Soya, Arhar, Gwar, Cotton, Gram, Jawar, Bajra, Moong,
Mustard, Sesame, Til, Maize, Sunflower, Jute, Coffee, etc. as well
as Groundnut Shell, Coconut Shell, Castor Seed Shell etc.
L}
(J. M isra )
Under Secretary to the Government of India
f ele'. 230637 46
To,
Copy to
SCOPE OF SUPPLY
1.00.00 The contractor’s scope of supply shall include engineering, design, manufacture, supply,
erection, commissioning and testing of complete mechanical, electrical, C&I and associated
civil and structural works for Flue Gas Desulphurization system and its auxiliaries for two (02)
number Steam Generators of 660 MW nominal rating, as detailed in this specification. The
FGD system shall be necessarily based on Wet Limestone FGD technology and is intended
to reduce the emissions of Sulphur Dioxide in flue gas produced by coal being fired in boiler
to the limits specified elsewhere in the technical specification.
1.01.00 Complete Electrical &Control & Instrumentation system as required for the FGD system shall
be included in the scope of supply. All electrical drives and actuators required for the
equipment/valves/dampers shall be in the contractor’s scope. Complete Civil works,
structures, foundation required for all the equipment etc. is included in the contractor’s scope
of work. The contractor shall also include all supporting and structural works, like pipe
trestles, platforms, staircases in their scope of work.
1.02.00 The scope of supply identified for FGD system here are minimum requirements and unless
specifically excluded from the contractor’s scope in sub-section-V (Terminal Points and
Exclusions), any equipment/system not included in this specification but integral to the
system offered by the contractor to meet the intent of this specification, shall also be included
in the scope of the contractor.
1.03.00 The FGD system shall have an independent absorber for each unit with common limestone
milling systems for the two units and common gypsum dewatering system for the two units of
Phase-II. The contractor shall also supply an auxiliary absorbent tank, common for the two
units, for storage of absorber slurry of one unit. The contractor’s scope shall include the
absorbers, limestone grinding system and gypsum dewatering system.
1.04.00 The scope of the contractor for FGD system shall include all items as shown in the applicable
Tender drawings of FGD Milling System, Absorber System and Gypsum Dewatering System.
All ducting, dampers, expansion joints, pumps, valves, supports, structures etc. as required
for completeness of system of absorbers, common limestone grinding system and common
gypsum dewatering system shall also be in the scope of the contractor.
SUB-SECTION-IIA-04
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
FLUE GAS PAGE
STATION PHASE-II(2X660MW) SECTION – VI, PART-A
DESULPHURISATION 1 OF 8
STEAM GENERATOR ISLAND PACKAGE BID DOC NO: SYSTEM
CLAUSE NO.
SCOPE OF SUPPLY & SERVICES
2.04.01 The FGD System shall be in operation when Steam Generator is in operation including oil
firing (at start-up, part load or mill changeover etc.). However, provision shall be made for
facilitating operation of unit with FGD bypass. This shall also facilitate the online maintenance
of absorber system and associated equipment’s. The arrangement of the flue gas system
shall allow complete isolation of the absorber from the gas side, with the unit in operation.
For this purpose Contractor shall provide Motorized Guillotine type gates at (i) hot gas inlet to
Absorber, (ii) cold gas outlet from Absorber. The Gates shall be provided with 2x100% seal
air fans. Gates at outlet to Absorber shall also be provided with 2x100% electrical heaters.
Further, regulating type pneumatically operated bi-plane damper with quick opening facility
along with 2x100% seal air fans & 2x100% electrical heaters shall also be provided by the
Contractor in the by-pass duct. Smart positioner shall be provided for regulating purposes.
Bidder to refer clause no 7.01.00 Sub Section IIIC Part-B section VI of technical specification
for the details of smart positioner. The design of the damper shall ensure 99.5% leak
tightness, on flow basis, without seal air. The damper shall be 100% leak tight with seal air
fans under the above conditions.
2.05.00 Limestone to the absorbers of the two (2 no) units shall be supplied by a wet limestone
grinding system. Limestone from Limestone Storage Silos shall be fed to the wet ball mill
through gravimetric feeder. The classified limestone slurry from the mills shall be stored in
two (2 nos.)limestone slurry storage tanks to be provided by the contractor, from where the
slurry shall be pumped to the individual absorbers by dedicated limestone slurry pumps.
2.06.00 The gypsum from the two (2 nos.) absorbers shall be pumped by dedicated gypsum bleed
pumps to a common Gypsum Dewatering system consisting of multiple streams of primary
and secondary dewatering equipment. The water removed from the absorber shall be
recycled to the absorbers. The waste water from the system shall be collected and
neutralized using lime and shall be pumped to the sump of combined slurry pump house or in
any other area with suitable treatment so as to suit/ not disturb the destination fluid quality.
2.07.00 A common auxiliary absorbent tank shall be provided for storage of absorber slurry of one
absorber along with slurry pumps for pumping the slurry back to any of the absorber.
3.00.00 LIMESTONE GRINDING SYSTEM (COMMON FOR TWO (2X660 MW) UNITS)
3.01.00 The contractor’s scope shall include a common limestone grinding system for the two units
and shall comprise of:
3.01.01 2X100% Limestone storage silos having minimum 24 hours storage capacity equivalent to
the requirements of 2X660MW. The storage silo shall be complete with supporting steel
structure, platforms, staircase, air canons, power operated gates, gravimetric feeders, level
switches, air relief devices, etc.
3.01.02 2x100% wet horizontal ball mills with each mill sized to meet 110% of the maximum total
limestone requirement of the two units running simultaneously at Design point.
3.01.03 Two (2) limestone slurry tanks, each tank sized to meet 12 hrs total limestone slurry storage
requirement for the two units at Design point, complete with all accessories and Agitator(s).
3.01.04 2x100% limestone slurry pumps for each absorber connected to each of the limestone slurry
tank (total 4 nos. of pumps for 2x660 MW). Each pump shall cater to the slurry requirement
of the unit’s absorber.
3.01.05 Limestone slurry piping to each absorber, along with recirculation lines, all isolation and
control valves. Pinch control valve shall be provided in the Limestone slurry recirculation
lines. Alternatively, the bidder can also provide On/Off type Diaphragm valves as per its
proven practice.
3.01.06 Each mill shall be fed from a dedicated Limestone bunker. Each mill shall be complete with
SUB-SECTION-IIA-04
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
FLUE GAS PAGE
STATION PHASE-II(2X660MW) SECTION – VI, PART-A
DESULPHURISATION 2 OF 8
STEAM GENERATOR ISLAND PACKAGE BID DOC NO: SYSTEM
CLAUSE NO.
SCOPE OF SUPPLY & SERVICES
SUB-SECTION-IIA-04
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
FLUE GAS PAGE
STATION PHASE-II(2X660MW) SECTION – VI, PART-A
DESULPHURISATION 3 OF 8
STEAM GENERATOR ISLAND PACKAGE BID DOC NO: SYSTEM
CLAUSE NO.
SCOPE OF SUPPLY & SERVICES
4.01.03 Complete Ducting System from ID fans to absorber tower, from absorber tower to chimney
and absorber bypass duct.
4.01.04 Motorized isolation gates at Absorber gas inlet, Absorber gas outlet along with 2x100% seal
air fans for each gate and 2x100% heaters for absorber outlet gate. A bi-plane bypass
damper along with 2x100% seal air fans & 2x100% heaters shall also be provided in the
bypass duct.
4.01.05 2x100% oxidation blowers.
4.01.06 1 No. Emergency water tank for spraying water at inlet of Absorber for upset condition.
4.01.07 All connecting piping and valves required by the system.
4.01.08 2x100% gypsum bleed pumps.
4.01.09 Piping from gypsum bleed pumps to gypsum dewatering system, along with recirculation
lines (if required) necessary isolation and control valves. Pinch control valve shall be
provided in the gypsum slurry recirculation lines. Alternatively, the bidder can also provide
On/Off type Diaphragm valves as per its proven practice.
4.01.10 Routing of the duct/piping system complete with supports, structures, trestles, absorber
platforms, as required shall be in the contractor’s scope of supply.
4.01.11 Passenger cum Goods elevator for each Absorber.
4.01.12 All Slurry re-circulating slurry pumps & Oxidation blowers shall be installed in a shed provided
with roof sheeting (upto the top of associated brick wall) to be provided by the Contractor as
per specifications specified elsewhere. All pumps & Oxidation blowers shall be in straight line,
however, if it is not possible due to layout constraints, in such case, arrangement for handling
& maintenance should be properly & optimally designed. The shed must be complete in all
respect specially facilitating the smooth operation and maintenance of associated
equipment’s of above systems by providing adequate maintenance space, handling facilities,
walkways, staircase etc.
5.00.00 GYPSUM DEWATERING SYSTEM
5.01.00 The employer envisages a common gypsum dewatering system for the two units. The
common dewatering system shall receive the gypsum slurry from each absorber through
slurry feed pipes and shall comprise of two sets of dewatering equipment.
5.02.00 Each set (suitable for handling /dewatering of both units) of dewatering equipment (01
working set + 01 standby set) shall comprise of the following items as a minimum
requirement:
i. One set of primary hydro-cyclones
ii. One vacuum belt filter
iii. One no. vacuum receiver
iv. One no. vacuum pump
v. One set of secondary hydro-cyclones
vi. Complete piping and valves for the system along with wash water line.
5.03.00 This system shall be comprising of 2x100% gypsum dewatering system with each stream
sized to dewater 110% of the maximum gypsum produced by all the two units operating
simultaneously at FGD design point, with any coal from the specified range of coals
(whichever gives the maximum gypsum flow). All other stipulations with respect to sizing and
design of the dewatering system, auxiliaries and other systems shall be in line with this
specification.
SUB-SECTION-IIA-04
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
FLUE GAS PAGE
STATION PHASE-II(2X660MW) SECTION – VI, PART-A
DESULPHURISATION 4 OF 8
STEAM GENERATOR ISLAND PACKAGE BID DOC NO: SYSTEM
CLAUSE NO.
SCOPE OF SUPPLY & SERVICES
5.04.00 The filtrate water from belt filter dewatering and washing system and the under flow from the
secondary hydro-cyclone shall be taken to a common filtrate water tank to be provided by the
contractor. 2x100% Filtrate water pump (common for all units) shall be provided to recycle
the filtrate to the individual absorber. The contractor shall include the necessary piping and
valves in their scope.
5.05.00 The gypsum slurry from the Absorber shall be fed to a common Primary hydro cyclone feed
tank (sized for minimum 1 hour storage capacity for all the absorbers combined running at
design point) from where it will be fed to each primary set of hydro-cyclone through 2x100%
Primary hydro cyclone pumps. The overflow from the primary set of hydro-cyclone shall be
taken to a Secondary hydro cyclone feed tank. 2x100% Secondary hydro cyclone pumps
shall be provided to feed 2x100% secondary hydro-cyclones. The underflow from the primary
hydro-cyclone shall be fed to the 2X100% vacuum belt filter system.
5.06.00 The overflow from the secondary hydro-cyclone shall be taken to waste water neutralization
system to be provided by the contractor. The waste water system shall be complete with lime
feeding & storage system, neutralization tank, waste water tank, 2x100% waste water pumps
along with complete piping, instrumentation, valves, piping support etc. to discharge waste
water after neutralization, at required pressure, sent for utilizing in the sump of combined
slurry pump house, or any other area with suitable treatment so as to suit/not disturb the
destination fluid quality.
5.07.00 The complete Gypsum Dewatering System shall be installed inside a building to be provided
by the Contractor as per specifications specified elsewhere. The building must be complete
in all respect specially facilitating the smooth operation and maintenance of associated
equipment’s of above systems by providing adequate maintenance space, handling facilities,
walkways for easy access & movement of man/materials etc. The building shall be
sufficiently ventilated.
SUB-SECTION-IIA-04
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
FLUE GAS PAGE
STATION PHASE-II(2X660MW) SECTION – VI, PART-A
DESULPHURISATION 5 OF 8
STEAM GENERATOR ISLAND PACKAGE BID DOC NO: SYSTEM
CLAUSE NO.
SCOPE OF SUPPLY & SERVICES
eliminator washing if it is the standard & proven practice of the Contractor or its Technology
Collaborator.
7.03.00 Two (2) numbers of clarified water Storage tanks (each tank catering to the clarified water
requirement for one Vacuum Belt Filter) along with two numbers of 2x100% clarified Booster
water pumps, if required, from terminal point.
7.04.00 2x100% cake washing pumps for each vacuum belt filter.
7.05.00 2x100% cloth washing pumps for each vacuum belt filter.
7.06.00 Any other pump or storage system not specified but required to meet the system requirement
shall be provided by the contractor with the approval of the Employer.
7.07.00 All drains & overflow lines from the tanks shall be terminated to the nearest trench/drain.
7.08.00 Corrosion Protection requirements of all the storage tanks are specified at clause 13.00.00, I-
A-05, Part-B of Technical Specifications.
The contractor shall provide agitators and sump pumps of required capacity in each of this
area along with necessary pipes, isolation / control valves etc. for pumping back the water in
the sump into the respective system. The Interior surface of the Sumps shall be lined with
FRP lining / PP lining of minimum 5 mm thickness or acid resistant tiles.
9.00.00 ELEVATOR
9.01.00 One (1) number passenger cum goods elevator of minimum capacity of 1000kgs for each
Absorber (to be provided in case height of absorber is higher than 15m) and One(1) number
passenger cum goods elevator of minimum capacity of 1000 kgs in each for Limestone
Grinding System Building &Gypsum dewatering building irrespective of building height shall
be provided for easy access & movement of man/materials. Passenger Elevator of minimum
capacity of 680 kg for MCC cum control room building of FGD plant irrespective of building
height..
9.02.00 The scope shall include all items / accessories, service along with all electrical equipment etc.
required to meet all design, installation, operation, safety, protection and other requirements
of IS: 14665 (latest edition) (all parts), 'Lift' and service lifts'. This scope shall include all items
/ devices needed to comply with the requirements indicated elsewhere in the specification.
The scope shall include provision of fireman's switch.
9.03.00 One (1) nos. adequately sized, Air conditioner each having minimum cooling capacity of 2.5
Ton shall be provided for each elevator machine room to make it dust-proof.
SUB-SECTION-IIA-04
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
FLUE GAS PAGE
STATION PHASE-II(2X660MW) SECTION – VI, PART-A
DESULPHURISATION 6 OF 8
STEAM GENERATOR ISLAND PACKAGE BID DOC NO: SYSTEM
CLAUSE NO.
SCOPE OF SUPPLY & SERVICES
9.04.00 Complete erection, testing and commissioning including all testing and commissioning
materials, consumables and other tools and tackles required for erection.
9.05.00 To obtain necessary local administration permits / approvals and make arrangements for
inspection and tests required thereby.
Thermal Insulation along with aluminum cladding, lagging, reinforcement wire-mesh, cleats
and supports, shall be provided for all the equipment/surfaces having skin temperature more
than 60 degree Celsius. The insulation thickness shall be designed based on criteria
specified in Part-B, Section-VI.
11.00.00 BUILDINGS
11.01.00 Contractor shall provide buildings for Limestone Grinding System, Compressors, Gypsum
Dewatering System & FGD control room. Slurry re-circulating pumps & Oxidation blowers
shall be located in a shed provided with roof sheeting upto top of brick wall surrounding the
shed with proper ventilation. The buildings/structure must be complete in all respect specially
facilitating the smooth operation and maintenance of associated equipment’s of above
systems by providing adequate maintenance space, handling facilities, walkways, staircase
etc.
11.02.00 Contractor shall provide air conditioning for the FGD control room and Analyser room (if
separately provided) & ventilation for the FGD system buildings.
12.00.00 The contractor shall provide Corrosion protection painting for structures & equipment as
described in the specification.
13.00.00 The contractor’s scope shall include all Platforms, walkways, staircase, safety rails for access
of each equipment, valves, dampers, gates, instruments etc. handling facilities adequately
each component of FGD system.
For each unit, two (2) nos. Booster Fans of axial type, Constant speed, variable pitch
controlled each with drive motor, base plates, foundation bolts and nuts, inlet box, discharge
case, coupling, coupling guard and suitable arrangement to prevent rain water entry to fan
motor. Each Booster Fan shall be provided with bearing lubrication and hydraulic blade pitch
control unit(s) consisting of
(1) 2x100% oil pumps each with motor, coupling and coupling guard.
SUB-SECTION-IIA-04
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
FLUE GAS PAGE
STATION PHASE-II(2X660MW) SECTION – VI, PART-A
DESULPHURISATION 7 OF 8
STEAM GENERATOR ISLAND PACKAGE BID DOC NO: SYSTEM
CLAUSE NO.
SCOPE OF SUPPLY & SERVICES
Booster fans shall be suitable for the type of foundation being provided.
14.01.00 Motorized Guillotine type gates with 2x100% seal air fans shall also be provided at suction &
discharge of each Booster Fan. 2x100 % seal air fans common for both the guillotine type
gates at suction side and 2x100 % seal air fans common for both the guillotine type gates at
discharge side of booster fans shall also be acceptable. The Gates shall be designed for tight
shut-off. The design of the gates shall ensure 99.95% leak tightness without seal air. The
gates shall be 100% leak tight with seal air fans under the above conditions.
SUB-SECTION-IIA-04
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATIONS
FLUE GAS PAGE
STATION PHASE-II(2X660MW) SECTION – VI, PART-A
DESULPHURISATION 8 OF 8
STEAM GENERATOR ISLAND PACKAGE BID DOC NO: SYSTEM
SUB-SECTION–IIA-05
NOT USED
NOT USED
1.01.00 Scope of supply and works for Power Cycle piping system shall include the piping
system as listed below.
(a.) Complete piping system for (i) Main steam from boiler to MS strainers or HPT
stop valves inlet (in case MS strainers are integral to HPT stop valves) (ii) Hot
reheat from boiler to HRH strainers or IPT stop valves/CRV inlet (in case HRH
strainers are integral to IPT stop valves/CRV) (iii) Cold Reheat between boiler
& HP Turbine exhaust nozzles (iv) both upstream & downstream of HP Bypass
valves and (v) upstream of LP Bypass valves (i.e. upto inlet of LP Bypass
valves) – as per P&ID finalized during detailed engineering.
(b.) Complete Auxiliary PRDS & Aux. Steam piping system as per scope indicated
in tender drawings
(c.) Spray piping system for the following , as per the scope indicated in tender
drawings:
(d.) Steam drains from piping /equipment in the scope of Contractor to flash
Tank(s) / flash tank manifold(s) as per the scope indicated in the tender
drawings.
(f.) Complete safety valve exhaust piping for SVs / SRVs on piping/equipment in
bidder’s scope.
(h.) Any interconnection required for MS piping, HRH piping, CRH piping as per the
requirement of TG supplier/P&ID finalized during detailed engineering.
(i.) Any drain required from the piping supplied by the SG contractor, to meet the
TG supplier’s requirements.
(j.) Any other spray requirement piping by SG Contractor, any other chemical
dosing piping requirement (by SG or TG Contractor) or any other piping
systems required to make the power cycle piping, in the Contractor’s scope
complete.
(k.) Feed water discharge piping as per the scope indicated in the tender drawings.
1.02.00 The scope for the complete power cycle piping systems mentioned above shall also
include:
1.02.02 Complete design and engineering including but not limited to pipe sizing, stress
analysis (static and dynamic), hanger / snubber support engineering, engineering of
thermal insulation etc. and other engineering of items as per scope of supply and
these shall be submitted to Employer for further review and approval. However
bidder’s scope for static and dynamic analysis & stress analysis of Main steam, Hot
reheat, cold reheat, HP & LP Bypass piping systems shall include complete piping
from boiler to turbine nozzle ends and up to condenser nozzle ends for LP Bypass
piping system, irrespective of the scope of supply for these systems. SG contractor
shall also furnish during detail engineering all required inputs for the selection and
design of supports/snubbers, if any to be provided by TG contractor on the portion of
MS, HRH & LP Bypass piping in his scope. SG contractor shall also take care of TG
contractor’s recommendations, if any, in the design of piping system connected to
Turbine generator. The inputs regarding the portion of piping in TG
vendor/employer’s scope and TG contractors recommendations, if any shall be
furnished to SG package contractor during detailed engineering.
1.02.04 Providing other necessary services for making the piping systems in Contractor’s
scope complete.
1.02.05 Painting of piping system in accordance with the stipulations laid down elsewhere in
this specification.
1.02.06 All supplies, works, services shall comply with the detailed scope given in the
subsequent clauses of this Sub-section.
(a.) Piping, fittings, plugs, stubs, flanges, steam traps, break-down orifice, caps,
drip pans and other accessories for the piping systems identified above and as
per approved schemes. Flanges shall be of weld neck type
(b.) The Contractor shall supply all standard and non-standard matching pieces as
may be needed for the piping systems (in contractor’s scope) and for
connection of these piping systems at terminal points, including those which
are to be welded with dissimilar material (except in cases where material
matching pieces/sleeves are to be provided by TG contractor as per clause no.
3.05.00 (b) below) equipment nozzles, valves, orifice plate assembly, piping
etc. supplied by others/employer.
(c.) Pipe stubs for mounting thermowells and other instrumentation, including for
the instruments supplied by others, along with necessary root valves, reducers
/ matching pieces and instrument tubing
(d.) Thermal insulation and cladding along with all necessary accessories for all
piping systems, etc. is in bidder’s scope including valves / control valves
supplied by others and installed on the piping in contractor’s scope.
(e.) The Contractor shall also design and provide for additional guides/
stops/restraints/ snubbers/ dampers, etc. along with auxiliary steel for control of
pipe line vibration within allowable/ acceptable limits.
(f.) Provision for creep measurement on the piping operating in creep region viz.
Main steam and Hot Reheat. Bidder has to submit detailed technical write up
covering the installation details, procedure of measurement and interpretation
of the results during detail engineering for employer's review and approval.
The Contractor shall also supply special accessories like floor stands, chain
operator, extended spindle etc. as required. Valves, especially for which approach
from existing floors are not possible for O&M, Contractor shall provide appropriate
platforms with the access ladders for the same.
2.03.00 Hangers and Supports
All pipe supporting elements such as constant load spring hangers, variable
spring hangers, supports, guides, restraints, stops, etc. and all associated auxiliary
steel and hardware such as beams, channels, insert plates section attachments to
pipe supports, pipe and beam clamps, straps, slings, stools, shoes, saddles,
devices, rods, turn buckles, graphite/steel plate / Teflon sheet etc. for all the piping
systems in bidders scope.
2.04.00 Snubbers
(a.) All erection material such as bolts, nuts, washers, gaskets, electrodes, filler
materials, welding gas, consumable inserts and backing rings, accessories and
miscellaneous specialties, including specialty high strength anchor bolts for
fixing equipment / insert plates on concrete structures etc. required for the
proper installation of piping systems.
(b.) All temporary piping, supports, valves, blanking plates, caps, pumps, pressure
gauges, plugs, gaskets, bolts and nuts, pipe spools for valves / control valves,
flow nozzles and specialties etc.. Tools and tackles and other accessories
required to complete the hydrostatic testing of piping system in SG contractor’s
scope.
(c.) All temporary piping, supports, valves, blanking plates, caps, pressure gauges
& transmitters, temperature gauges & transmitters, plugs, gaskets, bolts and
nuts, spool pieces for valves / control valves, flow nozzles & specialties, tools
and tackles, target plates and other accessories required to complete steam
blowing operation of piping systems in contractors scope.
3.01.00 Complete design, engineering, etc. for the power cycle piping systems and other
piping systems included in this specification shall be the responsibility of the
Contractor. Employer's responsibility/ function in this connection shall be limited to
(b.) Design parameters selection, pipe sizing calculation, pipe schedule, valve
schedule, insulation schedule, painting schedule, specialties schedule and
hanger schedule for the systems included in the bidder’s scope and
submission of same to Employer for review and approval.
(d.) Preparation of fabrication and erection isometric (with material take off)
drawings for shop fabricated piping which are of size 65 NB and above and
submission of the same to the Employer for review and approval.
(e.) Preparation of piping layout drawings & isometric drawings for site routed
piping (i.e for pipe sizes below 65NB) and submission of the same to the
Employer for records.
(f.) Preparation of System wise stress analysis report (including input) along with
stress isometric drg./sketch marked with node points for review & information
(g.) Design and engineering of all temporary piping that are required for the
commissioning activities of power cycle piping system shall be as specified
herein and submission of the same to the Employer for review and approval.
(h.) The Contractor shall design in detail all piping supports including restraints,
guides, stops, snubbers etc., after deciding the final location of hangers and
supports based on stress and dynamic analysis and Hanger/ support load data
originated by him. Bidder shall submit to Employer for review his hanger design
document in the form of hanger GA drawings and hanger schedule including
adjoining aux steel structure.
(i.) The Contractor shall furnish separate sketches for each hanger/ support,
restraint, anchor, etc. These sketches shall include the location with reference
to column co-ordinates, identification number, bill of material, design loads,
operating load, spring stiffness, amount of spring pre-compression etc., the
method of attachment to the pipe and steel structure, identification of
beams/structure (from which support is taken) etc. Additionally the sketches
shall show a key plan referenced to plant north and centre line elevation of the
pipe at the point of attachment for cold and hot conditions.
(j.) In order to ensure that all supporting elements, anchor and restraints have
been installed and adjusted in accordance with design documentation, the
Contractor shall inspect and log the hanger readings for the hangers
associated with the power cycle piping system as follows:
(1.) After hydrostatic test with the piping in the cold position, with all travel
stops removed, with the pipe completely insulated and in all respect
ready for startup.
(2.) Piping in hot position, with the unit operating at rated parameters.
(3.) Piping in hot position (rated parameter condition) after six (6) months of
operation.
(4.) Piping in cold position during the first complete shutdown after at least six
(6) months of operation.
(5.) After steam blowing, in case steam blowing is applicable for the line.
(6.) At the time of each inspection as mentioned above from S.No. 1 to 5, the
Contractor will determine the necessity for revision, adjustment or
replacement of pipe supporting elements, restraints and anchors. Any
changes proposed shall be subject to the concurrence of the Employer.
The changes shall be incorporated by the Contractor after Employer's
concurrence. A written record shall be furnished to the Employer.
(k.) “AS BUILT" drawing of the piping layout, fabrication isometrics drawings &
Hanger / support GA Drawings shall also be prepared by the Contractor based
on any layout modifications made at site and submitted to Employer for
records.
(1.) The contractor shall identify and satisfy all the statutory code
requirements as may be required for the piping systems covered in these
specifications. It is the sole responsibility of the Contractor to identify and
obtain all necessary approvals from various Government agencies/
board/ statutory authorities/ IBR etc., as applicable for the material,
design, manufacture, fabrication, erection and testing (Both Shop test
and site test as applicable)of pipes, valves, fittings, specialties etc.
(2.) The Contractor shall also identify and obtain all necessary approvals from
the IBR authority in the state where the plant is being installed, for the
erection/testing/commissioning/registration and any other requirement as
required by IBR. The contractor shall be responsible for obtaining
approval from chief inspector of boiler (CIB) as per Indian Boiler
Regulations (IBR). This shall include furnishing all necessary certificates
for design, manufacture and testing for pipes, valves, fittings, specialties,
certificate of manufacture and test for each erected piping in the relevant
formats to the chief inspector of Boilers, obtaining his approval and
furnishing the same to the employer.
(3.) In order to obtain the above approvals, all necessary documentation etc.
required shall be arranged and furnished by the Contractor to the
statutory authorities.
(m.) All shop test as required by the applicable codes, ASME / ANSI standards, IBR
and other standards enumerated or specified.
(n.) In case any localized modifications / rerouting / re erection etc is required for
the piping systems (in contractor’s scope) even after approval of drawings /
during erection then the same shall be carried out by the contractor under his
scope of supply and services in consultation with employer. Obtaining IBR
approvals, if any required, for the modification work shall also be in the scope
of the contractor.
3.02.00 Certified copies of test reports for all tests and examinations specified in the
specification and for the mandatory test and analysis required by ASME/ ASTM/DIN
material specification, for the materials used for piping, shall be furnished to
Employer.
3.03.00 Cleaning including steam blowing of all piping systems as specified elsewhere in the
technical specifications including temporary pipe work, making temporary closures
on piping systems etc as required for the same.
a) Making interface connections, (i.e. edge preparation, welding, pre & post weld
heat treatment, stress relieving of the weld joint etc.) , as applicable, for the
piping systems in SG package contractor’s scope at terminal points with
valves/equipments/piping etc supplied by employer / TG Contractor (including
those which are mentioned at point no. (b) below)
b) However, the interface weld joints, in the following case, at SG/TG terminal
points in MS,HRH,CRH,HP&LP ByPass piping systems (SG scope) shall be
done by TG package contractor at TG contractor’s works/ TG equipment
manufacturer’s works :
c) In the event of (b) above, SG contractor shall supply & deliver the required
matching pieces (of size, thickness, length & quantity as specified by TG
contractor during detailed engineering) including test pieces ,if any required to
TG manufacturer’s/ TG contractor’s works, after obtaining necessary clearances
in this regard from employer during detailed engineering . All expenses on
account of supply/delivery of matching pieces to TG contractor’s/TG
manufacturer’s works shall be in the scope of SG contractor.
3.07.00 Providing complete interface engineering with the suppliers of other equipment and
piping with which the piping systems in the contractor’s scope is to be connected or
have interface in any other way.
3.08.00 Performing all tests and implementing all quality control procedures as specified
herein including provision of testing equipment, stress relieving equipment,
radiography equipment and any other equipment necessary to meet the
requirements of the specification.
3.09.00 Apart from carrying out steam blowing, the work shall include disposal of water,
clean up, reinstatement of the cleaned piping system, dismantling and removal of all
temporary piping, equipment and materials from site.
The Contractor shall carryout static stress and dynamic analysis of piping system
and submits for Employer’s approval with following inputs.
(a.) A write up on the stress analysis and dynamic analysis including codes used
and design conditions considered.
(b.) A copy of the computer print out for input data for the various design
conditions considered for stress analysis along with the stress diagram (piping
isometric marked with node points marked.)
(d.) Allowable and calculated code stresses at various node points in the piping for
the design conditions considered based on code requirements for analysis.
(e.) Analysis results giving calculated forces, moments and movements at various
hanger/support/restraint/anchor points from dynamic analysis as well as from
the static analysis corresponding to various thermal /operating conditions,
sustained load case, hydro load case (other than water lines) and occasional
loads ,as applicable, for each piping system analyzed.
(f.) For performing stress analysis & dynamic analysis of TG scope of Piping
(containing Interface points) by TG contractor, all required inputs (allowable
forces & moments or acceptability of actual forces & moments, cold to hot
movements etc. at Terminal Points) shall be furnished by SG package
contractor during detail engineering as per mutually agreed schedule.
(g.) TG package contractor shall provide an anchor on the feed water discharge
piping (in TG scope) near the terminal point (between TG & SG scope of Feed
water discharge piping). SG vendor shall perform the Stress Analysis for
complete feed water piping in SG scope from the above-said anchor on feed
water piping and shall limit the forces & moments imparted on this anchor
(under TG scope) within the stipulated limits as furnished by TG contractor
during detail engineering.
(h.) TG package contractor shall provide an anchor on the Reheater spray piping
(in TG scope) near the terminal point (between TG & SG scope of Reheater
spray piping). SG vendor shall perform the Stress Analysis for complete
Reheater spray piping in SG scope from the above-said anchor on Reheater
spray piping and shall limit the forces & moments imparted on this anchor
(under TG scope) within the stipulated limits as furnished by TG contractor
during detail engineering.
1.01.00 The Scope of Low Pressure (LP) piping systems for the following services shall be
as defined in various tender drawings & the sub section pertaining to “Terminal
points and exclusions” and shall include the following systems:
c) Equipment Cooling Water (ECW) system including its chemical dosing system
for primary circuit.
n) Drain and vent piping system for the piping\equipment etc. under the bidder’s
scope.
p) Any other piping system required to make the Low Pressure (LP) piping
systems in the bidder’s scope complete.
1.02.00 The scope covers the following for the complete LP piping systems mentioned
above:
expansion joints, strainers, moisture traps, tanks, chemical dosing system for
Equipment Cooling Water System (primary circuit), instruments, drains, vent
including drain/ vent valves, air release valves (if applicable) etc.
The items though not specifically mentioned or indicated here in but are needed to
make the system / equipment complete shall also be furnished and treated as if
included in the specification unless otherwise specifically excluded.
1.03.00 Bidder's scope of supply/ work shall include but not be limited to the following:
a) Pipes, headers and manifolds, bends, elbows, returns, tees, laterals, crosses,
reducers/ expanders, caps and closures, couplings, plugs, sleeves, and saddles,
stubs and bosses, unions and other similar fittings, flanges, gaskets, fasteners
and sealants, ring joints, backing rings, all types of valves including drain/ vent/
air release valves, 3-way valves(where applicable) with test connection for
instruments/ manifolds etc. actuators, specialties, orifices, flow nozzles, etc. as
per finalized single line flow diagrams and layout drawings/ isometric drawings.
d) Instrument tapping and stub connections, root valves, 3-way valves (where
applicable) with test connections, drains and vent valves & expanders / reducers
as required, and instruments as indicated elsewhere for instruments supplied by
the Bidder. Reducer / Expander required at Terminal Points shall be supplied by
the Bidder. Welding at Terminal Points and Pipe to Pipe Connection for system
completion shall also be done by the Bidder.
e) Drain funnels, drip pans, moisture traps etc. wherever required shall be
provided.
g) All supporting attachments like plates, saddles, stools, shoes, base plate, saddle
plates, angles, channels, I-beams, trapeze, cantilevers, brackets, sways, braces,
nuts, bolts, cleats, clamps, needed to complete the erection of piping system
covered under this specification.
h) Anchor bolts, bed & foundation plates, pipe sleeves and Nuts to be embedded in
concrete for piping wherever indicated in the drawing. All grouting and chipping
work (including supply of cement, sand and stone chips) for equipment
foundations, pipe supporting etc. required for Piping
n) Bidder shall also design, supply, fabricate, erect, set and commission all
hangers, tie-rods, turn-buckles, supports, guides, restraints, anchors, etc. as
required for the, piping system. This includes the provision of all associated steel
work including brackets, cradle supports, duck foots, channels, angles, etc. It is
Bidder's responsibility to estimate these requirements and include them in their
offer price. Whenever, straight run of the yard pipes are more than 300 meters,
flexibility analysis shall be conducted by the contractor to identify the requirement
of loops, type of supports etc.
p) Bidder shall supply all necessary drains and vents with drain & vent valves
including anti-flash funnels and moisture traps for compressed air system as
required for the safe and effective draining-venting of the piping systems based
on the approved flow scheme / single line diagram. It is bidder's responsibility to
identify the requirements of drains, vents, and supply the necessary pipe work,
fittings, hangers and supports etc. for the same.
q) Bidder shall supply and install necessary matching pieces as may be needed for
connection of piping systems with equipment terminals, valves and specialties.
r) Bidder shall erect all instrument impulse piping and fittings from the tap-off point
of the last root valve including the root valve and instruments.
s) Bidder shall perform necessary internal machining of pipe for installing orifices,
flow nozzles, straightening vanes etc.
t) The Bidder shall prepare the flow diagrams, detailed dimensional piping layout/
Isometric/ fabrication/ As built drawings of all the systems along with Cross
sectional drawings, showing all supports and equipment as required.
3) Design calculations for condensate storage tank and Drinking water tank.
4) Static Analysis for Long (more than 300-meter straight run) above ground
piping wherever required.
v) Bidder’s scope shall also cover distribution of service air, service water and
potable water to various facilities/buildings (under Bidder’s scope) including
providing tap offs at various floors of TG building.
All welding consumables like welding electrodes, filler rods and wires; gases like
oxygen, acetylenes, argon, carbon-dioxide, propane, backing rings etc., Films for
radiographic examination of welds,
X-ray and Gamma -ray equipment including isotopes, dye penetrants, and other
required non-destructive testing materials and equipment (all to be taken back by
the Bidder after completion of work).
All equipment/ materials as required for cleaning, flushing, blowing out and hydro
testing of the piping systems; these shall include but not be limited to pumps and
compressors with prime movers, instruments, pipe work with supports, valves,
strainers and other specialties, blanks, plugs, spool pieces, dummy plates,
electrical accessories, etc.,
All scaffolding materials and false work (All to be taken back by Bidder after
completion of work).
1.04.00 The Bidder shall provide Services of erection superintendent and foremen, fitters
and riggers, welders, transport and crane operators and other skilled and unskilled
labour.
The design engineering and providing all temporary pipe work as required for
erection, cleaning, flushing, blowing out, testing and commissioning of the piping
system is the responsibility of the Bidder.
The Bidder's scope shall include design, supply of required structural steel (except
those which are specifically excluded), their fabrication and erection wherever
required.The Bidder shall include in his offer a complete set of special tools and
tackles required for handling the various equipment / piping system during
maintenance.
ii) The bidder shall also identify and satisfy all other statutory code
requirement as may be necessary for the piping systems covered in this
specification.
iii) Certified copies of test reports for all tests and examinations specified in
the specification shall be furnished to the Project Manager. Cost of
meeting all statutory requirements and furnishing the required certificates
shall be deemed included in the proposal price.
NOT USED
NOT USED
NOT USED
PLANT UTILITIES
b) Centralized air-conditioning system for ESP control room buildings and FGD
control room building(s).
There shall be one (1) central, water cooled chilled water type air-conditioning plant to
cater the A/C requirement of the air-conditioned areas of FGD & ESP Control Room
Buildings of both units. The system shall be comprising of following:
i) Water cooled screw chiller units: 2x100%
ii) Chilled water pumps: 2x100%.
iii) Condenser water pumps: 2x100%.
iv) Cooling towers: 2x100%.
v) AHUs: 2x100% for each control (CR/CER, etc.) building of ESP/FGD.
c) Packaged air conditioners (2x100%) shall be provided for AHP control room as per
detailed specification in Part-B of Technical Specification.
e) Apart from the above, any area/building which are in the scope of the Bidder and
require air conditioning, those areas/buildings shall be provided with air conditioning
system, as per detailed specification in Part-B of Technical Specification.
g) Any additional items which may not be specifically stated in the specifications but are
required for completeness of the system shall be supplied by the Contractor.
h) For air conditioning system, the Bidder shall provide all Instrumentation systems,
accessories and associated equipment, which are included in Bidder’s scope, in a
fully operational condition. The Bidder shall also provide all material, equipment and
services which may not be specifically stated in the specifications but are required for
completeness of the equipment/systems furnished by the Contractor and for meeting
the intent and requirements of these specifications.
a) General
Complete Ventilation system consisting of modular type unitary air filtration (UAF)
units, supply air fans, roof extractor fans, exhaust air fans, louvers, filters, ducting,
diffusers, piping, volume control dampers, fire dampers, back draft dampers,
electrical drives, instrumentation, etc., for all the buildings which are in the scope of
the Bidder, as per detailed specification in Part-B of Technical Specification.
Minimum One (1) no. of UAF unit (of metallic construction- modular type) of minimum
capacity 75,000 m3/hr, with all accessories, 1 No. DIDW centrifugal fan, 1 No.
circulating water pump, etc. as per detailed specification in Part-B of Technical
Specification shall be provided for each unit.
c) FGD Control Room Building (Non-A/C areas)
Minimum One (1) no. of UAF unit (of metallic construction- modular type) of minimum
capacity 75,000 m3/hr, with all accessories, 1 No. DIDW centrifugal fan, 1 No.
circulating water pump, etc. as per detailed specification in Part-B of Technical
Specification shall be provided.
Note: If ESP & FGD control room buildings are provided in a common building(s),
evaporative ventilation system (UAF system) shall be provided for non-A/C areas
(MCC/Switchgear/Cable Vault, etc.) of combined ESP & FGD control room
building(s) accordingly.
Further, evaporative ventilation system (UAF system) shall also be provided for non-
A/C areas (MCC/Switchgear/Cable Vault, etc.) pertaining to FGD system in any other
separate/common electrical/ control building(s).
d) Miscellaneous areas: All other areas like air compressor houses, ash silo utility
building, all pump houses, MCC/switchgear rooms, Electrical and C&I battery rooms,
cable vaults, workshops, stores, pantry, etc. covered under Bidder’s scope and shall
be ventilated by a combination of ‘supply air fans & roof exhauster fans’ or ‘supply air
fans & exhaust fans’ or ‘supply air fans & back draft dampers’ or ‘fresh air in-take
louvers & exhaust air fans’. For ventilation of battery rooms and oil rooms, flame
proof motor shall be used. Further, toilets shall be provided with propeller type
exhaust air fans.
e) Apart from the above, any area/building which are in the scope of the bidder and
require ventilation, those areas/buildings shall be provided with ventilation system, as
per detailed specification in Part-B of Technical Specification.
g) Any additional items which may not be specifically stated in the specifications but are
required for completeness of the system shall be supplied by the Contractor.
h) For ventilation system, the Bidder shall provide all instrumentation systems,
accessories and associated equipment, which are included in Bidder’s scope, in a
fully operational condition. The Contractor shall also provide all material, equipment
and services which may not be specifically stated in the specifications but are
required for completeness of the equipment/systems furnished by the Contractor and
for meeting the intent and requirements of these specifications.
b) Four (04) numbers (3 working+ 1 standby) Air Drying Plants (one for each instrument
air compressor) of minimum capacity same as instrument air compressor with all
interconnecting piping, valves, fittings, etc.
c) Three (03) numbers (all working) oil free, rotary screw/centrifugal type air
compressors for service air duty for the complete plant each of adequate capacity &
adequate pressure, with their drives and other accessories.
d) One number of air receiver of minimum capacity 10 m3 at the discharge of each air
compressor (Total: 07 numbers).
e) One number unit air receiver of minimum capacity 10 m 3 for each unit to be located
near ESP Buffer Hopper Area for Ash Handling System. (Total: 02 numbers).
f) One number of air receiver of minimum capacity 10 m 3 for Fly ash storage Silo area
and Ash classification system to be located near Silo Utility building.
h) Complete instruments, control system with panels as required for compressor house.
i) The compressed air scheme and piping network shall generally be in line with the
enclosed tender drawing.
k) Any additional items which may not be specifically stated in the specifications but are
required for completeness of the system shall be supplied by the Contractor.
l) For detailed specification of compressed air system and selection of the required
capacity and discharge pressure of air compressors, please refer part B of technical
specification.
4.00.00 GENERAL
ii. One (1) set Special tools and tackles required for maintenance of all the Mechanical,
Electrical and C & I equipments under the scope of bidder.
iii. All steel / cast iron inserts, plates, bolts, nuts, sleeves, metallic-fasteners etc. to be
grouted in concrete work and used to hold/ support the equipment/piping/ducting
being supplied and erected under this specifications.
iv. Initial charge of all lubricants, grease, refrigerant, etc. Further, all consumables
required for PG tests shall also be in Bidder’s scope of supply. Grouting, dressing
and final finishing of all foundations of various equipment, etc.
v. Repairing and making good/ sealing of cutouts / openings in floors, roofs and walls,
for executing the works under this system and making them watertight as directed by
the engineer.
vi. Painting for all equipment/items and touch-up painting of Employer’s structures
damaged due to site welding by Bidder as detailed in relevant clauses of technical
specification.
vii. Scope of Civil works pertaining to fire detection & protection system shall be as
mentioned below:
Scope Matrix & other details of Civil Works for Fire Detection & Protection
System (FDPS)
In all areas/facilities/buildings
covered under
Work Description
SG Island
BOP Package
Package
NOT USED
Limestone shall be conveyed to usage point through double stream conveyors & Bucket
Elevators of capacity 100% for conveying.
2.01.02 Limestone Belt Conveyors / Bucket Elevator complete with conveyor galleries along with its
supporting structures, short supports, stringers, deck plate, seal plate, conveyor foundations,
drive motors, drive units, pulleys, idlers, gravity take ups including guides, pits etc., internal
and external belt cleaners, pull chord switches, belt sway, zero speed switches, electro-
hydraulic thruster brakes, all electrical etc. including all civil, structural and architectural
works for tunnel, conveyor gallery, gallery supporting trestles and their associated
foundations, as applicable.
2.01.03 One (1) number Limestone crusher house (CH) complete with all civil, structural, architectural
and electrical works etc. accommodating suitable nos. crushers and associated Vibrating
screening feeders, passenger cum goods elevator, conveyors, chute work along with
actuator operated flap gates, monorails & hoists, hoist maintenance platform, external and
internal staircases, hand rails and other equipment such as sampling unit, dust extraction
system etc. as specified elsewhere.
2.01.04 2x100% of vibrating screening feeders in limestone crusher house to feed the limestone to
crushers with drives, dust hoods, all mechanical, electrical accessories and supporting
structures etc.
2.01.05 2x100% of hammer crusher complete with drives, accessories all mechanical, electrical civil
& structural works, including crusher supporting foundations, vibration isolation system with
springs and viscous dampers, vibration monitoring system etc.
2.01.06 Crushed limestone Silo, Junction towers ( if applicable ), conveyor gallery / bucket elevator
complete with all civil, structural, architectural, electrical and C&I works including chutes,
monorails, hoists/chain pulley blocks, hoist maintenance platforms, external staircases, dust
debris chutes etc. All over-ground junction towers shall have separate debris disposal chute
up to the ground floor.
2.01.07 Complete chute work along with chute block switches and actuator operated flap gates,
mobile discharge pulleys (as applicable) in all junction towers between various conveyors.
2.01.08 Suitable number of motorized travelling tripper / belt feeder with flow diverter
plough/reversible belt feeder (as applicable) on each feeding conveyor for feeding the
crushed limestone to the Storage Silo. Trippers shall be complete with all mechanical,
electrical equipment, rails, chute work, rail supporting structure (along with structural stools,
as required), cables with cable festooning arrangement, thruster brakes, rail clamps, electric
hoist, actuator flap gates etc.
The storage silo shall be sufficient to store limestone equivalent to consumption of minimum
7 days at Design point (Generation of all units to be considered). The maximum capacity of
each limestone storage silo shall not exceed 2000 MT. Suitable number of Vibrating feeders
along with suitable crushed limestone feed regulating mechanism below silos shall be
provided taking feed from silo and discharging onto onward conveyors/ Bucket elevators.
Alternatively, Activator feeder (Un-coaler) may be provided. Each storage silo shall be
equipped with suitable Air blasting/Vibrating Bin type arrangement to ensure proper
flowability of Crushed Limestone.
2.01.09 One (1) no. of Limestone sampling unit, for as received limestone in crusher house complete
with all accessories and electrical, civil, structural works, supporting structures,
approach/maintenance platforms, hoists etc.
2.01.10 Suitable number of diverter plows and its actuating mechanism shall be mounted on each
conveyor to feed limestone into limestone day silos. Alternatively, suitable nos. fixed Trippers
on each conveyor to feed limestone into limestone day silos. Or any other alternate to ensure
feeding of limestone from any of the bucket elevator outlet to any of the limestone day silos.
2.01.11 Pressurized Ventilation system for all Switchgear rooms, MCC rooms complete with all
mechanical, electrical, accessories, civil and structural works.
2.01.12 Exhaust fans to be provided in all battery rooms and all toilets complete with electrical, civil &
structural works etc. Supply and exhaust fans along with required ducting shall also be
provided for all underground Structures/junction towers complete with all mechanical,
electrical, civil and structural works and associated foundations.
2.01.13 Two (02) numbers conventional enclosure type passenger cum goods elevator having
capacity of 16 persons (1088 kg) complying to IS:14665 (latest edition) with drives, all
electrical, mechanical, civil, structural & associated foundation works, accessories and
electrical to serve various floors of Limestone crusher house and Limestone Storage Silos.
Staircase access for machine room shall also be provided by the bidder.
2.01.14 Suitable number of inline magnetic separators and suspended magnets shall be provided.
All the in line magnetic separators and suspended magnets shall be complete with reject
chutes, reject trolleys, supporting arrangement and all mechanical, electrical, civil, structural
works and accessories.
2.01.15 Suitable numbers of metal detectors complete with all mechanical, electrical, civil, structural
works and accessories.
2.01.16 Suitable numbers of electronic type belt scales for continuous weighing, complete with all
mechanical, electrical, civil, structural works and accessories.
2.01.17 Complete dust extraction system for control of fugitive dust in limestone storage Silos,
junction towers, crusher house complete with fans, drives, hoisting arrangements, ducting,
piping, valves etc. electrical, accessories, civil, structural and architectural works.
2.01.18 Service water and potable water system for complete limestone handling plant. Water Pump
houses & water tanks for service water, cooling water (as applicable) and potable water
system.
2.01.19 Cooling water system (as applicable) for scoop couplings, for complete limestone handling
plant. Air cooled type scoop couplings are also acceptable.
2.01.20 Monorails and electrically operated hoist blocks as well as hand operated chain pulley blocks
for servicing/installation/easy replacement of drive machinery, different types of pulleys for all
conveyors, GTU and other equipment from ground level to their locations and vice-versa &
landing inside the respective Buildings.
2.01.21 One (1) number of belt vulcanizing machine, suitable for all belt widths in limestone handling
system and gypsum handling plant, complete with all mechanical, electrical, accessories and
consumables for one year of consumption. Further belt jointing facilities as specified shall be
provided.
2.01.22 Minimum one (1) no. pitless Weighing Bridge of capacity 100 MT for Road trucks / Tipplers
shall be provided in Limestone unloading area .
2.01.23 All buildings shall be complete with all electrical, civil, structural, architectural works, cable
trenches, fire safety walls, foundation, earth mat, fencing, earthing for transformers. All
cables, duct banks, trenches, cable trestles shall be complete with associated civil/ structural
work and necessary civil foundations.
2.01.24 Drainage of LHP buildings, tunnels, conveyor galleries and limestone storage Silos
including all civil & structural works as detailed out elsewhere in the specification.
2.01.25 All equipment/fittings, supporting structure, along with insert plates, bolts, accessories, MS
sleeves, base plates, grouting as may be required and proper alignment etc.
2.01.26 Complete un-used set of all special tools and tackles, which are necessary or convenient for
erection, commissioning and overhauling of any equipment, covered under the scope.
2.01.27 First fill of all consumables, e.g.; oils and lubricants for one year toppings requirements.
2.01.28 Preservative shop coating, final painting of all structures and equipment.
2.01.29 All inserts, anchor bolts, foundation bolts for Contractor’s equipment, platforms etc. in the
entire LHP.
2.01.36 All necessary grouting & finishing of the floor after welding at all such pockets & elsewhere is
in Contractor’s scope.
3.01.00 Gypsum shall be conveyed from the vacuum belt filter to the storage shed through a series of
double stream conveyors and transfer points/junction towers.
3.02.00 One number of covered storage shed for gypsum. The storage shed shall be sufficient to
store gypsum equivalent to gypsum generation of minimum 7 days at Design point
(Generation of all units to be considered).
3.03.00 Minimum four (4) Nos. sump pumps in gypsum storage shed complete with motors, local
control panel, level switches, individual discharge piping with fittings and valves ash disposal
slurry sump.
3.04.00 Complete dust suppression system for control of fugitive dust in gypsum storage shed,
complete with pumps, water tanks, drives, hoisting arrangements, ducting, piping, valves etc.
electrical, accessories, civil, structural and architectural works.
3.05.00 Service water, cooling water and potable water system for complete gypsum handling plant.
Water Pump houses & water tanks for service water, cooling water and potable water
system. Common pump house for Limestone handling plant and gypsum handling plant is
also acceptable.
3.06.00 Suitable number of motorized travelling tripper on each feeding conveyor for feeding the
gypsum to the covered storage shed. Trippers shall be complete with all mechanical,
electrical equipment, rails, chute work, rail supporting structure (along with structural stools,
as required), cables with cable festooning arrangement, thruster brakes, rail clamps, electric
hoist, actuator flap gates etc.
When by-passing Tripper chute (by Flap Gates of Trippers), Gypsum Conveyor shall
discharge gypsum into the Truck directly placed below telescopic chute fitted along with
discharge chute.
3.07.00 Gypsum from storage shed shall be loaded to user’s trucks directly from discharge chute or
using front end loader/ pay loader.
3.09.00 Suitable numbers of electronic type belt scales for continuous weighing, complete with all
mechanical, electrical, civil, structural works and accessories.
3.10.00 Minimum one (1) no. pit-less type Weighing Bridge of capacity 100 MT for Road trucks /
Tipplers shall be provided in Gypsum Loading area.
4.01.00 Monorails and electrically operated hoist blocks as well as hand operated chain pulley blocks
for servicing/installation/easy replacement of drive machinery, different types of pulleys for all
conveyors, GTU and other equipment from ground level to their locations and vice-versa &
landing inside the respective Buildings
4.02.00 One (1) number of belt vulcanizing machine, suitable for all belt widths in gypsum handling
plant, complete with all mechanical, electrical, accessories and consumables for one year of
consumption. Further belt jointing facilities as specified shall be provided. Alternately, the
bidder may give a common belt vulcanizing machine for CHP, BHP, LHP and GHP.
4.03.00 All buildings shall be complete with all electrical, civil, structural, architectural works, cable
trenches, fire safety walls, foundation, earth mat, fencing, earthing for transformers.
All cables, duct banks, trenches, cable trestles shall be complete with associated civil/
structural work and necessary civil foundations.
4.04.00 Drainage of LHP/GHP buildings, tunnels, conveyor galleries including all civil & structural
works as detailed out elsewhere in the specification.
4.05.00 All equipment/fittings, supporting structure, along with insert plates, bolts, accessories, MS
sleeves, base plates, grouting as may be required and proper
alignment etc.
4.06.00 Complete un-used set of all special tools and tackles, which are necessary or convenient for
erection, commissioning and overhauling of any equipment, covered under the scope.
4.07.00 First fill of all consumables, e.g.; oils and lubricants for one year toppings requirements.
4.08.00 Preservative shop coating, final painting of all structures and equipment.
4.09.00 All inserts, anchor bolts, foundation bolts for Contractor’s equipment, platforms etc. in the
entire GHP.
4.10.00 All necessary grouting & finishing of the floor after welding at all such pockets & elsewhere is
in Contractor’s scope.
4.11.00 Mandatory spares shall be supplied as per the list enclosed in Mandatory Spares Section.
4.12.00 Bidder to note that the above list is not exhaustive, and any work required for integration of
complete system and ensuring its satisfactory running shall be in the scope of work and
supply for this package.
All electrical actuators used in this package shall necessarily be of non-intrusive integral
actuators like Flap Gates, RPG, Dampers, Valves meeting requirements specified in
Electrical Actuator referred in C&I section Part –B of the specification, except for skid
mounted / operated through only PLC/ local control panel systems like scoop coupling,
tripper, paddle feeder, LSU where it is not possible to have above non-intrusive type
actuators, the Contractor shall provide Electrical Actuators as per Standard practice.
For measurement of Pressure, Differential Pressure and Temperature in process line of GHP
including all associated systems, Analog measurement with Fieldbus protocol (complying to
Measuring Instruments (Primary and Secondary), Part-B, Section-VI) shall be provided. The
above philosophy shall also be applicable for integral equipment like scoop coupling, if
integral equipment supplier can provide the same. However, if integral equipment supplier
provides proper technical justification for not able to do so then instruments as per Standard
Practice of integral equipment supplier can be provided subject to Employer’s approval. The
PT, DPT and TT shall be mounted on pipes in suitable rack/ canopy arrangement. The exact
arrangement shall be as approved by Employer during detailed engineering.
For measurement of tank level in water application ultrasonic type level transmitter and for
slurry-based application Radar type level transmitter are to be provided. For specification of
these instruments and all other measuring instruments shall be complying to specification
requirements of Part-B, Section-VI.
1.02.00 Trough Belt Conveyors complete with conveyor galleries, underground Conveyor tunnels
(wherever applicable), conveyor supporting structures, short supports, stringers, deck plate,
seal plate, conveyor foundations, drive motors, drive units, pulleys, idlers, gravity take ups
including guides, pits etc., internal and external belt cleaners, pull chord switches, belt sway
and zero speed switches, electro-hydraulic thruster brakes, all electrical etc. including all
civil, structural and architectural works for conveyor gallery, gallery supporting trestles and
their associated foundations etc.
1.03.00 Trough Belt Conveyors in the bunker buildings complete with conveyor supporting
structures, short supports, stringers, short support mounting stools, inserts (if any), deck
plate, seal plate etc. drive motors, drive units, pulleys, idlers, gravity take-ups with guides
up to ground including take up structures, take up maintenance platform at intermediate
levels including platform supporting beams, monorail beams, guide rails etc., internal and
external belt cleaners, pull chord switches, belt sway and zero speed switches, electro-
hydraulic thruster brakes including all electrical, civil, structural and architectural works.
1.04.00 Transfer points complete with all civil, structural, architectural and electrical works including
chutes, monorails, hoists/chain pulley blocks, hoist maintenance platforms, external
staircases, etc. All transfer points shall have separate debris disposal chute up to the
ground floor
1.05.00 All mechanical and electrical equipment, to be housed in Transfer Points including all
electrical works, coal feeding chutes, monorails, hoists, maintenance/operating platforms
including its supporting beams inside the TPs & maintenance platforms at various levels for
take-up including support beams. All transfer points shall have separate debris disposal
chute up to last operating floor.
1.06.00 Complete chute work along with chute block switches and actuator operated flap gates, belt
feeders in all Transfer points and crusher house between various conveyors.
1.07.00 In case of side mill arrangement, one no. motorized travelling tripper on each bunker
conveyor shall be provided. In case of front/rear mill arrangement, four (04) numbers of
travelling trippers shall be provided. In both the cases, travelling Trippers shall be complete
with all mechanical, electrical equipment, rails, chute work, rail supporting structure (along
with structural stools, as required), cables, flexible cable carrier (Energy Chain System),
thruster brakes, rail clamps, electric hoist, actuator flap gates etc. Bunker sealing and
Grid/grating over the entire length of bunker slot on tripper floor.
1.08.00 Pressurized Ventilation system for all Switchgear rooms, MCC rooms complete with all
mechanical, electrical, accessories, civil and structural works.
1.09.00 Exhaust fans to be provided in all battery rooms, all toilets complete with electrical, civil &
structural works etc.
1.10.00 Air-conditioned RI/O Rooms complete with all electrical, civil & structural works etc. are also
to be provided.
1.11.00 Two (2) Nos. Electronic Belt weighers complete with all mechanical, supporting
arrangement, electrical, and accessories on Conveyors.
1.12.00 One (1) No. belt vulcanizing machine for each Belt type (Steel Chord/Nylon etc.) of
adequate size complete with all mechanical, electrical, accessories and consumables for
one year consumption. Further, belt jointing facilities as specified shall be provided.
1.13.00 Complete dust suppression system for control of fugitive dust in transfer points, complete
with pump houses, water tanks, pumps, drives, hoisting arrangements, piping, valves etc.
electrical, accessories, civil, structural and architectural works as briefly specified below :
a. Complete Agglomerative dust suppression (Dry Fog / Cold Fog) system at all Transfer
Points including all electrical, instrumentation and accessories.
b. Water Pump houses & water tanks for dust suppression, service water, cooling water
and potable water system.
1.14.00 Complete dust suppression system, Service water, potable water system and cooling water
system for complete coal conveying plant.
1.15.00 Cooling water system for scoop couplings etc. for complete Coal conveying plant.
Alternately air-cooled type scoop coupling is also acceptable for all conveyors with HT
motors.
1.16.00 Monorails and electrically operated hoist blocks as well as hand operated chain pulley
blocks for servicing/installation/easy replacement of drive machinery, different types of
pulleys for all conveyors, GTU and other equipment from ground level to their locations and
vice-versa.
1.17.00 All buildings in contractor’s scope shall be complete with all electrical, civil, structural,
architectural works, cable trenches, fire safety walls, foundation, earth mat, fencing,
earthing for transformers. All cables, duct banks, trenches, cable trestles shall be complete
with associated civil/ structural work and necessary civil foundations.
1.18.00 Drainage of all buildings, tunnels, conveyor galleries and coal stock yard including all civil &
structural works as detailed out elsewhere in the specification.
1.19.00 All equipment/fittings, supporting structure, along with insert plates, bolts, accessories, MS
sleeves, base plates, grouting as may be required and proper alignment etc.
1.20.00 Complete unused set of all special tools and tackles, which are necessary or convenient for
erection, commissioning and overhauling of any equipment, covered under the scope.
1.21.00 First fill of all consumables e.g.; oils and lubricants for one year toppings requirements.
1.22.00 Preservative shop coating, final painting of all structures and equipment under the scope.
1.23.00 All inserts, anchor bolts, foundation bolts for Contractor’s equipment, platforms etc. in the
entire CHP in main plant area.
1.24.00 All necessary grouting & finishing of the floor after welding at all such pockets & else-where
is in Contractor’s scope.
1.25.00 All electrical actuators used in this package shall necessarily be of non-intrusive field bus
based integral actuators like Flap Gates, RPG, Dampers, Valves meeting requirements
specified in Electrical Actuator referred in C&I section Part –B of the specification, except
for skid mounted / operated through only PLC/ local control panel systems like scoop
coupling, tripper, where it is not possible to have above non-intrusive type actuators, the
Contractor shall provide Electrical Actuators as per Standard practice. And in such case the
Contractor shall provide justification for providing type of actuators offered and the same
shall be subject to Employer’s approval.
1.26.00 For measurement of Pressure, Differential Pressure and Temperature in process line of
CHP including all associated systems, Analog measurement complying to Measuring
Instrument (Primary and Secondary) Part-B of specification) shall be provided. The above
philosophy shall also be applicable for integral equipment like scoop coupling, if integral
equipment supplier can provide the same. However, if integral equipment supplier provides
proper technical justification for not able to do so then instruments as per Standard Practice
of integral equipment supplier can be provided subject to Employer’s approval.
1.27.00 For measurement of tank level in water application ultrasonic type level transmitter and for
slurry-based application Radar type level transmitter are to be provided. For the
specification of these instruments and all other measuring instruments shall be complying to
specification requirements of Part-B of Measuring Instrument (Primary and Secondary).
1.28.00 Bunker MCC room in the scope of the contractor shall also house FG / RIO panel(s) along
with 24V DC battery charger(s) & batteries in the scope of supply of the employer for Coal
Conveying System in Main Plant Area.
1.29.00 All instruments and equipment’s in the scope of supply of the contractor shall be wired to the
corresponding local JBs (normal /TTJBs) and panels which are also in the scope of supply
of the contractor (as applicable). The supply, laying and termination of trunk cables from
these local JBs and panels for further connection till the marshalling cabinet(s) of the FG /
RIO panel(s) (in employer’s scope) shall also be in the scope of the Contractor.
1.01.01 The scope of work comprises turnkey supply, erection and commissioning of complete
mechanical, electrical C&I and associated civil & structural works of ash handling system for
two (2) nos. boiler each of 660 MW nominal rating and their associated electrostatic
precipitators, as specified and defined in this specification. The scope of work also includes
supply and erection of dry fly ash storage silos for ash utilization purposes.
1.01.02 The scope of work shall include the design, engineering, manufacture, shop fabrication,
assembly, testing and inspection at manufacturer’s work, type testing wherever applicable,
packing, ocean shipment, marine insurance, custom clearance, port clearance and handling,
inland transportation, inland transit insurance, delivery at site, unloading, handling, storage
and in plant transportation at site, complete services of erection including erection
supervision and site testing, inspection, all associated structural and architectural works,
insurance during, storage, erection and commissioning, performance testing and handing
over to the Owner, of Ash handling system for two (2) nos. boilers, of 660 MW nominal rating
and their associated electrostatic precipitators, as defined in this specification.
1.01.03 The equipment and materials to be supplied by the Contractor shall form a fully
comprehensive Ash handling system within plant. The equipment and services as detailed in
all sections of the bidding documents and as shown on the tender drawings shall be within
the scope of supply of the Contractor. Any items though not specifically mentioned but which
are required to make the plant complete in all respects for its safe, efficient, reliable and
trouble-free operation shall also be taken to be included, and the same shall be supplied and
erected by the Contractor, unless they are specifically excluded.
1.01.04 The work shall consist of mechanical and electrical work and equipment, all associated
structural and architectural works, Control and Instrumentation equipment, mechanical
services and pipe work and electrical services associated with this ash handling system, the
principal features of this system being:
(a.) A wet ash conveying system for ash collected in the boiler furnaces, economizer
hoppers, economizer outlet duct hoppers (if applicable), air preheater hoppers and
duct hoppers (if applicable) including treatment system of Bottom ash hopper
overflow water.
(c.) A dry fly ash conveying system for the ash collected in electrostatic precipitator’s
collection hoppers.
(d.) A dry fly ash transportation and storage system including dry fly ash storage silos for
Road Bulker and Rail Wagon loading.
(e.) Lean slurry disposal system for combined bottom ash and Fly Ash system
Suitable numbers of clinker grinders complete with drive motors, rails, fluid coupling,
gear reducers and accessories as specified and as required.
Suitable numbers of jet pumps along with discharge gate housing, using flushing and
drain connection etc. as specified and as required.
Suitable lengths of bottom ash slurry transportation pipelines with basalt lining (one
no. independent pipeline for each Jet pump) complete with basalt lined pipe bends,
fixtures, elbows, gaskets, nuts, bolts, structural steel supports and other accessories
as specified and as required, from the outlet of jet pumps to the ash slurry sump in
the bottom ash slurry disposal pump house.
All make up, overflow, drain and other piping, valves and accessories including
hangers, pipe supports etc. as required and necessary to complete the bottom ash
handling system.
In case the bidder offers continuous type bottom ash handling system employing dry
type bottom ash hopper cum transition chutes and sub-merged scrapper chain
conveyor, the plant shall include at least the following basic elements.
Two (2) numbers of dry type bottom ash hoppers of structural steel, each hopper
complete with hydraulically/electrically operated hopper isolation gates with provision
for manual operation, seal troughs with overflow connection, refractory lining, access
doors, inspection glass windows, poke holes, quenching nozzles supporting steel
structures, platforms, stairs and accessories as specified and as required.
(i) Suitable nos. of 50% capacity (two (2) nos. working and two (2) nos. standby for
each unit) submerged scrapper chain conveyors, each complete with hydraulic drive
with gear reduction unit (if necessary) and hydraulic chain tensioning arrangement of
suitable design, as specified and as required. Standby scrapper conveyor units shall
be installed adjacent to the working scrapper conveyor units. The standby scrapper
conveyor units shall not be connected to boiler and the same shall be brought under
the boiler bottom whenever the working scrapper conveyor unit is to be taken out for
maintenance. The Scrapper units shall be provided with rail, wheels and suitable
motorized self-propulsion arrangement to facilitate their removal from under the boiler
furnace and its replacement with the standby scrapper conveyor un
(ii) Suitable nos. of clinker grinders complete with drive motors, fluid couplings, gear
reducers and accessories as specified and as required.
a. Suitable Nos. of horizontal bottom ash slurry transportation pumps and motor
sets, variable speed hydraulic coupling complete with all the accessories of drive and
mounting as specified
b. Suitable lengths of bottom ash slurry transportation pipelines with basalt lining,
complete with pipe bends, fixtures, elbows, gaskets, nuts, bolts, structural steel
supports and other accessories as specified and as required from (i) the bottom ash
slurry transportation pumps to dewatering bins and from (ii) the bottom ash slurry
transportation pumps to combined ash slurry disposal sump.
Bottom ash slurry shall be transported to dewatering bins normally. However, in case
of non-utilization, bottom ash slurry shall be disposed to ash dyke through combined
ash slurry disposal pumps.
c. Bottom ash slurry transportation pump shed, housing the bottom ash slurry
transportation pumps and motor sets.
g. Suitable nos. of solenoid operated pneumatically actuated knife edge gate valve
at the suction and discharge of bottom ash slurry transportation pumps.
h. Cast iron liners for lining the slurry trench (as applicable) and alloy cast iron liner
for lining conical portion of the Bottom ash slurry sump.
i. One (1) number pendent controlled electrically operated overhead travelling crane
for bottom ash transportation pumps as specified, complete with runway rails,
necessary rail clamps, bolts, splice bars and stops for each of the runway.
D) Economizer/Economizer outlet duct (If applicable) /APH and Duct Hopper (If
applicable) Ash Handling Systems
(i) Suitable nos. of flushing equipment below each economizer/eco duct hopper
complete with flushing nozzles, expansion joints, vertical pipe connections gaskets,
slurry discharge and overflow pipes and necessary fixing clamps and structural steel
supports as specified and as required.
(ii) Suitable nos. of hopper isolation valve assembly & one (1) number motorized
hopper isolation valve assembly below each economizer/eco duct hopper as
specified complete with hopper connecting flanges, gaskets, nuts, bolts etc.
(iii) Suitable nos. of economizer ash water pumps along with valves, pipes & fittings for
both the units. These pumps shall be located in the ash water pump house.
(iv) MS disposal pipes for transfer of economizer/eco duct hoppers ash slurry from
flushing apparatus to BA hopper (In case of jet pump system) or to BA Ash slurry
transportation trench (In case of SCC System) complete with pipe bends, fixtures,
elbows, gasket, supporting steel structure etc.
(v) Suitable nos. of Feeder ejector or Flushing equipment below each air preheater
hopper and duct hopper complete with flushing nozzles, expansion joints, vertical
pipe connections, cylinder operated valve, slurry discharge piping, and necessary
fixing clamps, and structural steel supports as specified and as required in case of
intermittent type bottom ash handling system employing triple (V) water impounded
hoppers.
OR
Suitable nos. of flushing equipment below each air preheater hopper and duct
hopper complete with flushing nozzles, expansion joints, vertical pipe connections,
cylinder operated valve, slurry discharge piping, and necessary fixing clamps, and
structural steel supports as specified and as required in case of continuous type
bottom ash handling system employing dry type hopper with sub-merged scrapper
chain conveyor.
(vi) MS disposal pipes for transfer of air preheater hoppers and duct hoppers ash slurry
from feeder ejector/flushing equipment to MS intermediate ash slurry tanks located
near air preheaters (in case of intermittent type BA handling system) or BA Ash
slurry transportation trench / sump (in case of continuous type BA handling system)
complete with pipe bends, fixtures, elbows, gasket, supporting steel structure etc.
(vii) In case of intermittent type bottom ash handling system, suitable nos. of MS
Intermediate ash slurry tanks for each unit along with suitable nos of horizontal
coarse ash slurry transportation pumps (1W + 1S) for each tank, complete with drive
arrangement, base plates, foundations bolts, inserts, embedments and accessories,
for each unit complete with supports, all slurry and water connections, etc. for
receiving air preheater ash slurry and duct hopper ash slurry ash slurry and further
disposal to Slurry Disposal Sump.
(viii) In case of intermittent type bottom ash handling system, two lengths of APH and duct
hopper ash slurry transportation MS pipelines with basalt lining (One no.
independent pipeline for each intermediate ash slurry tank) complete with basalt
lined pipe bends, fixtures, elbows, gaskets, nuts, bolts, structural steel supports and
other accessories as specified and as required, from the outlet of coarse ash slurry
transportation pumps to the Ash Slurry transportation Sump. Necessary fittings,
valves etc. shall be provided as specified and as required.
(ix) Two (2) nos. solenoid operated pneumatically actuated knife edge gate valve, (01
no.) at the suction and (01 no.) at discharge of each coarse ash slurry transportation
pumps.
(x) All instrument air piping to the various valves and instruments complete with fittings,
valves, pressure reducing station, filters, flanges, gaskets, nuts and bolts, hangers,
supports, etc, as specified as required.
Vibrating feeders (min 100TPH capacity) (2 nos. per dewatering bins, 1W+1S) to
feed the Bottom ash to trucks complete with drives, dust hood, all mechanical,
electrical accessories and supporting structures etc.
Two (2) nos. decanted water transfer pumps along with drive motors and
accessories supports (if required).
Complete chute work (Two chutes from each bin) along with chute block switches.
One (1) number conventional enclosure type passenger cum goods elevator having
capacity of 16 persons (1088 kg) complying to IS:14665 (latest edition) with drives,
all electrical, mechanical, civil, structural & associated foundation works, accessories
and to serve various floors of dewatering bin complex. Staircase access for machine
room shall also be provided by the bidder.
One (1) number of openings in each dewatering bin with manual isolation valve for
future provisions.
(i) Suitable nos. of material handling valve/feed valve at the outlet of each ESP hopper.
Suitable nos. of chute isolation valve at the outlet of each ESP hopper. Expansion
joints wherever required shall also be provided.
(ii) Suitable nos. of air lock/pump tank below each ESP hopper.
(iii) Suitable nos. of Dry fly ash Cast Iron / MS piping from ESP Hopper outlets onwards
up to Ash classifier system complete with valves, specialties, bends, pneumatic
actuators, structural steel supports, platforms etc.
(iv) Suitable nos. of conveying air compressors (CAC) along with drive motors and
accessories for each unit. Each compressor shall be provided with a dedicated
refrigerant type of air dryer and air receiver.
(v) One (1) no. pendent controlled electrically operated overhead travelling crane for
conveying air compressor house as specified complete with runway rails, necessary
rail clamps, bolts, splice bars and stops for each of the runway.
(i) Suitable nos. of material handling valve/feed valve at the outlet of each ESP hopper.
Suitable nos. of chute isolation valve at the outlet of each ESP hopper and.
Expansion joints below ESP hopper shall also be provided.
(ii) Suitable nos. of Mechanical vacuum pumps along with drive motors and accessories
for each unit. Seal water from the vacuum pumps shall be collected in the ESP area
pit/sump.
(iii) Dry fly ash conveying cast iron pipes from ESP hopper outlet onwards up to buffer
hoppers complete with valves, specialties, bends, pneumatic actuators, structural
steel supports, platforms, etc.
(iv) Suitable nos. of fly ash surge-cum-collection buffer hoppers each complete with
supporting steel structures, platforms, stairs, aeration system, primary collector,
secondary collector along with bag filter etc. or target box along with bag filter etc. for
each unit.
(v) Suitable nos. of Pump tanks/air locks at the outlet of each Buffer hoppers for
transportation of dry fly ash up to ash classifier silos.
(vi) Suitable nos. of aeration blowers along with drive motor for each unit for aeration of
buffer hoppers, each complete with dedicated heaters, valves, insulated pipelines
with sliding supports, supporting steel structure, aeration pads, silencer, filters and all
other accessories as specified and as required.
(vii) Two numbers drain pumps (1W + 1SB) for vacuum pump seal water to settling tank.
(viii) Twelve (12) nos. (6 working + 6 Standby) collector tanks each complete with wetting
heads, air-washers, seal boxes supporting structure, platforms etc. for each unit.
(ix) Fly ash slurry trench or Cast Basalt pipes with supporting structures shall be provided
below wetting unit/collector tanks to transfer fly ash slurry to combined ash slurry
sump for further disposal to ash dyke. Cast Iron liner for lining the slurry trench upto
ash slurry sump, if Slurry trench shall be provided.
(C) Common for Fly Ash Conveying System (Both Pressure & Vacuum)
(i) All interconnecting compressed air/exhaust pipelines complete with valves and
fittings and supporting steel structure.
(ii) All nuts, bolts and jointing materials at flanged termination points.
(iii) To meet the complete instrument air requirement of ash handling system such as
actuation of material handling, segregation valves; various water and airline valves,
slurry valves; bag filter cleaning etc.air receivers shall be provided namely ‘Unit Air
Receiver for Ash handling#1’, ‘Unit Air Receiver for Ash handling#2’ and air receiver
‘Fly ash Silo & Ash Classification System’.
(iv) Pipe support structures for all Ash conveying lines to be provided. Pipe lifting and
shifting arrangement in pipe rack must be provided.
(v) One (1) no. instrument air receiver near ESP of each unit along with safety relief
valve, automatic drain trap and other accessories complete with supporting steel
structures to meet the complete requirement of buffer hoppers and ESPs such as
actuation of valves, bag filter cleaning etc.
(D) Dry Fly Ash Transportation system from Buffer Hoppers to Ash Classifier System
(a) Suitable nos. of screw type transport air compressors for each unit along with
silencer, filter, after cooler along with all other accessories and supporting structures,
platforms etc. as specified and as required.
(b) Suitable nos. of refrigerant type air dryer for each unit along with accessories as
specified and as required.
(c ) Suitable nos. of air receivers for each unit along with safety relief valve, automatic
drain trap and other accessories as specified and required.
(d) Suitable lengths of cast iron/MS pipes for each unit for fly ash transportation from
buffer hoppers to Classifier Block including pipe rack, platforms, access stairs and
other associated supporting steel structure and other accessories as required.
(e ) Monorails and hoists for vacuum pumps and buffer hopper aeration blowers and its
drives located near first row of ESP.
(b) Suitable numbers of ash classifier as required shall be provided to meet the
requirement. The ash classifier shall be of proven design for similar application. After
classification, segregated fine ash shall be of max retention 12%. or less on 45-
micron sieve. No standby classifier shall be required. .
(c) In case fine ash and coarse ash is coming through same pipelines to the classifiers,
Classification of 40 % of ESP ash (40% of ash conveying capacity) in ash classifiers
is to be provided. The remaining unclassified ash shall be taken directly to the coarse
fly ash hopper.
For sizing of classifier, 40% of total no of ash conveying working lines from buffer
hop per/ESP shall be considered.
(d) The classified fine ash shall have a size of (-) 45 microns (95%). All the ash
conveying and generation rates shall be considered as per clause no 4.01.02 of sub
section A-02 of part B of section VI.
(e) The fine ash and coarse ash after classification shall be stored in separate RCC
hoppers/structural steel hoppers, fine ash hopper and coarse ash hopper
respectively. The capacity of the fine ash hopper (01 no) and coarse ash hopper (02
no) shall be as specified elsewhere.
(f) Suitable numbers of Pump tanks/Air lock tank for each coarse ash hopper and
Suitable numbers of pump tanks/air locks tank for fine ash hopper for transportation
of coarse fly ash and fine fly ash, to silos provided for dry fly ash storage silos meant
for Road and Rail loading. Provisions shall be provided to convey & store coarse ash
and Fine Ash to all Fly ash Silo.
(g) Additionally, the fine ash shall be pneumatically conveyed to fine ash silo, located in
Fly ash silo complex with the provision of bagging plant. Suitable number of outlets
shall be provided for feeding to the bagging plant. This silo shall have one outlet
provided with telescopic chute and rotary feeder for loading the ash into closed
tankers. The silo shall be provided with Target box and bag filter assembly along with
pulse jetting arrangement, fan units etc. and other accessories, Suitable nos. Slide
plate type isolation valves below the silo, Required numbers segregation valves for
isolation of fly ash transportation lines and required numbers of silo inlet valves of
specified type, All necessary hydraulic or pneumatic actuators, All interconnecting
compressed air pipelines complete with valves, fittings, pipe rack and supporting
steel structure, All nuts, bolts and jointing materials at flanged termination points.
(h) Suitable arrangement for avoiding dust nuisance shall be provided at the hoppers
and silos.
(i) Suitable arrangement of aeration blowers (one for all hoppers + 1 standby) for the
aeration of hoppers shall be provided. For the aeration of the above ash silo no, one
working + one standby aeration blower shall be provided. Each aeration blower shall
be complete with dedicated heaters, valves, fluidizing pads and pipelines including
supporting steel structures, insulation, silencer, filter and all other accessories.
(j) Suitable numbers of screw type transport air compressors suitably sized and
designed to cater to the ash transportation, along with silencer, filter, after cooler
along with all other accessories and supporting structures, platforms etc. as specified
and as Required.
(k) Suitable numbers of refrigerant type air dryer for the above compressors along with
accessories as specified and as required.
(l) Suitable numbers of air receivers along with safety relief valve, automatic drain trap
and other accessories as specified and required.
(m) Required lengths of cast iron/MS pipes for coarse fly ash conveying from coarse fly
ash hoppers to all fly ash storage silos located in the fly ash silo complex. Required
lengths of cast iron/MS pipes for fine fly ash conveying from Fine fly ash hoppers to
all fly ash storage silo.
(n) Two (2) nos semi-automatic bagging machines with capacity of 200 bags/hr/nozzle
having two nozzles per machine. The bagging plant shall have provision for
mechanized bagging of this fine ash. Fine ash shall be bagged in 50 kg cement
bags. The quantity of fine ash shall be 35 kg in cement bag of 50 kg. Suitable
numbers of such bagging streams shall be provided. No standby stream shall be
required.
(q) The ash transportation capacities from the coarse ash hopper to the silos must be
designed considering zero classification also.
(r ) The Silos and hoppers of ash classifiers shall be complete with all fittings,
accessories and supporting steel structures, access staircases, platforms as required
for safe and reliable operation & maintenance of ash classification system. Two
staircases shall be provided for ash classifier complex to the topmost working
platform.
(s) Mandatory spares shall be supplied as per the list enclosed in Mandatory Spares
Section.
(t) Supply and application of all paints, including the final painting of the plant at site
(u) One (1) number conventional enclosure type passenger cum goods elevator having
capacity of 16 persons (1088 kg) complying to IS:14665 (latest edition) with drives,
all electrical, mechanical, civil, structural & associated foundation works, accessories
and to serve various floors of classifier complex. Staircase access for machine room
shall also be provided by the bidder.
(v) Pipe support structures for all Ash conveying lines to be provided. Pipe lifting and
shifting arrangement in pipe rack must be provided. Hooks (suitable for hanging 2T
capacity chain pulley block) to be provided (with proper access/approach) at every
10m intervals of pipe rack for handling of pipes of each tier.
(vi) Ash Classification for Vacuum System The scope of supply for ash classification for
vacuum system & Pressure system shall be governed by the tender dwg titled “
Single line flow diagram for ash classifier system (Vacuum System & pressure
system) dwg no 9597-999 POM-A-29 (vacuum System & pressure system).
Scope under this specification for dry fly ash storage system consists of:-
(i) Suitable numbers of fly ash storage structural steel intermediate silos of 300 MT effective
storage capacity each, for switching to ash slurry (for subsequent disposal) and complete
with an aeration system, dust separators, manual hoist over silo top for handling and all
other accessories as required and as specified. The silos shall be complete with all
fittings, accessories and supporting steel structures, access staircases, platforms, as
required for safe and reliable operation and maintenance. Min Six (06) numbers (4
working + 2 standby) Feeder ejector below each intermediate Silo with expansion joints,
vertical pipe connections, cylinder operated valve, slurry discharge piping up to combined
ash slurry sump, and necessary fixing clamps, and structural steel as required.
(ii) Suitable numbers of fly ash storage silos (RCC Silo) & Suitable numbers of fine fly ash
silo of effective storage capacity as specified elsewhere , for road and rail loading of dry
fly ash and complete with an aeration system, dust separators, electric hoist over silo top
for handling and all other accessories as required and as specified. The silos shall be
complete with all fittings, accessories and supporting steel structures, access staircases,
platforms, as required for safe and reliable operation and maintenance of dry fly ash
storage system.
(iii) Two (2) nos. (one at entry and another at exit) Pitless type Weigh Bridge shall be
provided at dry fly ash silo area for Truck/Bulker loading complete with all electrical,
controls, civil and structural works for weighment of trucks/baulkers before and after
filling. Mass flow meter/Solid flow meter (Five numbers below each silo) complete with all
electrical, controls etc to be provided for measurement of ash quantity (total or part, as
required) during filling of ash to the road tanker/Rail Wagons.
(iv) Pitless type Weigh Bridge for rail loading below dry fly ash silos (minimum five numbers)
complete with all electrical, controls, civil and structural works for weighment of rail
Wagons during filling.
(v) Aeration plant consisting of silo aeration blowers (one for each silo + one common
standby) each complete with dedicated heaters, valves, fluidizing pads and pipelines
including supporting steel structures, insulation, silencer, filter and all other accessories
for aeration of silos.
(vi) Two (2) nos. air receiver along with safety relief valve, automatic drain trap and other
accessories complete with supporting steel structures to meet the complete requirement
(vii) Target box and bag filter assembly along with pulse jetting arrangement, fan units etc.
and other accessories for each silo.
(viii) Suitable numbers of Slide plate type isolation valves below each fly ash storage silos.
(ix) Suitable numbers of segregation valves for isolation of fly ash transportation lines and
required numbers of silo inlet valves of specified type as specified in Tech. Specs and
tender drawings.
(x) Suitable numbers of twin shaft paddle type/rotary drum type hydro-mix conditioner units
along with drive motor, rotary feeder, One (1) number for each silo, along with associated
water piping and valves, for unloading the conditioned fly ash into trucks.
(xi) Suitable numbers of . ash conditioning water pumps for conditioned ash unloaders along
with drives and controls as required and specified.
(xii) One (1) no of Dry fly ash unloaders from each dry fly ash storage silo along with rotary
feeders, telescopic chutes and other accessories as specified and as required for loading
into bulker.
Three (3) nos. of air slide assembly along with pneumatic slide gate, rotary feeder,
blowers, telescopic loading spout, dust control unit and other accessories for rail loading
facility shall be provided for each main fly ash silo and fine fly ash silo for ash loading into
railway wagons. Air slide of minimum 150T/HR capacity of suitable length (as required)
shall be provided.
One (1) no dedicated blower for each air slide assembly shall be provided.
(i) The pitching of ash silo and overall arrangement of hydro-mix conditioner units,
telescopic chutes, air slides etc shall facilitate simultaneous loading of five wagons
(BOXN/BCFC/BCCW/BTAP) from three number of RCC Silos. Suitable positioning
arrangement for Control of movement of Telescopic spout shall have to be provided in all
three X-Y-Z directions to facilitate loading of ash into Wagons. While loading ash in
wagons, top lids of wagons need to be accessed. For ensuring safety while accessing the
top of wagon, a suitable platform at approx. height of 4.5 Mtrs above railway track all
along the length of track in silo area shall be provided.
(iii) All interconnecting compressed air pipelines complete with valves, fittings, pipe rack and
supporting steel structure.
(iv) 2 x 100% capacity wash water pumps along with drive motor and accessories for fly
ash storage silo area along with dedicated hose pipe.
(v) Two (2) nos. (one working + one standby) vertical sump drainage pumps along with
drive motor and accessories for fly ash storage silo area to pump the accumulated
ash water to the ash slurry sump of bottom ash slurry disposal pump house or to
dyke including piping along with necessary valves, fittings, supports, etc. as specified
and as required.
(vi) One (1) number pendent controlled overhead travelling crane each in transport air
compressor house and silo area utility building to handle the equipment in the
transport air compressor house and silo utility building as specified complete with run
way rails, necessary rail clamps, bolts, splice bars and end stops for each of the
runway.
(viii) One(1) number conventional enclosure type passenger cum goods elevator having
capacity of 16 persons (1088 kg) complying to IS:14665 (latest edition) with drives,
all electrical, mechanical, civil, structural & associated foundation works, accessories
and to serve various floors of Main Fly ash Silo complex. Staircase access for
machine room shall also be provided by the bidder.
i. Suitable numbers of horizontal combined ash slurry disposal pumps complete with drive
motors, variable speed hydraulic coupling for first stage pumps and fixed belt drive
arrangement for subsequent stages, base plate, foundation bolts, inserts, embedment
and accessories as specified and as required, out of which two stream will be working,
one stream will be normal standby and other stream will act as maintenance standby.
Provisions shall be there for locating another additional Pump in series within the
Pump House, for future use.
ii. Suitable lengths of combined ash slurry disposal MS pipelines from combined ash
slurry pumps up to plant boundary complete with basalt lined pipe bends, fixtures,
elbows, gaskets, nuts, bolts, structural steel supports and other accessories as
specified and as required.
iii. Complete ash slurry piping along with bends, supports, bolts, nuts, clamps etc. inside
the ash slurry pump shed. All the piping inside the pump house shall be basalt lined.
vi. Alloy Cast Iron liners for lining the combined ash slurry sumps.
vii. Two (2) nos. vertical sump drainage pumps for ash slurry disposal pump shed, with
drive motors complete with piping, valves, fittings, supports, inserts, sleeves etc.
viii. One (1) no. pendent controlled electrically operated overhead traveling crane for ash
slurry disposal pump shed as specified complete with runway rails, necessary rail
clamps, bolts, splice bars and stops for each of the runway.
ix. All agitating nozzles for slurry sump as specified and as required.
Xi Space provision shall be kept for installation of one additional pump in each series in
the Ash slurry pump house to take care of any requirement in future.
a) All types of Ash water pumps namely Bottom ash LP water, Bottom ash HP water,
Fly ash water, Flushing water pump, Economizer ash water pumps, seal water
pumps etc. complete with drive motors, base plates, foundation bolts, inserts,
embedment and accessories as specified and as required. Complete ash water pipe
lines, valves, fittings, pipe rack, structural steel supports for piping system and other
accessories as specified and as required. The ash water pumps namely Bottom ash
LP water, Bottom ash HP water, Fly ash water, Flushing water pump for Ash slurry
disposal system, Economizer ash water pumps are to be located in Ash water pump
house.
b) Seal/cooling/other water pumps and motors complete with all the accessories of
drive and mounting as specified and as required. Bottom ash seal water pumps (one
working + one standby) for meeting the seal water requirement of clinker grinder,
BAOF pump sealing, BA slurry transportation pumps, drain water pump of BA slurry
pump house, etc. These Pumps shall be located in the Boiler area.
c) HP and LP Seal water pumps (one working + one standby each) for meeting the seal
water requirement of Combined slurry disposal pumps and drain water pump of
Combined slurry pump house, etc. These pumps shall be located in the Combined
ash slurry disposal pump house.
One (1) number Bottom ash overflow water storage tank for each unit including its
structural steel supports and all accessories.
One (1) number settling tank and one (1) number surge tank including its structural
steel supports and all accessories.
Two (2) number bottom ash overflow water pumps (one (1) working and one (1)
standby) complete with drive motors, variable speed hydraulic coupling and other
accessories as specified and required for pumping BA hopper/SSC upper trough
cooling water overflow from Bottom ash overflow water storage tank/sump to settling
tank.
Bottom ash overflow water pipes from BA hopper/SSC to BA overflow water storage
tank; from BA overflow water tank to suction of BA overflow water pumps; from
discharge of BA overflow water pump to settling and surge tanks complete with
valves, fittings, structural steel supports etc. Overflow transfer pipes to transfer clear
water from surge tank to over ground water sump of ash water pump house, by
gravity flow.
Two (2) nos. (One working+ one standby) sludge pumps, to remove sludge from
settling & surge tank and to pump the sludge to ash slurry sump of combined ash
slurry pump house.
Any treatment facility required to ensure that the total suspended solids in
Economiser ash and bottom ash overflow water is restricted to 100 ppm.
e) All ash water and seal water piping from Owner’s terminal points to all the
equipments and sumps complete with fittings, valves, strainers, flanges, gaskets,
nuts, bolts, hangers, supports, flushing nozzles, agitating nozzles, etc. as specified
and as required.
f) All overflow and drain piping from various equipment to waste service water sump or
ash slurry sump / Settling Tank as required.
One (1). no water clarifier along with its dosing system for AWRS water from dyke shall be
provided within the plant boundary and near the ash water pump house. The max
AWRS water inlet flow to the clarifier shall be limited to 1500m3/hr. The outlet
quality of the water shall be limited to TSS < 100ppm. The design/sizing of the
clarifier shall be as per chapter A-14, Part-B of the technical specification. The
clarified water from the clarifier outlet shall be discharged to the ash water sump of
ash water pump house through gravity flow/pumping system if required.
1.02.01 Water Facilities
1.02.01.01 It is proposed to operate the ash water system in a closed circuit. The ash water from the ash
dyke (whatever available) shall be re-used. During recirculation mode the make up to ash
water system shall be supplied from the CW system blow down water and raw water
makeup.
1.02.01.02 For the purpose of water supply to the ash handling system, water pumps taking suction from
over-ground RCC sump shall be installed in the ash water pump house. Water supply to ash
water pump house shall be tapped from following sources:
(a) CW System Blow down: This water shall be used for the purpose of supplying make up
to the normal water supply, i.e. when the ash handling system is operating on
recirculation mode.
(b) Raw Water make up: The raw water shall be used for initial period or during emergency
period when re-circulated ash water is not available.
(c) The location of ash water pump house and over ground sump shall be decided by the
bidder.
(d) The water requirement for disposal of bottom ash &fly ash in combined leanform shall be
met by ash water pumps.
(e) The bottom ash hopper overflow water shall be led to an overflow tank. Bottom ash over
flow water pumps shall take suction from over flow tank and pump the water to the
required treatment facilities where the water shall be treated so that outlet water quality
shall have TSS < 100 ppm. This treated water shall be led to over-ground sump of ash
water pump house, through gravity flow.
(f) Sealing Water:- Sealing water for combined ash slurry pumps, vacuum pumps, clinker
grinder etc. shall be met by plant service water system. Seal water discharged from
vacuum pumps shall be taken to nearest pit in the ESP area/other nearby area.
(g) Cooling Water:- Demineralized ECW shall be provided to meet cooling water
requirements of various heat exchangers, air compressors intercoolers, after coolers etc.
The cooling water system shall be operated in a close cycle.
(h) Decanted water shall be pumped from owners’ pumping system located at ash
dyke. There shall be two no. working AWRS Pump of 750 m3/hr flow rate
(owners’ pumping system),. Hence, maximum recovery water received inside
plant shall be 1500 m3/hr, accordingly pipeline of diameter 600 NB, within plant
boundary upto terminal point shall be in Bidder’s scope. Decanted water from
ash pond shall be reused in Ash handling System.
Each equipment shall be provided with suitable lifting attachments, supports, lifting lugs,
eyebolts, etc. to facilitate maintenance.
1.04.00 The Contractor’s supply shall also include all miscellaneous items, e.g. first fill of lubricants,
special tools and tackles etc. that are necessary to ensure safe and reliable operation of the
plant during start up, continuous running, shut down and emergency conditions, even if these
are not explicitly mentioned in this specification.
1.05.00 The contractor shall be responsible for making all connections at terminal points and
for supplying any necessary jointing material, connectors, nuts, bolts, etc.
1.06.00 Complete AWRS piping with all fittings from plant boundary to ash water sump.
2.00.00 GENERAL
2.01.00 Design and Engineering
2.01.01 While various parameters for the system have been specified in these specifications
for the guidance of the Bidder, the Bidder will be responsible for design and
engineering of complete system and integrate with other systems to achieve safe,
efficient and trouble free operation of the system.
2.01.02 The contractor will furnish various Design and Engineering documents for the
approval of Owner as per the mutually agreed list and schedule at the time of award
of the contract. The consultant for structural analysis, design drawings and detail
fabrication drawings shall be subject to prior approval of Owner. The following is a
brief list of major data/drawings required to be furnished by the contractor while
executing the contract.
(i) Detailed piping and Instrument flow diagrams for various systems/sub-systems
showing all the equipment, piping, valves, instruments, etc. These diagrams shall
also indicate pipe ODxThk, material, pipe class, pipe /valve / equipment tag number,
operating parameters, etc.
(ii) Detailed system design and equipment sizing/selection, pressure drop calculations,
water balance diagrams, equipment datasheets etc.
(iii) General arrangement and cross-sectional views of plant and equipment, equipment
and piping layouts, details of ash disposal pipeline layout indicating details of road,
rail, nallah crossings etc. details of equipment/pipe supports, etc.
(iv) Analysis and design, design drawings, layout drawings, underground facilities, etc.
for all structural works including buffer hopper, Bottom ash hopper, water tanks,
settling & surge tank etc.
(v) Layout and size of trenches including arrangements for trench sections, lining, jetting,
details etc.
(vi) Detailed system operation and control write-ups, logic diagrams, electrical schematic
and wiring diagrams, programming information/settings for electronic
hardware/electronic assemblies control system hardware details, etc.
(vii) Detailed Instrumentation schedules data sheets and Installation drawings, etc.
2.02.00 In addition to what has been described above Bidder's scope of services shall include
Submission, Review, Finalization and getting approval from Employer of: -
2.02.01 Detailed piping and instrument or engineering flow diagram for process and utility, showing
all equipment, machinery, piping etc. All pipes should be indicated with diameter, pipe class,
pipe number, fluid flowing through it as per the Employer’s legend to be furnished later.
2.02.02 Detailed Data Sheets, General Arrangements and Cross-sectional/ assembly drgs., along
with the manufacturer’s Catalogue for all the items/equipment supplied by the Bidder.
2.02.03 Detailed installation drawings for all instruments and instrumentation schedule.
2.02.04 Design Calculation - Design calculation of process and mechanical equipment and systems.
The Bidder shall show, explain and prove the validity of the basis/procedures and methods
used in these calculations.
2.02.05 Various drawings, data, test reports, test certificates, manuals for erection, operation and
maintenance, etc. as required.
2.02.06 All design data, drawings and information regarding the structures, services, terminal point
details for piping etc. which are to be arranged by others shall be furnished by the bidder in a
timely manner matching with the overall project schedule.
2.02.07 G.A. and Equipment layout drawings for the complete Plant.
(a) Detailed piping layout drawings pipe support drawings, complete bill of materials of
the piping, valve schedule etc.
(b) Reviewing of all the engineering documents furnished by the Bidder, with the
Employer.
(c) Reviewing of all the drawings prepared by the Bidder in connection with this work
etc.
(d) Submission of detailed procedure for various performance tests and getting the
Employer’s approval for the same.
(h) Detailed system operation and control write-up, logic diagram etc.
3.01.00 Ash handling system shall be controlled through microprocessor based Distributed Digital
Control Monitoring and Information System (DDCMIS) as specified under sub section–IIC
(Control & Instrumentation)
3.02.00 Local panels containing miniature push buttons, selection switches, mimic and annunciation
window, etc. shall be provided for each unit Bottom ash area/system operation and Silo
unloading system operation. Signals to/from these local panels shall be hooked up in
DDCMIS for control implementation in DDCMIS.
3.03.00 In case any equipment being supplied by the Contractor for ash handling system, has control
requirements better than those specified above, control of such equipment can be through
microprocessor/PLC based system to be supplied by the equipment supplier as per their
standard & proven practice, subject to Employer’s approval during detailed engineering.
Suitable interface to AHP DDCMIS, preferably OPC compliant (through Ethernet port) to be
provided in such cases. Bidder shall clearly bring out in his offer any such equipment, along
with reasons and details of control system offered.
3.04.00 One no. Laptop based engineering station, common for controller integrated GIUs mentioned
above shall be provided.
1.00.00 To handle the Mill Rejects on a continuous basis, the Bidder shall provide a Mill Reject
Handling System. The Mill Reject Handling System shall comprise Mechanical Conveying
system. The Rejects shall be stored in storage silo. From the storage silo, the Mill Rejects
shall be disposed off in trucks.
1.01.00 The scope of supply for mill reject handling system shall include but not limited to the
following:
(a) One (01) no. pyrite hopper with discharge chute, emergency chute work etc. for each mill
as required.
(b) One (01) no. pneumatically operated isolation gate for inlet and one (1) no. pneumatically
operated isolation gate for outlet of pyrite hoppers complete with compressed air pipe
work, solenoid valves & supporting arrangement for each pyrite hopper.
(c) Mechanical feeder including Vibrating Feeder (if applicable) for mill rejects below each
pyrite hopper for feeding at consistent rate to the mill reject conveyor.
(d) Metallic Belt conveyor/Chain Flight Conveyor along with drives, accessories, supports
etc for conveying the mill rejects from the mills for each row of mills in each unit. The
conveyor shall be fully enclosed.
(e) Bucket elevator along with drives, accessories and supporting structures to raise the mill
rejects discharge by the metallic belt conveyor for discharging into storage silo.
(f) Mill reject storage silos, one (1) no for each row of mills in steel construction each having
an effective storage capacity of sixteen (16) hours considering all the working mills of the
respective Mill bay in operation and rejecting @ of 1 % of mill capacity for the worst coal
conditions. Necessary supporting steel structure, platform, staircase, manual operated
unloading Gate, 3 mm thick SS plate liners covering straight length portion and conical
portion of mill reject system hoppers (bunkers), level switches, air relief devices, etc.
shall also be provided.
The storage Silos shall be designed to provide a clear access of 4.5 m for a Road
Tanker/Truck to be placed under the silo & receive the rejects using suitable chute work.
(g) Suitable spray quenching system, to cool the mill reject in pyrite hoppers.
(j) Civil structural works associated with Mill reject handling system including foundation
bolts, pockets, grouting and underpinning etc.
(k) One (1) no. fixed type sump pump of 10 m3/hr capacity for each underground pit for
Bucket elevator area, if applicable.
Complete Boiler Feed water chemical dosing (both AVT & Oxygenated treatment)
system complete with dosing pumps, tanks, associated piping, supports, fittings,
valves, instrumentation and controls etc. as specified elsewhere in the specification.
SUB-SECTION-IIA-18
RAGHUNATHPUR THERMAL POWER TECHNICAL SPECIFICATION
STATION PHASE-II (2X660 MW) LP Dosing & PAGE 1 OF 1
SECTION-VI. PART-A Oxygenated Treatment
STEAM GENERATOR ISLAND PACKAGE BID DOC. NO. System
SUB-SECTION–IIA-19
NOT USED
NOT USED
The Solar Photo Voltaic (PV) installation on Rooftop of various buildings of the
Power Plant shall be carried out preferably on shadow free area in such a way that
the generation is maximized on each building suitable for installation of Solar PV
power plants.
The bidder has to install the solar PV rooftop system on the buildings identified in
this package on the basis of 15 square metre area (shadow free) per kwp and the
bidder shall also consider utilizing all the rooftops (Buildings) for installing solar PV
project. Indicative capacity for roof top solar is 300 kWp.
SCOPE OF WORK
1.0 Determination of optimal grid connected roof-top Solar PV power plants capacity on
the buildings of the power plant / package.
2.0 Complete design, engineering, manufacture, inspection, supply, transportation,
storage, insurance, civil work, erection, testing, commissioning and one year O&M
of the grid connected rooftop Solar PV plants including all auxiliaries.
SEPARATION OF PLANT
DRAINS FROM STORM
WATER DRAINS
1.00.0 General
The minimum technical requirements and equipment shall include, but not be limited to the
following:
Arrangements shall be made that effluents (plant water) and storm water do not get mixed. It
is not the intent to specify here the complete details of the separation and treatment system.
The contractor shall provide the various other systems, equipment etc. as required to meet
the system requirements & intent of specification. In general, the following philosophy shall
be adopted for separation of plant drain from the storm water drain.
d) To meet that above requirement, RCC Area pit(s) / sump(s) and associated submersible
pumps/ Centrifugal pumps (Horizontal or vertical), piping, fitting, valves etc., as per
requirements given below, to discharge the effluent/ wash water/ blow downs etc. from
RCC pit/ sump to employer’s Liquid Effluent Treatment Plant (LETP)/ WSWS/CSSP or
Ash Slurry Sump or tank (as the case may be) are to be provided, supplied, and installed
by the bidder.
e) Bidder shall ensure that all materials and valves, submersible pumps, piping, fittings etc.
shall be compatible with water quality for this project and the respective fluids therein
mentioned in this chapter.
f) Autocoupling arrangement type submersible pump of capacity 2X100% for each pit/
sump should be selected such that it shall generally evacuate the RCC pit/ sump within
20 minutes. The operation of the pumps shall be interlocked through level measurement
devices to be installed in the RCC pit/sump so that the pumps shall start automatically
and empty the RCC pit. Further, the discharge pressure of the pump should be enough
to discharge the fluid handled to employer’s Liquid Effluent Treatment Plant (LETP)/
WSWS/CSSP/ Aux. CT sump or Ash Slurry Sump or tank (bidder’ scope) as the case
may be, as per clauses mentioned below.
g) For wash water from CHP transfer points area & Mill & Bunker Building Area, separate
downcomers other than rainwater downcomers shall be provided by the bidder which
shall carry the wash water to the RCC pit/ sump.
The water shall preferably be pumped from the proposed sump to Ash Slurry sump or
employer’s Waste service water sump (WSWS), located at Liquid Effluent Treatment (LETP)
plant depending on layout/quality of effluent. All hot water blow downs from boiler shall be led
to the RCC pit / sump (s) in the boiler area.
1.03.00 CHP transfer points area-The wash water from transfer points in plant area laden with coal
particles shall be treated in employer’s coal slurry settling pond (CSSP).
The trench in/ around ESP area shall be suitably blocked to isolate it from storm water drain.
The ash laden wash water from ESP area shall be collected in ESP area RCC pit/ sump(s).
This water shall be led to ash slurry sump/ tank by pumping. Seal water from vacuum pumps
shall also be led to the RCC pit/ sump (s).
The wash water from the FOPH area containing traces of oil shall be pumped to oil water
separator RCC pit in the fuel oil unloading area. The decanted water shall be reused/recycled
for the washing of fuel oil handling areas. Parallelly, decanted water shall be collected in FOH
area RCC pit/ sump(s) and pumped to Employer’s waste service water sump (WSWS)
located in LETP plant.
NOT USED
NOT USED
1.00.00 Scope
The scope of the Equipment Cooling water (ECW) system includes Design,
Engineering, Supply, Construction, Erection, Testing & Commissioning of ECW
System including Civil, Electrical and Control & Instrumentation works. Broad scope
of work described below shall be read in conjunction with the Data Sheets, Electrical
works, Control & Instrumentation works and Civil works, various subsections of Part-
B of this Technical Specification and relevant Tender drawings. The broad scope of
Equipment Cooling water (ECW) system includes but not limited to the following
systems and equipment. The items/equipment though not specifically mentioned but
are needed to make the system/plant complete shall also be furnished, erected, and
commissioned unless otherwise specifically excluded.
1.01.00 Equipment Cooling Water System for Unit (SG) auxiliaries and Station
auxiliaries.
Two independent primary cooling circuits- one for SG Auxiliaries (per unit) and
another for cooling of Station Auxiliaries shall be provided. The cooling systems for
both SG auxiliaries & Station auxiliaries shall be of closed-circuit type with
passivated demineralized (DM) water in the primary circuit which in turn will be
cooled by clarified water (@5 COC). The scheme shall be as per relevant tender
drawing listed in Part E of the technical specification. Accordingly, all materials of
construction used in the primary and secondary side of the auxiliary cooling system
should be suitable for the water quality. The system shall comprise of following for
each unit:
a) 2X100% for SG Primary (DM) cooling water pumps for each unit.
b) 2X100% for SG Plate Heat Exchangers
c) Secondary cooling water system for SG Auxiliaries shall be drawn and
returned as indicated in terminal point chapter
d) One (01) no SG ECW overhead tank of capacity 10 m3 (min.) for each unit.
d) Secondary cooling water system for Station Auxiliaries shall be drawn and
returned as indicated in terminal point chapter
e) 2 X 100% self-cleaning strainers
f) One (01) no Station Auxiliaries overhead tank for of capacity 10 m3 (min.).
3. Alkali dosing tank of 500 L capacity (min.) each for SG & Station Auxiliaries ECW
system.
5. All pumps shall be as per system requirement and as specified in design criteria
and Part-B of the specification and head to suit system requirement.
6. Any additional equipment required to make the system complete and all
miscellaneous items that are necessary to ensure safe and reliable operation of
the plant during start-up, continuous running, shutdown, and emergency
conditions, even if these are not explicitly mentioned in this specification.
1.00.00 SCOPE:
The Bidder scope shall include design, engineering, manufacture, type testing, inspection &
shop testing at supplier's works, packing, forwarding to site including customs clearance/ port
clearance (if required), receipt and unloading, in plant transportation, handling and storage
(preservation & conservation of equipment) at site, erection including associated civil and
structural works, testing and commissioning of the Electrical equipment/ system and works
as indicated in for Steam Generator Island package / indicated in this chapter. The scope
includes all interface / interconnections with the electrical system under this contract as
required for Steam Generator Island package and other system mentioned else where.
Electrical scope shall be as described briefly in the following clauses but not limited to it.
1.01.00 Electrical system design , equipment selection and sizing :.
The Bidder’s scope includes complete electrical system of Steam Generator Island package
including but not limited to the following.
i) System design including Key SLD.
ii) Equipment sizing criteria and design calculation
iii) Cable route layout and interference design
iv) Preparation of power and control cable listings and interconnection schedule
v) Design of lighting, earthing& lightning protection systems
vi) Design for switchgear buildings, control buildings and others.
vii) Design for solar PV and interconnection with switchgears.
viii) Design and sizing for complete DC system
1.02.00 MV Busduct:
The standard equipment ratings have been specified in the relevant chapters.
1.03.00 Not Used
1.04.00 Transformers:
2. Not used
The preferred standard Transformers ratings shall be as indicated in a typical key single line
diagrams Drgs. No 9586-101-POE-J-001 enclosed in Tender drawings.
1.05.00 SWITCHGEAR:
TECHNICAL SPECIFICATION
RAGHUNATHPUR THERMAL POWER SUB-SECTION-IIB
SECTION – VI, PART-A PAGE
STATION PHASE- II (2X660 MW) ELECTRICAL SYSTEM /
BID DOC. NO.: 1 OF 15
STEAM GENERATOR ISLAND PACKAGE EQUIPMENTS
SCOPE OF SUPPLY AND SERVICES
TECHNICAL SPECIFICATION
RAGHUNATHPUR THERMAL POWER SUB-SECTION-IIB
SECTION – VI, PART-A PAGE
STATION PHASE- II (2X660 MW) ELECTRICAL SYSTEM /
BID DOC. NO.: 2 OF 15
STEAM GENERATOR ISLAND PACKAGE EQUIPMENTS
SCOPE OF SUPPLY AND SERVICES
xvi)It is preferable to supply LT Switchgears and LT Bus ducts from one manufacturers.
xvii)In addition to above, LV Switchgears/MCCs/feeders, as indicated under Clause 1.19.00,
required for Employer’s requirement (if applicable) shall also be in Contractor scope.
Contractor’s scope also include supply and laying of the Insulating mat in front of LT
Switchgears in switchgear rooms.
1.05.03 Switchgear SCADA systems and Numerical Relay Networking :
i)The Contractor’s scope of work shall include the following for all the 33kV, 11KV/ 3.3KV and
LV Switchgears under this package. Switchgear SCADA system has been envisaged for the
MV(33kV,11kV,3.3KV) breakers and LV Breakers(415V) for required controls. The
communication architecture and design criteria have been explained in chapter B-05(B) of
the specification.
ii)The Contractor’s scope of work shall include complete design, engineering, supply,
installation, testing and commissioning and AMC 3(Three) Years) of the following.
a) Communicable Numerical Relays (with IEC 61850) in all MV Switchgears & LV
Switchgears.
b) Data Concentrators with redundant servers (Not more than 100 realys shall be
connected to one such data concentrator). A total of 50nos of additional relays as
spare for the entire network shall be considered while designing data Concentrators.
c) LAN Network along with IEC 61850 Ethernet switches in Switchgear panels –
Sufficient quantity of Ethernet switches as per requirement for all boards. At least 2
ports per switch shall be kept as spare ports.
d) Cat6e Ethernet cable / FO cable for connection of Numerical Relays to Ethernet
switches in all Switchgears.
e) Optical Fibre Cable with fire-retardant outer sheath as required for the complete
numerical relay network.
f) Optical Fibre Cable termination equipment such as LIU, patch cord, etc. for the
complete network.
g) HMI stations (Engineering & Operator Workstations and printers) & suitable
gateways / switches and arrangement for integration of HMI to DCS / LVS in Control
Room.
h) Suitable gateway to interface DDCMIS and Numerical relay network (at Data
concentrator level)
i) GPS, Time synchronizing equipment & Digital Clocks.
j) Laptops – 2 Nos & Interface cables for connection of Numerical relay front port to the
laptop – 5Nos of at least 5m each
k) All other equipment required to meet the intended specification.
l) The scope shall include the AMC Contract for the above specified system for a period
of three years from the date of takeover by the Employer.
m) Relay Test Equipment. 1 Nos.
The typical configuration of such a proposed system is as enclosed in Drawings 0000-205-
POE-A-001 at Part-B-Chapter: (B-05(B) , MV & LV SWGR (PCM). The numerical relay
network shall include relays on all MV & LV switchgears being supplied under this package
including Employer’s requirement indicated at 1.19.00.
1.05.04 Integrated Energy Management system (IEMS) :
TECHNICAL SPECIFICATION
RAGHUNATHPUR THERMAL POWER SUB-SECTION-IIB
SECTION – VI, PART-A PAGE
STATION PHASE- II (2X660 MW) ELECTRICAL SYSTEM /
BID DOC. NO.: 3 OF 15
STEAM GENERATOR ISLAND PACKAGE EQUIPMENTS
SCOPE OF SUPPLY AND SERVICES
i) Integrated energy management system (IEMS) with ABT features, on board digital
I/O, Analog I/O etc. shall be provided for monitoring auxiliary power consumption for
the entire plant including switchyard. Energy management software shall carry out
energy audit by integrating data from various energy meters. Energy accounting and
audit meters and energy meters provided at various voltage levels in various panels
shall be integrated for the same. The energy meters/ energy accounting and audit
meters shall include the following:
ii) The IEMS system shall have dedicated redundant servers, gateways, Ethernet
switches, HMI workstation, display units, A4 laser colour Multi-function printer,
furniture, interconnecting communication cables, fiber optic cables, proven software,
etc. All the electrical parameters of various systems such as Current, voltage, power
factor, kW, kVAR, kVA, frequency, harmonics etc. from the above meters shall be
displayed in the HMI workstation including real time data, wave form, graphs, etc.
1.5.05 Metering :
Tariff / Energy accounting and audit meters shall be installed at such locations so as to
facilitate to account for the energy generated as per CEA regulations,2006 & its amendments
and as shown in the single line diagram, protection single line diagram etc. The Accuracy
class of Tariff meter / Energy accounting and audit meter/ MEAA shall be 0.2S and All the
meters for energy accounting and audit meters shall be of static type.
a) The energy accounting and audit meters shall be placed LV side of All aux
transformer.
Accuracy class of other Meters and its associated CTs shall be as mentioned below:-
ii) Motor feeder rated above 15 kW shall be provided with ammeter in module
door.
iv) The energy accounting and audit meters/ MEAA meters shall be suitable for
measurement, recording and display of cumulative active energy with date
and time.
v) The energy accounting and audit meters may also have the facility to
measure, record and display one or more of the following parameters
depending upon the energy accounting and audit requirement. All
parameters excluding instantaneous electrical parameters shall also be
stored in memory.
a) Apparent power
b) Phase wise kilowatt at peak kVA
c) Phase wise kVA (reactive) at peak kVA
d) Phase wise voltage at peak kVA
e) Power down time
TECHNICAL SPECIFICATION
RAGHUNATHPUR THERMAL POWER SUB-SECTION-IIB
SECTION – VI, PART-A PAGE
STATION PHASE- II (2X660 MW) ELECTRICAL SYSTEM /
BID DOC. NO.: 4 OF 15
STEAM GENERATOR ISLAND PACKAGE EQUIPMENTS
SCOPE OF SUPPLY AND SERVICES
vi) The energy accounting and audit meter shall have storage capacity for
atleast 35 days in a non-volatile memory. Energy accounting and audit
meters shall have facility to download the parameters through meter reading
instruments as well as remote transmission of data over communication
network.
vii) Energy meters shall be electronic digital integrated type with built in test
facilities. Alternatively, they may have test block to facilitate testing of meter
without disturbing C.T or V.T secondary connections. The necessary
transducers shall also ne supplied along with meter / energy meter. The
transducers shall be mounted in the switchgear panel itself.
The Bidder to refer design and sizing criteria of the Switchboards, specification as
detailed at chapter B-0/B-05(A).
1.06.00 DC System:
Battery and Battery Charger:
Lead acid plante type and Float cum boost chargers under SG package is in the scope of the
contractor, as per system requirement.
i) Following DC systems (Battery and Charger) shall be supplied to cater to
various DC loads in the plant.
The design and sizing criteria shall be as detailed out in the chapter B-0, Part-B of
Technical specifications.
a) 220V or 110V DC System for Ash silos
TECHNICAL SPECIFICATION
RAGHUNATHPUR THERMAL POWER SUB-SECTION-IIB
SECTION – VI, PART-A PAGE
STATION PHASE- II (2X660 MW) ELECTRICAL SYSTEM /
BID DOC. NO.: 5 OF 15
STEAM GENERATOR ISLAND PACKAGE EQUIPMENTS
SCOPE OF SUPPLY AND SERVICES
(d.) Supply and installation of Straight-through jointing kits for, HT XLPE power cable, LT
power and control cables.
(e.) Supply and installation of Cable termination kits for, HT XLPE power cables.
(f.) Supply and installation of Welding receptacles.
(g.) Supply and installation of Trefoil cable clamps.
(h.) Supply and installation of Junction boxes.
(i.) Supply and installation of Galvanized steel pipes/ HDPE/ Hume pipes/ PVC pipes
(j.) Supply and installation of Miscellaneous items like M.S. sections etc. as required
(k.) Supply and installation of Fireproof cable penetration sealing system of Type-A and
Type-B for cable galleries, cable exits etc.
(l.) Bidder shall design, supply, and erect all cable tray for the areas under Bidder’s scope
including Boiler, ESP, FGD, AHP, Silo, LHP, GHP, Bunker MCC, Compressor house
interconnection of switchgear room to trestles Pump Houses etc.
(m.) The Contractor shall provide complete detail cable tray layout includes tray layout of
different platforms, floors, cable shafts, inter connection of buildings/interplant cable
tray layout for feeding all the electrical loads viz HT motors, LT motors, DC motors,
panels, instruments, JB’s etc. The cable tray layout comprises of sufficient/exact
number of cable trays, size, elevation, distances, clear view, sectional detail, cable tray
numbering etc. as per the contractor equipment of Electrical/C&I loads etc along with
owner’s requirement indicated in this specification.
(n.) Typical section of cable tray arrangement is indicated in Drg.No 0000-999-POE-J-004
“Typical section of cable tray arrangement in trestle".
(o.) The cable tray layout drawing shall indicate cable routes in contractor scope of area.
The contractor shall supply and install these cable routes.
(p.) The Contractor shall also prepare and submit 3D model of cable tray layouts clearing
floor beams/equipment’s etc. The cable tray Routes shall be supported at an interval of
2Mtr from floor beams/structures and shall be routed with minimum bends along with
shortest route.
(q.) Complete cable erection includes supply and erection of all the accessories such as
rigid/ flexible conduits, fittings, junction boxes, tying materials, cable tags, and markers,
support structures, cable trays, cable termination, junction boxes etc. shall be under the
scope of contractor.
(r.) Contractor shall provide Auto cad drawings, for all buildings under his scope along with
equipment layout/sections. Architectural drawings shall also be provided.
(s.) The contractor shall furnish the complete and consolidated feeder list for DC system, LT
system and HT system for all loads and drives under the scope of supply of contractor to
Employer. Contractor shall indicate the location of his equipment in feeder load list in
mutual agreed format.
(t.) Contractor shall furnish the cable schedule as per mutually agreed format for all the
cables under his scope of supply under Electrical and C&I section.
(u.) Control interconnection charts/ diagram/equipment layout/layout for cables between
Contractor’s equipment’s shall also be prepared by bidder.
(v.) Cable dressing for all cables laid by bidder along the complete length of the cable shall
be under bidder’s scope. Accordingly, wherever required along the complete route
length of cable, bidder shall provide the cable tray/bends etc for proper and neat cable
dressing of the cables.
TECHNICAL SPECIFICATION
RAGHUNATHPUR THERMAL POWER SUB-SECTION-IIB
SECTION – VI, PART-A PAGE
STATION PHASE- II (2X660 MW) ELECTRICAL SYSTEM /
BID DOC. NO.: 6 OF 15
STEAM GENERATOR ISLAND PACKAGE EQUIPMENTS
SCOPE OF SUPPLY AND SERVICES
(w.) Any additional cable tray/branch route/trestle wherever required from the owner’s cable
trestle for successful commissioning of the bidder’s supplied equipment shall be under
bidder’s scope.
In addition to the above, the scope of the contractor wrt design, supply and erection of cable
tray, cabling and layout requirement for owner’s system/equipment are as follows:
(1) The Bidder shall provide cable tray routes and cable trays for owners requirement [under
TG package, BOP package etc.] in its cable trestle and vaults in area under the scope of this
package up to terminal points as identified in tender SLD.
(2) Contractor shall supply and erect following no. of cable trays for employer use in his
scope of trestle/area as per DWG NO: 9586-102-POM-A 006.
(4) Cabling between boiler and TG building, Cable vaults and C row trestles shall be
connected at minimum two different terminals at two different elevations per unit (minimum 8
no of trays of width 600mm per terminal per elevation). The bidder shall consider load of
cable tray and its support on its structure.
(5) Bidder shall provide space in Bunker MCC room for placement of Owners LT
switchgears.
In addition to above, cabling works, as indicated under Clause 1.19.00, required for
Employer’s requirement shall also be in bidder scope.
1.09.00 CABLES:
1.09.01 HT Power Cables:
i)HT power cables required to feed the transformer feeders, motor feeders and inter-stage
connection and all feeders as indicated in typical key single line diagrams for Aux Power
Supply (Drg. No 9586-101-POE-J-001) and as per the relevant Tender drawings along with
necessary termination, lugs and glands for all systems covered under this package.
ii)It is preferable to supply HT power cable from one manufacturers.
iii)In addition to above, HT power cables, as indicated under Clause 1.19.00, if required for
Employer’s requirement shall also be in bidder scope.
1.09.02 LT Power and Control Cables:
Supply of LT Power and Control cables along with interplant control and protection cabling,
necessary termination, lugs & glands as required for all systems covered under this package
as per Drg. No 9586-101-POE-J-001 and Owner’s systems as indicated in clause
no:1.19.00
1.10.00 Earthing and Lightning Protection:
i) Below and above ground earthing mat/Grounding and lightning protection for the
complete buildings and equipment’s in the Contractor’s scope.
ii) Bidder’s scope shall also include interconnection of Earth grid with existing grid of
stage-I, connection with TG package earth mat at MPH-C row etc at various
locations.
iv) All earthing shall be treated earth pits as per latest Indian Standard and IEEE
guidelines.
TECHNICAL SPECIFICATION
RAGHUNATHPUR THERMAL POWER SUB-SECTION-IIB
SECTION – VI, PART-A PAGE
STATION PHASE- II (2X660 MW) ELECTRICAL SYSTEM /
BID DOC. NO.: 7 OF 15
STEAM GENERATOR ISLAND PACKAGE EQUIPMENTS
SCOPE OF SUPPLY AND SERVICES
1.12.00 DG SET:
i) One (1) number DG set minimum along with acoustic enclosure of stationary type suitable
for outdoor installation shall be provided for meeting emergency load requirement of FGD
system.
Mandatory spare parts and maintenance equipment as required else where specified in the
contract .
1.13.00 NA
TECHNICAL SPECIFICATION
RAGHUNATHPUR THERMAL POWER SUB-SECTION-IIB
SECTION – VI, PART-A PAGE
STATION PHASE- II (2X660 MW) ELECTRICAL SYSTEM /
BID DOC. NO.: 8 OF 15
STEAM GENERATOR ISLAND PACKAGE EQUIPMENTS
SCOPE OF SUPPLY AND SERVICES
ii) Two no’s(2) of suitably rated 11KV RMU Panels(1 incomer feeder + 3nos outgoing
feeders) , HT cables, LT cables etc to complete the construction power arrangement
as per tender drawing number 2113-121-POE-C-13 is in the scope of Bidder . In Each
RMU ,1no 11kV O/G feeder will be provided for temporary power to DVC colony, 1no
spare feeder for owner use in addition to bidder construction feeder as per the tender
drawing.
iii) Bidder shall provide suitable 11KV O/H Ring main in complete area under its scope.
The Bidder shall extend supply from these 11 kV Construction power feeders to meet
the construction power requirements by employing suitable number of 11/0.415KV
Packaged substation (PSS)/ pole mounted/Pad mounted transformers with proper
fencing arrangements and associated switchgears (if required) (meeting the safety
requirements as per IE Rules) at the required location for meeting the construction
power requirements of stage-II at the various locations included in the bidder’s scope.
iv) The bidder’s scope includes supply, erection, testing and commissioning of overhead
lines, ring mains (if required), single pole /double pole/ four pole structures with
switches, fuse, lightening arrestors, LT transformers, 415V switchboards, power and
control cables, DC systems etc. as required for further distribution for meeting the
construction power requirements. The Bidder’s scope shall also include
rerouting/relocation and reinstallation of its overhead line/substations/Lighting Masts at
new locations in case construction power network is fouling with facilities coming up
under stage-II. All the cost of such rerouting/reinstallation of line/substations shall be in
the Bidder’s scope.
v) All necessary statutory requirements for charging construction power bidder’s network
shall be in the bidder’s scope.
vi) Bidder shall provide tapping at minimum Five (5) points in the 11kV construction power
ring main to feed the construction power network under owners STG and BOP
packages. For this purpose, the contractor shall provide suitable tappings through Two
Pole/FOUR pole structure with 11kV RMU along with necessary submetering
arrangement [CT/PT, Meter, Metering cubicle etc. as required] to account for power
drawl at these points. In addition to the above, bidder shall also provide power for
meeting the Employer’s office/miscellaneous power requirements as indicated in
Employer’s requirements under Clause 1.19.00.
vii) Construction power supply network, within the plant, is a temporary arrangement which
shall be used during the project construction phase. To meet this requirement, the
equipment’s may be arranged by Bidder either by shifting their existing equipment’s at
other installation or by fresh procurement, which may be taken back after
commissioning of the project.
viii) Suitable metering arrangement along with associated Instrument transformers and
Metering Cubicles meeting the DISCOM / DVC requirements shall be provided by the
bidder at supply point of Construction power, for the measurement of actual energy
consumed. The charges for the actual energy consumed by the contractor shall be
recovered by the Employer based on WBERC (West Bengal Electricity Regulatory
commission) regulation and orders for West Bengal consumers. The construction
power drawl limits shall comply with the WBERC regulation and orders as applicable .
ix) The Contractor shall maintain a minimum drawl power factor as per WBERC
regulations for their substations, and all such devices for maintaining power factor shall
be under the scope of contractor.
TECHNICAL SPECIFICATION
RAGHUNATHPUR THERMAL POWER SUB-SECTION-IIB
SECTION – VI, PART-A PAGE
STATION PHASE- II (2X660 MW) ELECTRICAL SYSTEM /
BID DOC. NO.: 9 OF 15
STEAM GENERATOR ISLAND PACKAGE EQUIPMENTS
SCOPE OF SUPPLY AND SERVICES
x) Even though the Employer shall make all efforts to maintain the Construction power
substation as a continuous supply of construction power, the same is not guaranteed
and Employer shall not be responsible for any loss or delays which the contractor may
suffer on this account. Also, the Employer shall not entertain any claim for
exemption/reduction of liquidated damages for delay in execution of the contract due to
irregular power supply. Contractor shall arrange/provide necessary backup
arrangement on his own for uninterrupted power supply.
xi) All temporary cabling/wiring/switching arrangement must comply with local regulations
and will be subject to Employer's inspection and approval before connection to supply.
4) Single phase or Three phase High voltage transformer-rectifier (HVTR) set or Switch
Mode High/ Medium Frequency Transformer Rectifier set or in combination of both.
5) The contractor shall furnish the complete and consolidated feeder list for DC system, LT
system and HT system for all loads and drives under the scope of supply of contractor to
employer. MCCB/MPCBfeeders shall be provided for Hopper heaters, Insulator’s heaters,
marshalling cabinet for ALI.
6) Complete microprocessor-based ESP management and control system including the
intermittent charging TR set controllers, rapping system controllers, communication
controllers etc. The system provided shall be capable for integrated operation from UCB
and shall be provided with compatible PC, printer, keyboard, TFT monitors etc. for control
of all ESP systems. Additionally, redundant LAN port shall be provided for integration with
station wide LAN of DDCMIS.
7) Contractor shall provide two (2) independent routes for the cables between ESP control
room and ESP. Cable trays on these routes and also inside the ESP area shall be in
vertical configuration. Contractor shall provide the cable trays along with its supporting
structure arrangement on his scope of trestles.
8) Drive motors and actuators, couplings and coupling guards for all rotating auxiliaries.
TECHNICAL SPECIFICATION
RAGHUNATHPUR THERMAL POWER SUB-SECTION-IIB
SECTION – VI, PART-A PAGE
STATION PHASE- II (2X660 MW) ELECTRICAL SYSTEM /
BID DOC. NO.: 10 OF 15
STEAM GENERATOR ISLAND PACKAGE EQUIPMENTS
SCOPE OF SUPPLY AND SERVICES
1.18.02 Variable frequency drives for rotary feeders in silo area and other drives as per system
requirement.
1.19.00 EMPLOYER’S REQUIREMENT:
In addition to above, following un-cabled feeders required for Employer’s use are also
included in bidder’s scope. These equipment’s shall conform to technical specification
requirements as stipulated in Part- B for respective equipment’s.
1. 415V switchgear feeders as indicated below for feeding owner’s un-cabled shall be
provieded(at suitable location to be decided during detailed engineering).
(a) 4 Nos. MCCB–125A
(b) 4 Nos. MCCB–250A
(c) 4 Nos. MCCB-400 A
3. Two (2) nos. 1000Amp Tie feeders in contractors Bunker service switchgear for feeding of
Employers Bunker and FWPH loads.
TECHNICAL SPECIFICATION
RAGHUNATHPUR THERMAL POWER SUB-SECTION-IIB
SECTION – VI, PART-A PAGE
STATION PHASE- II (2X660 MW) ELECTRICAL SYSTEM /
BID DOC. NO.: 11 OF 15
STEAM GENERATOR ISLAND PACKAGE EQUIPMENTS
SCOPE OF SUPPLY AND SERVICES
12. PT-VT Cubicle a) High quality Primer and Two RAL 5012
coats of Synthetic enamel paint
b) Interior
Glossy White
14. Battery Charger a) Front and rear-Two coats of lead RAL 9002
oxide primer followed by powder
painting.
TECHNICAL SPECIFICATION
RAGHUNATHPUR THERMAL POWER SUB-SECTION-IIB
SECTION – VI, PART-A PAGE
STATION PHASE- II (2X660 MW) ELECTRICAL SYSTEM /
BID DOC. NO.: 12 OF 15
STEAM GENERATOR ISLAND PACKAGE EQUIPMENTS
SCOPE OF SUPPLY AND SERVICES
b) Panels: b) Grey
Front and rear panels in Grey (RAL9002).
(RAL9002).
c) End panel sides in blue (RAL c) Blue RAL 5012
5012)
1. The Contactor shall carry out the type tests as listed in the specifications of respective
equipment’s. The Contactor shall indicate the charges for each of these type tests (which
are not under report category) separately in the relevant schedule of Section - VII- (BPS)
and the same shall be considered for the evaluation of the bids. The type tests charges
shall be paid only for the test(s) actually conducted successfully under this contract and
upon certification by the Employer’s engineer.
2. The type tests shall be carried out in presence of the Employer’s representative, for
which minimum 15 days’ notice shall be given by the Contactor. The Contactor shall
obtain the Employer’s approval for the type test procedure before conducting the type
test. The type test procedure shall clearly specify the test set–up, instruments to be used,
procedure, acceptance norms, recording of different parameters, interval of recording,
precautions to be taken etc. for the type test(s) to be carried out.
3. In case the Contactor has conducted such specified type test(s) within period as per
Table-A (of clause no. 1.21.00 of this chapter) as on the date of bid opening, he may
submit during detailed engineering the type test reports to the Employer for waive of
conductance of such test(s). These reports should be for the tests conducted on the
equipment similar to those proposed to be supplied under this contract and test(s) should
have been either conducted at an independent laboratory or should have been witnessed
by a client. The Employer reserves the right to waive conducting of any or all the
specified type test(s) under this contract. In case type tests are waived, the type test
charges shall not be payable to the Contactor.
4. Further the Contactor shall only submit the reports of the type tests as listed in "LIST OF
TESTS FOR WHICH REPORTS HAVE TO BE SUBMITTED" and carried out within
period as per Table -A from the date of bid opening. These reports should be for the test
conducted on the equipment similar to those proposed to be supplied under this contract
and the test(s) should have been either conducted at an independent laboratory or
TECHNICAL SPECIFICATION
RAGHUNATHPUR THERMAL POWER SUB-SECTION-IIB
SECTION – VI, PART-A PAGE
STATION PHASE- II (2X660 MW) ELECTRICAL SYSTEM /
BID DOC. NO.: 13 OF 15
STEAM GENERATOR ISLAND PACKAGE EQUIPMENTS
SCOPE OF SUPPLY AND SERVICES
should have been witnessed by a client. However if the Contactor is not able to submit
report of the type test(s) conducted within period as per Table -A from the date of bid
opening, or in the case of type test report(s) are not found to be meeting the specification
requirements, the Contactor shall conduct all such tests under this contract at no
additional cost to the Employer either at third party lab or in presence of client/Employers
representative and submit the reports for approval.
Table-A
1. Not used
2. HT and LT Motors 10
4.
a. OLTC a. 10
TECHNICAL SPECIFICATION
RAGHUNATHPUR THERMAL POWER SUB-SECTION-IIB
SECTION – VI, PART-A PAGE
STATION PHASE- II (2X660 MW) ELECTRICAL SYSTEM /
BID DOC. NO.: 14 OF 15
STEAM GENERATOR ISLAND PACKAGE EQUIPMENTS
SCOPE OF SUPPLY AND SERVICES
Contractor’s scope shall include Mandatory Spares of all equipment’s as mentioned in the
relevant portion of Technical Specification.
1.23.00 Not Used
1.24.00 VARIABLE FREQUENCY DRIVE (VFD):
VFD shall be provided for various motors as specified elsewhere in the specifications.
Medium Voltage VFD: The Variable frequency drive (VFD) system shall be of a modern
proven design for similar applications in power plants/industry. The system shall be either
Current Source Inverter (CSI) or Voltage Source Inverter (VSI) type with minimum eighteen
(18) pulse design/active front end VFD.
415 V/690 V LV VFD: The Variable frequency drive (VFD) system shall be of a modern
proven design for similar applications in power plants/industry. The system shall be either
Current Source Inverter (CSI) or Voltage Source Inverter (VSI) type and type of the VFD shall
be selected as mentioned below:
1. Upto100kW : minimum Six (6) pulse/ active front end VFD
2. 100-700KW : with minimum Twelve (12) pulse / active front end VFD
1.25.00 a) Contractor shall submit soft copy of approved CAT-1 & final “AS BUILT” single line
diagrams ( Key SLD ) of areas under its scope in AutoCAD format for record of the employer.
Contractor shall submit the soft copy of the Electrical simulation files along with all required
back ground data siles and libraries for review and record of the employer.
TECHNICAL SPECIFICATION
RAGHUNATHPUR THERMAL POWER SUB-SECTION-IIB
SECTION – VI, PART-A PAGE
STATION PHASE- II (2X660 MW) ELECTRICAL SYSTEM /
BID DOC. NO.: 15 OF 15
STEAM GENERATOR ISLAND PACKAGE EQUIPMENTS
SUB-SECTION–IIC
1.00.00 GENERAL
1.01.00 The Contractor shall provide all required Control & Instrumentation system for control,
monitoring and operation of entire plant including all the systems, equipments etc. covered
under various sections of these specification(like Mechanical sections for
SG/TG/Auxiliaries/Offsite etc., Electrical sections for Generator/MCC/SWGR/ Transformer
etc.), in all regimes of operation in safe and most efficient manner. The Contractor shall also
provide all material, equipment and services which may not be specifically stated in the
specifications but are required for completeness of the equipment/systems furnished by the
Contractor and for meeting the intent and requirements of these specifications. The work shall
be consistent with modern power plant practices and shall be in compliance with all applicable
codes, standards, guidelines and safety requirements in force on the date of award of the
contract. The requirements of statutory Authorities (e.g. MOEF, Inspector of Factories, IBR,
TAC, CPCB/SPCB/CERC etc. with regards to various plant areas like main plant, Fuel Oil
Plant/System, Chlorinating Plant, Firefighting system, Emission& effluent measurements etc.)
shall be complied even if not actually spelt out.
1.01.01 1.01.01 Implementation of primary and secondary reserve ancillary services stipulated as per
the latest Indian Electricity Grid Code (IEGC) issued by Central Electricity Regulatory
Commission (CERC) shall be in the scope of contractor. Further, in case CERC issues new
guidelines with regards to primary and secondary reserve ancillary services, after detailed
engineering and before completion of warranty period of control system, the same shall also
be implemented by the Contractor in consultation with employer.
1.01.02 Implementation of Automatic Generation Control (AGC) shall be in the scope of contractor.
Contractor shall provide all the hardware & software required towards implementation and
functioning of AGC in consultation with employer.
1.02.00 The detailed technical specifications are stipulated under various Control and Instrumentation
Sub-sections, Part - B, Section-VI of the specification as well as in various other Parts of the
Technical Specifications including all annexure, appendixes etc.
1.03.00 Further, Bidder shall also include in his proposal and shall furnish all equipment, devices and
services which may not be specifically stated in the specification but are needed for
completeness of the equipment/systems furnished by the bidder and for meeting the intendant
requirements of the specification.
1.04.00 Where ever in the specification, Bidder's offering as per his "standard and proven practice" are
identified to be acceptable, the same shall be accepted (with project/plant specific
customisation as necessary) based on the documentary evidence of the reference
project/plant indicated in the bid document. Any other reference project, if proposed by the
bidder during detailed engineering, shall be strictly as agreed by the employer during detailed
engineering.
1.05.00 All electrical devices like switches/ transmitters/ controller/ analyser/ solenoid valves which are
located in the in hazardous areas like hydrogen gas area, seal oil area etc. shall be made
intrinsically safe by providing suitable type of transformer isolated barrier/ Zener barrier of
standard make & shall be provided with explosion proof enclosure suitable for hazardous areas
described in National Electric Code (USA), Article 500, Class-I, Division-I or EN60079-14 or
shall comply with the essential requirements of ATEX directives.
1.06.00 The distribution of equipment/ devices shall be in various FGs of Control System, complying
with Functional Grouping guidelines (Annexure to this section).
1.06.01 Loop Reaction Time (time between field acquisition to field output in control system) for CLCS
& OLCS:
a. For Fast Closed loop controls, loop reaction time shall be 250ms or better as per
process requirement.
b. For other Closed loop controls, loop reaction time shall be 500 ms or better as per
process requirement.
c. For Fast Open loop controls of (synchronization related breakers and Tie/ trip
selection), loop reaction time shall be 100ms or better.
d. For other Open loop controls, loop reaction time shall be 1 Second or better as per
process requirement.
1.06.02 The redundancy in sensor, cable, control system component, power supply system component
shall be designed by the Contractor to ensure that malfunction of any single sensor/ cable /
Control system component/ power supply system component etc. shall not lead to loss of any
Major Auxiliary (all HT Drives and Critical LT drives) or loss of Generation or loss of control
function or loss of protection function.
1.07.00 System Software Requirements
1. The Contractor shall provide licensed softwares for all the systems envisaged under
this package for meeting the intent, functional, parametric and performance requirements of
the specification.
2. All licenses shall be valid for the continuous service life of the plant. The software
licenses shall be provided for the project (e.g., organization or site license) and shall not be
hardware/machine-specific, except the operating system licenses, in the event of non-machine
specific license not being supported by the operating system supplier. Necessary documentary
evidence to establish the same shall be submitted by the Contractor.
3. As a customer support, the Contractor shall periodically inform and upgrade the Anti-
Virus/ software of the workstations/servers/switches/firewall till completion of the warranty
period and till completion of the AMS period. Contractor shall also periodically provide list of
qualified operating system patches/ service packs and software patches of other third-party
software (like Office, Adobe etc. as applicable, except antivirus) for use on its system during
the continuous service life of the plant, subject to availability of the same by the manufacturer
of the software.
4. As a customer support, the Contractor should periodically inform and provide
software/firmware fixes/patches for bugs, deficiencies, security vulnerability (including those
reported in US-CERT, CERT of the country of origin of software, CERT of respective software
OEM), till continuous service life of the plant.
2.01.00 Latest state of the art microprocessor based Distributed Digital Control, Monitoring &
Information System (DDCMIS) shall be provided comprising of the following as a minimum and
meeting all requirements specified under Sub-section IIIC-02 DDCMIS of Part -B, Section-VI
of Technical Specification, and the following annexure of this subsection:
For Messaging system, wireless link and Remote Service Centre connectivity (for each type of
DDCMIS) the fixed cost (e.g. service provider charges & its equipment etc.) and running cost
till warranty period shall be included in the Quoted Price. The running cost thereafter shall be
included in the AMS price for the total duration of AMS, i.e. three years.
2.02.00 The DDCMIS system to be provided for this project shall be as follows:
S.No. DDCMIS Quantity Location of Control Operating location
system Panels &
HMI Servers
1 UNIT DDCMIS consisting 1 Set/Unit Unit CER / CCR
of SG, SG-BOP & TG Programmer room
BOP *
2 Unit-Standalone DDCMIS 1 Set common Respective CER/RIOs Centralized Offsite
(UNIT-SAC) for all Units CR
3 AHP DDCMIS 1 Set common Respective CER/RIOs Centralized Offsite
for all Units CR
4 FGD DDCMIS 1 Set common Respective CER/RIOs Centralized Offsite
for all Units CR & FGD CR
5 FOPH DDCMIS 1 Set common FOPH CR FOPH CR
for all Units
*TG-BOP : For control of Employer’s Turbine auxiliaries equipment & system indicated in FG guidelines
Annexure-C to IIC .
Remote IO’s (RIOs) are envisaged for systems (2) to (5) above, which will be finalized during
detailed engineering stage. Exact location of CER/RIOs for respective areas shall be finalized
during detailed engineering.
Coal conveying facility in main plant area, LHP system shall be controlled and monitored
through Employer’s CHP DDCMIS. However, the instrumentation & control cable and cabling
upto Employer’s RIO marshalling /relay cabinet located & Bunker service MCC/ LHP MCC
shall be in Contractor’s scope.
Also refer to clause no 9.00.00 of this subsections for systems not covered above.
2.03.02 Same make DDCMIS is to be provided for all DDCMIS systems indicated above including
control system for SG, BOP systems of Unit DDCMIS defined above.
2.03.03 The functional grouping of the above systems shall be as per the guidelines given in Annexures
C of this sub section, part A
2.03.04 The Contractor shall provide integrated HART system for all DDCMIS for centralized
configuration, maintenance, diagnosis & recordkeeping for all electronic transmitters, control
valves & analyzers with HART protocol. DDCMIS AI (4-20 mA) cards shall be HART enabled.
A separate HART system is not acceptable.
2.03.0 Advanced Process Control solution for Flexible Operation, Combustion Optimization
and Soot Blowing Optimization
1. The APC solution to include as a minimum the following solution. Further, any other
advanced process control software solution required to meet the functional requirements
of specification (specified elsewhere) are also to be provided.
Advanced Process Control (APC) shall mean the set of techniques which use a multiple
input multiple output state space predictive model in time domain for improving the
performance of the control loops w.r.t the desired objective (i.e. efficiency improvement or
emissions reduction etc.). The actual process model can be first principles based, empirical
or ANN (artificial neural network) or machine learning or fuzzy logic based, or fast and robust
dynamic matrix control based considering large non-linearities in the power plant processes.
APC shall create a highly-fidelity actual process model which would learn the trend of
fluctuations in the installation process by applying different values to multiple parameters.
The APC shall use the actual process model, estimation methodology with iterative and
finite horizon optimization of plant model and current plant measurements to calculate the
real-time prediction of process values utilizing the pre-trained process model reducing the
prediction error and shall work in the feedforward mode with the classical P/PI/PID
controllers.
2.04.01 HMIPIS system based on latest supported OS platform and configured around latest state-of-
the art servers/Workstations with open architecture supporting OPC/TCP/IP protocols, etc.
shall be provided.
2.04.02 The HMI of Contractor UNIT DDCMIS shall also be interfaced with Employer’s TG DDCMIS
(being procured under separate package) at Control System level for operation and monitoring
of its drives to realize a single Unified HMI interface for the entire main plant in the Unit Control
room. In other words, the HMI of UNIT DDCMIS shall also act as the HMI for Employer’s TG
DDCMIS. All the analogue & binary points of Employer’s TG HMI and all drives of Employer’s
TG DDCMIS shall be built in the database of UNIT DDCMIS & all HMI functions i.e., mimics,
historian trends shall be available for these points as well. All the operation possible from native
HMI of respective DDCMIS in main plant shall also be possible from unified HMIPIS. In addition
to operation from Unified HMI, it shall also be possible to operate respective DDCMIS through
its native HMI. In order to fulfil the above functional requirement, the requisite interfacing
hardware (including firewalls at Unit DDCMIS end as well as Employer’s TG DDCMIS end)
and software at UNIT DDCMIS end has to be considered by the Contractor without any cost
implication to the Employer. Operator interface devices of unified HMI only shall be housed on
the control desk in CCR. Native HMI operator interface shall be housed in programmer’s room.
The number of soft links, communication protocol, cycle time for various types of signals etc.
shall be such that the response during operation is deterministic and there is no perceptible
delay on this account. In addition, there will be few critical analogue & binary signals & few
critical drives which shall be hardwired (interfacing hardware, cables etc. to be considered by
Contractor). For the same approximately 200 nos. of I/Os are to be considered. Further, for
transfer of events from TG DDCMIS, along with the time stamping, a separate soft link, if
required, shall be considered.
The solution offered for Unified HMI shall be finalized in consultation with the TG DDCMIS
supplier in Technical Co-ordination meetings (TCMs) & the same shall be tested as part of
Major Design Feature testing with a prototype system of the offered UNIT DDCMIS system, at
the works of the UNIT DDCMIS supplier or any other place approved by Employer. All the
performance requirements of UNIT DDCMIS including command response time shall be
demonstrated with Unified HMI. The bidder is required to provide configuration and write-up
for implementation of Unified HMI in the Bid.
2.04.03 Cross HMI operation is applicable. Drives of a particular DDCMIS system shall also be possible
to be operated from any other DDCMIS system via Station LAN as per requirement in all other
DDCMIS systems, using cross HMI operation through authorized access.
The LVS OWS and OWS Keyboard and Mouse are to be multiplexed through KVM switches
in Control Rooms. Additionally, 6 nos. Keyboard, Mouse and Monitor are to be provided with
Redundant KVM Matrix Switch solution for Programmer rooms. The above item and quantity
is minimum. Additional HMIPIS items / quantity if any required, other than those indicated
above, for achieving the complete DDCMIS functionality, shall also be in the scope of the
Contractor.
2.04.05 Redundant LAN for communication between various OWS, between OWS and processing
stations and OWS/PC. A redundant station-wide LAN for connecting the unit and other sub
systems of DDCMIS, PLCs (as applicable), PC stations, Employer’s TG DDCMIS & Employer’s
PLC etc. as well for connecting to the other off-line services of the Station & connecting to IT
LAN. This shall include all cables and accessories required for connecting Contractor’s system
upto the Employer’s systems such as ERP, etc. Alternatively, Bidder’s standard & proven
solution, which is functionally equivalent to redundant system bus and single fault tolerant,
shall be acceptable. The commissioning of PC station at DVC headquarters including all
hardware/software required will be in the scope of contractor.
2.04.5 Wireless Link: For the following system identified below, Bidder shall consider wireless link :
1. Between Common Plant Area Zone CCTV system (Located in Unit- 1 CER) and
MUWP/AWRS CCTV systems for monitoring of MUWPH CCTV cameras.
2. Between Common Plant Area Zone CCTV system (Located in Unit-1 CER) and CCTV
system located in Employer’s AWRS pump house for monitoring of AWRS pump house
CCTV cameras.
The Wireless connectivity solution shall be based upon WPA3 security/AES 256 encryption
complying with the requirements related to the used of wireless in the automation solution as
per IEC 62443-2-4.
The bidder shall include all necessary equipments including towers and its foundation on both
sides and all licenses, statutory clearances in his scope. The fixed charge and the running cost
till warranty period shall be included in the quoted price. The running cost thereafter shall be
included in the AMS price for the duration of AMS. If it is required that the licenses are in the
name of Employer, being the owner of the premises, still all coordination, clearances and
applicable fees shall be in Bidder’s scope.
synchronization shall also be done through this redundant architecture for all network
components, DMZ and external devices (if applicable). Refer Annexure C to this subsection
for signal interface to Station LAN.
For monitoring of DDCMIS network traffic, Intrusion Detection system (IDS) (in redundant
mode) of a make different from that of the IPS shall be provided to guard against possible
misuse/attacks from within the LAN. For monitoring the overall architecture traffic flow, all
network activities, network devices, dashboarding (as specified in Part-B NMS specification) a
management LAN with NMS server is to be provided by the bidder.
The cyber secured architecture for the above requirement shall be designed complying all the
requirements of IEC 62443-2-1, IEC 62443-2-4 and IEC 62443-3-3 standards.
In order to test the Operating system patches/hot fixes & also other periodic software upgrades,
a test server of the same configuration as the servers provided in HMI will be provided. All
periodic upgrades/hot fixes/patches are intended to be checked on the test server before its
installation in the main machines.
2.04.7 DDCMIS vendor shall upgrade/ update all DDCMIS system along with Station LAN to the latest
version/ release of DDCMIS system software/ patches, meeting the system software
requirements as mentioned in Part-B, SUB-SECTION-IIIC-02 DDCMIS. This shall include the
latest OS and its corresponding latest version/ release of DDCMIS system software/ patches.
The upgrade/update shall be checked for and carried out six months before the completion of
AMS of last DDCMIS (whose AMS started last). Any change in hardware and the requisite
services (Engineering/Erection/Commissioning/Documentation) required for the same shall
also be carried out by the contractor within the contract price.
2.04.8 DDCMIS vendor has to implement centralized Cyber Security suite comprising of centralized
policy-based Account Management with Active Directory (AD) & Role based Access control
(RBAC), Windows server update service (WSUS), System Hardening, Patch management with
remote service, antivirus and malware protection, Asset Inventory and Anomaly Analysis
dashboard, gap analysis with respect to latest Cyber security standards and Security
Information/ incident and Event Management (SIEM) functionality & dashboard. Contractor has
to implement log repository solution for native DDCMIS network architecture and its underlying
ICS components (including System logs, Security logs, Windows event logs, Error logs,
Network logs, End points logs) for all domains having capacity of storage for a minimum period
of one Year. The solution shall also include a backup server which will maintain the integrity
and availability of all backups including logs even in case of non-availability or compromise of
the main system. The hardware resources for indicated functionalities shall be as per DDCMIS
vendor’s validation.
The cyber security suite is to be designed and implemented in a separate DMZ (other than the
Station LAN DMZ) identified as I-DMZ (Industrial DMZ). The I-DMZ shall comply to defense-
in-depth architecture with secured internal connectivity to DDCMIS over Station LAN switch
through redundant firewall pair in failsafe configuration with Intrusion prevention system (IPS).
The I-DMZ will have no external connection. Subscription, whitelist/Antivirus, system
hardening, patches or any other periodic updates shall be acquired in a centralized station
connected to Employer’s enterprise internet gateway. The updates will be stored in a
dedicated, sanitised storage media and manually deployed in concerned resources of I-DMZ.
The centralized station, storage media and sanitization kiosk shall be in the scope of
contractor.
The coverage of the solution shall be Station LAN and HMIPIS of the DDCMIS .
2.04.9 The system shall comply with the latest versions of the following standards and specifications
as a minimum:
1. IEC-62443-4-2 Security for industrial automation and control systems - Part 4-2: Technical
security requirements for IACS components.
2. IEC 62443-2-4:2015 Security for industrial automation and control systems - Part 2-4:
Security program requirements for IACS service providers.
2.04.10 The DDCMIS OEM shall ensure sanctity of the application software & firmware before the
same is dispatch to site. The intent is to have a mechanism to verify that the application
software & firmware (excluding third party software) does not contain any malicious code or
otherwise is not operating contrary to its stated purpose. The verification needs to be carried
out electronically using one of the following methods:
The same shall be carried out at the time of FAT of each DDCMIS and on every software &
firmware upgrade, update and patch application. This shall be applicable and performed for all
types of application software & firmware applicable for a particular DDCMIS. Other
details/procedure/modalities, as applicable, shall be finalized during detailed engineering.
The DDCMIS OEM shall also be required to certify that no backdoor has been engineered in
the application software and firmware (including the control hardware excluding Bought-outs)
being supplied for the project. Such certificate shall be furnished for all batches of hardware
(including firmware)/software manufactured and supplied for the project by the DDCMIS OEM.
2.05.01 One Geo-positionary satellite (GPS) based Master Clock in redundant configuration and slave
clocks for unit and offsite areas shall be provided with suitable equipment including antenna,
receiver and associated electronics to receive synchronization signals from GPS. The master
clock shall synchronize DDCMIS of all the units and stand-alone common system and other
DDCMIS subsystems at suitable intervals to maintain uniform time through out the power
station. The clock system shall be date insensitive. The system should have 10% additional
spare ports of each type being used for time synchronization of contractor’s system. Further,
the additional quantities for Employer’s DDCMIS refer caluse 3.00.00 annexure c to IIC .
2.06.00 Contractor to provide 5 nos. Fine pitch LED display (1 for Employer’s Admin building gate, 1
for Employer’s Main plant gate & 3 for locations to be finalized during detail engineering) for
outdoor application and 5 nos. Indoor LED television (locations to be finalized during detail
engineering). These displays shall communicate information & guidance about environment,
Advisory from Management, DVC generation (station wise/unit wise), Business Diversification
Information, CSR Activities, safety advisories, Movie on Company’s Journey & Awards and
Recognitions etc. Additionally, 3 nos. Interactive display board (1 for Employer’s Admin
building conference room, 1 for Service building conference room & 1 for CCR conference
room) shall also be provided for conference rooms. The exact location of these displays will
be finalized during detail engineering. These display units shall be connected to Employer's
Enterprise LAN and shall have no connection with DDCMIS network/Station LAN.
3.01.00 Special C&I systems shall be provided by bidder including but not limited to the following as a
minimum. The detail specification shall be as per QSGM’s / Bidder’s standard and proven
practice. All these systems shall be connected to respective DDCMIS system for control and
monitoring purpose.
Flame Monitoring System and flame detector testing kit, Microprocessor based control system
for Coal Feeder, Coal Bunker Level Monitoring System, Electromatic Safety Relief Valve
(ERV)/ Electromatic Safety Ball Valve (EBV), Furnace temperature probes (Two numbers per
boiler),, Acoustic Steam Leak Detection System (Fifty number of sensors per boiler), Furnace
and Flame Viewing System (Two numbers of cameras per boiler shall be connected to LVS),
Driplegs Level measurement employing conductivity type probes,Mill & Air heater Fire
Detection System.
1) Contractor shall develop and implement a mimic in UNIT-BOP DDCMIS and AHP
DDCMIS for integrated monitoring of bottom ash evacuation system including
deashing status and relevant alarms as minimum.
2) Cameras (as specified in clause F 3.00.00, Annexure C to this Sub section) shall be
used to monitor ash accumulation above furnace S-panel area and in bottom ash
hoppers.
Contractor shall provide Ash dashboard in AHP DDCMIS for the complete ash handling system
using sensors/instruments specified in tender drawings/ elsewhere in this specification. For
details contractor to refer part-B.
(g) CEMS, Vibration monitoring system, For quantity refer Annexure C to IIC, Part A.
Notes :-
1 For measuring instruments type, specification, redundancy and quantities that are
connected to Skid Mounted systems, Integral to Equipment Bidder’s standard and
proven practice can be accepted.
2 Guided wave radar type level transmitters shall be provided for measurement of
Condenser / Hotwell level, LP Heaters level, Deaerator level, ID/FD/PA Fans lub oil
tanks level, Mills lub oil tanks level.
3 The instruments for CHP and AHP ash conveyor system shall be provided as per
standard and proven practice of respective supplier. However, for temp elements,
temp transmitters mounted in JBs shall be provided.
4. CEMS analysers/instruments shall be provided with provision for bidirectional
connectivity over ModBus/RS-232/RS-485 with Employer’s central cloud server for
real time data monitoring, remote diagnostics & remote calibration checks, etc.,
complying with CPCB IT Division document “Protocol for real time (Emission &
Effluent) data management from industries version 1.2 (10.6.2015), CPCB Guidelines
July-2017 on CEMS or the latest regulatory requirements of CPCB/SPCB/other
regulatory/statutory body prevailing at the time of award of the contract. All necessary
hardware and software required at instrument end shall be provided by the Contractor.
For CEMS - In addition to above requirement, 4-20 mA connectivity to DDCMIS shall
be provided by the Contractor.
5.01.00 The 24V DC Power Supply system shall be used for powering the control systems including
the network devices and UPS AC Power supply system for powering HMIPIS and other critical
loads. Contractor shall provide power supply distribution panels/cabinets/boxes for sub-
distribution of DC/Main UPS//utility feeders on as required basis.
5.02.00 24 V DC POWER SUPPLY SYSTEM shall be of continuous duty and on as required basis
meeting the specification requirements.
For the main plant SG and BOP systems, the 24 VDC power supply system has to be supplied
(for each unit) as per clause 1.03.00(B1), Part-B, IIIC-05 of the specification. Bidder may note
that separate unitized 24 V DC Charger system has to be supplied for Main Plant BOP
systems. For other offsite common areas configuration as per clause 1.03.00(B2), Part-B, IIIC-
05 shall be provided.
Manual discharge resistance bank of adequate capacity shall be provided for Main Plant
BOP(C&I), Stand-Alone Common System, AHP, FOPH, FGD& RIO system of Max rating.
Accessories and devices required for maintenance and testing of batteries shall be supplied
on as required basis.
5.03.00 UNINTERRUPTED POWER SUPPLY SYSTEM of continuous duty shall supply regulated,
filtered and uninterruptible 230V, 50 Hz single phase power within the specified tolerances.
UPS System shall be provided on as required basis for various AC loads of HMIPIS, Analyzers,
Master Slave clocks, PA System, CCTV System etc. Further,UPS load of 22KVA /per unit shall
be considered in UNIT UPS system for Employer’sSystem.
For Main Plant, UPS System has to be supplied on per unit basis as per Cl. No 1.05.00 (A),
Part B, IIIC-05 of the Technical Specification. For other offsite common control locations, AHP
CER (s),FGD CER (s) ,etc.Control Room (s), UPS Configuration shall be as per Cl. No 1.05.00
(B), Part B.
For all other operator locations(like FOPH,Ash silo,etc.) with OWS UPS with configuration as
per Cl. No 1.05.00 (C), Part B to be provided. Manual discharge resistance bank of adequate
capacity shall be provided for Main Plant UPS & offsite common areas (Max rating). UPS of
minimum 5 KVA rating to be provided for powering UPS loads of Air Compressors”.
Accessories and devices required for maintenance and testing of batteries shall be supplied
on as required basis.
Manual discharge resistance bank of adequate capacity shall be provided for Main Plant UPS
& offsite common areas (Max rating). Accessories and devices required for maintenance and
testing of batteries shall be supplied on as required basis.
5.04.00 Contractor to note that DCDB/ACDB for common DC / AC loads shall be located in First Unit.
These DCDB/ACDB shall be powered from the 24 V DC Charger Systems (Diode ORing) &
UPS Systems (Static Switch based change-over system) of 2 different Units to ensure their
powering in event of unavailability of any one of the units. Scheme for the same shall be
finalized during Detailed Engineering.
5.05.00 For 230 V AC Un-interruptible power supply (UPS) for Employer’s load, refer Contract
Quantities for UPS, Appendix-I to Part-A, Section-VI, “Contract Quantities other than DDCMIS
Items” this is over and above the load required for Contractor’s system being supplied.
Local Instruments Enclosures (LIE), Local Instrument Racks (LIR), Process connection &
piping including all impulse piping, sample piping, pneumatic piping/tubing, valves, valve
manifolds, fittings and all other accessories required for proper installation & completeness of
impulse piping system, sampling piping system and air supply system shall be provided by the
Contractor on as required basis.
7.00.00 INSTRUMENTATION CABLES, CONTROL & POWER SUPPLY CABLES & CABLES SUB-
TRAYS
7.04.00 All instrumentation cables (twisted & shielded, PVC insulated & sheathed with FRLS
properties) thermocouple extension cables (PVC / extruded FEP insulated & sheathed) and
prefabricated cables (with plug-in connectors), Control Cables, Power Supply distribution
cables, optical fiber cablesas applicable for interconnection of all equipment/system/devices
DDCMIS/PLC/MCC/LT SWGR/HT SWGR/ etc. shall be supplied, terminated and laid by the
contractor on as required basis.
7.02.00 Separate cables are to be provided for dual / triple redundant instruments used for protection
of Unit and HT drives. These cables are also to be laid in separate routes to the extent feasible.
7.03.00 Instrumentation cables for PA system, AHP conveyor systemand Coal Handling plant area
shall be armoured.
7.04.00 Heat resistant instrumentation cable shall be provided for all instruments / equipments / drives
/ devices located in hot areas such as Burner tilt, Hot air gates, Air Heater areas , Furnace
areas ,Steam Drain & Vent Valves ,etc.
8.01.00 Pneumatically operated Control valves, actuators and accessories, shall be provided meeting
requirements specified under Sub-section CONTROL VALVE, Part-B, Section-VI of Technical
Specification.
8.03.00 4-20 mA (HART)Microprocessor based SMART electronic positioner (as per standard and
proven practice of valve/damper OEM) is to be provided with all the pneumatic operated control
valves and all control dampers being provided by the contractor.
Remote positioner units shall be provided for high temperature and dust prone applications
like Burner tilt. However, for SADC dampers contractor’s standard and proven practice is also
acceptable.
10.01.00 The type tests to be conducted for C&I systems &equipments shall be as detailed out in Sub-
Section C&I TYPE TEST, Part-B, Section-VI of Technical Specification.
11.01.00 The contract quantity shall be as per Contract Quantities for UCD and Panels,Annexure C to
this sub section.
11.02.00 Minimum amount of back up instrumentation to be mounted on draw out portion of UCD shall
be provided as per Contract Quantities for UCD and Panels, , Annexure C to this sub section.
12.02.00 All analysers are to be supplied on as required basis subject to the minimum requirement as
indicated in Contract Quantities,Part A of technical specification to make the system complete
in line with the intent of this specification. However, any other analyzer, as required and
recommended by Contractor or Qualified steam Generator Manufacturer (QSGM) shall also
be supplied by the contractor within the quoted contract price.
12.03.00 All the chemicals and reagents required for initial commissioning and warranty period (18
months operation after successful commissioning) of SWAS is to be supplied in phased
manner depending on shelf life, in addition to that indicated under mandatory spares.
Contractor shall initially supply reagents for two months operation, further supply shall be
based on commissioning schedule of Units and confirmation by site Engineer. Contractor to
provide shelf life of all reagents during detail Engineering. All the reagents supplied to site shall
have at least 90% of remaining useful life at the time of dispatch.
13.01.00 Public Address system along with software including Call stations, loudspeakers, Network
switches, Servers, PA system management Software & other applicable software(s), PC
Stations, Interconnecting cable etc. for all the units, common plant areas and Coal Handling
plant shall be provided by the Contractor . For quantity refer Annexure C to this sub section
13.02.00 Common IP based network for IP based PA system and IP based CCTV system involving
common components viz. network switches, network media and power supplies may be
acceptable subject to employer’s approval during detail engineering .
14.01.01 IP based Closed Circuit Television System (CCTV) cameras for operation and maintenance
(O&M) of plant along with network switches, Camera / Database servers, Video management
software, keyboards, joy sticks, monitors, interconnecting cables & interface to the LVS of
HMIPIS shall be provided common for all the units (containing some unitised& some common
equipment). For quantity refer Annexure C to this sub section.
17.01.00 The Contractor shall furnish a complete new set of all special tools and tackles of reputed make
and model which are required for erection, ease in maintenance to have minimum down time,
testing and calibration of all the equipments and systems to be provided by the Contractor
under this specification for C&I systems.
17.00.00 Wireless Instruments & System
17.01.00 In case wireless instruments are provided it shall be as per Sub-section-IIIC-18, Wireless
Instruments & System including fieldbus instruments, Part -B, Section-VI of Technical
Specification.
Electric actuators with integral starters along with associated accessories etc shall be supplied
on as required basis for Valves / Dampers to meet the functional and the other specification
requirements.
The Contractor shall provide Project Management System. For details refer Annexure-A to
this subsection.
24/7 Safety Control room in safety park is envisaged for monitoring safety in plant area. The
Contractor shall provide all hardware and software including IP based CCTV camera, Drone,
loudspeakers, Redundant Servers/PC workstations, network switches, furniture, power supply,
cables, Joystick etc for meeting the above requirement. For quantity refer Annexure C to this
sub section.
CCTV system for O&M and CCTV system for safety control room shall be interconnected
through L3 switch so that feed of any camera can be seen from any of the CCTV system or
from Employers’ system as per requirement. However, these CCTV systems shall work
independently and failure of any of this system shall not affect the other CCTV system.
Cameras for O&M and safety control room shall be interchangeable.
The Contractor shall be fully responsible and accountable for the engineering of the complete
C&I system and its compliance to the technical specification requirements.
24.01.00 Deputation of Experts at Site by the Contractor during erection and commissioning:
Deputation of experts at site by the contractor during Erection and Commissioning shall be
done under the following heads:
b) DDCMIS Expert:
d) NOT Used
e) Actuators Expert:
i) All drives related to Coal Conveying System for Main plant area including Conveyers,
Dust Suppression System etc. shall be controlled through Microprocessor based
Distributed Control System (DCS) being procured by Employer under separate package.
This DCS system shall perform all functions such as auto / manual operation of gates/
valves/ dampers, pumps, drives, local /remote selection of operation, status indication,
annunciation, interlock and protection of pumps/drives etc.
ii) The above DCS system shall also interface with the systems like Mobile trippers over
bunkers, Belt weighers, Metal Detectors, Inline Magnetic separators, Suspended
Magnets, etc. (as applicable) for which all the required controls, interlocks, protection,
annunciations etc are to be provided by the Contractor, for remote operation and
monitoring facility. All the alarms shall also be repeated in the Employer’s DCS and the
Contractor shall provide all the required contacts, field inputs etc. for the same. For
complete list of such systems, refer corresponding mechanical chapters.
iii) For successful implementation of the same, the Contractor shall furnish I/O list, drive list
along with KKS code and all other details/drawings/data/information like write-ups and
detailed logic diagrams for controls, interlock and protection of Contractor’s equipment,
recommended control loops, recommended Mimics/graphics. Any other data as might
be required by Employer during detailed engineering stage shall also be forwarded
without any cost repercussions. A representative of Contractor shall also be required to
be present during Factory acceptance Testing of Employer’s DDCMIS system at the
finally selected DDCMIS Vendor’s work for testing of the finally implemented control
system. The Contractor shall furnish termination details for all I/Os to be connected to
Employer’s RIO/control system cabinets as per philosophy approved by Employer during
detail engineering stage. The format and exact details by Contractor shall be approved
by Employer during detail engineering.
While preparing I/O list and drive list during detail engineering the Contractor shall obtain
details of exact DDCMIS/RIO configuration from Employer and include details of the
same in these lists to be furnished by Contractor.
Contractor shall provide all necessary supervision/ assistance for proper commissioning
of his equipment to Control System Supplier through Employer.
The brief features of Control system of Employer’s DDCMIS is indicated at clause 23.03.00.
24.03.00 Brief description of capabilities of Control System of DDCMIS system being procured by
Employer are given below.
i) Controller loop reaction time (from change of input and the input module to the
corresponding control command output) for closed loop/modulating control shall be
500 milli seconds.
ii) Controller reaction time for ON/OFF control shall be one (1) second or higher. For
few specific applications controller reaction time of 200 milliseconds is envisaged.
These response timings are from change in input of digital input module to change of
output in digital output module, with both the modules in the same RIO. In case any
equipment/system being supplied by Contractor requires such fast controller reaction
time, Contractor shall clearly bring out the same in his offer along with reasons for
the same.
iii) The maximum permissible cable distance for input/output in the field from Employer’s
DDCMIS/RIO panel is 400 meters. In case cable length is more than permissible
cable length of DDCMIS, then two runs of instrumentation cables or higher size shall
be provided by Contractor, as finalized by Employer during detail engineering.
iv) In case any equipment/ system being supplied by the Contractor under this package,
has a control requirement better than those specified above, control of such
equipment /system shall be through standalone microprocessor/PLC based system
to be supplied by Contractor. Suitable interface to Employer’s DDCMIS, preferably
OPC compliant (through Ethernet port) shall be provided. Contractor shall clearly bring out in
his offer any such equipment / systems, along with reasons and details of
control system(s) offered.
25.00.00 Training:
Contractor shall provide training for C&I systems as indicated in Part C, Section VI of technical
specification.
2. CEMS
3. Public address system (PA)
4. Wireless Instruments & System .
5. Closed circuit television system (CCTV)
For details refer relevant section in Part B of Technical specification.
27.00.00 INTERFACE WITH EMPLOYER FURNISHED EQUIPMENT/ SYSTEMS
27.01.00 The Contractor shall furnish all necessary interface equipment required for satisfactory
operation of equipment covered under this subsection with other systems/ subsystems/
equipments, This will include:
27.02.00 Interface with DDCMIS covered under this subsection.
27.02.01 All required input/output modules, relays and other necessary hardware/software:
(i) To accept potential free contacts for hardwired binary signals from C&I
systems/equipments not in Contractor's scope.
(ii) To accept 24V DC binary signals from other’s systems.
(iii) To provide potential free contacts for hardwired binary signals to C&I systems not in
Contractor's scope including some electrical breaker.
(iv) To provide galvanic isolation for accepting hardwired 4-20 mA signals from other C&I
systems not in Contractor's scope.
(v) To provide galvanically isolated 4-20 mA output signals for use in TG C&I/other
systems for hardwired 4-20 mA signals, including microprocessor-based positioners.
(vi) To provide 24V DC command outputs suitable for the burden of minimum 3 VA of
interposing/interfacing relays to be provided in MCC/SWGR/actuators by employer.
(vii) To accept potential free contact inputs from MCC/SWGR/actuators not in Contractor's
scope.
(viii) To accept data from various equipment & system in digital form through serial port,
field bus / profibus, Ethernet connection using industry standard protocols, OPC,etc.
27.02.02 Suitable interfacing hardware/software for proven, reliable and full duplex redundant OPC
communication link between HMIPIS of respective Unit DDCMIS and Employer’s respective
TG - DDCMIS through redundant pair of firewalls (Contractor’s scope).
27.02.03 Connection/welding of :-
(i) Contractor's impulse/sample piping to the root valves (for steam and water
applications) provided under STG package for primary instruments to be furnished by
the Contractor.
27.02.04 Pneumatic signals of 0.2 to 1 Kg/cm² through microprocessor-based positioner or E/P
converters as applicable for certain pneumatic valves/equipment not in Contractor's scope of
supply but controlled by DDCMIS covered under this sub-section.
27.02.05 The Contractor shall fully meet all other interface requirements as indicated elsewhere in this
specification.
28.00.00 Bidder to also refer Annexures to this sub section, part- A, Section-VI of Technical specification
which are an integral part of Sub Section IIC.
The vendor shall deploy a dedicated Project Management Team from the date of
award. The Team shall comprise of experienced and qualified project professionals
and shall be located at bidder’s project management office as well as at site. Site
team shall coordinate for L3 Level activities at site and put-up daily status and
exceptions to the bidder’s Project Management Office for enabling them take timely
action for critical works.
The Project Management Team shall be responsible for following activities:
• Implement, Operate, Maintain the Project Management Tool up to COF of last unit.
Subsequently, transfer the Tool and associated data to EMPLOYER with appropriate
licenses/ Subscriptions (if any) valid for one year after COF of last unit.
• Training/ familiarization of EMPLOYER team with the project management tool. One
nodal person to be identified for providing remote (Telephone/e-mail/Internet) or in-
Person (wherever required) support.
• Development of L2 network.
• Development of L3 network (Three months rolling plan) for different packages/works.
Regular updation of L2 networks based on actual progress including scheduling/
rescheduling of intermediate activities.
• The vendor shall also be responsible for developing the overall project schedule
including scheduling/ re-scheduling based on inputs/ schedule w.r.t. other packages,
which shall be provided by the employer. This scheduling is to be done on MS Project
or equivalent software.
• Data Acquisition & Updating the same in Project Management Tool on regular basis:
i. Engineering, Ordering, Manufacturing & Fabrication, Inspection, Dispatch and
Receipt of Materials on regular basis.
ii. Site Activities like Civil & Structural Works, Mechanical, Electrical, C&I Erection and
Commissioning activities based on the stage of the project.
iii. Deployment of Vendor’s Staff, Workers, T&Ps deployment, and their healthiness
iv. Statutory wage payment status.
v. Stock of consumables like steel, cement, sand, aggregate, imported electrodes and
any other critical consumable.
vi. Any other information required for the project management purpose.
• Interact with Site and Project Management Team of Owner and facilitate exchange of
requisite data.
• Co-ordinate with EMPLOYER Team for daily, weekly, and monthly reviews.
• Generation of Exception Reports through Project Management Tool.
• Conduct statistical analysis of historical data (e.g., trend analysis, benchmarking).
• Comply to the requirements of EMPLOYER pertaining to statutory obligations and
maintenance of Sequence of events/Hindrance register.
1. General
• Online availability of the all the contractual documents including L1, L2 networks
with baseline tracking and version control (as applicable).
• L3 networks (3 months rolling plan) of the packages/works.
• Erection / Construction Methodology and Schedule of T&Ps and manpower
deployment.
• All the review meetings (Daily/Weekly/Monthly) shall be conducted on this platform
and should support upload/generation of record notes. The format for the same
should be customizable.
4. Report Generation - The tool shall have provision for generation of following reports
(Current as well as historical data):
i. Standard Reports:
• Daily, Weekly, Monthly and Quarterly Progress Reports.
• Exception Reports on delays in Engineering, Ordering, Manufacturing &
Fabrication, Inspection, Dispatch and Receipt of Materials as per MDL, L2
Network and BBU.
• Exception Reports on delays in Front Handover, Civil & Structural Works,
Mechanical, Electrical, C&I Erection and Commissioning Activities.
• Capital Budgeting, Bills submission & realization and Payment confirmation
to sub-vendors.
• Deployment and Healthiness of T&Ps.
• Current Organizational and site setup of Agency.
• Sub-Agency wise, Area wise, Skill wise deployment of workers.
• Statutory Wage payment status.
• Stock of consumables like steel, cement, sand, aggregate, imported
electrodes and any other critical consumable.
• Reports related to Safety and Quality as per the requirement of the owner.
• Allow users to configure/customize/format views, graphs, and reports.
• Any other custom reports as per the requirement and mutual agreement.
Scope:
Objective of such system is sequential and timely availability of Materials and T&Ps
as well as ensuring quality during erection which is critical for Project success.
It shall cover entire lifecycle of project materials (including mandatory spares) i.e.,
receipt at EMPLOYER Project, in plant material management and status till
installation at site with the use of smart material management system and smart
monitoring. The whole system must result in controlling project costs, compressing
schedules, improving risk management, ensuring quality during erection and to avoid
delay in project execution due to non-traceability of material.
• Contractor shall ensure implementation of smart material tracking system for all
items (SMI/BOIs) including mandatory spares and to the same shall be
integrated with bidders site inventory management system. Material Information
system should be from Receipt at site to Erection.
• Each item identifiable with KKS / PGMA-DU / any other identification scheme of
the bidder/OEM/OES shall be tagged and should be easily trackable at storage
yard for ease of retrieval.
• GPS tracking for Over Dimension Consignment (ODC): Contractor shall install
GPS trackers (with inbuilt GPRS module) in ODC consignments vehicles and
manage the tracking of such vehicles on real time basis. The tracking shall be
real time and web based. Entire set of applications and their features shall allow
secure web based online access to obtain real time information.
• All the data regarding material movement shall be updated in the Project
Management Tool and data updation is to be automated.
Workflow:
• Contractor shall enter the details of material shipment in a Project
Management Tool / Web portal / Mobile Application and will generate a unique
code before the material is dispatched & affix the same to material package &
configure the same with tracking system.
• The storage area shall be divided into zones and materials tracking IDs shall
be accurately mapped / geotagged with the storage zones.
• Contractor will use the same tracking ID to store the material at site. The status
will be updated in project management tool regarding storage location at site.
• For above functionality vendor shall use RFID, QR Tracker or BLE based
beacon solution or any other improved version.
• All hardware and software required to meet above intent shall be in the scope of
bidder.
• The vendor should implement mechanism to track daily movement of its workers
inside the plant area.
• Data regarding mobilization of manpower (agency wise, skill wise and area wise)
is to be acquired using appropriate tool and is to be updated in Project
Management Tool on daily basis.
• For easy identification, contract workers shall be provided colour coded safety
jacket. Colour of safety jacket shall be approved by EMPLOYER.
▪ A biometric access control shall be implemented by the contractor, which shall
be integrated to the employer’s existing CLIMS.
The bidder shall implement, operate, and maintain Smart Storage area/yard
monitoring till the COF of last Unit. The storage area including the open yards and
covered sheds shall be equipped with smart storage monitoring system. All the
boundaries of the storage areas shall be geofenced with fixed camera and entire inside
area of storage (both open yards and covered sheds) should be covered with PTZ
cameras such that there should not be any dark patch. Surveillance camera should
have a backup of at least two months. All hardware and software required to meet
above intent shall be in the scope of bidder.
Bidder shall establish and maintain a Porta Cabin based Quality control room till the
COF of last Unit. The control room shall be established within 90 days of site
mobilization. CCTV cameras feed installed at strategic locations in the plant where
erection work is in progress. 15 Nos of Camera are to be considered for this purpose.
These cameras can be wired or wireless as per suitability at site. Locations of these
cameras will keep on changing depending upon the requirement at site. Quality control
room shall have one No of LED screens of minimum 50 inches and a feed is to be
provided in Project Management Tool.
All hardware and software required to meet above intent shall be in the scope of
bidder.
H. 4D Model
4D modelling is the integration of a 3D model with construction schedule in order to
visualise the sequence and progress of construction. Referring to clause 8.03.04 GTR
Part-C Section VI, Agency to represent actual site progress of construction activity
with respect to planned progress based on Schedule in 4D model to EMPLOYER
every month.
Contract quantities indicated below is the minimum requirements. Additional items / quantity
if required, other than those indicated below, for meeting the intent of specification of this SG
Island package shall also be in the scope of the Contractor.
1.01.00 Redundancy in analog & binary outputs for OLCS & CLCS drives:
Unit DDCMIS
BOP System: For 10% of drives distributed in various functional groups (Exact
application shall be finalized during detailed engg.)
The on/off status of HT drives of Unit DDCMIS will be wired to DI modules in parallel. The
open/ close status of sync type electrical breakers of Unit DDCMIS will be connected in
parallel to DI and DISOE modules. For these types of drives in other DDCMIS systems the
status will be connected to only one DI module.
Status of remaining signals( other than On/Off as defined above) of HT drives & sync type
electrical breakers of Unit DDCMIS are to be connected to DISOE module; for HT drives &
sync type electrical breakers in other DDCMIS these will be connected to DI module.
Contact type output through relay is to be provided for few types of drives( e.g. solenoids,
ILMS, SM,MD, ignitor etc). These relays shall be driven by 24V DC command outputs
through DO modules. In case of redundancy in outputs for drives, redundancy shall be
provided only in DO modules, but not for the relays. Power supply for energizing such drives
in the field shall be routed through contacts of the above mentioned relays using control cable
(minimum core dia of 1.5sq.mm).The monitoring of power supply extended to field shall be
done in DDCMIS for such drives. In case of Unit system- there shall be separate monitoring
for each drive. However, in case of Other systems /offsite systems monitoring can be done
1.03.01 10 % spare channel shall be provided in each functional groups for each type of input / output
fully wired up to the marshalling/ termination TBs.
1.03.02 Wired-in "usable" space for 20% modules along with Field Terminal assemblies,
PCB/Connectors (if any in the offered system) in each of the system cabinets for mounting
electronic modules shall be provided by the Contractor for future use. For STG Integral
Controls, Bidder’s standard & Proven practice for keeping usable space is also acceptable.
1.03.03 Each controller shall have 20% spare functional capacity to implement additional function
blocks, over and above implemented logic/ loops. Further, each controller shall have spare
capacity to handle minimum 30% additional inputs/ outputs of each type mentioned in clause
1.03.01 & 1.03.02 above, over and above implemented capacity. Each of the corresponding
communication controllers shall also have same spare capacity as that of controller.
1.03.04 Contactor to provide thirty (30) percent spare relays for 1 COC Slim Relay (< 7mm) and ten
(10) percent spare relays for 2 COC Heavy Duty relays. These relays shall be mounted and
wired in relay cabinets. All contacts of relays shall be terminated in terminal blocks of relay
cabinets. In each of the relay cabinets, 10 % spare terminal blocks shall also be provided so
that additional relays can be mounted and wired.
1.03.05 Twenty (20) percent spare terminal blocks in each marshalling cabinets.
1.03.06 The spare capacity as specified above shall be uniformly distributed throughout all functional
groups. The system design shall ensure that above mentioned additions shall not require any
additional controller/processor/ peripheral drivers/ cabinets in the system delivered at site.
Further, these additions shall not deteriorate the system parametric requirements like
response time / duty cycle, etc. from those stipulated under this specification and shall meet
other redundancy / functional requirement.
1.03.07 For some RIO applications where I/Os are very less, the RIO panel can be combined for two
RIOs with a partition. However, there shall be no common hardware shared between such
RIOs e.g. RIO modules, power supply modules, power supply feeders etc.
cover major areas of control. The exact areas/ control shall be finalized by Employer during
detailed engineering stage.
2.01.00 SG System
The stream wise process redundancy is to be maintained in SG C&I DDCMIS. That is, if there
are more than one main equipment (e.g., A/B/C streams) in a process block, these are to be
allocated to different FGs, unless allowed explicitly. In the FGs, thus obtained, main
equipments of similar streams are to be allocated. Further, the auxiliaries of main equipment
will be allocated in the same FG where corresponding main equipment is allocated.
For different streams of process blocks defined below, separate sets of FG(s) are to be
provided. Where different streams of process blocks are not defined, separate sets of FG(s)
are to be provided for the process blocks. The functions of two different process blocks/
streams cannot be mixed unless explicitly allowed.
The information signals of respective process areas will be generally kept along with
respective main equipment.
The exact allocation of areas to different FGs shall be subject to Employer’s approval during
detailed engineering stage.
MFT block: This block will consist of MFT protection system employing 2V3
controllers. The configuration of this block shall be generally as per
Drg.no.0000-999-POI-A-002.
Boiler common Common stream-1: This block will consist of RH Protection Logic,
functions block: Seal air fan-A control, Scanner air fan-A control, boiler common
functions like Furnace purge, HOTV, LOTV,HORV, Scanner air
emergency damper control, etc.
Common stream-2: This block will consist of Seal air fan-B control,
Scanner air fan-B control, Atomizing steam/ air press. control, HFO &
LDO press. /flow control, SADC, Aux PRDS controls, Boiler Drain tank
level control, etc.
Firing system Maximum two mills and respective oil elevation can be assigned to one
blocks: FG, e.g., Mill-A, Mill-B & Oil elevation-AB can be kept in one FG.
Number of FGs in this block shall depend on actual no. of coal and oil
elevations.
Other SG system This block will consists of Soot blower control including press & drain
block: temp control, Boiler drains/vents including start up drains/vents, Mill
reject system, FTP, ERV, MTM , Mill fire protection, SCAPH, Start-up
controls including control of Boiler Recirculation Pump, Separator,
Flash tank ,Minimum Economizer flow etc.
2.02.00 NA
The stream wise process redundancy is to be maintained. That is, if there are more than one
main equipment (e.g., A/B/C streams) in a process block, these are to be allocated to
different FGs, unless allowed explicitly. In the FGs, thus obtained, main equipments of similar
streams are to be allocated. Further, the auxiliaries of main equipment will be allocated in the
2.03.01 BOP-SG
Secondary air ID fans A&B, FD fans A&B, Secondary Air Heaters-A&B along with flue
block gas temp control/ fire detection, Secondary SCAPH-A&B; Stack Path;
furnace draft control, air flow control, FGD inlet, FGD outlet and FGD
bypass dampers etc.
Steam & Water Main Steam/SH/RH valves along with temp control, ECW pump-SG-
block A&B along with DP control, Dosing; FW valves, SG misc drives;
Coordinated Master Control (CMC), feed water control, Group controls,
SWAS etc.
Primary air block PA fans-A&B, Mills/feeders-controls for outlet temp, PA flow & feeder
speed (alternate mills/feeders are to be kept in separate FGs), PA
header pressure control, Primary SCAPH-A & B, Primary air heaters
A&B along with temperature control/fire detection, etc.
2.03.02 BOP-TG
BOP-TG block The BOP-TG consists of following major equipment/ control loops:);
CEP-A, B & C along with recirculation controls; Gland seal pressure
control for condensate; ACW- A, B &C; HP heaters-valves & level
control (all HP heaters are to be kept in one FG), LP heaters valves &
level control (all LP heaters are to be kept in one FG), hot-well level
control, Spill over control, Deaerator level & pressure control, ECW
pump-TG-A, B & C along with DP control, dosing , TG miscellaneous
valves/ controls, etc.
MDBFP-A block This block will consist of MDBFP OLCS and CLCS controls, including
auxiliaries of MDBFP-A
MDBFP-B block This block will consist of MDBFP OLCS and CLCS controls, including
auxiliaries of MDBFP-B
2.03.03 Electrical block Electrical breakers –In addition to the electrical breakers being
supplied and controlled by the Contractor in this package, Employer is
also procuring electrical breakers under separate package which shall
be controlled and operated from contractor’s DDCMIS. Contractor to
consider the quantity of I/Os, drives for Employer procured electrical
breakers as indicated at Appendix –I to Contract Quantity, at the end of
this annexure C. All the Electrical breakers – synchronization (sync)
and non synchronization (non-sync) type electrical breakers including
breakers in employer’s scope shall be distributed in two FGs . The
hardwired monitoring signals of power supply (UPS & DC system) will
also be connected in this process block.
2.04.01 Main Plant AC Common Air conditioning & ventilation system of various areas ESP
common Block Control Room of UNIT etc..
2.04.02 Air Compressor This block shall include Air compressors (IAC/PAC). If the controller
Block (Microprocessor / PLC based control system) is integral to compressor
then suitable operator interface as per vendors practice for individual
air compressor shall be provided. However, overall control and
monitoring shall be through Stand Alone DDCMIS.
2.05.00 Ash handling System (AHP) DDCMIS
Ash Handling Control System comprising of binary and modulating controls of dry and wet
ash handling system, bottom ash handling system, Fly ash handling system including de-
ashing from ESP hoppers, APH hoppers, ash slurry disposal system, high concentration
slurry disposal system ( if applicable) and associated equipment, Ash water recirculation
system (if applicable) and associated equipment, etc. shall be implemented in this DDCMIS.
The Control System of AHP DDCMIS has following process blocks.
Unit-1 bottom ash and fly ash block
Unit-2 bottom ash and fly ash block
AHP common system block
Ash Silo Block
2.10.00 The Bidder shall provide requisite number of function groups for each Control System
considering the guidelines defined above for functional grouping, and considering all
specification requirements defined in the specification. The major aspects to be considered
shall be as follows:
1. Hardware capacity, including spare capacity
2. Software capacity, including spare capacity
3. Response time/ signal acquisition time requirement for Control System
4. Parametric requirements of DDCMIS
5. Functional grouping and associated requirements specified under section III C-02
The Bidder shall furnish functional grouping diagram for Control System of each DDCMIS, in
the bid supported by back-up calculations and reasons for proposed functional grouping, and
exact functional grouping shall be finalized during detailed engineering stage, as approved by
the Employer.
2.11.00 Refer Appendix-I (End of this annexure) to this Subsection for IO and Drive count for
Employer’s TG BOP system (per unit count) , Employer’s Electrical that are to be monitored
and controlled by Contractor’s Control system.
1. PI (ERP)* 4000 C
4. 3 Spare link* (For Future 500 each 500 500 each 500 C
Use) each each
Note:
1. For Signals from HMIPIS to Station LAN, the total database size is to be estimated by
Contractor to meet the spec. requirements. The requirement of periodic transmission
shall be as finalized during detailed engineering stage.
2. Protocol for data transfer for above systems shall be OPC. It is preferable to provide OPC
UA based communication.
3. * Employer’s system
Note: No of link and quantity of signals shall be on as required basis and type of
communication protocol shall be as per bidder’s standard.
3.00.00 Outputs required for synchronization of employer’s systems
1. Unit Control Room: Chair-5 nos, Key pad-1 no, Locker set- 2 no, Almirahs- 3 nos, PC
Rack- 1 set (Furniture for Employer’s systems- 01 no. of PC rack)
2. Programmer Room: Chair-12 nos, Keypad-1 no, Server Rack- 1 Set, workstation
Furniture- 1 set, (Furniture for Employer’s systems- 05 nos. of server rack, 02 nos. of
Workstation furniture)
3. C&I Maintenance Room: Chair-2 nos, Computer Table- 2 nos.
4. Unit Incharge Desk (UID): Chair- 2 nos.
5. Centralized Off-site Control Room: Chair-9 nos, Key pad-3 no, Locker set- 3 no,
Almirahs- 3 no, PC Rack – 3 set, Server rack – 1, workstation furniture – 2 set
6. AHP system CER: Chair-2 nos, Server Rack- 1 set, workstation furniture – 1 set
7. FGD System CR: Chair-4 nos, Key pad-1 no, Locker set- 1 no, work furniture -2 no.
8. FOPH System Area: Chair-2 nos, Server Rack- 1 set, workstation furniture – 1 set
9. For each Workstation (located at areas not covered above) and for each Common PC
Station: Chair- 1 for each, Computer Table – 1 for each
10. For Printer in area where workstation furniture is not available: 1 Printer table for
each printer
11. For each Control Room (Other than those mentioned above: Keypad- 1 no, Locker
set- 1no.
** The quantity of Desk and Furnitures indicated above in sl no. 1 to 3 above shall be
01 set for each generating unit and for balance (04 to 08) shall be 01 set for station i.e.
common for all generating units.
Note 1:- The UCD in Unit Control Room shall have mechanism for concealing synchroscope (1 no.
per unit). For details of this mechanism, refer to Part-E, tender drawing. The exact details
shall be finalized during detailed engineering stage.
Note-2: Draw-out section/plaque shall be provided in UCD as follows:
(A) UCD:
(i) One no. draw out section for process side
(ii) One no. draw out section for electrical side
(iii) One no. synchronization plague - mosaic tiles, of adequate nos so that
synchroscope, 2 nos. voltmeters, 2 nos. frequency meters and two indicators are
accommodated in the size of one TFT monitor, so that size of concealing
arrangement for this plaque is same as that of TFT monitor.
Note-3: Instruments like Push buttons, LEDS etc shall be furnished for each generating unit on as
required basis to be mounted on the draw out section of Unit Control Desk of each unit . For
design philosophy of draw out section of process side & electrical side, refer sub section
IIIC-11 , Control Desk and Panels.
Note-4 Turbine Trip Push button(s), Steam Generator Trip Push button(s), Fire Protection Push
button(s) and any other Trip Push button (PB) as recommended by OEM of Turbine &
Steam Generator to be provided by the contractor.
Note-5: One set Conference Table & 15 no’s Chairs shall be provided.
The following clauses shall be read in conjunction with sub-section “Power supply system”,
part-B of technical specification and drawing no. 0000-405-POI-A-019 to arrive at the
detailed quantity
2.01.00 a) Bidder to note that the UPS rating shall take care of all Contractor’s Load as required &
Employer’s Load taking care of all the requirements as indicated in the Part B of the
Technical specifications within the quoted lumpsum price.
b) Bidder may specifically note that the KVA rating of UPS system as indicated above shall
be guaranteed at 50 deg.C ambient temperature and load power factor of 0.8 lagging.
In case the Bidder’s standard UPS KVA ratings are applicable at a lower ambient
temperature (say 40 deg.C) than specified 50 deg.C temperature, the Bidder shall consider
derating factor of at least 1.5%/deg.C for arriving at the specified UPS capacity at 50 deg.C
ambient temperature so that required capacity is ensured at 50°C. The Contractor shall
demonstrate the above stated capacity at 50°C during shop testing.
2.02.00 The Bidder may note that for UPS of capacity above 25 KVA, the following should be
followed:-
One inverter and one changer can be housed in one common cubicle i.e. there will be two
such cubicles per UPS system if the same is standard and proven practice of the Bidder.
2.03.00 Bidder may note that in case the calculated UPS rating is not same as one of the standard
KVA rating of the single UPS system, the next higher standard rating of the manufacturer
shall be selected and provided. Bidder may specifically note that UPS of manufacturer’s
non standard rating shall not be acceptable. Furthermore, it may be noted that to attain the
calculated UPS rating, paralleling of multiple UPS systems of lower ratings will not be
S. a UPS Feeder From To Feeder Feed PDB SCOPE OF Load
No c Referen Number Description er Location SUPPLY (PDB) Type
ce KVA
1 c UPS- Feeder - ACDB - PDB - TG HMI Load 10 Programme EMPLOYER -
e UC 01 TG - 1 1 110 - 1 -1 r Room TG PACKAGE
2 p UPS- Feeder - ACDB - PDB - TG HMI Load 10 Programme EMPLOYER - EMP
t UC 01 TG - 2 1 110 - 1 -2 r Room TG PACKAGE LO
3 e UPS- Feeder - ACDB - PDB - TG TSI and 5 CER EMPLOYER - YER’
UC 01 TG - 3 1 110 - 2 other Loads TG PACKAGE S TG
d LOA
4 . UPS- Feeder - ACDB - PDB - Miscellaneous 8 CCR / 8.5 EMPLOYER - DS
UC 01 TG - 4 1 110 - 3 TG Load m TG PACKAGE
5 UPS- Feeder - ACDB - PDB - Common 10 CER EMPLOYER -
UC 01 TG - 5 1 110 - 4 Loads TG PACKAGE
6 NA NA NA NA NA NA NA NA
2.04.00
Notes:
(1) Feeders from ACDB-1 are only indicated above. Identical feeders for each PDB shall be
provided from ACDB-2.
(2) PDBs which are being supplied in this package as per table above shall be provided with
along with the necessary change over circuits (as applicable). Further sub-distribution to the
load shall be in the scope of the contractor.
(3) Over and above the feeders envisaged for the Employer’s Loads (S. No 1 to 10),
Contractor to consider the required number of feeders for distribution of UPS Supply for
Contractor’s Loads.
(4) Contractor to note the following in regard to the UPS Power Supply distribution for SG
related loads:
For the HMIPIS loads which accept dual power supply, redundant feeders to be extended up
to loads through a local PDB. The PDB shall have redundant bulk feeders from ACDB-1 & 2
as incomers and required number of redundant feeders as output for the loads.
For the HMIPIS loads which accept only single power supply feeder, redundant feeders from
ACDB-1 and 2 shall be through a Static Switch based change over mechanism. The Static
Switch shall be mounted in a local PDB.
Separate, independent, and dedicated feeder directly from the ACDB-1 and 2 shall be used
for feeding these specific loads like CEMS analyzers, Master Slave clocks, PA System,
CCTV System etc. as defined in Clause No - 5.03.00(Electrical Power Supply System) of the
Technical Specifications, Part-A, SUB-SECTION-IIC CONTROL & INSTRUMENTATION
SYSTEM.
1.00.00 The Contractor shall supply, erect, lay, terminate and test the following cables
ensuring functional completeness of the control system on as required basis.
1. All instrumentation (Type A, B, C, F, & G), control & power supply cables including
heat resistant cables. Co-axial cables, network cables including Optical fibre/shielded
twisted pair Cat-5e cables for system for connection of peripherals, data highway,
network etc.
1.00.00 A) The major zones shall be : 1 for each of the generating unit,
1 for common plant system, 1 with at least 2 sub-zones for CHP
B) Suitable interface shall be provided for connection with Employer's main telephone
exchange and minimum 4 channel GSM connectivity from both the Servers such that it is
possible to communicate with any station in any zone from any telephone set.
1.01.00 These quantities are minimum required. The exact location of call stations shall be decided
during detailed engg:
1.01.00 All hardware & software along with necessary licenses shall be capable of handling 30%
additional call stations over and above the number of call stations specified in each zone for
future use.
1.00.00 The complete system shall be divided into the following zones:-
One Zone for Each Of The Generating Unit., One Zone For Common Plant System, One
Zone For Employer’s Coal Handling Plant, One Zone for Employer’s Distant Plant.
2.00.00 Cameras (HIGH Definition) along with motorized zoom lens, housings, PAN and TILT
mechanism.
2.01.00 Unit Areas
Raw Coal Feeders, Air Heater, ESP Field area (Front & Rear),
2.
Bottom Ash Hopper Area, CER, Cable Gallery (at different
areas), Switch Gear Room, Coal Mill, FGD (absorber area) ,
BUNKER FLOOR, Mill Reject Area, APH Hoppers, SCR
Hoppers, Duct / Eco Hopper, Transformer Bay, MOT room, 100
3. Seal Oil Skid 1 (Refer Note-1)
4. Miscellaneous applications (AHP /ESP area) 20
2.02.00 Common Plant Areas -Other than Coal Handling plant/Biomass handling/GHP
and distant plants
2.03.00 Common Plant Areas – Coal& Biomass Handling Plant/Lime Stone Handling
Plant/Gypsum Handling Plant
Contractor shall provide fixed cameras (High Definition-HD) for monitoring ash accumulation
above furnace S-panel area and in bottom ash hoppers. The quantity and location of these
cameras is indicated in the table below.
SN Locations No. of
Cameras
1 Outside furnace (one each on left and right side waterwall) at about 02
12 M elevation (Refer Note-A)
2 Outside bottom ash hopper at about 2 M elevation (Refer Note-B) 06
Note-A: Contractor shall provide suitable opening with seal box in left and right side of boiler
water walls, fitted with sight glass. Cleaning arrangement of sight glass using service
air shall be provided by the contractor from nearest available tapping point.
Note-B: Contractor shall provide suitable opening in Bottom ash hopper with sight glass (if
not available in bottom ash hoppers) in front and back side of bottom ash hoppers.
Cleaning arrangement of sight glass using service water (if not available) shall be
provided by the contractor from nearest available tapping point.
3.01.00 Fixed Cameras (High Definition-HD) along with mounting (For switchgear rooms)
These cameras are to be connected to respective area CCTV zones. Exact location for
these cameras shall be finalized during detail engineering.
4.00.00 The following items shall be provided on as required basis without any cost
implication to Employer subject to minimum qty. mentioned as under:-
Note:
1. Cameras & its accessories shall be Explosion proof.
2. Common areas shall include Office of Head of the Project, Office of O & M In-charge,
Erection In-charge’s Office, Central Fire Station, FGD control room, Water System
Control Rooms, Ash Handling System Control Room, Plant Security Control Room, Main
Gate of the Plant, Safety control room, Admin. Building, Service Building and any other
locations to be decided during detail engineering.
LIST OF ANALYSERS:
Sample Measurements
Makeup DM water Degassed Cation Conductivity (DCC)
CEP discharge Degassed Cation Conductivity (DCC), Sodium, pH,
Dissolved Oxygen
CPU outlet Specific Conductivity, Cation Conductivity, Silica,
Sodium, pH
Deaerator outlet pH, Dissolved Oxygen
FW at Eco inlet DEGASSED CATION CONDUCTIVITY ANALYSER,
Silica, Sodium, pH, Hydrazine, Dissolved Oxygen,
Note:
1. Multistream for Silica and Sodium Analyser shall be acceptable. Multistream analysers
shall have at least one stream as spare.
Note:
Oxygen (O2) measurement in stack emission based on Paramagnetic/ Zirconia type
instrument shall be provided by the Contractor for correction of SO2, NOx and Particulate
matter value corresponding to the standard/reference O2.
The list of Tools and Tackles to be supplied as part of this package is as follows:-
6. Cable termination kit (including crimping & wrapping tools for 1 set
various types of termination blocks)
7. Pipe wrench set, -( 12”,15”,18”,24”-one each of these sizes 1 set
per set)
8. Torque wrench set 1 set
9. Cable stripper ( from 0.5 sq mm to 4 sq mm) 1 set
10. Allen key set ( from 1 mm to 12 mm, 12 pieces per set) 2 sets
11 Insulated screw gripping screw driver set 2 sets
12. Adjustable Position Hacksaw ( 6”,12” and 18 “ frame sizes 1 set
per set)
13. Cable splicer and cutter set (For OFC cables) 2 sets
Contractor shall provide Phase marker sensor for ID,FD,PA,ACW,ECW, drives as a minimum
for HT drives. For, Employer’s TG drives 7 nos/per unit (MDBFP & CEP, DRIP PUMP) key
phasor’s shall also be provided(in Employer’s scope). Contractor shall provide compatible
buffered phase marker and vibration signals required for integrated diagnostics and analysis of
vibration of all the above equipment’s and for crushers as a minimum and other drives as per
OEM recommendation for connectivity to the analysis system. Further 60 signals
For major HT drives shall be connected to Employer’s vibration analysis system.
L Other Instruments
1 Impact Head type flow element with flow transmitters 2 no per unit
cooling water of condenser.
Metal Temperature
Economiser Hopper
One no. in each Thermocouple (MTT)
3 above hopper discharge
Economiser hopper mounted in metallic
gate
weld pad
Table-II: Temperature monitoring in burner area, sootblower area, MS, HRH pipeline
Minimum
S. Location of
quantity of TC Type of TC Remarks
No. measurement
per boiler
Drone based safety monitoring shall be done during day to monitor critical works at a close
range. The images / Video feed from drone shall have sufficient resolution to identify the work
under progress.
The above quantity is minimum and any additional item or quantity required for meeting the
intent of specification shall also be in the scope of this package
Analytics for Safety vest and helmet is to be deployed on all 25 nos. of cameras and any
safety violation shall be alerted through IP based announcement system. Any over speeding
of vehicle should also be warned through speakers automatically.
24/7 safety control room shall be functional from initial stage of the project construction.
Temporary safety control room for the same is to be made functional within three (3) months
of LOA by contractor. However, Employer’s Permanent safety control room constructed in
separate package shall be made functional within six (6) month from LOA to place these
equipment & system.
Table-IIA – TG BOP
CLCS CLCS-3
CLCS-4
CLCS-5 (VFD)
TABLE-IA
(Employer’s
system)
I/O types
Brief Application/
service/area
ELECTRICAL ELECTRICAL
BREAKERS BREAKERS
FG FG-01 FG-02
Signal Type
AI (4-20mA)
AI (Control) AI (4-20mA)
Galvanic
AI (4-20mA)
AI (Information) AI (4-20mA)
25 30
Galvanic
AO (4-20mA) 5 5
AO AO (4-20mA)
Galvanic
DI (COC)
DI DISOE 20 55
DI (NO/NC) 100 165
DO (Contact)
DO
DO(24V DC) 60 65
Relays
24V DC Power
Power supply
supply
3
PT (Process Range: up to 250 Kg/cm2) 10
Transducers Qty/unit
8. JUNCTION BOXES
s.no JB ways Quantity /unit
1 24 ways 20
2 32 ways 10
3 72 ways 25
4 96 ways 6
The Bidder shall furnish and install the following sizes of rigid conduits, flexible conduits,
perforated cable sub-trays including all required fittings and material for installation and
grounding as on required basis within the quoted lumpsum price.
---------------------------------------------------------------------------------------------------------------
Sl. No. Item Description Size Length Required
(Meter/unit)
---------------------------------------------------------------------------------------------------------------
1. Rigid Conduit 1" (25mm) 500
Acknowledge PBs 3
Test PBs 3
Single PB 5
Hand Swicthes 8
Mimic Tiles 150
Voltmeters 2
Frequency meters 2
Synchroscope 1
Note : above quantities are for bidding purpose exact details shall be provided during detail engineering .
CIVIL WORKS
The works covered under the scope of the bidder have to be executed in an existing power
station. The bidder shall take all necessary precautions to protect the existing equipment,
structures, facilities and buildings etc. from damage. In case any damage occurs due to
activities of the bidder on account of negligence, ignorance, accidental or any other
reason whatsoever, the damage shall be made - good by the bidder at his own cost to the
satisfaction of the Owner. The bidder shall take all necessary safety measures to avoid
any harm, injury to his workers/staff from the equipment / facilities of the power station.
The scope of Bidder for civil, structural and architectural works as defined above shall
include but not be limited to the following buildings/ areas/ systems along with their
foundations, super structures and finishes complete:
1. Topographical Survey.
3. Site clearance including cutting of trees of girth less than 30 centimeters. Cutting of
trees of girth more than 30cm shall be done by the Owner after finalization of GLP.
However, removal and disposal of roots of trees of all girths (including trees of
girth less than 30cm or more) and other vegetation is in Bidder’s scope.
4. Deleted
5. Infrastructure Works
a. Rigid pavement approach roads connecting to nearest plant road for all the
facilities in SG area under scope of this package, heavy duty paving/heavy
duty passage including maintenance of the roads during the entire
construction period is in the scope of this package.
40mm bitumen mastic wearing course over approach roads shall be laid after
completion of construction activities i.e at the time of handover as specified
in Cl 5.10.00 of part-B sub-section D-1-5.
b. RCC Storm water drainage in SG area (including facilities/structures) and RCC
drains along roads in Bidder’s Scope including connection upto disposal point
as shown in GLP/Layout of drain. Drains to be constructed simultaneously
with roads.
c. Packaged type Sewerage treatment plant (2 nos. as decided during detailed
engineering and sewage pumping station including sewage pump, sump &
house and connection up to sewage treatment plants. Storage or handling of
effluent after tertiary treatment is excluded from bidder’s scope of work.
d. Levelled area as shown in tender drawing titled ‘Site Levelling Plan’ shall be
provided to the bidder.
e. DELETED
f. DELETED
g. DELETED
h. DELETED
i. DELETED
j. DELETED
k. Water supply system for SG area and other areas under scope of this package.
l. DELETED
m. Separate RCC drainage network with GI grating cover leading to sump pits for
plant effluents for all buildings and facilities in Bidder’s scope including floor
wash water from all the facilities in SG island and other areas under scope of
this package.
n. Hard crusting in SG area, ESP area, FGD area, preassembly area and any other
areas under the scope of this package, to facilitate movement of vehicles and
erection of equipment.
6. Foundations for all buildings/ area/ systems including machine foundations.
v. Civil, Structural & Architectural works for rooms for Owner’s Electrical
equipment like HT/LT switchgear, cable vault, batteries/battery chargers,
foundation of service transformers, space for bus ducts and cable trays etc.
as listed in Electrical Chapter & Layout Chapter PART-B.
8. Chimney including elevator, electrical works, aviation obstruction lighting.
9. Civil, structural, architectural works of all facilities associated with complete Flue
gas desulfurization (FGD) including Gypsum and limestone handling system.
10. Civil, Structural, Architectural works for all buildings/ structures/ facilities for ash
handling along with switchgear building & control room including the following:
a. Ash Water Pump House open type
b. Ash Slurry Pump house shed as per system requirement.
c. Switch gear/MCC and Control Room for all buildings.
d. Silo area utility building, ash classifier system and bagging plant complex
(building type as per system requirement)
e. Fly Ash Silo, Foundation for Dewatering bin.
f. Transport air compressor Shed with side sheeting.
g. Conveying air Compressor Shed with side sheeting (if required as per system)
h. Steel Trestles including foundation for supporting fly ash Piping/Bottom Ash
within plant area and up to silos.
i. Clarifier for Ash water and associated building/structure.
j. RCC pedestals/thrust blocks for ash slurry disposal pipes and recirculation
pipelines inside plant boundary.
k. Miscellaneous works like Transformer Foundation, Fencing, Paving, grouting
etc.
l. Culverts/local humps or bridges as per site conditions, for routing of the ash
pipes at crossing for nallah /water body crossing /roads/rail lines etc.
m. Weigh Bridge
n. Any other buildings/structures if required as per system.
11. DELTED
12. DELETED
13. Civil, structural, architectural works for fuel oil pressurizing pump house with
switchgear room, MCC cum control room.
14. DELETED
15. DELETED
16. All facilities associated with Zero liquid discharge within SG Island Package Area.
.
17. DELETED
18. DELETED
19. DELETED
20. DELETED.
21. DELETED
25. DELETED
26. Earthing mats & risers for all buildings SG package scope including
interconnection with TG grid.
27. Sheds for Construction workers and O&M Workers, including food serving kiosk
and bio Toilet Blocks for ladies and gents to cater to the workers working in each
work area. The sheds should be easily accessible to workers by foot. Minimum 02
numbers of shed in different areas shall be provided. Drinking water facility and
maintenance of toilet and shed shall be the responsibility of the bidder till COD
of all the units. The sheds shall be constructed as per tender drawing titled “SHED
FOR CONSTRUCTION WORKERS AND O&M WORKERS”. The sheds shall be
constructed at start of the project construction and are permanent in nature.
28. Facilities for rainwater harvesting in SG Area Plant area and other buildings in
Bidder’s scope.
29. Civil Works associated with fire protection system in the SG Island area as
mentioned below.
• RCC Trenches & Valve Pits for Fire Water (FW) Pipes.
• Interlocking concrete block paving over buried fire water pipes.
• Rail & Road Crossing for FW Pipes with NP4 & NP3 Hume Pipes
30. Civil works associated with air conditioning & ventilation system.
31. DELETED
32. Miscellaneous Switchgear building.
33. Civil, structural, architectural works for SOLAR PV plant on roof top of
building/facilities in the bidder’s scope. For Indicative Capacity of roof top solar
refer Sub- Section -A-11 Part-A.
34. DELETED.
35. All civil, structural and architectural works including extension of cantilever
related to interface locations at terminal points for Pipe Cable
Racks/Trestles/Galleries/ Connecting walkways, etc, as required during detailed
engineering.
36. Providing foundations and support structures for elevators mentioned elsewhere
in the specifications.
37. Structural works for pipe /cable /duct supporting structures, trestles and
foundations, trenches, culverts, duct banks, pedestals, hume pipe & culverts,
buried pipes, racks, culverts across rail/road tracks for pipes/ drains/ cables and
any other facility and thrust blocks etc. associated with all systems covered under
the scope.
38. Any other miscellaneous building or facility.
1.00.01 All steel structures shall be fabricated in factory, transported, and erected at site. All
factory-fabricated structures shall have bolted field connections. Coal bunkers with
hoppers, Lime stone Silo, Chimney flue liners can either be fabricated at factory in
segments, transported and welded at site before erection or fabricated at site. For
coal/Lime bunkers, hoppers and chimney flue liners, to prevent coal dust/flue gas
leakages, the applicable field joints shall necessarily be welded.
Note: Steel structures shall mean plant and non-plant building structures, boiler & ESP
support structures, Coal, limestone and Gypsum handling structures, AHP structures,
chimney flue liners support platforms & stairs, pipe and cable support structures.
Civil, structural and architectural works though not explicitly mentioned in the above list
but required for the completion of the various systems of the package shall also be in the
scope of the bidder.
1) Design basis which will include all design philosophy, seismic and wind criteria
furnished by Owner, foundation type along with bearing capacity as per Geotechnical
Report, materials of construction, loading details, finishing schedule etc.
2) Architectural details/General Arrangement drawings for buildings, facilities,
equipments including the elevations and cross sections.
3) Design calculation along with the STAAD/ANSYS/SAP 2000 models and/or computer
work sheets or any other software model as mutually agreed with Owner.
4) Foundation drawings.
5) Superstructure drawings sequentially as per construction sequence or material
projection, as applicable.
storied RCC framed building of minimum area of 300 sqm. meeting the statutory
requirements.
f) Sole responsibility of development and maintenance of above facilities for
construction workers hired by the Contractor or his sub-contractors shall rest with
the Contractor. Land, water, electricity for the worker & staff colony shall be arranged
by the Contractor as stipulated elsewhere in Technical Specification.
applicable to his sub-vendors also and Contractor shall be responsible for enforcing
the same on his sub-vendors
Fly ash is available within plant boundary. Bidder to procure Fly ash. Bidder to collect
and transport the same meeting environmental norms/ local regulations at his own
cost as per operation schedule for fly ash collection.
The cost of Fly ash shall be chargeable basis and same will be decided by the Owner.
11. Repair & Maintenance Facilities by the Bidder:
Bidder shall establish/set up at site suitable repair facilities for construction
equipment and machinery (like cranes, hydra, forklifts, welding equipment,
dumpers, rollers, etc.) Bidder shall also make arrangements /tie-up with
manufacturers / suppliers of such construction plant, equipment & machinery, for
periodic overhaul/ maintenance and for repair of major breakdown, if any. Bidder
shall also keep adequate stock of spares at site for various construction plant,
equipment, and machinery to meet day to day requirements as recommended by
the manufacturer / suppliers or as instructed by the Engineer. Bidder shall deploy
dedicated qualified, full time mechanical / electrical foreman & supervisors for
manning the repair facilities as specified above.
12. Water sprinkling in construction area and roads, as per requirement/directions of
Engineer-in-Charge, to arrest fugitive construction dust.
13. Dewatering in construction area during construction period for any seepage water
as well as accumulated rainwater.
14. Housekeeping of all construction area and disposal of construction/demolition
waste. This also includes cutting and removal of vegetation including dry vegetation
to avoid fire hazard in the entire project construction area.
2.03.01 The contractor shall develop the following facilities before using the allocated
laydown area.
a. Site clearance including cutting of trees as specified elsewhere in this specification.
b. Bidder shall construct and maintain approach road to laydown area and road network
in the interior of laydown area. Further bidder to ensure measures to avoid noise and
dust pollution to habitants during the contract period.
c. Security of material shall be responsibility of the SG Island Contractor, including gate
control.
d. RCC/Brick drains in the entire laydown area and along roads shall be planned so as to
ensure proper disposal of rainwater. RCC drain with culvert to be mandatorily
provided at crossings wherever vehicular /material movement is envisaged.
e. Levelling, compaction backfilling, for purpose of laydown area surface preparation
f. Hard crusting of Laydown area, fabrication, and pre-assembly yard area has to be
carried out as per specifications mentioned elsewhere. The extent of hard crusting
shall be decided by the contractor based on their requirement. Material and
equipment storage shall be as per guidelines covered elsewhere.
The following terminal points are to be read in conjunction with the tender drawings, scope of
supply and technical specifications of various systems covered under this package. At
interface points, matching pieces/fittings/counter flanges etc where required shall be supplied
by SG supplier (if not specifically mentioned).
1.01.00 MECHANICAL
Steam Service
Note:
But any interconnection and/or lead pipings from these stop valves/control
valves/strainers (as indicated in TG supplier P&ID) to turbine, overload valve
associated piping downstream of terminal point going to turbine are included in the
scope of supply of this package.
b) Warm-up line for HP By pass & LP By pass and HPT exhaust steam evacuation line
are excluded from the scope of supply of this package.
c) For TP for BFPT steam supply, please refer the Notes on P&ID for “P&ID for Aux
Steam”.
Final location in respect of item no. a) & b) above shall be decided and approved by
the employer during detail engineering.
a) The stub/Tee-off connections with isolation valve on the auxiliary steam Unit header
for the turbine system users.
b) The stub/Tee-off connections with Isolating valve and blank flange on the auxiliary
steam Unit/Station header for future connections.
c) The stub/Tee-off connections with isolation valve on HT & LT (if applicable) Auxiliary
steam header for Auxiliary steam interconnection with future units.
e) TP for auxiliary steam piping to other auxiliary services shall be as indicated in the
tender drg or as specified elsewhere in this chapter.
For all Terminal Points related to plant water systems, Bidder to refer the Doc.No.XXXX-XXX-
POM-A- 037 titled “Plant Water Scheme & TP details” and Doc.No. 9586-999-POM-F-006
titled “Pipe & Trestle Layout “ jointly.
For each unit, Contractor shall take one common DM water connection, at an approximate
elevation of (+) 4 m above local grade level along C Row, for make up to its ECW system
(SG) overhead tank. The terminal pressure shall be about 4 ksc at the terminal point.
For each unit, Contractor shall take one common connection, at an approximate elevation of
(+) 4 m above local grade level along C Row, from condensate emergency make-up system
for make up to its ECW system (SG) overhead tank. The terminal pressure shall be about 4
ksc at the terminal point.
For each unit, bidder shall take a connection for secondary circuit coldwater at the location,
along ‘C’ row, provided by the employer for cooling of primary DM cooling water of ECW
system for SG Auxiliaries in a separate set of Plate type Heat exchangers (PHE’s) under the
scope of bidder. The cooling water flow at the point shall be about 750 CuM/hr.
Bidder shall terminate the secondary circuit hot water (from the discharge of bidder’s plate type heat
exchangers of SG) at suitable location along ‘C’ row to enable the Employer to interconnect the same
to their discharge header. The return hot secondary cooling water circuit flow of 750 CuM/hr shall be
limited to a temperature rise of 7 deg.C across the bidder’s cooling system and the pressure drop
across the secondary circuit shall be limited to 19 MWC between the terminal points.
For each unit, bidder shall take a connection from CW pump discharge for secondary circuit
coldwater, provided by the employer for cooling of primary DM cooling water of ECW system
for Station Auxiliaries in a separate set of Plate type Heat exchangers (PHE’s) under the
scope of bidder. The cooling water flow at the point shall be about 800 CuM/hr.
Bidder shall terminate the secondary circuit hot water (from the discharge of bidder’s plate-
type heat exchangers of Station Auxiliaries) at the Employer’s cooling tower. The return hot
secondary cooling water circuit flow of 800 CuM/hr shall be limited to a temperature rise of 7
deg.C across the bidder’s cooling system and the terminal pressure at cooling tower shall be
14 MWC.
For each SG Unit, Bidder shall provide a tap off near C- row at suitable location for further
connection of boiler fill header for intitial filling of SG (boiler) circuit from Boiler fill pump by
Employer.
Contractor shall take one common connection from Employer’s (BOP) service water header,
near the TP location marked ‘A’ as identified in the GLP at approximate elevation of (+) 4 m
above local grade level, for further connection and distribution to meet its wash water
requirements of APH and ESP.
The Contractor shall take one common service water connection, near C-row at an
approximate elevation of (+) 4 m above local grade level, for further connection and
distribution for meeting the requirement of service water network of SG & their auxiliaries.
The contractor shall take one Clarified water connection, near the C-row in the GLP at an
approximate elevation of (+) 4 m above local grade level, for further connection for use in
A/C and Ventilation (HVAC) Make-up water system (SG) . The terminal pressure shall be
about 4 ksc at the terminal point.
i) Sludge from Employer’s Pre-Treatment Plant- Contractor shall provide a tap-off for
Employer to further connect one no of sludge connection from the employer’s pre-treatment
plant to ash slurry sump (SG Scope) near TP location marked ‘C’ as identified in the GLP at
an approximate elevation of (+) 8 m above local grade level.
ii) Effluent from Employer’s DM Plant - Contractor shall provide a tap-off for Employer to
further connect one no of effluent connection from the employer’s DM plant to ash slurry
sump (SG Scope) near TP location marked ‘C’ as identified in the GLP at an approximate
elevation of (+) 8 m above local grade level.
Contractor shall take a coonection from CW Blowdown for use in FGD System near the TP
location marked ‘A’ at an approximate elevation of (+) 1.0 m above local grade Level, as
identified in the GLP. The pressure at terminal point shall be around 1.4 KSc.
Contractor shall take a coonection from CW Blowdown for use in use in Ash handling and
CHP dust suppression system of employer, near the TP location – marked ‘C’ at an
approximate elevation of (+) 8 m of local grade level as identified in the GLP .
Contractor shall take one no. connection, near the TP location – marked ‘C’ at an
approximate elevation of (+) 8 m of local grade level as identified in the GLP, from discharge
of employer’s Raw water (Ash) for use in its Ash handling system.
For Compressed Air System terminal points, Bidder to refer the Doc. No. 9586-101-POM-A-
037 titled “Plant Water Scheme & TP details” and Doc.No.9586-101-POM-F-006 titled “Pipe
& Trestle Layout “.
Required Stub connections shall be provided by Employer on condensate, boiler fill pump
discharge and feed water pipelines of TG system for connection of Boiler Feed water
chemical dosing (both AVT & Oxygenated treatment) system by Contractor.
Dilution water (DM water) for LP Dosing system tanks shall be tapped by Contractor from DM
water terminal point being provided by Employer for ECW System as per Terminal Points of
Plant Water Systems as described above.
One pipe (per unit) connection of 300 NB size with an isolation valve at a terminal pressure
of about 6 kg/sq.cm (g) near D-row, near Boiler center line at about 4 meters above local
grade level for further interconnection by Bidder to meet the fire water requirement of Air pre-
heater and coal mills.
Bidder shall take connection for its Fuel Oil Pressurising Pumps from spare nozzle of owner’s
Fuel oil tanks.
1.09.00 Ash handling system
a) Terminal Point for Ash slurry disposal piping (combined ash slurry) and AWRS piping
shall be 5 m inside plant boundary
2.00.00 ELECTRICAL
a) Terminal point for Construction power – 2 Nos of 11KV feeders shall be made available to
the bidder from Employers Existing Stage-I 11KV SWGR of Raghunathpur STPP Stage-I
as per the tender drawing No:2113-121-POE-C-13( constrution power Arrangement SLD)
b) Outgoing feeders in Owners 11 kV Unit and 11 kV Station switchgear and 3.3 kV Unit
switchgear as indicated in tender SLD and requirements detailed elsewhere in the
specification for feeding of systems/equipments.
c) LV termials of owners indoor transformers UST C and UST D [for each unit] (Located in
BMCC switchgear room).
d) 2 nos. 400Amps feeders in owners Unit DCDB [for each unit] for feeding of Boiler DCDB.
e) 2 nos. 630Amps feeder in Station service switchgear [for each unit] for feeding of Boiler
station MCC
f) 2 nos 1000 Amp feeders in Turbine Unit Emergency Switchgear [for each unit] for feeding
of Boiler emergency swgr.
g) 1 nos. 250 Amp MCCB in Turbine Unit Emergency Switchgear for IAC/PAC Aux. supply.
h) 2 nos 1000Amp feeders in Bunker service Switchgear for feeding of owners bunker and
FWPH loads.
3.02.00 a)For instruments being supplied by contractor the terminal point shall be upto & including
root valve,stubs,etc.
3.03.00 For SWAS analysers piping, Employer’s process root valve shall be the terminal point.
Contractor shall be responsible for connection of his sample piping to the root valve.
3.04.00 For vibration sensors , flat surfaces at Employer’s equipment shall be the terminal point.The
mounting of vibration sensors shall be in Contractor’s scope.
3.05.00 For Employer’s load of UPS,the Contactor’s PDB terminals /MCB shall be the terminal point .
3.06.00 For hardwired signals exchange with Employer’s TG Control system, terminal point shall be
Marshalling/relay panel of Employer’s TG control system.
3.08.00 For coal conveying system of main plant& LHP system, TBs of various panels (like Relay
panels /RIO panels etc.) of Employer’s CHP DDCMIS, located at bunker Service MCC RIO
Room/LHP MCC , for cables under this package. Cables up to Employer’s CHP DDCMIS
shall be supplied, laid, erected and terminated by Contractor.
3.09.00 Up to the TBs of Employer’s DDCMIS panels for all SOE signals being connected to
Contractor DDCMIS. Cables for connecting SOE inputs from Employer’s DDCMIS to
Contractor’s SER shall be supplied, laid, erected and commissioned by the Contractor.
3.10.00 For feeding power supply to Employer’s Charger located at Bunker MCC/LHP MCC , the
terminal point shall be terminals of Bunker LT/LHP LT switchgear. Two numbers of 63 A
feeders in each of bunker MCC & LHP MCC shall be considered by Contractor (one from
each Bus section) for Employer’s charger.
3.11.00 TBs of Master and slave clock system cabinet for synchronization of Employer’s DDCMIS.
3.12.00 Terminals at Employer’s Emergency Switchgears (LT) for feeding Contractor’s UPS, 24V
DC charger in Main plant as per Tender Drawings
4.00.00 CIVIL
5.00.00 EXCLUSIONS
5.01.00 MECHANICAL
b) Complete Fire Detection and Protection System (FDPS). However, civil works
pertaining to FDPS shall be in the scope of Bidder as specified elsewhere in the
specification.
c) Air conditioning and Ventilation system of all buildings/areas not covered in the scope
of Bidder.
g) Ash slurry disposal piping (Combined ash slurry) & AWRS from 5 m inside plant
boundary to Ash dyke shall be excluded from the Bidders’ scope.
h) Coal conveying and crushing system, from wagon tippler/twin tippler to Main Plant
feeding TPs shall be excluded from the Bidder’s scope.
i) Water treatment plant, DM plant, CW pump, cooling towers. Effluent treatment plant
5.02.00 ELECTRICAL:
a) Power Transformers.
- ATRS Control
- ATT
- TSCS
5.04.00 CIVIL
b) Landscaping
c) Site levelling including excavation in SG -Island area as shown in tender drawing “Site
Levelling Plan”.
FUNCTIONAL GUARANTEES
The term “TMCR” (Turbine maximum continuous rating) appearing in the technical
specification shall mean 660 MW electrical power output at generator terminals (power at
generator terminals as per clause indicated in this sub-section) under rated steam
parameters, 0% cycle make-up and 77 mmHg (abs) condenser pressure unless used in
conjunction with a different cycle make-up and/or a different condenser pressure and /or a
different throttle steam pressure.
trial operation of the respective A/C system during summer in the months of
May-August. If unit#2 trial operation falls in these months then PG test of A/C
system can be clubbed with unit#2 trial operation.
g)
Instruments for PG test and instruments for process control of similar
applications are envisaged to be of same make and model having same
accuracy level. However, instruments for PG test are also acceptable as per
standard and proven practice of the contractor/OEM and in such case,
instruments for process control shall be as per requirements specified in Part-B
of technical specifications. Instruments to be used for PG test shall be
additionally supplied over and above the instruments shown in tender P&IDs.
PG test equipment being supplied, installed and commissioned for each unit,
shall be retained by employer after completion of PG test.
Control system loop tuning required to limit the variation of parameters during
performance guarantee testing shall be completed prior to PG Test & during
initial operation.
i.
Object of the test.
ii.
Various guaranteed parameters & tests as per contract.
iii.
Method of conductance of test and test code.
iv.Duration of test, frequency of readings & number of test runs.
v.Method of calculation.
vi.Correction curves and respective equations for graphs to be fed for the
online computation.
vii. Instrument list consisting of range, accuracy, least count, and location of
instruments along with reference approved P&IDs.
viii. Scheme showing measurement points.
ix. Sample calculation.
x. Acceptance criteria.
xi. Any other information required for conducting the test.
k) In case during performance guarantee tests it is found that the equipment/system
has failed to meet the guarantees, the Contractor shall carry out all necessary
modifications and/or replacements to make the equipment/system comply with the
guaranteed requirements at no extra cost to the Employer and re-conduct the
performance guarantee test(s) with Employer’s consent. However, if the specified
performance guarantee(s) are still not met even after the above
modifications/replacements within ninety (90) days or a reasonable period allowed by
the Employer, after the tests have been completed Employer will have the right to the
following:
i) For Category-I Guarantees
Accept the equipment/system/plant after levying Liquidated Damages as
specified hereunder. The liquidated damages, for shortfall in performance
indicated in clause 1.01.02 for this sub-section are on per unit basis and
shall be levied separately for each unit, except for the rate indicated for
auxiliary power consumption for station auxiliaries which is on station basis.
The liquidated damages shall be prorated for the fractional parts of the
deficiencies. The performance guarantees coming under this category shall
be called ‘Category - I’ Guarantees.
ii) For Category-II Guarantees
In case the performance guarantee(s) are not met by the Contractor during
demonstration test, the Contractor shall carry out all necessary modifications
and/or replacements to comply with the guaranteed requirements at no extra
cost to the Employer and re-conduct the performance guarantee test(s) with
Employer’s consent.
If, however, the demonstrated guarantee(s) are not met even after the above
modifications / replacements within ninety (90) days, it will be concluded that,
the equipment has failed to meet the guarantee(s).
In such a case, Employer shall Reject the equipment/plant/system and
recover from the Contractor the payments already made. The performance
guarantees under this category shall be called 'Category - II ' Guarantees.
Conformance to the performance requirements under Category -II is
mandatory.
iii) For Category-III Guarantees
Accept the equipment/system after assessing the deficiency in respect of the
various ratings, performance parameters and capabilities and recover from
the contract price an amount equivalent to the damages as determined by
the EMPLOYER. Such damages shall, however be limited to the cost of
Reheater spray flow while firing design coal and maintaining rated RH outlet steam
temperature at 100% TMCR (660 MW unit load) and 105% TMCR (693 MW).
Note:
Bids with lime stone consumption higher than 5100 kg/hr shall not be accepted and
no evaluation credit shall be given for lower consumption rate.
ix) Unit Auxiliary Power Consumption
Unit auxiliary power consumption comprising of all the unit auxiliaries (as defined in
clause 1.01.07.01) required for continuous unit operation at 100% TMCR (660 MW
unit load) under rated steam conditions and with ambient air temperature of 27
degree Celsius and RH of 60%, shall be guaranteed in line with requirements
stipulated in clause 1.01.07.01 of this sub section.
Notes:
(a) Power consumption of each of the pump/fan/compressors/ Conveyors etc. wherever
mentioned shall be measured with its own drive at the switchgear end.
Coal Pulveriser Wear Parts To be calculated as per Not less than 8000
(v)
Warranty clause 1.01.04 of the hours
Life of Coal Pulveriser wear Functional Guarantees
subsection.
parts in hours of operation
NOTE:
i) Each of the liquidated damages specified above shall be independent and these
liquidated damages shall be levied concurrently as applicable.
ii) If the contract currency is other than US dollars, then the liquidated damages shall be
in equivalent amount in contract currency based on Bill selling exchange rate of
State Bank of India prevailing on the date of award of contract.
iii) All these liquidated damages for short fall in performance shall be deducted from the
contract price as detailed in accompanying General Conditions of Contract (GCC)/
Special Conditions of Contract (SCC).
iv) Contractor's aggregate liability to pay liquidated damages for failure to attain the
functional guarantee shall not exceed Twelve percent (12%) of the Contract Price.
v) The LD values are applicable on per unit basis except for the value indicated for
auxiliary power consumption for station auxiliaries, which is on station basis. The
liquidated damages shall be prorated for the fractional parts of the deficiencies.
vi) Bidder not confirming about meeting the limiting values as specified for various
guarantees shall not be considered and their bids shall be rejected.
- Loss due to Mill Rejects The total mill rejects throughout of the test
(minimum four hours) from all mills shall be
considered as one gross which will be
weighed to workout the reject rate and then
reduce by halving and quartering to the
required sample size for calorific value
analysis to be used for working out loss due
to mill rejects.
Note to vi:
Ratio of unburnt combustible to supplied fuel mass flow (lu) shall be calculated considering
unburnt combustible contents in slag and flue dust based on 1% or actual unburnt fuel loss,
whichever is higher.
vii. The steam generator efficiency shall be without any heat credit.
viii. The Steam Generator efficiency shall be based on ambient air temperature of 27
degree Celsius and relative humidity of 60%.
ix. Correction to tested efficiency shall be applicable for variation in following parameter
only :
c. Hydrogen in coal.
d. Moisture in coal.
e. GCV of coal.
x. The duration of the test shall be at least four hours. No soot blowing shall be allowed
during the test period or during stabilization period of four hours prior to
commencement of the test.
xi. Correction to tested efficiency shall be provided as per provisions of the BS EN
12952-15:2003 code.
xii. For all other aspects, not spelt out above, or in the specifications, where BS code
stipulates the agreement between the parties concerned before commencement of
the test, the Bidder shall get these approved by the Employer. However no correction
to SG efficiency on account of variation in turbine cycle parameters, or vice versa
shall be allowed.
xiii. The number, location, type and accuracy of the test grade thermocouples and
pressure gauges shall be to Employer's approval.
xiv. The Steam Generator efficiency testing shall be carried out with any combination of
mills in operation to Employer's choice, with fineness of pulverized coal not
exceeding 75% through 200 mesh.
Steam generator efficiency shall be with guaranteed or actual air heater leakages, whichever
is higher.
a) The Contractor shall warrant the wear life of all wear parts of the coal pulveriser when
grinding the specified range of coal(s). Pulveriser wear parts are defined as those parts
of the pulveriser which are in contact with coal or coal dust and are likely to wear out
during the operation of the pulveriser. The guarantee/warrantee shall be demonstrated
on each pulveriser during the Guarantee Trial Period (GTP) commencing after
establishing successful operation of the pulveriser continuously for a period of not less
than twenty four (24) hours, at or near its guaranteed rated capacity. The GTP for the
respective wear part(s) shall be at least three years or the wear life of that wear part(s),
whichever occurs later. The establishment of the warranty will be based on equivalent
running hours of the pulveriser regardless of the specified coal. The average wear life
(AWL) of the mill wear parts during GTP shall, however be corrected for the variation in
YGP index for the coal fired during GTP.
b) Minimum Guaranteed Life for various coal pulveriser wear parts shall be as indicated in
relevant clause of sub-section A-01 related to equipment sizing criteria, Part-B, Section
VI of technical specification.
c) The wear parts shall be considered to have passed their warranted operating life when
they have successfully demonstrated their capability to meet the full load rated capacity
of the pulveriser (as per requirements of relevant clause of sub-section A-01, Part-B,
Section VI of Technical Specification) during the guaranteed life of the wear part. No
weld buildup or reversing of grinding elements will be permitted for achieving the
guaranteed wear life. In case any of the wear part has worn out to such an extent that
either the normal or safe operation of the pulveriser is jeopardized if this part is not
replaced/repaired, or continuous use with this part may lead to exposure or wear of
other parts which are not meant for the purpose of checking the shortfall in wear life,
even if there is no reduction in pulveriser rated capacity, then the part shall be deemed
to have outlived its wear life. If any of the wear parts fail to meet the warranted life,
additional quantities of these wear parts shall be supplied on pro-rata basis as defined
in Clause 1.01.04 f) below. For the duration of this warranty period, the replacement
wear parts shall be available to the Employer at the spare part price indicated in the
Contract, adjusted as per terms and conditions of the Contract.
On the expiry of GTP (minimum 3 years), deficiency in the life of each wear part that
has not fulfilled the warranty will be worked out on an item wise basis and shortfall so
established due to reduced wear life and its implications for the plant life shall be
worked out. The contractor at no extra cost to the Employer shall provide one and half
times the wear parts needed to make good the shortfall in the wear life for 10 years of
plant life.
e) The shortfall part settlement (SPS) will be calculated based on the actual wear life of the
parts that have worn-out in the GTP on a pulveriser-by-pulveriser basis. In this
connection the procedure given below in clause 1.01.04 f) shall be followed.
of trial operation or along with Boiler PG Test, whichever is earlier. During the interval
between the commencement of initial operation and the commencement of performance test
only routine maintenance shall be carried out. No physical or chemical cleaning of ESP shall
be permitted during this period or immediately before the conductance of the performance
tests.
1.01.05.02 The test efficiency shall be based on the overall performance of the electrostatic precipitator
over a mutually agreed period of operation under the conditions given in this specification and
allowing the normal operation of the unit including rapping and normal soot blowing and/or
when fuel oil is being fired in the igniters and/or warm up guns.
The overall test efficiency and test temperature/inlet dust burden for one set of ESP passes
(stream) serving one Steam Generator shall be worked out as follows:-
a) Vm (guarantee point test flow) shall be the total of inlet gas flows to the six gas
streams at the time of test.
b) Test inlet dust burden (Di) shall be weighted mean of the inlet dust burdens for the
individual streams i.e.:
Similarly the test outlet dust burden (Do) will be calculated based on outlet gas flow.
a. The weighted test inlet gas temperature (Ti) shall also be worked out in a similar
manner i.e.
Di - Do
Em = —————— x 100 (%)
Di
e) The corrections for the flue gas flow and ESP inlet flue gas temperature in excess of
the values for these parameters under guarantee point conditions, shall be allowed
only in case and to the extent such variations are caused solely due to changes in
specified coal properties and ambient conditions. Further, the corrections for the flue
gas flow and temperature lower than the guarantee point values shall be applied
based on actually measured test values. Subject to the above, the corrections for the
variation in flue gas flow, inlet dust burden and ESP inlet flue gas temp. shall be
based on the above computed test values and the procedure indicated in the next
para.
1.01.05.03 At the time of performance testing if the inlet flue gas conditions are not consistent with the
specified conditions, due to variation in coal characteristics from the design coal and boiler
operating conditions the precipitator performance conforming to this specification, shall be
determined using performance curves and correction factors accepted at the time of award of
contract. However, the test efficiency shall be corrected to the guarantee point conditions in
the following manner:
1. Ec = 1-eZ
Z = C.Ln (1-Eg)
and C = ————————
Ca.Cb.Cc etc. are Correction factors for flue gas at temperature, moisture content in flue gas,
ESP inlet dust loading, sulphur and sodium contents of coal ash based on correction curves
furnished by the Bidder and approved by the Owner.
2. Eg = 1 - eY
The correction curves should be realistic for expected range of operation and variation in
characteristics specified.
The test efficiency shall be the average of at least three corrected test efficiencies. .
1.01.05.04 The Performance tests shall be carried out in accordance with method-17 of EPA
(Environmental Protection Agency of USA) code. The details of the test shall, however be
mutually agreed upon between the Employer and the Contractor.
1.01.05.05 Further, during the performance test of the Electrostatic Precipitator, if the contractor
establishes that the average of three tested outlet dust burden (Do) values (uncorrected) are
either equal to or less than 14 mg/Nm3 at ESP outlet before FGD system inlet, then the
contractor shall also be deemed to have successfully met the guaranteed ESP efficiency
1.01.06 METHOD OF COMPUTING TEST EFFICIENCY OF FGD
The performance tests shall be carried out in accordance with ASME PTC 40 (2017) code.
The details of the test shall, however be mutually agreed upon between the employer and the
contractor.
1.01.07 AUXILIARY POWER CONSUMPTION
The respective auxiliary power consumption for unit and the station are to be calculated in
isolation to calculate the respective guaranteed power consumption as is illustrated
hereunder:
While guaranteeing the auxiliary power consumption the bidder shall necessarily include all
continuously operating unit auxiliaries. The auxiliaries to be considered shall include but
not be limited to the following:
(a) NA
(b) NA
(c) NA
(d) NA
(e) NA
(f) ACW pumps
(g) NA
(h) NA
(i) NA
(j) Hydrazine dosing pumps (if required).
(k) Ammonia dosing pumps (if required).
(l) NA.
(m) NA
(n) NA
(o) NA
(p) NA
(p1) NA.
(p2) SG - DM Cooling (All working pumps) Water pumps to supply cooling water on the
primary (DM) side of the plate type heat exchangers in the closed loop Equipment
cooling (Unit auxiliaries) water system.
(q) NA
r) Mills.
s) PA Fans.
t) FD Fans.
u) ID Fans.
v) Air Heaters.
w) Coal Feeders.
x) Steam Generator Start up drain recirculation Pumps (If required).
y) Seal Air Fans.
z) Lube oil pumps for fans/ Air heaters & mill system etc.
aa) Scanner air fans.
ab) Electrostatic Precipitator with all TR sets, all hopper heaters including wrap around
heaters of adapters, if applicable & all insulator heaters/penthouse fans (if
applicable) of all ESP passes working and rapping system in normal operation.
During the test all hopper heaters including wrap around heaters of adapters, if
applicable & all insulator heaters/pent house fans (if applicable) of all ESP passes
will be kept in continuously ON condition with the set point temperature (cut in
temperature) kept 5 deg. Celsius above the flue gas temperature corresponding to
the ESP guarantee point or the operating flue gas tempera-ture whichever is higher.
(Refer Note 3 below)
ac) Gas Recirculation Fan (if applicable)
ad) FGD System
i. Absorber Recirculation Pump(s)/ Gas cooling Pump (s) (if applicable)
ii. Absorber Oxidation Air Blower(s)/Compressor(s)
iii. Absorber Oxidation Tank Agitators
iv. Gypsum Bleed Pumps
v. Limestone Slurry Pump(s)
vi. Process water pump(s)
vii. Mist Eliminator Wash Water pump(s)
viii. Booster Fans in case Booster Fan is provided by the Contractor.
ae) Pressurising pumps of fuel oil system
af) Power consumption of fans of unitary air filtration (UAF) units for ESP and FGD
buildings at its rated duty point to be arrived based on shop test.
ag) Power consumption of any other continuously operating auxiliary for unit operation
at 100% TMCR with Design Coal.
ah) NA
Note :
1. The bidder shall furnish a list of equipment to be covered under Unit auxiliary power
consumption, which shall be subject to Employer's approval.
2. The bidder shall ensure that power supply to all such equipment to be covered under
unit auxiliary power consumption is fed from unit board of the respective unit.
3. Method of Computation of Auxiliary Power consumption for ESP:-
The measurement for guaranteed auxiliary power consumption shall be carried out during
ESP collection efficiency test. The method for computing the power shall be as described
below:-
a) Power consumption of external loads connected with ESP MCC of one pass (say
ESP-A) (as per single line diagram of ESP switchgear) shall be measured separately
using clamp meter during the test.
The total energy consumption of one pass (say ESP-A) i.e. E1, due to external loads,
shall be summation of the energy consumption measured for individual external loads
connected with ESP MCC of that pass for Total time period (t1) of test.
The power consumption due to external loads shall be W1=E1/t1
b) Energy meter reading will be taken before starting the collection efficiency test and
after completion of collection efficiency test.
c) Power consumption of external loads connected with ESP MCC of one pass (say
ESP-A) (as per single line diagram of ESP switchgear) shall be measured separately
using clamp meter during the test. The total energy consumption of one pass (say
ESP-A) i.e. E1, due to external loads, shall be summation of the energy consumption
measured for individual external loads connected with ESP MCC of that pass for Total
time period (t1) of test. The power consumption due to external loads shall be
W1=E1/t1.
d) During the collection efficiency test the total energy fed in to ESP MCC of one pass
(say ESP-A) will be measured during entire period of collection efficiency test i.e. E2.
Total time period (t2) of test shall be noted. The power consumption shall be
W2=E2/t2. During the test all hopper heaters of all ESP passes will be in ON
condition and set point temperature shall be kept 5 degree Celsius above the flue gas
temperature.
e) Measured power consumption for one ESP pass (say ESP-A)=(W2-W1)
f) Measured Electrostatic Precipitator power of one unit= Power of (ESP-A + ESP-B +
ESP-C + ESP-D + ESP-E + ESP-F)
5. Guaranteed Unit Auxiliary Power Consumption of FGD system shall be taken by
considering the additional pressure drop in the FGD system during FGD SO2
removal efficiency test at specified guarantee point conditions. For this purpose,
difference of FGD system pressure drop during FGD SO2 removal efficiency test and
that at Unit Auxiliary Power Consumption test shall be loaded as additional Auxiliary
Power Consumption.
6. Generation from roof top solar during the test period shall be added to the total
measured power consumption.
Where,
P- Stn = Power consumed by the station auxiliaries
Pau- Stn = Total Power Consumption, while running at 100% design load for all the
auxiliaries of the station supplied by bidder.
Pi = Power consumed by each station auxiliary.
UAT,UST etc.) and shunt reactor supplied by the bidder for meeting
the station auxiliary power supply shall be included based on work
test report.
Losses of transformers shall be considered based on the works test reports as per the
criteria specified under Clause 1.01.07.02 (h) under the subheading Transformers.
While guaranteeing the station auxiliary power consumption the bidder shall necessarily
include all the station auxiliaries running at full load with duty factors as have been defined at
the ensuing para of this chapter.
The station auxiliaries that shall be running during the guarantee test for calculating " Pau-
Stn " shall include but not be limited to the following:
(Where duty factor is not indicated the same is to be considered as 1.0)
a) Plant & Instrument air compressors & Air drying plant
Power consumption of:-
i) Instrument Air compressor 3 Nos. Duty Factor =0.6
ii) Plant Air compressor 2 Nos. Duty Factor = 0.33
iii) Air Drying plant (Heaters) (if applicable) 3 Nos. Duty Factor =0.5
iv) Air Drying plant (Blowers) (if applicable) 3 Nos. Duty Factor = 1.0
Power consumption at rated duty point for compressors to be arrived based on shop
test and power consumption at rated duty point for Air Drying plant to be arrived
based on site test.
c) FGD System
i. Limestone Gravimetric feeder, Wet ball mill and their integral Auxiliaries
ii. Vacuum Belt Filter, Vacuum Pump and its integral auxiliaries
iii. Booster water pump
iv. Waste water pump
v. Filtrate Pump(s)
vi. Belt Filter Wash Water Pump
vii. Hydro-cyclone feed pump
viii. all other continuous running Agitators
d) NOT USED
2. Bottom Ash H.P. Water Pumps 0.625 for jet pump system & 1.0
for submerged scrapper chain
conveyor system/dry type
bottom ash system.
12. Coarse ash slurry transportation pumps 0.1875 for intermittent system &
1.0 for continuous system
Total power consumption for all the equipments including auxiliaries with single stream
operation at its guaranteed capacity for:
Except following.
- Lighting
Hoists
- Sump Pumps
- Elevators
Duty factor for coal conveying system in main plant handling plant shall be 0.5.
Duty factor for limestone & gypsum handling plant shall be 1.0
The above list is not comprehensive and only indicative. Bidder shall furnish a list of
equipment to be covered under station auxiliary system, which is to be considered under
station auxiliary power consumption. These are subject to Employer’s approvals.
The above list is not comprehensive and only indicative. Bidder shall furnish a list of
equipment to be covered under station auxiliary system, which is to be considered under
station auxiliary power consumption. These are subject to Employer’s approvals.
h) Transformers
NOTE: Transformer losses (TL) shall be considered as per following (as applicable)-
• Aux/ LT Outdoor/ LT Indoor Transformer: 100% no load loss & 25% of Copper
losses
i) NOT USED
1.02.00 Noise
All the plant, equipment and systems covered under this specification shall perform
continuously without exceeding the noise level over the entire range of output and operating
frequency specified in General Technical Requirement, Part-C Section-VI of the technical
specifications.
Noise level measurement shall be carried out using applicable and internationally acceptable
standards. The measurement shall be carried out with a calibrated integrating sound level
meter meeting the requirement of IEC 61672-1 & 2 (latest edition)
Sound pressure shall be measured all around the equipment at a distance of 1.0 m
horizontally from the nearest surface of any equipment/ machine and at a height of 1.5 m
above the floor level in elevation.
Category-III Guarantees of this sub-section for various systems/ equipment for steam
generator and auxiliaries shall be based on and demonstrated corresponding to ambient air
condition of 27 deg. C temperature & 60% RH.
Capacity demonstration test shall be carried out for the following conditions:
(a) The Contractor shall demonstrate capacity output on one coal pulverizer (of
Employer's choice) of each Steam Generator for establishing its capacity at
100% mill loading, at rated pulverized coal fineness with specified design
coal with new set of grinding elements.
(b) Further, Contractor shall also demonstrate capacity output on four coal
pulverizers (of Employer's choice) of each Steam Generator, not less than
the 90% of guaranteed value of (a) above, at 100% mill loading with the
originally installed grinding elements in nearly worn-out condition or at the
end of guaranteed wear life of grinding elements, whichever is earlier.
Rated pulverised coal i. not less than 75% through 200 mesh and
fineness
For the purpose of testing to demonstrate the capacity, if HGI (grindability) and total
moisture vary from those given in coal characteristics, the above pulverizer
measured capacity shall be corrected using the capacity correction curves furnished
by the Contractor and approved by the Employer. HGI versus coal pulverizer
capacity curve shall be furnished for HGI variation upto a value above which the
capacity remain constant.
The Contractor shall conduct a comprehensive thermal performance test (TPT) (on
one unit only). Through such TPT the Contractor, by indirect measurement, shall
demonstrate that the Furnace Exit Gas Temperature (FEGT) does not exceed the
specified maximum temperature limit, with coal pulverizer combinations to
Employer's choice and all other requirement in line with sub-section- A-01 ,Part-
B(Mechanical) of Technical Specifications. The demonstration shall be done by
backward calculations method, after having measured/tested/calculated the
economizer outlet gas temperature (average), excess air (average), unit heat load
(based on turbine flow and reheater flow), characteristics of coal being actually fired
during testing, heat absorption in different stages of heat transfer equipments (based
on steam/water temperature and pressure measurements) etc. FEGT for the
specified design and worst coals shall be calculated using the measured FEGT (with
test coal) as above and using computer modeling technique for necessary
conversion of the results to the specified design and worst coals. The FEGT
demonstration using computer modeling technique shall involve following steps:
(b) The above field model shall have to be validated by various tests (loads, coal
pulveriser combination etc. with test coal) to ensure SEFs for each bank are
consistent (within ±5%) for all tests.
(c) Using above SEFs, for each heat transfer bank contractor's original boiler
design model will be changed to make it “Raghunathpur STPS Ph-II
specific”.
(d) The validity of the above model shall be checked for each test by feeding the
test coal both from backward direction FM and the calibrated "
Raghunathpur STPS Ph-II specific" model as per step-(c) above. The
model validity is established if the results for flue gas temperature profile in
the boiler, zonal assumptions etc. are identical in both the 'BACKWARD' and
'FORWARD DIRECTION'.
(e) The validated “Raghunathpur STPS Ph-II ” model shall have "Fuel
Switching" capability i.e. it shall be able to appropriately vary the furnace
absorption with changes in the coal properties. Validation of the above fuel
switching capability will also have to be established to the satisfaction of
DVC.
The detailed procedure and the correction curves for the above test shall be
to Employer's approval.
The contractor through thermal performance test (TPT) as per above shall also
demonstrate that the flue gas temperature (Actual/MHVT values) at the entry and
exit of various boiler heating surfaces and also the variations across the cross
section perpendicular to gas flow do not exceed the values indicated in the data
sheets for 100% TMCR (660 MW).
Contractor shall demonstrate that the maximum drift in air leakage do not exceed the
guaranteed or specified value (whichever is lower) as per Sub section-A-02, Part-B
(Mechanical), of Technical specifications. Above requirement needs to be complied
with recirculation of flue gas from downstream of ESP.
The contractor shall guarantee the following temperature values pertaining to steam
generator water wall tubing:
a) Maximum tube to tube temperature differential between any two adjacent tubes.
Water wall tube to tube temperature will be limited to 80 Deg. C. The same shall
be further substantiated by the values as achieved by the Contractor in its similar
reference steam generator which are operating successfully.
The contractor shall demonstrate that the average thinning in the water wall tubes in
the furnace due to corrosion, erosion etc. does not exceed the specified value as per
Sub section-A-02, Part-B (Mechanical), of technical specifications. The same shall be
demonstrated by calculating the average thinning in the water wall tubes in the
furnace by measuring the tube thicknesses prior to/ during commissioning and next
overhauling of unit or 8000 hours, whichever is later, at about 1500 locations
arranged in a grid around the furnace. The areas to be covered under the grid shall
include burner zone extended upto the Separated over fire air nozzle location. Soot
blower operation impacted zone shall be excluded. The measured value of average
thinning shall be divided by a time factor. The time factor shall be calculated by
dividing the number of unit operation hours between two measurements by 8000. For
accurately locating the measurement points with the help of punch marked on the
membrane wall fins or any other method considered suitable by the Bidder.
(vii) NOx Emissions
The Contractor shall demonstrate that over entire range of steam generator
operation from 40% to 100% TMCR load and for whole range of specified coal(s),
the total NOx (from thermal as well as fuel) at the boiler outlet shall not exceed 300
mg/Nm3 at 6% oxygen (O2) content in flue gas on dry gas basis.
The contractor shall demonstrate the guaranteed capacity of each limestone pulveriser under
the following conditions:
absorber) through 325 mesh (for spray tower process) OR 90% or higher (as per
the requirement of the absorber) through 200 mesh (for jet bubbling process).
ii) Limestone Quality : All available quality from the specified range.
Contractor shall demonstrate the above capacity with the originally installed grinding
elements in nearly worn-out condition as mutually agreed for the purpose of
ascertaining wear life of any of the wear parts.
Contractor shall demonstrate the life of wet ball Mill wear parts in line with
requirements stipulated in Part B of the Technical Specification. The establishment of
the above guarantee shall be based on the operating records available at the Power
station and will be computed for each pulveriser based on actual total hours of
operation.
Contractor shall guarantee ball consumption per ton of limestone throughput in line
with requirements stipulated in Part B of the Technical Specification. Contractor shall
furnish the minimum ball diameter below which the balls shall be replaced.
The contractor shall demonstrate that the total pressure drop in the gas path across
the FGD System shall not exceed the guaranteed values for the range of coal and
loads specified in the Technical Specification
Contractor shall demonstrate the capacity of the Vaccum Belt Filters to dewater the
quantity of gypsum with the specified purity and moisture content as specified in Part
B of the Technical Specification.
The contractor shall demonstrate that the purity of the gypsum produced shall not be
less than 90%, chloride content shall not be more than 100ppm and the moisture
content shall not be more than 10% for the range of specified coal(s) and limestone
characteristics specified at ANNEXURE-IV-5, Sub Section I-B (Pro-ject Information)
Part A, Section VI of Technical Specifications.
The Contractor guarantees that the maximum purge flow rate to waste water
treatment system from FGD system for 2x660 MW units shall be less than 20m3/h
averaged over a 24 hour period for a the range of specified coal(s).
The mist eliminator outlet droplet content shall be guaranteed to be < 20 mg/Nm3 at
absorber outlet measured over a period of 24 hrs continuous operation. Mist outlet-
droplet content shall be measured as per applicable clauses in VDI Norm 3679 and
the Contractor shall carry out the tests as per the test procedure approved by the
Employer.
2) Capacity and static pressure of AHU fans at its rated duty point.
1) Capacity (TR) of water-cooled chillers for A/C system of ESP/FGD control rooms.
2) Not Used.
3) Guaranteed room conditions during summer for all the Air-conditioned areas.
5) Vibration level of chillers, condensing units, centrifugal fans of AHUs and all
pumps.
1) Capacity and discharge pressure of pumps of UAF units at its rated duty point of
Ventilation system.
2) Capacity and static pressure of centrifugal fans, roof exhausters at its rated duty
point of Ventilation system.
1) Parallel operation, Vibration level of centrifugal fans & pumps of Ventilation system.
1.03.06.01 (i) GANTRY Cranes: Over load tests, travel and hoist speed checks as per relevant
Indian standards IS (latest edition).
(ii) Electrically operated hoist etc.: Over load test, Travel and speed checks,
functional and performance tests as per relevant Indian standards IS (latest edition).
1.03.07 COAL CONVEYING SYSTEM IN MAIN PLANT, LIMESTONE & GYPSUM HANDLING
PLANT
In accordance with Section GTR placed at Part-C after commissioning and before handing
over, the entire plant shall be subjected to System Trial Operations.
The duration of Trial Operations of the complete equipment shall be fourteen (14) days with
minimum twelve hours daily operation. For successful Trial Operation, the trial shall
necessarily include steady operation of the plant at its rated flow path capacity for at least
one hour duration per day on an average.
The Contractor shall guarantee that the equipment offered shall meet the ratings and
performance requirements stipulated for various equipments covered in the specification.
1.03.7.02.1 GUARANTEES
The Contractor shall furnish a declaration in the manner prescribed and included in the
relevant Attachment of Section-VII for the following guaranteed parameters which shall attract
levy of liquidated damages for shortfall in Performance.
Capacity in T/Hr (equivalent to 100% of rated) of conveyor system including the intermediate
equipments for each of the two parallel conveyor streams separately or any combination
thereof to be tested in the following flow path operations.
Coal conveyor taking feed from incoming conveyor in transfer point before main plant
area and feeding coal (blended with Biomass) into last bunker of the Unit through
Gypsum conveyor taking feed from gypsum dewatering unit and feeding to gypsum
storage shed through travelling tripper provided on last conveyor.
Limestone Flow Path: Bulk receiving unit/Box Feeder/Surface Feeder etc taking
feed of incoming Limestone and discharging crushed Limestone into Limestone
storage silos which in turn feeds Limestone to Limestone Day Silo through
Limestone Conveyors, Bucket elevators, Diverter Plows including all intermediate
equipments.
Bidder shall also demonstrate minimum 7 no. of guaranteed tippling rate of Truck
Tipplers
Performance tests and the procedure for performance testing of complete coal & Biomass
handling plant and Gypsum handling plant shall be as per Annexure-II.
Continuous effective discharge and conveying at the rated capacity of the mill rejects without
spillage, in the system.
applicable modes of boiler operation to the ash slurry sump the complete
) and the continuous effective pumping of slurry system.
from this sump to Dewatering Bins. The extraction
of bottom ash shall be done twice in every shift of
eight (8) hours. Ash from each individual hopper
section in a unit will be removed in parallel.
Bottom ash and (APH Hopper + Duct Hopper)
Ash from each unit shall be removed sequentially
to the bottom ash slurry sump in case of Feeder
Ejector employed for Ash removal from APH and
Duct Hoppers.Total time for evacuating four (4)
hours of ash collection from all the hoppers of
(APH +Duct Hoppers) of a unit corresponding to
collection rates specified shall not exceed 45
mins (including change over time. The total time
for evacuating four (4) hour collection of bottom
ash from a unit corresponding to collection rates
specified shall not exceed 85 minutes including
five (5) minutes time required for starting,
stopping, sequential change over from one unit to
second unit and water flushing of the system for
the following two conditions and with 25 mm wear
on the diameter of the throat section of the jet
pumps:
1) Maintained water level mode.
2) Complete draw down mode by totally emptying
the hopper of all water and ash with the make-
up valve closed.
(ii) In case the Bidder offers continuous type Continuous
bottom ash removal system employing effective mixing and
submerged scrapper chain conveyors, the system sluicing shall be
shall be guaranteed to meet the following established by no
performance. stagnation of ash or
slurry at any point in
Continuous effective discharge, crushing and
the complete
sluicing of bottom ash generated during various
system.
modes of boiler operation to the bottom ash slurry
sump continuous effective discharge of APH, Duct
Hopper ash to the bottom ash slurry trench and the
continuous effective pumping of mixed slurry from
this sump to the main slurry sump in ash slurry pump
house for onward effective pumping from main sump
to the Dewatering Bins. Bottom Ash along with APH
& Duct Hopper ash removal of the two units shall be
done in parallel and continuously.
Continuous normal conveying capacity ------ T/hr
(as per specified sizing criteria) of the submerged
scrapper chain conveyors with the linear speed of
and
Heat transfer coefficient determining the performance under design heat load and inlet &
outlet temperatures of the plate type heat exchangers on the primary and secondary side to
be demonstrated at site. Further, pressure drop across the plate type heat exchanger on the
primary and secondary water circuit to be demonstrated at site.
1.03.14 Not Used
1.03.15 Not Used
1.03.16 Not Used
a) Capacity, head, and power consumption of all the pumps at the rated duty point (to be
demonstrated and proved at shop with the respective job motors) and to operate in
accordance with the approved pump characteristic curves. During the shop test no negative
tolerance in the guaranteed capacity, head and efficiency of the pump shall be allowed.
b) Current, Voltage, Motor input Power, Frequency, Speed, Bearing/ Motor winding
Temperature, Vibration and noise level of pumps and drives and parallel operation (as
applicable) without hunting & abnormal noise and with load sharing within 10% of each other
at the rated duty point of pumps shall be demonstrated at site as a part of Performance &
Guarantee test
(i) EOT Cranes: Over load tests, travel and hoist speed checks as per relevant Indian
standards IS (latest edition).
(ii) HOT Cranes, Monorails etc.: Over load test, Travel and speed checks, functional and
performance tests as per relevant Indian standards IS (latest edition).
(iii) Butterfly valves: - The functioning of various Butterfly valves, opening and closing
operation as per control logic, accumulator capacity of hydraulic operated valves etc.
shall be demonstrated as per the approved design document.
1.03.22 Passenger & Goods Lift of Various Areas
Over load tests, travel and hoist speed checks, functional & performance tests
1.03.23 (i) NOT USED
(ii) Performance Guarantee on Acid / Alkali Resistant Linings & Anti-Weed
Treatment
The contractor shall furnish a performance guarantee for the acid/ alkali resistant
linings and anti-weed treatment, as specified in detailed technical specification, for a
period of three years from the date of completion of work or date of handing over,
whichever is later.
(iii) NOT USED
(iv) Any defect observed during the guarantee period shall be made good by the
contractor by re-carrying out/ replacing or by rectifying (if the defect is localized) the
acid-alkali resistant linings, the anti-weed treatment, to the entire satisfaction of the
Employer without any extra cost to the Employer.
1.03.24 For all other equipment included in the scope of supply of the bidder but not covered above,
the demonstration tests to be carried out shall be mutually finalized between contractor &
Employer after award of contract.
1.03.25 Unit Load Ramp rate capability test: The contractor shall demonstrate minimum ± 3% per
minute ramp rate for 70% to 100% load range, minimum ± 2% per minute ramp rate for 55%
to 70% load range and minimum ± 1% per minute below 55% load to 40% load, while
maintaining the parameters within prescribed limits as defined in closed loop control system
requirements (Refer clause 1.03.26.02) towards compliance to the requirements of the
technical specifications (Sub section G-01 of Part B “Operating Capability of Plant”).
1.03.25A Contractor shall, during the initial operation of each unit, demonstrate compliance to the
requirements as mandated in the latest Central Electricity Regulatory Commission (Indian
Electricity Grid Code) Regulations, 2023 as per the details mentioned in clause 26.02.00 &
26.05.00 of Part C (GTR) of technical specifications.
(i) The closed loop Control System shall provide automatic control of the plant for full
applicable operating range of the unit and shall provide a unit operating turndown
ratio of not less than six to one. The closed loop Control System shall permit the
performance of the dynamic load tests (ramp test, steady state test & step tests)
while maintaining safe furnace conditions, major process parameters and without
endangering other equipment. All tests will be performed with the system in
automatic mode:
Drop load from 100% to 70% of full load at a rate such that actual unit load
(a) ramp rate of 3% per minute is achieved without causing deviation in
process variables and vice versa.
(b) Drop load from 70% to 55% of full load such that actual unit load ramp rate
of 2% per minute is achieved without causing deviation in process variables
and vice versa.
Drop load from 55% to 40% of full load at a rate such that actual unit load
(c) ramp rate of 1% per minute is achieved without causing deviation in
process variables and vice versa.
(d) Drop load from full rated output to the lowest runback limit, at a rate
corresponding to the fastest run back rate.
(ii) The Bidder shall also guarantee that the control system provided by him will be
responsive and stable and will maintain the deviation of controlled variables from
set point within the limits specified so that the equipment being controlled will
operate as specified over the range required. The controls shall operate
automatically, with no assistance from the operator. The controller shall
successfully demonstrate the performance of Closed Loop Control Systems
before acceptance and taking over of this system by the Employer.
(iii) The control system including furnace draft & firing rate control shall also comply
with all relevant requirements of NFPA code no. 85 'Standard for Prevention of
Furnace Explosions in Pulveriser Fired Utility Stations' and other applicable codes
regarding safety.
(iv) All runback conditions listed below shall be proved by the Contractor without any
oil support.
-- BFP CEP trip (trip initiated from Employer’s control system for CEP )
(TABLE – 1)
B. Actual Load Cycling RAMP Test (as per clause no 1.03.26.02 (i)- (a) & (c) above).
* For superheater metal temperature and reheater metal temperature, the limits shall not cross the design
temperature limit as specified in sub-section-A-01, Part-B of the Specification.
Notes
1. Sufficient time shall be allowed as setting period between conducting the tests.
3. Control system shall be running in the CMC mode i.e. Boiler master, fuel flow, air
flow, feed water and turbine load control shall be in automatic mode Load set point,
maximum and minimum load set point, rate of raise/lower of load shall be set
through the Operator Work Stations, Large Video Screen.
1.03.26.02.01 The following parametric tests shall also be conducted under worst case loading conditions
as defined in Annexure-I to this sub-section – (details of which shall be as approved by
Employer during detailed engineering.)
1.03.26.02.02 For the parametric test, the following requirements shall be met
- Under worst case loading of MMIPIS and system bus each MMIPIS processor
shall have 40% free time when measured over any two second period and
50% free time when measured over any one minute period.
- The Bidder shall furnish all necessary data to fully satisfy the Employer that the
processor spare duty cycle figures quoted by the Bidder are realistic and
based on configuration and computation capability of the offered system and
these shall be actually achieved in the fully implemented system as
commissioned at project site.
The system bus shall have min. 50% free time during the worst case loading
conditions of control system, MMIPIS and the system Bus, measured over any 2
seconds interval
(a) Display
The time from mouse click or last button pressed to the commencement of
the requested display under the worst case loading conditions shall not be
worse than the following:
All control related displays 1 sec
X-Y plot display (2 X-Y- plots and a single display 3-4 secs.
requiring both historical as well as current data)
Plant Summary display (e.g., bad point summary, limit 3-4 secs.
check removed point summary. Assume the whole
data base search is required and the summary display
contains ten points only).
(b) Command:
The response time for screen update, after the execution of the control
command, from the time the command is issued (for example command to
start a motor to the time the screen is updated) shall be within two seconds
(excluding the drive actuation time).
(iv) Display Updated Rates
All displays shall be updated at least every two seconds.
(v) The spare capacities of working and bulk memory shall meet the requirements
indicated in Section-VI, Part-B, Sub-section -DDCMIS.
1.03.26.03.01 The sequence of event in operating with 1 m sec. resolution as per Sub-Section-DDCMIS,
Part-B, Section-VI.
1.03.26. 04.01 The Bidder shall guarantee 99.7 percent system availability for a continuous period of 180
days. An availability guarantee test shall be conducted to assure this level of availability. If
the accrued down time exceeds 0.3 percent of 180 days, during availability test run, a new
180 days test run shall start at the time when the system becomes available again. Loss of
availability (unavailable system) shall be defined as the loss of the system's guaranteed
accuracy and repeat ability or of any system function, except however, that the loss of a
function for not more than five percent of the points shall not be considered loss of
availability. Loss of a function for more than five percent of the points shall be treated as
partial unavailability and the corresponding outage time shall be weighted with respect to the
function and the percentage of the points for which the function is unavailable. Loss of each
function shall have one weighing factor and unavailability of each equipment, peripheral
device or process I/O card etc. shall have another weighing factor. The guaranteed accuracy
and repeat ability and system parametric requirements specified in clauses on system
parametric requirements shall be maintained for the entire 180 days run without any manual
recalibration or any other changes made to the DDCMIS.
1.03.26. 04.02 Downtime shall start upon loss of a system function and shall end upon full restoration of the
affected system function. A minimum of one hour's down time shall be charged for each loss
of availability in determining system availability.
1.03.26. 04.03 The Bidder shall submit the Availability Test procedure for Employer's approval. The details
regarding outage time, weighing factors for various system functions equipments to calculate
the down time, test duration etc., shall be discussed and finalised during detail engineering.
After conductance of availability test, Contractor shall prepare report covering the methods
followed, observations & submit to Employer.
1.03.26. 04.04 If availability is lost due to reasons not attributed to the Contractor / Contractor’s system or
due to force majeure, then downtime shall not accrue & interrupted test resulting from the
same shall be extended by an amount of time equal to the length of interruptions.
1.03.26. 04.05 Loss of each of the following functions shall be treated as full system unavailability (i.e. factor
of 1) and the downtime shall accrue individually for each of the following function:
(a) Interruption of control command communication between HMI and controllers for a
period more than three seconds for any drive (i.e. Unavailability of information in HMI
for carrying out the control command shall also be treated as interruption of control
commands).
(b) Permanent data loss in history functionality for a period more than three seconds for
more than five percent of the history database.
(c) Delay in reporting of alarms in HMI for more than five percent of the alarms for more
than three seconds.
If loss of function as described at (a) to (c) above is attributed to server changeover, due to
system feature, then unavailability due to the above loss of function shall accrue even if the
function is not specifically attempted by Employer during the server changeover period.
1.03.26. 05 The performance & guarantee test for C&I system shall constitute verification of the
parameter as mentioned above & shall be carried out as per agreed procedure. The PG test
procedure shall be submitted within 90 days of the date of Notification of Award for
Employer’s review and approval. After the conductance of Performance test, the Contractor
shall submit the test report to the Employer
1.03.27 The operating capabilities of the plant as listed out in Sub-section- G-01, (Operating
Capability) of Section-VI, Part-B shall also be demonstrated alongwith other parameters/
capacbilities specified under category-III guarantees. The treatment of these operating
capabilities of compliance/ non-compliance shall be the same as given to other Cat.-III
guarantees.
In the event of a test interruption resulting from an Event of Force Majeure or Employer-
Caused-Delay, Contractor shall be entitled to relief as provided in the contract, provided that
the interrupted Performance Test must be started again and test data that were
collected/recorded during the interrupted test must be ignored.
The Contractor shall prepare test reports in which the methods followed, instrument readings,
graphs, observations, final results obtained online, etc., shall be recorded.
Soft copies of each test report shall be submitted to Employer for Approval.
2.04.00 Performance Guarantee/ Acceptance Tests on the equipments / systems not covered in this
Sub-section shall be carried out as per the procedure/ test codes/ specified in respective
detailed specifications/ Sub-sections in Section-VI, Part-B.
Annexure-I
The worst case loading conditions shall include the following tasks as a minimum:
1.01.00 All process inputs coming to Control System including SOE/annunciation inputs are being
scanned, acquired, conditioned and processed.
1.02.00 All closed loop controls are in operation during a disturbed (non-steady) state of the process.
1.03.00 All open loop controls of DDCMIS are in operation during a disturbed (non-steady) state.
1.04.00 All data being transferred between control system, system bus and HMIPIS.
1.05.00 Three (3) alarms are being generated per second from each of the functional groups of
Control System.
1.06.00 Twelve control commands from HMIPIS are being executed in one minute.
The worst case loading conditions shall include the following tasks as a minimum:
2.02.00 All calculations including performance calculations being performed at the specified rates.
2.03.00 Alarms being reported at the rate of three (3) alarms per second for each of the Control
System functional groups.
2.04.00 Two control operator commands for control/ information within a base period of one minute
from each OWS & each LVS.
LVS – 3, 6 - Plant mimic display with one hundred and twenty (120) numbers of
dynamic data items.
OWS
On Station WAN
2.09.00 Data collection for trend function and historical data storage in progress.
2.10.00 Four alarm acknowledgements within a base period of one minute from each OWS & LVS.
2.13.00 Data transfer with other DDCMIS sub-systems, all PLCs and SG/TG C&I Systems in
progress for controls (commands) as well as for information.
The worst case loading condition shall mean continuous data transfer between the
distributed modules (Control System/HMIPIS), at their individual worst case loading
conditions defined at 1.00.00 & 2.00.00 above respectively.
Note : This clause is generally for the unit DDCMIS. This shall be suitably modified for other
DDCMIS subsection depending or actual configuration.
ANNEXURE-II
1.00.00 STANDARD GUARANTEE AND ACCEPTANCE TESTS AND TESTING PROCEDURE
FOR COAL CONVEYING SYSTEM IN MAIN PLANT, LIMESTONE, GYPSUM HANDLING
PLANT
Total power consumption for all the equipments including auxiliaries with single stream
operation at its guaranteed flow path capacity except.
- Lighting
- Hoists
- Sump Pumps
- Elevators
In accordance with Section GTR placed at Part-C, on successful completion of System Trial
Operation and commissioning, the plant shall be subjected to guarantee tests. Further, the
guarantee tests shall be conducted as per the procedure specified in the following
paragraphs.
2.01.01 The prerequisites to be ensured by DVC and the Contractor prior to start of the tests are
placed at Appendix-I and Appendix-II respectively.
2.01.02 After successful completion of trial operation and commissioning the plant shall be jointly
inspected by DVC and the Contractor & a joint protocol shall be signed that the plant is fit for
guarantee tests.
1. For each of the Flow Paths, two conveyor streams shall be formed with
suitable CRISS-CROSS Combinations of ‘A’ or ‘B’ Conveyors/ intermediate
equipments. Composition of each stream shall be decided by the Engineer
and shall be recorded as per Appendix-III.
2. All above streams formed shall be independently tested for performance &
guarantee. Further, the equipments/ conveyors (except common
equipments) used for performance testing of one stream shall not be used
for performance testing of the other stream.
3. In case of direct flow path, guarantee test should include operation of all the
trippers. However, for measurement of guaranteed power consumption
farthest tripper shall be operated.
4. Not Applicable
(a.) Guaranteed capacity of all the major equipments as identified shall be established
separately by operating only one equipment out of the two of a set at a time.
Following equipments shall be considered:
(a.) The guaranteed power consumption as total sum of all the equipments as specified
shall be measured during capacity test of the identified Flow Paths for both the streams
separately. (Single stream for Limestone Handling Plant)
The load of the following items shall not be considered during measurement of Power
Consumption for guarantee:
Lighting
Hoists
Sump Pump
Elevator
The guaranteed power consumption for the entire Flow Path(s) shall be taken during
capacity test as sum of the power measurements at the following terminals.
Further the power consumption for the equipments being fed from CHP board/LT board but
not to be considered for guaranteed power consumption shall be measured separately at
their respective MCC/LT & HT switchgear input terminals and shall be subtracted from the
total power consumption measured. However, if conditions permit, such equipments may not
be operated during power measurement duration.
For Conveyors, the power consumption shall be measured at their respective switchgear
terminals.
Power Consumption measurement shall be done only for 30 minutes after the
conveyor flow rate stabilizes at the guaranteed capacity. Meters
Ammeter/Voltmeter readings shall be noted from the meters mounted on the control
desk / LT switchgear / HT switchgear or if necessary by means of clamp type meters.
Wattmeters shall have a min. accuracy class of ± 1% Energy meter shall be of min ±
2%. CTs & VTs shall have accuracy of ±1%. All meter readings shall be recorded. No
corrective allowance shall be allowed over the measured values.
The details of wattmeters and energymeter alongwith their calibration certificate shall
be furnished to DVC before start of tests. These measuring instruments shall be
calibrated from govt. approved test house.
Calibration certificates of all instruments must not be more than 1 year prior to test
date. Seals of the instruments shall be opened at site in the presence of Engineer-in-
charge. Zero error shall be checked before conducting the PG Test.
2.02.04 GENERAL
(1.) Normal duration of the above capacity tests shall be four hours. However, minimum
one (1) hour continuous & steady operation shall be required to establish the
guaranteed capacities.
(2.) In case of any minor interruption due to operation of electrical protection as well as
stoppage due to safety reasons, the duration of test shall be extended by the time lost
in such interruptions. In case of exceptionally longer interruptions calling for re-
mobilization and re-preparation of plant the implications shall have to be mutually
discussed and agreed upon.
(1.) For measurement of flow capacity of a stream and individual equipments, weighing
scales installed in the system shall be used.
(3.) Readings for flow rate capacity test shall be taken at intervals of every 3 minutes.
(4.) Belt weighers accuracy as demonstrated/ observed jointly before the guarantee testing
may be considered for allowing correction factor over the recorded flow capacity
reading.
(c.) The observations of guarantee test for various streams/ equipments shall be recorded
in the formats at Appendix – III to XI.
The specified performance parameters of various equipments/ system including but not
limited to the following shall be demonstrated to the full satisfaction of the Employer.
2.03.01 Conveyors
(1.) Check against lifting of Conveyor belts over concave curves at the time of start under
empty belt condition.
(3.) There should not be any roll back of coal/limestone/gypsum pieces on moving or
stopped conveyors
(4.) There shall not be build up of coal/limestone/gypsum in chutes , spillage of coal from
skirt/conveyor/hoods while the belt is running.
(5.) Smooth non-jerky running of conveyors with no spillage of coal etc and centric
running of conveyors without vibrations of drives and galleries.
Coasting down time of conveyors shall be measured and compared with design
values. Check for spillage/blockage of coal from skirts/in chutes to be made. There
shall not be build up of coal in chutes after stoppage of fully loaded conveyor so as to
cause spillage of coal during next start.
To check against any sway during operation under different loadings and different
conveyor criss-cross combinations.
(a) Performance checks for specified controls including sequential starting/ stopping
of conveyors and other equipments as per approved control write-up.
(b) Satisfactory operation of PLC and control systems including absence of spurious
trips/communication failures of PLC to be demonstrated.
(c) Demonstration for detection of operated pull cord/belt sway switch along with
display in CRT of conveyor number and operated pull cord /belt sway number.
Satisfactory operation of pull chord, belt sway, zero speed, chute blockage and other
safety / protection switches.
Demonstration of simultaneous operation of both the streams under full load for 30
minutes in order to check healthiness of the system, electrical systems etc
Both velocity and amplitudes for all the conveyor/Bucket elevator drives and in each
conveyor gallery under different conditions of conveyor operation as desired by site.
Vibration limits of drive equipments shall be as per VDI 2056 / equivalent.
Observations shall be recorded as per the format at Appendix-V.
Vibration of conveyor galleries at trestles and pt. between trestles shall be measured
and these values shall be within allowable limits.
Vibrations of Crusher houses floors and transfer point floors shall also be measured
and these shall be within allowable limits.
No leakages
No abnormal sound.
(c.) Check against dragging during start up or running (“over speed protection”).
(e.) Check against folding of belt in spaces between horizontal and inclined troughing
idlers at the start of Tripper.
(a.) Specified temperature and humidity of conditioned space under worst ambient
conditions.
(a.) Demonstration of specified weighing accuracy of + 0.25% between 20% and 120% of
rated capacity
2.03.08.01 Noise level measurement, for conformance to specified levels, to be done around the
following equipments/ areas:
(a.) Conveyor Discharge Terminal (including discharge chute, gearbox, coupling & motor).
2.03.08.02 Noise level measurement shall be done around the specified equipment location in the
following manner.
(a.) The measurement shall be carried out with a calibrated integrating sound level meter
meeting the requirements of IS:9779.
(b.) Sound pressure level shall be measured all around the equipment at a distance of 1m
from the vertical projected plan of the equipment as a whole (this shall include coupling,
gear box, motor etc.) at a height of 1.5 m from floor level. Microphone positions shall be
at horizontal separations of not more than 1.5m around the equipment.
(c.) The measurement shall be done with slow or impulse response, as the case may be on
the A-weighting scale. The average of the A-weighted sound pressure level
measurements expressed in decibels to a reference of 0.0002 micro bar shall not
exceed the guaranteed value indicated in the specification.
(d.) The tests shall be carried out with the equipments operating at near rated speed & load
Correction for background noise will be considered Inline with IS:4758. Noise level
measurement shall be recorded as per format at Appendix-VI.
(b) Pressure available at nozzle manifolds (on random basis) in running condition not to
be less than 2.5 kg / cm2 (Dry Fog) or 1000 psi (Cold Fog)
(c) Satisfactory spray atomization and dust suppression effectiveness of all the DS
systems as per Appendix-XI.
(d) Measurement of SPM before and after DS system operation as per Appendix - XI.
(e) To measure pressure available at inlet to sprinkler in coal yard in running conditions
and this should not be less than 4.5 kg / cm2
(g) Measurement of noise level and vibration (velocity and amplitude) at the bearing of
motors and pumps
Limestone Crushers
Noise level measurement, for conformance to specified levels, to be done around the
following equipments/ areas:
(a.) Conveyor Discharge Terminal (including discharge chute, gearbox, coupling & motor).
2.03.13 Crushers
Output coal/ Limestone size to be sieve analyzed and (-) 20 mm coal/Limestone to be more
than 98% for ring granulator type crusher.
APPENDIX-I
GENERAL
Specifications of coal as per N.I.T and as observed during the test shall be
recorded as per attached format (Appendix-IA).
4. Belt protection switches, local stop push buttons, hooters, brakes/rail clamps
in working order.
9. Cleanliness of plant and removal of coal spillage at the start and during
Tests.
10. Power supply voltage and frequency shall be as per technical specifications.
APPENDIX-IA
COAL PARAMETERS
Project :
Package :
Date :
As specified, As observed
1. Size
2. HGI
3. Moisture
DVC Contractor
APPENDIX-II
4. Proper adjustment of skirt boards and belt cleaners prior to the start of tests.
ANNEXURE – IIA
APPENDIX-III
Project :
Package :
Date :
1. Composition of Stream
i) Conveyor Nos.
iv) Dust suppression pumps, service water pumps, Ventilation fan drives.
v) ..........................
DVC Contractor
APPENDIX-IV
POWER MEASUREMENT
Project :
Package :
Date :
1. Equipment/Stream Composition :
2. Motor Description :
APPENDIX-IV
t R
1 1
*Reason and duration for system trip/stop may be recorded in remarks column.
DVC Contractor
APPENDIX-V
Project :
Package :
Date :
Time :
1. Make
*Point
* Reading shall be taken at all the bearings of motor, gear box and driven
equipment. In case of conveyor galleries, vibrations shall be measured at
min. three locations, at midpoint of stringer between two short supports.
DVC Contractor
APPENDIX-VI
Project :
Package :
Date :
1. Make
2. Model
DVC Contractor
* For each equipment location, a Projected Plan Diagram shall be made and the
location of measurement points shall be identified.
APPENDIX - XI
The particle size analysis of dust at any one of the area shall be carried out as a
sample by placing the High Vokane. Sampler in the designated test point (1.5 to 3 M
radius of application point) for a period 8 hours without system in operation under
load.
The sample thus collected will be subjected to the perwe size analysis by sieve
Analysis method as a standard test laboratory.
The quantity respirable dust shall thus be determined from particle size Analyzer,
Acceptable Norms :
i)If the respirable dust fraction contain less than 5% quartz. The permissible
concentration of respirable dust shall be less than 2 Mg/M³.
ii)In case, respirable dust has more the 5% quartz, the permissible concentration of
respirable dust shall be computed as per following formula.
Threshold limit value for respirable coal dust in work environment (Mg/M³) =
10 __________________________
K(% Quartz in respect Dust+2)
ESSENTIAL DATA
1.00.00 The information in this chapter has been identified by the Employer as the essential, which is
to be provided by the bidders along with the techno – commercial bid necessarily. In case
bidder does not fill these informations, their techno – commercial bid may be considered as
non responsive.
1. MECHANICAL DATA
A) NOT USED
B) STEAM GENERATOR
2 S-Panel Elevation m
i) CL of Burner Lower m
i) ST Economiser mm
ii) SL Economiser mm
iii) OD Economiser mm
i) ST of LTSH horizontal, mm
i) ST of LTSH vertical, mm
i) ST of LTSH screen, mm
iv) SL Platen SH
v) OD Platen SH
i) ST of FSH mm
ii) SL of FSH mm
iii) OD of FSH mm
(If super heaters have additional section than those covered above, then similar details for
those shall also be furnished)
ST OF RH REAR mm
SL OF RH REAR mm
OD OF RH REAR mm
NO OF ASSY OF RH REAR no
ST OF RH FRONT mm
SL OF RH FRONT mm
OD OF RH FRONT mm
NO OF ASSY OF RH FRONT no
ii) m
ii) m
ii) m
ii) m
ii) m
ii) m
(VIII) Furnace Performance Data
Description (As per Clause 1.05.00
Section-VI, Part B Sub-section-A-01) 100% BMCR 100% BMCR
(Design Coal) (Worst Coal)
* Bidder to furnish the residence time calculation along with the bid
i) Design Data :
a) Manufacturer .......................................................................
inlet
f) Moisture in raw coal (%) .............. ............... ............. ...............
h) Fineness of pulverized
coal
Note: * This is the base capacity of mill for standard coal considered by the mill supplier.
(XII) PA Fan Sizing data as per sizing criteria specified in clause 1.05.11.02, Sub-
section A-01, Part B, Section VI
Description
BMCR Test Block (1) Test Block (2)
Worst Coal Worst coal Worst coal
(max Moisture) (max Moisture)
mmwc
a. Total Pressure Drop
Margin mmwc
Total Head Used mmwc
Margin m3 / sec
Volume / fan Used m3 / sec
Gas temperature °C
Density kg / m3
(XIII) FD Fan Sizing data as per sizing criteria specified in clause 1.05.13, Sub-section
A-01, Part B, Section VI
Description
BMCR Test Block (1) Test Block (2)
Design Coal Best Coal Best Coal
mmwc
a. Total Pressure Drop
Margin mmwc
Total Head Used mmwc
(XIV) ID Fan Sizing data as per sizing criteria specified in clause 1.05.13, Sub-section
A-01, Part B, Section VI
Description
BMCR Test Block (1) Test Block (2)
Design Coal Worst Coal Worst Coal
mmwc
a. Total Pressure Drop
Margin mmwc
Total Head Used mmwc
iii) Comprehensive information design basis and calculations for the furnace cooling factor,
Proposed Heat Liberation Rate, Max. Net heat Input per unit plan area of the furnace,
furnace residence time, Burner zone heat release rate, residence time and other design
parameters of the proposed design and how they are arrived at.
C) Layout
D) Material Handling
2. ELECTRICAL DATA
1. List of HT Motors
b) Other HT Motors
3. C&I DATA
GENERAL REQUIREMENTS
SH SPRAY:
RH SPRAY:
2.03.00 FEED WATER PRESSURE AT ......... ......... .......... .......... ........... ............ ...........
ECONOMISER INLET TP
Note: In case the bidder offers RAPH of Tri-sector type, the relevant data as required to be
filled in the datasheet is to be submitted accordingly.
A. ESP SYSTEM
I. LAYOUT DRAWINGS:
i. PLAN & ELEVATION DRAWINGS OF FLUE
GAS DUCT FROM APH OUTLET TO INLET
FLANGES OF ESP INDICATING FLANGE
DIMENSIONS.
ii. PLAN & ELEVATION DRAWINGS OF FLUE
GAS DUCT FROM OUTLET FLANGES OF
ESP TO THE INLET OF CHIMNEY
INDICATING FLANGE DIMENSION.
B. FGD SYSTEM
8 Write up on FGD internals including spray system, oxidation system, mist eliminators,
supporting structures, etc.
MANDATORY SPARES
1.00.00 SPARES
The Bidder shall include in his scope of supply all the necessary Mandatory spares,
start up and commissioning spares and recommended spares and indicate these in
the relevant schedules of the Bid Form and Price Schedules. The general
requirements pertaining to the supply of these spares is given below:-
1.01.00 MANDATORY SPARES
(a) The list of mandatory spares considered essential by the Employer is
indicated in this chapter. The bidder shall indicate the prices for each and
every item in the 'Schedule of mandatory Spares' whether or not he
considers it necessary for the Employer to have such spares. If the bidder
fails to comply with the above or fails to quote the price of any spare item, the
cost of such spares shall be deemed to be included in the contract price. The
bidder shall furnish the population per unit of each item in the Bid Forms and
Price Schedules. Whenever the quantity is mentioned in "sets" the bidder
has to give the item details and prices of each item.
(b) The Employer reserves the right to buy any or all the mandatory spares
parts.
(c) The prices of mandatory spares indicated by the Bidder in the Bid Proposal
sheets shall be used for bid evaluation purposes.
(d) All mandatory spares shall be delivered at site at least two months before
scheduled date of initial operation of the first unit. However, spares shall not
be dispatched before dispatch of corresponding main equipments.
(e) Wherever quantity is specified both as a percentage and a value, the Bidder
has to supply the higher quantity until and unless specified otherwise.
1.02.00 RECOMMENDED SPARES
(a) In addition to the spare parts mentioned above, the contractor shall also
provide a list of recommended spares for 3 years of normal operation of the
plant and indicate the list and total prices in relevant schedule of the Bid
Form and Price Schedules. This list shall take into consideration the
mandatory spares specified in this Section-VI, Part-A and should be
independent of the list of the mandatory spares. The Employer reserves the
right to buy any or all of the recommended spares. The recommended
spares shall be delivered at project site at least two months before the
scheduled date of initial operation of first unit. However, the spares shall not
be dispatched before the dispatch of the main equipment.
(b) Price of recommended spars will not be used for evaluation of the bids. The
price of these spares will remain valid upto 6 months after placement of
Notification of Award for the main equipment. However, the Contractor shall
be liable to provide necessary justification for the quoted prices for these
spares as desired by the Employer.
1.03.00 START-UP & COMMISSIONING SPARES
Start-up and commissioning spares are those spares which may be required during
the start-up and commissioning of the equipment/system. All spares used till the
plant is handed over to the employer shall come under this category. The Contractor
shall provide for an adequate stock of such start up and commissioning spares to be
brought by him to the site for the plant erection and commissioning. They must be
available at site before the equipments are energized. The unused spares, if any,
should be removed from there only after the issue of Taking Over certificate. All
start up spares which remain unused at the time shall remain the property of the
Contractor.
1.04.00 The Bidder shall include in his scope of supply all the necessary Mandatory spares,
start up and commissioning spares and recommended spares and indicate these in
the relevant schedules of the Bid Form and Price Schedules. The general
requirements pertaining to the supply of these spars is given below.
2.00.00 The Contractor shall indicate the service expectancy period for the spares parts
(both mandatory and recommended) under normal operating conditions before
replacement is necessary.
3.00.00 All spares supplied under this contract shall be strictly inter changeable with the
parts for which they are intended for replacements. The spares shall be treated and
packed for long storage under the climatic conditions prevailing at the site e.g. small
items shall be packed in sealed transparent plastic with desecrator packs as
necessary.
4.00.00 All the spares (both recommended and mandatory) shall be manufactured alongwith
the main equipment components as a continuous operation as per same
specification and quality plan.
5.00.00 The contractor will provide Employer with cross-sectional drawings, catalogues,
assembly drawings and other relevant documents so as to enable the Employer to
identify and finalise order for recommended spares.
6.00.00 Each spares part shall be clearly marked or labelled on the outside of the packing
with its description. When more than one spares part is packed in a single case, a
general description of the content shall be shown on the outside of such case and a
detailed list enclosed. All cases, containers and other packages must be suitably
marked and numbered for the purposes of identification.
7.00.00 All cases, containers or other packages are to be opened for such examination as
may be considered necessary by the Employer.
8.00.00 The contractor will provide the Employer with all the addresses and particulars of his
sub suppliers while placing the order on vendors for items/components/equipments
covered under the contract and will further ensure with his vendors that the
Employer, if so desires, will have the right to place order for spares directly on them
on mutually agreed terms based on offers of such vendors.
9.00.00 The Contractor shall warrant that all spares supplied will be new and in accordance
with the contract Documents and will be free from defects in design, material and
workmanship.
10.00.00 In addition to the recommended spares listed by the contractor, if the employer
further identifies certain particular items of spares, the contractor shall submit the
prices and delivery quotation for such spares within 30 days of receipt of such
request with a validity period of 6 months for consideration by the Employer and
placement of order for additional spares if the Employer so desires.
11.00.00 The Contractor shall guarantee the long term availability of spares to the Employer
for the full life of the equipment covered under the contract. The Contractor shall
guarantee that before going out of production of spares parts of the equipment
covered under the Contract, he shall give the Employer atleast 2 years advance
notice so that the latter may order his bulk requirement of spares, if he so desires.
The same provision will also be applicable to sub-contractors. Further, in case of
discontinuance of manufacture of any spares by the Contractor and/or his sub
contractors, Contractor will provide the Employers, two years in advance, with full
manufacturing drawings, material specifications and technical information including
information on alternative equivalent makes required by the Employer for the
purpose of manufacture/ procurement of such items.
12.00.00 Material Codification
The bidder to provide datasheets/ assembly drawings of the manufacturer/ any other
relevant document showing Bill of Material(s), Make, Model Number, Part Number
etc. through which mandatory spares to be supplied can be uniquely identified. This
would facilitate the Employer to assign a unique code to each of the mandatory
spare as brought out in GCC. The bidder shall extend all necessary assistance in
this regard.
13.00.00 Bidder shall not indicate “Not Applicable” against any of the spare (except for those
items for which “if applicable” is specified). In case of not applicability, functionally
equivalent spare to be mentioned with price in the relevant price schedules.
Bidder shall not mention any remark other than price value in relevant price
schedule.
CHAPTER-06 PIPING
CHAPTER-11 ELECTRICAL
4. Coil Saddle Clamp/alignment band / Male & 100 nos. of each type, size,
Female sliding Spacers / Male and Female material
connectors/ Sliding Hooks/ Shields for boiler
8. Spacer Tube for Superheaters 100 mtr each type and size
10 Alignment Band / Male & Female sliding 50 nos. of each type, size, material
Spacers / Male and Female connectors/
Sliding Hooks/ Shields for boiler tubes &
Profile Shields for Boiler tube bends/ Swage
tube/ Forged items forming integral part of
pressure parts/ Expansion Bellow
G. Reheater (Other than LTRH given in D
above)
1. Straight tube of 8-10 m length 200 mtr. of each size, thickness,
type & material
2. Straight tube above roof 50 m of each size, thickness, type
& material
3. Bends below roof 50 Nos. of each size, thickness,
type, radius & material (including
offset bend)
4. Bends which are integral part of header 40 Nos. of each size, thickness,
(above roof) radius, type and material
5. Male & Female connectors, male female 50% of total population of each
couplings spacers and alignment bands type and size in one boiler
6. Dissimilar joint spot pcs. 50 Nos. of each size, thickness,
type, radius & material
7 Acromat tube with acomat 10% of each type, size, thickness
and radius
8. Spacer Tube for Superheaters 100 mtr each type and size
1.05.00 Fans
A. ID Fans
1. Complete Fan rotor assembly (excluding fan 1 set
body & Coupling) consisting of:
-Rotor Hubs (drive & regulating end, as
applicable)
-Main Bearing Assy (Complete)
-Hydraulic Actuating Device/Hydraulic Cylinder
with Rotating Oil Seal Assy
- Fan Blades with fixation parts (fastener,
seals, clamp, pins etc.)
1.14.00 VALVES
A. Spares for Steam Separator / Separator
outlet/ Primary Superheater Safety valves
1. Complete separator/ Separator outlet/ 2 Nos. of each type
1.22.05 Agitators
(For Absorber Oxidation Tank, Mill
Separator Tank, Limestone Slurry
Preparation Tank and any other tank
provided with agitators)
1. Impeller Assembly 1 no. of each type
2. Bearing Assembly 2 no. of each type
3. Motor* 1 no. of each type and rating
4. Belt and Pulley (If applicable) 2 nos. of each type
5. Gear Box Assembly (If Applicable) 1 no. of each type
6. Agitator shaft assembly 1 no. of each type and rating
7. Shaft Seal (If applicable) 2 nos. of each type
8. Complete Agitator Assembly 1 no. of each type
*In case of Geared Motor/ Motor with integrated
Gear where separate Gear Box is not applicable,
twice the quantity specified for Motor to be
supplied by the contractor.
1 Electronic cards
(a) Control modules 1 nos. of each type & rating
(b) I/O module 1 nos. of each type & rating
(c) Power supply modules 1 nos. of each type & rating
(d) Thyristor gate module including gate 100% of one channel
transformer
(e) Exciter module 1 no.
2 Thyristor bridge leg 1 no. (Qty. for one ph.)
3 Over voltage limiter and surge suppressor 1 set
1. Belt 3 sets *
3. Bearing 2 set*
4. Motor 1 no. of each type and rating
3. Bearing 2 set*
c) NOT USED
d) Density meter 1 no. of each type and model
2.03.00 PROCESS CONNECTION PIPING (FOR IMPULSE LOT
PIPING/TUBING, SAMPLING PIPING / TUBING
AND AIR SUPPLY PIPING AS APPLICABLE)
X` 1. Valves of all types and models 20 Nos. of each type and model
2. 2 way, 3way, 5way valve manifolds 10 Nos. of each type, class, size
and model
3. Fittings 100 Nos. of each type
i Calibration gases, Calibration cell and other 2 Nos. of cylinders of each type of
consumables for calibration: - of all types and calibration gas
ranges
j Heavy duty blower assembly 1 no. of each type, size and rating.
k 2 nos. of each type, model and
Rota meter/Air flow meter rating
2.08.00 Electrical Actuators
(i) Electronic PCB of all types 10% of each type & model
(ii) Absolute Encoder (replaceable part) 5% of each type & model
(iii) Electronic Torque sensor 5% of each type & model
(iv) Electrical Actuator 1 no. of each type, class, size and
model
(e) Thyristor of transformer controller rectifier 4 nos. Of each type & rating
12 Ash level indicator for ESP 10 nos. Of each type & rating
14 Power supply modules for remote control unit of opacity 2 nos. Of each type, make &
monitor model.
15 Transformer rectifier set (Complete) 3 no. of each type and rating
16 Control system
c) Control system
16) Brake motor/ magnet (as applicable) 01 no. of each type and rating
23) Brake Disk and Pad 01 no. of each type & size
9) Time device/Timer card (as applicable) 2 nos. of each type and rating
20) Lift Main drive motor 03 nos. of each type & size
B. GEAR ASSEMBLY
C. DOOR FRONT
3. Bearing 3 Nos.
4. Roller 3 Nos.
D. LIMIT CAMS
6. Sensor 3 Nos.
E. CAB
9. Switch 3 Nos.
F. SLIDING DOOR
G. MACHINERY
I. ELECTRICAL EQUIPMENTS
GENERAL NOTE:
‘’Wherever quantity has been specified as percentage (%), it shall mean percentage (%) of the
total population of the item in the station (project), unless specified otherwise and the fraction
will be rounded off to the next higher whole number. ‘’
NOT USED
1.03.04 Ash Crusher Rolls (Drive roll & driven rolls) 4 sets
1.03.05 Bearing for Crusher Motor along with the housing 3 Sets
3.03.09 Motors for Fly Ash Water Pumps may be included 02 nos.
4.02.03 Air lock/pump tank inlet/outlet valve seats (each) 16 Nos. 6 Nos.
4.07.00 Air Blowers (Buffer Hopper Aeration Blower & Storage Silo aeration blower)
(Quantities as specified shall be applicable for each type of blower separately)
4.09.00 Refrigerant Air Dryer (Conveying Air Compressor dryer & Transport air compressor Dryer)
quantities applicable for CAD & TAD separately)
4.09.09 Set of “O” rings and oil seals each type 2 Sets
5.05.00 Fly ash extraction line fittings (Bends/laterals) 8 Nos. for each degree & type bend
& fittings
5.06.00 Fly ash Conveying Pipe lines and fittings 25% of population for each type
9.01.00 Valves for each size used in system 1 No. (min.) for each size and type of valve
for quantity upto 10; 2 Nos. for each size
and type of valve for quantity 11-25;
9.02.00 Nozzle tips for nozzles in ash slurry 20 Nos. of each type & size
jetting, agitation, quenching, flushing
service.
10.00.00
Dewatering Bin System
1 Centre Decanter 3 sets (1 set complete assembly required in a single
Assembly dewatering bin)
2 Side Decanter 3 sets (1 set complete assembly required in a single
Assembly dewatering bin)
3 Bottom Decanter 3 sets (1 set complete assembly required in a single
dewatering bin)
4 Complete vibrating 2 Sets
bin tray
5 Decanting element 2 Sets (1 Set = numbers required in a single dewatering
bin)
6 Spray Nozzles 2 Sets (1 Set = numbers required in a single dewatering
bin)
11.01.02
II VFD SYSTEM FOR ROTARY FEEDER
1 Electronic cards
model.
Valve trim (including cage, plug, stem, seat 1 set for each type and
12.04.02 rings, guide bushings etc.) model.
Diaphragms, ‘O’ rings, seals etc. of all types, 2 nos. of each type and
12.04.03 make etc. model.
Positioner units (complete unit) 1 no. of each type and
12.04.04 model.
Actuators 10% or 1 no of each
type , class , size and
12.04.05 model whichever is
more.
If QUAN Unit
S.No.
Applica ITEM TITY
ble
(Y/N)
1 Mechanical
A) IDLERS
1 i) 35 deg Troughing idlers complete 2.5% of population of each
with base frame and mounting type
brackets etc.
ii) Rolls for (i) above 1% of population of each
type
2 i) Troughing idlers complete with 30% of population of each
base frame & mounting brackets type
etc.(for belt feeder if applicable).
ii) Rolls for (i) above 30% of population of each
type
3 i) 35deg impact idlers complete 25% of population of each
with mounting brackets and base type
frame etc.
ii) Rolls for (i) above 25% of population of each
type
4 35deg troughing training idler 10% of population of each
complete with base frame and type
brackets etc. (if used)
5 Transition idler complete as in (1) 10% of population of each
above type
6 Flat return idlers complete with 2% of population of each
mounting brackets etc. type
7 Flat return idlers complete with 30% of population of each
mounting brackets etc.(for belt type
feeders if applicable)
8 Flat return trainer 10% of population of each
complete with mounting type
brackets etc.
9 Belt cleaning spiral rubber disc 20% of population of each
return idler complete with type
mounting brackets
etc.
10 i) Two roll 10deg troughing return 2% of population of each
idler assy type
ii) Rolls for (I) above 2% of population of each
type
11 SS idlers (if applicable) 25% of population of each
type
12 Any other type of idlers 10% of population of each
type
D) PULLEYS
i) Pulleys complete with shaft 1 no. of each type and
excluding bearing & plummer size in pulley drum
blocks (complete with lagging) and shaft dia.(for
population upto 10
Nos)
2 no. of each type and
size in pulley drum
and shaft dia.(for
population more than
10 Nos) .(if
applicable)
ii) Plummer Block complete with 2 no. each type and size
bearings & sleeves
iii) SS Pulleys complete with shaft 1 no. of each type and
excluding bearing & plummer size in pulley drum
blocks (complete with lagging) and shaft dia.
BELT CLEANERS AND
E) SKIRT BOARD
i) Modular segments for belt cleaner 5 %of total
population of each
type & size
ii) Skirt Rubber 5 %of total
population of each
type & size
iii) Complete belt cleaner (internal / 2 %of total
external) population of each
type & size
F) ELECTRIC HOISTS .(if
applicable)
i) Brake linings 2 sets of each type
ii) Rope guide & rope tightener 1 no. of each type
iii) Limit switch 2 nos. of each type &
size
iv) Gear box/gear set 2 sets of each type
v) Motor/geared motor 1 no of each type &
rating
vi) Drum bearing 1 set of each type &
rating
G) FLAP GATES
i) Limit switch 8 nos. of each type &
rating
ii) Not Used - -
iii) Oil seals of Actuator 2 nos. of each type &
rating
iv) Flap gate shaft 1 nos. of each type &
rating
v) Pressure nut 12 nos. of each type &
size
H) DUST SUPRESSION (if
applicable), SERVICE
WATER, POTABLE
WATER,
COOLING WATER (for hydraulic
coupling or any other purpose),
a) Pump impeller with key & nut 1 set of each type & size
b) Pump Shaft 1 no of each type & size
c) Bearings 1 sets each type & size
d) Wearing rings 2 sets of each type & size
e) Shaft sleeve 2 sets of each type & size
f) Bushings 2 sets of each type & size
g) Coupling bolts & nuts (with 1 sets each type & size
bushes)
h) Spray nozzles 50 nos.of each type & size
S) Not Used
QUANTITY Unit
S.N. ITEM
1 Mechanical
A) DRAG CHAIN CONVEYORS /
METALLIC CONVEYOR
1 Chain link with Flight assy 20 Nos. each
(if applicable)- type
2
Metallic Pan assy (Meshed with Belt) 01 Set each type
(if applicable)
3 Chain Pin & Circlip (if applicable)- 20 Nos. each
type
4
Sprocket (if applicable)- 01 Nos. each
type
5 Drive & Non-drive Pulleys 01 Nos. each
(if applicable) type
2 Shackle 10 Nos.
6 Buckets 05 Nos.
D) Other Items
PIPING
NOTE: 1. If there is one no valve only of particular type, class, and size then only one no is
required
2. Wherever valves are specified as mandatory spare, complete valve along with
actuator and all other accessories which are the part of original supply shall also
be supplied.
1) Spare gaskets / pressure seal gaskets for gate valves 50% population of each type, material,
of all sizes size & class of one unit
2) Spare sets of gland packings for gate valves of all 50% population of each type, material,
sizes size & class of one unit
3) Spare gaskets for globe valves of all sizes 50% population of each type, material,
size & class of one unit
4) Spare sets of gland packings for globe valves of all 50% population of each type, material,
sizes size & class of one unit
5) Spare gaskets/pressure seal gaskets for NRV of all 50% population of each type, material,
sizes (if applicable) size & class of one unit
6) Spare set of gaskets for safety valves, relief valves 50% population of each type, material,
and safety relief valves of all sizes (if applicable) size & class of one unit
7) Complete gate valves assembly up to the size of 50 50% population of each type, material,
NB size & class of one unit
8) Complete globe valves assembly up to the size of 50 50% population of each type, material,
NB size & class of one unit
9) Complete angle valves assembly up to the inlet size of 50% population of each type, material,
50 NB (if applicable) size & class of one unit
10) Complete NRV’s assembly up to the size of 50 NB 50% population of each type, material,
size & class of one unit
11) Spring unit of hangers (Variable & Constant spring 10% population of one (1) unit or one
hangers) (1) number whichever is more for each
type, make/model & stiffness
12) Snubbers / Shock absorbers 10% population of one (1) unit or one
(1) number whichever is more for each
type, make/model, rated load & stroke.
Gasket for each flanged connection on high pressure 3 Nos. per unit
13) steam and feed line. (if applicable)
14a) safety valves, relief valves and safety relief valves up 02 nos. of each type, material, size &
to 50 NB size (if applicable) class per unit. (If there is one no. valve
only of particular type, class, and size
then only one no per unit to be
considered.)
14b) safety valves, relief valves and safety relief valves 01 no of each type, material, size &
above 50 NB size class per unit
15a) Steam trap & Y strainers up to 25 NB 10 nos. of each type, material, size &
class per unit
15b) Steam trap & Y strainer above 25 NB & up to 50 NB 02 nos. of each type, material, size &
(if applicable) class per unit
15c) Steam trap & Y strainer above 50 NB (if applicable) 02 nos. of each type, material, size &
class per unit
16) Complete Valve assembly (all types) for sizes above 50 02 nos. of each type, material, size &
NB and up to & including 250 NB class per unit..(If there is one no. valve
only of particular type, class, and size
then, only one no per unit to be
considered.)
17) Complete Valve assembly (all types) for sizes above 01 no. of each type, material, size &
250 NB class per unit
(1.) Drive shaft cum worm 1 No. for each type of pump per unit.
(2.) Drive worm wheel 3 Nos. for each type of pump per unit.
(3.) Connecting rod plate 1 No. for each type of pump per unit.
(4.) Cross head guide bush 3 Nos. for each type of pump per unit.
(7.) Oil seal 1 No. for each type of pump per unit.
(9.) Gland nut 2 Nos. for each type of pump per unit.
Notes:
1) Mandatory spare requirements of Valves and specialties for power cycle piping systems
(Sub Section: A-07 of Part-A of Technical Specifications) specified above does not
include items/valves/specialties which are already specified/ covered elsewhere in this
Technical specification for mandatory spare requirement.
2) Wherever complete valve assembly as mandatory spare has been specified above for
power cycle piping, it shall include complete gear operator/ box assembly which forms
part of original valve assembly/supply.
3) Mandatory spares for valve actuators (for Pneumatically, Hydraulically & Electrically
operated valves) shall be supplied as per actuator quantity/details specified elsewhere
in this technical specification for mandatory spare requirement.
4) Mandatory spare requirement for complete valve assembly above 50NB in power cycle
piping systems shall include Gate valve, Globe valve, check valve, safety valve, Angle
valve, butterfly valve etc.
6) Mandatory spares for valves above 50NB made of A105 / A216 WCC installed on
15NiCuMoNb5 (EN 1.6368) / ASTM A335 Grade P36 piping shall be supplied with
suitable matching pieces (in welded condition with valve ends at valve manufacturing
works).
7) Wherever Mandatory spares are specified as “per unit”, Total Mandatory spares
quantity shall be arrived by multiplying the specified quantity with number of units under
the package.
PLANT UTILITIES
1.04.00 Valves (within the compressor house having 2 Nos. of each type
actuators) along with actuator / rating / size
(i) Transmitters of all types, ranges and model no. 2 Nos. of each type
(for the measurement of Pressure, differential and model
pressure flow, level, etc.)
2. Temperature elements
1.08.00 Rotary drum type Air drying plant for Instrument Air system (As applicable)
3.4 Filters at suction and discharge of all AHUs 25% of installed population for each
type/rating
5.2 Motor for Centrifugal fan for UAF unit 1 No. of each rating
7.1.1 Transmitters of all types and model no. (for 5 Nos. of each type and model
the measurement of Pressure, differential
pressure flow, level, temperature etc.)
Temperature elements
7.2
7.3 Process Actuated Switch Devices Includes all 2 Nos. of each type and model
types of Pressure, differential pressure, flow,
temperature, and differential temperature,
level switch Devices.
ECW SYSTEM
1 ECW SYSTEM
a) DMCW pump
SN Description QTY.
(vi) Thrust Bearings & thrust bearing collar (if applicable) 1 Set
Note: One (1) set consists of quantity required for complete replacement for one (1) Pump of
each type & size
SN Description QTY.
Note: One (1) set consists of quantity required for complete replacement for one (1) PHE of
each type & size
c) Motors
SN Description QTY.
1 no motor including its
bearing and 1 additional set
i) DMCW Pumps motor with motor bearing
bearings of each type &
size
d) Electrically operated hoist (if applicable)
SN Description QTY.
iii)
Brake liners for all the Brakes as applicable 1 Set
SN Description QTY.
Note: One (1) set consists of quantity required for complete replacement for one (1) hoist of
each type, size & rating.
QUAN Unit
S.N. ITEM TITY
1 Mechanical
A) IDLERS
1 i) 35o Troughing idlers complete with 2.5% of population of each
base frame and mounting brackets type
etc.
ii) Rolls for(i) above 1% of population of each
type
2 i) Troughing idlers complete with base 30% of population of each
frame & mounting brackets etc.(for type
belt feeder).
ii) Rolls for(i) above 30% of population of each
type
3 i) 350 impact idlers complete with 25% of population of each
mounting brackets and base frame type
etc.
ii) Rolls for(i) above 25% of population of each
type
4 350 troughing training idler complete 10% of population of each
with base frame and brackets etc. (if type
used)
5 Transition idler complete as in 10% of population of each
(1)above type
iii) Seal kit for gear coupling (o-ring) 2 sets of each type
b) Fluid Coupling
ix) Oil pump-motor set (if applicable) 1 Set off each type
c) Belting
Conveyor Belt
e) PULLEYS
H) LIMESTONESAMPLER
I) LIMESTONECRUSHER
b) Bearings 2 set
o) Compressor
o) VENTILATIONSYSTEM
p) TRAVELLINGTRIPPER
xi) Plummer block with bearing for cable 1 set of each type
reel drums
xiii) Drive Motor 2 No.
xiv) Cable reel drive motor complete (if 1 No. of each type
applicable) and rating
q) BUCKET ELEVATOR
r) DIVIDER PLOWS
s) ELEVATOR
a. Brake
1.Toolto brake 1 No.
2.Fan 1 No.
3.Magnetcoilwith housing pads 2 Nos.
4.Brake pads 6 Nos.
5.Adjustingsleeve 2 Nos.
6.Fixed brake disc 2 Nos.
b. Worm Gear
1.Worm gear 1 no.
2. 'O'ring 2 nos. of each type
3.Sealing ring 2 nos. of each type
c. Door Front
1.Bearing 2 Nos.
2. Roller 3 Nos.
3.Bushing 2 Nos.
d. Limit Cams
1. Sensor 1 No
2.Switch 2 Nos.
3.Switcharm 2 Nos.
e. CAD
1. Guide roller 50 % of the total ones
installed each type or
minimum 1 no.
whichever is higher
2.Switch 1 no.
f. Sliding Door
1.Rollers 4 nos. of each type
g. Machinery
1. Guide roller 2 nos.
2. Pinion 1 no.
3.Rubberinserts 6 nos.
U) BELTWEIGHER
1 Set of cards 2 nos. of each type
2 Load Cells 2 nos. of each type
3 Display Unit 2 nos. of each type
4 Speed sensor 1 nos. of each type
5 Cables for load cells & speed sensor 2 sets
6 Transducer ,if applicable 2 nos. of each type
7 Complete belt weigher assy. 1 set
With control and display units
V) VIBRATIONMONITORING
SYSTEM (if applicable)
1 Vibration pick up 2 Nos
2 Pickup cable 1 length
3 Vibration monitor module and other 1 no. of each type
cards
4 Power supply 1 no.
5 Relays 2 nos. of each type
2 Motor terminal block with studs for all 1 set. of each rating and
motors type of motor
3 Motor Cooling Fan 1 no. of each type
8 Motor terminal block with studs for all 1 set. of each rating and
motors type of motor
9 Complete control unit including 1 No.
rectifier transformer
b) SUSPENDEDMAGNET
2 Rectifier transformer 1 No
6 Motor terminal block with studs for all 1 set. of each rating and
motors type of motor
7 Festoon roller assembly 2 sets
C) BELTWEIGHER
G) SUMPPUMP
H) ELEVATORS
N) VIBRATINGSCREENING FEEDER
i) Motor terminal block with studs for all 1 set of each rating and
motors type of motor
ii) Cards of variable frequency drive of 1 set
vibrating screening feeders
Note :
1. Unless stated otherwise a ‘set’ means items or sub-items required for each
type/size range of the assembly/ sub-assembly, required for replacement in one
main equipment. It is further intended that the assembly/ sub-assembly which
have different orientation (like left hand or right hand, top or bottom), different
direction of rotation or mirror image positioning or any other reasons which
result in maintaining two different sets of the spares to be used for the subject
assembly/sub assembly, these shall be considered as different types of
assembly/sub-assembly.
2. Wherever quantity has been specified as percentage (%), the quantity of
mandatory spares to be provided by contractor shall be the specified
percentage (%) of the total population of the plant. In case the quality so
calculated happens to be a fraction, the same shall be rounded off to next
higher whole number.
3. Whenever the quantities have been indicated for each type, size, thickness,
material, radius, range etc., these shall cover all the items supplied and
installed and the breakup for these shall be furnished in the bid.
4. In case spares indicated in the list are not applicable to the particular design
offered by the bidder, the bidder should offer spares applicable to offered
design with quantities generally inline with the approach followed in the above
list.
5. Price of each and every item is to be given separately
NOT USED
ELECTRICAL
CHAPTER-11 (ELECTRICAL)
Note 1: Each mandatory spare RIP bushing shall be provided with suitable "stand ".
Note 2: 1 set consists of gaskets required for 1 No. transformer for the following
(a) protection and monitoring devices
(b) cooler circuit
(c) largest inspection cover, if applicable
(d) HV/LV turret, if applicable
(e) OLTC inspection cover, if applicable
2.06.00 DC BATTERY
2.10.00 LIGHTING :
1 LED Fixture complete along with driver , LED lamps 2% of total qty or
etc. each tye & rating offered 2nos which ever
more
2 2 20A receptacles complete with Plugs etc 10nos
3 63A welding receptacles complete with Plug etc 5nos
Sl No ITEM QUANTITY
1. HMI Devices
B) LVS
(vi) Laser light source 1 No. of light source of each type per
LVS
Printers
(ii)Print head assembly for A4 color 2 nos of each type and model
laser printer
D) Network Components
(iii) Any other device/equipment not 2 nos. of each type and model
covered under above items but
required to make system complete.
E) Miscellaneous items
(i)Hard disk drive unit of each type 4 nos. (to be divided based on main
as offered in main offer complete population)
with disks and other accessories
G) KVM switch along with associated 1 no. of each type and model
cables
GIU 1 no. of each type and model
H)
Other HMIPIS devices required for 1 no. of each type and model
I)
Unified HMIPIS which are not
covered in above items like protocol
converters, stations with software,
gateway etc.
(J) Any other device/items for HMIPIS 1 no of each type and model
system which are not covered in
above items but are required to
make the system complete.
(ii)System bus cable with connectors 2 no. of each type and length.
(iii)I/O bus cable with connectors for 2 no. of each type and length.
remote I/O units
(VI) Any other prefab cable required 1 no. of each type and length.
to complete the system
3. Power Supply Modules & Power 20% or 4 nos. of each type model
Packs for control system and rating, whichever is more.
4. Electronic modules of each type and 20% or 2 Nos of each type, model
model for control system, Data and rating whichever is more subject
communication system, Master and to maximum of 20 Nos of each type.
Slave Clock etc. (This shall include
all type of cards like I/O cards,
Remote I/O cards,
communication/Interface cards,
controller cards, CPU module or
Card, logic cards, etc.)
9. Cooling fans for Power supply and 10 % of each type and model
cabinets.
11 For all items of Fieldbus system 20% or 2 Nos. of each type, model
(including field accessories) except and rating whichever is more subject
fieldbus cables to maximum of 40 Nos of each type.
(i) Sensors along with interfacing cables 20% or minimum 2 nos of each make and
(*If prefab cable or prefab type whichever is more
extension cable is used same
should be supplied in proportion)
(ii) Power Supply Module Cards 5 nos. of each make and type
(iii) Driver / Interface Cards/ signal 5 nos. of each make and type
conditioner & all other electronic
cards.
Analyzer for SO2, NOx, CO2, CO. 1 no. complete analyzer of each type
(i)
and model.
Flue gas flow measurement 1 no. complete instrument along with
(ii)
instrument sender/receiver unit.
Analyzer for Particulate Matter 1 no. complete analyzer
(iii)
(iv) Analyzer for Mercury 1 no. complete analyzer
O2 Analyzer 1 no. complete analyzer
(v)
Electronic card assembly/ PCBs, 2 nos. of each type, model and rating
(vi)
moisture/condensate monitor,
power supply modules
Set of gaskets/O-rings/ seals 4 nos. of each type, model, rating and
(vii)
size
Temp. Sensor 2 nos. of each type and model
(viii)
Heater assembly, Coolers/dryers, 2 nos. of each type and model
(ix)
Pumps, etc.
Complete Probe with shield 1 no. of each type and model
(x)
assembly (Not applicable for In
situ- path)
Solenoids 2 nos. of each type, model and rating
(xi)
Filters, light source, sensor, 2 nos. of each type, model and rating
(xii)
detector, etc.
Calibration gases, Calibration cell 2 Nos of cylinders with regulators
(xiii)
and other consumables for for each type of calibration gas
calibration: - of all types and
ranges.
Blower assembly 1 no. of each type, size and rating.
(xiv)
3 Not Used
Not Used
4
5 Electrical instrument
3.01.00 Uninterrupted Power supply (UPS) System including Static Switches for Sub
Distribution
(iv) Fuses of each types and rating 10 nos. of each type and rating.
(v) Fuse free Circuit breakers 2 nos. of each type and rating
(ii) Controller module with prefab 1 No. of each type and model.
interconnecting cables
(iii) AC/DC isolators, DC/DC isolators, 2 nos. of each type and rating
contactors, timers, relays
(iv) Fuses of each type and rating 20 nos. of each type and rating
(v) Fuse free Circuit breakers of each 2 nos. of each type and rating
type and rating
Sl No Item Quantity
(i) UCD mounted devices as per 10% of each type subject to max. 5
Appendix-I to Part-A, Section-VI nos. of each type.
(iii) Boiler and Turbine trip 2 nos. of each type and rating.
pushbuttons
6.02.00 Loudspeakers
7.00.00 CCTV
Sl No Item Quantity
L2 switch 2 Nos.
L3 switch 1 No
(ix) I/O module for Fire Alarm interfacing (if 2 nos. of each type
applicable)
9.00.00 In addition to the mandatory spares of electric actuators indicated in all the
chapters of sub section VI, Part-A of technical specification F , the below clause
is also applicable.
(i) Electronic PCB of all types 10% of each type & model
Wherever quantity has been specified as percentage (%) and the quantity of
mandatory spares works out to be a fraction, the same shall be rounded off to next
higher whole number.