corrigendum_2015!05!061430905415vam final print

298
THE WEST BENGAL POWER DEVELOPMENT CORPORATION LIMITED BIDYUT UNNAYAN BHAWAN, PLOT NO - 3/C, BLOCK - LA, SECTOR - III, SALT LAKE CITY KOLKATA – 700 098, INDIA BANDEL THERMAL POWER STATION UNIT-5 (210 MW) Tender Document For Air conditioning system For Control room & associated areas at Bandel TPS unit-5, using Vapour Absorption Machine (VAM) Chillers Tender Notice No.: WBPDCL/Tend-Adv/CC/14-15/ /Corp. Date: Issued to: M/s......................................................................................................... .......................................................................... (P.K.Chatterjee) GM (M&C), CORPORATE WBPDCL

Upload: ghostamir

Post on 09-Dec-2015

214 views

Category:

Documents


0 download

DESCRIPTION

Corrigendum_2015!05!061430905415vam Final Print

TRANSCRIPT

Page 1: Corrigendum_2015!05!061430905415vam Final Print

THE WEST BENGALPOWER DEVELOPMENT CORPORATION

LIMITEDBIDYUT UNNAYAN BHAWAN, PLOT NO - 3/C, BLOCK - LA,

SECTOR - III, SALT LAKE CITYKOLKATA – 700 098, INDIA

BANDEL THERMAL POWER STATIONUNIT-5 (210 MW)

Tender Document ForAir conditioning system

ForControl room & associated areas

at Bandel TPS unit-5, using Vapour Absorption Machine (VAM) Chillers

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

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

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

WBPDCL

Page 2: Corrigendum_2015!05!061430905415vam Final Print

CONTENTS

VOLUME---1: COMMERCIAL DOCUMENT INCLUDING PRICESCHEDULE

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

Page 3: Corrigendum_2015!05!061430905415vam Final Print

TABLE OF CONTENT

VOLUME -1

Page No.PART 1 – BIDDING PROCEDURES 1-7SECTION I- INSTRUCTIONS TO BIDDERS [ITB] 8-32SECTION II- BIDDING DATASHEET 33-39SECTION III – EVALUATIONAND QUALIFICATION CRITERIA 40-42SECTION IV – BIDING FORMS &PRICE SCHEDULE 43-62SECTION V – ELIGIBLE COUNTRIES 63PART 2 – SUPPLY REQUIREMENTS 64SECTION VI – SCHEDULE OF REQUIREMENTS 65PART 3 – CONTRACT 79SECTION VII – GENERAL CONDITIONS OF CONTRACT 80-98SECTION VIII – SPECIAL CONDITIONS OF CONTRACT 99-107SECTION IX – CONTRACT FORMS , PERFORMANCE SECURITY ANDBANKGUARANTEE FOR ADVANCE PAYMENT

110-141

Page 4: Corrigendum_2015!05!061430905415vam Final Print

VOLUME-2 :Page No.

PART A: SPECIFIC REQUIREMENT 143-164PART B: GENERAL DESIGN&CONSTRUCTIONREQUIREMENT 165-197SCHEDULES:PROPOSAL EXHIBIT SHEETS 198-234PART C: ELECTRICAL EQUIPMENT SPECIFICATION 235-285ATTACHMENT:TABLES &TENDER DRAWINGS 286TABLE –I :DESIGN PARAMETERS FOR CALCULATING COOLING LOAD 286-288TENDER DRAWINGS 288

Page 5: Corrigendum_2015!05!061430905415vam Final Print

THE WEST BENGALPOWER DEVELOPMENT CORPORATION

LIMITEDBIDYUT UNNAYAN BHAWAN, PLOT NO - 3/C, BLOCK - LA,

SECTOR - III, SALT LAKE CITYKOLKATA – 700 098, INDIA

BANDEL THERMAL POWER STATIONUNIT-5 (210 MW)

Air conditioning systemFor

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

Volume – 1Commercial Document including Price Schedule

Page 6: Corrigendum_2015!05!061430905415vam Final Print

1. PART 1 – BIDDING PROCEDURES

1

Page 7: Corrigendum_2015!05!061430905415vam Final Print

THE WEST BENGALPOWER DEVELOPMENT CORPORATION LIMITED

BIDYUT UNNAYAN BHAWAN, PLOT NO - 3/C, BLOCK - LA,SECTOR - III, SALT LAKE CITY

KOLKATA – 700 098, INDIA

NATIONAL COMPETITIVE BIDDING FORTHE SUPPLY INSTALLATION, TESTING & COMMISSIONING OF AIRCONDITIONING SYSTEM OF CONTROL ROOM AND ASSOCIATED AREAS OFBANDEL THERMAL POWER STATION, UNIT-5, USING VAPOUR ABSORPTIONMACHINE (VAM) Chillers

BID REFERENCE : WBPDCL/Tend-Adv/CC/14-15/...... /Corp. Dt.: . .2015.

DATE OF COMMENCEMENT OFSALE OF BIDDING DOCUMENT : 30.04.2015.

LAST DATE FOR SALE OFBIDDING DOCUMENT : 04.06.2015.from11.00hrsto16.00 hrs

( Exceptsat/sun/holidays)

PRE-BID QUERIES SUBMISSION : 20.052015 .LAST DATE

PRE-BID MEETING DATE : 26.05.2015 at 14.30 hrs.

LAST DATE AND TIME FORRECEIPT OF BIDS : 05.06.2015.upto 14.30 hrs.

TIME AND DATE OF OPENINGOF BIDS : 05.06.2015 at 15.00 hrs.

2

Page 8: Corrigendum_2015!05!061430905415vam Final Print

PLACE OF OPENING OF BIDS : Bidyut Unayan Bhavan3/C, Block – LA, Sector – IIIBidhan Nagar, Kolkata-700098

ADDRESS FOR COMMUNICATION : M&C dept. 6th floor, CorporateOffice of WBPDCL at Bidyut Unnayan Bahaman, Plot No.3/C, LA-Block,Sector-III, Salt Lake City, Kolkata 700 098, India (Tel: ++91-33-3624/,3368/3341, Fax No. ++91-33-2339 3607)

e-mailaddress:<[email protected]> ,<[email protected]>[email protected].

Page 9: Corrigendum_2015!05!061430905415vam Final Print

3

SECTION I: INVITATION FOR BIDS (IFB)

Page 10: Corrigendum_2015!05!061430905415vam Final Print

4

Page 11: Corrigendum_2015!05!061430905415vam Final Print

NATIONAL COMPETITIVE BIDDING FORTHE SUPPLY INSTALLATION, TESTING & COMMISSIONING OF AIR

CONDITIONING SYSTEM OF CONTROL ROOM AND ASSOCIATED AREAS OFBANDEL THERMAL POWER STATION, UNIT-5 UNDER ENERGY EFFICIENCYRENOVATION & MODERNIZATION (EER&M) PROJECT USING VAMCHILLERS

INVITATION FOR BIDS (IFB)

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

IFB No. : Date :

1. The Government of India has received Loan (IBRD Loan No.: 7687-IN) and the grant(GEF Grant No.: TF 094676) from the International Bank for Reconstruction andDevelopment with co-financing through grant from Global Environment Facility(GEF) towards the cost of India: Coal Fired Generation Rehabilitation Project and it isintended that part of the proceeds of this credit/loan will be applied to eligible paymentsunder the contracts for which this Invitation for Bids is issued.

2. The West Bengal Power Development Corporation Limited (WBPDCL), Kolkata,India now invites sealed bids from eligible bidders for Air conditioning system ForControl room & associated areas at Bandel TPS unit-5.

3. Bidding will be conducted through the National Competitive Bidding (NCB)procedures agreed with World Bank. The provisions in the Instructions to Bidders andin the General Conditions of contract are based on the provisions of the World BankStandard Bidding Document - Procurement of Goods.

4. Interested eligible Bidders may obtain further information from and inspect the biddingdocuments from the Corporate Office of WBPDCL at Bidyut Unnayan Bahaman, PlotNo.3/C, LA-Block, Sector-III, Salt Lake City, Kolkata 700 098, India (Tel: ++91-33-2339 3368, Fax No. ++91-33-2335 0516) e-mail address: <[email protected]>,<[email protected]>

5. A complete set of bidding documents may be purchased by any interested eligiblebidder on the submission of a written application to the above office and upon paymentof a non-refundable fee as indicated below in the form of a Demand Draft / Pay Orderon any Bank (licensed to do business in India) payable at Kolkata in favour of the WestBengal Power Development Corporation Limited.

5

Page 12: Corrigendum_2015!05!061430905415vam Final Print

6. The bidding document may be obtained from the office of The West Bengal PowerDevelopment Corporation Limited, Bidyut Unayan Bhavan, Plot No. 3/C, LA Block,Sector-III, Salt Lake City, 700098 during office hours namely, from 11.00 Hours to16.00 Hours on all working day (except Saturdays, Sundays & Holidays) either inperson or by post. The West Bengal Power Development Corporation Limited willnot be held responsible for the postal delay. If any, in the delivery of documents ornon-receipt of the same.

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

(b) Date of commencement of : 30.04.2015.sale of bidding document

( Except sat/sun/holidays)

(c) Last date for sale of : 04.06.2015. upto 16.00hrs.bidding document

(d) Last date for submission of pre-bid : 20.05.2015.queries (if, any)

(e) Pre-bid meeting : 26.05.2015 at 14.30 hrs.

(f) Last date and time for : 05.06.2015 upto 14.30 hrs.receipt of bids

(g) Time and date of : 05.06.2015.at 15.00 hrs.opening of bids

(h) Place of pre-bid meeting and opening of bids : Bidyut Unnayan Bhaban3/C, Block – LA, Sector – IIIBidhan Nagar, Kolkata-700098

(i) Address for communication :Corporate Office of WBPDCL at Bidyut Unnayan Bahaman, Plot No.3/C, LA-Block, Sector- III, Salt Lake City, Kolkata 700 098, India (Tel: ++91-33-23393368/3341, Fax No. +91-33-2335 0516) e-mail address:<[email protected]>, <[email protected]>

7. All bids must be accompanied by a bid security of INR 2 Lakhs as specified in the biddocument and must be delivered to the above office at the date and time indicatedabove. Electronic bidding will not be permitted. Late bids will be rejected.

8. Bids will be opened in the presence of Bidders' representatives who choose to attend onthe specified date and time.

6

Page 13: Corrigendum_2015!05!061430905415vam Final Print

9. In the event of the date specified for bid receipt and opening being declared as a closedholiday for purchaser’s office, the due date for submission of bids and opening of bidswill be the following working day at the appointed times.

10. All the pages of the Bid documents as submitted by the bidder must be signed alongwith the endorsement from company’s seal. Otherwise, the bid is liable to be rejected.

7

Page 14: Corrigendum_2015!05!061430905415vam Final Print

SECTION I - INSTRUCTIONS TO BIDDERS [ITB]

8

Page 15: Corrigendum_2015!05!061430905415vam Final Print

9

Section I. Instructions to Bidders

Table of Clauses

A.A. GENERAL...............................................................................................................................11

1. SCOPE OF BID......................................................................................................... 112. SOURCE OF FUNDS................................................................................................. 113. FRAUD AND CORRUPTION...................................................................................... 124. ELIGIBLE BIDDERS................................................................................................. 135. ELIGIBLE GOODS AND RELATED SERVICES........................................................... 14

B. CONTENTS OF BIDDING DOCUMENTS.........................................................................146. SECTIONS OF BIDDING DOCUMENTS...................................................................... 147. CLARIFICATION OF BIDDING DOCUMENTS.............................................................158. AMENDMENT OF BIDDING DOCUMENTS.................................................................16

C. PREPARATION OF BIDS.................................................................................................... 169. COST OF BIDDING...................................................................................................1610. LANGUAGE OF BID................................................................................................. 1611. DOCUMENTS COMPRISING THE BID....................................................................... 1612. BID SUBMISSION FORM AND PRICE SCHEDULES....................................................1713. ALTERNATIVE BIDS................................................................................................1714. BID PRICES AND DISCOUNTS..................................................................................1715. CURRENCIES OF BID...............................................................................................1916. DOCUMENTS ESTABLISHING THE ELIGIBILITY OF THE BIDDER............................. 1917. DOCUMENTS ESTABLISHING THE ELIGIBILITY OF THE GOODS AND RELATEDSERVICES............................................................................................................................1918. DOCUMENTS ESTABLISHING THE CONFORMITY OF THE GOODS AND RELATEDSERVICES............................................................................................................................1919. DOCUMENTS ESTABLISHING THE QUALIFICATIONS OF THE BIDDER..................... 2020. PERIOD OF VALIDITY OF BIDS................................................................................2021. BID SECURITY........................................................................................................ 2122. FORMAT AND SIGNING OF BID............................................................................... 22

D. SUBMISSION AND OPENING OF BIDS........................................................................... 2323. SUBMISSION, SEALING AND MARKING OF BIDS.....................................................2324. DEADLINE FOR SUBMISSION OF BIDS.....................................................................2425. LATE BIDS.............................................................................................................. 2426. WITHDRAWAL, SUBSTITUTION, AND MODIFICATION OF BIDS...............................2427. BID OPENING..........................................................................................................24

E. EVALUATION AND COMPARISON OF BIDS................................................................ 2628. CONFIDENTIALITY.................................................................................................. 2629. CLARIFICATION OF BIDS.........................................................................................2630. RESPONSIVENESS OF BIDS......................................................................................2631. NONCONFORMITIES, ERRORS, AND OMISSIONS......................................................2732. PRELIMINARY EXAMINATION OF BIDS................................................................... 28

Page 16: Corrigendum_2015!05!061430905415vam Final Print

10

33. EXAMINATION OF TERMS AND CONDITIONS; TECHNICAL EVALUATION............... 2834. CONVERSION TO SINGLE CURRENCY..................................................................... 2835. DOMESTIC PREFERENCE......................................................................................... 2836. EVALUATION OF BIDS............................................................................................ 2837. COMPARISON OF BIDS............................................................................................ 3038. POSTQUALIFICATION OF THE BIDDER.....................................................................3039. PURCHASER’S RIGHT TO ACCEPT ANY BID, AND TO REJECT ANY OR ALL

BIDS........................................................................................................................30F. AWARD OF CONTRACT..................................................................................................... 31

40. AWARD CRITERIA...................................................................................................3141. PURCHASER’S RIGHT TO VARY QUANTITIES AT TIME OF AWARD........................3142. NOTIFICATION OF AWARD......................................................................................31PUBLICATION OF AWARD................................................................................................. 31RECOURSE TO UNSUCCESSFUL BIDDERS............................................................................ 3143. SIGNING OF CONTRACT.......................................................................................... 3144. PERFORMANCE SECURITY...................................................................................... 31

Page 17: Corrigendum_2015!05!061430905415vam Final Print

11

Section I. Instructions to BiddersA. General

1. Scope of Bid 1.1 The Purchaser indicated in the Bidding Data Sheet (BDS),issues these Bidding Documents for the supply of Goods andRelated Services incidental thereto as specified in Section VI,Schedule of Requirements. The name and identification numberof this National Competitive Bidding (NCB) procurement arespecified in the BDS. The name, identification, and number oflots of are provided in the BDS.

1.2 Throughout these Bidding Documents:

(a) the term “in writing” means communicated in written form (e.g.by mail, e-mail, fax, telex) with proof of receipt;

(b) if the context so requires, “singular” means “plural” and viceversa; and

(c) “day” means calendar day.

2. Source ofFunds

2.1 The Government of India (hereinafter called “Borrower”)specified in the BDS has applied for or received financing(hereinafter called “funds”) from the International Bank forReconstruction and Development or the InternationalDevelopment Association (hereinafter called “the Bank”) towardthe cost of the project named in the BDS. The Borrower intendsto apply a portion of the funds to eligible payments under thecontract for which these Bidding Documents are issued.

2.2 Payments by the Bank will be made only at the request of theBorrower and upon approval by the Bank in accordance with theterms and conditions of the financing agreement between theBorrower and the Bank (hereinafter called the Loan Agreement),and will be subject in all respects to the terms and conditions ofthat Loan Agreement. The Loan Agreement prohibits awithdrawal from the loan account for the purpose of anypayment to persons or entities, or for any import of goods, ifsuch payment or import, to the knowledge of the Bank, isprohibited by decision of the United Nations Security Counciltaken under Chapter VII of the Charter of the United Nations. Noparty other than the Borrower shall derive any rights from theLoan Agreement or have any claim to the funds.

Page 18: Corrigendum_2015!05!061430905415vam Final Print

12

3. Fraud andCorruption

3.1 It is the Bank’s policy to require that Borrowers (includingbeneficiaries of Bank loans), bidders, suppliers, contractors andtheir agents (whether declared or not), sub-contractors, sub-consultants, service providers or suppliers, and any personnelthereof, observe the highest standard of ethics during theprocurement and execution of Bank-financed contracts . Inpursuance of this policy, the Bank:

(a) defines, for the purposes of this provision, the terms set forthbelow as follows:

(i) “corrupt practice” is the offering, giving, receiving or soliciting,directly or indirectly, of anything of value to influenceimproperly the actions of another party ;

(ii) “fraudulent practice” is any act or omission, including amisrepresentation, that knowingly or recklessly misleads, orattempts to mislead, a party to obtain a financial or other benefitor to avoid an obligation ;

(iii) “collusive practice” is an arrangement between two or moreparties designed to achieve an improper purpose, including toinfluence improperly the actions of another party ;

(iv) “coercive practice” is impairing or harming, or threatening toimpair or harm, directly or indirectly, any party or the property ofthe party to influence improperly the actions of a party ;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealing ofevidence material to the investigation or making false statementsto investigators in order to materially impede a Bankinvestigation into allegations of a corrupt, fraudulent, coercive orcollusive practice; and/or threatening, harassing or intimidatingany party to prevent it from disclosing its knowledge of mattersrelevant to the investigation or from pursuing the investigation, or

(bb) acts intended to materially impede the exercise of the Bank’sinspection and audit rights provided for under paragraph 1.16(e)below.

(b) will reject a proposal for award if it determines that the bidderrecommended for award, or any of its personnel, or its agents, orits sub-consultants, sub-contractors, service providers, suppliersand/or their employees, has, directly or indirectly, engaged incorrupt, fraudulent, collusive, coercive or obstructive practices incompeting for the contract in question;

(c) will declare misprocurement and cancel the portion of the loanallocated to a contract if it determines at any time thatrepresentatives of the Borrower or of a recipient of any part of the

Page 19: Corrigendum_2015!05!061430905415vam Final Print

13

proceeds of the loan engaged in corrupt, fraudulent, collusive,coercive or obstructive practices during the procurement or theimplementation of the contract in question, without the Borrowerhaving taken timely and appropriate action satisfactory to theBank to address such practices when they occur, including byfailing to inform the Bank in a timely manner at the time theyknew of the practices;

(d) will sanction a firm or individual, at any time, in accordance withprevailing Bank’s sanctions procedures , including by publiclydeclaring such firm or individual ineligible, either indefinitely orfor a stated period of time: (i) to be awarded a Bank-financedcontract; and (ii) to be a nominated sub-contractor, consultant,supplier or services provider of an otherwise eligible firm beingawarded a Bank-financed contract;

(e) will require that a clause be included in bidding documents and incontracts financed by a Bank loan, requiring bidders, suppliersand contractors, and their sub-contractors, agents, personnel,consultants, service providers or suppliers, to permit the Bank toinspect all accounts, records and other documents relating to thesubmission of bids and contract performance, and to have themaudited by auditors appointed by the Bank.

3.2 Furthermore, Bidders shall be aware of the provision stated inSub-Clause 35.1 (a) (iii) of the General Conditions of Contract.

4. EligibleBidders

4.1 A Bidder, and all parties constituting the Bidder, may have thenationality of any country, subject to the restrictions specified inSection V, Eligible Countries. A Bidder shall be deemed to havethe nationality of a country if the Bidder is a citizen or isconstituted, incorporated, or registered and operates inconformity with the provisions of the laws of that country. Thiscriterion shall also apply to the determination of the nationalityof proposed subcontractors or suppliers for any part of theContract including Related Services.

4.2 A Bidder shall not have a conflict of interest. All bidders foundto have conflict of interest shall be disqualified. Bidders may beconsidered to have a conflict of interest with one or more partiesin this bidding process, if they:

(a) are or have been associated in the past, with a firm or any of itsaffiliates which have been engaged by the Purchaser to provideconsulting services for the preparation of the design,specifications, and other documents to be used for theprocurement of the goods to be purchased under these BiddingDocuments ; or

Page 20: Corrigendum_2015!05!061430905415vam Final Print

14

(b) submit more than one bid in this bidding process, except foralternative offers permitted under ITB Clause 13. However,this does not limit the participation of subcontractors in morethan one bid;

4.3 A Bidder that is under a declaration of ineligibility by the Bankin accordance with ITB Clause 3, at the date of contract award,shall be disqualified. The list of debarred firms is available atthe electronic address specified in the BDS.

4.4 A firm that has been determined to be ineligible by the Bank inrelation to the Bank Guidelines On Preventing and CombatingFraud and Corruption in Projects Financed by IBRD Loans andIDA Credits and Grants shall be not be eligible to be awarded acontract.

4.5 Government-owned enterprises in the Borrower’s Country shallbe eligible only if they can establish that they (i) are legally andfinancially autonomous, (ii) operate under commercial law, and(iii) are not a dependent agency of the Purchaser or Borrower orSub-Borrower.

4.6 Bidders shall provide such evidence of their continuedeligibility satisfactory to the Purchaser, as the Purchaser shallreasonably request.

5. Eligible Goodsand RelatedServices

5.1 All the Goods and Related Services to be supplied under theContract and financed by the Bank may have their origin in anycountry in accordance with Section V, Eligible Countries.

5.2 For purposes of this Clause, the term “goods” includescommodities, raw material, machinery, equipment, and industrialplants; and “related services” includes services such asinsurance, installation, training, and initial maintenance.

5.3 The term “origin” means the country where the goods have beenmined, grown, cultivated, produced, manufactured or processed;or, through manufacture, processing, or assembly, anothercommercially recognized article results that differs substantiallyin its basic characteristics from its components.

B. Contents of Bidding Documents6. Sections of

BiddingDocuments

6.1 The Bidding Documents consist of Parts 1, 2, and 3, whichinclude all the Sections indicated below, and should be read inconjunction with any Addendum issued in accordance with ITBClause 8.

Page 21: Corrigendum_2015!05!061430905415vam Final Print

15

PART 1 Bidding Procedures

Section I. Instructions to Bidders (ITB)

Section II. Bidding Data Sheet (BDS)

Section III. Evaluation and Qualification Criteria

Section IV. Bidding Forms

Section V. Eligible Countries

PART 2 Supply Requirements

Section VI. Schedule of Requirements

PART 3 Contract

Section VII. General Conditions of Contract (GCC)

Section VIII. Special Conditions of Contract (SCC)

Section IX. Contract Forms

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

6.3 The Purchaser is not responsible for the completeness of theBidding Documents and their addendum, if they were notobtained directly from the Purchaser.

6.4 The Bidder is expected to examine all instructions, forms, terms,and specifications in the Bidding Documents. Failure to furnishall information or documentation required by the BiddingDocuments may result in the rejection of the bid.

7. Clarification ofBiddingDocuments

7.1 A prospective Bidder requiring any clarification of the BiddingDocuments shall contact the Purchaser in writing at thePurchaser’s address specified in the BDS. The Purchaser willrespond in writing to any request for clarification, provided thatsuch request is received no later than fifteen (15) days prior tothe deadline for submission of bids. The Purchaser shall forwardcopies of its response to all those who have acquired the BiddingDocuments directly from it, including a description of theinquiry but without identifying its source. Should the Purchaserdeem it necessary to amend the Bidding Documents as a result ofa clarification, it shall do so following the procedure under ITBClause 8 and ITB Sub-Clause 24.2.

Page 22: Corrigendum_2015!05!061430905415vam Final Print

16

8. Amendment ofBiddingDocuments

8.1 At any time prior to the deadline for submission of bids, thePurchaser may amend the Bidding Documents by issuingaddendum.

8.2 Any addendum issued shall be part of the Bidding Documentsand shall be communicated in writing to all who have obtainedthe Bidding Documents directly from the Purchaser.

8.3 To give prospective Bidders reasonable time in which to take anaddendum into account in preparing their bids, the Purchasermay, at its discretion, extend the deadline for the submission ofbids, pursuant to ITB Sub-Clause 24.2

C. Preparation of Bids9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation

and submission of its bid, and the Purchaser shall not beresponsible or liable for those costs, regardless of the conduct oroutcome of the bidding process.

10. Language ofBid

10.1 The Bid, as well as all correspondence and documents relating tothe bid exchanged by the Bidder and the Purchaser, shall bewritten in English language. Supporting documents and printedliterature that are part of the Bid may be in another languageprovided they are accompanied by an accurate translation of therelevant passages into English language, in which case, forpurposes of interpretation of the Bid, such translation shallgovern.

11. DocumentsComprising theBid

11.1 The Bid shall comprise the following:

(a) Bid Submission Form and the applicable Price Schedules, inaccordance with ITB Clauses 12, 14, and 15;

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

(c) written confirmation authorizing the signatory of the Bid tocommit the Bidder, in accordance with ITB Clause 22;

(d) documentary evidence in accordance with ITB Clause 16establishing the Bidder’s eligibility to bid;

(e) documentary evidence in accordance with ITB Clause 17, thatthe Goods and Related Services to be supplied by the Bidderare of eligible origin;

Page 23: Corrigendum_2015!05!061430905415vam Final Print

17

(f) documentary evidence in accordance with ITB Clauses 18 and30, that the Goods and Related Services conform to the BiddingDocuments;

(g) documentary evidence in accordance with ITB Clause 19establishing the Bidder’s qualifications to perform the contractif its bid is accepted; and

(h) Manufacturers authorization form.

(i) any other document required in the BDS.

12. Bid SubmissionForm and PriceSchedules

12.1 The Bidder shall submit the Bid Submission Form using the formfurnished in Section IV, Bidding Forms. This form must becompleted without any alterations to its format, and nosubstitutes shall be accepted. All blank spaces shall be filled inwith the information requested.

13. AlternativeBids

13.1 Unless otherwise specified in the BDS, alternative bids shall notbe considered.

14. Bid Prices andDiscounts

14.1 The prices and discounts quoted by the Bidder in the BidSubmission Form and in the Price Schedules shall conform to therequirements specified below.

14.2 All lots and items must be listed and priced separately in thePrice Schedules.

14.3 The price to be quoted in the Bid Submission Form shall be thetotal price of the bid, excluding any discounts offered.

14.4 The Bidder shall quote any unconditional discounts and indicatethe method for their application in the Bid Submission Form.

14.5 The terms EXW and other similar terms shall be governed by therules prescribed in the current edition of Incoterms, published byThe International Chamber of Commerce, as specified in theBDS.

14.6 Prices shall be quoted as specified in the Price Schedule includedin Section IV, Bidding Forms. The dis-aggregation of pricecomponents is required solely for the purpose of facilitating thecomparison of bids by the Purchaser. This shall not in any waylimit the Purchaser’s right to contract on any of the termsoffered. In quoting prices, the Bidder shall be free to usetransportation through carriers registered in any eligible country,in accordance with Section V Eligible Countries. Similarly, the

Page 24: Corrigendum_2015!05!061430905415vam Final Print

18

Bidder may obtain insurance services from any eligible country inaccordance with Section V Eligible Countries. Prices shall be enteredin the following manner:

(a) For Goods:

(i) the price of the Goods quoted EXW (ex works, ex factory,ex warehouse, ex showroom, or off-the-shelf, asapplicable), including all duties (customs, excise etc.) andsales and other taxes already paid or payable on thecomponents and raw material used in the manufacture orassembly of the Goods;

(ii) any vat, sales tax and other taxes which will be payable onthe Goods if the contract is awarded to the Bidder; and

(iii) the price for inland transportation, insurance, and other localservices required to convey the Goods to their finaldestination (Project Site) specified in theBDS.

(b) for the Related Services, other than inland transportationand other services required to convey the Goods to theirfinal destination, whenever such Related Services arespecified in the Schedule of Requirements:

(i) the price of each item comprising the Related Services(inclusive of any applicable taxes).

(c) bidders may like to ascertain availability of excise dutyexemption benefits, available for contracts financed underWorld Bank Credits/ Loans. They are solely responsiblefor obtaining such benefits, which they have considered intheir bid and in case of failure to receive such benefits forreasons whatsoever, the Purchaser will not compensate thebidder.

Where the bidder has quoted taking into account suchbenefits, he must give all information required for issue ofnecessary Certificates in terms of the Central ExciseNotification -108/95 along with his bid in form at S. No. 8of Section VI. Where the Purchaser issues suchCertificates, Excise Duty will not be reimbursed separately.

14.7 Prices quoted by the Bidder shall be fixed during the Bidder’sperformance of the Contract and not subject to variation on anyaccount, unless otherwise specified in the BDS. A Bid submittedwith an adjustable price quotation shall be treated as nonresponsive and shall be rejected, pursuant to ITB Clause 30.

Page 25: Corrigendum_2015!05!061430905415vam Final Print

19

14.8 However, if in accordance with the BDS, prices quoted by theBidder shall be subject to adjustment during the performance ofthe Contract, a bid submitted with a fixed price quotation shallnot be rejected, but the price adjustment shall be treated as zero.

14.9 If so indicated in ITB Sub-Clause 1.1, bids are being invited forindividual contracts (lots) or for any combination of contracts(packages). Prices quoted shall correspond to 100 % of the itemsspecified for each lot and to 100% of the quantities specified foreach item of a lot. Bidders wishing to offer any price reduction(discount) for the award of more than one Contract shall specifythe applicable price reduction in accordance with ITB Sub-Clause 14.4 provided the bids for all lots are submitted andopened at the same time.

15. Currencies ofBid

15.1 The Bidder shall quote in Indian Rupees only.

16. DocumentsEstablishingthe Eligibilityof the Bidder

16.1 To establish their eligibility in accordance with ITB Clause 4,Bidders shall complete the Bid Submission Form, included inSection IV, Bidding Forms.

17. DocumentsEstablishingthe Eligibilityof the Goodsand RelatedServices

17.1 To establish the eligibility of the Goods and Related Services inaccordance with ITB Clause 5, Bidders shall complete thecountry of origin declarations in the Price Schedule Forms,included in Section IV, Bidding Forms.

18. DocumentsEstablishingthe Conformityof the Goodsand RelatedServices

18.1 To establish the conformity of the Goods and Related Services tothe Bidding Documents, the Bidder shall furnish as part of itsBid the documentary evidence that the Goods conform to thetechnical specifications and standards specified in Section VI,Schedule of Requirements.

18.2 The documentary evidence may be in the form of literature,drawings or data, and shall consist of a detailed item by itemdescription of the essential technical and performancecharacteristics of the Goods and Related Services, demonstratingsubstantial responsiveness of the Goods and Related Services tothe technical specification, and if applicable, a statement ofdeviations and exceptions to the provisions of the Schedule ofRequirements.

18.3 The Bidder shall also furnish a list giving full particulars,including available sources and current prices of spare parts,special tools, etc., necessary for the proper and continuing

Page 26: Corrigendum_2015!05!061430905415vam Final Print

20

functioning of the Goods during the period specified in the BDSfollowing commencement of the use of the goods by the Purchaser.

18.4 Standards for workmanship, process, material, and equipment, aswell as references to brand names or catalogue numbersspecified by the Purchaser in the Schedule of Requirements, areintended to be descriptive only and not restrictive. The Biddermay offer other standards of quality, brand names, and/orcatalogue numbers, provided that it demonstrates, to thePurchaser’s satisfaction, that the substitutions ensure substantialequivalence or are superior to those specified in the Schedule ofRequirements.

19. DocumentsEstablishingtheQualificationsof the Bidder

19.1 The documentary evidence of the Bidder’s qualifications toperform the contract if its bid is accepted shall establish to thePurchaser’s satisfaction:

(a) (i) that, if required in the BDS, a Bidder that does notmanufacture or produce the Goods it offers to supply shallsubmit the Manufacturer’s Authorization using the formincluded in Section IV, Bidding Forms to demonstrate thatit has been duly authorized by the manufacturer or producerof the Goods to supply these Goods in the Purchaser’sCountry;

(ii) Supplies for any particular item in each schedule of thebid should be from one manufacturer only. Bids fromagents offering supplies from different manufacturer’s forthe same item of the schedule in the bid will be treated asnon-responsive.

(b) that the Bidder meets each of the qualification criterionspecified in Section III, Evaluation and QualificationCriteria.

(c) Bids from Joint Ventures are not acceptable

20. Period ofValidity of Bids

20.1 Bids shall remain valid for the period specified in the BDS afterthe bid submission deadline date prescribed by the Purchaser. Abid valid for a shorter period shall be rejected by the Purchaseras non responsive.

20.2 In exceptional circumstances, prior to the expiration of the bidvalidity period, the Purchaser may request bidders to extend theperiod of validity of their bids. The request and the responsesshall be made in writing. If a Bid Security is requested in

Page 27: Corrigendum_2015!05!061430905415vam Final Print

21

accordance with ITB Clause 21, it shall also be extended for acorresponding period. A Bidder may refuse the request withoutforfeiting its Bid Security. A Bidder granting the request shall not berequired or permitted to modify its bid, except as provided in ITB Sub-Clause 20.3.

20.3 In the case of fixed price contracts, if the award is delayed by aperiod exceeding fifty-six (56) days beyond the expiry of theinitial bid validity, the Contract price shall be adjusted as by thefactor………….1[ value of factor stated in BDS] for each weekor part of week that has elapsed from the expiration of the intialbid validity to the date of notification of award to the successfulbidder. Bid evaluation shall be based on the Bid Price withouttaking into consideration the above correction.

21. Bid Security 21.1 The Bidder shall furnish as part of its bid, a Bid Security, ifrequired, as specified in the BDS.

21.2 The Bid Security shall be in the amount specified in the BDS anddenominated in the currency of the Purchaser’s Country or afreely convertible currency, and shall:

(a) at the bidder’s option, be in the form of either a certified check,demand draft, letter of credit, or a bank guarantee from aNationalised/Scheduled Bank in India.

(b) be substantially in accordance with one of the forms of BidSecurity included in Section IV, Bidding Forms, or other formapproved by the Purchaser prior to bid submission;

(c) be payable promptly upon written demand by the Purchaser incase the conditions listed in ITB Clause 21.5 are invoked;

(d) be submitted in its original form; copies will not be accepted;

(e) remain valid for a period of 45 days beyond the validity periodof the bids, as extended, if applicable, in accordance with ITBClause 20.2;

21.3 If a Bid Security is required in accordance with ITB Sub-Clause21.1, any bid not accompanied by a substantially responsive BidSecurity in accordance with ITB Sub-Clause 21.1, shall berejected by the Purchaser as non-responsive.

1 The factor is based on India’s projected inflation for the period in question. The borrower inserts the value inthe bid document prior to issue.

Page 28: Corrigendum_2015!05!061430905415vam Final Print

22

21.4 The Bid Security of unsuccessful Bidders shall be returned aspromptly as possible upon the successful Bidder’s furnishing ofthe Performance Security pursuant to ITB Clause 44.

21.5 The Bid Security may be forfeited or the Bid SecuringDeclaration executed:

(a) if a Bidder

(i) withdraws its bid during the period of bid validityspecified by the Bidder on the Bid SubmissionForm, except as provided in ITB Sub-Clause 20.2;or

(i) does not accept the correction of errors inprocurement of ITB 31,

or,

(b) if the successful Bidder fails to:

(i) sign the Contract in accordance with ITB Clause43;

(ii) furnish a Performance Security in accordance withITB Clause 44.

21.6 Not used

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

(a) if a Bidder withdraws its bid during the period of bidvalidity specified by the Bidder on the Letter of Bid Form,except as provided in ITB 20.2, or

(b) if the successful Bidder fails to: sign the Contract inaccordance with ITB 43; or furnish a performance securityin accordance with ITB 44;

the Borrower may, if provided for in the BDS, declare theBidder disqualified to be awarded a contract by the Purchaser fora period of time as stated in the BDS.

22. Format andSigning of Bid

22.1 The Bidder shall prepare one original of the documentscomprising the bid as described in ITB Clause 11 and clearlymark it “ORIGINAL.” In addition, the Bidder shall submit copiesof the bid, in the number specified in the BDS and clearly markthem “COPY.” In the event of any discrepancy between theoriginal and the copies, the original shall prevail.

22.2 The original and all copies of the bid shall be typed or written in

Page 29: Corrigendum_2015!05!061430905415vam Final Print

23

indelible ink and shall be signed by a person duly authorized tosign on behalf of the Bidder. The authorization shall beindicated by written Power of Attorney accompanying the bid.

22.3 Any interlineation, erasures, or overwriting shall be valid only ifthey are signed or initialed by the person signing the Bid.

D. Submission and Opening of Bids

23. Submission,Sealing andMarking ofBids

23.1 Bidders shall always submit their bids by hand. When sospecified in the BDS, bidders shall not have the option ofsubmitting their bids electronically.

(a) Bidders submitting by hand, shall enclose the original and eachcopy of the Bid, including alternative bids, if permitted inaccordance with ITB Clause 13, in separate sealed envelopes, dulymarking the envelopes as “ORIGINAL” and “COPY.” Theseenvelopes containing the original and the copies shall then beenclosed in one single envelope. The rest of the procedure shall bein accordance with ITB sub-Clauses 23.2 and 23.3.

(b) Bidders submitting bids shall follow bid submission proceduresspecified in the BDS.

23.2 The inner and outer envelopes shall:

(a) Bear the name and address of the Bidder;

(b) be addressed to the Purchaser in accordance with ITB Sub-Clause 24.1;

(c) bear the specific identification of this bidding process indicatedin ITB 1.1 and any additional identification marks as specifiedin the BDS; and

(d) bear a warning not to open before the time and date for bidopening, in accordance with ITB Sub-Clause 27.1.

23.3 If all envelopes are not sealed and marked as required, thePurchaser will assume no responsibility for the misplacement orpremature opening of the bid.

23.4 Talex, Cable or Facsimile bids will be rejected as non-responsive.

Page 30: Corrigendum_2015!05!061430905415vam Final Print

24

24. Deadline forSubmission ofBids

24.1 Bids must be received by the Purchaser at the address and nolater than the date and time specified in the BDS. In the eventof the specified date for the submission of Bids being declared aholiday for the Purchaser, the Bids will be received upto theappointed time on the next working day.

24.2 The Purchaser may, at its discretion, extend the deadline for thesubmission of bids by amending the Bidding Documents inaccordance with ITB Clause 8, in which case all rights andobligations of the Purchaser and Bidders previously subject tothe deadline shall thereafter be subject to the deadline asextended.

25. Late Bids 25.1 The Purchaser shall not consider any bid that arrives after thedeadline for submission of bids, in accordance with ITB Clause24. Any bid received by the Purchaser after the deadline forsubmission of bids shall be declared late, rejected, and returnedunopened to the Bidder.

26. Withdrawal,Substitution,andModification ofBids

26.1 A Bidder may withdraw, substitute, or modify its Bid after it hasbeen submitted by sending a written notice in accordance withITB Clause 23, duly signed by an authorized representative, andshall include a copy of the authorization (the power of attorney)in accordance with ITB Sub-Clause 22.2, (except that no copiesof the withdrawal notice are required). The correspondingsubstitution or modification of the bid must accompany therespective written notice. All notices must be:

(a) submitted in accordance with ITB Clauses 22 and 23(except that withdrawal notices do not require copies), andin addition, the respective envelopes shall be clearlymarked “WITHDRAWAL,” “SUBSTITUTION,” or“MODIFICATION;” and

(b) received by the Purchaser prior to the deadline prescribedfor submission of bids, in accordance with ITB Clause 24.

26.2 Bids requested to be withdrawn in accordance with ITB Sub-Clause 26.1 shall be returned unopened to the Bidders.

26.3 No bid may be withdrawn, substituted, or modified in theinterval between the deadline for submission of bids and theexpiration of the period of bid validity specified by the Bidder onthe Bid Submission Form or any extension thereof.

27. Bid Opening 27.1 The Purchaser shall conduct the bid opening in public at the

address, date and time specified in the BDS. Any specific electronicbid opening procedures required if electronic bidding is permitted in

Page 31: Corrigendum_2015!05!061430905415vam Final Print

25

accordance with ITB Sub-Clause 23.1, shall be as specified in theBDS. In the event of the specified date of bid opening being declared aholiday for the Purchaser, the bids will be opened at the appointed timeand location on the next working day.

27.2 First, envelopes marked “WITHDRAWAL” shall be opened andread out and the envelope with the corresponding bid shall not beopened, but returned to the Bidder. If the withdrawal envelopedoes not contain a copy of the “power of attorney” confirmingthe signature as a person duly authorized to sign on behalf of theBidder, the corresponding bid will not be opened. No bidwithdrawal shall be permitted unless the correspondingwithdrawal notice contains a valid authorization to request thewithdrawal and is read out at bid opening. Next, envelopesmarked “SUBSTITUTION” shall be opened and read out andexchanged with the corresponding Bid being substituted, and thesubstituted Bid shall not be opened, but returned to the Bidder.No Bid substitution shall be permitted unless the correspondingsubstitution notice contains a valid authorization to request thesubstitution and is read out at bid opening. Envelopes marked“MODIFICATION” shall be opened and read out with thecorresponding Bid. No Bid modification shall be permittedunless the corresponding modification notice contains a validauthorization to request the modification and is read out at Bidopening. Only envelopes that are opened and read out at Bidopening shall be considered further.

27.3 All other envelopes shall be opened one at a time, reading out:the name of the Bidder and whether there is a modification; theBid Prices, including any discounts and alternative offers; thepresence of a Bid Security, if required; and any other details asthe Purchaser may consider appropriate. Only discounts andalternative offers read out at Bid opening shall be considered forevaluation. No Bid shall be rejected at Bid opening except forlate bids, in accordance with ITB Sub-Clause 25.1.

27.4 The Purchaser shall prepare a record of the Bid opening thatshall include, as a minimum: the name of the Bidder and whetherthere is a withdrawal, substitution, or modification; the Bid Price,per lot if applicable, including any discounts, and alternativeoffers if they were permitted; and the presence or absence of aBid Security, if one was required. The Bidders’ representativeswho are present shall be requested to sign the attendance sheet.A copy of the record shall be distributed to all Bidders

who submitted bids in time, and posted online when electronic biddingis permitted.

Page 32: Corrigendum_2015!05!061430905415vam Final Print

26

E. Evaluation and Comparison of Bids28. Confidentiality 28.1 Information relating to the examination, evaluation, comparison,

and post qualification of bids, and recommendation of contractaward, shall not be disclosed to bidders or any other persons notofficially concerned with such process until publication of theContract Award.

28.2 Any effort by a Bidder to influence the Purchaser in theexamination, evaluation, comparison, and post qualification ofthe bids or contract award decisions may result in the rejection ofits Bid.

28.3 Notwithstanding ITB Sub-Clause 28.2, from the time of bidopening to the time of Contract Award, if any Bidder wishes tocontact the Purchaser on any matter related to the biddingprocess, it should do so in writing.

29. Clarification ofbids

29.1 To assist in the examination, evaluation, comparison and post-qualification of the bids, the Purchaser may, at its discretion, askany Bidder for a clarification of its Bid. Any clarificationsubmitted by a Bidder in respect to its Bid and that changes thesubstance of the Bidder price of the bid shall not be considered.The Purchaser’s request for clarification and the response shallbe in writing. No change in the prices or substance of the Bidshall be sought, offered, or permitted, except to confirm thecorrection of arithmetic errors discovered by the Purchaser in theEvaluation of the bids, in accordance with ITB Clause 31.

Page 33: Corrigendum_2015!05!061430905415vam Final Print

27

30. Responsivenessof Bids

30.1 The Purchaser’s determination of a bid’s responsiveness is to bebased on the contents of the bid itself.

30.2 A substantially responsive Bid is one that conforms to all theterms, conditions, and specifications of the Bidding Documentswithout material deviation, reservation, or omission. A materialdeviation, reservation, or omission is one that:

(a) affects in any substantial way the scope, quality, orperformance of the Goods and Related Services specified in theContract; or

(b) limits in any substantial way, inconsistent with the BiddingDocuments, the Purchaser’s rights or the Bidder’s obligationsunder the Contract; or

(c) if rectified would unfairly affect the competitive position ofother bidders presenting substantially responsive bids.

30.3 Bids from Agents, without proper authorization from themanufacturer as per Section XII, shall be treated as non-responsive.

30.4 If a bid is not substantially responsive to the Bidding Documents,it shall be rejected by the Purchaser and may not subsequently bemade responsive by the Bidder by correction of the materialdeviation, reservation, or omission.

31.

Non-conformities,Errors, andOmissions

31.1 Provided that a Bid is substantially responsive, the Purchasermay waive any non-conformities or omissions in the Bid that donot constitute a material deviation.

31.2 Provided that a bid is substantially responsive, the Purchaser mayrequest that the Bidder submit the necessary information ordocumentation, within a reasonable period of time, to rectifynonmaterial nonconformities or omissions in the bid related todocumentation requirements. Such omission shall not be relatedto any aspect of the price of the Bid. Failure of the Bidder tocomply with the request may result in the rejection of its Bid.

31.3 Provided that the Bid is substantially responsive, the Purchasershall correct arithmetical errors on the following basis:

(a) if there is a discrepancy between the unit price and the line itemtotal that is obtained by multiplying the unit price by thequantity, the unit price shall prevail and the line item total shallbe corrected, unless in the opinion of the Purchaser there is an

Page 34: Corrigendum_2015!05!061430905415vam Final Print

28

obvious misplacement of the decimal point in the unit price, inwhich case the line item total as quoted shall govern and theunit price shall be corrected;

(b) if there is an error in a total corresponding to the addition orsubtraction of subtotals, the subtotals shall prevail and the totalshall be corrected; and

(c) if there is a discrepancy between words and figures, the amountin words shall prevail, unless the amount expressed in words isrelated to an arithmetic error, in which case the amount infigures shall prevail subject to (a) and (b) above.

31.4 If the Bidder that submitted the lowest evaluated Bid does notaccept the correction of errors, its Bid shall be rejected and theBid security may be forfeited

32.PreliminaryExamination ofBids

32.1 The Purchaser shall examine the bids to confirm that alldocuments and technical documentation requested in ITB Clause11 have been provided, and to determine the completeness ofeach document submitted.

32.2 The Purchaser shall confirm that the following documents andinformation have been provided in the Bid. If any of thesedocuments or information is missing, the offer shall be rejectedand the bid security may be forfeited.

(a) Bid Submission Form, in accordance with ITB Sub-Clause12.1;

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

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

33.Examination ofTerms andConditions;TechnicalEvaluation

30.1 The Purchaser shall examine the bid to confirm that the Bidderhas accepted all terms and conditions specified in GCC and theSCC. without material deviations or reservation. Deviations fromor objections or reservations to critical provisions such as thoseconcerning Performance Security (GCC Clause 18). Warranty(GCC Clause 28), Force Majeure (Clause 32), Limitation ofliability (GCC Clause 30), Governing law (GCC Clause 9) andTaxes & Duties (GCC Clause 17) will be deemed to be a materialdeviation. The Purchaser’s determination of a bid’sresponsiveness is to be based on the contents of the bid itselfwithout recourse to extrinsic evidence.

30.2 The Purchaser shall evaluate the technical aspects of the Bidsubmitted in accordance with ITB Clause 18, to confirm that all

Page 35: Corrigendum_2015!05!061430905415vam Final Print

29

requirements specified in Section VI, Schedule of Requirementsof the Bidding Documents have been met without any materialdeviation or reservation.

30.3 If, after the examination of the terms and conditions and thetechnical evaluation, the Purchaser determines that the Bid isnot substantially responsive in accordance with ITB Clause 30,it shall reject the Bid.

34. Conversion toSingle Currency

Not used

35. DomesticPreference

Not used

36. Evaluation ofBids

36.1 The Purchaser shall evaluate each bid that has been determined,up to this stage of the evaluation, to be substantially responsive.

36.2 To evaluate a Bid, the Purchaser shall only use all the factors,methodologies and criteria defined in ITB Clause 36. No othercriteria or methodology shall be permitted.

36.3 To evaluate a Bid, the Purchaser shall consider the following:

(a) evaluation will be done for Items or Lots, as specified in theBDS; and the Bid Price as quoted in accordance with clause14;

(b) price adjustment for correction of arithmetic errors inaccordance with ITB Sub-Clause 31.3;

(c) price adjustment due to discounts offered in accordance withITB Sub-Clause 14.4;

(d) adjustments due to the application of the evaluation criteriaspecified in the BDS from amongst those set out in Section III,Evaluation and Qualification Criteria;

36.4 The Purchaser’s evaluation of a bid will exclude and not takeinto account:

(a) In the case of Goods manufactured in India or goods of foreignorigin already located in India, vat, sales and other similartaxes, which will be payable on the goods if a contract isawarded to the Bidder;

(b) any allowance for price adjustment during the period ofexecution of the contract, if provided in the bid.

Page 36: Corrigendum_2015!05!061430905415vam Final Print

30

36.5 The Purchaser’s evaluation of a bid may require theconsideration of other factors, in addition to the Bid Price quotedin accordance with ITB Clause 14. These factors may be relatedto the characteristics, performance, and terms and conditions ofpurchase of the Goods and Related Services. The effect of thefactors selected, if any, shall be expressed in monetary terms tofacilitate comparison of bids, unless otherwise specified inSection III, Evaluation and Qualification Criteria. The factors,methodologies and criteria to be used shall be as specified in ITB36.3 (d).

36.6 If so specified in the BDS, these Bidding Documents shall allowBidders to quote separate prices for one or more lots, and shallallow the Purchaser to award one or multiple lots to more thanone Bidder. The methodology of evaluation to determine thelowest-evaluated lot combinations, is specified in Section III,Evaluation and Qualification Criteria.

37.Comparison ofBids

37.1 The Purchaser shall compare all substantially responsive bids todetermine the lowest-evaluated bid, in accordance with ITBClause 36.

38.

Post-qualificationof the Bidder

38.1 The Purchaser shall determine to its satisfaction whether theBidder that is selected as having submitted the lowest evaluatedand substantially responsive bid is qualified to perform theContract satisfactorily.

38.2 The determination shall be based upon an examination of thedocumentary evidence of the Bidder’s qualifications submittedby the Bidder, pursuant to ITB Clause 19.

38.3 An affirmative determination shall be a prerequisite for award ofthe Contract to the Bidder. A negative determination shall resultin disqualification of the bid, in which event the Purchaser shallproceed to the next lowest evaluated bid to make a similardetermination of that Bidder’s capabilities to performsatisfactorily.

39. Purchaser’sRight to AcceptAny Bid, and toReject Any or AllBids

39.1 The Purchaser reserves the right to accept or reject any bid, andto annul the bidding process and reject all bids at any time priorto contract award, without thereby incurring any liability toBidders.

Page 37: Corrigendum_2015!05!061430905415vam Final Print

31

F. Award of Contract40.Award Criteria 40.1 The Purchaser shall award the Contract to the Bidder whose offer

has been determined to be the lowest evaluated bid and issubstantially responsive to the Bidding Documents, providedfurther that the Bidder is determined to be qualified to performthe Contract satisfactorily.

41.Purchaser’sRight to VaryQuantities at Timeof Award

41.1 At the time the Contract is awarded, the Purchaser reserves theright to increase or decrease the quantity of Goods and RelatedServices originally specified in Section VI, Schedule ofRequirements, provided this does not exceed the percentagesspecified in the BDS, and without any change in the unit pricesor other terms and conditions of the bid and the BiddingDocuments.

42.Notification ofAward

Publication ofAward

Recourse tounsuccessfulBidders

42.1 Prior to the expiration of the period of bid validity, the Purchasershall notify the successful Bidder, in writing, that its Bid hasbeen accepted.

42.2 Until a formal Contract is prepared and executed, the notificationof award shall constitute a binding Contract.

42.3 The Purchaser shall publish the tender at wwww.wbpdcl.co.in.The LOA shall be awarded to the successful bidder afterevaluation of the tender. After the award of contract,unsuccessful bidders may request in writing to the Purchaser fora debriefing seeking explanations on the grounds on which theirbids were not selected. The Purchaser shall promptly respond inwriting to any unsuccessful Bidder who, after Publication ofcontract award, requests a debriefing.

42.4 Upon the successful Bidder’s furnishing of the performancesecurity and signing the Contract Form pursuant to ITB Clause 44,the Purchaser will promptly notify each unsuccessful Bidder andwill discharge its bid security, pursuant to ITB Clause 21.4.

43. Signing ofContract

43.1 Promptly after notification, the Purchaser shall send thesuccessful Bidder the Agreement and the Special Conditions ofContract.

43.2 Within twenty-one (21) days of receipt of the Agreement, thesuccessful Bidder shall sign, date, and return it to the Purchaser.

44. PerformanceSecurity

44.1 Within twenty one (21) days of the receipt of notification ofaward from the Purchaser, the successful Bidder, if required,shall furnish the Performance Security in accordance with theGCC, using for that purpose the Performance Security Formincluded in Section IX Contract forms, or another Form

Page 38: Corrigendum_2015!05!061430905415vam Final Print

32

acceptable to the Purchaser. The Purchaser shall promptly notifythe name of the winning Bidder to each unsuccessful Bidder anddischarge the Bid Securities of the unsuccessful bidders pursuantto ITB Sub-Clause 21.4.

44.2 Failure of the successful Bidder to submit the above-mentionedPerformance Security or sign the Contract shall constitutesufficient grounds for the annulment of the award and forfeitureof the Bid Security. In that event the Purchaser may award theContract to the next lowest evaluated Bidder, whose offer issubstantially responsive and is determined by the Purchaser to bequalified to perform the Contract satisfactorily.

Page 39: Corrigendum_2015!05!061430905415vam Final Print

33

33

SECTION II - BIDDING DATA SHEET

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

ITB ClauseReference

A. General

ITB 1.1The Purchaser is: The West Bengal Power Development CorporationLimited Bidyut Unnayan Bhaban, Plot No. 3/C, LA – Block, Sector – III,Salt Lake City, Kolkata – 98

ITB 1.1 The name and identification number of the NCB are: Air conditioning systemfor Control room & associated areas using VAM at Bandel TPS unit-5 .NCB No.........The number, identification and names of the lots comprising this NCB are :NOT APPLICABLE

ITB 2.1 The Borrower is Government of India

ITB 2.1 The name of the Project is: India: Coal Fired Generation Rehabilitation Project.

ITB 4.3 A list of firms debarred from participating in World Bank projects is available athttp://www.worldbank.org/debarr

Page 40: Corrigendum_2015!05!061430905415vam Final Print

34

34

B. Contents of Bidding Documents

ITB 7.1For clarification purposes only, the Purchaser’s address is:Attention: GM (M&C),The West Bengal Power Development Corporation LimitedStreet Address: Bidyut Unayan Bhavan, Plot No. 3/C, LA Block, Sector-III, Salt Lake CityCity: KolkataZIP Code: 700098Country: IndiaTelephone: (91) 33 2339 3624 , (91) 33 2339 3621Facsimile number: (91) 033 23393607

Electronic mail address: [email protected],[email protected]

New clause7.2

The Bidder is advised to visit and examine the site where the plant is to beinstalled and its surroundings and obtain for itself on its ownresponsibility all information that may be necessary for preparing the bidand entering into a contract for the provision of Plant and InstallationServices. The costs of visiting the site shall be at the Bidder’s ownexpense.

New clause7.3

The Bidder and any of its personnel or agents will be granted permissionby the Employer to enter upon its premises and lands for the purpose ofsuch visit, but only upon the express condition that the Bidder, itspersonnel, and agents will release and indemnify the Employer and itspersonnel and agents from and against all liability in respect thereof, andwill be responsible for death or personal injury, loss of or damage toproperty, and any other loss, damage, costs, and expenses incurred as aresult of the inspection.

New clause7.4

The Bidder’s designated representative is invited to attend a pre-bidmeeting on the scheduled date as mentioned (at page no.4 of IFB notice)at Bidyut Unayan Bhavan, Plot No. 3/C, LA Block, Sector-III, Salt LakeCity, Kolkata - 700098.No. of Bidder’s Designated Representatives should be Three. The purpose ofthe meeting will be to clarify issues and to answer questions on any matterthat may be raised at that stage.

New clause7.5

The Bidder is requested, as far as possible, to submit any questions inwriting, to reach the Employer not later than 2 days before the meeting.

New clause7.6

Minutes of the pre-bid meeting, including the text of the questions raisedwithout identifying the source, and the responses given, together with anyresponses prepared after the meeting, will be transmitted promptly to allBidders who have acquired the Bidding Document in accordance withITB 6.3. Any modification to the Bidding Document that may becomenecessary as a result of the pre-bid meeting shall be made by theEmployer exclusively through the issue of an Addendum pursuant to ITB8 and not through the minutes of the pre-bid meeting.

New clause7.7

Nonattendance at the pre-bid meeting will not be a cause fordisqualification of a Bidder.

Page 41: Corrigendum_2015!05!061430905415vam Final Print

35

35

ITB 11.1(i) The Bidder shall submit the following additional documents in its bid:PROPOSAL EXHIBIT SHEETS ( Volume – III)

ITB 13.1 Alternative Bids shall not be considered.

ITB 14.6 The Incoterms edition is Incoterm 2000.

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

Schedule No. 1 Goods(including Mandatory Spare Parts) Supplied

Schedule No. 2 Related Services excluding Design Services

Schedule No. 3 Design Services

Schedule No. 4 Buy Back Price of existing equipment

Schedule No. 5 Grand Summary (Schedule Nos. 1 to 3)

Schedule No. 6 Recommended Spare Parts

Bidders shall note that the Goods included in Schedule Nos. 1 aboveexclude materials used for civil, building and other construction works.All such materials shall be included and priced under Schedule No. 2,Related Services excluding Design Services.

ITB 14.6 (a)(iii)

“Bandel Thermal Power Station, Tribeni, West Bengal PowerDevelopment Corporation Limited, District: Hooghly, Pin- 712503,West Bengal, India”:Service mentioned in ITB 14.6 (a) (iii) shall be considered underrelated Service ITB 14.6 (b).

ITB 14.6 (a)(iv) (NewClause)

Less the price of Buy Back Price of existing equipment of Purchaser’sitems specified in 14J01-003-SPC-VA-001

Page 42: Corrigendum_2015!05!061430905415vam Final Print

36

36

ITB 14.7 The prices quoted by the Bidder shall not be adjustable.

ITB 18.3 Period of time the Goods are expected to be functioning (for the purpose of spareparts): 3 years

ITB 19.1 (a) Manufacturer’s authorization is: required as per proforma in Section IV.

ITB 20.1 The bid validity period shall be 90 days.

ITB 20.3 The factor will be 0% per annum

ITB 21.1(a) Bid shall include a Bid Security (issued by bank) included in Section IV

Bidding Forms; for the period of bid validity plus 45 days (i.e., for 135days [One Hundred Thirty Five Days]) starting from bid submission date.In case of Bank Guarantee issued by branches outside India of foreignbanks, the Bank Guarantee shall be routed through the correspondent bankin India.

ITB 21.2 The amount of the Bid Security shall be: Indian Rupees Two Lakhs only

ITB 22.1 In addition to the original of the bid, the number of copies is: Two

D. Submission and Opening of Bids

ITB 23.1 Bidders shall not have the option of submitting their bids electronically.

ITB 23.1 (b) If bidders shall have the option of submitting their bids electronically, theelectronic bidding submission procedures shall be: Not Applicable

ITB 23.2 (c) The inner and outer envelopes shall bear the tender notice no. and description ofthe job.

ITB 24.1 For bid submission purposes, the Purchaser’s address is:

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

Page 43: Corrigendum_2015!05!061430905415vam Final Print

37

37

III, Salt Lake CityCity: KolkataPin Code: 700098Country: India

ITB 27.1 The bid opening shall take place at:

The West Bengal Power Development Corporation LimitedStreet Address: Bidyut Unayan Bhavan, Plot No. 3/C, LA Block, Sector-III, Salt Lake CityCity: KolkataPin Code: 700098Country: India

ITB 27.1 If electronic bid submission is permitted in accordance with ITB sub-clause 23.1,the specific bid opening procedures shall be: Not Applicable

Page 44: Corrigendum_2015!05!061430905415vam Final Print

38

38

E. Evaluation and Comparison of Bids

ITB 36.3(a)Evaluation will be done for Tender Document Air conditioning system usingVAM for Control room & associated areas at Bandel TPS unit-5 overallcompleteness and compliance with the Purchaser’s Requirements; conformity ofthe Goods and Installation Services offered with specified performance criteria,including conformity with the specified minimum (or maximum, as the case maybe) requirement corresponding to each functional guarantee, as indicatedin the Specification (14J01-003-SPC-VA-001) and in Section III Evaluation andQualification Criteria; suitability of the Plant and Installation Services offered inrelation to the environmental and climatic conditions prevailing at the site; andquality, function and operation of any process control concept included in thebid.

ITB 36.3(d)The adjustments shall be determined using the following criteria, from amongstthose set out in Section III, Evaluation and Qualification Criteria: [refer toSchedule III, Evaluation and Qualification Criteria; insert complementarydetails if necessary]

i. Deviation in Delivery schedule: No .ii. Deviation in payment schedule: No.

iii. the cost of major replacement components, mandatory spare parts, andservice: Yes

iv. the availability in the Purchaser’s Country of spare parts and after-salesservices for the equipment offered in the bid: Must available in India

v. the projected operating and maintenance costs during the life of theequipment No

vi. the performance and productivity of the equipment offered: Confirmed theperformance requirement stated in 14J01-003-SPC-VA-001

vii. Specific additional criteriaThe following additional criteria will be used in the evaluation:

1. Fill up of Buy Back of value of existing equipments listed in PriceSchedule 4 is mandatory otherwise bid shall be treated as non responsive.

2. Deficiency in Mandatory Spares (if any) – If any mandatory spares are notquoted then the highest quoted unit rate among the responsive bids will be addedfor evaluation purpose. Bid prices quoted by bidders shall remain unaltered.

Incomplete / non-responsive mandatory spare list may run the risk of Bidrejection.

ITB 36.6 Not applicable

Page 45: Corrigendum_2015!05!061430905415vam Final Print

39

39

F. Award of Contract

ITB 40.2 A new ITB Clause 40.2 after 40.1 shall be added as under:Award for the entire scope of work shall be placed on the lowestevaluated and qualified bidder who is found capable to perform theContract in the event of award. The mode of contracting with thesuccessful bidder will be as per stipulation outlined in Clause PC 36.2and briefly indicated below:In the case of successful Bidder, the award shall be made as follows:

(i) First Contract: For EXW supply of all the Goods includingmandatory Spare and Design Services under the Contract;

(ii) Second Contract: For providing all related services exceptDesign Services included in the First Contract in theContract Documents.

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

It is our understanding that as per extant provisions, Indian Income Tax isnot payable on sale of goods, if the contract is on principal-to-principal

basis. The bidders are, however, advised to check the position from theirown sources.

ITB 41.1 The maximum percentage by which quantities may be increased is: 15%

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

Page 46: Corrigendum_2015!05!061430905415vam Final Print

40

40

SECTION III. EVALUATION AND QUALIFICATIONCRITERIA

Contents1. Evaluation Criteria (ITB 36.3 {d})

2. Multiple Contracts (ITB 36.6)

3. Post qualification Requirements (ITB 38.2)

Page 47: Corrigendum_2015!05!061430905415vam Final Print

41

41

1. Evaluation Criteria (ITB 36.3 (d))

The Purchaser’s evaluation of a bid may take into account, in addition to the Bid Pricequoted in accordance with ITB Clause 14.6, one or more of the following factors as specified inITB Sub-Clause 36.3(d) and in BDS referring to ITB 36.3(d), using the following criteria andmethodologies.

i. Deviation in Delivery schedule: No .

ii. Deviation in payment schedule: No.

iii. the cost of major replacement components, mandatory spare parts, and service: Yes

iv. the availability in the Purchaser’s Country of spare parts and after-sales services for theequipment offered in the bid: Must available in India

v. the projected operating and maintenance costs during the life of the equipment No

vi. the performance and productivity of the equipment offered: Confirmed the performancerequirement stated in 14J01-003-SPC-VA-001

vii. Specific additional criteriaThe following additional criteria will be used in the evaluation:

1. Fill up of Buy Back of value of existing equipments listed in Price Schedule 4 ismandatory otherwise bid shall be treated as non responsive.

2. Deficiency in Mandatory Spares (if any) – If any mandatory spares are not quotedthen the highest quoted unit rate among the responsive bids will be added forevaluation purpose. Bid prices quoted by bidders shall remain unaltered.

Incomplete / non-responsive mandatory spare list may run the risk of Bid rejection.

2. Multiple Contracts (ITB 36.6) Not applicableThe Purchaser shall award multiple contracts to the Bidder that offers the lowest evaluatedcombination of bids (one contract per bid) and meets the post-qualification criteria (this SectionIII, Sub-Section ITB 38.2 Post-Qualification Requirements)

The Purchaser shall:

(a) evaluate only lots or contracts that include at least the percentages of items per lot andquantity per item as specified in ITB Sub Clause 14.8

(b) take into account:

(i) the lowest-evaluated bid for each lot and

(ii) the price reduction per lot and the methodology for its application as offered bythe Bidder in its bid”

Page 48: Corrigendum_2015!05!061430905415vam Final Print

42

42

3. Post-qualification Requirements (ITB 38.2) : Must condition to be fulfilled by thebidder as required for the evaluation of the bid

A) IT, ST, PT Clearance Certificates as applicable, VAT registration no, PF RegistrationCertificate, Excise documents, ESI and P.F Code Number or suitable certificate bearingexemption to any or all of above from competent authority. Legible photocopies of alldocuments duly attested are to be submitted along with the tender. Original copies of documentsare to be produced on demand.

B) The agency must have past experience in supply, installation, testing & commissioning ofAir conditioning system using Vapour Absorption Machine (VAM) Chillers during the lastseven (07) years ending last day of month previous to the one in which applications are invitedshould be either of the following :a.) One similar completed work order costing not less than the amount equal to Rs. 96 Lacs, orb.) Two similar completed work orders costing not less than Rs. 60 Lacs, orc.) Three similar completed work orders costing not less than Rs. 48 Lacs.

C) Financial Capability

The Bidder shall furnish documentary evidence that it meets the following financialrequirement(s) by filling up formats attached in proforma attached in Section VI ‘9.1, 9.2, 9.3Performa for Financial Statement’ (as given in pages 75-78) :

i. Historical Financial Performance- Submission of audited balance sheets or ifnot required by the law of the bidder’s country, other financial statementsacceptable to the Purchaser, for the last three [3] years to demonstrate the currentsoundness of the bidders financial position and its prospective long termprofitability.The Bidder shall, in particular, shall have a minimum positive Networth in the last three financial years.

ii. Average Annual Turnover: Minimum average annual turnover during the lastthree (03) years ending in 31st March, 2014 should be at least of INR Thirty sixlacs (Rs. 36 lacs).

iii. Financial Resources: The Bidder must demonstrate access to, or availability of,financial resources such as liquid assets, unencumbered real assets, lines of credit,and other financial means, other than any contractual advance payments to meet:

(i) the following cash-flow requirement: Indian Rupees Twenty-five Million (Rs.25 Million ) or an equivalent amount in a freely convertible currency, and

(ii) the overall cash flow requirements for this contract and its currentCommitments.

D) Experience and Technical Capacity: The Bidder shall furnish documentary evidence todemonstrate that it meets the following experience requirement(s): The Bidder shall furnishdocumentary evidence to demonstrate that the Goods it offers meet the Qualificationrequirements as stated in CL. 6.00.00 of part A of doc. no. : 14J01 - 003-SPC-VA-001 by fillingup PROPOSAL EXHIBIT SHEETS of Doc. No. : 14J01-003-SPC-VA-001. The Bidder mustfurnish details of supplies made by him in the last five years in proforma attached in Section VI‘7. Performa for Performance Statement’

Page 49: Corrigendum_2015!05!061430905415vam Final Print

43

43

SECTION IV – BIDDING FORMS

Table of Forms

Bidder Information Form.......................................................................................44Bid Submission Form............................................................................................ 45Price Schedule........................................................................................................48Price and Completion Schedule - Related Services...............................................55Bid Security (Bank Guarantee)..............................................................................61Manufacturer’s Authorization................................................................................62

Page 50: Corrigendum_2015!05!061430905415vam Final Print

44

44

BIDDER INFORMATION FORM

[The Bidder shall fill in this Form in accordance with the instructions indicated below. Noalterations to its format shall be permitted and no substitutions shall be accepted.]

Date: [insert date (as day, month and year) of Bid Submission]NCB No.: [insert number of bidding process]

Page ________ of_______ pages

1. Bidder’s Legal Name [insert Bidder’s legal name]

2. Bidder’s actual or intended Country of Registration: [insert actual or intended Country ofRegistration]

3. Bidder’s Year of Registration: [insert Bidder’s year of registration]

4. Bidder’s Legal Address in Country of Registration: [insert Bidder’s legal address incountry of registration]

5. Bidder’s Authorized Representative Information

Name: [insert Authorized Representative’s name] Original Power of Attorney copy has tobe enclosed.

Address: [insert Authorized Representative’s Address]Telephone/Fax numbers: [insert Authorized Representative’s telephone/fax numbers]Email Address: [insert Authorized Representative’s email address]

6. Attached are copies of original documents of: [check the box(es) of the attached originaldocuments]

Articles of Incorporation or Registration of firm named in 1, above, in accordance withITB Sub-Clauses 4.1 and 4.2.

In case of government owned entity from the Purchaser’s country, documents establishinglegal and financial autonomy and compliance with commercial law and not dependentagency of borrower or sub-borrower or purchaser, in accordance with ITB Sub-Clause 4.5.

IT, ST, PT Clearance Certificates as applicable, VAT registration no, PF RegistrationCertificate, Excise documents, ESI and P.F Code Number or suitable certificate bearingexemption to any or all of above from competent authority. Legible photocopies of alldocuments duly attested are to be submitted along with the tender

Page 51: Corrigendum_2015!05!061430905415vam Final Print

45

45

LETTER OF BID /BID SUBMISSION FORM

[The Bidder shall fill in this Form in accordance with the instructions indicated No alterations toits format shall be permitted and no substitutions shall be accepted.]

Date: [insert date (as day, month and year) of Bid Submission]NCB No.: [insert number of bidding process]

Invitation for Bid No.: [insert No of IFB]Alternative No.: [insert identification No if this is a Bid for an alternative]

To: [insert complete name of Purchaser]

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including AddendaNo.: [insert the number and issuing date of each Addenda];

(b) We offer to supply in conformity with the Bidding Documents and in accordance with theDelivery Schedules specified in the Schedule of Requirements the following Goods andRelated Services [insert a brief description of the Goods and Related Services];

(c) The total price of our Bid, excluding any discounts offered in item (d) below, is: [insert thetotal bid price in words and figures, indicating the various amounts and the respectivecurrencies];

(d) The discounts offered and the methodology for their application are:

Discounts. If our bid is accepted, the following discounts shall apply. [Specify in detaileach discount offered and the specific item of the Schedule of Requirements to which itapplies.]

Methodology of Application of the Discounts. The discounts shall be applied using thefollowing method: [Specify in detail the method that shall be used to apply the discounts];

(e) Our bid shall be valid for the period of time specified in ITB Sub-Clause 20.1, from the datefixed for the bid submission deadline in accordance with ITB Sub-Clause 24.1, and it shallremain binding upon us and may be accepted at any time before the expiration of thatperiod;

(f) If our bid is accepted, we commit to obtain a performance security in accordance with ITBClause 44 and GCC Clause 17 for the due performance of the Contract;

(g) We, including any subcontractors or suppliers for any part of the contract, have nationalityfrom eligible countries

(h) We have no conflict of interest in accordance with ITB Sub-Clause 4.3;

Page 52: Corrigendum_2015!05!061430905415vam Final Print

46

46

(i) Our firm, its affiliates or subsidiaries—including any subcontractors or suppliers for anypart of the contract—has not been declared ineligible by the Bank, under the Purchaser’scountry laws or official regulations, in accordance with ITB Sub-Clause 4.6;

(j) The following commissions, gratuities, or fees have been paid or are to be paid with respectto the bidding process or execution of the Contract: [insert complete name of eachRecipient, its full address, the reason for which each commission or gratuity was paid andthe amount and currency of each such commission or gratuity]

Name of Recipient Address Reason Amount

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

(k) We understand that this bid, together with your written acceptance thereof included in yournotification of award, shall constitute a binding contract between us, until a formal contractis prepared and executed.

(l) We understand that you are not bound to accept the lowest evaluated bid or any other bidthat you may receive.

(m) We hereby certify that we have taken steps to ensure that no person acting for us or on ourbehalf will engage in bribery.

(n) We undertake that, in competing for (and, if the award is made to us, in executing) theabove contract, we will strictly observe the laws against fraud and corruption in force inIndia namely, “Prevention of Corruption Act 1988.”

Signed: [insert signature of person whose name and capacity are shown]In the capacity of [insert legal capacity of person signing the Bid Submission Form]

Name: [insert complete name of person signing the Bid Submission Form]

Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder]

Dated on ____________ day of __________________, _______ [insert date of signing]

Page 53: Corrigendum_2015!05!061430905415vam Final Print

47

47

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

Page 54: Corrigendum_2015!05!061430905415vam Final Print

Section IV Bidding Forms 48

48

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

Date:_________________________NCB No: _____________________Alternative No: ________________Page N ______ of ______

1 2 3 4 5 6 7 8 9LineItemNo

Description of Goods DeliveryDate

Quantity andphysical unit

UnitpriceEXW[including

exciseduty ifany]

Total EXW price perline item [includingExcise Duty if any]

(Col. 45)

Price per line item forinland transportation,insurance and otherservices required to

convey the Goods to theirfinal destination

Sales, vat, and other taxes payableper item if Contract is awarded (inaccordance with ITB 14.6(a)(ii)

Not applicable

[insertnumberof theitem]

[insert name of Good] [insertquotedDeliveryDate]

[insert numberof units to besupplied andname of thephysical unit]

[insertEXWunitprice]

[insert total EXWprice per line item]

[insert the correspondingprice per line item]

[insert tsales and other taxespayable per line item if Contract isawarded]

[insert total price per item]

1. Vapour Absorption Machinewith all accessories includingPRDS, Plunger pumps &condensate pumps (butexcepting insulated steampiping, insulated condensatepiping and Instrument Airpiping) as detailed in clauseno.2.01.01(Sl.No.1& 2) ofPart-A, Volume-2 of Documentno.14J01-003-SPC-VA-001

1 No.

2. Insulated Steam piping with allaccessories as detailed inclause no. 2.01.01(Sl.No. 2c)of Part-A, Volume-2 ofDocument no.14J01-003-SPC-VA-001

60M

(size will bedecided by theBidder)

Page 55: Corrigendum_2015!05!061430905415vam Final Print

49

3. Insulated Condensate waterpiping with all accessories asdetailed in clause no.2.01.01(Sl. No. 2d) of Part-A,Volume-2 of Documentno.14J01-003-SPC-VA-001

60 M

(size will bedecided by theBidder)

4. Instrument Air piping with allaccessories as detailed in clause no.2.01.01(Sl. No. 2e) of Part-A,Volume-2 of Document no.14J01-003-SPC-VA-001

30 M

(size will bedecided by theBidder)

5. Water Cooled Precision AirConditioner with dual coil andwith all accessories as detailedin clause no.2.01.01(Sl.No.3)of Part-A, Volume-2 ofDocument no.14J01-003-SPC-VA-001

3 Nos.

(All Running)

6. Chilled Water Pump sets withall accessories as detailed inclause no.2.01.01(Sl.No.4) ofPart-A, Volume-2 of Documentno.14J01-003-SPC-VA-001

2 Nos.

(1R+1S)

7. Condenser Water Pump setswith all accessories as detailedin clause no.2.01.01(Sl.No.5)of Part-A, Volume-2 ofDocument no.14J01-003-SPC-VA-001

2 Nos.

(1R+1S)

8. Cooling Tower with allaccessories as detailed inclause no.2.01.01(Sl.No.6) ofPart-A, Volume-2 of Documentno.14J01-003-SPC-VA-001

2 Nos.

(1R+1S)

9. Non Chemical Water treatmentEquipment with all accessoriesas detailed in clauseno.2.01.01(Sl.No.8) of Part-A,Volume-2 of Documentno.14J01-003-SPC-VA-001

1 No.

Page 56: Corrigendum_2015!05!061430905415vam Final Print

50

10. Expansion Tank with allaccessories as detailed inclause no.2.01.01(Sl.No.9) ofPart-A, Volume-2 of Documentno.14J01-003-SPC-VA-001

1 No.

11. Fresh Air Volume Controldamper as detailed in clauseno.2.01.01(Sl.No.10) of Part-A,Volume-2 of Documentno.14J01-003-SPC-VA-001

1 No.

12. Smoke Exhaust Fan with allaccessories as detailed inclause no.2.01.01(Sl.No.11) ofPart-A, Volume-2 of Documentno.14J01-003-SPC-VA-001

1 No.

13. Ducting with insulation fromPAC units to main Headerlocated in the PAC room withall accessories as detailed inclause no.2.01.01(Sl.No.12) ofPart-A, Volume-2 of Documentno.14J01-003-SPC-VA-001

As shown inthe Tenderdrawing

Gauge wisequantity(Sq.M)to be decidedby the Bidder

14. Ducting without insulation(associated with SmokeExhaust system ) with allaccessories (except Motorizedisolation Damper) as detailedin clause no.2.01.01(Sl.No.12)of Part-A, Volume-2 ofDocument no.14J01-003-SPC-VA-001

As shown inthe Tenderdrawing

Gauge wisequantity(Sq.M)to be decidedby the Bidder

15. Motorized Isolation Damperwith all accessories as detailedin clause no.2.01.01(Sl.No.12iv) of Part-A, Volume-2 ofDocument no.14J01-003-SPC-VA-001

1 No. havingsize as shownin the Tenderdrawing

Page 57: Corrigendum_2015!05!061430905415vam Final Print

51

16. Condenser Water Piping withall accessories as detailed inclause no. 2.01.01(Sl. No. 7b)of Part-A, Volume-2 ofDocument no.14J01-003-SPC-VA-001

As required onLump-sumbasis

Size wisequantity to bedecided &indicated bythe Bidder asper Tenderdrawing

17. Make-up water piping with allaccessories as detailed inclause no. 2.01.01(Sl. No. 7d)of Part-A, Volume-2 ofDocument no.14J01-003-SPC-VA-001

As required onLump-sumbasis from thespecifiedbattery limit.

Size wisequantity to bedecided &indicated bythe Bidder

18. Equipment drainpiping( insulated anduninsulated) with allaccessories as detailed inclause no. 2.01.01(Sl. No. 7c)of Part-A, Volume-2 ofDocument no.14J01-003-SPC-VA-001

As required onLump-sumbasis.

19. Insulated Chilled water pipingwith all accessories as detailedin clause no. 2.01.01(Sl. No.7a) of Part-A, Volume-2 ofDocument no.14J01-003-SPC-VA-001

As required onLump-sumbasis

Size wisequantity to bedecided &indicated bythe Bidder

Page 58: Corrigendum_2015!05!061430905415vam Final Print

52

20. 415V MCC cum PDB cumControl Panel with allaccessories as detailed inclause no. 2.01.02 I(Sl. No. Ai)and 2.01.02 III of Part-A andother parts of Volume-2 ofDocument no.14J01-003-SPC-VA-001

1 No.

21. Local Push Button Stations asdetailed in clause no. 2.01.02I(Sl. No. Aii) of Part-A andother parts of Volume-2 ofDocument no.14J01-003-SPC-VA-001

2 Nos.

22. Power cabling including cabletrays and racks as detailed inclause no. 2.01.02 I(Sl. No. Bi) of Part-A and other parts ofVolume-2 of Documentno.14J01-003-SPC-VA-001

1 Lot.

As required onLump-sumbasis

23. Control & Instrumentationcabling including cable traysand racks as detailed in clauseno. 2.01.02 I(Sl. No. B ii) ofPart-A and other parts ofVolume-2 of Documentno.14J01-003-SPC-VA-001

1 Lot.

As required onLump-sumbasis

24. Grounding of all drive motors,panels & equipment as detailedin clause no. 2.01.02 I(Sl. No.B iii) of Part-A and other partsof Volume-2 of Documentno.14J01-003-SPC-VA-001

1 Lot.

As required onLump-sumbasis

25. All Consumables for one-yeartrouble free operation asindicated in clause no.2.01.03c)of Part-A of Volume-2 ofDocument no.14J01-003-SPC-VA-001

1 Lot.

As required onLump-sumbasis

Page 59: Corrigendum_2015!05!061430905415vam Final Print

53

26. All Mandatory Spare parts for3 year’s trouble free operationand maintenance and asdetailed in clause no.4.00.00 ofPart-B of Volume-2 ofDocument no.14J01-003-SPC-VA-001

Items withquantities shallbe as perclause nos4.01.00 and4.02.00 ofPart-B ofVolume-2 ofDocumentno.14J01-003-SPC-VA-001

27. Special Tools and Tacklesincluding Tool Box asindicated in clause no.2.01.03f) of Part-A of Volume-2 ofDocument no.14J01-003-SPC-VA-001

1 Lot.

As required onLump-sumbasis

28. Other Ancillary items requiredfor complete erection &Commissioning of thespecified system as detailed inclause nos. 2.01.03a) & b) ofPart-A of Volume-2 ofDocument no.14J01-003-SPC-VA-001

1 Lot.

As required onLump-sumbasis

(Total of thiscolumnwill be consideredin item 2 of PriceSchedule 2

Total Price to Table 5Summary

(Total of column 6)

Page 60: Corrigendum_2015!05!061430905415vam Final Print

54

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [insert date]

Note: (a) The bidder shall give list of spares for 3 years operation (or as required for the period specified in the evaluation criteria) separately indicating description, quantity, unit price and totalprice in the above format, for those items whose scope of supply includes spare parts as per technical specification.

Page 61: Corrigendum_2015!05!061430905415vam Final Print

Section IV Bidding Forms 55

55

PRICE SCHEDULE -2: PRICE AND COMPLETION SCHEDULE - RELATED SERVICES EXCEPT DESIGNSERVICE

Date:_________________________NCB No: _____________________Alternative No: ________________Page N ______ of ______

1 2 3 4 5 6 7ServiceN

Description of Services (excludes inland transportationand other services required in India to convey the

goods to their final destination)

Country ofOrigin

Delivery Date at placeof Final destination

Quantity and physical unit Unit price Total Price per Service(Col. 5*6)

[insertnumber oftheService ]

[insert name of Services] [insert countryof origin of theServices]

[insert delivery date atplace of finaldestination per Service]

[insert number of units to be supplied andname of the physical unit]

[insert unit priceper item]

[insert total price per item]

1. Shop Painting and Shop Testing as applicablefor all supply items

(Ref. clause no.2.02.02of Part-A of Volume-2and other relevant clauses of Documentno.14J01-003-SPC-VA-001

2. Transportation of Goods from Ex-works to BTPSSite, Unloading at site, transportation fromunloading point to site store from store toerection site, storing at site.

3. Complete work of erection of all equipment andaccessories including minor cutting and makinggood of holes on floors/walls and roofs kept bythe Purchaser for routing of system piping /ducting / cabling.

4. Final painting including supply of paints as perapproved colour scheme of the Purchaser.

5. Trial run and commissioning of the specifiedsystem and equipment.

Page 62: Corrigendum_2015!05!061430905415vam Final Print

56

6. Performance Guarantee Testing at site asdetailed in the technical specification documentno. 14J01-003-SPC-VA-001 and handing over tothe Purchaser to their entire satisfaction.

7. Training of owner’s operating & maintenancepersonnel

8. Dismantling of existing AC equipment (forControl room areas) located in the AC Plantroom and AHU room , the portion of existingducting in AHU room and exiting coolingtowers with all existing CW piping withfittings.shifting of dismantled items which haveno salvage value to scrap yard (within 0.5 KMoutside plant)

Total Price to Table 5 Summary (Total of column 7)

Page 63: Corrigendum_2015!05!061430905415vam Final Print

Section IV Bidding Forms 57

57

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

Date:_________________________NCB No: _____________________Alternative No: ________________Page N ______ of ______

1 2 3 4 5 6 7

ServiceN

Description of Services (excludes inlandtransportation and other services required in Indiato convey the goods to their final destination)

Country of Origin Delivery Date at placeof Final destination

Quantity and physicalunit

Unit price Total Price per Service(Col. 5*6)

[insert number of theService ]

[insert name of Services] [insert country oforigin of theServices]

[insert delivery date atplace of finaldestination per Service]

[insert number of unitsto be supplied and nameof the physical unit]

[insert unit price peritem]

[insert total price peritem]

Design and Engineering includingsubmission of drawings, data ,calculations,test reports/certificates, O & M Manuals,performance curves cable schedule, ControlLogic write-up Control scheme drawings, AS-Built drawings etc. as specified in thespecification document no. 14J01-003-SPC-VA-001 and as required by theconsultant/client(Ref. clause no.2.02.01of Part-A of Volume-2of Document no.14J01-003-SPC-VA-001

Total price forDesign service toTable 5Summary

(Total of column7)

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [insert date]

Page 64: Corrigendum_2015!05!061430905415vam Final Print

Section IV Bidding Forms 58

58

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

Date:_________________________NCB No: _____________________Alternative No: ________________

Page N ______ of ______

1 2 3 4 5

Item No. Description Quantity Unit Rate (Rs.) Total Price(Rs.)

1 Condensing Unit of 18.5TRcapacity

2

2 Air Handling Unit (20TR)with D-X type Cooling coil

2

3 Natural Draft Cooling Tower(40 TR)

1

4 Condenser Water Pump with7.5HP drive motor

2

5 Condenser Water piping Lot N.A.

6 MCC 1

Total Buy- Back Price which shall be deducted from the total supply price (to Schedule No. 5. GrandSummary)

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [insert date]

Page 65: Corrigendum_2015!05!061430905415vam Final Print

59

SCHEDULE NO. 5. GRAND SUMMARY

Item Description Total PriceAdd [Total of Column 6 of Schedule No. 1. ] To be Filled in by the Bidder.Add [Total of Column 7 of Schedule No. 2. ]Add [Total of Column 7 of Schedule No. 3.]Less [Total of Column 5 of Schedule No. 4.]Grand Total

I____________ certify that all the above typed in data and information pertaining to this Bid Document are correct and is a truerepresentation of the plant/equipment covered by our Formal Bid No. _______dated..........................Bidder's Name : ..............................................................................Authorised Representative'sSignature : ..............................................................................Bidder's Intent : The Bidder hereby agrees to fully comply with the requirements and intents of this specification for the priceindicated

Page 66: Corrigendum_2015!05!061430905415vam Final Print

60

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

Date:_________________________NCB No: _____________________Alternative No: ________________

Page N ______ of ______

1 2 3 4 5 6 7 8

Item

No

Description QuantityUnit price EXW[including excise

duty if any]

Total EXW priceper line item

[including ExciseDuty if any](Col3x4)

Price per line itemfor inland

transportation,insurance and

otherservices(packing,forwarding etc)

required to conveythe Goods to theirfinal destination

Sales, vat, andother taxes payable

per item ifContract isawarded (in

accordance withITB 14.6(a)(ii)

Total Price per lineitem

(Co5+6)

Page 67: Corrigendum_2015!05!061430905415vam Final Print

61

BID SECURITY (BANK GUARANTEE)

[The Bank shall fill in this Bank Guarantee Form in accordance with the instructionsindicated.][insert Bank’s Name, and Address of Issuing Branch or Office]

Beneficiary: [insert name and address of Purchaser]

Date: [insert date]

BID GUARANTEE No.: [insert bid Guarantee number]

We have been informed that [insert name of the Bidder] (hereinafter called "the Bidder") hassubmitted to you its bid dated [insert date] (hereinafter called "the Bid") for the execution of[insert name of Contract].

Furthermore, we understand that, according to your conditions, bids must be supported by aBid Guarantee.

At the request of the Bidder, we [insert name of Bank] hereby irrevocably undertake to payyou any sum or sums not exceeding in total an amount of [insert amount in figures expressedin the currency of the Purchaser’s Country or the equivalent amount in an internationalfreely convertible currency], [insert amount in words] upon receipt by us of your firstdemand in writing accompanied by a written statement stating that the Bidder is in breach ofits obligation(s) under the bid conditions, because the Bidder:

(a) has withdrawn its Bid during the period of bid validity specified by the Bidder in theBid Submission Form; or

(b) having been notified of the acceptance of its Bid by the Purchaser during the period ofbid validity as stated in the Bid Submission Form or extended by the Employer at anytime prior to expiration of this period, (i) fails or refuses to execute the Contract, ifrequired, or (ii) fails or refuses to furnish the Performance Security, in accordance withthe ITB, and (iii) does not accept the correction of Bid price pursuant to ITB Clause 31.

This Guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt ofcopies of the Contract signed by the Bidder and the Performance Security issued to you uponthe instruction of the Bidder; or (b) if the Bidder is not the successful Bidder, upon the earlierof (i) our receipt of a copy of your notification to the Bidder that the Bidder was unsuccessful;or (ii) forty-five days after the expiration of the Bidder’s Bid.

Consequently, any demand for payment under this Guarantee must be received by us at theoffice on or before that date.

This Guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.458.[Signature(s) of authorized bank’s representative(s)]

Page 68: Corrigendum_2015!05!061430905415vam Final Print

62

MANUFACTURER’S AUTHORIZATION

[The Bidder shall require the Manufacturer to fill in this Form in accordance with theinstructions indicated. This letter of authorization should be on the letterhead of theManufacturer and should be signed by a person with the proper authority to sign documentsthat are legally binding on the Manufacturer. The Bidder shall include it in its bid, if soindicated in the BDS.]

Date: [insert date (as day, month and year) of Bid Submission]NCB No.: [insert number of bidding process]

Alternative No.: [insert identification No if this is a Bid for an alternative]

To: [insert complete name of Purchaser]

WHEREAS

We [insert complete name of Manufacturer], who are official manufacturers of [insert typeof goods manufactured], having factories at [insert full address of Manufacturer’s factories],do hereby authorize [insert complete name of Bidder] to submit a bid the purpose of which isto provide the following Goods, manufactured by us [insert name and or brief description ofthe Goods], and to subsequently negotiate and sign the Contract against the above IFB.

We hereby extend our full guarantee and warranty in accordance with Clause 28 of theGeneral Conditions of Contract, with respect to the Goods offered by the above firm againstthis IFB.

No company or firm or individual other than M/s. ____________________ are authorized tobid, and conclude the contract for the above goods manufactured by us against this specificIFB. [This para should be deleted for simple items where manufacturers normally sell theproduct through different stockists].

Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]

Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]Title: [insert title]

Duly authorized to sign this Authorization on behalf of: [insert complete name of Bidder]

Dated on ____________ day of __________________, _______ [insert date of signing]

Note – Modify this format suitably in cases where manufacturer’s warranty and guarantee are notapplicable for the items for which bids are invited. If the supply consists of number of items, indicatethe specific item (s) for which alone the above authorization is required.

Page 69: Corrigendum_2015!05!061430905415vam Final Print

63

SECTION V. – ELIGIBLE COUNTRIES

Public Information Center

Eligibility for the Provision of Goods, Works and Services in Bank-Financed Procurement

1. In accordance with Para 1.8 of the Guidelines: Procurement under IBRD Loans andIDA Credits, dated May 2004, the Bank permits firms and individuals from allcountries to offer goods, works and services for Bank-financed projects. As anexception, firms of a Country or goods manufactured in a Country may be excluded if:

Para 1.8 (a) (i): as a matter of law or official regulation, the Borrower’s Country prohibits commercial relations withthat Country, provided that the Bank is satisfied that such exclusion does not preclude effective competitionfor the supply of the Goods or Works required, or

Para 1.8 (a) (ii): by an Act of Compliance with a Decision of the United Nations Security Council taken underChapter VII of the Charter of the United Nations, the Borrower’s Country prohibits any import of goodsfrom that Country or any payments to persons or entities in that Country.

2. For the information of borrowers and bidders, at the present time firms, goods andservices from the following countries are excluded from this bidding:2

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

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

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

Page 70: Corrigendum_2015!05!061430905415vam Final Print

64

PART 2 - SUPPLY REQUIREMENTS

Page 71: Corrigendum_2015!05!061430905415vam Final Print

65

SECTION VI – SCHEDULE OF REQUIREMENTS

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

2. LIST OF RELATED SERVICES [ITB CLAUSE 14.6(D)] AND COMPLETION

SCHEDULE...................................................................................................................................67

3. TECHNICAL SPECIFICATIONS........................................................................................... 68

4. DRAWINGS.............................................................................................................................69

5. INSPECTIONS AND TESTS...................................................................................................70

6. PROFORMA OF CERTIFICATE FOR ISSUE BY THE PURCHASER AFTER

SUCCESSFUL INSTALLATION AND STARTUP OF THE SUPPLIED GOODS...................71

7. PERFORMA FOR PERFORMANCE STATEMENT...........................................................73

8. DECLARATION FOR EXCISE BENEFITS..........................................................................74

9. FINANCIAL FORMS........................................................................................................75-78

Page 72: Corrigendum_2015!05!061430905415vam Final Print

66

1. LIST OF GOODS AND DELIVERY SCHEDULE

LineItemN

Description ofGoods

Quantity Physicalunit

Final (Site)Destinatio

n asspecifiedin BDS

Delivery (as per Incoterms) Date

Earliest DeliveryDate

Latest DeliveryDate

Bidder’soffered

Delivery date[to be providedby the bidder]

Bid Securityin IndianRupees

[insertitemNo]

[insert description ofGoods]

[insertquantity ofitem to besupplied]

[insertphysicalunit for thequantity]

[insertplace ofDelivery]

[insert the numberof days followingthe date ofeffectiveness theContract]

[insert the numberof days followingthe date ofeffectiveness theContract]

[insert thenumber ofdays followingthe date ofeffectivenessthe Contract]

01. As per Clause No.2.01.01,2.01.02 &2.01.03 of Volume-II,Part-A of Document No.14J01-003-SPC-VA-001except Spare Partsrecommended by themanufacturers.

As Indicated inClause No.2.01.01 ofVolume-II,Part-A ofDocument No.14J01-003-SPC-VA-001

As Indicatedin ClauseNo. 2.01.01of Volume-II, Part-A ofDocumentNo. 14J01-003-SPC-VA-001

BTPS, Unit-5, Tribeni

To suit theCompletion Time asindicated in ClauseNo. 7.00.00 ofVolume-II, Part-A ofDocument No.14J01-003-SPC-VA-001

Rs. 2 Lacs

[The Purchaser shall fill in this table, with the exception of the column “Bidder’s offered Delivery date” to be filled by the Bidder]

Page 73: Corrigendum_2015!05!061430905415vam Final Print

67

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

Service Description of Service Quantity1 Physical Unit

Place where Servicesshall be performed

FinalCompletionDate(s) ofServices

[insertServiceNo]

[insert description of Related Services][Insert after modifying as appropriate deletinginapplicable items from the following:]

[insert quantityof items to besupplied]

[insert physicalunit for the

items]

[insert name of thePlace]

[insertrequired

CompletionDate(s)]

Refer to Clause nos. 2.02.00,2.04.00 & 2.05.00 ofVolume-II, Part-A of Document No. 14J01-003-SPC-VA-001

Not Applicable Not Applicable BTPS, Unit-5,Tribeni

To suit theCompletionTime as

indicated inClause No.7.00.00 ofVolume-II,Part-A of

Document No.14J01-003-SPC-VA-001

1. If applicable

[ This table shall be filled in by the Purchaser. The Required Completion Dates should be realistic, and consistent with the required GoodsDelivery Dates (as per Incoterms)]

Page 74: Corrigendum_2015!05!061430905415vam Final Print

68

3. TECHNICAL SPECIFICATIONS

The Tender Document no. 14J01-003-SPC-VA-001 contains the Technical specifications andconsist of:

VOLUME-2 : TECHNICAL SPECIFICATIONPART-A : SPECIFIC REQUIREMENTPART-B : GENERAL DESIGN & CONSTRUCTION

REQUIREMENTPART-C : ELECTRICAL EQUIPMENT SPECIFICATION

VOLUME-3 : PROPOSAL EXHIBIT SHEETSSCHEDULE-I : KEY INFORMATION ABOUT THE BIDSCHEDULE-II : GUARANTEED DATA SHEETSCHEDULE-IIIA : TECHNICAL PARTICULARS (MECHANICAL)SCHEDULE-IIIB : TECHNICAL PARTICULARS (ELECTRICAL)SCHEDULE-IVA : LIST OF MANDATORY SPARE PARTSSCHEDULE-IVB : LIST OF RECOMMENDED SPARE PARTSSCHEDULE-V : SPECIAL TOOLS & TACKLE DATASCHEDULE-VI : WORK PROGRESS SCHEDULESCHEDULE-VII : LIST OF DEVIATIONS FROM SPECIFICATIONSCHEDULE-VIII : CHECKLIST FOR COMPLETENESS OF OFFERSCHEDULE-IX : DECLARATION SHEET

ATTACHMENT : TABLES & TENDER DRAWINGS

TABLESTABLE-I : DESIGN PARAMETERS FOR CALCULATING

COOLING LOAD

TENDER DRAWINGS

“Summary of Technical Specifications. The Goods and Related Services shall comply withfollowing Technical Specifications and Standards:

ItemNo

Name of Goods or Related Service TechnicalSpecificatio

ns andStandards

[insertitemNo]

[insert description of Goods and Related Services] [insert TSandStandards]

Page 75: Corrigendum_2015!05!061430905415vam Final Print

69

01. Goods: As per Clause No. 2.01.01 , 2.01.02 , 2.01.03 & 2.03.00 ofVolume-II, Part-A of Document No. 14J01-003-SPC-VA-001 exceptSpare Parts recommended by the manufacturers

02. Related Services: Refer to Clause nos. 2.02.00 to 2.05.00 of Volume-II,Part-A of Document No. 14J01-003-SPC-VA-001

03. For other detail Technical Specifications following shall be referred to :

a) Volume - 2 : Part-A, Part-B and Part-C

b) Volume – 3: Schedule-I thru’ Schedule-IX

c) Table-I and

d) Tender Drawings

4. DRAWINGS

These Bidding Documents includes [insert “the following” or “no”] drawings.

[If documents shall be included, insert the following List of Drawings]

List of Drawings

DRAWING NR. Drawing Name Purpose

14J01-003-DWG-VA-001

Schematic diagram forproposed AC system forrenovated Unit Controlroom, Control EquipmentRoom, Computer room,UPS Room.

Tendering

14J01-003-DWG-VA-002

Single Line Diagram forAir Conditioning system ofControl Room areas.

Tendering

14J01-003-DWG-VA-003

Schematic Diagram forVapour AbsorptionMachine.

Tendering

Page 76: Corrigendum_2015!05!061430905415vam Final Print

70

5. INSPECTIONS AND TESTS

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

Refer Clause nos. 5.00.00 & 6.00.00 of Part-B, Volume-2 of Document No. 14J01-003-SPC-VA-001

Page 77: Corrigendum_2015!05!061430905415vam Final Print

71

6. PROFORMA OF CERTIFICATE FOR ISSUE BY THEPURCHASER AFTER SUCCESSFUL INSTALLATION AND

STARTUP OF THE SUPPLIED GOODS

[This is to be attached for supply, erection, supervision of erection and startup contracts only]

No. Date:

M/s.

Sub: Certificate of startup of the supplied Goods

1. This is to certify that the plant/s as detailed below has/have been received in goodcondition along with all the standard and special accessories (subject to remarks in ParaNo. 2) and a set of spares in accordance with the Contract/Specifications. The same hasbeen installed and commissioned.

(a) Contract No. ________________________dated_____________________

(b) Description of the plant_________________________________________

(c) Plant Nos. ___________________________________________________

(d) Quantity _____________________________________________________

(e) Rail/Roadways Receipt No. _______________dated______________________

(f) Name of the consignee ____________________________________________

(g) Date of start up and proving test _______________________________

2. Details of accessories/spares not yet supplied and recoveries to be made on that account.

S. No. Description Amount to be recovered

3. The proving test has been done to our entire satisfaction and operators have been trainedto operate the plant.

4. The supplier has fulfilled his contractual obligations satisfactorily. *

Page 78: Corrigendum_2015!05!061430905415vam Final Print

72

or

The supplier has failed to fulfill his contractual obligations with regard to the following:

(a)

(b)

(c)

(d)

5. The amount of recovery on account of non-supply of accessories and spares is givenunder Para No. 2.

6. The amount of recovery on account of failure of the supplier to meet his contractualobligations is as indicated in endorsement of the letter.

Signature _________________________

Name ____________________________

Designation with Stamp ______________

* Explanatory notes for filling up the certificates:

(a) He has adhered to the time schedule specified in the contract in dispatching the documents/drawingspursuant to Technical Specifications.

(b) He has supervised the startup of the plan in time i.e., within the period specified in the contract fromthe date of intimation by the Purchaser in respect of the installation of the plant.

(c) Training of personnel has been done by the supplier as specified in the contract

(d) In the event of documents/drawings having not been supplied or installation and startup of the planthave been delayed on account of the supplier, the extent of delay should always be mentioned.

Page 79: Corrigendum_2015!05!061430905415vam Final Print

73

7. PERFORMA FOR PERFORMANCE STATEMENT

[Please see ITB Clause 38.2 and Section III-Evaluation and Qualification Criteria]

Proforma for Performance Statement (for a period of last three/five years)

Bid No. _______ Date of opening ___________ Time __________ Hours

Name of the Firm __________________________________

Order placed by(full address ofPurchaser)

Order No. anddate

Description andquantity ofordered

equipment

Value of order Date of completion of delivery Remarksindicating reasonsfor late delivery,

if any

Has the equipmentbeen satisfactorily

functioning? (Attach acertificate form the

Purchaser/Consignee)As per contract Actual

1 2 3 4 5 6 7 8

Signature and seal of the Bidder ______________________________________________________________

Page 80: Corrigendum_2015!05!061430905415vam Final Print

74

8. DECLARATION FOR CLAIMING EXCISE DUTYEXEMPTION

(Name of the Project)

Bid No. …………………………Description of item to be supplied …………………………………………………………………............................................................................................................................................................

(Information for issue of certificate for claiming exemption of Excise Duty (ED) in terms ofCentral excise notification No. 108/95)(Bidder’s Name and Address): To

(Name Of Purchaser)………………………….Dear Sir:

1. We confirm that we are solely responsible for obtaining deemed export benefits whichwe have considered in our bid and in case of failure to receive such benefits for reasonswhatsoever, Purchaser will not compensate us.

2. We are furnishing below the information required by the Purchaser for issue of necessarycertificate in terms of Central Excise notification no 108/95.

(i) Ex-factory price per unit on which ED is payable: *Rs. ___________________

(ii) No of Units to be supplied: ________________________________________________

(iii) Total cost on which ED is payable (Rs.) ___________________

(iv) Name of the sub-contractor, if any, who shall supply the goods directly to theEmployer and whose name is to be included in the main Contract

(The requirements listed above are as percurrent notifications. These may be modified,if necessary, in terms of the rules in force)

(Signature)______________________(Printed Name) __________________(Designation) ___________________(Common Seal) __________________

* Please attach details item-wise with cost,if there are more than one item. The figures indicatedshould tally with what is given in the price schedule.

Page 81: Corrigendum_2015!05!061430905415vam Final Print

75

Form FIN – 9.1

Financial Situation(To Be Filled in by Bidder)

Historical Financial Performance

Bidder’s Legal Name: _______________________ Date: _____________________NCB No.:

__________________Page _______ of _______ pages

To be completed by the Bidder

Financialinformation inIndian Rs.equivalent

Historic information for previous ______ (__) years(Indian Rs. equivalent in 000s)

Year 1 Year 2 Year 3 Year … Year n Avg. Avg.Ratio

Information from Balance SheetTotal Assets(TA)

TotalLiabilities(TL)Net Worth(NW)

CurrentAssets (CA)

CurrentLiabilities(CL)Information from Income StatementTotalRevenue (TR)

Profits BeforeTaxes (PBT)

Page 82: Corrigendum_2015!05!061430905415vam Final Print

76

76

Attached are copies of financial statements (balance sheets and Profit & Loss Account,including all related notes, and income statements) for the years required above complyingwith the following conditions:Must reflect the financial situation of the Bidder and not sister or parent companiesHistoric financial statements must be audited by a certified accountantHistoric financial statements must be complete, including all notes to the financial statementsHistoric financial statements must correspond to accounting periods already completed andaudited (no statements for partial periods shall be requested or accepted)

Date: (Signature)

Place: (Name)

(Designation)

(Common Seal)

Note: The above Attachment shall be filled-up by the bidder for himself..

Page 83: Corrigendum_2015!05!061430905415vam Final Print

77

77

Form FIN – 9.2

Average Annual Turnover

(To Be Filled in by Bidder)

Bidder’s Legal Name: ___________________________ Date: _____________________NCB No.: __________________Page _______ of _______ pages

Annual turnover dataYear Amount and Currency Indian Rs. equivalent

_________________________________________ ____________________

_________________________________________ ____________________

_________________________________________ ____________________

_________________________________________ ____________________

_________________________________________ ____________________

*AverageAnnualTurnover

_________________________________________ ____________________

*Average annual turnover calculated as total certified payments received for work inprogress or completed, divided by the number of years specified in Section III, EvaluationCriteria, Sub-Factor 3(a)(ii).

Date: (Signature)

Place: (Name)

(Designation)

(Common Seal)

Page 84: Corrigendum_2015!05!061430905415vam Final Print

78

78

Form FIN 3.3

Financial Resources

(To Be Filled in by Bidder)

a) Total Value of Contracts in Hand (Indian Rs.) as on date of submission of bid:

b) Value of work completed out of above value upto March, 2010(Indian Rs.):

c) Value of anticipated work to be performed within March, 2014 (Break-up in financial year

basis) (Indian Rs.):

Specify proposed sources of financing, such as liquid assets, unencumbered real assets, linesof credit, and other financial means, net of current commitments, available to meet the totalconstruction cash flow demands of the subject contract or contracts as indicated in Section III,Evaluation and Qualification Criteria

Source of financing Amount (Indian Rs.equivalent)

1. Own Fund

2. Credit

3. Other Financial means

Total

Date: (Signature)

Place: (Name)

(Designation)

(Common Seal)

Page 85: Corrigendum_2015!05!061430905415vam Final Print

79

79

PART 3 – CONTRACT

Page 86: Corrigendum_2015!05!061430905415vam Final Print

80

80

SECTION VII – GENERAL CONDITIONS OF CONTRACT

Page 87: Corrigendum_2015!05!061430905415vam Final Print

81

81

Section VII. General Conditions of ContractTable of Clauses

1. DEFINITIONS...................................................................................................................822. CONTRACT DOCUMENTS............................................................................................ 833. FRAUD AND CORRUPTION..........................................................................................834. INTERPRETATION..........................................................................................................845. LANGUAGE..................................................................................................................... 856. DELETED..........................................................................................................................867. ELIGIBILITY.................................................................................................................... 868. NOTICES...........................................................................................................................869. GOVERNING LAW..........................................................................................................8610. SETTLEMENT OF DISPUTES........................................................................................8611. INSPECTIONS AND AUDIT BY THE BANK............................................................... 8712. SCOPE OF SUPPLY......................................................................................................... 8713. DELIVERY AND DOCUMENTS....................................................................................8714. SUPPLIER’S RESPONSIBILITIES................................................................................. 8715. CONTRACT PRICE..........................................................................................................8716. TERMS OF PAYMENT....................................................................................................8817. TAXES AND DUTIES......................................................................................................8818. PERFORMANCE SECURITY......................................................................................... 8819. COPYRIGHT.....................................................................................................................8920. CONFIDENTIAL INFORMATION................................................................................. 8921. SUBCONTRACTING....................................................................................................... 9022. SPECIFICATIONS AND STANDARDS......................................................................... 9023. PACKING AND DOCUMENTS...................................................................................... 9024. INSURANCE.....................................................................................................................9125. TRANSPORTATION........................................................................................................9126. INSPECTIONS AND TESTS............................................................................................9127. LIQUIDATED DAMAGES.............................................................................................. 9228. WARRANTY.................................................................................................................... 9229. PATENT INDEMNITY.....................................................................................................9330. LIMITATION OF LIABILITY......................................................................................... 9431. CHANGE IN LAWS AND REGULATIONS...................................................................9532. FORCE MAJEURE........................................................................................................... 9533. CHANGE ORDERS AND CONTRACT AMENDMENTS.............................................9634. EXTENSIONS OF TIME..................................................................................................9635. TERMINATION................................................................................................................9736. ASSIGNMENT..................................................................................................................98

Page 88: Corrigendum_2015!05!061430905415vam Final Print

82

82

Section VII. General Conditions of Contract1. Definitions The following words and expressions shall have the meanings hereby

assigned to them:

(a) “Bank” means the World Bank and refers to the InternationalBank for Reconstruction and Development (IBRD) or theInternational Development Association (IDA).

(b) “Contract” means the Contract Agreement entered intobetween the Purchaser and the Supplier, together with theContract Documents referred to therein, including allattachments, appendices, and all documents incorporated byreference therein.

(c) “Contract Documents” means the documents listed in theContract Agreement, including any amendments thereto.

(d) “Contract Price” means the price payable to the Supplier asspecified in the Contract Agreement, subject to such additionsand adjustments thereto or deductions therefrom, as may bemade pursuant to the Contract.

(e) “Day” means calendar day.

(f) “Completion” means the fulfillment of the Related Servicesby the Supplier in accordance with the terms and conditionsset forth in the Contract.

(g) “GCC” means the General Conditions of Contract.

(h) “Goods” means all of the commodities, raw material,machinery and equipment, and/or other materials that theSupplier is required to supply to the Purchaser under theContract.

(i) “Purchaser’s Country” is India.

(j) “Purchaser” means the entity purchasing the Goods andRelated Services, as specified in the SCC.

(k) “Related Services” means the services incidental to the supplyof the goods, such as insurance, installation, start-up, trainingand initial maintenance and other such obligations of theSupplier under the Contract.

Page 89: Corrigendum_2015!05!061430905415vam Final Print

83

83

(l) “SCC” means the Special Conditions of Contract.

(m) “Subcontractor” means any natural person, private orgovernment entity, or a combination of the above, to whomany part of the Goods to be supplied or execution of any partof the Related Services is subcontracted by the Supplier.

(n) “Supplier” means the natural person, private or governmententity, or a combination of the above, whose bid to perform theContract has been accepted by the Purchaser and is named assuch in the Contract Agreement.

(o) “The Project Site,” where applicable, means the place namedin the SCC.

2. ContractDocuments

2.1 Subject to the order of precedence set forth in the ContractAgreement, all documents forming the Contract (and all partsthereof) are intended to be correlative, complementary, andmutually explanatory. The Contract Agreement shall be read asa whole.

3. Fraud andCorruption

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

(a) For the purposes of this Sub-Clause:

(i) “corrupt practice” is the offering, giving, receivingor soliciting, directly or indirectly, of anything ofvalue to influence improperly the actions ofanother party ;

(ii) “fraudulent practice” is any act or omission,including a misrepresentation, that knowingly orrecklessly misleads, or attempts to mislead, a partyto obtain a financial or other benefit or to avoid anobligation ;

Page 90: Corrigendum_2015!05!061430905415vam Final Print

84

84

(iii) “collusive practice” is an arrangement betweentwo or more parties designed to achieve animproper purpose, including to influenceimproperly the actions of another party ;

(iv) “coercive practice” is impairing or harming, orthreatening to impair or harm, directly orindirectly, any party or the property of the party toinfluence improperly the actions of a party ;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering orconcealing of evidence material to theinvestigation or making false statements toinvestigators in order to materially impede a Bankinvestigation into allegations of a corrupt,fraudulent, coercive or collusive practice; and/orthreatening, harassing or intimidating any party toprevent it from disclosing its knowledge ofmatters relevant to the investigation or frompursuing the investigation, or

(bb) acts intended to materially impede the exercise ofthe Bank’s inspection and audit rights provided forunder Clause 11 [Inspections and Audits by theBank].

3.2 Should the Supplier or its agents (whether declared or not),sub-contractors, sub-consultants, service providers, and anypersonnel thereof be determined to have engaged in corrupt,fraudulent, collusive, coercive, or obstructive practice, theBank will sanction a firm or individual, at any time, inaccordance with prevailing Bank’s sanctions procedures,including by publicly declaring such firm or individualineligible, either indefinitely or for a stated period of time: (i)to be awarded a Bank-financed contract; and (ii) to be anominated sub-contractor, consultant, supplier or servicesprovider of an otherwise eligible firm being awarded a Bank-financed contract.

4. Interpretation 4.1 If the context so requires it, singular means plural and vice versa.

4.2 Incoterms

(a) Unless inconsistent with any provision of the Contract, themeaning of any trade term and the rights and obligations ofparties thereunder shall be as prescribed by Incoterms.

Page 91: Corrigendum_2015!05!061430905415vam Final Print

85

85

(b) The terms EXW and other similar terms, when used, shall begoverned by the rules prescribed in the current edition ofIncoterms specified in the SCC and published by theInternational Chamber of Commerce in Paris, France.

4.2 Entire Agreement

The Contract constitutes the entire agreement between thePurchaser and the Supplier and supersedes all communications,negotiations and agreements (whether written or oral) of theparties with respect thereto made prior to the date of Contract.

4.3 Amendment

No amendment or other variation of the Contract shall be validunless it is in writing, is dated, expressly refers to the Contract,and is signed by a duly authorized representative of each partythereto.

4.4 Non-waiver

(a) Subject to GCC Sub-Clause 4.5(b) below, no relaxation,forbearance, delay, or indulgence by either party in enforcingany of the terms and conditions of the Contract or the grantingof time by either party to the other shall prejudice, affect, orrestrict the rights of that party under the Contract, neither shallany waiver by either party of any breach of Contract operateas waiver of any subsequent or continuing breach of Contract.

(b) Any waiver of a party’s rights, powers, or remedies under theContract must be in writing, dated, and signed by anauthorized representative of the party granting such waiver,and must specify the right and the extent to which it is beingwaived.

4.5 Severability

If any provision or condition of the Contract is prohibited orrendered invalid or unenforceable, such prohibition, invalidityor unenforceability shall not affect the validity or enforceabilityof any other provisions and conditions of the Contract.

5. Language 5.1 The Contract as well as all correspondence and documentsrelating to the Contract exchanged by the Supplier and thePurchaser, shall be English. Supporting documents and

Page 92: Corrigendum_2015!05!061430905415vam Final Print

86

86

printed literature that are part of the Contract may be in anotherlanguage provided they are accompanied by an accurate translation ofthe relevant passages in English language, in which case, for purposesof interpretation of the Contract, this translation shall govern.

5.2 The Supplier shall bear all costs of translation to the governinglanguage and all risks of the accuracy of such translation, fordocuments provided by the Supplier.

6. Deleted

7. Eligibility 7.1 The Supplier and its Subcontractors shall have the nationality ofan eligible country. A Supplier or Subcontractor shall bedeemed to have the nationality of a country if it is a citizen orconstituted, incorporated, or registered, and operates inconformity with the provisions of the laws of that country.

7.2 All Goods and Related Services to be supplied under theContract and financed by the Bank shall have their origin inEligible Countries. For the purpose of this Clause, origin meansthe country where the goods have been grown, mined,cultivated, produced, manufactured, or processed; or throughmanufacture, processing, or assembly, another commerciallyrecognized article results that differs substantially in its basiccharacteristics from its components.

8. Notices 8.1 Any notice given by one party to the other pursuant to theContract shall be in writing to the address specified in theSCC. The term “in writing” means communicated in writtenform with proof of receipt.

8.2 A notice shall be effective when delivered or on the notice’seffective date, whichever is later.

9. Governing Law 9.1 The Contract shall be governed by and interpreted inaccordance with the laws of the Union of India.

10. Settlement ofDisputes

10.1 The Purchaser and the Supplier shall make every effort toresolve amicably by direct informal negotiation anydisagreement or dispute arising between them under or inconnection with the Contract.

10.2 If, after twenty-eight (28) days, the parties have failed toresolve their dispute or difference by such mutual consultation,then either the Purchaser or the Supplier may give notice to theother party of its intention to commence arbitration, ashereinafter provided, as to the matter in dispute, and noarbitration in respect of this matter may be commenced unlesssuch notice is given. Any dispute or difference in respect of

Page 93: Corrigendum_2015!05!061430905415vam Final Print

87

87

which a notice of intention to commence arbitration has beengiven in accordance with this Clause shall be finally settled byarbitration. Arbitration may be commenced prior to or afterdelivery of the Goods under the Contract. Arbitrationproceedings shall be conducted in accordance with the rules ofprocedure specified in the SCC.

10.3 Notwithstanding any reference to arbitration herein,

(a) the parties shall continue to perform their respectiveobligations under the Contract unless they otherwise agree;and

(b) the Purchaser shall pay the Supplier any monies due theSupplier.

11. Inspections andAudit by theBank

11.1 The Supplier shall permit the Bank and/or persons appointed bythe Bank to inspect the Supplier’s offices and/or the accounts andrecords of the Supplier and its sub-contractors relating to theperformance of the Contract, and to have such accounts andrecords audited by auditors appointed by the Bank if required bythe Bank. The Supplier’s attention is drawn to Clause 3, whichprovides, inter alia, that acts intended to materially impede theexercise of the Bank’s inspection and audit rights provided forunder Sub-Clause 11.1 constitute a prohibited practice subject tocontract termination (as well as to a determination of ineligibilityunder the Procurement Guidelines).

12. Scope of Supply 12.1 The Goods and Related Services to be supplied shall be asspecified in the Special Condition of Contract.

13. Delivery andDocuments

13.1 Subject to GCC Sub-Clause 33.1, the Delivery of the Goods andCompletion of the Related Services shall be in accordance withthe Delivery and Completion Schedule specified in the Scheduleof Requirements. The details of shipping and other documents tobe furnished by the Supplier are specified in the SCC.

14. Supplier’sResponsibilities

14.1 The Supplier shall supply all the Goods and Related Servicesincluded in the Scope of Supply in accordance with GCCClause 12, and the Delivery and Completion Schedule, as perGCC Clause 13.

15. Contract Price 15.1 Prices charged by the Supplier for the Goods supplied and theRelated Services performed under the Contract shall not varyfrom the prices quoted by the Supplier in its bid, with theexception of any price adjustments authorized in the SCC.

Page 94: Corrigendum_2015!05!061430905415vam Final Print

88

88

16. Terms ofPayment

16.1 The Contract Price, including any Advance Payments, ifapplicable, shall be paid as specified in the SCC.

16.2 The Supplier’s request for payment shall be made to thePurchaser in writing, accompanied by invoices describing, asappropriate, the Goods delivered and Related Servicesperformed, and by the documents submitted pursuant to GCCClause 13 and upon fulfillment of all other obligationsstipulated in the Contract.

16.3 Payments shall be made promptly by the Purchaser, but in nocase later than sixty (60) days after submission of an invoice orrequest for payment by the Supplier, and after the Purchaserhas accepted it.

16.4 The payments shall be made in Indian Rupees to the Supplierunder this Contract.

16.5 In the event that the Purchaser fails to pay the Supplier anypayment by its due date or within the period set forth in theSCC, the Purchaser shall pay to the Supplier interest on theamount of such delayed payment at the rate shown in the SCC,for the period of delay until payment has been made in full,whether before or after judgment or arbitrage award.

17. Taxes andDuties

The Supplier shall be entirely responsible for all taxes, duties, licensefees, etc., incurred until delivery of the contracted Goods to thePurchaser.

18. PerformanceSecurity

18.1 If required as specified in the SCC, the Supplier shall, withintwenty-eight (28) days of the notification of contract award,provide a performance security for the performance of theContract in the amount specified in the SCC.

18.2 The proceeds of the Performance Security shall be payable tothe Purchaser as compensation for any loss resulting from theSupplier’s failure to complete its obligations under theContract.

18.3 As specified in the SCC, the Performance Security shall bedenominated in the Indian Rupees, and shall be in one of theformat stipulated by the Purchaser in the SCC, or in anotherformat acceptable to the Purchaser.

18.4 The Performance Security shall be discharged by the Purchaserand returned to the Supplier not later than twenty-eight (28)days following the date of Completion of the Supplier’sperformance obligations under the Contract, including anywarranty obligations, unless specified otherwise in the SCC.

Page 95: Corrigendum_2015!05!061430905415vam Final Print

89

89

19. Copyright 19.1 The copyright in all drawings, documents, and other materialscontaining data and information furnished to the Purchaser bythe Supplier herein shall remain vested in the Supplier, or, ifthey are furnished to the Purchaser directly or through theSupplier by any third party, including suppliers of materials,the copyright in such materials shall remain vested in suchthird party

20. ConfidentialInformation

20.1 The Purchaser and the Supplier shall keep confidential andshall not, without the written consent of the other party hereto,divulge to any third party any documents, data, or otherinformation furnished directly or indirectly by the other partyhereto in connection with the Contract, whether suchinformation has been furnished prior to, during or followingcompletion or termination of the Contract. Notwithstandingthe above, the Supplier may furnish to its Subcontractor suchdocuments, data, and other information it receives from thePurchaser to the extent required for the Subcontractor toperform its work under the Contract, in which event theSupplier shall obtain from such Subcontractor an undertakingof confidentiality similar to that imposed on the Supplier underGCC Clause 20.

20.2 The Purchaser shall not use such documents, data, and otherinformation received from the Supplier for any purposesunrelated to the contract. Similarly, the Supplier shall not usesuch documents, data, and other information received from thePurchaser for any purpose other than the performance of theContract.

20.3 The obligation of a party under GCC Sub-Clauses 20.1 and20.2 above, however, shall not apply to information that:

(a) the Purchaser or Supplier need to share with the Bank or otherinstitutions participating in the financing of the Contract;

(b) now or hereafter enters the public domain through no fault ofthat party;

(c) can be proven to have been possessed by that party at the timeof disclosure and which was not previously obtained, directlyor indirectly, from the other party; or

(d) otherwise lawfully becomes available to that party from athird party that has no obligation of confidentiality.

Page 96: Corrigendum_2015!05!061430905415vam Final Print

90

90

20.4 The above provisions of GCC Clause 20 shall not in any waymodify any undertaking of confidentiality given by either ofthe parties hereto prior to the date of the Contract in respect ofthe Supply or any part thereof.

20.5 The provisions of GCC Clause 20 shall survive completion ortermination, for whatever reason, of the Contract.

21. Subcontracting 21.1 The Supplier shall notify the Purchaser in writing of allsubcontracts awarded under the Contract if not alreadyspecified in the bid. Such notification, in the original bid orlater shall not relieve the Supplier from any of its obligations,duties, responsibilities, or liability under the Contract.

21.2 Subcontracts shall comply with the provisions of GCC Clauses3 and 7.

22. Specificationsand Standards

22.1 Technical Specifications and Drawings(a) The Goods and Related Services supplied under this Contract

shall conform to the technical specifications and standardsmentioned in Section VI, Schedule of Requirements and,when no applicable standard is mentioned, the standard shallbe equivalent or superior to the official standards whoseapplication is appropriate to the Goods’ country of origin.

(b) The Supplier shall be entitled to disclaim responsibility forany design, data, drawing, specification or other document, orany modification thereof provided or designed by or on behalfof the Purchaser, by giving a notice of such disclaimer to thePurchaser.

(c) Wherever references are made in the Contract to codes andstandards in accordance with which it shall be executed, theedition or the revised version of such codes and standardsshall be those specified in the Schedule of Requirements.During Contract execution, any changes in any such codesand standards shall be applied only after approval by thePurchaser and shall be treated in accordance with GCCClause 33.

23. Packing andDocuments

23.1 The Supplier shall provide such packing of the Goods as isrequired to prevent their damage or deterioration during transitto their final destination, as indicated in the Contract. Duringtransit, the packing shall be sufficient to withstand, withoutlimitation, rough handling and exposure to extremetemperatures, salt and precipitation, and open storage. Packingcase size and weights shall take into consideration, whereappropriate, the remoteness of the goods’ final destination and

Page 97: Corrigendum_2015!05!061430905415vam Final Print

91

91

the absence of heavy handling facilities at all points in transit.

23.2 The packing, marking, and documentation within and outsidethe packages shall comply strictly with such specialrequirements as shall be expressly provided for in the Contract,including additional requirements, if any, specified in the SCC,and in any other instructions ordered by the Purchaser.

24. Insurance 24.1 Unless otherwise specified in the SCC, the Goods suppliedunder the Contract shall be fully insured—against loss ordamage incidental to manufacture or acquisition,transportation, storage, and delivery, in accordance with theapplicable Incoterms or in the manner specified in the SCC.

25. Transportation 25.1 Unless otherwise specified in the SCC, responsibility forarranging transportation of the Goods shall be in accordancewith the specified Incoterms.

26. Inspections andTests

26.1 The Supplier shall at its own expense and at no cost to thePurchaser carry out all such tests and/or inspections of theGoods and Related Services as are specified in the SCC.

26.2 The inspections and tests may be conducted on the premises ofthe Supplier or its Subcontractor, at point of delivery, and/or atthe Goods’ final destination, or in another place in thePurchaser’s Country as specified in the SCC. Subject to GCCSub-Clause 26.3, if conducted on the premises of the Supplieror its Subcontractor, all reasonable facilities and assistance,including access to drawings and production data, shall befurnished to the inspectors at no charge to the Purchaser.

26.3 The Purchaser or its designated representative shall be entitledto attend the tests and/or inspections referred to in GCC Sub-Clause 26.2, provided that the Purchaser bear all of its owncosts and expenses incurred in connection with suchattendance including, but not limited to, all traveling and boardand lodging expenses.

26.4 Whenever the Supplier is ready to carry out any such test andinspection, it shall give a reasonable advance notice, includingthe place and time, to the Purchaser. The Supplier shall obtainfrom any relevant third party or manufacturer any necessarypermission or consent to enable the Purchaser or its designatedrepresentative to attend the test and/or inspection.

26.5 The Purchaser may require the Supplier to carry out any testand/or inspection not required by the Contract but deemednecessary to verify that the characteristics and performance ofthe Goods comply with the technical specifications codes andstandards under the Contract, provided that the Supplier’sreasonable costs and expenses incurred in the carrying out of

Page 98: Corrigendum_2015!05!061430905415vam Final Print

92

92

such test and/or inspection shall be added to the Contract Price.Further, if such test and/or inspection impedes the progress ofmanufacturing and/or the Supplier’s performance of its otherobligations under the Contract, due allowance will be made inrespect of the Delivery Dates and Completion Dates and theother obligations so affected.

26.6 The Supplier shall provide the Purchaser with a report of theresults of any such test and/or inspection.

26.7 The Purchaser may reject any Goods or any part thereof thatfail to pass any test and/or inspection or do not conform to thespecifications. The Supplier shall either rectify or replace suchrejected Goods or parts thereof or make alterations necessaryto meet the specifications at no cost to the Purchaser, and shallrepeat the test and/or inspection, at no cost to the Purchaser,upon giving a notice pursuant to GCC Sub-Clause 26.4.

26.8 The Supplier agrees that neither the execution of a test and/orinspection of the Goods or any part thereof, nor the attendanceby the Purchaser or its representative, nor the issue of anyreport pursuant to GCC Sub-Clause 26.6, shall release theSupplier from any warranties or other obligations under theContract.

27. LiquidatedDamages

27.1 Except as provided under GCC Clause 32, if the Supplier failsto deliver any or all of the Goods by the Date(s) of delivery orperform the Related Services within the period specified in theContract, the Purchaser may without prejudice to all its otherremedies under the Contract, deduct from the Contract Price,as liquidated damages, a sum equivalent to the percentagespecified in the SCC of the delivered price of the delayedGoods or unperformed Services for each week or part thereofof delay until actual delivery or performance, up to a maximumdeduction of the percentage specified in those SCC. Once themaximum is reached, the Purchaser may terminate the Contractpursuant to GCC Clause 35.

28. Warranty 28.1 The Supplier warrants that all the Goods are new, unused, andof the most recent or current models, and that they incorporateall recent improvements in design and materials, unlessprovided otherwise in the Contract.

28.2 Subject to GCC Sub-Clause 22.1(b), the Supplier furtherwarrants that the Goods shall be free from defects arising fromany act or omission of the Supplier or arising from design,materials, and workmanship, under normal use in theconditions prevailing in the country of final destination.

28.3 Unless otherwise specified in the SCC, the warranty shall

Page 99: Corrigendum_2015!05!061430905415vam Final Print

93

93

remain valid for twelve (12) months after the Goods, or anyportion thereof as the case may be, have been delivered to andaccepted at the final destination indicated in the SCC, or foreighteen (18) months after the date of shipment from the portor place of loading in the country of origin, whichever periodconcludes earlier.

28.4 The Purchaser shall give notice to the Supplier stating thenature of any such defects together with all available evidencethereof, promptly following the discovery thereof. ThePurchaser shall afford all reasonable opportunity for theSupplier to inspect such defects.

28.5 Upon receipt of such notice, the Supplier shall, within theperiod specified in the SCC, expeditiously repair or replace thedefective Goods or parts thereof, at no cost to the Purchaser.

28.6 If having been notified, the Supplier fails to remedy the defectwithin the period specified in the SCC, the Purchaser mayproceed to take within a reasonable period such remedialaction as may be necessary, at the Supplier’s risk and expenseand without prejudice to any other rights which the Purchasermay have against the Supplier under the Contract.

29. PatentIndemnity

29.1 The Supplier shall, subject to the Purchaser’s compliance withGCC Sub-Clause 29.2, indemnify and hold harmless thePurchaser and its employees and officers from and against anyand all suits, actions or administrative proceedings, claims,demands, losses, damages, costs, and expenses of any nature,including attorney’s fees and expenses, which the Purchasermay suffer as a result of any infringement or allegedinfringement of any patent, utility model, registered design,trademark, copyright, or other intellectual property rightregistered or otherwise existing at the date of the Contract byreason of:

(a) the installation of the Goods by the Supplier or the use of theGoods in the country where the Site is located; and

(b) the sale in any country of the products produced by theGoods.

Such indemnity shall not cover any use of the Goods or any partthereof other than for the purpose indicated by or to be reasonablyinferred from the Contract, neither any infringement resulting fromthe use of the Goods or any part thereof, or any products producedthereby in association or combination with any other equipment,plant, or materials not supplied by the Supplier, pursuant to theContract.

Page 100: Corrigendum_2015!05!061430905415vam Final Print

94

94

29.2 If any proceedings are brought or any claim is made against thePurchaser arising out of the matters referred to in GCC Sub-Clause 29.1, the Purchaser shall promptly give the Supplier anotice thereof, and the Supplier may at its own expense and inthe Purchaser’s name conduct such proceedings or claim andany negotiations for the settlement of any such proceedings orclaim.

29.3 If the Supplier fails to notify the Purchaser within twenty-eight(28) days after receipt of such notice that it intends to conductany such proceedings or claim, then the Purchaser shall be freeto conduct the same on its own behalf.

29.4 The Purchaser shall, at the Supplier’s request, afford allavailable assistance to the Supplier in conducting suchproceedings or claim, and shall be reimbursed by the Supplierfor all reasonable expenses incurred in so doing.

29.5 The Purchaser shall indemnify and hold harmless the Supplierand its employees, officers, and Subcontractors from andagainst any and all suits, actions or administrative proceedings,claims, demands, losses, damages, costs, and expenses of anynature, including attorney’s fees and expenses, which theSupplier may suffer as a result of any infringement or allegedinfringement of any patent, utility model, registered design,trademark, copyright, or other intellectual property rightregistered or otherwise existing at the date of the Contractarising out of or in connection with any design, data, drawing,specification, or other documents or materials provided ordesigned by or on behalf of the Purchaser.

30. Limitation ofLiability

30.1 Except in cases of criminal negligence or willful misconduct,

(a) the Supplier shall not be liable to the Purchaser, whetherin contract, tort, or otherwise, for any indirect orconsequential loss or damage, loss of use, loss ofproduction, or loss of profits or interest costs, providedthat this exclusion shall not apply to any obligation of theSupplier to pay liquidated damages to the Purchaser and

(b) the aggregate liability of the Supplier to the Purchaser,whether under the Contract, in tort or otherwise, shall notexceed the total Contract Price, provided that thislimitation shall not apply to the cost of repairing orreplacing defective equipment, or to any obligation of thesupplier to indemnify the purchaser with respect to patentinfringement

Page 101: Corrigendum_2015!05!061430905415vam Final Print

95

95

31. Change in Lawsand Regulations

31.1 Unless otherwise specified in the Contract, if after the date of28 days prior to date of Bid submission, any law, regulation,ordinance, order or bylaw having the force of law is enacted,promulgated, abrogated, or changed in India, where the Site islocated (which shall be deemed to include any change ininterpretation or application by the competent authorities) thatsubsequently affects the Delivery Date and/or the ContractPrice, then such Delivery Date and/or Contract Price shall becorrespondingly increased or decreased, to the extent that theSupplier has thereby been affected in the performance of anyof its obligations under the Contract. Notwithstanding theforegoing, such additional or reduced cost shall not beseparately paid or credited if the same has already beenaccounted for in the price adjustment provisions whereapplicable, in accordance with GCC Clause 15.

32. Force Majeure 32.1 The Supplier shall not be liable for forfeiture of itsPerformance Security, liquidated damages, or termination fordefault if and to the extent that its delay in performance orother failure to perform its obligations under the Contract is theresult of an event of Force Majeure.

32.2 For purposes of this Clause, “Force Majeure” means an eventor situation beyond the control of the Supplier that is notforeseeable, is unavoidable, and its origin is not due tonegligence or lack of care on the part of the Supplier. Suchevents may include, but not be limited to, acts of the Purchaserin its sovereign capacity, wars or revolutions, fires, floods,epidemics, quarantine restrictions, and freight embargoes.

32.3 If a Force Majeure situation arises, the Supplier shall notifywithin 7 days of the actual occurance of the incident. thePurchaser in writing of such condition and the cause thereof.Unless otherwise directed by the Purchaser in writing, theSupplier shall continue to perform its obligations under theContract as far as is reasonably practical, and shall seek allreasonable alternative means for performance not prevented bythe Force Majeure event.

33. Change Ordersand ContractAmendments

33.1 The Purchaser may at any time order the Supplier throughnotice in accordance GCC Clause 8, to make changes withinthe general scope of the Contract in any one or more of thefollowing:

(a) drawings, designs, or specifications, where Goods to befurnished under the Contract are to be specificallymanufactured for the Purchaser;

Page 102: Corrigendum_2015!05!061430905415vam Final Print

96

96

(b) the method of shipment or packing;

(c) the place of delivery; and

(d) the Related Services to be provided by the Supplier.

33.2 If any such change causes an increase or decrease in the costof, or the time required for, the Supplier’s performance of anyprovisions under the Contract, an equitable adjustment shall bemade in the Contract Price or in the Delivery/CompletionSchedule, or both, and the Contract shall accordingly beamended. Any claims by the Supplier for adjustment underthis Clause must be asserted within twenty-eight (28) daysfrom the date of the Supplier’s receipt of the Purchaser’schange order.

33.3 Prices to be charged by the Supplier for any Related Servicesthat might be needed but which were not included in theContract shall be agreed upon in advance by the parties andshall not exceed the prevailing rates charged to other parties bythe Supplier for similar services.

33.4 Subject to the above, no variation in or modification of theterms of the Contract shall be made except by writtenamendment signed by the parties.

34. Extensions ofTime

34.1 If at any time during performance of the Contract, the Supplieror its subcontractors should encounter conditions impedingtimely delivery of the Goods or completion of Related Servicespursuant to GCC Clause 13, the Supplier shall promptly notifythe Purchaser in writing of the delay, its likely duration, and itscause. As soon as practicable after receipt of the Supplier’snotice, the Purchaser shall evaluate the situation and may at itsdiscretion extend the Supplier’s time for performance, in whichcase the extension shall be ratified by the parties byamendment of the Contract.

34.2 Except in case of Force Majeure, as provided under GCCClause 32, a delay by the Supplier in the performance of itsDelivery and Completion obligations shall render the Supplierliable to the imposition of liquidated damages pursuant to GCCClause 26, unless an extension of time is agreed upon, pursuantto GCC Sub-Clause 34.1.

Page 103: Corrigendum_2015!05!061430905415vam Final Print

97

97

35. Termination 35.1 Termination for Default

(a) The Purchaser, without prejudice to any other remedy forbreach of Contract, by written notice of default sent to theSupplier, may terminate the Contract in whole or in part:

(i) if the Supplier fails to deliver any or all of theGoods within the period specified in the Contract,or within any extension thereof granted by thePurchaser pursuant to GCC Clause 34;

(ii) if the Supplier fails to perform any otherobligation under the Contract; or

(iii) if the Supplier, in the judgment of the Purchaserhas engaged in fraud and corruption, as defined inGCC Clause 3, in competing for or in executingthe Contract.

(b) In the event the Purchaser terminates the Contract in whole orin part, pursuant to GCC Clause 35.1(a), the Purchaser mayprocure, upon such terms and in such manner as it deemsappropriate, Goods or Related Services similar to thoseundelivered or not performed, and the Supplier shall be liableto the Purchaser for any additional costs for such similarGoods or Related Services. However, the Supplier shallcontinue performance of the Contract to the extent notterminated.

35.2 Termination for Insolvency.

(a) The Purchaser may at any time terminate the Contract bygiving notice to the Supplier if the Supplier becomes bankruptor otherwise insolvent. In such event, termination will bewithout compensation to the Supplier, provided that suchtermination will not prejudice or affect any right of action orremedy that has accrued or will accrue thereafter to thePurchaser

35.3 Termination for Convenience.

(a) The Purchaser, by notice sent to the Supplier, may terminatethe Contract, in whole or in part, at any time for itsconvenience. The notice of termination shall specify thattermination is for the Purchaser’s convenience, the extent towhich performance of the Supplier under the Contract isterminated, and the date upon which such terminationbecomes effective.

(b) The Goods that are complete and ready for shipment within

Page 104: Corrigendum_2015!05!061430905415vam Final Print

98

98

twenty-eight (28) days after the Supplier’s receipt of notice oftermination shall be accepted by the Purchaser at the Contractterms and prices. For the remaining Goods, the Purchasermay elect:

(i) to have any portion completed and delivered atthe Contract terms and prices; and/or

(ii) to cancel the remainder and pay to the Supplieran agreed amount for partially completed Goods and

Related Services and for materials and partspreviously procured by the Supplier.

36. Assignment 36.1 Neither the Purchaser nor the Supplier shall assign, in whole orin part, their obligations under this Contract, except with priorwritten consent of the other party.

.

Page 105: Corrigendum_2015!05!061430905415vam Final Print

99

99

SECTION VIII. SPECIAL CONDITIONS OF CONTRACT

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

GCC 1.1(j) The Purchaser is: The West Bengal Power Development CorporationLimited.

GCC 1.1(k) “Related Services” means the services incidental to the supply of thegoods, such as inland transportation, insurance, all labor, contractor’sequipment, temporary works, materials, consumables and all matters andthings of whatsoever nature required for installation, start-up, testing,training and initial maintenance, the provision of operations andmaintenance manuals, Guarantee Test and other such obligations exceptdesign service of the Supplier under the Contract.

GCC 1.1 (o) The Project Site(s)/Final Destination(s) is : “Bandel Thermal PowerStation, Tribeni, West Bengal Power Development CorporationLimited, District: Hooghly, Pin- 712503, West Bengal, India”

New clauseGCC 1.1 (p)

“Effective Date” means the date of fulfillment of all conditions stated inArticle 3 (Effective Date) of the Contract Agreement, from which theTime for Completion shall be counted.

GCC 4.2 (a) The meaning of the trade terms shall be as prescribed by Incoterms.

GCC 4.2 (b) The version edition of Incoterms shall be 2000

GCC 8.1 For notices, the Purchaser’s address shall be:

Attention: The GM (M&C)The West Bengal Power Development Corporation Limited.

Bidyut Unayan Bhavan, Plot No. 3/C, LA Block, Sector-III, Salt Lake CityCity: Kolkata, Pin Code: 700098, IndiaTelephone: 033-2339-3624/621Facsimile number: 033-2339-3607

Page 106: Corrigendum_2015!05!061430905415vam Final Print

100

100

GCC 10.2 Settlement of Disputes

The dispute settlement mechanism to be applied shall be as follows:

(a) In case of Dispute or difference arising between the Purchaser and adomestic supplier relating to any matter arising out of or connectedwith this agreement, such disputes or difference shall be settled inaccordance with the Arbitration and Conciliation Act, 1996. Thearbitral tribunal shall consist of 3 arbitrators one each to be appointedby the Purchaser and the Supplier. The third Arbitrator shall bechosen by the two Arbitrators so appointed by the Parties and shallact as Presiding arbitrator. In case of failure of the two arbitratorsappointed by the parties to reach upon a consensus within a period of30 days from the appointment of the arbitrator appointedsubsequently, the Presiding Arbitrator shall be appointed by thePresident, Institution of Engineers; India.

(b) In the case of a dispute with a Foreign Supplier, the dispute shall besettled in accordance with provisions of UNCITRAL (United nationsCommission on International Trade Law) Arbitration Rules. TheArbitral Tribunal shall consist of three Arbitrators one each to beappointed by the Purchaser and the Supplier. The third Arbitratorshall be chosen by the two Arbitrators so appointed by the parties,and shall act as presiding arbitrator. In case of failure of the twoarbitrators appointed by the parties to reach upon a consensus withina period of 30 days from the appointment of the arbitrator appointedsubsequently, the Presiding Arbitrator shall be appointed by thePresident, Institution of Engineers; India.

(c) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) and (b) above, within 30 days after receipt of the notice ofthe appointment of its arbitrator by the other party, then the President,Institution of Engineers; India, both in cases of the Foreign supplieras well as Indian supplier, shall appoint the arbitrator. A certifiedcopy of the order of the President, Institution of Engineers; India,making such an appointment shall be furnished to each of the parties.

Page 107: Corrigendum_2015!05!061430905415vam Final Print

101

101

(d) Arbitration proceedings shall be held at Kolkata India, and thelanguage of the arbitration proceedings and that of all documents andcommunications between the parties shall be English.

(e) The decision of the majority of arbitrators shall be final and bindingupon both parties. The cost and expenses of Arbitration proceedingswill be paid as determined by the arbitral tribunal. However, theexpenses incurred by each party in connection with the preparation,presentation etc. of its proceedings as also the fees and expenses paidto the arbitrator appointed by such party or on its behalf shall beborne by each party itself.

(f) Where the value of the contract is Rs. 10 million and below, thedisputes or differences arising shall be referred to the Sole Arbitrator.The Sole Arbitrator should be appointed by agreement between theparties; failing such agreement, by the appointing authority namelythe President, Institution of Engineers; India

(g) Except otherwise agreed to by the Parties, Arbitrators should give adecision in writing within 120 days of receipt of notification ofdispute

GCC 12.1 The scope of supply for the Goods and Related Services to be suppliedshall be as specified below:Scope of Supply shall be as indicated in clause no.2.01.00 & 2.03.00 ofPart-A,Volume-2 of Specification document no.14J01-003-SPC-VA-001.

Scope of Services shall be as indicated in clause nos.2.02.00, 2.04.00&2.05.00 of Part-A, Volume-2 of Specification document no.14J01-003-SPC-VA-001.

GCC 13.1 Details of Shipping and other Documents to be furnished by the Supplierare specified in Payment Procedure of Appendix 1. Terms andProcedures of Payment Of Contract Document

GCC 15.1 The prices charged for the Goods supplied and the related Servicesperformed shall not be adjustable.

GCC 16.1 Payment shall be made in Indian Rupees in Appendix 1. Terms andProcedures of Payment Of Contract Document

Page 108: Corrigendum_2015!05!061430905415vam Final Print

102

102

For all the payments to be made, against Advance Bank guarantees, thebank guarantee shall be issued by a Scheduled Indian Bank or a foreignbank located in India in the format enclosed at Section VIII. Theguarantees issued by other banks should be confirmed by a ScheduledIndian Bank or a foreign bank operating in India.Advance Bank Guarantee of 10% of Contract Value has to be submittedduring Signing of Contract.Bank guarantees for advance payment shall be released not later than 45days after the date of completion of supply of the goods at their finaldestination.

GCC 16.5 The payment-delay period after which the Purchaser shall pay interest tothe supplier shall be 30 days.

The interest rate that shall be applied is Nil.%.GCC 17 In the case of Excise duty waiver, the purchaser will issue only the

certificates in terms of the Central Excise notification as per informationgiven by supplier in form at serial no.8 of Section VI only for Supplierand first level subcontractor. Supplier is solely responsible for obtainingsuch benefits and in case of failure to receive such benefits, the purchaserwill not compensate the supplier separately.

GCC 18.1 Performance Security to the Purchaser shall be for an amount of 10% ofthe contract value, valid upto 60 days after the date of completionschedule obligations including warranty obligations.

In the event of any correction of defects or replacement of defectivematerial during the warranty period, the warranty for the corrected/replaced material shall be extended to a further period of 12 months andthe Performance Bank guarantee for proportionate value shall be extended45 days over and above the extended warranty period.

GCC 18.3 Performance Security shall be in the form of a “Bank Guarantee” drawnin favour of the Purchaser.

GCC 18.4 Discharge of the performance Security shall take place not later than 120days following the date of completion of the Supplier’s performanceobligations, including the warranty obligation, under the contract.

Page 109: Corrigendum_2015!05!061430905415vam Final Print

103

103

GCC 18.5 Add as Clause 18.5 to the GCC the following:

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

Page 110: Corrigendum_2015!05!061430905415vam Final Print

104

104

Before GCC21.1

Name of Sub contractor shall be included in The Appendix to the ContractAgreement titled Goods and Relevant Services and List of ApprovedSubcontractors. Supplier shall take approval of Purchaser beforeengagement of Sub-contractor. Subcontractor must fulfill followingMinimum General Criteria for supply of goods-

He is a manufacturer, who regularly manufactures equipment ofthe type specified and/or undertakes the type of work specified bythe Bidder and has adequate technical knowledge and relevantexperience.

He has adequate design, manufacturing and/or fabricationcapability and capacity available to perform the work properly andexpeditiously within the specified time period.

He has adequate financial stability and status to meet the financialobligations pursuant to the Works.

He has established quality assurance systems and organizationdesigned to achieve high levels of equipment/system reliability,both during his manufacturing and/or fabrication and fieldinstallation activities (if required).

He should have track record of supplying similar equipmentapplicable for similar service condition preferably in Coal BasedThermal Power Plant.

for Installation Services -

He has an adequate project management organization covering theareas related to engineering of equipment/systems, interfaceengineering, procurement of equipments and the necessary fieldservices required for successful construction, testing andcommissioning of all the power plant equipments and systemscovered in the scope of work for this package

He has adequate fabrication capability and capacity available toperform the work properly and expeditiously within the specifiedtime period.

He has adequate financial stability and status to meet the financialobligations pursuant to the Works.

He has established quality assurance systems and organizationdesigned to achieve high levels of equipment/system reliabilityduring his field installation activities.

He should have track record of erection, commissioning andtesting of similar equipment applicable for similar servicecondition preferably in Coal Based Thermal Power Plant.

Page 111: Corrigendum_2015!05!061430905415vam Final Print

105

105

GCC 23.2 Packing Instructions: The Supplier will be required to make separatepackages for each Consignee. Each package will be marked on threesides with proper paint/indelible ink with the following:

(i) Project; (ii) Contract No.; (iii) Country of Origin of Goods; (iv)Supplier’s Name; (v) Packing List Reference Number.

Consignee details is mentioned in Appendix 1. Terms andProcedures of Payment Of Contract Document

GCC 24.1 The insurance shall be paid as mentioned in Appendix 3. InsuranceRequirements Of Contract Document.

GCC 25.1 The Supplier is required under the Contract to transport the Goods dulyinsurred to the specified final destination, and all related costs shall beincluded in the Contract Price.

GCC 26.1 The inspections and tests shall be as per provision mentioned in DOC. NO. :14J01-003-SPC-VA-001

GCC 26.2 The Inspections and tests shall be conducted as mentioned in DOC. NO. :14J01-003-SPC-VA-001

GCC 27.1 The liquidated damage shall be: 0.5% of contract price per week or partthereof.

GCC 27.1 The maximum amount of liquidated damages shall be: 10% of thecontract price.

AfterGCC 27.1

Completion period is specified in clause 7.01.00 of Part A of 14J01-003-SPC-VA-001

Page 112: Corrigendum_2015!05!061430905415vam Final Print

106

106

GCC 27.2(New Clause)

The Contractor guarantees that during the Guarantee Test, the Facilitiesand all parts thereof shall attain the Functional Guarantees specified in theAppendix to the Contract Agreement titled Functional Guarantees, subjectto and upon the conditions therein specified.

If, for reasons attributable to the Contractor, the Functional Guaranteesspecified in the Appendix to the Contract Agreement titledFunctional Guarantees, are not attained either in whole or in part, butthe minimum level of the Functional Guarantees specified in the said‘Appendix: Functional Guarantees’ to the Contract Agreement ismet, the Contractor shall, at the Contractor’s option, either

(a) make such changes, modifications and/or additions to theFacilities or any part thereof that are necessary to attain theFunctional Guarantees at its cost and expense, and shallrequest the Employer to repeat the Guarantee Test or

(b) Pay liquidated damages to the Employer in respect of the failure tomeet the Functional Guarantees in accordance with the provisions in the‘Appendix: Functional Guarantees’ to the Contract Agreement titledFunctional Guarantees.

If the Contractor eventually fails to meet the minimum level of FunctionalGuarantees, the Employer may consider termination of the Contract,pursuant to GC Sub-Clause 35.1 (a) (ii).

Functional Guarantee Test shall be performed in next availability ofsummer season.

GCC 28.3 The period of validity of the Warranty shall be: Same as given in GCC18.4.

For purposes of the Warranty, the place(s) of final destination(s) shall be:

Bandel Thermal Power Station

GCC 28.5 The period for repair or replacement shall be: 15 days.GCC 31.1 This clause will apply only to variations in VAT/Sales tax/ Octroi etc

payable in India on the final product which is being supplied and not forthe individual components / raw materials which go into the product.

Page 113: Corrigendum_2015!05!061430905415vam Final Print

107

107

GCC 36.2Constructionof Contract

The mode of contracting with the successful bidder is briefly indicatedbelow:In the case of successful Bidder, the award shall be made asfollows:

(i) First Contract: For EXW supply of all Goodsincluding mandatory Spare and Design Servicesunder the Contract;

(ii) Second Contract: For providing all related servicesexcept Design Services included in the First Contractin the Contract Documents.

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

The award of contract of two separate contracts shall not in any waydilute the responsibility of the Supplier for the successful completion ofthe supply of goods and relevant services to be rendered as perSpecification on single source responsibility basis and a breach in oneContract shall automatically be construed as a breach of the otherContract(s) which will confer a right on the Purchaser to terminate theother Contract(s) also at the risk and the cost of the Supplier.

It is our understanding that as per extant provisions, Indian Income Tax isnot payable on sale of goods, if the contract is on principal-to-principalbasis. The bidders are, however, advised to check the position from their

own sources.

Page 114: Corrigendum_2015!05!061430905415vam Final Print

108

108

Attachment: Price Adjustment Formula Not applicable

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

15.2 Prices payable to the Supplier, as stated in the Contract, shall be subject to adjustmentduring performance of the Contract to reflect changes in the cost of labor and materialcomponents in accordance with the formula:

P1 = P0 [a + bL1 + cM1] - P0

L0 M0

a+b+c = 1in which:

P1 = adjustment amount payable to the Supplier.P0 = Contract Price (base price).a = fixed element representing profits and overheads included in the Contract

Price and generally in the range of five (5) to fifteen (15) percent.b = estimated percentage of labor component in the Contract Price.c = estimated percentage of material component in the Contract Price.L0, L1 = labor indices applicable to the appropriate industry in the country of origin

on the base date and date for adjustment, respectively.M0, M1 = material indices for the major raw material on the base date and date for

adjustment, respectively, in the country of origin.

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

a = [insert value of coefficient]b= [insert value of coefficient]c= [insert value of coefficient]

The Bidder shall indicate the source of the indices and the base date indices in its bid.

Base date = thirty (30) days prior to the deadline for submission of the bids.

Date of adjustment = [insert number of weeks] weeks prior to date of shipment(representing the mid-point of the period of manufacture).

The above price adjustment formula shall be invoked by either party subject to thefollowing further conditions:

(a) Price adjustment will be applied only if the resulting increase or decrease is morethan 3% of the contract price.

(b) No price adjustment shall be allowed beyond the original delivery dates unlessspecifically stated in the extension letter. As a rule, no price adjustment shall be

Page 115: Corrigendum_2015!05!061430905415vam Final Print

109

109

allowed for periods of delay for which the Supplier is entirely responsible. ThePurchaser will, however, be entitled to any decrease in the prices of the Goodsand Services subject to adjustment.

(c) No price adjustment shall be payable on the portion of the Contract Price paid tothe Supplier as advance payment.

………………………………………………………………………………………………………

Page 116: Corrigendum_2015!05!061430905415vam Final Print

110

110

SECTION IX – CONTRACT FORMS

Table of Forms

1. CONTRACT AGREEMENT.......................................................................................... 111-138

2. PERFORMANCE SECURITY.............................................................................................. 139

3. BANK GUARANTEE FOR ADVANCE PAYMENT.......................................................... 140

Page 117: Corrigendum_2015!05!061430905415vam Final Print

111

111

Form of Contract Agreement

(FORM OF CONTRACT AGREEMENT FOR FIRST CONTRACT )

THIS First Contract’ AGREEMENT is made the ______ day of_____________, BETWEEN

(1) ______________________, a corporation incorporated under the laws of________________ and having its principal place of business at______________________________ (hereinafter called “the Purchaser”),and(2) ______________________, a corporation incorporated under the laws of________________________ and having its principal place of business at________________________ (hereinafter called “the SUPPLIER”).

WHEREAS the Purchaser desires to engage the SUPPLIER for EXW supply of goodsincluding mandatory Spares and Design Services under the Contract termed as “FirstContract” required for complete execution of the Air conditioning system For Controlroom & associated areas at Bandel TPS unit-5 using VAM Chillers along with the nameof the Project), and the SUPPLIER has agreed to such engagement upon and subject to theterms and conditions herein after appearing.

NOW IT IS HEREBY AGREED as follows:

Article 1.Contract Documents

1.1 Contract Documents (Reference GC Clause 2)The following documents shall constitute the Contract between the Purchaser and theSUPPLIER, and each shall be read and construed as an integral part of the Contract:

a. This Contract Agreement and the Appendices heretob. Notification of Award and acceptance letter of SUPPLIERc. Special Conditions of contractd. General Conditions of contracte. Approved Design / Specification / Datasheetf. Approved Drawingsg. Resolution of the Post Bid meeting with successful bidderh. Letter of Bid and Price Schedules submitted by the SUPPLIERi. Technical Requirements (including Schedule of Requirements and Technical

Specifications) stated in Doc. No.: 14J01-003-SPC-VA-001, Amendment /Addenda - if any after Pre-Bid meeting)

j. Other completed bidding forms submitted with the Bidk. Any other documents forming part of the Purchaser’s Requirementsl. Any other documents / correspondence with the successful bidder shall be

added here

Page 118: Corrigendum_2015!05!061430905415vam Final Print

112

112

1.2 Order of PrecedenceIn the event of any ambiguity or conflict between the Contract Documents listed above, theorder of precedence shall be the order in which the Contract Documents are listed in Article1.1(Contract Documents) above.

1.3 Definitions (Reference GC Clause 1) Capitalized words and expressions used herein shallhave the same meanings as are ascribed to them in the General Conditions.

Article 2.Contract Price and Terms of Payment

2.1 Contract Price (Reference GC Clause 15): The Purchaser hereby agrees to pay to theSUPPLIER the Contract Price in consideration of the performance by the SUPPLIER of itsobligations hereunder. The Contract Price shall be the aggregate of: __________________,_______________as specified in Price Schedule No. 13 (Goods(including Mandatory SpareParts) Supplied excluding Tax & Duties) and Schedule No. 3 (Design Services)and_______________, _________________, less _________as specified in Schedule 4(Buy-Back Price of existing equipment) or such other sums as may be determined inaccordance with the terms and conditions of the Contract.

2.2 Terms of Payment (Reference GC Clause 15): The terms and procedures of paymentaccording to which the Purchaser will reimburse the SUPPLIER are given in the Appendix(Terms and Procedures of Payment) hereto.The Payment shall be made through a bank transfer/ cheque.Unless the amount payable under Schedule No. 1 is adjusted in accordance with GC 15 or inthe event of a Change in the Order in accordance with GC 33 or with any of the other termsof the Contract, the Contract Price shall be a firm lump sum not subject to any alteration.

2.3 In consideration of the payments to be made by the Purchaser to the Supplier ashereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide theGoods and Mandatory Spare Parts supplied and Design Services and to remedy defectstherein in conformity in all respects with the provisions of the Contract.

2.4 The Purchaser hereby covenants to pay the Supplier in consideration of the provision ofthe Goods and Mandatory Spare Parts supplied and Design Services and the remedying ofdefects therein, the Contract Price or such other sum as may become payable under theprovisions of the Contract at the times and in the manner prescribed by the Contract

Article 3.Effective Date

3 Changes made as per ITB 41.1: Purchaser’s right to vary quantities at Time of Award

Page 119: Corrigendum_2015!05!061430905415vam Final Print

113

113

3.1 Effective Date (Reference GC Clause 1.1 (p) in SCC): The Effective Date from which theTime for Completion of the Facilities shall be counted is the date when all of the followingconditions have been fulfilled:

(a) This Contract Agreement has been duly executed for and on behalf of the Purchaser andthe SUPPLIER;

Article 4

The Contract Agreement No. …………………….. has also been made on the …….. dayof ………….. 20…., between the Purchaser and the SUPPLIER for providing all relatedservices as per Reference GC Clause 1.1 (k) in SCC i.e. inland transportation for delivery atsite, insurance, unloading, storage, handling at site, installation, Testing and Commissioningincluding performance testing in respect of all the Goods and Mandatory Spare suppliedunder the "First Contract" and any other services except design services included in the FirstContract specified in the Contract Documents termed as “Second Contract” required forcomplete execution of the Air conditioning system For Control room & associated areasat Bandel TPS unit-5, using VAM Chillers.Notwithstanding the award of contract under two separate contracts in the aforesaid manner,the SUPPLIER shall be overall responsible to ensure the execution of both the contracts toachieve successful completion and taking over of the facilities by the Purchaser as per therequirements stipulated in the Contract. It is expressly understood and agreed by theSUPPLIER that any default or breach under the ‘Second Contract’ shall automatically bedeemed as a default or breach of this ‘First Contract’ also and vice-versa and any such breachor occurrence or default giving the Purchaser a right to terminate the ‘Second Contract’ eitherin full or in part, and/or recover damages there under that Contract, shall give the Purchaseran absolute right to terminate this Contract at the SUPPLIER’s risk, cost and responsibility,either in full or in part and /or recover damages under this ‘First Contract’ as well. However,such breach or default or occurrence in the ‘Second Contract’ shall not automatically relievethe SUPPLIER of any of its responsibility/ obligations under this ‘First Contract’. It is alsoexpressly understood and agreed by the SUPPLIER that the Goods and Mandatory Sparesupplied by the SUPPLIER under this ‘First Contract’ when installed and commissioned bythe SUPPLIER under the ‘Second Contract’ shall give satisfactory performance inaccordance with the provisions of the Contract.

Article 5.Communications

5.1 The address of the Purchaser for notice purposes, pursuant to GC 4.1 is:GM (M&C),The West Bengal Power Development Corporation LimitedStreet Address: Bidyut Unayan Bhavan,Plot No. 3/C, LA Block, Sector-III, Salt Lake CityCity: Kolkata

Page 120: Corrigendum_2015!05!061430905415vam Final Print

114

114

ZIP Code: 700098Country: IndiaTelephone: (91) 33 2339 2621, (91) 33 2339 3624Facsimile number: (91) 033 2339 3607electronic mail address: [email protected] , [email protected]

5.2 The address of the SUPPLIER for notice purposes, pursuant to GC 8.1 is:________________________.

Article 6.Appendices

6.1 The Appendices listed in the attached List of Appendices shall be deemed to form anintegral part of this Contract Agreement.

6.2 Reference in the Contract to any Appendix shall mean the Appendices attached hereto,and the Contract shall be read and construed accordingly.

IN WITNESS WHEREOF the Purchaser and the SUPPLIER have caused this Agreement tobe duly executed by their duly authorized representatives the day and year first above written.

Signed by, for and on behalf of the Purchaser

[Signature] ___________________________________________

[Title] ___________________________________________

in the presence of ___________________________________________

Signed by, for and on behalf of the SUPPLIER

[Signature] ___________________________________________

[Title] ___________________________________________

in the presence of ___________________________________________

Page 121: Corrigendum_2015!05!061430905415vam Final Print

115

115

APPENDICESAppendix 1 Terms and Procedures of PaymentAppendix 2 Price Adjustment – NOT APPLICABLEAppendix 3 Insurance RequirementsAppendix 4 Delivery and Completion ScheduleAppendix 5 List of Goods and relevant Services and List of ApprovedSubcontractorsAppendix 6 Scope of Works and Supply by the PurchaserAppendix 7 List of Documents for Approval or ReviewAppendix 8 Functional Guarantees

Page 122: Corrigendum_2015!05!061430905415vam Final Print

116

116

Form of Contract Agreement

(FORM OF CONTRACT AGREEMENT FOR SECOND CONTRACT)

THIS Second Contract’ AGREEMENT is made the ________ day of________________________, _____, BETWEEN

(1) ______________________, a corporation incorporated under the laws of___________ and having its principal place of business at ________________

(hereinafter called “the Purchaser”),and(2) ______________________, a corporation incorporated under the laws of________________________ and having its principal place of business at________________________ (hereinafter called “the SUPPLIER”).

WHEREAS the Purchaser desires to engage the SUPPLIER for providing all related servicesas per Reference GC Clause 1.1 (k) in SCC i.e. inland transportation for delivery at site,insurance, unloading, storage, handling at site, installation, Testing and Commissioningincluding performance testing in respect of all the Goods and Mandatory Spare suppliedunder the "First Contract" and any other services except design services included in the FirstContract specified in the Contract Documents termed as “Second Contract” required forcomplete execution of the Air conditioning system For Control room & associated areasat Bandel TPS unit-5, using VAM Chillers as detailed in the Contract Documents, and theSUPPLIER has agreed to such engagement upon and subject to the terms and conditionsherein after appearing.NOW IT IS HEREBY AGREED as follows:

Article 1.Contract Documents1.1 Contract Documents (Reference GC Clause 2): The following documents shallconstitute the Contract between the Purchaser and the SUPPLIER, and each shall be readand construed as an integral part of the Contract:

a. This Contract Agreement and the Appendices heretob. Notification of Award and acceptance letter of SUPPLIERc. Particular Conditionsd. General Conditionse. Approved Design / Specification / Datasheetf. Approved Drawingsg. Resolution of the Post Bid meeting with successful bidderh. Letter of Bid and Price Schedules submitted by the SUPPLIERi. Technical Requirements (including Schedule of Requirements and Technical

Specifications) stated in Doc. No.: 14J01-003-SPC-VA-001, Amendment /Addenda - if any after Pre-Bid meeting)

j. Other completed bidding forms submitted with the Bidk. Any other documents forming part of the Purchaser’s Requirements

Page 123: Corrigendum_2015!05!061430905415vam Final Print

117

117

l. Any other documents / correspondence with the successful bidder shall beadded here

1.2 Order of PrecedenceIn the event of any ambiguity or conflict between the Contract Documents listed above, theorder of precedence shall be the order in which the Contract Documents are listed inArticle 1.1(Contract Documents) above.

1.3 Definitions (Reference GC Clause 1): Capitalized words and phrases used herein shallhave the same meanings as are ascribed to them in the General Conditions.

Article 2. Contract Price and Terms of Payment

2.1 Contract Price (Reference GC Clause 15): The Purchaser hereby agrees to pay to theSUPPLIER the Contract Price in consideration of the performance by the SUPPLIER of itsobligations hereunder. The Contract Price shall be the aggregate of: __________________,_______________ as specified in Price Schedule No. 24 (Related services except DesignServices including Tax) and_______________, or such other sums as may be determinedin accordance with the terms and conditions of the Contract.

2.2 Terms of Payment (Reference GC Clause 15): The terms and procedures of paymentaccording to which the Purchaser will reimburse the SUPPLIER are given in the Appendix(Terms and Procedures of Payment) hereto.The Payment shall be made through a bank transfer/ cheque.Unless the amount payable under Schedule No. 2 is adjusted in accordance with GC 15 or inthe event of a Change in the Order in accordance with GC 33 or with any of the other termsof the Contract, the Contract Price shall be a firm lump sum not subject to any alteration.

2.3 In consideration of the payments to be made by the Purchaser to the Supplier ashereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide allrelated services except Design Services as per Reference GC Clause 1.1 (k) in SCC andto remedy defects therein in conformity in all respects with the provisions of theContract.

2.4 The Purchaser hereby covenants to pay the Supplier in consideration of the provision ofall related services except Design Services as per Reference GC Clause 1.1 (k) in SCC andthe remedying of defects therein, the Contract Price or such other sum as may becomepayable under the provisions of the Contract at the times and in the manner prescribed by theContract.

Article 3.Effective Date

4 Changes made as per ITB 41.1: Purchaser’s right to vary quantities at Time of Award

Page 124: Corrigendum_2015!05!061430905415vam Final Print

118

118

3.1 Effective Date (Reference GC Clause 1.1 (p) in SCC): The Effective Date from which theTime for Completion of the Facilities shall be counted is the date when all of the followingconditions have been fulfilled:(a) This Contract Agreement has been duly executed for and on behalf of the Purchaser andthe Contractor;

Article 4

The Contract Agreement No. …………………….. has also been made on the …….. dayof ………….. 20…., between the Purchaser and the SUPPLIER For EXW supply of allgoods including mandatory Spares and Design Services under the Contract termed as “FirstContract required for complete execution of the Air conditioning system For Control room& associated areas at Bandel TPS unit-5, using VAM Chillers.Notwithstanding the award of contract under two separate contracts in the aforesaid manner,the SUPPLIER shall be overall responsible to ensure the execution of both the contracts toachieve successful completion and taking over of the facilities by the Purchaser as per therequirements stipulated in the Contract. It is expressly understood and agreed by theSUPPLIER that any default or breach under the ‘First Contract’ shall automatically bedeemed as a default or breach of this ‘Second Contract’ also and vice-versa and any suchbreach or occurrence or default giving the Purchaser a right to terminate the ‘First Contract’either in full or in part, and/or recover damages there under that Contract, shall give thePurchaser an absolute right to terminate this Contract at the SUPPLIER’s risk, cost andresponsibility, either in full or in part and /or recover damages under this ‘Second Contract’as well. However, such breach or default or occurrence in the ‘First Contract’ shall notautomatically relieve the SUPPLIER of any of its responsibility/ obligations under this‘Second Contract’. It is also expressly understood and agreed by the SUPPLIER that theGoods and Mandatory Spare supplied by the SUPPLIER under the ‘First Contract’ wheninstalled and commissioned by the SUPPLIER under this ‘Second Contract’ shall givesatisfactory performance in accordance with the provisions of the Contract.

Article 5.Communications

5.1 The address of the Purchaser for notice purposes, pursuant to GC 4.1 is:GM (M&C),The West Bengal Power Development Corporation LimitedStreet Address: Bidyut Unayan Bhavan,Plot No. 3/C, LA Block, Sector-III, Salt Lake CityCity: KolkataZIP Code: 700098Country: IndiaTelephone: (91) 33 2339 3624/3621Facsimile number: (91) 033 23393607Electronic mail address: [email protected], [email protected]

Page 125: Corrigendum_2015!05!061430905415vam Final Print

119

119

5.2 The address of the SUPPLIER for notice purposes, pursuant to GC 8.1 is:________________________.

Article 6.Appendices

6.1 The Appendices listed in the attached List of Appendices shall be deemed to form anintegral part of this Contract Agreement.

6.2 Reference in the Contract to any Appendix shall mean the Appendices attached hereto,and the Contract shall be read and construed accordingly.

IN WITNESS WHEREOF the Purchaser and the SUPPLIER have caused this Agreement tobe duly executed by their duly authorized representatives the day and year first abovewritten.

Signed by, for and on behalf of the Purchaser

[Signature] ___________________________________________

[Title] ___________________________________________

in the presence of ___________________________________________

Signed by, for and on behalf of the SUPPLIER

[Signature] ___________________________________________

[Title] ___________________________________________

in the presence of ___________________________________________

APPENDICESAppendix 1 Terms and Procedures of PaymentAppendix 2 Price Adjustment – NOT APPLICABLEAppendix 3 Insurance RequirementsAppendix 4 Delivery and Completion ScheduleAppendix 5 List of Goods and relevant Services and List of ApprovedSubcontractorsAppendix 6 Scope of Works and Supply by the PurchaserAppendix 7 List of Documents for Approval or ReviewAppendix 8 Functional Guarantees

Page 126: Corrigendum_2015!05!061430905415vam Final Print

120

Appendix 1. Terms and Procedures of Payment

In accordance with the provisions of GC Clause 16 (Terms of Payment), thePurchaser shall pay the Supplier in the following manner and at the following times,on the basis of agreed Billing Break up Schedule. Payments will be made in IndianRupees as quoted by the Bidder. Billing Break up Schedule shall be finalized within30 days from the date of signing of Contract. Applications for payment in respect ofpart deliveries (part delivery of an item as per approved Billing Break up Schedule)may be made by the Supplier as work proceeds.

TERMS OF PAYMENT

Schedule No. 1: Goods including Mandatory Spares Supplied (including designservice)5

In respect of plant and equipment supplied from abroad, the following paymentsshall be made:

Ten percent (10%) of the total Ex works amount as an advance payment will be paidwithin thirty (30) days against receipt of Original and two (2) copies of signedinvoices and an irrevocable advance payment security for the equivalent amountmade out in favour of the Purchaser. The advance payment security may bereduced in proportion to the value of the plant and equipment delivered to the site,as evidenced by shipping and delivery documents.

Seventy percent (70%) of the total or pro rata Ex works price of each item (as peragreed Billing Break up Schedule) shipped shall be paid to the Supplier and onsubmission of documents specified in PAYMENT PROCEDURES specified below,within forty-five (45) days after receipt of documents and receipt of Original and two(2) copies of signed invoices

Ten percent (10%) of the total Ex works amount, as evidenced by the Purchaser’sauthorization (Letter from Authorized Representative of BTPS Site) on the Supplier’sapplication that he has achieved the Completion of schedule, will be paid withinforty-five (45) days after receipt of Original and two (2) copies of signed invoices.

Balance Ten percent (10%) of the total Ex works amount will be paid as evidencedby the Purchaser’s acceptance (Letter from Authorized Representative of BTPSSite)of the Supplier’s goods and related service, after Guarantee Test as percondition laid down in Appendix 8, within forty-five (45) days after receipt of Originaland two (2) copies of signed invoices.

5 In case design service is not separately quoted.

Page 127: Corrigendum_2015!05!061430905415vam Final Print

121

121

The payment of this installment shall be subject to further condition that the Supplierhas supplied to the Purchaser O&M Manual and has also furnished to the Purchaserfinal ‘as built’ drawings after completion of the project. All documents must be writtenin EnglishIn the event that the Purchaser fails to make any payment on its respective due date,the Purchaser shall pay to the Supplier interest on amount of such delayed paymentat the rate of Zero percent(0%) per month for period of delay until payment has beenmade in full.

Schedule No. 3. Design Services

In respect of design services, the following payments shall be made:

Ten percent (10%) of the total design services amount as an advance paymentagainst receipt of Original and two (2) copies of signed invoices, and an irrevocableadvance payment security for the equivalent amount made out in favor of thePurchaser.

Eighty percent (80%) of the total or pro rata design services amount uponacceptance of design accepted by Purchaser / Purchaser’s Consultant within forty-five (45) days after receipt of Original and two (2) copies of signed invoices.

Balance Ten percent (10%) of the total amount after Purchaser’s acceptance(Letter from Authorized Representative of BTPS Site) of the Supplier’s goods andrelated service, after Guarantee Test as per condition laid down in Appendix 8within forty-five (45) days after receipt of Original and two (2) copies of signedinvoices.The payment of this installment shall be subject to further condition that theSupplier has supplied to the Purchaser O&M Manual and has also furnished to thePurchaser final ‘as built’ drawings after completion of the project. All documentsmust be written in English.

Schedule No. 2. Related Services except Design Service as per Reference GC Clause1.1 (k) in SCC

The following payments shall be made:

Ten percent (10%) of the total value of Related Services except Design Serviceamount as an advance payment will be paid within thirty (30) days against receipt ofOriginal and two (2) copies of signed invoices, and an irrevocable advance payment

Page 128: Corrigendum_2015!05!061430905415vam Final Print

122

122

security for the equivalent amount made out in favor of the Purchaser. The advancepayment security may be reduced in proportion to the value of work performed bythe Supplier as evidenced by the invoices for installation services.

Seventy percent (70%) of the measured value of work performed (per agreed BillingBreak up Schedule) by the Supplier, as identified in the said Program ofPerformance, during the preceding month alongwith applicable taxes & duties in full,

as evidenced by the Purchaser’s authorization of the Supplier’s application, withinforty-five (45) days after receipt of Original and two (2) copies of signed invoices.

Ten percent (10%) of the total value of Related Services except Design Service, asevidenced by the Purchaser’s authorization (Letter from Authorized Representativeof BTPS Site) on the Supplier’s application that he has achieved the Completion ofschedule, will be paid within forty-five (45) days after receipt of Original and two (2)copies of signed invoices.

Balance Ten percent (10%) of the total value of Related Services except DesignService performed by the Supplier as evidenced by the Purchaser’s acceptance(Letter from Authorized Representative of BTPS Site) of the Supplier’s goods andrelated service, after Guarantee Test as per condition laid down in Appendix 8, willbe paid within forty-five (45) days after receipt of Original and two (2) copies ofsigned invoices. The payment of this installment shall be subject to further conditionthat the Supplier has supplied to the Purchaser O&M Manual and has also furnishedto the Purchaser final ‘as built’ drawings after completion of the project. Alldocuments must be written in English.

Taxes as applicable on Installation services portion of the contract shall be payableon production of the documentary proof.

PAYMENT PROCEDURES

The procedures to be followed in applying for certification and making paymentsshall be as follows:

Schedule No. 1. Goods including Mandatory Spares Supplied excluding designservice

1. Documents to be presented for 10% initial advance payment

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

Page 129: Corrigendum_2015!05!061430905415vam Final Print

123

123

b) Submission of an unconditional Bank Guarantee covering the advanceamount which shall be initially kept valid upto (Forty-five) 45 days beyondthe date of Completion of schedule under the Package. However, in case ofdelay in Completion of schedule, the validity of this Bank Guarantee shall beextended by the period of such delay. Proforma of Bank Guarantee forAdvance Payment is enclosed.

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

d) Submission of a detailed PERT Network based on the work schedulestipulated in Appendix – 4, Form of the Contract Agreement and its approvalby the Purchaser.

e) Original and two (2) copies of signed invoices.

2. Documents to be presented for 70% payment against supply of goods.a) Original and two (2) copies of signed invoices.b) Original and two (2) copies of Packing List with marking detailsc) Original and two (2) copies of bill of transportation.d) Certificate of origin and Two copies of the samee) Copies of MDCC (Material Dispatch Clearance Certificate) issued by

WBPDCLf) A certificate issued by the Supplier that the above copies have been sent to

the Director (Projects) of WBPDCL.g) A certificate issued by the Supplier that the amount claimed is in accordance

with the terms of the contract and agreed Billing Break up Schedule.h) A certificate issued by the Supplier that the Insurance Premium and freight

have been paid for the consignment.i) A certificate issued by the Supplier that i) goods as per packing list

correspond to those dispatched, ii) workshop tests in manufacturer’s workshave been satisfactory (copy of the test certificate(s) also to be enclosed).

j) A certificate issued by the Supplier that the equipments / materialstransported or to be shifted meet the ratings and performance parameters asstipulated in the technical specifications.

k) In case of differential amount claim only a certificate from WBPDCL’srepresentative to that effect that the differential amount claimed as per agreed

Page 130: Corrigendum_2015!05!061430905415vam Final Print

124

124

Billing Break up Schedule / Revised Billing Break up Schedule along withoriginal and two copies of signed invoices.

Payment Terms for Taxes & DutiesAll and any of applicable Taxes and Duties which shall be reimbursed by the Purchaserunder the Contract shall be reimbursed to the Supplier upon receipt of equipment/spares atsite and on production of satisfactory documentary evidence by the Supplier

Schedule No. 3. Design Services

1. Documents to be presented for 10% initial advance paymenta) Acceptance of Notification of Award and Signing of the Contract Agreement.

b) Submission of an unconditional Bank Guarantee covering the advanceamount which shall be initially kept valid upto (Forty-five) 45 days beyond the dateof Completion of schedule under the Package. However, in case of delay inCompletion of schedule, the validity of this Bank Guarantee shall be extended bythe period of such delay. Proforma of Bank Guarantee for Advance Payment isenclosed.

c) Submission of an unconditional Bank Guarantee as Performance security(10% of all the two contracts) which will be initially kept valid upto (Forty-five) 45days beyond the schedule date of expiry of the Warranty period. However, incase of delay in Completion of schedule, the validity of this Bank Guarantee willbe extended by the period of such delay. Proforma of Bank Guarantee forPerformance security Payment is enclosed.d) Original and two (2) copies of signed invoices duly certified by WBPDCL.

2. Documents to be presented for 80% payment.a) Original and two (2) copies of signed invoices.

Certificate from WBPDCL stating that the relevant Drawing / document has beenapproved and the amount claimed as per agreed billing schedule.

Schedule No. 2. Related Services except Design Service

1. Documents to be presented for 10% initial advance paymenta) Acceptance of Notification of Award and Signing of the Contract Agreement.

b) Submission of an unconditional Bank Guarantee covering the advanceamount which shall be initially kept valid up-to (twenty-eight) 28 daysbeyond the date of Completion of schedule under the Package. However,in case of delay in completion of facilities, the validity of this Bank

Page 131: Corrigendum_2015!05!061430905415vam Final Print

125

125

Guarantee shall be extended by the period of such delay. Proforma of BankGuarantee is enclosed.

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

d) Submission of a detailed PERT Network based on the work schedulestipulated in Appendix – 4 to Form of the Contract Agreement and itsapproval by the Purchaser.

e) Establishing office at site preparatory to mobiliastion of their erectionestablishment

f) Original and two (2) copies of signed invoices.

2. Documents to be presented for 70% payment.a) Original and two (2) copies of signed invoices.b) A certificate by WBPDCL’s authorized Engineer to the effect that the relevant

erection milestones have been achieved.c) Original and two (2) copies of signed Material receipt Note of WBPDCL’s

authorized Engineer at BTPS site.

Payment Terms for Taxes & Duties100% of applicable Taxes and Duties which are payable by the Purchaser under theContract shall be reimbursed to the Supplier on production of satisfactory documentaryevidence by the Supplier.

ConsigneeAll the ‘goods’ as defined in cl.no.1.1 (h) of GC, shall be consigned in the name and addressstated below:

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

With copy endorsed toThe General Manager,

Page 132: Corrigendum_2015!05!061430905415vam Final Print

126

126

Bandel Thermal Power Station,P.O: Tribeni, Dist. - Hooghly, Pin – 712 503, West Bengal, India.

All the materials shall be dispatched to Bandel TPS consigned in the name of:

Senior Manager (S&P)Bandel Thermal Power Station,The West Bengal Power Development Corporation LimitedP.O: Tribeni, Dist. - Hooghly, Pin – 712 503, West Bengal, India.

With copy endorsed to –

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

(2) The General Manager,Bandel Thermal Power Station,

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

Page 133: Corrigendum_2015!05!061430905415vam Final Print

127

127

Page 134: Corrigendum_2015!05!061430905415vam Final Print

128

Appendix 2. Price Adjustment

(Not Applicable)

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

Page 135: Corrigendum_2015!05!061430905415vam Final Print

129

Appendix 3. Insurance Requirements

Insurances to be Taken out by the Supplier

In accordance with the provisions of GC Clause 24, the Supplier shall at its expensetake out and maintain in effect, or cause to be taken out and maintained in effect, duringthe performance of the Contract, the insurances set forth below in the sums and withthe deductibles and other conditions specified. The identity of the insurers and the formof the policies shall be subject to the approval of the Purchaser, such approval not to beunreasonably withheld.

(a) Cargo InsuranceCovering loss or damage occurring, while in transit from the supplier’s ormanufacturer’s works or stores until arrival at the Site, to the Facilities (includingspare parts therefore) and to the construction equipment to be provided by theSupplier or its Subcontractors. This shall be open policy. Include Institutereplacement clause, special replacement clause (Air duty) and deferred unpackingclause. Insurers right of subrogation against all parties (excluding carrier) waived.

Amount Deductiblelimits

Partiesinsured

From To

110% of totalvalue ofschedule 1 incurrency ofcontract

0.15 % ofContractAmount

Supplier andPurchaser

Factory Erection Site +60 days

Documents required : i) Single carrying limit ii) mode of Transit iii) port despatchand port arrival

(b) Installation All Risks InsuranceCovering physical loss or damage to the Facilities at the Site, occurring prior tocompletion of the Facilities, with an extended maintenance coverage for theSupplier’s liability in respect of any loss or damage occurring during the defectliability period while the Supplier is on the Site for the purpose of performing itsobligations during the defect liability period.

Amount Deductiblelimits

Partiesinsured

From To

110% ofContract pricein currency ofcontract

0.5 % ofcontract value

Supplier andPurchaser

Commencement of Project

End ofscheduledate of expiryof theWarrantyperiod

Documents required : i) Additional coverage ii) escalation iii) higher excess ifrequired iv) earth quake & Terrorism cover if any.

Page 136: Corrigendum_2015!05!061430905415vam Final Print

130

130

(c) Third Party Liability InsuranceCovering bodily injury or death suffered by third parties (including the Purchaser’spersonnel) and loss of or damage to property (including the Purchaser’s propertyand any parts of the Facilities that have been accepted by the Purchaser)occurring in connection with the supply and installation of the Facilities.

Amount Deductiblelimits

Partiesinsured

From To

Rupees 1.5lakhs perperson peroccasion

Nil Supplier /Sub-Contractor

Commencement of Project

End ofscheduledate of expiryof theWarrantyperiod

(d) Automobile Liability InsuranceCovering use of all vehicles used by the Supplier or its Subcontractors (whether ornot owned by them) in connection with the supply and installation of the Facilities.Comprehensive insurance in accordance with statutory requirements.Documents required :

i) valuation of vehiclesii) type of vehiclesiii) age of vehiclesiv) area of registration

(e) Workers’ CompensationIn accordance with the statutory requirements applicable in any country where theFacilities or any part thereof is executed.Documents required ;

i) Nature of jobii) Type of workersiii) Monthly wages of each workeriv) Total period of coverage

(f) Purchaser’s LiabilityIn accordance with the statutory requirements applicable in any country where theFacilities or any part thereof is executed.Purchaser’s liability will be considered while taking a EAR policy covering bothprincipal (Purchaser) and Supplier and sub contractor in project.

Note:(a) The Purchaser shall be named as co-insured under all insurance policies

taken out by the Supplier pursuant to GC Sub-Clause 24, except for the ThirdParty Liability, Workers’ Compensation and Purchaser’s Liability Insurances,and the Supplier’s Subcontractors shall be named as co-insureds under allinsurance policies taken out by the Supplier pursuant to GC Sub-Clause 24,except for the Cargo, Workers’ Compensation and Purchaser’s Liability

Page 137: Corrigendum_2015!05!061430905415vam Final Print

131

131

Insurances. All insurer’s rights of subrogation against such co-insureds forlosses or claims arising out of the performance of the Contract shall bewaived under such policies.

(b) Notwithstanding the insurance requirements mentioned above, it would bethe Supplier’s responsibility to take adequate insurance cover as may bepertinent to protect his interest and interest of the Purchaser. If at any point oftime during execution of the Contract, the insurance policies are found to beinadequate, the Supplier shall take fresh insurance policies meeting aforesaidrequirements. The Purchaser reserves the right to make suitable recoveryfrom the Supplier, if any.

(c) Any loss or damage to the plant and equipment during handling,transportation, storage, installation, commissioning, and all activities to beperformed till the “Completion schedule” shall be to the account of theSupplier. The Supplier shall be responsible for performance of all claims andmake good the damages or loss by way of repairs and / or replacement ofplant and equipment damaged or lost. Notwithstanding the extent ofinsurances cover and the amount of claim available from the underwriter, theSupplier shall be liable to make good the full replacement / rectification of allthe equipment / materials and to ensure their availability as per projectrequirement without additional financial liability to the Purchaser.

The insurance should be in freely convertible currency and insurance policy tobe taken should be on replacement value basis and / or incorporatingappropriate insurance clause.

The Supplier shall follow local acts and laws as may be prevalent forinsurance.

Page 138: Corrigendum_2015!05!061430905415vam Final Print

132

132

Appendix 4. Delivery and Completion Schedule

TIME SCHEDULE

As specified by Bidder in SCHEDULE – VI WORK PROGRESS SCHEDULE

4.1. This master network and the key milestone dates alongwithEngineering Drawing and Data Submission Schedule, Quality Planshall also be discussed and finalised within 7 days of ContractAgreement.

4.2. After the signing of contract, the Supplier shall plan thesequence of work of manufacturing and supply to meet the abovestated dates of successful completion of facilities and shall ensure allwork i.e., design, vendor selection, procurement of brought out items,manufacturing, shop testing, inspection and shipment of theequipment in accordance with the required construction/erectionsequence.

4.3. As mentioned in Item 1 (d) under PAYMENT PROCEDURES ofAppendix 1[‘Terms and Procedures of Payment’] the Supplier shallsubmit two copies (one reproducible and one print) detailed PERTNetwork to the Project Manager for his review and approval. Thisdetailed PERT Network (L2) shall be prepared based on the inputsfrom the meeting mentioned in clause 4.3 of Appendix 4-TimeSchedules and shall show the logic and duration of the activitiescovered in clause 4.4 of Appendix 4-Time Schedules.

4.4. Detailed Manufacturing Programme - Detailed ManufacturingPERT Network (L3) for all the manufacturing activities atSupplier/sub- Contractors works shall also be furnished within 7 daysof Signing of Contract. The manufacturing network shall be supportedby detailed procurement programme for critical bought out item/rawmaterials.

4.5. Detailed Manufacturing PERT Network (L3) shall be updated bythe Supplier in the first week of every month or at a frequencymutually agreed upon. The Supplier shall forward to the ProjectManager, copies of the Computer Initial run-Data for approval. Within

Page 139: Corrigendum_2015!05!061430905415vam Final Print

133

133

one week of approval of the network schedule Supplier shall submitMonthly final revised network.

4.6. Weekly progress review meetings at site shall be started within30 days of Contract Agreement.

4.7. Access to the Supplier's and Sub-Contractor's work shall begranted to WBPDCL authorized Officer at all reasonable times for thepurpose of ascertaining the progress.

4.8. Liquidated Damage for Late Execution of Contract shall begoverned by SCC Cl. 27.1.

Page 140: Corrigendum_2015!05!061430905415vam Final Print

134

134

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

A list of major items of Plant and Installation Services is provided below.

The following Subcontractors and/or manufacturers are approved for carrying out the items ofthe Facilities indicated below. Where more than one Subcontractor is listed, the Supplier is freeto choose between them, but it must notify the Purchaser of its choice in good time prior toappointing any selected Subcontractor. In accordance with GC Sub-Clause 21, the Supplier isfree to submit proposals for Subcontractors for additional items from time to time. NoSubcontracts shall be placed with any such Subcontractors for additional items until theSubcontractors have been approved in writing by the Purchaser and their names have been addedto this list of Approved Subcontractors.

Goods and RelevantServices

Approved Subcontractors/Manufacturers Nationality

VAMPACPower CableControl CablePMCCCooling TowerPumps with motor

Page 141: Corrigendum_2015!05!061430905415vam Final Print

135

135

Appendix 6. Scope of Works and Supply by the Purchaser

The following personnel, facilities, works and supplies will be provided/supplied by thePurchaser, as mentioned in Cl. No. 3.00.00 in Part A of DOC. NO. : 14J01-003-SPC-VA-001

Personnel Charge to Supplier (if any)

Facilities Charge to Supplier (if any)

Works Charge to Supplier (if any)

Supplies Charge to Supplier (if any)

Page 142: Corrigendum_2015!05!061430905415vam Final Print

136

136

Appendix 7. List of Documents for Approval or Review

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

A. Approval

1.

2.

3.

B. Review

1.

2.

3.

Page 143: Corrigendum_2015!05!061430905415vam Final Print

137

137

Appendix 8. Functional Guarantees

1. GeneralThis Appendix sets out

(a) Supplier has to demonstrate the functional guarantees referred to in Doc. No.:14J01-003-SPC-VA-001 after installation within specified time stated inSCHEDULE – VIII of Doc. No. : 14J01-003-SPC-VA-001

(b) the preconditions to the validity of the functional guarantees, either in productionand/or consumption, set forth below

(c) the minimum level of the functional guarantees

(d) the formula for calculation of liquidated damages for failure to attain thefunctional guarantees.

2. Preconditions

(a) The Supplier gives the functional guarantees (specified herein) for thefacilities, subject to the following preconditions being fully satisfied: All theequipment supplied shall be shop tested prior to dispatch, as per guaranteesgiven by the bidder/ performance requirements stipulated according torespective sections of the Vol-II (Technical specifications) and respectivecodes and standards. The material/ equipment delivered shall accompany acertificate of the shop tests carried out.

(b) All the tests which are to be carried out at site for the verification of thetest certificates including other routine commissioning tests shall be carriedout during commissioning at site.

(c) Tests to be carried out as specified in the respective sections of the Doc.No.: 14J01-003-SPC-VA-001

3. Functional Guarantees

(The values in the table below shall be inserted based on the functionalguarantees declared by successful bidder in Schedule II of GuaranteedDatasheet of Doc. No.: 14J01-003-SPC-VA-001 at the time of contract signing)

Subject to compliance with the foregoing preconditions, the Supplierguarantees as follows:Required functionalGuarantees

Required Guaranteedparameter

Acceptable shortfalllimit with LD

1. Performance of Airconditioning Unit of VAM

Bidder to offer 5% of the guaranteedvalue

2. Performance of Airconditioning Unit of PAC

Bidder to offer 5% of the guaranteedvalue

Page 144: Corrigendum_2015!05!061430905415vam Final Print

138

138

For all the other equipments for which functional guarantees are not specifiedas above, Supplier has to supply the equipments as per certifications of theTest carried out at the manufacturing shop as per the Test proceduresspecified in Doc. No.: 14J01-003-SPC-VA-001 and witnessed and accepted bythe owner’s representative, which is covered by the replacement warranteeas per provisions of clause no. Of Doc. No.: 14J01-003-SPC-VA-001.

4. Failure in Guarantees and Liquidated Damages

(a) If the functional guarantee parameters as specified in the offer in ScheduleII of Guaranteed Datasheet of Doc. No.: 14J01-003-SPC-VA-001 in pursuanceto the para 3 above are less than the guaranteed figure but are within theacceptable shortfall limit with LD as specified in para 3 above and theSupplier elects to pay liquidated damages to the Purchaser in lieu of makingchanges, modifications and/or additions pursuant to GC New clause 27.2 inSCC, then the Supplier shall pay liquidated damages at the rates indicated inthe table below.

Sl.No.

Condition of performanceshortfall

Rate of Liquidated damagespayable

1 Failure to attain GuaranteedPerformance of Air conditioningUnit of VAM

@ Rs. 200000 per TR

2 Failure to attain GuaranteedPerformance of Air conditioningUnit of PAC

@ Rs. 200000 per TR

(b) If the performance requirements as specified for respective equipments in thedifferent sections of Doc. No.: 14J01-003-SPC-VA-001, could not bedemonstrated in the guarantee test, Supplier has to carryout suitablecorrections/ modifications till such performance requirements are attained orget relived by paying liquidated damages pursuant to GC New clause 27.2 inSCC. In case of failure to meet the minimum level of Functional Guarantees,Purchaser shall have the right to reject the equipment pursuant to GC Newclause 27.2 in SCC.

(c) In case of split of contract, aggregated liability of the Supplier shall beproportionately loaded among the contracts.

4.4 Limitation of Liability

a) In case during the Performance Guarantee Test(s) it is found thatequipments / system has failed to meet the guarantees, the Supplier shallcarry out necessary modifications and or replacements to make theequipment /system comply with the guaranteed requirements at no extra costto the owner and re-conduct the performance guarantee test(s) with theowner’s consent. In case specified performance guarantee(s) are still not metbut are achieved within the shortfall limits as specified in para 3, owner willaccept the equipment / plant /system after levying liquidated damages as per

Page 145: Corrigendum_2015!05!061430905415vam Final Print

139

139

above table. The Supplier’s aggregate liability to pay liquidated damages forfailure to attain the functional guarantees, within the acceptable shortfall limits,shall not exceed ten percent (10 %) of the Contract price.

b) However if the demonstrated functional performance parameters continueto fall short of the stipulated acceptable limits even after the abovemodifications / replacements, then the Purchaser shall have the right toundertake measures pursuant to GC New clause 27.2 in SCC.

c) The Liquidated damages for the shortfall in guaranteed parameters and fordelay in completion of schedule are independent of each other and shall belevied separately and concurrently.

Page 146: Corrigendum_2015!05!061430905415vam Final Print

140

2. PERFORMANCE SECURITY

[The bank, as requested by the successful Bidder, shall fill in this form in accordance with theinstructions indicated]

Date: [insert date (as day, month, and year) of Bid Submission]ICB No. and title: [insert no. and title of bidding process]

Bank’s Branch or Office: [insert complete name of Guarantor]

Beneficiary: [insert complete name of Purchaser]

PERFORMANCE GUARANTEE No.: [insert Performance Guarantee number]

We have been informed that [insert complete name of Supplier] (hereinafter called "theSupplier") has entered into Contract No. [insert number] dated [insert day and month], [insertyear] with you, for the supply of [description of Goods and related Services] (hereinafter called"the Contract").

Furthermore, we understand that, according to the conditions of the Contract, a PerformanceGuarantee is required.

At the request of the Supplier, we hereby irrevocably undertake to pay you any sum(s) notexceeding [insert amount(s6) in figures and words] upon receipt by us of your first demand inwriting declaring the Supplier to be in default under the Contract, without cavil or argument, oryour needing to prove or to show grounds or reasons for your demand or the sum specifiedtherein.

This Guarantee shall expire no later than the [insert number] day of [insert month] [insertyear],7 and any demand for payment under it must be received by us at this office on or beforethat date.

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458,except that subparagraph (ii) of Sub-article 20(a) is hereby excluded.

[signatures of authorized representatives of the bank and the Supplier]

6 The Bank shall insert the amount(s) specified in the SCC and denominated, as specified in the SCC, either inthe currency(ies) of the Contract or a freely convertible currency acceptable to the Purchaser.

7 Dates established in accordance with Clause 17.4 of the General Conditions of Contract (“GCC”), taking intoaccount any warranty obligations of the Supplier under Clause 15.2 of the GCC intended to be secured by apartial Performance Guarantee. The Purchaser should note that in the event of an extension of the time toperform the Contract, the Purchaser would need to request an extension of this Guarantee from the Bank. Suchrequest must be in writing and must be made prior to the expiration date established in the Guarantee. Inpreparing this Guarantee, the Purchaser might consider adding the following text to the Form, at the end of thepenultimate paragraph: “ We agree to a one-time extension of this Guarantee for a period not to exceed [sixmonths] [one year], in response to the Purchaser’s written request for such extension, such request to bepresented to us before the expiry of the Guarantee.”

Page 147: Corrigendum_2015!05!061430905415vam Final Print

141

141

3. BANK GUARANTEE FOR ADVANCE PAYMENT

[The bank, as requested by the successful Bidder, shall fill in this form in accordance with theinstructions indicated.]

Date: [insert date (as day, month, and year) of Bid Submission]ICB No. and title: [insert number and title of bidding process]

[bank’s letterhead]

Beneficiary: [insert legal name and address of Purchaser]

ADVANCE PAYMENT GUARANTEE No.: [insert Advance Payment Guarantee no.]

We, [insert legal name and address of bank], have been informed that [insert complete nameand address of Supplier] (hereinafter called "the Supplier") has entered into Contract No. [insertnumber] dated [insert date of Agreement] with you, for the supply of [insert types of Goods to bedelivered] (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, an advance is to bemade against an advance payment guarantee.

At the request of the Supplier, we hereby irrevocably undertake to pay you any sum or sums notexceeding in total an amount of [insert amount(s)8 in figures and words] upon receipt by us ofyour first demand in writing declaring that the Supplier is in breach of its obligation under theContract because the Supplier used the advance payment for purposes other than toward deliveryof the Goods.

It is a condition for any claim and payment under this Guarantee to be made that the advancepayment referred to above must have been received by the Supplier on its account [insertnumber and domicile of the account]

This Guarantee shall remain valid and in full effect from the date of the advance paymentreceived by the Supplier under the Contract until [insert date9].

This Guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.458.

Notes:

8 The bank shall insert the amount(s) specified in the SCC and denominated, as specified in the SCC, either in thecurrency(ies) of the Contract or a freely convertible currency acceptable to the Purchaser.

9 Insert the Delivery date stipulated in the Contract Delivery Schedule. The Purchaser should note that in the eventof an extension of the time to perform the Contract, the Purchaser would need to request an extension of thisGuarantee from the bank. Such request must be in writing and must be made prior to the expiration dateestablished in the Guarantee. In preparing this Guarantee, the Purchaser might consider adding the followingtext to the Form, at the end of the penultimate paragraph: “We agree to a one-time extension of thisGuarantee for a period not to exceed [six months][one year], in response to the Purchaser’s written requestfor such extension, such request to be presented to us before the expiry of the Guarantee.”

Page 148: Corrigendum_2015!05!061430905415vam Final Print

142

142

1. The most current listing of eligible countries can be viewed on the Public Information Center’s Web page at:http://www.worldbank.org/html/pic/PROCURE.html. A list of firms debarred from participating in World Bank projects isavailable at: http://www.worldbank.org/html/opr/procure/debarr.html.

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

Page 149: Corrigendum_2015!05!061430905415vam Final Print

BANDEL THERMAL POWER STATION UNIT-5 (210 MW)

Air conditioning system For

Control room & associated areas at Bandel TPS unit-5

Volume – 2

Technical Specification

Document No.14J01-003-SPC-VA-001

Page 150: Corrigendum_2015!05!061430905415vam Final Print

DOCUMENT CONTROL SHEET

PROJECT : RENOVATION OF AIR CONDITIONING SYSTEM FOR

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

CLIENT : WEST BENGAL POWER DEVELOPMENT CORPORATION

LTD. - BANDEL THERMAL POWER STATION DOCUMENT TITLE : SPECIFICATION FOR AIR CONDITIONING SYSTEM DOCUMENT NO. : 14J01-003-SPC-VA-001 REV. NO. : 1 DCPL JOB NO. : DCPL-14J01

1 02-07-14 REVISED AS PER WORLD

BANK FORMAT

0 26-05-14 FIRST ISSUE (PR) (DKR) (KB)

REV. NO.

DATE DESCRIPTION PREP. BY

SIGN.(INITIAL) REVW. BY

SIGN.(INITIAL) APPRVD BY

SIGN.(INITIAL)

DEVELOPMENT CONSULTANTS PRIVATE LIMITED CONSULTING ENGINEERS 24 PARK STREET, KOLKATA-700 016 PHONE (91) 33 2226 6478; 2226 7601, 2249 7603/7605/7609/7612

Fax: (91) 33 2249-2340 / 3338 / 2897 E-mail: [email protected] Website: www.developmentconsultants.org

Page 151: Corrigendum_2015!05!061430905415vam Final Print

Technical Specification Bandel TPS Unit-5

Doc. No. : 14J01-003-SPC-VA-001 Page 142

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

CONTENTS

VOLUME-2 : TECHNICAL SPECIFICATION PART A : SPECIFIC REQUIREMENT PART B : GENERAL DESIGN & CONSTRUCTION REQUIREMENT

PART C : ELECTRICAL EQUIPMENT SPECIFICATION

SCHEDULES : PROPOSAL EXHIBIT SHEETS SCHEDULE - I : KEY INFORMATION ABOUT THE BID

SCHEDULE - II : GUARANTEED DATA SHEET

SCHEDULE - IIIA : TECHNICAL PARTICULARS (MECHANICAL)

SCHEDULE - IIIB : TECHNICAL PARTICULARS (ELECTRICAL)

SCHEDULE - IV A : LIST OF MANDATORY SPARE PARTS

SCHEDULE - IV B : LIST OF RECOMMENDED SPARE PARTS

SCHEDULE - V : SPECIAL TOOLS & TACKLE DATA

SCHEDULE - VI : WORK PROGRESS SCHEDULE

SCHEDULE – VII : LIST OF DEVIATIONS FROM SPECIFICATIONS

SCHEDULE - VIII : CHECK LIST FOR COMPLETENESS OF OFFER

SCHEDULE - IX : DECLARATION SHEET

ATTACHMENT : TABLES &TENDER DRAWINGS TABLES

TABLE –I : DESIGN PARAMETERS FOR CALCULATING COOLING LOAD

TENDER DRAWINGS

Page 152: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART - A PAGE 143

VOLUME-2

PART-A

SPECIFIC REQUIREMENT

Page 153: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART - A PAGE 144

PART- A

SPECIFIC REQUIREMENT

I N D E X

SL NO. DESCRIPTION 1.00.00 INTENT OF SPECIFICATION 2.00.00 EQUIPMENT AND SERVICES TO BE FURNISHED BY THE BIDDER 3.00.00 EQUIPMENT AND SERVICES TO BE PROVIDED BY THE PURCHASER 4.00.00 GENERAL INFORMATION 5.00.00 PERFORMANCE AND MATERIAL REQUIREMENT 6.00.00 QUALIFYING REQUIREMENTS FOR BIDDERS 7.00.00 COMPLETION TIME

Page 154: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART - A PAGE 145

PART- A

SPECIFIC REQUIREMENT 1.00.00 INTENT OF SPECIFICATION

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

1.02.00 This specification also includes the supply of start up & commissioning spares, mandatory spares and recommended spares for reliable operation of the plant for three (3) years as specified and special tools and tackle required, if any.

1.03.00 The contractor shall have full responsibility for the complete installation of the plant and shall execute the whole and every part of the work in the most substantial and workman like manner and handover the plant to Bandel Thermal Power Station under West Bengal Power Developement Corporation Ltd. (WBPDCL) in satisfactory working condition after successful commissioning and performance guarantee test. In course of discharge of this obligation under the terms of this contract, contractor shall provide / perform all services within the contract price.

The contractor shall be responsible for the technical soundness of the equipment and

service(s) rendered by them. In the event of any deficiency in design, manufacture, erection / construction, etc., the contractor shall re-design / modify the same at no extra cost to

WBPDCL within such time as may be reasonably necessary for the purpose. In case Contractor fails to do so within a reasonable period, WBPDCL may on giving 15 days notice in writing of WBPDCL’s intention to do so, proceed to re-work / modify the same by engaging other agencies at Contractor’s cost which shall be without prejudice to WBPDCL's right to claim damage suffered by WBPDCL for the reason of such defects and / or deficiencies.

1.04.00 Any additional plant, equipment, material, services which are not specifically mentioned here, but are required to make the system complete in every respect in accordance with the intent and technical specification and for safe and trouble-free operation and guaranteed performance, shall be deemed to be covered under the scope of the Bidder at no extra cost unless otherwise specially excluded elsewhere.

1.05.00 The Contractor shall prepare detailed layout drawings based on the preliminary drawings supplied by WBPDCL. The Contractor shall get these drawings and documents approved by WBPDCL/ their Consultants.

2.00.00 EQUIPMENT AND SERVICES TO BE FURNISHED BY THE BIDDER 2.01.00 Equipment 2.01.01 The list of Air Conditioning Equipment and accessories to be provided for the renovation AC

areas of Unit-5 are listed below:

Page 155: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART - A PAGE 146

Sl No.

Equipment No.

Item Application /Location

Quantity Brief Specification

1. VACH-1

Vapour Absorption Chiller Unit

Serving to the Control Room, Control Equipment Room, Computer Room, UPS Room & Shift Engineers Room.

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

1 no. (Running)

Capacity: 80 TR, to cool water from 11.4°C to 7°C. Type & Accessories: Package type Steam fired, Double effect/stage Vapour Absorption Machine consisting of Evaporator, Absorber, High temperature Generator, Low temperature Generator, Condenser, Heat Exchangers, Refrigerant Pump with Drive Motor, Absorbent Pump with Drive Motor, Purge Unit, all internal pipes with valves, Steam trap, fully charged with refrigerant and Lithium Bromide Absorbent and built in Electrical and Controls etc. Evaporator and

Absorber section shall be thermally insulated as per manufacturer’s standard. (The temperature of condenser cooling water at inlet and outlet of the condenser are 34 C &

and 39.4°C respectively).

2. Accessories & Piping for Vapour Absorption Chiller Unit

Lot (a) Steam flow regulating valve (modulating type) and operating thermostat (modulating type).

(b) Necessary Pressure Reducing and De-

superheating Station (PRDS) with all accessories including plunger pumps (2x100% capacity) shall be provided.

Capacity & Head of Plunger Pump to be decided by the Bidder.

(c) Steam piping with isolating valves, fittings,

strainer, safety valve, pressure gauges and other accessories as required and as shown in the Schematic Diagram, 50mm thick fibre-glass / mineral wool / equal thermal insulation covered with 30G GI sheet, hangers/supports. Steam shall be tapped from Unit # 5 BAS (Boiler Auxiliary Steam) Line after existing isolating valve at 4.5M Level. Bidder to provide one isolating valve after existing isolating valve. One more isolating valve shall be provided at the inlet of PRDS

(located at 14.0M Level) for the VAM located at 14M Level. Length of the Steam Line to be supplied by AC Contractor will be approximately 60M. Steam will be available at a temperature of 3500C (Max.) and at a Pressure of 16 Kg/Cm2 (Max.) from BAS Line.

(d) Condensate from the unit shall be collected

in a Condensate Storage Tank. This Condensate water from the Condensate Storage Tank at 14M Level shall be taken back at DMCW(T) Make-up Tank through

Page 156: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART - A PAGE 147

Sl No.

Equipment No.

Item Application /Location

Quantity Brief Specification

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

covered with 30 G GI sheet and hangers / supports. Head of Condensate transfer Pump to be considered as 12M.

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

3. PAC(W)-1 to 3

Water Cooled Precision Air conditioner with Chilled Water Cooling Coil

Serving to the Control Room, Control Equipment Room, Computer Room, UPS Room & Shift Engineers Room.

Water cooled Precision type Air Conditioners located in the AC Plant Room at EL. (+) 14.0M.

3 Nos.

(3R)

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

Total cooling Capacity : 20 TR

Sensible cooling Capacity: 17.5 TR

Dehumidified air qty. : 15000 CMH

Page 157: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART - A PAGE 148

Sl No.

Equipment No.

Item Application /Location

Quantity Brief Specification

External Static Pressure : 20 mmWG

4. CHP-1 CHP-2

Chilled Water Pump Sets.

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

2Nos. (1R+1S)

Capacity: Capacity of each Chilled Water Pump is 65 CMH with a Head 30M.

Each chilled water circulating pump set shall consist of the followings: -

a) One no. Horizontally Split Casing type

centrifugal pump of above capacity. b) One (1) No. adequately sized TEFC sq. cage

induction motor, suitable for 415V 10%, 3

phase, 50Hz 5% AC Supply. c) One (1) no. Y-Type strainer at inlet

complete with brass screen, drain arrangement.

d) 150mm dia. Dial Type pressure gauges one

each at suction & discharge side of the pump set.

e) Butterfly valve, at suction side before and

after Y-type strainer and Globe valve, at discharge side of pump set.

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

discharge side of pump set. g) One (1) no. flow measuring device at

common header outlet of Chilled water pump.

h) One set of base plate (common for pump

and motor), coupling, coupling guard, anti-vibration mountings, foundation bolts etc.

i) Lot-Thermal Insulation of 39mm thick

Aluminium foil faced Nitrile rubber/ XLPE for the pumps.

5. CWP-1

CWP-2

Condenser Water Pump Sets.

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

2Nos.

(1R+1S)

Capacity: Each Condenser Water Pump capacity is 100 CMH with a Head 45M.

Each condenser water circulating pump set shall consist of the followings: -

a) One no. Horizontally Split Casing type centrifugal pump of above capacity with CI casing, Bronze Impeller and carbon steel shaft.

b) One (1) no. adequately sized TEFC sq. cage induction motor, suitable for 415V 10%, 3

Page 158: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART - A PAGE 149

Sl No.

Equipment No.

Item Application /Location

Quantity Brief Specification

phase, 50Hz 5% AC Supply.

c) One (1) no. Y-Type strainer at inlet complete with brass screen and drain arrangement.

d) Pressure gauges with 150 mm dia. Dial (one each at suction & discharge side of the pump set).

e) Butterfly valve, at suction side on upstream and downstream of Y-Type strainer and Globe valve, at discharge side of pump set.

f) One (1) no. non-return (check) valve at discharge side of pump set.

g) One (1) no. flow measuring device at common header outlet of Condenser water pump.

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

6. CT-1

CT-2

Cooling Tower

Located at TG Building roof EL. (+) 35.0M.

2Nos.

(1R+1S)

Induced draft (single cell) FRP type Cooling Tower shall consist of all accessories i.e. casing, louver and basin ( all of FRP/GRP make) PVC fill and PVC drift eliminator, coarse strainer of brass, GI headers and pipe connections, water distribution system over the fills, Axial flow fan (indirectly driven) with drive motor (with enclosure protection of IP-55 or better.) and drive accessories,drive motor to be located outside the air stream,make-up water connection with float valve and gate type isolating valve, quick fill connection with gate valve, drain connection with gate valve, overflow connection, low level switch with alarm, water supply connection with butterfly valve ladder to attend fan and drive section, supports, foundation bolts and nuts.

Each cooling tower shall have following design parameters:

Water flow rate: 100 CMH

Heat removal rate: 540000 Kcal / Hr.

Temperature drop: 5.4°C

Design wet bulb temperature: 30°C

Approach: 4°C

7. Piping & Auxiliaries

a) Chilled water piping of GI heavy class as per

IS-1239, connecting VAM chillers, Chilled

water pumps, Chilled water cooling coil of

Precision AC units and Expansion tank,

Page 159: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART - A PAGE 150

Sl No.

Equipment No.

Item Application /Location

Quantity Brief Specification

complete with valves, bends, strainers,

fittings, instruments, hangers / supports,

thermal insulation etc. Chilled water piping

shall be insulated 39 mm thick aluminium

foil faced Nitrile rubber / XLPE.

Quantity: To be calculated by the Bidder as per tender drawing.

b) Condenser cooling water piping of GI heavy

class as per IS-1239, connecting Cooling

towers, Condensers and Condenser water

Pumps complete with valves, bends,

strainers, fittings, instruments, hangers

/supports etc. Necessary pipe sizes are

indicated in the tender drawing.

Quantity: To be calculated by the Bidder as per tender drawing.

c) Equipment drain piping of medium class GI

complete with valves, fittings, hangers /

supports etc. up to the nearest drain point

provided by the purchaser. Drain piping

from the PAC units shall be insulated with

26 mm thick Aluminium foil faced closed cell

elastomeric Nitrile rubber / XLPE. Necessary

pipe size as required to be provided.

d) Make-up water piping of medium class GI

complete with fittings, hanger/ support from

the make-up water header (provided by

Purchaser) to the cooling tower, expansion

tank and each humidifier located inside

Precision AC units. Necessary pipe size as

required to be provided.

8. WTE-1

Non Chemical Water Treatment Equipment

Located with the common CW header from CW pumps.

1 No.

This equipment shall be suitable to be fitted in the Condenser water header. The water treatment equipment is a 1 M long pipeline, which once installed, stops the formation of scale in the heat exchange zones completely. The water treatment equipment consists of Metal Cell and Core and is installed on line after

the pumps and before the heat exchange zone. The distance of the heat exchange zone should not be more than 30 M and there should not be any static area between the water treatment equipment and heat exchange area. Single pole magnet type water treatment equipment suitable to be fitted over the Condenser water header, is also acceptable.

Capacity: 100 CMH

9. ET-1

Expansion Tank

Located at TG Building roof EL.

1 No. Chilled water expansion tank of 1 M x1 M x 1 M dimensions and made of MS sheet duly

Page 160: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART - A PAGE 151

Sl No.

Equipment No.

Item Application /Location

Quantity Brief Specification

(+) 35.0M. galvanized and complete with chilled water pipe connection, make-up connection with float valve & isolating valve (gate type), quick–fill connection with gate type isolating valve, vent-connection, overflow connection, drain connection with gate valve, level gauge-glass, high level and low level switches with alarm, insulation of 6mm thick aluminium foil faced Nitrile foam/ XLPE etc.

10. Fresh air system

1 Lot. Fresh air will be inducted into the PAC rooms through the wall opening with volume control damper.

11. EF-1

Smoke

exhaust system

Located in the AC

Plant Room at EL. (+) 13.5M.

1 No. Tube-axial Smoke exhaust fan complete with

cast aluminium impeller and all standard accessories like drive motor suitable for handling hot gas of temperature 400 Deg C for 2 hours, motorized isolating damper at fan inlet, gravity louver at fan outlet, Exhaust duct, rain protection cowl with bird screen, supports and supporting structures.

Motorized damper shall be rated for 240 V, 50 Hz, 1 Ph., AC supply.

Capacity : 10000 CMH

Static Pressure: 15 mmWG

12. Ducting with Insulation

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

b) Smoke exhaust system

i) GSS supply air ducting (having zinc

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

Quantity:

24 G To be calculated by the Bidder as per tender drawing.

22 G

20 G

ii) 13mm thick Aluminium foil faced closed cell elastomeric Nitrile Rubber/ XLPE thermal insulation of entire Air conditioning supply air duct.

Quantity: To be calculated by the Bidder as per tender drawing.

iii) Acoustic insulation of 25mm Open type Nitrile rubber foam / XLPE (of density 140 Kg/ Cu.M) to be applied inside first 6M of ducting after Precision AC / Conventional Package AC air outlets.

Quantity: To be calculated by the Bidder as per tender drawing.

iv) Motorized Isolation Damper with sensors,

Page 161: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART - A PAGE 152

Sl No.

Equipment No.

Item Application /Location

Quantity Brief Specification

actuator controls and position indication switch etc. at the inlet of Smoke Exhaust fan.

Quantity: To be calculated by the Bidder as per tender drawing.

2.01.02 Electrical Items pertaining to Air Conditioning System

I. MCC cum PDB cum Control Panel, PDB, LPBS, Cabling and Grounding:

SL No.

Name

Quantity Specification

A. FOR TURBINE BUILDING

i) 415V Air Conditioning MCC cum PDB cum Control Panel

(Top Entry Type)

One (1) no. located at AC plant room at EL. (+) 14.0M.

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

The MCC cum PDB cum Control Panel shall be provided with 1 x 100% Incoming MCCB.

20% or minimum 1 module of each type and rating as spare shall be provided in the MCC cum PDB cum Control Panel. MCC cum PDB cum Control Panel shall house Incoming MCCB, Outgoing feeders with MCCBs for PACs, Outgoing feeders with MCB for Vapour

Absorption Machine, and Outgoing MPCB with DOL starters for Plunger pumps & Condensate transfer pumps, Chilled water pumps, Condenser water pumps, Cooling tower fans, smoke exhaust fan and Outgoing feeders with single phase MCBs for Motorised fire dampers and Isolation damper, The panel shall be complete with annunciation windows, one common hooter for any malfunction, ON/OFF indication lamps, C.T. operated ammeters (for Incomer and for motors rated 30KW and above) for all the drives. Selector switch for Local/remote operation of the Cooling Tower Fans. Each Incomer of MCC cum PDB cum Control Panel shall be provided with C.T. operated ammeter, ammeter selector switch, voltmeter and voltmeter selector switch, RYB indication lamps on Bus.

The MCC cum PDB cum Control Panel shall be of compartmentalised construction, floor mounted, free standing, NON DRAW OUT TYPE, dust and vermin proof with bus bar. Degree of protection of enclosure of MCC cum PDB cum Control Panel shall be IP-54.

The Bidder shall furnish along with the Bid the basis of selection of Incomer to be provided in MCC cum

Page 162: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART - A PAGE 153

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

ii) Local Push Button Stations (LPBS)

Two (2) Nos. For CT fans.

Start-Stop Push buttons (lockable at stop position) shall be provided for CT fans motor.

B. OTHER ELECTRICAL ITEMS

i) Power Cabling including cable trays and racks.

As required between:

a) MCC cum PDB cum Control panel and all the drives located in the plant room.

b) MCC cum PDB cum

Control panel and CT fans.

c) Power Distribution

Board to the PAC units for Control room areas.

1100 Volt grade, heavy duty power cables with stranded copper / Aluminium conductors, XLPE insulation, extruded PVC inner sheath, round wire Armour and extruded FRLS PVC overall sheath.

XLPE insulation shall be suitable for continuous conductor temperature of 90 C and short circuit

temperature of 250 C.

The minimum size chosen shall be as follows: a) Aluminium: 10 Sq. mm. b) Copper : 2.5 Sq. mm. All drives of small rating where terminations with 10 Sq. mm. cables are not feasible, shall have copper cable.

ii) Control & Instrumentation Cabling including cable trays and racks.

As required between :

a) MCC cum PDB cum

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

b) MCC cum PDB cum Control panel and Precision’s AC Microprocessor based control panels.

c) MCC cum PDB cum

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

.

1100 Volt grade, 70 C rating, control cables with

stranded copper conductor, PVC insulation. Extruded PVC inner sheath, round wire Armour and extruded FRLS PVC overall sheath.

No. of cores of control cables shall be restricted to 3, 5, 7, 12 & 16 including one core as spare.

All control cables shall be 2.5 Sq. mm. copper cable. Multi core control cable will generally have spare conductors (s) in accordance with the following chart: (however this is subject to purchaser’s approval during detailed engineering.) Conductors Required Cables

1 or 2 1-3/C

3 or 4 1-5/C

5 or 6 1-7/C 1-7/C

7 or 8 1-9/C

9 or 10 1-12/C

11, 12 or 13 1-15/C 1-15/C

Page 163: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART - A PAGE 154

14 to 18 1-20/C

above 19 Two(2) or more of above

iii) Grounding of all drive motors, panels & equipment

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

iv) Other Electricals

As specified elsewhere in the specification

Any other electrical as required for complete Air-conditioning system shall be in Bidder’s scope.

II. Drive Motors

i) Motors shall be supplied with mounting and coupling hardwares such as base plate, coupling, coupling guard, anchor bolts and nuts, all hardware etc.

ii) Design ambient temperature of all motors for air conditioning system shall be 50°C.

iii) Motors shall have class F insulation but the temperature rise shall be limited to that of class B over an ambient temperature of 50°C.

iv) Motors for smoke exhaust fan shall have class F insulation but the temperature rise

shall be limited to that of class H over an ambient temperature of 50°C.

v) The motor nameplate kilowatt rating multiplied by the motor nameplate service factor shall be at least 15% greater than the driven equipment operating range maximum brake kilowatt.

vi) Motors rated 30 KW and above shall be provided with space heater suitable for 240 V, 50 Hz, 1 Ph. AC.

vii) Motors rated below 250 watts shall be suitable for 240 V, 50 Hz, 1 Ph. AC. Motors rated 250 watts and up to 160 KW shall be suitable for 415V 10%, 3-Phase,

50Hz 5% AC.

viii) All motor enclosures shall conform to the degree of protection IP-55 unless otherwise specified. Motor for outdoor or semi-outdoor service shall be of weather proof construction.

III. Annunciation System

Annunciation systems shall be provided in the 415V Air Conditioning MCC cum PDB cum Control Panel to be located in the Plant room. Each Visual Annunciation (Run-Trip-OFF) shall be provided for all AC plant drives, Cooling Tower fan motors and Precision Air Conditioners etc, as indicated below. A Hooter common for any malfunction of the AC systems shall also be provided for audio annunciation. Apart from the RUN- OFF annunciation the following Trip annunciation shall be provided.

Page 164: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART - A PAGE 155

a) For each Precision Air Conditioner

b) For each condenser water pump: Motor overload trip

c) For each chilled water pump: Motor overload trip d) For each Condensate Transfer pump: Motor overload trip

e) For each Plunger pump: Motor overload trip

f) For each Cooling tower fan:

Motor overload trip Low water level in cooling tower sump

g) Trip of any drive due to fire.

h) For Smoke Exhaust Fan: Motor overload trip

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

2.01.03 Other Ancillaries

a) Providing of all matching flanges, connecting flanges, valves and other fittings, bolts, nuts,

gaskets, packing, pipe hangers, support / thrust block etc. as needed for complete erection and commissioning of the system shall be provided.

b) Providing of base plate and foundation plates including anchor bolts, nuts, lose fittings etc.

for equipment and as would be necessary for erection and complete anchoring of steel materials for the pipes, hangers and supports for PAC units and other equipment.

c) All consumables for one-year trouble free operation. Note: The consumables shall cover the above period including necessary replacement /

topping up, as and when necessary within the guarantee period. d) All Mandatory spare parts as per specification and Recommended Spare Parts for three (3)

year’s trouble free operation and maintenance. Spare parts required for start-up and commissioning shall also be included.

e) Supply of special tools and tackles including toolbox as required for operation, maintenance

and overhauling of the system. 2.02.00 BIDDER’S SCOPE OF SERVICES 2.02.01 Design and engineering of the entire system including submission of drawings, design

calculations, data, test reports/ certificates, data, instruction (Operation and Maintenance) manuals, and performance curves as required by the Consultant / Client.

2.02.02 Shop painting, shop testing. 2.02.03 Packing, forwarding, transportation to site. 2.02.04 Training of Owner’s operating and maintenance personnel. 2.02.05 Transportation to site, unloading at site, transportation from unloading point to site store

and from store to erection site, storing at site, complete work of erection, final painting as per approved colour scheme of the Purchaser, trial run, commissioning, performance

Page 165: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART - A PAGE 156

guarantee testing at site and finally handing over to the Purchaser to their entire satisfaction.

2.02.06 Minor cutting and Making good of holes on floors/walls and roofs kept by the Purchaser for

routing of the system piping / ducting / cabling. 2.02.07 Installation of Cable Trays and Racks

Cable Trays / Racks/Cable shaft required for all outgoing power and control cables from bidder’s 415 V MCC cum PDB cum Control Panel and the Power Distribution Board shall be in bidder’s scope.

Purchaser shall supply and install Cables along with Cable Trays and Racks for the Incoming feeders to the MCC cum PDB cum Control Panel and the Power Distribution Board.

If Purchaser’s cable trays are available in some areas, bidder shall lay and clamp cables neatly on cable-trays.

Cable trays shall be overhead inside the building and shall be prefabricated ladder type, hot dip galvanized steel tray (2.0 mm thick) and shall be as per specification.

The successful bidder shall submit cable – tray layout drawing for approval for all the areas under his scope of work.

Constructional features and other requirements shall be as per General Electrical Specification (Part-C) as applicable.

2.02.08 Cable Schedule

Preparation of cable schedule and interconnection diagrams and submission of the same shall be done for approval of the Purchaser/Consultant. Cable laying shall be started after getting approval for the cable schedule and interconnection diagrams. Separate cables for each type of following services / functions as applicable shall be used and laid along the run for each feeder. a) Power b) Control, interlock and indication c) Metering and measuring d) Alarm and annunciation e) C.T. Cables f) V.T. Cables g) Motor space heater cable h) Cables for motorized fire dampers

2.02.09 Control Logic Write-up

Contractor shall furnish control logic write up for the drives and equipment offered in

general and also for the drives and equipment to be controlled and monitored from control panels.

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

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

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

Page 166: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART - A PAGE 157

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

a) Bidder shall furnish technical particulars of all equipment, drives and components along with his bid. Bidder shall also furnish the technical leaflets / catalogues for the equipment to be supplied by him.

b) Bidder shall furnish control scheme, GA drawing, control write-up, electrical equipment

layout for all equipment after award of contract. However, an indicative layout showing the dimensions shall be furnished in the bid.

c) Bidder shall furnish comprehensive List of makes of all Drive motors, equipment with their

components, termination accessories etc. in his offer. Reputed makes of proven quality will be acceptable. The word equivalent / reputed make are not acceptable. The make of various equipment / items shall be finally subject to approval by Purchaser/Consultant after award of contract without any delivery / commercial implications to Purchaser.

d) The contractor shall furnish complete load list.

e) Cable tray layout drawings or equipment located within the boundary limits of plant supplied

by vendor.

f) Supply and installation machine integral starter if any, special drives if any, and control panel with protections and safety interlocks built in with the machine as required for the Plant as described are in bidder’s scope.

2.03.00 Above clauses specify the equipment for general guidance only. Any other equipment and /

or material necessary to ensure safe and satisfactory erection, commissioning and operation of the plant shall also be included in the scope of the Bidder.

2.04.00 Preparation and submission of "AS-BUILT" drawings in required no. of sets along with soft

copy in two CDs for the plant/system/sub- system/equipment/ material as erected and installed at site incorporating change or modifications in the executed works.

2.05.00 SPECIFIC REQUIREMENT FROM BIDDERS

a) Bidder is to quote for dismantling of the existing AC system and equipment for the

Control room areas and to quote for a buy-back value for the existing equipment as listed

below:

Item No.

Description Quantity

1 Condensing Unit of 18.5TR capacity

2

2 Air Handling Unit (20TR) with

D-X type Cooling coil

2

3 Natural Draft Cooling Tower

(40 TR)

1

4 Condenser Water Pump with 7.5HP drive motor

2

5 Condenser Water piping Lot

6 MCC 1

Page 167: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART - A PAGE 158

3.00.00 EQUIPMENT AND SERVICES TO BE PROVIDED BY THE PURCHASER Following facilities will be made available to Air Conditioning contractor by the purchaser.

a) Building and foundation of all equipment and modification ofexisting foundations as required.

b) Opening on walls, floors and roofs.

c) Floor Drains.

d) All insert plates, pedestals as required.

e) Open space for storage, where the contractor may construct his lockable store.

f) Clarified make up water supply within 10 M distance from the Cooling Towers,

Expansion tank and Precision Air Conditioners terminated with gate valves.

g) Steam shall be tapped from Unit # 5 BAS (Boiler Auxiliary Steam) Line after existing isolating valve (Ref. Drawing No. 14J01-003-DWG-VA-003) at 4.5M Level. Bidder to provide isolating valve at both end, i.e., after existing isolating valve and before entering PRDS at 14 mtr. Steam will be available at a temperature of 3500C (Max.) and at a Pressure of 16 Kg/Cm2 (Max.) from BAS Line.

h) Instrument air at a pressure of 6 Kg/Cm² (Max.) for operating Steam control valve

will be available at EL+9.0 M.

i) Floor/ Wall drain points in AC Plant Room and drain point at roof at EL.35.0M

j) For equipment in AC Plant Room

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

k) Main earthing station and the risers for connection of bidder’s drives devices &

equipment to be made available at a distance not exceeding 5M from all equipment. l) Plant illumination system.

m) Plant lightning protection system.

n) Plant intercommunication system.

o) Fire/smoke detectors & Zone fire panels

p) Cabling for transmitting the sense from smoke detectors to zone fire panel and from

zone fire panels to MCC cum PDB cum Control panel.

q) All false ceiling wherever required. 4.00.00 GENERAL INFORMATION

4.01.00 THE PROJECT

West Bengal Power Development Corporation Ltd. has taken up a renovation activity for the

Control Room, Control Equipment Room, Shift engineer’s Room Computer Room, UPS room

of Unit-5 by replacing old control panels with modern DCS.

Page 168: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART - A PAGE 159

The Bandel Thermal Power Station (BTPS) site is located on the western bank of Bhagirathi River. The Bandel Thermal Power Station (BTPS) is just 1 KM from Assam road and 3 KM from GT road, NH-2. Nearest Railway station is Tribeni (at walking distance) on the Bandel-Katwa-Azimgunj line under Eastern railway.

4.02.00 ENVIRONMENTAL CONDITIONS

Equipment under the scope of this specification shall be suitable for continuous trouble free operation based on the “Design Parameters for Calculating Cooling Load” as specified in Table–I of ATTACHMENT.

4.03.00 UTILITIES AVAILABLE

4.03.01 Construction Water at a single mutually agreed point.

4.03.02 Clarified water for air-conditioning system within 10 M from the Cooling Tower, Expansion

tank and 10m from the PAC Units for Humidifier make-up.

4.03.03 Construction Power with the characteristics of 415V, 3 Ph, 50 Hz, at a single specific point. Bidder has to extend the construction power line from terminal point up to his convenient location as per IE and all safety rules.

4.03.04 Steam from the Auxiliary steam system for VAM.

4.03.05 Condensate return header for condensate return from VAM.

4.03.06 Instrument air for operating steam control valve.

4.03.07 Open space for storage.

4.04.00 All equipment packages to be supplied under this Specification shall meet the requirements (both by weight and dimension) for inland road transportation to site.

4.05.00 The Bidder should acquaint himself with the conditions, approaches, availability of material, camping facilities for his labour force, statutory requirements, customs formalities, transportation facilities and all other relevant information required for bidding before submitting the bid.

4.06.00 SYSTEM DESCRIPTION

4.06.01 The Central Air Conditioning Plant will cater to the following areas:

(a) Control Room

(b) Shift Engineer’s Room

(c) Computer Room

(d) Control Equipment

(e) UPS room

The Central AC Plant shall consist of:

1 No. Vapour Absorption Machine.

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

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

3 Nos. (3R) Water Cooled Precision Air Conditioners with Chilled water Cooling Coil. 2 Nos. (1R+1S) capacity Chilled Water Pumps.

Page 169: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART - A PAGE 160

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

2 Nos. (1R+1S) capacity Induced Draft Cooling Towers of FRP construction. 1 no. Non Chemical Water Treatment Equipment.

1 No. Expansion tank.

1 no. Smoke exhaust fan. Steam piping, Chilled Water piping and Condenser Water piping. Air distribution system like ducting (portion in the PAC room), isolating dampers, Fire

dampers, flexible connection etc. Necessary electrical equipment like MCC cum PDB cum Control panel, Start/Stop

(Lockable) push-button stations, power & control cabling, grounding etc.

The condenser cooling water shall be circulated through the Condensers of VAM, Precision AC units and Cooling Towers by means of centrifugal type Condenser Water Pump sets through non chemical water treatment equipment.

The chilled water produced by the VAM unit shall be circulated to the Chilled water coil of

the Precision AC Units by Chilled Water Pump sets. The flow of chilled water through the cooling coil will be controlled by means of a motorized 3-way mixing valve provided with the cooling coil outlet. Such control valve will operate with the sense of the modulating thermostat placed in the RA path through MCC cum PDB cum Control panel. When VAM is failure the D-X type cooling coil of Precision AC units is on operation. The conditioned air from PAC Units is distributed to the areas being air conditioned, through a network of galvanized sheet steel ducting (Air distribution ducting with SA grilles,and RA grilles etc inside the Control room areas and thermal insulation for entire SA Ducting shall be provided by the Purchaser) and acoustic insulation (6M from the outlet of PACs) of ducting, flexible connection and isolating dampers. The return air is collected over the False Ceiling through return air gap between false ceiling & wall and led back to the PAC room. Fresh air will be inducted in the PAC room through the wall opening and volume control damper. Smoke Evacuation system consisting of smoke exhaust fan with motorized isolation damper, gravity louver, ducting and exhaust cowl shall be suitably provided on the PAC room wall for Control room areas. Such Smoke Exhaust fans shall be suitable to handle hot gas at a temperature of 400 Deg C for 2 hours.

4.07.00 CONTROL PHILOSOPHY

4.07.01 The Central chilled water air conditioning plant shall operate with 1x100% (normally working) Vapour Absorption Machine, 3 x 33.3% capacity (3R) Water Cooled Precision Air

Conditioners (with chilled water coil), 2 x 100% capacity (1R+1S) Chilled water pumps, 2 x 100% capacity (1R+1S) Condenser water pumps, 2 x 100% capacity (1R+1S) induced draft-cooling towers. All the equipment of this system (except VAM, Precision Air Conditioners) shall be operated and controlled from the MCC cum PDB cum Control Panel located in the AC plant room. This MCC cum PDB cum Control Panel also feed power to Smoke Exhaust fan, motorized isolating damper and Fire damper motors. Furthermore cooling tower fans shall also be operated from their individual local Push-button stations. The Vapour Absorption Machine and Water Cooled Precision Air Conditioners shall be operated and controlled from the respective unit mounted microprocessor based control

Page 170: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART - A PAGE 161

console. However, status monitoring of Vapour Absorption Machine and Precision Air Conditioners shall be done from this central MCC cum PDB cum Control panel. On-Off-Trip indications for all the drives and electric heaters for Precision Air Conditioners and PAC units as applicable shall be provided at the unit mounted microprocessor based control console. On-Off-Trip indications for all the Vapour Absorption Machine, Plunger Pumps, Condensate transfer pumps, Precision Air Conditioners, CHW pumps, CW pumps, Cooling Tower Fans, Smoke Exhaust fan Fire Dampers through Position Indicator swith built-in with the Fire damper shall be provided in the MCC cum PDB cum Control Panel. The chilled water / D-X system shall be provided with the following safety & operating controls: (i) Operating Control:

When the VAM is operating, room temperature will be controled with the

help of EC motor of he Evaporator fan and modulating 3-way chilled water flow regulating valve with the chilled water type cooling coil of Precision AC units getting sense from the modulating thermostat / temperature sensor placed in the return air path of the Precision Air Conditioners.

When Precision AC units are operating, the Precision unit compressor/s as well as the EC motor of Evaporator fan shall maintain the desired room temperature on the basis of input from room thermostat (modulating type)/temperature sensor placed in the return air path of the Precision Air Conditioners

Chilled water temp. Control based on the room load with the help of

operating thermostat and controlling steam control valve of VAM through the built-in Microprocessor based control panel of VAM.

When Precision AC units are operating, Superheat control by means of electronic expansion valve.

Room RH control with the help of humidifiers and re-heaters getting sense

from the room humidistats/ RH sensor placed in the return air path of the Precision Air Conditioners.

(ii) Safety Control:

High refrigerant pressure cutout. Low refrigerant pressure cutout. Applicable for

Precision AC Units Low Oil Pressure cutout (if applicable).

Cutout due to overload of all drive motors.

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

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

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

switches.

Low cooling tower sump water level cutout for CW pumps.

Safety controls of Precision Air conditioners will also include Over/Under voltage and voltage unbalance protection, Single phase & Phase reversal preventor, over/under current and current unbalance protection and

Page 171: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART - A PAGE 162

others as per manufacturer’s standard.

Auto Control against Crystallization for VAM.

Short circuit protection.

High Steam Pressure cut out for VAM.

(iii) Interlocks:

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

One cooling tower fan is running. One condenser water pump is running.

One chilled water pump is running. The evaporator fans are running.

The electric strip heater shall not be energized unless the respective evaporator

fans are running. The Strip heaters will trip with the help of thermostat in case the temperature of air at the downstream side of the heaters exceeds a pre-determined value.

All the above Interlocking shall be actuated through the MCC cum PDB cum Control Panel and Built-in Control panel of VAM / Precision Air conditioners as applicable.

Provision for one common audio annunciation for any kind of malfunctioning in AC plant shall be kept through a hooter located in the MCC cum PDB cum Control Panel.

5.00.00 PERFORMANCE GUARANTEE & MATERIAL REQUIREMENT 5.01.00 The bidder shall confirm his guarantee for the performance of the complete Air –

conditioning system in respect of maintaining the inside conditions as specified. (Ref. Table-I: Design Parameters For Calculating Cooling Load). The Bidder shall also confirm his guarantee against the performance of each equipment as specified and as rated over specification.

5.02.00 The bidder shall satisfy himself regarding the refrigeration capacity required for the air

conditioning plants for maintaining the end conditions as specified, before submitting their offer, based on the design parameters for calculating cooling load specified in Table-I.

5.03.00 Bidder shall also indicate the total power consumption for the complete Air Conditioning

System considering the complete scope of supply / work as specified in Part-A "Specific Requirement" and confirm his guarantee against the same.

5.04.00 Material of construction shall conform to the General Design and Construction requirement

(Part-B of Volume-2) and the relevant codes and standards as mentioned below. 5.05.00 CODES AND STANDARDS Design, manufacture, inspection and testing of the equipment covered by the specification

shall unless otherwise specified conform to the latest edition of the standards and codes including all addenda mentioned below:

Page 172: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART - A PAGE 163

CCooddeess && SSttaannddaarrddss SSppeecciiffiiccaattiioonn

IISS--665599:: 11996644 SSaaffeettyy ccooddee ffoorr aaiirr ccoonnddiittiioonniinngg

IISS--666600:: 11996633 // AASSHHRRAAEE SSttdd 1155 //

AANNSSII--88--99..11

SSaaffeettyy ccooddee ffoorr mmeecchhaanniiccaall rreeffrriiggeerraattiioonn

AASSMMEE SSeecc.. VVIIIIII UUnnffiirreedd pprreessssuurree vveesssseellss

IISS--44550033:: 11996677 SSppeecciiffiiccaattiioonn ffoorr SShheellll aanndd ttuubbee hheeaatt eexxcchhaannggeerr

AANNSSII--88--3311..55 RReeffrriiggeerraattiioonn ppiippiinngg

IISS--33558888:: 11998877 SSppeecciiffiiccaattiioonn ffoorr eelleeccttrriicc aaxxiiaall ffllooww ffaannss

IISS--44889944:: 11998877 SSppeecciiffiiccaattiioonn ffoorr cceennttrriiffuuggaall ffaannss

IISS--44667711:: 11998844 EExxppaannddeedd ppoollyyssttyyrreennee ffoorr tthheerrmmaall iinnssuullaattiioonn ppuurrppoossee IInnssuullaattiioonn

IISS--11223399:: PPaarrtt 11:: 22000044 SStteeeell ttuubbeess,, ttuubbuullaarrss aanndd ootthheerrss wwrroouugghhtt sstteeeell ffiittttiinnggss..

SSppeecciiffiiccaattiioonn-- PPaarrtt 11:: SStteeeell TTuubbeess.. mmmm ddiiaa

IISS--11223399:: PPaarrtt 22:: 11999922 MMiilldd SStteeeell ttuubbeess,, ttuubbuullaarrss aanndd ootthheerrss wwrroouugghhtt sstteeeell ffiittttiinnggss..

PPaarrtt 22:: MMiilldd SStteeeell ttuubbuullaarrss aanndd ootthheerr wwrroouugghhtt sstteeeell ppiippee..

IISS 33558899:: 22000011 SSppeecciiffiiccaattiioonn ffoorr sstteeeell ppiippeess ffoorr wwaatteerr aanndd sseewwaaggee ((116688..33 ttoo

22554400 mmmm oouuttssiiddee ddiiaa))

AASSHHRRAAEE 6622 VVeennttiillaattiioonn ffoorr aacccceeppttaabbllee IInnddoooorr aaiirr QQuuaalliittyy..

IISS--665555:: 22000066 MMeettaall aaiirr dduuccttss

IISS--227777:: 22000033 GGaallvvaanniizzeedd sstteeeell sshheeeett ((ppllaaiinn aanndd ccoorrrruuggaatteedd))

AASSHHRRAAEE--2233 SSttaannddaarrdd mmeetthhoodd ooff tteessttiinngg aanndd rraattiinngg[[6677 SSttaannddaarrddss]] aaiirr

ccoonnddiittiioonneerr

AARR11--445500--66 SSttaannddaarrddss ffoorr wwaatteerr ccoooolleedd rreeffrriiggeerraanntt CCoonnddeennsseerr

AASSHHRRAAEE 2222--7722 MMeetthhoodd ooff tteessttiinngg ffoorr rraattiinngg wwaatteerr ccoooolleedd rreeffrriiggeerraanntt

ccoonnddeennsseerr

AARR11--441100 SSttaannddaarrdd ffoorr aaiirr ccoooolliinngg aanndd aaiirr hheeaattiinngg ccooiillss

AARR11--221100 SSttaannddaarrdd ffoorr uunniittaarryy aaiirr ccoonnddiittiioonniinngg eeqquuiippmmeenntt

AAMMCCAA--221100 MMeetthhooddss ooff ppeerrffoorrmmaannccee tteesstt ffoorr ffaannss

BBSS--22883311 MMeetthhooddss ooff tteesstt ffoorr aaiirr ffiilltteerrss uusseedd iinn AACC aanndd ggeenneerraall

vveennttiillaattiioonn

IISS--770022:: 11998888 SSppeecciiffiiccaattiioonn ffoorr IInndduussttrriiaall bbiittuummeenn

IISS--88118888:: 11999999 TTrreeaattmmeenntt ooff WWaatteerr ccoooolliinngg ttoowweerrss

IISS--88114488:: 22000033 SSttaannddaarrddss ffoorr PPaacckkaaggee AAiirr CCoonnddiittiioonneerr

IISS--332255:: 11999966 33 pphhaassee iinndduuccttiioonn mmoottoorrss

IISS--44002299:: 11996677 GGuuiiddee ffoorr tteessttiinngg 33 pphhaassee iinndduuccttiioonn mmoottoorr

IISS--221100:: 11999933 SSppeecciiffiiccaattiioonn ggrreeyy iirroonn ccaassttiinngg

IISS--22006622:: 22000066 HHoott rroolllleedd llooww,, mmeeddiiuumm aanndd hhiigghh tteennssiillee SSttrruuccttuurraall sstteeeell

AAMMCCAA --BBuulllleettiinn NNoo.. SSttaannddaarrdd ccooddee ooff tteessttiinngg cceennttrriiffuuggaall aanndd aaxxiiaall 221100 ffllooww ffaannss

RReelleevvaanntt IISS ccooddee CCooddee ooff pprraaccttiiccee ffoorr wweellddiinngg mmiilldd sstteeeell

IISS--22667766:: 11998811 DDiimmeennssiioonnss ffoorr wwrroouugghhtt aalluummiinnuumm aanndd aalluummiinnuumm aallllooyy sshheeeettss

aanndd ssttrriippss

AASSHHRRAAEE CCooddee VVaarriioouuss ffiilltteerrss

BBSS--44773355 HHoorriizzoonnttaall BBuurrnniinngg ffoorr XXLLPPEE iinnssuullaattiioonn

BBSS-- 44337700 PPaarrtt--11 DDiimmeennssiioonnaall SSttaabbiilliittyy ffoorr XXLLPPEE IInnssuullaattiioonn

AASSTTMM DD 11005566 WWaatteerr AAbbssoorrppttiioonn ffoorr XXLLPPEE IInnssuullaattiioonn

6.00.00 QUALIFYING REQUIREMENTS (TECHNICAL) FOR BIDDERS

6.01.00 Only Bidders who have proven experience in design, manufacture, supply, erection, testing and commissioning of similar capacity plants, (which are in operation for more than two years on the date of submission of the bid) and fulfill the following requirements need quote against this specification.

The Bidder shall establish in his Bid that he has designed, manufactured, supplied, erected, tested and commissioned at least two (2) Air Conditioning Systems of similar capacity (around 75 TR) & type (AC with VAM) as being asked for & offered for this project. Such systems should have been in successful commercial operation for a minimum period of two (2) years on the date set for opening of Bid.

Page 173: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART - A PAGE 164

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

a) Name of the Project. b) Name of Purchaser

c) Date of Commissioning and order value.

d) Capacity of Plant.

e) Period for which it is in successful operation.

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

g) Extent of electrical, mechanical and instrumentation works.

h) Completion & Performance Certificate from Purchaser stating that the plant is in operation for at least two (2) years.

6.03.00 Not withstanding anything stated above, the Purchaser reserves the right to assess the Bidder's capability and capacity to perform and to relax the qualifying requirements, if necessary, in the light of overall interest of the Project.

7.00.00 COMPLETION TIME

7.01.00 Delivery, erection, testing and commissioning of all the equipment and system covered under this specification shall be so scheduled as to ensure the commissioning of the entire system and hand over of the plant in operation condition within four (4) months from the date of order to the Contractor.

7.02.00 Above scheduling should be done taking into account the time for approval of drawings and design by purchaser / consultant.

7.03.00 The Bidder shall guarantee the delivery and commissioning dates subject to L.D. Clause as per the Conditions of Contract. The Bidder shall guarantee the delivery dates by filling up the relevant proposal particulars (Schedule-VI in page 226).

7.04.00 Performance Guarantee Test shall be conducted in the next available summer season.

N.B. In case any discrepancy is found between technical requirements of this section and those mentioned in other sections of14J01-003-SPC-VA-001, stipulations of this section shall supersede.

Page 174: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 165

PART-B

GENERAL DESIGN AND CONSTRUCTIONAL REQUIREMENT

Page 175: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 166

PART-B

GENERAL DESIGN AND CONSTRUCTIONALREQUIREMENT

I N D E X

SL NO. DESCRIPTION

1.00.00 GENERAL INSTRUCTIONS TO THE TENDERER

2.00.00 GENERAL DESIGN & CONSTRUCTIONAL REQUIREMENT

3.00.00 SPECIAL TOOLS

4.00.00 SPARE PARTS

5.00.00 TESTING & INSPECTION AT MANUFACTURER‟S WORKS

6.00.00 FIELD TEST

7.00.00 PERFORMANCE GUARANTEE, TOLERANCE, PENALTY & TEST RECORDS

8.00.00 SPECIAL CLEANING, PROTECTION & PAINTING

9.00.00 DELIVERY AND ERECTION

10.00.00 DOCUMENTS, DATA TO BE FURNISHED WITH TENDER PROPOSAL

11.00.00 POST AWARD DOCUMENTS, DATA TO BE FURNISHED

12.00.00 SPECIAL NOTES

Page 176: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 167

PART-B

GENERAL DESIGN AND CONSTRUCTIONAL REQUIREMENT

1.00.00 GENERAL INSTRUCTIONS TO THE TENDERER

1.01.00 The tenderer shall refer only to those of the following clauses which are applicable

for this particular project as detailed in “SPECIFIC REQUIREMENT”, Volume –2, PART- A of this specification. The clauses, which are not applicable for this project,

shall be ignored.

2.00.00 GENERAL DESIGN & CONSTRUCTIONAL REQUIREMENT

2.01.00 General

2.01.01 All the equipment shall be capable of withstanding the stresses which may be

experienced during normal operation and test.

2.01.02 All the equipment shall be heavy-duty type suitable for installation in heavy industries and long period of uninterrupted service.

2.01.03 All the equipment shall be designed to permit inter-changeability of parts and ease of access during inspection, maintenance, installation and repair of various parts.

2.01.04 All parts subject to substantial temperature changes shall be designed and

supported such as to permit free expansion or contraction without resulting in

leakage, harmful distortion misalignment or play.

2.01.05 All electrical and mechanical equipment shall be designed and manufactured in such a way so that no damage will result from sea shipment, inland transportation

and from storage, installation and operation of the equipment with the climatic conditions to which it will be subjected.

2.01.06 Proposals for repair or any similar operations involving the plugging, welding, boring or addition of metal to the original castings shall be submitted to the

Purchaser / Consulting Engineer and approval shall be received before any such work is carried out. Drawing showing details and locations of such modifications

shall be submitted to the Purchaser / Consulting Engineer for his records.

2.01.07 All materials used shall conform to the specification and shall be new and first class

in all respects.

2.01.08 Anchor bolts, nuts and seating steelwork shall be supplied with the equipment.

Only hexagonal nuts shall be used for holding down the equipment, with proper lock nuts. All bolt holes shall be spot faced for nuts. In specific cases where it is

not necessary spot facing may be omitted.

2.01.09 Casting and welding shall conform to their respective specifications and shall be free from flaws and objectionable imperfections, machined true and in a

workmanlike manner.

2.01.10 The separate pieces of equipment shall be marked with unit number as specified in

Tables. The assembly drawing shall indicate part number of each equipment and unit number for easy correlation.

Page 177: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 168

2.01.11 Coupling guards and belt guards shall be provided as applicable.

2.02.00 Vapour Absorption Machine

a) The vapour absorption machine shall be steam fired, packaged, factory assembled

and tested and shall be complete in all respects. The steam required for the units shall be tapped off from the auxiliary steam header or from any other suitable

location in such a way that even when any of the unit is under shutdown, operation of the unit shall not be jeopardized. It shall consist of high temperature generator,

low temperature generator / condenser assembly, evaporator / absorber assembly

with eliminators, regenerative heat exchangers, purge recovery unit, absorbent pump, refrigerant pump. All interconnecting piping, valves and other accessories,

micro processor based control panel incorporating controls safety & interlocks, required charge of lithium bromide solution and refrigerant for all the units and

structural mounting base for all components etc.

b) High Temperature Generator shall consist of tube of Stainless Steel and shall be

supported properly in the shell and complete with required accessories and safety devices. The tube sheet shall be made of SS316L. The shell shall be fabricated from

MS Plate as per IS 2062 and of welded construction.

c) Low Temperature Generator cum Condenser shall be housed in common welded

carbon steel shell with one compartment for generator and the other for condenser with eliminators between the two sections to avoid Lithium bromide carry over,

separate tube bundles and tube sheets for each section, required accessories and safety devices etc. Tube sheet shall be made of MS plate as IS 2062. The tube of

generator and condenser shall be of stainless steel and method of construction shall be similar to that of the high temperature generator.

d) Evaporator cum Absorber shall be complete in all respects with necessary supports and accessories housed in common fabricated carbon steel shell but with separate

compartments for each section, separate tube boundless fitted in the respective tube sheets. Tube sheet shall be made of MS plate as IS 2062. The evaporator and

absorber tubes shall be of high quality seamless copper to ensure total leak proof

construction under the high working vacuum of the system. Method of construction shall be similar to that of the high temperature generator. The assembly shall be

complete with necessary supports, base and accessories and safety provisions.

e) Fouling factor for condenser & evaporator shall be 0.001 & 0.0005 hr-ft² °F/ Btu

respectively.

f) Regenerative Heat Exchangers shall be designed for maximum heat exchange between the low temperature absorbent from the absorber and the high

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

drain.

g) Purge Recovery Unit shall be sized to remove all non-condensable gases by vacuum

into the storage provided for this purpose. Those should be ejected into the atmosphere by the suitable vacuum pump provided with each absorption unit. The

unit shall include all the necessary piping and valves.

h) The condensate from the unit shall be collected in a condensate storage tank and

shall be returned to the desired point through 2x100% capacity Condensate transfer Pumps or may be directly drained out.

Page 178: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 169

i) The refrigerant and absorbent pumps shall be canned motor type and shall be

complete with motor of adequate capacity. For each absorption unit, refrigerant and absorbent pumps shall be provided. The casing shall be made of Carbon Steel,

shaft and impeller of the pump shall be Stainless Steel. Both the pumps shall be complete with isolating valves, to enable on-line maintenance. Circulation fluid shall

be used as cooling and lubricating medium.

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

shall not be used.

k) Apart from full charge of refrigerants and lithium bromide solution filled into the

system, lithium bromide solution shall be supplied as spare quantity with the main supply.

l) The whole unit shall be given anti-corrosion (both internal and external) treatment

and three coats of epoxy painting over a coating of suitable primer.

m) Microprocessor based controls shall be provided as per manufacturer standard

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

operations and controls.

n) Valves, Instruments other fittings etc. along with VAM.

150 mm dial type temperature gauges at the inlet and outlet of the condenser and

chiller respectively.

150 mm dial type pressure gauges at the inlet and outlet of the condenser and chiller respectively.

Water flow switch / DP switch at outlet of the each condenser and chiller.

Globe valve for flow regulation at the outlet of condenser and chiller respectively.

Gate valves at the inlet of condenser and chiller respectively.

Pneumatically operated Steam flow regulating valve shall be complete with air set,

air filter regulator, valve positioner, I/P converter, solenoid valve on air line complete in all respect and isolating valve at the steam supply line.

Necessary Instrument Air Piping / Tubing with all fittings, Isolating Valves, supports etc. from the Purchaser‟s Supply Point as specified in PART-A.

Steam trap and condensate drain valve at the outlet of steam circuit.

o) Steam piping (from battery limit onwards) along with all necessary valves (shut off

valve, flow control valve etc.), instrument & safety device. IBR approval shall be in

the scope of contractor.

p) Necessary Pressure Reducing and De-superheating Station (PRDS) with all accessories including plunger pumps (2x100% capacity) shall be provided to fulfill

the system.

Page 179: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 170

2.03.00 Water Cooled Precision Air Conditioners

2.03.01 Compressor

The compressor shall be hermetically sealed scroll type medium speed, designed

for R-410A duty.

The compressor shall have proper lubrication system. The Suction and Discharge lines shall be provided with suitable vibration absorbers in order to reduce the

leakages caused due to excessive vibrations during compressor on/off. Safety

devices viz. high-pressure switch, low-pressure switch, low oil pressure (if applicable) shall be provided and such devices shall be electronically operated.

Manual reset on safety cut out shall be provided. The horsepower for the compressor motor shall be adequately sized or 110% of the rated power required

for the unit including drive loss.

Capacity control shall be devised by providing at least two compressors.

2.03.02 Condenser

All condensers shall be of shell and tube type with water in the tubes and

refrigerant in the shell.

The heat exchanger shall be designed for a minimum working pressure of 10.5

kg/cm2 gauge on the water side and 27.0 kg/cm2 for R-410A on the refrigerant side and shall generally conform to the latest ASME CODE or any other European Code

for unfired pressure vessels. The design pressure shall have a reasonable margin over the maximum working pressure.

The average velocity of water in tubes shall not be more than 2.5 m/sec.

Water heads or refrigerant heads of the heat exchangers shall be as not to allow leakage of fluid from one pass to the other.

Tube supports of adequate strength shall be provided to prevent the tubes from sagging and vibrating.

The overall fouling factor for the condensers shall be 0.0002 Hr.M2oC/K.Cal.

The condensers shall be designed to provide at least 2 °C sub cooling of refrigerant under rated design condition.

Testing and other design feature of the heat exchanger shall meet the

requirements of TEMA Class-C heat exchangers or approved equal.

The heat exchangers shall have open able water boxes for ease in maintenance.

The tubes for the condensers shall also be copper with integral fins. The tube wall

thickness at any point shall not be less than 18 SWG.

The baffle plates and the tube sheets shall be made of steel. The shell shall be

made up of seamless tube or shall be fabricated from flange quality steel plate (ASTM-A285 Grade-C or any other relevant European standard). The tube support

plates shall be made of flange quality carbon steel plates and shall be as per TEMA Standard or any other relevant European standard

Page 180: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 171

The heat exchangers shall be provided with vent valve, relief valve, and/or safety

fusible plug on refrigerant side and vent valve and drain valve on water side (at every section of the baffled shell of heat exchanger).

The tenderer shall quote packaged units having compressor, and evaporator

assembly together in a single framework and mounted on a common base plate.

Water cooled condenser with its frame and supports shall be provided separately external to the PAC unit and suitably connected with the PAC unit through insulated

refrigerant piping and necessary fittings. Provision for refrigerant charging and chemical cleaning of water tubes shall be provided.

Each heat exchanger shall be provided with water flow switch. This shall be interlocked with the control of the individual refrigeration system/corresponding

compressor drive.

All the heat exchangers shall be provided, with standard connections like thermo wells, inspection valve. Insulation shall be terminated in such a manner that it will

not be damaged during removal of bolts, covers etc. Separate covers similar to

flange covers shall be constructed to facilitate easy removal.

2.03.03 Evaporator Cooling Coil

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

a) D-X type Cooling Coil

The cooling coil shall be direct expansion type with multi-row deoxidised copper

tubes with aluminium fins. Air velocity across the coil shall be limited to 2.5 m/sec. The coils shall be pressure tested and thoroughly dehydrated before assembling.

The coil shall be placed to make the system draw through type. Refrigerant feed control shall be by electronic expansion valve. Temperature control shall be

through microprocessor based control panel. Insulated condensate drain pan of SS construction shall be provided within the unit.

The unit shall be factory assembled, wired, with inter connecting refrigerant piping and built-in microprocessor based control console and tested as per the relevant

code.

The cooling coil shall be to produce the capacity required under specified coil

condition and air quantity. Heat load calculation to check the system selection shall be carried out and submitted by the Bidder

b) Chilled water type Cooling Coil

The cooling coil for chilled water shall consist of seamless copper tubes with

aluminium fins. There shall be preferably only one cooling coil per PAC or as per

manufacturer‟s standard.

The cooling coil for chilled water service shall be equipped with motorized 3-way Mixing valve to control the chilled water flow with the sense of modulating

thermostat placed in the RA path. This cooling coil shall be designed for chilled

water / air duty. Counter-flow process of heat transfer shall be considered in the design requirement. The fouling factor of 0.001 hr. Sq. Ft. - °F / BTU (0.0002 hr -

Sq. M °C / Kcal) shall be taken in the design of the cooling coil. Number of rows shall be minimum 4 and shall follow even number for any particular coils to facilitate

connection of water/refrigerant only on one side of the unit.

Page 181: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 172

Fin design shall be chosen for the duty to be performed with special attention to the possibility of lint accumulation. However, in any case, number of fins in the coils

shall not exceed 13 / Inch. Velocity of air across the coils shall be limited to 2.5 m/sec.

In case of chilled water-cooling coil, arrangement for air purging and water draining from the coil is to be provided.

2.03.04 Evaporator Fan

The fan shall be heavy duty SISW/DIDW centrifugal type statically and dynamically

balanced with forward / backward curve blade, directly driven with EC motor designed for high efficiency, stepless control of room conditions and quiet

operation. Such control of room conditions by changing the air flow rate shall be activated through the built-in microprocessor based/PLC control panel of the unit.

Fan shall have aluminium impeller mounted on steel shaft. The bearings shall be ball bearing type mounted on vibration absorbing rubber mounts. The fan motor

shall be mounted within the cabinet. Motor horsepower shall be sized for 120% of the rated power required including the drive loss.

The supply fan shall be sized to deliver the required air quantity against the total external static pressure required for the system application, after taking care of all

internal static pressure requirements of the units.

2.03.05 High Efficiency Filter

A set of High efficiency filters will be located inside the PAC unit cabinet. The filters

shall have an efficiency of 99% down to 5 microns. The filters shall be of cleanable (by compressed air) type construction of reinforced glass fiber or cotton fabric or

fabric-like material sand witched in between two galvanized wire netting arrangement in a uniformly corrugated form to increase the surface area.

.

The filters shall have G.I. frames of adequate thickness suitable for long use in an industrial plant. The filters may be in panels of size about 600 x 600 for easy

handling them.

The filter panels shall be mounted on the ladder type angle iron holding frames. The

frames shall be designed strong enough to take the load of double the pressure drop in dirty condition of the filters. Face velocity of air across the filters shall not exceed

1.5 m/sec.

2.03.06 Humidifier

The humidifier shall be of Electrode /Infrared type and shall be placed inside the PAC

unit cabinet. The humidifier shall be electronically controlled through the built-in microprocessor based/PLC control panel of the unit. A provision of make-up water

connection with the humidifier shall be kept with the Unit cabinet.

2.03.07 Electric Strip Heater

The PAC unit will be provided with built-in electric strip heater electronically

controlled through the built-in microprocessor based /PLC control panel of the unit.

Page 182: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 173

Such control includes both operating and safety controls with the sense of air

temperature and RH at the RA path and at the downstream side of the heater respectively.

2.03.08 Casing and Cabinet

All components shall be housed in a welded sheet metal cabinet of double skin of

not less than 22 G thick MS powder coated sheets. The gap between two skins is filled up with at least 25mm thick PUF insulation. Different sections will be

constructed with framework and connected with each other in an airtight manner

through gaskets, thermal barriers and sealant. Such double skin casing shall be on all four sides.

Units shall be provided with SS (316 L) fasteners for easy removal and access for

servicing. Air handling section of evaporator shall be provided with an acoustic lining of 25 mm thick open cell elastomeric Nitrile rubber on the inside surface of

the unit casing.

The return air openings shall be with matching grilles of same colour finish.

The built-in Microprocessor/PLC based Control panel shall perform at least the

following control functions:

Room temperature and Relative Humidity Speed of delivery fans (EC) Alarms on two levels Automatic controlled reset of high and low pressure alarm Alarm log Management of more than one unit in local network, with

automatic rotation logic and no interference Serial connection to supervision systems

The display shall show of the followings:

Room temperature and Relative Humidity Alarm description Operation counter Status of the controlled devices

The display should be graphical with touch screen.

2.04.00 Water Pumps

2.04.01 Each Chilled water & Condenser water pump shall be of horizontal split casing

centrifugal type, directly coupled to electric drive motor and mounted on a common base plate. Motor is as per desired motor specification.

The pump shall be complete with casing, impeller, renewable type wearing rings,

shaft, shaft sleeve, bearings, stuffing box/ Mechanical Seal (if applicable),

couplings, base plate etc. as applicable.

2.04.02 Pump head-capacity characteristics shall be gradually rising from operating to shut off point without any zone of instability. The pump BHP-flow characteristics shall be

preferably be non-over loading type beyond rated capacity point.

Page 183: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 174

2.04.03 Operating speed of the pump shall not preferably be more than 1500 rpm.

Vibration isolations of efficiency 90% (approx.) shall be provided.

2.04.04 Material of the pump shall preferably as follows (all material shall be of tested quality).

a) Casing : Cast Iron, as per IS 210, Gr FG 260

b) Impeller : Bronze to IS: 318 Grade 2

c) Shaft : Carbon Steel C-45

d) Shaft sleeve : Bronze

e) Wearing ring : Bronze

f) Base Plate : Cast Iron

2.04.05 Pumps shall be provided with suitable bearings sized adequately to take the

maximum possible unbalance load occurring due to all mechanical and hydraulic reasons.

2.04.06 Pump and drives shall be directly coupled through a flexible coupling. Suitable coupling guard shall be provided for each pump.

2.04.07 Each pump shall be completed with pressure gauge at the suction and discharge,

isolating valves, all integral piping required for sealing and cooling, casing drain and vent connections etc. The pressure gauge of pump will be connected with a siphon

and a two-position brass cock.

2.04.08 The rated BHP of the motor shall provide for 15% margin over the rated BHP of the

pump. For other electrical particulars of the motor refer detailed specification of the motors.

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

2.04.10 Major rotating components of the pumps like impellers, balancing drums etc. shall be individually balanced statically and finally each pump shall be dynamically

balanced.

2.04.11 The critical speed of the pump shall be at least 20% above the operating speed.

2.04.12 All pumps and motors shall be aligned properly, and bolted and doweled to a

common base frame.

2.05.00 Induced Draft Cooling Towers

2.05.01 The cooling towers shall be cross flow induced draft type with FRP casing & sump

with air entry on all four sides and air discharge on top. The fan motor shall be easily accessible from outside and out of moist air stream.

The internals shall be of stainless steel SS or MS epoxy painted to withstand corrosive atmosphere. The tower shall be of low height, suitable for round the clock

operation at location in the space shown in the applicable drawings. The tenderer shall confirm that the tower supplied by them can be accommodated in the space

shown in the drawing.

Page 184: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 175

2.05.02 Cooling tower shall be of sufficient capacity to cool the rated amount of water through the specified range at the design W.B. temperature.

2.05.03 The structural frame work of the tower including all members and connections shall

be designed for operating loads and prevailing wind pressure. Steel members shall

be MS epoxy painted and be of sufficient size to safely withstand all imposed loads.

2.05.04 FRP casing sheets shall be clamped on close centre to the structural steel members. Rubber neoprene gaskets must be used on all bolted joints as a seal

against water leakage.

2.05.05 Louvers shall be of fixed type.

2.05.06 The fan deck shall be of ample strength to support all loads normally encountered

in operation and maintenance. Stiffeners shall be provided on the under side.

2.05.07 Galvanised steel ladder with safety cage and hand railing shall be provided in such

a number and locations as necessary to give safe and complete access to all parts to tower requiring occasional inspection or adjustment. An access door shall be

provided for fan deck and the cell for ready access to the interior parts of the tower.

2.05.08 Fills shall be of extended area of formed PVC suitable to withstand hot water temperature of 55°C.

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

2.05.10 Eliminators shall be provided in removable sections & installed in the cell of the

tower. The number of deflection in the eliminators shall be so arranged as to

reduce drift loss to 0.2% of the water circulated.

2.05.11 The water distribution system shall be open basin with gravity feed nozzles. The system shall be self draining and non-clogging and designed for flexible operation

and ready accessibility. All main piping connection shall be brought out and end in

flanges, to flexible connection.

2.05.12 The cold water basin shall be of F.R.P. construction. The basin shall be complete with float valve for male up water control, a quick-fill connection with valve, a drain

connection with valve, overflow connection, low level switch. The make-up water

supply pipe shall be positioned at least double the pipe diameter above the maximum water level in the basin. The water basin shall be constructed such as to

provide a coarse strainer of Brass wire mesh easily accessible from outside at the water supply point.

2.05.13 Fan shall be of the propeller type, cast aluminium and multi bladed aerofoil

construction with adjustable pitch. The entire fan assembly shall be statically

balanced. Outlet velocity of air shall be not less than 610 meters per minutes and the fan tip speed shall not exceed 4570 meters per minute.

2.05.14 Each fan shall be of gear driven. Gear housing shall be of heavy cast iron

construction with large oil reservoir and complete with supply of oil.

2.05.15 Fan motors shall be of the totally enclosed fan cooled type and of the required

capacities. Motor shall be located outside the moist air stream.

Page 185: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 176

2.05.16 Fan drive shaft using reduction gearing shall be dynamically balanced and

connected through flexible couplings.

2.05.17 The mechanical equipment assembly shall be adequately supported on the fan deck.

2.05.18 Fan discharge hatch shall be covered with galvanised wire mesh to prevent birds nesting during idle periods.

2.05.19 All nuts, bolts and fasteners used in the cooling tower shall be stainless steel /

Nickel or chrome plated.

2.06.00 Piping

a) Refrigerant Piping

i) Refrigerant piping shall be of M.S. seamless (as per IS-1239, Part-I heavy

grade) or copper tube (IS-5493). Welding rings shall be used for smaller

pipes. Weld preparation of joints, cleaning of pipes shall be carried out as per relevant code.

ii) Pressure drop in hot gas, liquid and suction lines should not exceed the value

corresponding to 2 °F (1.1 Deg C) change in saturation temperature of the

fluid.

iii) Velocity in the discharge and suction pipe of the refrigerant shall not be too high as to create undue vibration and noise, velocity in the vertical length of

discharge and suction pipe of the refrigerant shall be high enough to carry the entrained oil in the refrigerant, even in case of unit running at lowest

partial capacity. An angle type drain valve with male flare outlet connection

will be installed at the bottom end of each vertical riser pipe to drain any accumulated oil.

iv) Instrument piping for gauges, switches etc. shall be copper only. Capillary

tubes will be used wherever possible. For field-mounted instruments, this is

not applicable.

v) Spacing and location of hanger shall conform to preferred engineering practice. Hangers and supports shall be made up of structural steel sections.

The design of the hangers and supports shall provide for suitable protection

to insulation on the pipes, wherever applicable. All materials for anchoring the hangers with reinforced concrete work or building structural beams and

columns shall be furnished by the Bidder.

vi) Liquid-moisture indicator with leak proof glass on opposite sides shall be provided in the liquid line for facilitating visual inspection of liquid refrigerant

charge.

vii) The liquid line shall be provided with Drier-Strainer.

b) Water Piping

i) Condenser cooling water piping & Chilled water piping for 150 NB or below GI-Heavy Class conforming to IS-1239, Part-I. Drain water piping shall be of

M.S. heavy grade.

Page 186: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 177

ii) The piping shall be so designed that the water velocity through the piping

shall not exceed 2.5 m/sec and also the piping friction drop shall be limited to 4 m per hundred meters of pipe length. Pipe sizes indicated in tender

drawings shall be followed.

iii) All bolts and nuts for flange connection shall be hexagonal carbon steel type

as per IS-1363 and with the material and other requirements as per IS-1367. All threaded valves shall be provided with nipples and flanged pairs on both

sides to permit flanged connections for ease of removal / replacement of valves.

iv) Bends, fittings fabricated at site are not acceptable. The Contractor shall use the standard fittings / bends, as per IS-1239, Part-II.

v) Spacing and location of hanger shall conform to preferred engineering

practice. Hangers and supports shall be made up of structural steel sections. The design of the hangers and supports shall provide for suitable protection

to insulation on the pipes, wherever applicable. All materials for anchoring

the hangers with reinforced concrete work or building structural beams and columns shall be furnished by the Bidder. The supports within the plant room

shall be of structural/pipe supports from the floor, provided by the A.C. Contractor.

vi) The flanged joints for water line will use canvas impregnated rubber gasket. Compressed fiber gaskets shall be used with flat face flanges and raised face

slip-on flanges. Spiral wound gaskets shall be used with raised face flanges, except for raised face slip-on flanges. Gaskets containing asbestos are not

acceptable.

Gaskets shall be suitable for the design pressures and temperatures: -

a. Compressed Fiber Gaskets: Compressed fiber gaskets shall be in accordance

with ANSI B16.21, and materials shall be suitable for a maximum working pres-

sure of 40 bar and a maximum working temperature of 400 C. Gaskets shall be

dimensioned to suit the contact facing. They shall be full faced for flat face flanges and shall extend to the inside edge of the bolt holes on raised face

flanges. Gaskets for plain finished surfaces shall be not less than 1.6 mm thick and for serrated surfaces shall be not less than 2.4 mm thick.

b. Spiral Wound Gaskets: Spiral wound gaskets shall be constructed of a continu-

ous stainless steel ribbon wound into a spiral with non-asbestos filler between

adjacent coils. The gasket shall be inserted into a steel gauge ring whose out-side diameter shall fit inside the flange bolts properly positioning the gasket.

The gauge ring shall serve to limit the compression of the gasket to the proper value. Compressed gasket thickness shall be 3.3 mm ±0.1 mm.

c. Ring Joint Gaskets: Ring joint gaskets shall be octagonal in cross section and shall have dimensions conforming to ANSI B16.20. Material shall be suitable for

the service conditions encountered and shall be softer than the flange material.

d. Rubber Gaskets: Rubber gasket materials shall be cloth inserted sheet rubber and shall conform to ANSI B16.21. They shall be full face and 1.6mm thick.

The material should be able to withstand adequate strength in compression without damage. Pipe lines should be such installed that any equipment or

valves can be removed by disconnecting flange bolts and nuts union joints. If necessary, a short piece joint to be installed for easy removal. All threads for

Page 187: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 178

screwed joints should be properly made. The threads will be covered to make

a leak proof joint. Pipes passing through any building structure will pass through a pipe sleeve. The thickness of pipe sleeve will be not less than the

thickness of the passing pipe itself. A rubber grommet or such other material will protect pipes entering any equipment.

vii) All drainpipes will use „tee‟ fitting instead of elbows or bends. „Tee‟ fitting should be such installed that the plug can be removed and any section of

pipe can be cleaned. Drain valves will be located at lowest point of pipelines. If necessary more than one drain valve will be installed to facilitate complete

drainage from pipe. Condensate drain piping shall be insulated as per the

specification.

viii) Water filling valve and air vent shall be installed on the highest point of pipeline. If necessary more than one valve is to be installed for satisfactory

operation or maintenance of the plant. In case of insulated pipes the connections for pressure gauge, thermometer, drain valve, purge valve,

filling valve and any such other accessories, the connection should be long

enough such that the requisite pipe insulation can be carried out on the main pipe. The connecting pipes or fittings will be insulated separately if

necessary. Location of instruments, fittings, fixtures shall be as in single line flow diagram. Location / sizes of air vents are also indicated.

ix) Piping arrangement and alignment shall be as per layout.

c) Steam Piping

i) Steam piping shall be of ASTM–A Carbon Steel Grade-B with 50mm thick fiberglass / mineral wool / equal thermal insulation covered with 30G GI

sheet and spring hangers / supports.

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

supporting efforts and allow pipe line movement with thermal changes without causing overstress. Hangers and supports shall be capable of

carrying the sum of all concurrently acting loads.

iii) Hydraulic test pressure of the steam line shall be two times of operating

pressure.

iv) Steam piping shall be complete with isolating valves, fittings, strainer, safety

valves and pressure gauges as shown in the SLFD.

v) Condensate piping shall be complete with isolating valves, fittings, 25mm thick thermal insulation of fibre glass / mineral wool or equal covered with 30

G GI Sheet, hangers / supports.

vi) Steam line flanges are of welded as per IBR.

vii) All valves shall be of approved make and type and shall have cast/ forged

steel bodies with covers and glands of approved construction.

viii) Material, design, manufacture, testing etc. for all valves and specialties along

with the accessories shall conform to the latest editions of codes as specified or approved equivalent and acceptable to IBR.

Page 188: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 179

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

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

x) The safety relief valves shall be direct spring loaded type and shall be

provided with casing levers. The valves shall be of rugged construction

suitable for long periods of uninterrupted service. The safety relief valves shall conform to the requirements of ASME Boiler and pressure vessel code,

Section-VIII and IBR as applicable and shall be installed as per recommended rules for the design of safety valve installations in ANSI B31.1.

xi) Steam traps with strainers will be used in the drain lines from various steam pipes such that only condensed steam can be drained.

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

with integral or separate strainers. The internal components of traps shall be of AISI-316 stainless steel construction. Material of construction of the body

shall be selected by the Bidder based on the service conditions stipulated.

Steam drain traps shall be provided with strainers, inlet and discharge valves and by-passes and test cocks. Materials and other details of these valves

shall meet the specified requirement.

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

shall have AISI-316 stainless steel screen of not more than 20 mesh size. Screen open area shall be at least three (3) times the pipe internal

cross-sectional area. The strainer shall have a screwed blow-off connection with a removable plug. Material of construction of the body shall be selected

by the bidder based on the duty conditions specified.

xiv) All traps and strainers shall have socket weld ends as per ANSI B16.11 for

size NB 50 mm and smaller and butt weld ends as per B 16.25 for size NB 65 mm and above.

d) Instrument Air Piping

i) Instrument Air Piping for VAM Control Valve shall be made of GI and shall be complete with Isolating Valves, necessary fittings, hangers / supports and

other accessories as required.

2.07.00 Valves & Accessories

A. GENERAL

Valve pressure classes, sizes, types, body materials, and end preparations shall

generally be as described herein. Special features and special application valves shall

be utilized where required.

Valves specified to have flanged, socket-welded, or screwed connections shall have ends prepared in accordance with the applicable ANSI standards. Steel flanges shall

be raised face type unless otherwise required. Cast iron and bronze flanges shall be

flat-faced type. Butt-welding ends shall be prepared in accordance with 2.11.5 Butt Weld End Preparation and Piping Fit-Up.

Steel body gate, globe, angle, and check valves shall be designed and constructed in

accordance with ANSI B16.34 as applicable. Valve bodies and bonnets shall be de-

Page 189: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 180

signed to support the valve operators (hand wheel, gear, or motor) with the valve in

any position, without external support.

B. Steel Body Valves 50 mm and Smaller

Steel body valves 50 mm and smaller shall have forged steel bodies. Forged steel

valves complying with the standards and specifications listed in Table 126.1 of ANSI B31.1 shall be used within the manufacturer's specified pressure temperature ratings

with the following limitations. The use of Class l500, 2500, and 4500 forged steel valves shall be limited in accordance with the pressure temperature ratings specified

in ANSI B16.34, and the criteria established in MSS SP-84.

Class 800, 1500, 2500 and 4500 forged steel valves shall be constructed as follows: -

a) Class 800 valves shall have bolted bonnet joints. Class 1500, 2500 and 4500

valves shall have pressure seal, integral, or breech lock bonnet joints. Gate, globe, and angle valves shall have outside screw and yoke construction.

b) All valves, except gate valves, shall have seats of the integral type. Gate valves shall have renewable seats.

c) Class 1500, 2500, and 4500 valves shall be of loose back seat design.

d) Class 1500, 2500 and 4500 globe valves shall be of the Y-pattern type.

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

f) Except as otherwise required, check valves shall be of the guided piston or swing disk type. All check valves shall be designed for installation in either

horizontal piping or vertical piping with upward flow.

C. Steel Body Valves 65 mm and Larger

Steel body valves 65 mm and larger shall have cast steel bodies. The face-to-face and

end-to-end dimensions shall conform to ANSI B16.10. The use of these valves shall be

in accordance with the pressure temperature ratings specified in ANSI B16.34 as applicable.

Gate, globe, and angle valves shall be provided with back seating construction; and

shall be of outside screw and yoke construction. Gate valves 100 mm and larger shall

have flexible wedge disks. Split disks shall not be permitted. Valves shall have full size ports, except where venturi ports are specifically permitted to Engineer‟s approval.

The use of valves with venturi ports shall be limited to selected large diameter, high-pressure valve applications.

Class 150, 300, and 400 valves 65 mm and larger shall be constructed as follows: -

i) Bonnet joints shall be of the bolted flanged type having flat face flange facings for Class 150 valves; and male and female facings for Class 300 and

400 valves.

ii) Body ends shall be butt weld type unless otherwise required.

Class 800, 900, 1500, 2500, and 4500 valves 65 mm and larger shall be constructed

as follows: -

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

Page 190: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 181

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

iii) Body ends shall be butt weld type unless otherwise required.

Check valves used on pump discharge installations, and on other applications in which the valves may be subjected to significant reverse flow water hammer or fluid surges,

shall be of the non slam tilting disk type. All other check valves shall be of the guided piston, swing disk, or double disk spring check type. The use of double disk spring

check valves shall be limited to 350 mm and larger cold-water services. All check

valves shall be designed for installation in either horizontal or vertical piping with upward flow. Stop check valves, where specified, shall be Y-pattern globe type.

D. Iron Body Valves

Iron body gate, globe, and check valves shall have iron bodies with bronze trim. The

face-to-face dimensions shall be in accordance with ANSI B16.10. These valves shall

have flanged bonnet joints. Gate and globe valves shall be of the outside screw and yoke construction. Body seats shall be of the renewable type. Gate valves shall be of

the wedge disk type. Lined cast iron body diaphragm and check valves used with lined piping shall be flanged body with liner and diaphragm material suitable for the service.

E. Butterfly Valves

Rubber-seated butterfly valves shall be generally constructed in accordance with AWWA C504 Standard for Rubber-Seated Butterfly Valves. The valves shall also

generally conform to the requirements of MSS Standard Practice SP-67, Butterfly Valves. Valves of the wafer or lug wafer type shall be designed for installation

between two ANSI flanges. Valves with flanged ends shall be faced and drilled in

accordance with ANSI B16.1. The selected use of butterfly valves shall be in accordance with the pressure temperature ratings specified in AWWA C504, the

pressure temperature ratings specified by the manufacturer as per the following criteria: -

a) Butterfly valves shall generally be used for 50 mm and larger cold-water services only.

b) Butterfly valves for buried service shall be of cast iron body material and shall

be equipped with flanged ends.

c) Cast iron butterfly valves shall have pressure class selected based on the

piping design pressure as follows:

Piping Design Pressure Valve Class

i) 1.8 bar and below Class 25

ii) Above 1.8 bar to 5.2 bar Class 75

iii) Above 5.2 bar to 10.3 bar Class 150

d) Cast iron butterfly valves shall be limited to use with piping systems having a

design temperature of 50 C or less.

Page 191: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 182

e) Butterfly valves for other than buried service shall be of carbon steel or cast

iron body material depending on the service application. Valves 600 mm and larger in size shall be equipped with flanged ends. Valves 500 mm and

smaller in size shall be of the wafer type, or lug wafer type, if used with steel piping; and shall be flanged if used with other piping materials (cast iron,

etc.).

f) Carbon steel butterfly valves shall be limited to use with piping systems

having a design temperature of 65 C or less. Carbon steel butterfly valves

shall have pressure class selected in accordance with the pressure temperature ratings specified in ANSI B16.34 for 600 mm and smaller

valves.

Metal seated or Teflon seal ring seated butterfly valves for special service applications shall be of the wafer or lug wafer type; and shall be designed

for installation between ANSI flanges. The use of these valves shall be in accordance with the pressure temperature ratings specified by the manu-

facturer.

F. Bronze Body Valves

Bronze gate and globe valves 50 mm and smaller shall have union bonnet joints and

screwed ends. Bronze gate and globe valves used in control air service shall have brazed joint ends. Gate valves shall be inside screw, rising stem type with solid wedge

disks. Globe valves shall have renewable seats and disks.

Bronze check valves 50 mm and smaller shall be Y-pattern swing disk type or guided

piston type designed for satisfactory operation in both horizontal piping and vertical piping with upward flow.

Bronze valves 65 mm and larger shall have bolted flange bonnet joints and flanged ends. Gate and globe valves shall be of the outside screw rising stem construction.

Gate valves shall have either integral or renewable seats. Globe valves shall have renewable seats.

The use of these valves shall be in accordance with the pressure temperature ratings specified by the manufacturer and in accordance with the criteria established in MSS

SP-80. Bronze valves shall generally be Class 200, and shall be limited to service with piping systems having design pressures of 14 bar or less, and design temperatures of

65 C or less.

Bronze valves shall generally be limited to a size of 80 mm or less.

G. Plug Valves

Plug valves shall be of the eccentric, lubricated, or Teflon sleeve plug type, as required by the service. Plug valve bodies shall conform to the requirements of ANSI for

dimensions, material thickness, and material specifications. Bonnets shall be of the

bolted flange type. Body ends shall be flanged, faced, and drilled for installation between ANSI flanges. The use of these valves shall be in accordance with the

pressure temperature ratings specified by the manufacturer.

H. Ball Valves

All ball valves shall have full area ports, Teflon /PTFE seats & seals, and chrome plated

carbon steel/Nickel plated Chromed Brass or stainless steel balls and Nickel plated brass body. Ball valve bodies 50 mm and smaller shall have threaded end connections.

Ball valves 65 mm and larger shall have flanged ends. The valve handle shall be made

Page 192: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 183

of powder coated steel with a finish plastic coating. The valves shall not require

lubrication. The use of these valves shall be in accordance with the pressure temperature ratings specified by the manufacturer.

I. CHECK VALVES

These shall be swing check type with material of construction as given in 2.06.00 (D) above. The body shall be of cast iron with flanged ends.

J. FLOW REGULATING-CUM-MEASURING VALVES

These are special valves to be installed at the outlet of each cooling coil/heating

coil as shown in drawings. The Contractor shall also supply measurement it including manometer. The valves shall be of variable orifice design double

regulating type. The valve shall have measurement ports for connecting the manometers. The Contractor shall supply all calibration charts etc. The valve shall

have provision for locking at pre set flow condition and it shall be possible to close

the valve and again open up to this pre set point. The valves shall be of gun-metal/bronze construction.

K. 3-WAY MIXING VALVES

These are special valves to be installed at the outlet of each Precision AC chilled water coil as shown in drawings. The motor shall be actuator based controlled. The

valve shall operate from the sense of the room thermostat. The Contractor shall also supply measurement kit including manometer. The valves shall be of variable

orifice design double regulating type. The valve shall have measurement ports for connecting the manometers. The Contractor shall supply all calibration charts etc.

The valve shall have provision for locking at pre-set flow condition and it shall be

possible to close the valve and again open up to this pre set point. The valves shall be of gunmetal / bronze construction.

L. REFRIGERANT VALVES

All refrigerant valves as may be applicable shall have Brass body with flange connection or sweat connection for welding or brazing to pipe. For copper pipes

size 5/8” and below flare connection will be acceptable. The valve body and bonnet connection shall have bolted and welded connection.

It is preferable to have Teflon gland packing for the valves construction of the discs of the valves shall be either globe or angle type. The valve seat shall have white

metal lining or any equivalent soft replaceable lining. The valves shall be of tested quality. Leak proof-ness of the valves shall be tested at minimum 1.5 times the

design pressure for the system but not less than 35 Kg / Sq. Cm.

2.08.00 Duct Work

[Applicable for some ducts connecting the PAC units with the Plenum Header duct of size 1500mm X 900mm (under Purchaser’s scope)

running inside the PAC room and the Smoke Exhaust Duct]

2.08.01 Velocity of air in any section of the supply duct shall not exceed 8 m/sec.

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

Page 193: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 184

2.08.03 The general layout of the ducting location and number of air grilles and diffusers

etc. shall conform to the specific requirements of individual areas of application so as to ensure proper air distribution of all the zones. The same shall be subject to

approval by the Engineer.

2.08.04 Where dimensional locations are not indicated on the drawings, the Contractor will

be responsible for the final arrangement and routing of the ductwork. Variations in duct sizes may be made as acceptable to the Owner if the cross-sectional area

remains the same and the revised aspect ratio is less than four. Ductwork will be arranged to minimize pressure drop using low-loss fittings and transitions. Where

radius elbows are used for duct turns, the radius ratio will not be less than 1.5

wherever possible. Where space limitations require a bend with a radius ratio of 0.75 or less, not less than two turning vanes will be installed in the bend.

2.08.05 All ductwork for supply of air inclusive of accessories such as damper, vanes,

access doors etc. shall be fabricated from G.I. sheet of at least grade 180 as per IS 277. The ductwork shall be properly reinforced to prevent sagging, buckling or

vibration. Interior of all ducts shall be smooth and free from obstruction. All duct

sections shall be cross-broken.

2.08.06 The construction of ducts shall conform to IS: 655/ASHRAE/SMACNA as far as applicable, unless otherwise stated here.

2.08.07 JOINTS

a) All longitudinal joints for the ducts will be Pittsburgh Lock seam type.

b) Transverse joints for the low-pressure ducting shall be continuous around the

four sides, the corner closure are required. The type of transverse joints shall

be as follows:

Large side mm Type of transverse joints

Up to 600 25 mm wide pocket, drive or S-slip

601 - 1000 85 mm wide, bar s-slip or pocket slip.

1001 – 2250 40 mm x 40 mm x 6 mm M.S. angle connection

c) The low-pressure ducting work shall be provided with intermediate

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

Large side mm Bracing

0 - 450 None

451 - 1500 40 mm x 40 mm x 6 mm angle 1200 from joints.

1501 and above 40 mm x 40 mm 6 mm angle 600 mm from joints.

Page 194: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 185

d) RIVETING AND SEALING

All joints, slips and seams shall be made secure by reverting on centres not exceeding 150 mm. All transverse stiffeners and all reinforced bar slip joints

shall cross at corners and be riveted. All bar slip joints and angle iron bracing

shall be riveted on centres not exceeding 75 mm.

e) All construction joints and duct seams shall be reasonably sealed with bitumastic cold emulsion or equivalent vapour seal.

2.08.08 HANGERS AND SUPPORTS

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

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

b) Hangers shall be suspended from the building steel with provision for necessary auxiliaries, or special steel members, or by hooks fixed to the

embedded plates provided in the ceiling.

c) Hangers for all ducts shall be trapeze type with the shelf construction from

35 mm x 35 mm x 5 mm angle iron and hung by two steel rods each of not less than 10 mm dia. for ducts, with larger side less than 2250 mm while for

those greater than 2250 mm shall be with 50 x 50 x 5 angles and rods not less than 16 mm dia.

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

vertical ducts pass through floor slab, they shall be supported by means of

collars, constructed of steel structural angles securely fastened about the girth of the duct and bitumastic compound between the horizontal leg of the

supporting angle and the floor. The duct aspect ratio shall not be more than 4: 1. Turning vanes are required to be provided with bend more than 450.

2.08.09 ACCESS DOORS

All main ductwork shall be accessible throughout using tight fitted hinged access

doors. Doors shall have to be cemented on sponge rubber gaskets. Angle joints

shall be provided with felt or rubber gaskets for leak-tightness of the joints.

Access doors/panels are to be provided at following places:

Near each fire damper

In case access doors are to be installed in the insulated ducts, the access door panel should be suitably insulated, such that it can be operated without damaging

the duct insulation and there should be no condensation either on the access doors

or on the duct when the plant is running.

2.08.10 FLEXIBLE CONNECTION

Rubber impregnated canvas or equal flexible connections of at least 150 mm length

shall be provided at each connection between ductwork and fan units.

Page 195: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 186

2.08.11 DAMPERS

i) SPLITTER DAMPER

Splitter dampers in branch take off shall be provided. Dampers blades shall

be minimum 16 SWG thick. Alternatively catcher shall be provided in right

angle tee of ducts.

ii) MOTORIZED DAMPER

Motorized dampers shall be provided as per the requirement mentioned

elsewhere in the specification.

Blade thickness : At least 16G CRCA Frame : At least 40 x 40 x 3 mm Angle.

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

Provision shall be kept for manual operation of the Damper.

iii) ACTUATORS

The actuators will be UL listed.

Dampers will be equipped with operators of sufficient power to control

dampers, without flutter or hunting, through the entire operating range at air

velocities at least 20 percent greater than maximum design velocity. Operators will have sufficient power on closure to provide tight sealing

against maximum system pressures. Damper actuators will be designed to provide a minimum of 200 percent of the torque required to operate the

damper and to meet the air leakage criteria. Torque developed by damper actuators will not be less than 2.26 N-m (20 inch-pounds). Each damper

section will contain one or more damper actuators. Jack-shafting of the

section is not permitted. The Damper Actuator shall be provided with a Position Indication Switch to be suitably interconnected with the Central

Annunciation panel.

Spring-return operators will be provided for two-position control or on

reversible operators where required for fail-safe operation.

iv) OPPOSED MULTIPLE LOUVRE DAMPER

Opposed multiple louvers dampers shall be provided at the fan outlets and

wherever mentioned in the drawings, specification and fan schedule. Each blade of the dampers shall be provided with bronze, gunmetal or nylon

bearing at each end of its spindle. The spindle with bearing shall be mounted in a strong structural framework. Operating lever with fixing device for

keeping the damper at the desired position shall be fitted for the manually

operated dampers.

Operating level will be fixed on an indicator to show the percentage of opening of the damper in all cases except for the application with grilles and

nozzles.

Velocity across the dampers shall not exceed 8 m/sec. Damper blades at fan

outlet shall be made up of 16 gauge M.S.

Page 196: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 187

2.08.12 DIFFUSERS, REGISTERS - CONVENTIONAL DESIGN

Design of diffusers shall be such as to create desired throw and spread of air and

shall be approved by the purchaser/engineer.

All diffusers shall be made up of powder coated extruded Aluminium. Design of all

diffusers and grilles shall be made by the Contractor matching with the lighting and other fittings and to be approved by the Engineer. Each supply air diffusers shall be

fitted with opposed blade damper, built-in vanes and louvers arranged as per

manufacturer‟s standard design.

The grille frame and louvers shall be manufactured of extruded aluminium sections. No grilles should by any chance make any rattling sound during continuous

operation. All grilles shall match the decor of the space.

All diffusers shall be fitted with suitable gasket to prevent air leakage.

2.09.00 Insulation

2.09.01 Thermal Insulation

a) General: Thermal insulation shall be Aluminium foil faced closed cell elastomeric Nitrile Rubber (of density min. 40 Kg/CuM) / XLPE (of density min. 33 Kg/CUM)

having a thermal conductivity not exceeding 0.035W/MK. The fire performance of the insulation shall be Class-1 as per BS-476, Part-7 for surface spread up flame

and Class-O fire category as per BS-476, Part-6.

The insulation shall have self extinguishing & non-dripping properties against fire

attack.

b) Refrigerant suction piping from the evaporator coil outlet up to the compressor inlet shall be insulated with minimum 39 mm thick aluminium foil faced closed cell

elastomeric Nitrile rubber/ XLPE. For better efficiency of operation the liquid line

running side by side with the suction line may be insulated together with the suction line already mentioned.

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

thick aluminium foil faced Nitrile rubber/XLPE.

d) Double skin Casing of the cabinet type air handling unit shall be insulated with at

least 25 mm thick Poly Urethane Foam (PUF) or equivalent.

e) Supply air duct shall be insulated with at least 13 mm thick aluminium foil faced closed cell elastomeric Nitrile rubber / XLPE.

f) Drain piping shall be insulated with 26 mm thick aluminium foil faced closed cell elastomeric Nitrile rubber /X LPE.

g) Chilled water Expansion tank with 6 mm thick aluminium foil faced Nitrile

Rubber/XLPE.

h) Steam piping and other hot surfaces shall be insulated with 50mm thick fibre-glass

/ mineral wool / equal thermal insulation covered with 30G GI sheet.

Page 197: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 188

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

equal thermal insulation covered with 30G GI sheet.

j) Insulation of Precision AC / Package AC Unit shall be as per manufacture‟s standard.

Insulated ducts crossing the floors shall have to be normally protected from damage and water splashing by providing suitable cladding up to 300 mm from the

floor level.

2.09.02 Acoustic Insulation

All supply air ducts in the air conditioning system shall be insulated acoustically

from inside of the duct up to a length of 6 meter from the blower mouth.

Open type Nitrile rubber foam / XLPE insulation of minimum 25 mm thickness and having minimum absorption co-efficient as indicated below shall be used:

Freq (Hz) 125 250 500 1000 2000 4000 NRC

25 mm 0.02 0.25 0.86 1.14 0.88 0.99 0.80

Insulation material should be fiber free. Density shall be minimum 140 Kg. / Cu.M. It should have anti-microbial product protection and should pass fungy-resistance

test as per ASTM-G21 and bacterial resistance as per ASTM-E2180. The insulating

material should conform to Class-1 for surface flame in accordance with BS-476-Part-7 and UL-94. It should pass air erosion resistance test in accordance with

ASTM Std.C-1071-05 Sec.12.7.

The insulation shall have self extinguishing & non-dripping properties against fire

attack.

2.10.00 Fresh Air System

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

2.11.00 Non Chemical Water Treatment Equipment

A. The water treatment equipment is a 1 M long pipeline, which once installed, stops

the formation of scale in the heat exchange zones completely.

B. The water treatment equipment consists of Metal Cell and Core and is installed on

line after the pumps and before the heat exchange zone. The distance of the heat exchange zone should not be more than 30 M and there should not be any static

area between the water treatment equipment and heat exchange area.

2.12.00 Electrical Items

2.12.01 General Electrical Specification

For detailed General Electrical Specification, relevant Sub-Section of PART- C, as

applicable, shall be followed.

Page 198: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 189

2.12.02 Drive Motor

For detailed technical specification of motors, Sub-Section of PART- C, as applicable, shall be followed.

2.12.03 Local Push Button Station (LPBS)

For detailed technical specification of Local Push Button Station (LPBS) system relevant Sub-Section of PART- C, as applicable, shall be followed.

2.12.04 MCC-cum-Power Distribution Board

For detailed technical specification of Power Distribution Board System relevant Sub-Section of PART- C, as applicable, shall be followed.

2.12.05 Cables

For detailed technical specification of Cables relevant Sub-Section of PART- C, as applicable, shall be followed.

2.12.06 Cable Trays and Racks

For detailed technical specification of Cable Trays relevant Sub-Section of PART- C, as applicable, shall be followed.

2.12.07 Grounding

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

as applicable, shall be followed.

2.13.00 Controls & Instrumentation

2.13.01 Control System

A. All control shall be electrical / electronic type depending upon the requirement & as

specified under the specification.

B. Annunciations

Audio-visual alarm facility is envisaged of the system. Details of the annunciation

system shall be as detailed elsewhere in PART-C.

2.13.02 Miscellaneous Instruments

A. The pressure indicators and temperature indicators shall have minimum 150 mm

size dial. The pressure gauges shall be Bourdon type and complete with isolating/valves. The pressure gauge shall conform to IS: 3624 and temperature

gauge as per BS: 1041.

B. Water flow switch shall be vane actuator type or differential pressure type, with

adjustable actuation set point. The level switch shall be ball float operated magnetic type complete with cage. The switch case shall be weather proof

conforming to NEMA-4.

Page 199: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 190

C. Apart from the thermostat, pressure switches, level switches and level indicators

specified in this tender document, the local instruments shall also be furnished as a part of the system as shown in drawings enclosed and as per functional

requirement.

D. The range of controls and instruments should be such that the operating ranges

are preferably in the mid scale. The accuracy should not be less than + 1% of full scale deflection. The repeatability of readings shall be + 1%. The differential in

controls should be such that the equipment is able to operate at desired settings or maintain desired condition.

E. The scale of pressure indicators for refrigerants units will be in kg/cm2. Saturation temperature of the refrigerant in use, at the corresponding pressure should also be

indicated in the scale. The suction and oil gauge shall be compound gauge. The scale of pressure indicator for pumps will be in meter. The temperature indicator‟s

scale will be in °C. The range should be such that even when the equipment is idle and the temperature of the medium is at such variance, the indicator will not be

damaged.

F. All instruments should be such selected and installed that they are easily readable

from the floor.

3.00.00 SPECIAL TOOLS

The supplier shall furnish a complete set of all special tools, wrenches etc. with

necessary toolboxes as required for erection, operation & maintenance, overhaul or complete replacement of any equipment supplied under this specification. The

supplier shall enclose a list of such tools recommended by them.

4.00.00 SPARE PARTS

4.01.00 The supplier shall furnish and quote the Mandatory spare parts of the following

equipment as applicable as per the list below:

4.01.01 Vapour Absorption Machine

Bearing for Absorbent & Refrigerant Pump 1 set

Gaskets as applicable for condenser and chiller heads 1 set

Steam regulating valve 1 set

4.01.02 Water Cooled Precision Air Conditioner

Scroll Compressor 1 No.

Centrifugal Fan

Fan Motor Set (EC Motor) 1 set

Vibration isolators 1 set

Shell & Tube Condenser

Gaskets for water box header in each condenser 2 sets

Refrigerant

Refrigerant gas in a non-returnable cylinders 15% of installed

Page 200: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 191

charge

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

the highest capacity system

As required to suit

(a) above

Compressor oil in sealed tins for each unit 2 full charges

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

Filters of each type for PAC 2 sets

4.01.03 Centrifugal Pumps

Bearings for each pump and motor 2 sets

Gland packing shaft sleeves, warring rings and lantern rings for each pump.

1 set

4.01.04 Cooling Towers

Bearings for each fan and motor 2 sets

Nozzles 5% extra

4.02.00 Electrical Items

4.02.01 General

1 MCCB, MCB & MPCB One (1) no. of each rating

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

5 Indicating Lamps 10% of installed quantity.

6 Indicating Lamps cover of different colour and Holders

5% of installed quantity.

7 Push Buttons of various colours Ten (10) nos. of each type and colour.

8 Terminal Blocks 5% of installed quantity

4.03.00 Recommended spares are those generally required for reliable operation of plant

for three (3) years as per manufacturer‟s experience. The contractor shall also

provide a list of recommended spares with unit prices. The Purchaser reserves the right to buy lesser/all/excess quantity of any or all of the recommended spares at

unit prices indicated. The objective of the spare parts procurement plan is to maximize standardization to minimize spare parts inventory.

Procurement of any parent equipment item shall not be considered complete unless the Contractor has submitted, and the Purchaser approved, the associated

documentation required in this section under mandatory spare parts.

Page 201: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 192

5.00.00 TESTING AND INSPECITON AT MANUFACTURER’S WORKS

5.01.00 The manufacturer shall conduct all tests required to ensure that the equipment

furnished shall conform to the requirements of this specification and in compliance with the requirement of the applicable codes.

5.02.00 Following tests shall be carried out during and after completion of different component parts as applicable and in accordance with the requirements of the

applicable codes.

5.03.00 Material analysis and testing shall be carried out.

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

& its components, vessels etc.

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

5.06.00 Performance test of Precision Air conditioners, pump, cooling towers and Package

Air conditioners shall be done as per code procedure.

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

5.08.00 Other tests, as necessary and recommended by the manufacturer.

Test certificates and reports shall be made available to the Purchaser / Engineer on

the above tests, for approval and before despatch of equipment.

The representatives of Purchaser / Engineer shall be given full access to all tests. The Tenderer shall inform the Purchaser within 21 days prior to important shop

tests so that if the Purchaser / Engineer so desires, their representatives can

witness the tests.

Cost of conducting all shop tests shall be borne by the supplier.

6.00.00 FIELD TEST

6.01.00 Overall performance of the air conditioning system just after commissioning and

also during peak summer outside conditions as well as individual equipment shall be tested after complete installation at site. Duration of such test shall be 72 hours.

This test shall be carried out to determine whether the plant meets the

performance requirements specified here in and shall include measurements of all parameters under various outside conditions and establishment of correct supply of

equipment. All testing and calibrating instruments required for this purpose shall be supplied by the contractor.

6.02.00 Inspection and testing of duct work

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

6.03.00 All ductwork shall be carefully examined to determine their performance with the

specification with respect of dimensions, materials, marking, leakage, workmanship

and other requirement.

6.04.00 The contractor shall give assistance for all site tests of the equipment according to prescribed procedure laid down by the Manufacturer / Engineer.

Page 202: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 193

7.00.00 PERFORMANCE GUARANTEE, TOLERANCE, PENALTY AND RECORDS

7.01.00 The tenderer shall have to guarantee the performance of individual equipment as specified in PART-A of the specification. Notwithstanding the capacities mentioned

in the specification the tenderer shall have to guarantee maintenance of the inside

conditions in accordance with “Performance and Material Requirement” clause mentioned in the specification.

7.02.00 Rectification of deficient performance

If the shop / site performance tests indicate the failure of the guaranteed performance of the equipment concerned, the tenderer will be given reasonable

time to make good the deficiency at his own cost by incorporating the necessary modification, alteration and replacement.

7.03.00 Penalty for deficient performance

If even after rectification, the performance achieved is deficient (less than 5% in cooling capacity of the major equipment and system) compared to the guaranteed

figures, penalties shall be charged @ Rs. 200000 per TR. As a general practice it will be deducted from the total value of the contract. In case the deficiency in the

cooling capacity of the major equipment and system exceeds 5% of the guaranteed

figure the concerned equipment will be rejected and to be replaced with a higher capacity equipment by the vendor free of cost.

7.04.00 Test Records

The certificates and records of the above mentioned tests should be submitted to

the Purchaser for approval. The manufacturer shall maintain records of all tests

required in the specification for at least 5 years. A list of records shall be submitted to the Purchaser on completion of the job. The Purchaser shall be able to obtain

certified copies of such records at any time.

8.00.00 SPECIAL CLEANING, PROTECTION & PAINTING

8.01.00 Internal surface of all parts shall be cleaned to remove loose scale and dirt. The

external surface of the motor and end shield shall be sand blasted to remove all rust, scale etc. All sharp edge shall also be removed. Welded rods, studs and

other foreign objects shall be removed prior to final assembly. Excess oil and

grease shall be removed by wiping.

8.02.00 All parts shall be painted with two (2) coats of rust preventing paint. One (1) cost of final paint shall be applied over and above the rust proof paint before despatch

of material.

8.03.00 All equipment shall be boxed / created or otherwise protected for shipment. Dry

nitrogen desiccant and other protection shall be provided as may be necessary.

9.00.00 DELIVERY AND ERECTION

9.01.00 DELIVERY PERIOD

The tenderer shall quote the earliest possible delivery period, but nor more than

that specified earlier for the equipment from the date of issue of Letter of Intent.

9.02.00 Service for erection, testing and commissioning

Page 203: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 194

The tenderer shall depute experienced engineers to site for supervision of erection, checkup, commissioning at site, testing for the complete equipment to be supplied

under this specification. This is an essential service; the tenderer shall quote for the item under the erection and commissioning charges. The service shall include

supplying of skilled and unskilled labour and other erection tools and tackles for

complete erection of the equipment at site.

10.00.00 DOCUMENTS, DATA TO BE FURNISHED WITH TENDER PROPOSAL

10.01.00 Beside submitting the enclosed Proposal Exhibit Sheets duly filled in, the proposal

shall also include the following drawings, curves and information wherever applicable.

Preliminary cooling and heating load calculation is to be furnished.

10.02.00 Preliminary equipment layout drawings of the air conditioning plant room, PAC

room are to be furnished.

10.03.01 Manufacturer‟s catalogue and literatures incorporating outline and sectional

drawings and ducting data for the following equipment:

Vapour Absorption Machine

Water-cooled precision air conditioner with Chilled water coil & D-X coil Condenser water pump

Cooling tower Non chemical water treatment

Axial Flow fan Motor

10.03.02 Manufacturer‟s selection chart for the following equipment:

Vapour Absorption Machine Water-cooled precision air conditioner with Chilled water coil & D-X coil

Pump

Cooling Tower Axial Flow fan

Motor

10.03.03 Manufacturer‟s catalogues and literatures on air conditioning system, instruments

and controls.

10.04.00 Sectional drawings for air diffusers and grilles, as applicable.

10.05.00 Manufacturer‟s data sheets for filters and refrigerant.

10.06.00 Drive list

10.07.00 A detailed experience list about supply for system of similar type for similar

application mentioning in each case the salient technical parameters, date of commissioning and name of customers.

10.08.00 A comprehensive write-up and / or brochure on details of manufacturing and testing facilities in the shop of the manufacturer.

10.09.00 Any other relevant data and particulars.

Page 204: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 195

11.00.00 POST AWARD DOCUMENTS, DATA TO BE FURNISHED

11.01.00 The tenderer shall fill up the drawings submission schedule (Schedule-VI) enclosed

with the specification, indicating the dates (counting from the date of issue of the Letter of Intent) for submission to the Purchaser or the Consulting Engineers for

approval of various drawings, Calculations, data and procedures as mentioned

below:

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

11.02.01 Equipment sizing calculations including cooling loading calculations.

11.02.02 Equipment layout drawing for:

Vapour Absorption Machine

Water-cooled precision air conditioner with Chilled water coil & D-X coil Pump

Cooling Tower

MCC cum PDB cum Control Panel Power Distribution Board

Smoke Exhaust fan

11.02.03 Schematic flow and instrumentation diagram of the complete system indicating the

limits of supply and erection.

11.02.04 Layout drawings showing the route of Steam piping, Chilled water piping, Cooling water piping (with hangers, supports etc) as well as power and control cabling

(with trays, support detail etc.).

11.02.05 Outline drawings incorporating all principal dimensions, civil foundation drawings

and weight etc. and also sectional drawings incorporating data of material of construction wherever applicable for following equipments:

Vapour Absorption Machine

Pressure Reducing and De-Superheating Station

Water-cooled precision air conditioner with Chilled water coil & D-X coil Condenser water pump

Cooling tower Non chemical water treatment

MCC cum PDB cum Control Panel

Local Push-Button Station Smoke Exhaust fan indicating mounting detail

11.02.06 Drawings and data sheets of each of Equipment and Instrument.

11.02.07 Drawings and data sheets for air filters.

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

11.02.09 Electrical schematic and wiring diagram for MCC cum PDB cum control panel and the system as applicable with back-up write-up.

11.02.10 Electrical Panels-- outline drawings, bill of instruments and drawings showing construction of panel.

11.02.11 Other drawings and data.

Page 205: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 196

11.02.12 Material test certificates.

11.02.13 Shop test reports and certificates.

11.02.14 Operation, maintenance and overhauling manuals shall be provided as per

following specification.

OPERATION AND MAINTENANCE MANUAL

The successful tenderer, shall prepare, during the project execution stage a manual

giving details of operation and maintenance instructions. The manual will be

comprehensive manual and will be provided by the Engineer. The manual shall cover but not limited to the following aspects:

i) Equipment description with design particulars.

ii) Installation and Maintenance Instruction including preventive maintenance

requirements.

iii) Instruction for pre-commissioning check-up, operation.

iv) Trouble shooting.

v) Spare Parts list.

vi) Lubricant and lubrication schedule

vii) Control logic and inter connection and calibration of controls.

viii) System description

ix) Necessary drawings, illustration

x) List of manufacturer‟s name and catalogues

xi) Safety instructions.

The manual shall be securely bound in hard back durable folder with proper

indexing and separators.

11.03.00 To complete the proposal the tenderer must fill-up the following form sheets as per

instruction given below and in various sections of this specification.

SCHEDULE – I : KEY INFORMATION ABOUT THE BID

SCHEDULE - II : GUARANTEED DATA SHEET

SCHEDULE - IIIA : TECHNICAL PARTICULARS (MECHANICAL)

SCHEDULE - IIIB : TECHNICAL PARTICULARS (ELECTRICAL)

SCHEDULE - IV A : LIST OF MANDATORY SPARE PARTS

SCHEDULE - IV B : LIST OF RECOMMENDED SPARE PARTS

SCHEDULE - V : SPECIAL TOOLS & TACKLE DATA

Page 206: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 PART-B PAGE 197

SCHEDULE - VI : WORK PROGRESS SCHEDULE

SCHEDULE - VII : LIST OF DEVIATIONS FROM PECIFICATIONS

SCHEDULE - VIII : CHECK LIST FOR COMPLETENESS OF OFFER

SCHEDULE – IX : DECLARATION SHEET

11.04.00 Each tenderer shall supply the data required above by typing in appropriate places

in each page. These must be properly signed by authorized representatives of the

tenderer or manufacturer, as verification of the data submitted. These signed pages in their entirety shall be returned with and shall be a part of the tenderer‟s

formal proposal.

The tenderer shall completely fill in the above information required for each of the above-mentioned sheets. Failure to comply with this requirement may result in the

rejection of the tender.

12.00.00 SPECIAL NOTES

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

specification for electric items attached here to become a part of this specification.

Wherever any discrepancy is found between the stipulation in these documents and

those in the “Technical Specification” the stipulations in the “PART-A: SPECIFIC REQIREMENT” shall prevail.

12.02.00 Telegraphic offers shall not be considered.

12.03.00 Any action on the part of the tenderer to raise the price / prices and / or to change the structure of price / prices at his own instance after opening of the tender may

result in the rejection of the tender and / or debarring the Tenderer from participation in purchase of the Board / Corporation for one (1) year in the first

instance.

Page 207: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 198

SCHEDULES

PROPOSAL EXHIBIT SHEETS

Page 208: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 199

SCHEDULES

PROPOSAL EXHIBIT SHEETS

INDEX

SCHEDULES DESCRIPTION

SCHEDULE - I : KEY INFORMATION ABOUT THE BID

SCHEDULE – II : GUARANTEED DATA SHEET

SCHEDULE - IIIA : TECHNICAL PARTICULARS (MECHANICAL)

SCHEDULE - IIIB : TECHNICAL PARTICULARS (ELECTRICAL)

SCHEDULE - IV A : LIST OF MANDATORY SPARE PARTS

SCHEDULE - IV B : LIST OF RECOMMENDED SPARE PARTS

SCHEDULE - V : SPECIAL TOOLS & TACKLE DATA

SCHEDULE - VI : WORK PROGRESS SCHEDULE

SCHEDULE – VII : LIST OF DEVIATIONS FROM SPECIFICATIONS

SCHEDULE - VIII : CHECK LIST FOR COMPLETENESS OF OFFER

SCHEDULE - IX : DECLARATION SHEET

Page 209: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 200

CHEDULE – I

KEY INFORMATION ABOUT THE BID

1.0 Tenderer‟s complete company name and address, Telex and Telephone No.

:

2.0 Tenderer‟s Proposal No. and date

:

3.0 Proposal validity period

:

4.0 Name and designation of representative of the Tenderer to whom all references shall be made for expeditious co-ordination.

:

5.0 State whether all price figures including required break-up and take-out prices have been furnished as per format of the price part.

: Yes/No.

6.0 State whether the quoted price shall remain firm.

: Yes/No.

7.0 State whether the stipulations laid down in conditions of contract have been accepted by you?

: Yes/No.

8.0 Are deviations taken on the stipulations of Tender Document by you clearly stated separately in Deviation Sheet?

: Yes/No.

9.0 Do you certify that there is no other deviation apart from what has been given by you in “Deviation Sheet”? (Categorical answer must be given).

: Yes/No.

10.0 Does the offer include any imported item

: Yes/No.

11.0 Agreeable to the completion period as per requirement of specification.

: Yes/No.

12.0 Agreeable to pay liquidated damages for delay in completion as per the stipulation

: Yes/No.

13.0 Agreeable to the “Warranty Period” and “Maintenance Guarantee Period as stipulated in the “Conditions of Contract”.

: Yes/No.

14.0 Agreeable to the Terms and Payment stipulated in General Conditions of Contract

: Yes/No.

SIGNATURE :

SEAL OF COMPANY NAME : DESIGNATION :

Page 210: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 201

SCHEDULE –II

GUARANTEED DATA SHEET

The filled up guarantee figures for inside design condition and all – individual capacity, head, efficiency, input power, motor input power etc. are given below:

1 Performance Parameters conform to the followings:

Inside Conditions

223300CC ±± 2200CC DDBB aanndd 5555%% ±± 55%% RRHH ffoorr::

(a) Control Rooms

(b) Shift Engineer‟s Room

(c) Control Equipment Room

(d) Computer Room

(e) UPS Room

Filtration Efficiency

Control Room, Shift Engineer‟s Room, Control Equipment Room, Computer Room & UPS Room.

Filtration Efficiency : 99% down to 5 Microns

Pressurizations : Positive

Filtration Standard : ASHRAE STD-62

: Yes/No

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

design conditions, KW

:

3 All Technical Data furnished in the approved Technical Particulars Sheets shall

be deemed to be guaranteed

: Yes / No

SIGNATURE :

SEAL OF COMPANY NAME : DESIGNATION :

Page 211: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 202

SCHEDULE –IIIA

TECHNICAL PARTICULARS

(MECHANICAL)

1.01.00 VAPOUR ABSORPTION MACHINE

Type :

Make :

Model No. :

Capacity (TR) : Qty. :

ABSORPTION HEAT PUMP Manufacturer : Model : Actual Capacity : CHILLED WATER Inlet Temperature (Deg. C) : Outlet Temperature (Deg. C) : Flow Rate (Cu.M/Hr) :

Fouling Factor (MKS Units) : COOLING WATER Inlet Temperature (Deg. C) : Outlet Temperature (Deg. C) : Flow Rate (Cu.M/Hr) : Fouling Factor (MKS Units) : STEAM Type of Steam : Inlet Pressure : Consumption : POWER Connected Power (KW) :

Page 212: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 203

Consumed Power (KW) :

OVERALL DIMENSIONS L x W x H (mm x mm x mm) : WEIGHT Rigging (Tons) :

7.00.00 WATER COOLED (PRECISION) AIR CONDITIONER

2.01.00 GENERAL Type : Make :

Model No. :

Capacity (TR) :

Condenser Water entering and leaving Temperature (˚C) : Power Consumption (KW) : Overall Dimension (L x B x D) : (mm x mm x mm) Gross Weight (Kg) : Nos. Quoted : Catalogue enclosed : Yes / No.

2.02.00 REFRIGERANT COMPRESSOR

Manufacturer :

No. of Units : Type : Refrigerant : PERFORMANCE Condensing Temp (oC) :

Evaporating Temp (oC) : Capacity in Kcal/hr. : R.P.M. : B.H.P. required :

Lubrication type : H.P. recommended :

Page 213: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 204

All operating/safety controls and : Yes/No

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

2.03.00 CONDENSER (WATER COOLED TYPE)

Manufacturer :

Model No. :

Type :

Performance Data

Fluid temperature Tube side Shell side

OC inlet :

OC outlet :

Velocity (M/Sec) :

No. of passes :

Heat exchange Kcal/Hr. :

L.M.T.D. OC

(Including correction factor) :

Overall heat transfer co-efficient

Kcal/hr. Sq. m OC

Fouling factor in hr-Sq. m - OC /Kcal :

Surface area (Sq. m.) :

Pressure drop meter of water head :

Design pressure in kg/Sq.Cm :

Test Pressure in Kg / Sq. cm :

CONSTRUCTION

_________________________________________________________

Items Material Quantity Outside Inside Nominal Specialty

dia. dia. thickness

_________________________________________________________

Tubes

Tube sheet

Shell

Auxiliaries provided Tube side Shell side

Page 214: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 205

Thermo-wells

Pressure gauges/connection

Vent. Connection with valves

Drain connection with valves

Relief valve

Fusible plug

Antifreeze thermostat

Remarks

2.04.00 EVAPORATOR

FAN PERFORMANCE Capacity : CMH External Static Pressure : mmWG Outlet velocity : M/Sec.

Rated speed : R.P.M. (V-Belts)

B.H.P. : H.P. Motor rating : H.P.

CONSTRUCTION

Impeller material :

Casing material :

Shaft material : Drive : Coupling :

Overall dimensions :

Overall operating weight : No. of outlets : Overall dimensions : Gross weight : No. of quoted : 2.05.00 COOLING COIL

Page 215: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 206

2.05.01 Chilled Water Cooling Coil Manufacturer :

No. quoted :

PERFORMANCE

Cooling capacity : Kcal/Hr Air quantity : Cu. M/Hr Coil entering condition of air : 0C/RH

Coil leaving condition of air : 0C/RH

Chilled water temperature at inlet : 0C

Water quantity : Cu. M /Min. Pr. drop air side : mm WG

Pr. drop water side : MWC

Fouling factor : Sq. m / hr.0C / Kcal. Overall heat Transfer : Kcal/Sq. m /Hr./ 0C

coefficient CONSTRUCTION

Coil pipe size : Fin. material :

No. of fins :

Size of coil (Face area) :

Face velocity : m/sec No. of rows : No. of circuits : 2.05.02 D-X Type Cooling Coil Manufacturer : No quoted :

PERFORMANCE CONSTRUCTION Cooling capacity Kcal/Hr Coil pipe size : Air quantity : CMH Fin. Material : Coil entering Air temp. : OC No of fins :

Page 216: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 207

Coil leaving Air temp : OC Size of coil :

(Face area) Pr. drop air side : mmWG. Face velocity : No. of circuits : No of rows : Fouling factor : Sq. m /hr. OC /Kcal

Overall heat Transfer Coefficient : Kcal / Sq. m / Hr /˚C

2.06.00 HIGH EFFICIENCY FILTER Type : Module Size & No. of Modules :

Efficiency : Material of Filter Media : Weight of Each Module : Face velocity through filter : Pressure drop at dirty condition : 2.07.00 HUMIDIFIER Type : Capacity :

Material of Construction : 2.08.00 HEATER Type : Rating : No. of Banks : 2.09.00 Microprocessor based Control panel and other accessories provided? 3.00.00 WATER PUMPS

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

Model No. : Total No. required :

Type : Overall dimension : (mm x mm) Operating weight : kG

Page 217: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 208

PERFORMANCE

Rated capacity : CMH

Efficiency at rated capacity : Total head at rated capacity : (MWC)

Pump input : HP

Drive Motor HP : HP Permissible suction : (MWC)

Pump speed : R.P.M.

Vibration isolator pads : Yes/No Provided

Air release cocks provided : Yes/No. Material of construction as per specification: Yes/No.

4.00.00 INDUCED DRAFT COOLING TOWERS

Manufacturer :

Model No. :

Total No. quoted :

Type : Forced Draft / Inducted Draft / Natural Draft

Total operating weight : KG. Including water Overall dimensions : (mm x mm x mm)

PERFORMANCE

Cooling water quantity : CMH

Water temperature – Inlet : OC

Outlet : OC

Wet bulb temperature : OC Approach : OC Fan Capacity : Cu. M / Hr.

Total pressure : mm WG Fan Power : BHP Type of drive :

Air velocity at fan outlet : M / Sec.

Page 218: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 209

No. of Nozzles :

Pressure required at nozzles : MWC

All accessories as specified/ : Yes/No required are provided

Material of construction as per specification : Yes/No.

5.00.00 NON-CHEMICAL WATER TREATMENT PLANT Manufacturer :

Model No. : Total No. required :

Overall Dimensions : mm (Dia.) X mm (Length)

MATERIAL OF CONSTRUCTION a) Outer Shell : b) Core : Water flow rate : CMH Water pressure drop : mmWG Total weight : Kg.

6.00.00 Motorized Damper

Manufacturer :

Pressure drop : mm WG Air velocity through damper : m/sec Size and quantity of dampers : Material and thickness of frame : Material and thickness of blades :

Maximum air flow recommended : 7.00.00 INSULATION THERMAL ACOUSTIC Insulation material & thickness For Duct Work :

Name of manufacturer : Trade Name : Type :

Density, kg/ Cu. m :

Page 219: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 210

8.00.00 SMOKE EXHAUST SYSTEM

Manufacturer : Model No. : Type : Number quoted :

Specific weight of air at temperature :

Considered (Kg / M3)

Capacity (M3 / Hr.) :

Static head at rated speed (mm WG) :

Total head at rated speed (mm WG) :

Rated speed (RPM) :

Critical speed of fan (RPM) :

Fan power at rated speed (BKW) :

Fan total efficiency at rated speed (%) :

Wheel diameter (mm) :

No. of blades in wheel :

Outlet velocity in (M / Sec) :

Material used in fan wheel :

Material in other parts :

Type of fan bearing :

Type of drive :

Rated volt of motor :

KW of motor offered :

Type of insulation :

Motor ambient temperature (°C) :

Type of enclosure : Drive motor should be suitable for

Handling hot gas of temperature 400 Deg C for 2 hours : Yes/ No. Motorized isolating damper at fan inlet : Yes/ No.

Page 220: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 211

9.00.00 MISCELLANEOUS INSTRUMENTS

9.01.00 HUMIDISTAT Name of manufacturer : Model Number :

Number furnished :

Type : 9.02.00 THERMOSTAT Name of manufacturer :

Model Number : Number furnished :

Type :

9.03.00 PRESSURE INDICATORS Name of manufacturer :

Type : Dial size, mm : Pressure indicator in refrigerant : line equipped with gauge saver

Each pressure indicator complete : with isolating valve or cock

Furnished each pressure indicator : as shown in relevant drawing and as specified 9.04.00 TEMPERATURE INDICATORS Name of manufacturer :

Type :

Furnished each temperature :

indicator as shown in relevant drawing and as specified

Humidifiers for PAC as specified : herein provided Special filters as specified : herein provided

Page 221: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 212

10.00.00 MISCELLANEOUS PARTICULARS

10.01.00 Performance guarantee of all equipment, guarantee for inside conditions based on given outside Conditions and load design parameters as per Table-I.

: Yes / No

10.02.00 Performance curves of all fans enclosed with offer with proper marking of duty conditions.

: Yes / No

10.03.00 All the fans shall be both statically and dynamically balanced and balancing certificates shall be furnished.

: Yes / No

10.04.00 The space provided for different equipment as shown in the drawings is adequate for the equipment supplied – confirmed.

: Yes / No

10.05.00 The size and material of power cables conform to the specification in all respect – confirmed

: Yes / No

10.06.00 Drain connection from the equipment to the nearest drain point has been included in bidder‟s scope of supply.

: Yes / No

10.07.00 Enough quantity of ducting grilles dampers, hangers, supports, piping, valves, gauges, insulation (both Thermal and Acoustic) etc. as required are included.

: Yes / No

10.08.00 Whether all drawings documents as listed in clause No. 10.00.00 &11.00.00 of PART-B will be furnished.

: Yes / No

SIGNATURE :

SEAL OF COMPANY NAME : DESIGNATION :

Page 222: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 213

SCHEDULE –IIIB

TECHNICAL PARTICULARS

(ELECTRICAL) 1.00.00 A.C. MOTORS 1.01.00 General 1.01.01 Application :

1.01.02 Quantity : 1.01.03 Make : 1.01.04 Frame Size : 1.01.05 Applicable Standard : 1.02.00 Type and Rating 1.02.01 Type of Motor : 1.02.02 Service : 1.02.03 Duty Cycle/Designation : 1.02.04 Rated Continuous output :

At 40 °C ambient KW : At 45 °C ambient KW : At 50 °C ambient KW : 1.02.05 Rated Speed r.p.m. : 1.02.06 Rated Voltage & % variation : 1.02.07 Rated Frequency & % variation : 1.02.08 Full load current : 1.02.09 No load current : 1.02.10 Rated Power Factor : 1.02.11 Efficiency at rated voltage and Frequency a) Full load % : b) 3/4 load % : c) 1/2 load % :

Page 223: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 214

1.03.00 Performance 1.03.01 Method of starting : 1.03.02 Starting time at 80%V 100%V 110%V a) With load Sec. : b) Without load (driven equipment coupled) Sec. : 1.03.03 Safe stall time at 80%V 100%V 110%V a) Hot condition Sec. :

b) Cold condition Sec. : 1.04.00 Construction 1.04.01 Degree of protection Enclosure : 1.04.02 Motor Terminal Box a) Suitable for cable size : b) Cable glands and lugs finished : 2.00.00 LOCAL PUSH BUTTON STATION (LPBS) 2.01.00 Make :

2.02.00 Type : 2.03.00 Enclosure : 2.04.00 Degree of Protection : 2.05.00 Lockout switches enclosure furnished with : a) Inscription plate :

b) Knockout for cable/circuit entry : 2.06.00 Contacts of Each Push Button a) Number furnished : b) Current rating : Make & Continuous : Break (Inductive) : 2.06.01 Stop Push Button having provision

of locking in lockout position :

Page 224: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 215

3.00.00 NOT USED

4.00.00 HOOTER SYSTEM 4.01.01 Type :

4.01.02 Architecture : 4.01.03 Type of contact : 4.01.04 Available Power Supply : 4.01.05 Audible Alarm : 4.01.06 Mounting of Audible Alarm : 4.01.07 Tone Generator : 4.01.08 Sound Intensity : 4.01.09 Preferred Sequence : 4.01.10 Make : 4.01.11 Model No. :

5.00.00 CABLES POWER CONTROL CABLE CABLES 5.01.00 Make : 5.02.00 Type :

5.03.00 Applicable Standard : 5.04.00 Voltage Grade : 5.05.00 Suitable For System With a) Service Voltage : b) Neutral Earthing : 5.06.00 Maximum Conductor Temperature a) Continuous : Deg.C b) Short Time : Deg.C 5.07.00 Conductor a) Material : b) Size : Sq.mm. c) No. of Diameter of wire in each conductor : No./ mm

5.08.00 Shielding On Conductor

Page 225: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 216

a) Material :

b) Type : c) Thickness : mm 5.09.00 Insulation

a) Material : b) Type : c) Thickness : mm 5.10.00 Shielding On Insulation a) Material : b) Type :

c) Thickness : mm 5.11.00 Inner Sheath a) Material : b) Type : c) Thickness : mm d) Extruded : Yes / No. e) Approx. Outside dia. over sheath: mm 5.12.00 Overall Sheath

a) Material : b) Type : c) Thickness : 5.13.00 Approximate overall diameter (mm) : 5.14.00 Standard drum length with tolerance (M) : 5.15.00 Net Weight of Cable : 5.16.00 Continuous Current Rating for Standard IS Condition laid Direct a) In Ground : b) In Duct : c) In Air : 5.17.00 Short Circuit Current for 1 Sec. (KA) :

NOTE: These data shall be furnished for each size of cable. 5.18.00 CABLE SYSTEM

Page 226: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 217

5.19.00 Cable Trays 5.19.01 Make : 5.19.02 Type/Material : 5.19.03 Load Bearing Capacity between two

supported points :

5.19.04 Cable Trays are furnished complete with all accessories? :

5.19.05 i) Cable trays & accessories

properly galvanised? : ii) Thickness of Galvanised :

5.19.06 Standard width of cable trays furnished : 5.19.07 Reference Standard : 5.19.08 Thickness of sheet of cable tray

and covers : 5.20.00 Conduits 5.20.01 Make : 5.20.02 Type/Material : 5.20.03 Reference Standard : 5.20.04 Gauge :

up to 25 mm dia. :

above 25 mm dia. : 5.21.00 Cable Lug 5.21.01 Make : 5.21.02 Type/Material : 5.21.03 Sizes furnished as specified : 5.21.04 Reference Standard : 5.21.05 Whether drawings/catalogues

enclosed? : 5.22.00 Ferrules 5.22.01 Make : 5.22.02 Type/Material : 5.22.03 Colour : 5.22.04 Interlocked type? :

Page 227: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 218

5.22.05 Reference Standard :

5.23.00 Cable Clamps 5.23.01 Make : 5.23.02 Type/material : 5.24.00 Fire Sealing Compound 5.24.01 Make : 5.24.02 Type : 5.25.00 Grounding 5.25.01 Material :

5.25.02 Size : 6.00.00 415V AC MCC CUM PDB 6.01.00 General 6.01.01 Make : 6.01.02 Draw out / Non draw out :

6.01.03 Short Circuit Rating a) Interrupting

Symmetrical : KA b) Short time for 1 sec. : KA rms 6.01.04 Insulation Level 1 min. 50 Hr/Voltage

withstand : KV rms 6.01.05 Enclosure a) Degree of Protection : b) Minimum thickness of sheet metal mm :

6.02.00 Construction 6.02.01 All meters, relays, lamps etc. flush mounted type : 6.02.02 Vertical Section Size Double Front Single Front

Page 228: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 219

a) MCC (L x D x H) mm :

b) DB (L x D x H) mm : 6.03.00 Bus Bar 6.03.01 Continuous currents at site condition, 50 Deg. C ambient and within cubicle : a) Main Bus bar : Amp b) Vertical Bus bar (Minimum) : Amp 6.03.02 Max. temp. rise over 50 Deg. C ambient : Deg.C 6.03.03 Short time current for 1 second : KA rms 6.03.04 Bus Connections a) Silver plated : b) Provided with anti-oxide grease : c) Bimetallic connectors between dissimilar metals : 6.03.05 Minimum clearance of bare bus bar and connection : a) Phase to phase mm :

b) Phase to ground mm : 6.04.00 MCCB/ MCB/MPCB (Bidder has to submit separate details for each item) 6.04.01 Make : 6.04.02 Rated Currents a) Continuous (at site condition, 50 Deg.C ambient & within cubicle) --- : AMPS b) Short time Current for 1 second --- : KA rms

6.04.03 Max. temp. rise over 50 Deg.C ambient : Deg.C 6.04.04 Rated Operating Duty : 6.04.05 Interrupting Capacity rated voltage and operating duty :

Page 229: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 220

a) Symmetrical : KA rms

b) Asymmetrical : KA rms 6.04.06 Rated Making Current : KA rms 6.05.00 Switches

6.05.01 Make :

6.06.00 Fuse : 6.06.01 Rupturing capacity : KA rms (sym) 6.07.00 Contactors 6.07.01 Make :

6.08.00 Push Buttons 6.08.01 Push Button Make : 6.08.02 Lamps : a) Make : b) Type : 6.09.00 “Remote-Local Switch Gear” Selector Switch 6.09.01 Make :

6.10.00 Meter 6.10.01 Make : 6.10.02 Size : 6.10.03 Accuracy class : 6.11.00 Meter Selector Switch 6.11.01 Make : 6.12.00 Current Transformer 6.12.01 Make : 6.13.00 Current Transducer 6.13.01 Make : 6.14.00 Secondary Wiring 6.14.01 Type of Insulation : 6.14.02 Voltage Grade : 6.14.03 Conductor Material :

Page 230: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 221

6.14.04 Current size (minimum) a) Potential Circuit : Sq.mm b) Current & Control Circuit : Sq.mm 6.15.00 Terminal Block 6.15.01 Make : 6.15.02 20% spare terminals furnished : 6.16.00 Bus Duct Connection

(If applicable) 6.16.01 Bus duct connection included as

per drawing/bill of materials : 6.17.00 Cable Termination 6.17.01 Cable entry provision from top & bottom? : 6.18.00 Ground Bus 6.18.01 Ground bus furnished? : 6.18.02 Material : 6.18.03 Size : 6.19.00 Name Plate

6.19.01 Material : 6.20.00 Space Heater/Plug Socket 6.20.01 Cubicle Heater a) Thermostat controlled : Yes/No. 6.20.02 Plug Socket a) Make : 6.20.03 Provision made for motor heater supply : 6.20.04 Cubicle/Motor heater provided with individual switch fuse units : 6.21.00 Protective Relays a) Make : b) Type : 6.22.00 Tropical Protection a) Any special treatment for tropical protection :

Page 231: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 222

b) Screens are of corrosion : resistant materials 6.23.00 Painting Finish of MCC cum PDB a) Inside :

b) Outside : 6.24.00 Test 6.24.01 Routine tests on MCC cum PDB to be performed : a) b) c) d) 6.24.02 Type Test Quoted a) b) c) 6.25.00 Typical Drawings/Data Furnished

6.25.01 General arrangement : 6.25.02 Foundation plan : 6.25.03 Type test reports/certificates : 7.00.00 Bidder shall meet all the requirement of Rules/act/regulation as stipulated : Yes/No. 8.00.00 All materials required for cable trays grounding lighting protection as specified in specification & drawings included in the Bid? : Yes/No

SIGNATURE :

SEAL OF COMPANY NAME : DESIGNATION :

Page 232: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 223

SCHEDULE – IV –A

LIST OF MANDATORY SPARE PARTS

1.00.00 The bidder shall tabulate in the pro-forma below list of Mandatory spare parts as per

specification clause no. 4.00.00, PART-B.

ITEM DESCRIPTION QUANTITY OFFERED

SIGNATURE :

SEAL OF COMPANY NAME : DESIGNATION :

Page 233: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 224

SCHEDULE – IV –B

LIST OF RECOMMENDED SPARE PARTS 1.00.00 The bidder shall tabulate in the pro-forma below list of spare parts recommended by him

for three (3) years operation. ITEM DESCRIPTION QUANTITY OFFERED

SIGNATURE :

SEAL OF COMPANY NAME : DESIGNATION :

Page 234: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 225

SCHEDULE-V

SPECIAL TOOLS AND TACKLE DATA 1.00.00 Enclosed with proposal, item wise list, F.O.R. site, properly packed for transportation and

protected from weather and finally painted, for special tools and tackles: SL. NO. DESCRIPTION OF QUANTITY TOOLS / TACKLES OFFERED

SIGNATURE :

SEAL OF COMPANY NAME : DESIGNATION :

Page 235: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 226

SCHEDULE – VI

WORK PROGRESS SCHEDULE

1.00.00 WORK PROGRESS SCHEDULE

The tenderer shall confirm his acceptance of the specified dates counting from the date of issue of letter of intent, for submission of drawings to the consulting engineers for approval, for delivery of the plant and machineries for erection and commissioning of the

entire Air Conditioning System in the following format.

2.00.00 DRAWING / DATA/CALCULATIONS SUBMISSION SCHEDULE

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

Items Specified Time

Bidder‟s Acceptance

2.01.00 Cooling Load and other equipment sizing calculations

2 weeks

2.02.00 Schematic flow and instrumentation diagram of the complete system indicating the limits of supply and erection.

1 week

2.03.00 Equipment layout drawing with foundation for

a) Air Conditioning plant room

b) Vapour Absorption Machine

c) Water cooled Precision Air conditioners

d) Cooling Towers

e) Chilled Water Pumps

f) Condenser Water Pumps

3 weeks

2.04.00 Requirement of make-up water

1 week

2.0500 Layout drawings showing the route of cables with details of hangers, cable trays, supports etc within the battery limits of vendor.

3 weeks

Page 236: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 227

2.06.00 Electrical schematic and wiring diagram for Power Distribution Board/ MCC cum PDB cum Control Panel as applicable, Inclusive of protective devices as necessary and essential.

2 weeks

2.07.00 Power Distribution Board/ MCC cum PDB cum Control Panel Outline drawings indicating bill of materials and drawing showing construction of Control Panels.

4 weeks

2.08.00

Layout drawing showing the route of steam piping, chilled water piping, condenser water piping with details of hangers, supports, insulation etc.

1 week

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

a) Water cooled Precision Air conditioners

b) Vapour Absorption Machine

c) Chilled water pumps

d) Cooling Towers

e) Condenser Water Pumps

3 weeks

2.10.00 Drawings and data sheet for each instrument.

2 weeks

2.11.00 Control logic write-up

1week

3.00.00 DELIVERY SCHEDULE

a) Start of delivery

------4------- th week

b) Completion of delivery

------12------- th week

4.00.00 ERECTION SCHEDULE

a) Start of erection

------6------- th week

b) Completion of erection ------14------- th week

Page 237: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 228

5.00.00 FINAL CHECK-UP, COMMISSIONING AND PERFORMANCE TESTING SCHEDULE

a) Start of Commissioning

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

b) Completion of Commissioning and Performance testing just after commissioning & and hand over of the plant in operation condition

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

a) Start of Performance Testing during peak Summer

Start date

b) Completion of Performance Testing during peak Summer

14 days from start

Liquidated Damages as per GCC 27.1 shall be applicable in case work upto point 5.00.00 (b) shall not be completed within 16 week. SIGNATURE :

SEAL OF COMPANY NAME : DESIGNATION :

Page 238: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 229

SCHEDULE – VII

DEVIATIONS FROM SPECIFICATION

If the Bidder requires any deviation from the specification, he must raise such issues in writing during pre-bid clarification meeting for discussions on the same. Based on the accepted deviations (raised by the Bidders), if any, an Amendment to the specification will be issued to all the Bidders/uploaded in the web. Any further deviation from the Specification and its Amendment will not be acceptable. In this respect all the Bidders are to submit the “Undertaking” as follows:

“WE HEREBY AGREE TO ACCEPT ALL TERMS & CONDITIONS OF THE TENDER AND

ITS AMENDMENTS UNCONDITIONALLY.

WE ALSO CONFIRM THAT OUR OFFER SHALL NOT CONTAIN ANY DEVIATION FROM

THE TENDER SPECIFICATION AND ITS AMENDMENTS WITHOUT ANY CONDITION

WHATSOEVER.”

SIGNATURE :

Page 239: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 230

SEAL OF COMPANY NAME :

DESIGNATION :

SCHEDULE – VIII

CHECK LIST FOR COMPLETENESS OF OFFER

SL. NO.

ISSUE BIDDER’S RESPONSE

01. Confirm that the offer conforms to the Intent of Specification (Clause No.1.00.00 of PART-A Specific Requirements).

02. Confirm that Performance Guarantee of equipment and system as desired in the specification shall be maintained.

03. Confirm that the spaces as shown in the Tender drawings are adequate for the equipment (including electrical panels) selected.

04. Confirm that you have consolidated all your deviations (both Technical and Commercial) under „Deviation Sheet‟ (Schedule-VII). In absence of specific mention of any deviation under “Deviation Sheet”, It shall be taken for granted that your offer conforms to the

specification in all respects. No other deviations mentioned here and there in your offer shall be honoured. Please confirm your acceptance of the above stipulation.

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

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

07. Confirm that all the drawings, data as asked for in the specification shall be furnished for approval.

08. Confirm that the drain piping up to the nearest drain point and make-up water piping up to a distance of 5 M from the Cooling towers and Precision Air Conditioners have been included.

09. Confirm that all the technical and other particulars as asked in different Schedules have been duly filled - in.

Page 240: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 231

10. Confirm that Technical Catalogues and literature of all equipment have been enclosed with the offer.

11. Confirm that all consumable for one year‟s trouble-free operation of the plant and system have been included.

12. Confirm that all testing at shop and at site as asked for, in the specification shall be carried out and test certificates shall be furnished.

13. Confirm that performance test of the entire system shall be carried out at site just after commissioning and during peak summer month.

14. Confirm that technical particulars as furnished and as shall be modified due to consultant‟s / purchaser‟s comments shall be deemed to be guaranteed and no alternation of these shall be done at a later stage due to the selection of alternative makes.

15. Confirm that the cost of packing, forwarding, freight, insurance (transit, store and erection), all taxes and duties, as may be applicable, cost of unloading and transportation from unloading point to store and from store to site have been included.

16. Confirm that the rates and quantum of all taxes and duties have been indicated in the price part of the offer.

17. Confirm that the unit rates of all the variable items and equipment as asked for, in the specification have been indicated in the price part of the offer.

18. Confirm that price quoted is firm and no escalation except statutory variation in the rates of taxes and duties will be applicable.

19. Confirm that the performance curves of all fans and pumps shall be enclosed with offer with proper marking of duty conditions.

20. Confirm that minor cutting and making good of the holes in walls / roofs / floors for passage of ducts, pipes etc. shall be included in the scope of the Bidder.

21. Confirm that all the fans shall be both statically and dynamically balanced and balancing certificates shall be furnished.

22. Confirm that the motor ratings of the compressors, pumps have 15% and fans have 20% margin over the brake horsepower of the respective equipment.

23. Confirm that acoustic insulation as specified shall be provided in the supply air ducting from PAC outlet up to a distance of 6.0 M.

24. Confirm that thermal insulation shall be as per specification.

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

Page 241: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 232

26. Confirm that fans provided with Precision Air Conditioners will develop

adequate static pressure - which is required to overcome the total pressure drop in the system as specified and shown in tender drawings.

27. Confirm that the Mandatory Spares as per list furnished in Schedule-IV-A has been offered.

28. Confirm that type test certificates for all drive motors; equipment will be furnished for approval.

29. Confirm that motors for all equipment shall be designed for ambient temperature (50˚C), as specified and such ratings shall be indicated on the motor nameplates.

30. Confirm that all necessary cable glands and lugs (to suit selected cable sizes) including all hardware have been included in your scope

for termination at your equipment end.

31. Confirm that terminal box of each drive motor (main and space heater, as applicable) shall be suitable for termination and connection of the type and size of LV cables as indicated in specification.

32. Confirm that quantity of all miscellaneous items Including Cables and Cable trays, grounding as required for completion of the plant in all respects complying with specification, have been included in the offer.

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

34. Confirm that motorised Fire Dampers are de-energised to close type and shall be suitable for 240V AC operation

35. Confirm that equipment-wise Electrical Load Data has been furnished along with the offer.

36. Confirm that cable schedule and interconnection chart for the complete AC System shall be furnished by the bidder after award of contract as specified.

37. Confirm that number and type of MCC cum PDB cum Control Panel and PDB as specified has been offered.

38 Confirm that MCC cum PDB cum Control for Air conditioning system shall be floor mounted and suitable for top entry of cables and shall have provision for 1x100% Incomer for each panel.

39. Confirm that Complete cabling (Power and Control) as specified and as required for successful operation of the plant and equipment have been offered.

40. Confirm that the Spare feeders as specified have been provided in the MCC cum PDB cum Control Panel.

41. Confirm that space heating has been provided for all motors rated 30KW and above.

42. Confirm that a buy-back value for the existing equipment which cannot be salvaged for these renovation activities has been quoted.

Page 242: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 233

SIGNATURE :

SEAL OF COMPANY NAME : DESIGNATION :

SCHEDULE -IX

DECLARATION SHEET

I,……………………………………………………………………………….certify that all the above typed in data and information as furnished in this specification are correct and are true representation of the equipment and services covered by our formal proposal number ……………………………………………dated .........................

I hereby certify that I am duly authorised representative of the Tenderer whose name appears above my

signature.

Tenderer‟s Name ---------------------------------------------------------------------------

------------------------- Authorised Representative‟s Name (Typed) ---------------------------------------------------------------------------

------------------------- Tenderer‟s Intent The Tenderer hereby agrees to fully comply with the

requirements and intend to this specification for the price indicated.

Authorised Representative‟s Signature ---------------------------------------------------------------------------

-------------------------

Page 243: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 SCHEDULES Page 234

SIGNATURE :

SEAL OF COMPANY NAME : DESIGNATION :

Page 244: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C Page 235

PART-C

ELECTRICAL EQUIPMENT SPECIFICATION

Page 245: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C Page 236

PART-C

ELECTRICAL EQUIPMENT SPECIFICATION

CONTENTS

TECHNICAL SPECIFICATION

SUBSECTION-I GENERAL ELECTRICAL SPECIFICATION

SUBSECTION-II ELECTRIC MOTORS

SUBSECTION-III POWER DISTRIBUTION BOARD, MCC cum POWER

DISTRIBUTION BOARD,

LOCAL STARTER PANEL & LOCAL PUSH BUTTON STATION

SUBSECTION-IV 415V POWER AND CONTROL CABLES

SUBSECTION-V ERECTION, TESTING & COMMISSIONING

OF ELECTRICAL EQUIPMENT, CABLING & GROUNDING SYSTEM

SUBSECTION-VI PAINTING

Page 246: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - I Page 237

SUB-SECTION- I

GENERAL ELECTRICAL SPECIFICATION

Page 247: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - I Page 238

SUB-SECTION- I

GENERAL ELECTRICAL SPECIFICATION

CONTENTS

CLAUSE NO. DESCRIPTION 1.00.00 CODES, STANDARDS & REGULATIONS 2.00.00 AMBIENT CONDITIONS 3.00.00 SYSTEM PARAMETRS AND VARIATIONS

4.00.00 DESIGN CRITERIA OF ELECTRICAL SYSTEM 5.00.00 LAYOUT & MAINTENANCE REQUIREMENT 6.00.00 PAINTING AND TROPICAL PROTECTION 7.00.00 TEST / WITNESSING THE TEST / TEST CERTIFICATE 8.00.00 SPARE PARTS 9.00.00 PROPOSAL DATA 10.00.00 DRAWING APPROVAL

11.00.00 DEVIATIONS 12.00.00 CO-ORDINATION WITH STATUATORY BODIES AND OUTSIDE

AGENCIES. 13.00.00 DRAWING DATA AND MANUALS

Page 248: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - I Page 239

GENERAL ELECTRICAL SPECIFICATION

1.00.00 CODES, STANDARDS AND REGULATIONS 1.01.00 The equipment offered under this package shall comply with the relevant Indian Standards,

IEC or British Standards or applicable National / International Standards. In case any discrepancy arises, the most stringent one shall be followed.

1.02.00 In case of other applicable National/International Standards, copies (at least two) of English

version of the same shall be submitted by the successful Bidder. 1.03.00 The electrical equipment/installations offered by the Bidder shall comply with the requirement

of following Rules/Regulations as amended up to-date. a. The Indian Electricity Rules

b. The Indian Electricity Act c. The Indian Factories Act

1.04.00 The successful Bidder shall be responsible for obtaining necessary approval and making

whatever additions/modifications considered necessary by the electrical Inspectors and other statutory authorities to bring the installation in conformity with the above Rules / Regulations.

2.00.00 AMBIENT CONDITIONS 2.01.00 Where the equipment are to operate in the vicinity of high temperature zone, or installed outside

and exposed to direct sun rays, suitable de rating shall be taken into consideration for higher ambient temperature and rigorous weather conditions, as applicable.

3.00.00 SYSTEM PARAMETRS AND VARIATIONS

3.01.00 System parameters for utility systems are detailed below.

System Volt. & Frequency Fault Level Grounding

a) 415V ± 10%, 3Ph, 4 wire, 50 Hz ± 5% 50 KA (1 sec) Solidly earthed

Combined voltage and frequency variation 10% (absolute sum)

b) 220 V DC (–) 15% to (+) 10%, 2 wire 25 KA Unearthed

3.02.00 At the time of starting large equipment the voltage may drop by a maximum of 20% for a period

of 60 seconds depending upon the driven equipment characteristic. All electrical equipment, while running, shall successfully ride over such period without affecting system performance.

3.03.00 Voltage levels

Following voltage levels shall be adopted for power station auxiliaries:

Energy network apparatus Voltage

(V) No. of phases & frequency

Grounding

AC motors (rated up to and including 160 KW), power receptacles and three phase AC loads

415V ± 10% 3Ph, 50 Hz.

±5% Solidly earthed

Control & indication for contactor 240V ± 10% 1Ph, 50 Hz, Solidly earthed

Page 249: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - I Page 240

operated 415 V motor feeders ±5%

Space heaters rated up to and including 1200 watt

240V ± 10% 1phase, 50 Hz,

±5%. Solidly earthed

Panel interior lighting, receptacles and general power

240V ± 10% 1phase, 50 Hz,

±5%. Solidly earthed

3.04.00 In case power supply in addition to those indicated above is required for some of Bidder‟s

equipment, the Bidder shall make his own arrangement by providing necessary conversion, rectification and transformation equipment.

4.00.00 DESIGN CRITERIA OF ELECTRICAL SYSTEM 4.01.00 The electrical systems shall be designed for operation where continuity of supply is of prime

consideration. The system / equipment shall ensure satisfactory operation under sudden variations

of load and voltage (mentioned else where in the specification) that may be met under various conditions of plant operation, including those due to starting of loads and short circuit and other abnormal system conditions.

4.02.00 The design shall include reasonable safeguards and provisions for the safety of all personnel

during commissioning, operation, and maintenance of the facility. Electrical devices and equipment shall minimize risk of fire.

4.03.00 Where electrical equipment is essential for continued operation of the facility, redundancy shall

be provided so as to permit maintenance without interfering continuous operation. 4.04.00 For continuous operation at specified ratings, temperature rise of all electrical equipment shall be

limited to permissible values stipulated in relevant standard and / or this specification. 4.05.00 All electrical equipment and components thereof shall be capable of withstanding the mechanical

forces and thermal stresses of listed short circuit current with out any deterioration or damage to the material.

4.06.00 Electrical equipment shall be installed in hot, humid, tropical environment, highly polluted with

coal dusts and fly ash and shall be designed accordingly. 4.07.00 There shall be no radio interference when an electrical equipment is operated at maximum

service voltage. 4.08.00 Grounding

4.08.01 Above Grade Grounding

a. Enclosures of all electrical equipment as well as cabinets/boxes/ panels, etc. shall be earthed by two separate and distinct earth connections. Risers shall be brought through the ground floor and connected to the building steel and the selected equipment. The grounding system shall be extended by way of risers and conductors installed in cable tray. The earth connectivity leads from individual equipment shall be connected to the

nearest conductor running in the topmost tray of the cable raceway system in the vicinity. Taps from runway conductor shall be taken to each section of other trays at an interval of about 30m. The runway conductor is connected to the below ground grounding system at every available building column within plant building and through risers at approximately 20m interval in outdoor trestle / trenches.

b. Galvanized steel flats shall run as main earth conductor along building columns / walls

and securely fixed to the same by welding / clamping at intervals not exceeding 1500 mm.

Page 250: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - I Page 241

c. Cable screens and armor (wherever applicable) are earthed at both ends for multi core

cables. For single core cables, the same is done at switchgear end only. d. Above grade ground conductor connections shall be welded except at the equipment

end, where the connections are bolted.

4.08.02 Following minimum sizes of grounding material shall be used :

Sl. No

Item Material Size

1 415V MCC CUM PDB, PDB, Local starter panel, NSPBD

Galvanized flat 50x6mm GI flat

2 415V motors

Above 22KW up to 100KW

Above 5.5KW up to 22KW

Up to 5.5KW

Galvanized flat

Galvanized flat

GI wire

35x6mm GI flat

25x3mm GI flat

8SWG GI wire

3 Control panel Galvanized flat 25 x 3 mm GI flat

4 Push Button stations, welding receptacles and single phase DBs

GI wire 8 SWG GI wire

4.09.00 Cabling 4.09.01 Following aspects shall be taken into consideration for sizing of power cables : a. Short-circuit withstand level. b. Cable installation conditions by applying suitable de-rating factors.

c. Voltage drop in cable under normal running of feeder and starting of motor.

4.09.02 Cables shall generally be selected from standard cable sizes, current carrying capacities and de-

rating factors as available in relevant I.S and manufacturer‟s catalogue. 4.09.03 For line feeders the sizing shall be carried out based on fault duration of 0.46 sec. However, for

fuse or MCB protected feeders conductor size shall be independent of fault level at 415V AC or 220V DC bus

4.09.04 For motor feeders, the conductor size shall depend on motor name plate current subject to

running voltage drop of 3% and starting voltage drop not exceeding 15%. While calculating the voltage drop due regard shall be given to transformer regulation considering the upstream transformer as loaded to the extent of 90%.

4.09.05 For loads fed from MCC CUM PDB / PDB / local Starter Panels, the total running voltage drop in

cable from 415V MCC CUM PDB / PDB / local Starter Panel and from MCC CUM PDB / PDB / local Starter Panel to individual load shall be limited to 3% of the name plate rating.

4.09.06 Minimum size of 415V power cable shall generally be 10 mm² Aluminum. However, for drives /

loads of small ratings 2.5 mm² CU, XLPE cable may be used, depending on requirement. 4.09.07 415V power cables, laid in tray shall be in touching formation in single layer. Single core power

cables shall be laid in trefoil formation and shall have 2D distance (center-to-center) between two trefoils.

Page 251: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - I Page 242

4.09.08 Control cables shall be 2.5 mm2 stranded copper cable. Multi core control cable shall generally

have spare conductor (s) in accordance with the following :

Conductors Cables

1 or 2 1 - 3/c

3 or 4 1 - 5/c

5 or 6 1 - 7/c

7 or 9 1 - 10/c

10 or 12 1 -16/c

13 to 16 1 -19/c

Above 19 core Two or more of above cables

4.10.00 Cable Routing

4.10.01 Cables shall generally be laid on cable trays either in trenches or overhead trestles supported

from building steel/structures.

4.11.00 Cable laying

4.11.01 The highest voltage grade cable shall be laid in the topmost tray and other voltage grade cable in the lower trays in descending order. The order of cable laying starting from top of the tray is given below. a. 415 V AC / 220V DC power cables

b. Control cables c. Instrumentation and signal cable

4.11.02 LT power cables shall be laid in touching formation in single layer. Single core power cables

shall be laid in trefoil touching formation and shall have clearance of 2D distance between two trefoils.

4.11.03 All control cables and instrumentation cables shall be laid in multi layers touching each other.

4.11.04 In some cases LT power and control cable may be laid in same tray with a gap of 150mm

between them.

4.12.00 Fire sealing System

4.12.01 Fire-sealing system with at least 2 hour fire rating shall be provided for sealing cable entry below

floor mounted switchgears/control panels, cables penetrating wall openings & floor openings etc.

The fire sealing materials shall be non-toxic, non-hygroscopic, chemically stable and mechanically

sturdy.

5.00.00 LAYOUT AND MAINTENANCE REQUIREMENT 5.01.00 Electrical equipment shall be able to be handled without obstruction during erection and

maintenance. Adequate handling facilities, space, door / rolling shutter of adequate width and height shall be provided for this purpose. In general minimum clearance of 1000mm shall be

Page 252: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - I Page 243

provided on rear of panel for single front boards where rear door width is less than 1000mm and where cable trench / trays below is not obstructed by column foundation / columns. For double front boards clearance from wall to column shall be 1500mm. For installation with two rows of switchboards facing each other, a minimum clearance of 2000mm shall be maintained. Clearance between adjacent panels in a row shall be 200mm or more than 800mm. Clearance from top of switchboard/ panel to the nearest obstruction shall be maintained at 1000mm. The clearance shall also be guided by equipment handling space, wherever applicable, and space required for movement of personnel. Switchboards shall be arranged to minimize interference with floor beams, where it is unavoidable dummy panel shall be provided. Adequate space shall be provided for expansion of board on either side to accommodate additional panels, if required.

6.00.00 PAINTING AND TROPICAL PROTECTION 6.01.00 Painting / coating system shall provide an optimum life expectancy of 10 years from the time of

original painting. The optimum life of a painting/coating system shall be considered the time until

first maintenance painting / touch up should occur with 3 to 5 percent breakdown of the top coat, before active rusting begins. Surfaces of equipment, which are inaccessible after assembly, shall be protected for the life of the equipment.

6.02.00 All surfaces shall be sand blasted, pickled and grounded as required to produce a smooth, clean

surface free of scale, grease and rust before painting. After cleaning, the surfaces shall be given a phosphate coating followed by 2 coats of high quality rust resistant primer and stoved after each coat. This shall be followed by two coats of epoxy finish painting of approved color shade. Sufficient quantity of touch-up paint shall be furnished for application at site. Exact color shade shall be informed to the successful Bidder during detail engineering.

6.03.00 Structural steel members to be galvanized shall be pickled after completion of fabrication process. Pickling

shall remove scale, rust, grease, and other impurities. Steel shall be hot-dip galvanized in accordance with ASTM A123 or equivalent.

6.04.00 For bolted connections, where either member to be bolted is galvanized, erection and structural bolts shall

be galvanized in accordance with ASTM A153.

6.05.00 All equipment, accessories and wiring shall have fungus protection involving special treatment of

insulation and metal against fungus, insects and corrosion Ventilated equipment shall have fine mesh / screened louvers to prevent entrance of pests and dusts.

7.00.00 TEST/WITNESSING THE TEST / TEST CERTIFICATE 7.01.00 The successful Bidder shall carry out all routine tests and any other special tests as per relevant

standards or as may be agreed with the Purchaser or required by the electrical inspector for various equipment. Type test certificates of identical type and rating of equipment shall be furnished for approval of Purchaser / consultant, otherwise type test shall be carried out by the Bidder within the contracted price and delivery period. Certificates of type tests performed before five (5) years are not acceptable.

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

Purchaser. The successful Bidder shall give at least fifteen (15) days advance notice of the date

when the tests are to be carried out. Three (3) copies each of the routine and type test certificate shall be submitted by the Bidder for

approval of Purchaser before dispatch of the equipment from works. No equipment shall be dispatched to site before getting approval of test certificates from Purchaser.

7.03.00 After completion of erection work at site, different equipment / system of the installation shall be

tested by the Bidder, with an advance notice to the Purchaser. The Bidder shall prepare pre-commissioning test pro forma of each equipment/work/system indicating their data. The pro

Page 253: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - I Page 244

forma shall be submitted to Purchaser for approval. Reference shall also be made to manufacturer‟s requirement / recommendation and procedure to be followed for site tests. List of site tests to be performed with respect to individual equipment / system are given elsewhere in the specification. The test result of any installation or equipment or its parts, if considered unsatisfactory by the Purchaser, the installation/equipment and its accessories shall be properly rectified and tested again by the Bidder free of cost to the satisfaction of the Purchaser.

8.00.00 SPARE PARTS 8.01.00 For each electrical equipment the Bidder shall submit a recommended list of spare parts for three

(3) years' continuous operation along with their item wise Price. Commissioning spares, as required during commissioning of electrical equipment shall be considered as included in Bidder‟s scope.

9.00.00 PROPOSAL DATA

The proposal data sheets annexed to this specification shall be filled in without any ambiguity by typing in appropriate place on each page. These pages must be properly signed by authorized representative of the Bidder as verification of the data and submitted along with the bid to form part of the Bidder's formal proposal.

10.00.00 DRAWING APPROVAL 10.01.00 Before starting manufacture of any equipment, the Bidder shall have to take approval of relevant

drawings and data from Engineer in writing. 10.02.00 Any manufacture done prior to the approval of drawings/data shall be rectified in accordance with the

approved drawings / data by the Bidder at his own cost and the equipment shall be supplied within the stipulated period.

11.00.00 DEVIATIONS 11.01.00 The scope of supply, installation and commissioning work considered by the Bidder shall be

clearly spelt out in the offer. Any intended omissions or deviations must be clearly stated under the “Deviation Shee” giving reference to clause no. of tender specification. Otherwise, it shall be construed that there is no deviation in Bidder‟s offer and the same is in strict compliance with the tender specification.

12.00.00 CO-ORDINATION WITH STATUTORY BODIES AND OUTSIDE AGENCIES 12.01.00 The Bidder shall be fully responsible for carrying out all co- ordination and liaison work with

Electrical Inspectors, Factory Inspector, and other statutory bodies for implementation of the work. Applications on behalf of the Purchaser, for submission to the Electrical Inspector and other statutory bodies along with necessary drawings etc. shall be prepared by the Bidder. Approved drawings and certificates shall be submitted to the Purchaser/Consultant well ahead of schedule so that the actual commissioning of equipment does not get delayed for want of inspection and approval by the Inspector and other statutory bodies.

13.00.00 DRAWINGS DATA AND MANUALS

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

13.01.00 Documents to be submitted with the Bid 13.01.01 Following information and document in addition to what has been asked for elsewhere in this

specification shall be furnished during submission of the bid.

Page 254: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - I Page 245

a. Preliminary electrical load list b. Single line diagram. c. Proposal sheets duly filled in. d. Maximum continuous running load of the plant under stringent conditions of operation

with break up. e. List of deviations, if any. f. List of makes of various items / components shall be submitted for Purchaser‟s

approval. g. Type test certificates of major electrical equipment.

13.02.00 To be submitted for Approval and Distribution 13.02.01 Following information and document in addition to what has been asked for in respective

equipment specification shall be furnished after award of contract for approval / reference / record of Purchaser.

a. Final electrical load list. Approved format of load list shall be handed over to the

successful Bidder. (R) b. Single line diagram of complete electrical system (R) c. Guaranteed technical particulars of electrical equipment as per tender format. (A) d. Sizing calculation of electrical equipment (A) e. Dimensional GA drawing of all electrical equipment / drive arrangement and layout

including foundation plan, loading etc. (R)

f. Schematic (A) and wiring drawing of electrical equipment, panels etc. (R) g. Electrical and cable routing layout showing location of various electrical equipment,

cable trays, shafts, risers, cable trenches etc. (R) h. Grounding layout showing above ground earthing, etc. (R) i. Cable schedule and interconnection diagram. (R) j. As built drawings after incorporation of modifications at site. (R) k. Operation and maintenance manual. (R) l. Inspection report and test certificates of various equipments (A)

13.02.02 Any other relevant drawing or data necessary for satisfactory installation, operation and

maintenance.

13.02.03 The Bidder may note that the drawings, data and manuals listed are minimum requirement

only. The Bidder shall ensure that all other necessary write-ups, curves and information

required to fully describe the equipment offered are submitted with his bid.

Page 255: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - I Page 246

13.02.04 The drawings and documents marked with (A) above are of „Approval‟ category and are

subject to review by Purchaser. Those marked (R) are for „reference‟ category.

The Purchaser may review the documents marked (R) if thought necessary. The Bidder shall

note that the approval of drawings & documents by the Purchaser does not relieve him of his

contractual obligation.

Page 256: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - II Page 247

SUB-SECTION II

TECHNICAL SPECIFICATION OF

ELECTRIC MOTORS

Page 257: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - II Page 248

TECHNICAL SPECIFICATION OF

ELECTRIC MOTORS

CONTENT

CLAUSE NO. DESCRIPTION

1.00.00 SCOPE OF SUPPLY

2.00.00 SERVICE CONDITIONS

3.00.00 DESIGN CRITERIA 4.00.00 PERFORMANCE 5.00.00 SPECIFIC REQUIREMENTS 6.00.00 ACCESSORIES 7.00.00 TESTS 8.00.00 DRAWINGS, DATA, MANUALS

Page 258: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - II Page 249

TECHNICAL SPECIFICATION OF

ELECTRIC MOTORS

1.00.00 SCOPE OF SUPPLY 1.01.00 This section covers the general requirement of drive motors. 1.02.00 Motors shall be furnished in accordance with both this specification and the

accompanying driven equipment specification. In case of any discrepancy, the driven equipment specification shall govern.

2.00.00 SERVICE CONDITIONS 2.01.00 Motors shall be installed in hot, humid and tropical atmosphere, highly polluted at

places with coal dust and/or fly ash. 2.02.00 Unless otherwise noted, electrical equipment / system design shall be based on the

service conditions. 2.03.00 For motor installed outdoor and exposed to direct sunrays, the effect of solar heat

shall be considered in the determination of the design ambient temperature. 3.00.00 DESIGN CRITERIA 3.01.00 AC Motors 3.01.01 Motors shall be general purpose, constant speed, squirrel cage, three / single phase,

induction type. 3.01.02 All motors shall be rated for continuous duty. They shall also be suitable for long

period of inactivity. 3.01.03 Motors shall be suitable for both direction of rotation, unless otherwise specified. 3.01.04 Motor nameplate rating at 50 0C shall have at least 15% margin over the input power

requirement of the driven equipment at rated duty point unless stated otherwise in driven equipment specification.

3.01.05 The motor characteristics shall match the requirement of the driven equipment so

that adequate starting, accelerating, pull up, break down and full load torques are available for the intended service.

4.00.00 PERFORMANCE 4.01.00 Running Requirements 4.01.01 Motor shall run continuously at rated output over the entire range of voltage and

frequency variations as furnished elsewhere in the specification. 4.01.02 The motor shall be capable of operating satisfactorily at full load for 5 minutes

without injurious heating with 75% rated voltage at motor terminals. 4.02.00 Starting Requirements 4.02.01 Motor shall be designed for direct on line starting at full voltage (except for motors

started through VFD). Starting current shall not exceed 6 times the full load current.

Page 259: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - II Page 250

4.02.02 Motor shall be capable of withstanding the stresses imposed if started at 110% rated voltage.

4.02.03 Motor shall be capable of three equally spread starts per hour, the motor initially

being at a temperature not exceeding the rated load operating temperature. Apart from this, with voltage and frequency within permissible limit, the motor shall be capable of two starts from cold in quick succession with a third start five minutes thereafter, all with full load. The motor shall have a hot restart capability of one immediate restart followed by two starts at fifteen minutes interval, all fully loaded.

4.02.04 Motor shall start with rated load and accelerate to full speed with 80% rated voltage

at motor terminals. 4.02.05 With voltage and frequency within permissible limit, the motor shall be capable of two

starts in succession with coasting to rest between starts and the motor initially at rated operating temperature, all at full load.

4.02.06 Intermittent duty motors shall be selected where defined by the driven equipment

specification. 4.02.07 Pump motor subject to reverse rotation shall be designed to withstand the stresses

encountered when starting with non-energized shaft rotating at 125% rated speed in reverse direction.

4.03.00 Stress during Bus Transfer 4.03.01 The motor may be subjected to sudden application of 150% rated voltage during bus

transfer, due to the phase difference between the incoming voltage and motor residual voltage.

4.03.02 The motor shall be designed to withstand any torsional and / or high current stresses

which may result, without experiencing any deterioration in the normal life and performance characteristics.

4.04.00 Locked Rotor Withstand Time 4.04.01 The locked rotor withstand time under hot condition at 110% rated voltage shall be

more than motor starting time by at least 2.5 seconds for motors upto 20 seconds starting time and by 5 seconds for motor with more than 20 seconds starting time.

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

voltage. 4.04.03 Hot thermal withstand curve shall have a margin of at least 10% over the full load

current of the motor to permit relay setting utilising motor rated capacity. 4.05.00 Torque Characteristics 4.05.01 Unless mentioned otherwise in the driven equipment specification the torque

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

5.00.00 SPECIFIC REQUIREMENTS 5.01.00 Enclosure & Cooling 5.01.01 All motor enclosures shall conform to the degree of protection IP-55. Motor for

outdoor or semi-outdoor service shall be of weatherproof construction.

Page 260: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - II Page 251

5.01.02 For hazardous area, approved type of flame proof / increased safety enclosure shall be furnished.

5.02.00 Cooling 5.02.01 The motor shall be self ventilated type, totally enclosed fan cooled (TEFC) or closed

air circuit air cooled (CACA). 5.03.00 Winding and Insulation 5.03.01 All insulated winding shall be of copper. 5.03.02 All motors shall have class F insulation, but limited to class B temperature rise as per

IS: 325. 5.03.03 Windings shall be impregnated to make them non-hygroscopic and oil resistant. 5.04.00 Bearings 5.04.01 Motor shall be provided with antifriction bearings, unless sleeve bearings are required

by the motor application. 5.04.02 Vertical shaft motors shall be provided with thrust and guide bearings. Thrust bearing

of tilting pad type (Mitchel or kingsbury) are preferred. 5.04.03 Bearings shall be provided with seals to prevent leakage of lubricant or entrance of

foreign matter like dirt, water etc. into the bearing area. 5.04.04 Sleeve bearings shall be split type, ring oiled, with permanently aligned, close running

shaft sleeves. 5.04.05 Grease lubricated bearings shall be pre-lubricated for low rating motors & re-

greasable for higher rating and shall have provisions for in-service positive lubrication with drains to guard against over lubrication.

5.04.06 Lubricant shall not deteriorate under all service conditions. The lubricant shall be

limited to normally available types with Indian Oil Corporation (IOC) or equivalent. 5.04.07 Bearings shall be insulated as required to prevent shaft current and resultant bearing

damage. 5.05.00 Noise & vibration

5.05.01 The Noise level shall not exceed 85db (A) at 1.5 meters from the motor. 5.05.02 The peak amplitude of the vibration shall be within IS specified limits. 5.06.00 Motor Terminal Box 5.06.01 Motor terminal box shall be detachable type and located in accordance with Indian

Standards clearing the motor base plate/foundation. 5.06.02 Terminal box shall be capable of being turned 360° in steps of 90°, unless otherwise

approved. 5.06.03 The terminal box shall be split type with removable cover with access to connections

and shall have the same degree of protection as that of motor. 5.06.04 The terminal box shall have sufficient space inside for termination connection of

6600V / 415V XLPE insulated armored, aluminum conductor cables. 5.06.05 Terminals shall be stud or lead wired type, substantially constructed and thoroughly

insulated from the frame.

Page 261: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - II Page 252

5.06.06 The terminals shall be clearly identified by phase markings, with corresponding direction of rotation marked on the driving end of the motor.

5.06.07 The terminal box shall be capable of withstanding maximum system fault current for a

duration of 0.16 sec. 5.06.08 Motor terminal box shall be furnished with suitable cable lugs and double compression

brass glands. 5.06.09 The gland plate for single core cable shall be non-magnetic type. 5.07.00 Grounding 5.07.01 The frame of each motor shall be provided with two separate and distinct grounding

pads complete with tapped hole, GI bolts and bi metallic washer. 5.07.02 The grounding connection shall be suitable for accommodation of ground conductors

as indicated elsewhere in the specification. 5.07.03 Each cable terminal box shall have a separate grounding pad. 5.08.00 Rating Plate 5.08.01 In addition to the minimum information required by IS, following information shall be

shown on motor rating plate : a) Temperature rise in Deg.C under rated condition and method of

measurement. b) Degree of protection. c) Bearing identification no. and recommended lubricant.

d) Location of insulated bearings.

e) Motor frame size f) Starting limitations. g) Direction of rotation and voltage sequence. h) Insulation system class designation

i) Service factor j) For motors designed for hazardous application : - Location class and group designation shall be mentioned

-Maximum operating temperature value or operating temperature code number shall be mentioned.

6.00.00 ACCESSORIES 6.01.00 General 6.01.01 Accessories shall be furnished, as listed below, or if otherwise required by driven

equipment specification or application. 6.02.00 Space Heater 6.02.01 Motor of rating 30 KW and above shall be provided with space heaters, suitably

located for easy removal or replacement.

Page 262: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - II Page 253

6.02.02 The space heater shall be rated 240 V, 1 phase 50 Hz and sized to maintain the motor internal temperature above dew point when the motor is idle. However, space heaters rated above 1200 W shall be suitable for operation at 415 V, 3 ph, 50 Hz.

6.03.00 Accessory Terminal Box 6.03.01 All accessory equipment such as space heater, temperature detector, current

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

6.03.02 Accessory terminal box shall be complete with double compression brass glands and

pressure type terminals. 6.04.00 Drain Plug 6.04.01 Motor shall have drain plugs so located that they shall drain the water, resulting from

the condensation or other causes from all pockets of the motor casing. 6.05.00 Lifting Provisions 6.05.01 Motor weighing 25 Kg or more shall be provided with eye-bolt or other adequate

provision of lifting. 6.06.00 Dowel Pins 6.06.01 The motor shall be designed to permit easy access for drilling holes through motor

feet or mounting flange for installation of dowel pins after assembling the motor and driven equipment.

7.00.00 TESTS

7.01.00 Routine test

7.01.01 Shall be conducted for each motor as per IS. In addition any special test if called for

in the driven equipment specification shall be performed.

7.02.00 Type test

7.02.01 Type test certificate on motors of identical type and rating shall be furnished for approval. Otherwise type test shall be carried out free of charge within the contracted price and delivery schedule by the Bidder to prove the design.

8.00.00 DRAWINGS, DATA & MANUALS

8.01.00 To be Submitted with the Bid a) Individual motor data sheet as per Annexure. b) Type test report.

8.02.00 To be Submitted for Approval and Distribution

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

b) Cable end box details (R) c) Space requirement for Rotor removal (R) d) Thermal-withstand curves hot & cold (R) e) Starting and speed torque characteristics at 80% & 100% voltage (R)

Page 263: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - II Page 254

f) Complete motor data sheet (A) g) Erection & Maintenance Manual (R)

8.03.00 The Bidder may note that the drawings, data and manuals listed herein are minimum

requirements only. The Bidder shall ensure that all other necessary write-ups, curves and information required to fully describe the equipment are submitted with his bid during execution of the contract.

8.04.00 The drawings and document marked with (A) above are of ‘Approval’ category and

are subject to review by Purchaser. Those marked (R) are for ‘reference’ category.

Page 264: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - III Page 255

SUB-SECTION III

TECHNICAL SPECIFICATION

OF

POWER DISTRIBUTION BOARD,

MCC cum POWER DISTRIBUTION BOARD,

LOCAL STARTER PANEL

AND

LOCAL PUSH BUTTON STATION

Page 265: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - III Page 256

CONTENT

CLAUSE NO. DESCRIPTION 1.00.00 SCOPE OF SUPPLY

2.00.00 DESIGN CRITERIA 3.00.00 SPECIFIC REQUIREMENTS 4.00.00 TESTS

5.00.00 DRAWINGS, DATA AND MANUALS

Page 266: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - III Page 257

TECHNICAL SPECIFICATION 1.00.00 SCOPE OF SUPPLY 1.01.00 This section covers the general requirement of Power Distribution Board, Local starter

panel, MCC cum Power Distribution Board and Local push button station to be provided.

a. Power Distribution Board – As required b. MCC cum PDB cum Control Panel-As required

c. Local Push Button Station – As required

1.02.00 One (1) set of special tools and tackle. 1.03.00 All relevant drawings, data and instruction manuals. 2.00.00 DESIGN CRITERIA 2.01.00 Power Distribution Board (PDB) shall be used to provide power for 415 / 240V AC

auxiliary services and shall be fed from the MCC Cum PDB cum Control Panel. PDB shall house TPN MCCB as incomer and TPN MCCB as out going feeder.

2.02.00 Local Push Button Station (LPBS) shall be used for controlling the drives from local.

LPBS shall be of the following type : LPBS TYPE-A shall be provided with one (1) Red STOP push button and one (1) Green

START push button. STOP PB shall be lockable in pushed position (key less mechanism) and shrouded to prevent accidental operation. START PB shall be push to actuate and spring return type.

2.03.00 PDB shall be provided with 20% spare outgoing feeders of each type and rating, subject

to minimum one (1) number. 2.05.00 Selection of component for motor starters shall comply with coordination type-II as

per IS-13947 / IEC-947. Bidder shall furnish electrical component selection chart for Purchaser’s approval.

2.06.00 For MCC cum PDB cum Control Panel, PDBs, and local push button stations all

provisions and accessories shall be furnished for termination and connection of cables, including removable un drilled gland plate, cable support arrangement, crimp type tinned copper lugs, double compression brass glands with tapered washer and terminal

blocks. 3.00.00 SPECIFIC REQUIREMENT 3.01.00 Construction 3.01.01 MCC cum PDB cum Control Panel / PDB shall be metal clad, Compartmentalized, wall /

column mounted and fabricated from 2 mm thick CRCA sheet steel. MCC cum PDB cum Control Panel / PDB shall be IP-54 protected and shall be provided in dust resisting cabinets with a full neoprene rubber gasket between the MCC cum PDB cum Control Panel / PDB and the cabinet front and between the cabinet door and the cabinet front.

Page 267: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - III Page 258

3.01.02 Local PB Station shall be furnished in dust and vermin proof 2 mm thick CRCA sheet

steel enclosure having degree of protection IP-55 and shall be suitable for mounting on wall or steel structures.

3.02.00 MOTOR POWER CIRCUIT BREAKER (MPCB)

MPCB shall be trip free, with manual close / open mechanism. Automatic tripping

provision for over load and short circuit shall also be provided. MPCB shall be rated

for full fault level of the system. MPCB shall be provided with required number of

auxiliary contacts as per circuit requirement.

3.03.00 AC STARTER

3.03.01 CONTACTORS

a. The contactors shall be three pole, air break type designed for duty class III

- Category AC3 (for unidirectional motors) with non-bouncing silver/ silver

alloy contacts.

b. Each contactor shall be provided with two (2) normally open and two (2)

normally closed auxiliary contacts rated 10 A at 240V A.C.

c. Reversing contacts shall be electrically and mechanically interlocked.

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

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

3.03.02 THERMAL OVERLOAD

a. Thermal overload relays shall be three element positive acting, ambient

temperature compensated with adjustable settings.

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

thermal overload.

c. Relays shall be manual reset type with one changeover contact. Resetting of

relays shall be possible with compartment door closed.

d. CT operated over load relay shall be provided for the fan motors.

3.04.00 PUSH BUTTONS

All push buttons in general shall be heavy duty, shrouded, push to actuate, spring return type. Each push button shall have 2 NO + 2 NC contacts, rated 10A and 0.5A at their respective AC and DC operating voltage. The color of PBs shall be as specified elsewhere in the document or shall be finalized at the time of drawing approval.

3.05.00 INDICATING LAMPS Lamps shall be clustered type LED module pilot lights in thermoplastic enclosure with

polycarbonate lens and diffuser. LED shall be protected by in-built fuse with surge suppressor. Lamp and lens shall be replaceable from front.

Page 268: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - III Page 259

3.06.00 CONTROL AND INDICATION

3.06.01 Each starter module shall be equipped with following :-

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

b. Four (4) indicating lamps on front of compartments: -

GREEN : Off

RED : On

AMBER : Trip / Overload

BLUE : Control supply healthy

3.06.02 MCC cum PDB cum Control Panel / PDB shall be provided with the following

indications:

RED, YELLOW & BLUE : Voltage in bus

3.06.03 The general scheme of connection for control, interlock and protection is shown in the

enclosed drawings. Detailed requirements shall be intimated later to the successful

Bidder, who shall develop and furnish the schemes accordingly.

3.07.00 METERS

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

scale, anti glare glass and accuracy class of 2% full scale. Each ammeter shall have

zero adjuster on the front.

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

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

3.08.00 CURRENT TRANSFORMER

3.08.01 Current Transformers shall be cast resin type. All secondary connections shall be

brought out to terminal blocks where wye or delta connection shall be made.

3.08.02 Accuracy class of the Current Transformers shall be class 1.0 for metering.

3.08.03 Current transformer secondary shall be rated for 1 A.

3.09.00 SECONDARY WIRING

3.09.01 MCC cum PDB cum Control Panel/PDB / LPBS shall be fully wired at the factory to

ensure proper functioning of control, protection, transfer and interlocking schemes.

3.09.02 Fuse, links and MCB shall be provided to permit individual circuit isolation from bus

wires without disturbing other circuits. All spare contacts of relays, switches and other

devices shall be wired up to terminal blocks.

3.09.03 Wiring shall be done with flexible, 650V grade, PVC insulated switchboard wires with

stranded copper conductors of 2.5 mm2 for control and current circuits and 1.5 mm2

for voltage circuits.

Page 269: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - III Page 260

3.09.04 Each wire shall be identified, at both ends, with interlocking type permanent markers

bearing wire numbers as per Purchaser's Wiring Diagrams. Wiring shall be bunched in

groups by non-metallic cleats or bands.

3.09.05 Wire termination shall be made with crimping type connectors with insulating sleeves.

Wires shall not be spliced between terminals.

3.09.06 All spare contacts of relays, timers, auxiliary switches shall be wired up to the

terminal block.

3.10.00 TERMINAL BLOCKS

3.10.01 650V grade, multi way terminal block complete with mounting channel, binding

screws and washers for wire connections and marking strip for circuit identification

shall be provided for terminating the panel wiring. Terminals shall be stud type,

suitable for terminating 2 nos. 2.5 mm2 stranded copper conductor and provided with

acrylic insulating cover. Terminals for C.T. secondary leads shall have provision for

shorting and grounding.

3.10.02 Not more than two wires shall be connected to any terminal. Spare terminals equal in

number to 20% active terminals shall be furnished. All spare contacts of relays,

contactors, timers etc shall be wired up to the terminal block.

3.10.03 Terminal blocks shall be located to allow easy access. Wiring shall be so arranged that

individual wires of an external cable can be connected to consecutive terminals.

3.11.00 GROUND BUS

Each MCC cum PDB cum Control Panel , PDB and LPBS shall be provided with 2 nos.

earth terminals for connection with ground conductor. All stationary units shall be

directly connected to this ground bus for effective grounding. All hinged doors shall

be earthed by flexible copper braid covered with PVC sleeve.

3.12.00 NAMEPLATE

3.12.01 Nameplates of approved design shall be furnished at each cubicle front and back and

at each instruments & device mounted on or inside the cubicle.

3.12.02 The material shall be lamicoid or approved equal, 3 mm thick with white letter on

black back ground.

3.12.03 The nameplate shall be held by self-tapping screws. Nameplate size shall be minimum

20 x 75 mm for instrument/device and 40 x 150 mm for panels.

3.12.04 Caution notice on suitable metal plate shall be affixed at the back of each vertical

panel.

3.13.00 AC / DC POWER SUPPLY FOR CONTROL AND SERVICE

3.13.01 MCC cum PDB cum Control Panel and PDB shall be provided with 1x100% 415 / 240V

control transformer to feed power to control circuits and associated equipments, such

as power contactors, auxiliary contactors, indicating lamps etc. The 240V AC control

supplies from the transformer shall be tapped through MCB / Switch-Fuse and neutral

link. Sufficient contact shall be made available for remote AC fail alarm /

Annunciation.

Page 270: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - III Page 261

3.13.02 Sizing of Control Transformer shall be carried out by the Bidder, considering 10%

margin over the actual load requirement. Transformers shall be dry type cast resin

with class – B insulation. The transformers shall be adequately designed for meeting

the momentary loading requirements with voltage drop not more than 5% during this

condition. Transformers shall have 2.5% and 5% tapping.

3.13.03 Panel illumination and receptacle shall be tapped directly from incoming source. 4.00.00 TESTS 4.01.00 MCC cum PDB cum Control Panel, PDB and LPBS shall be completely assembled, wired,

adjusted and tested at the factory prior to shipment to ensure accuracy of wiring, correctness of control scheme and proper functioning of all components

4.02.00 ROUTINE TESTS The tests shall include but not necessarily limited to the following: a. Wiring continuity tests, high voltage tests, insulation measurement test both

before and after high voltage test, and functional tests to ensure accuracy of wiring operation of the control/ protection/metering schemes and individual equipment. Test report including procedure and drawing shall be furnished.

b. All MCCB, MCB,MPCB switches, meters, relays and other devices shall be

tested. 4.03.00 TYPE TESTS

Certified reports of type tests carried out at works shall be furnished in requisite number of copies for approval of the Purchaser. Otherwise, the equipment shall have to be type tested free of charge within the delivery schedule, to prove the design.

4.04.00 The equipment shall be despatched from works only after receipt of Purchaser's written

approval of the test reports. 5.00.00 DRAWINGS, DATA & MANUALS 5.01.00 To be submitted with the Bid a. General arrangement and cross-sectional drawings showing constructional

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

b. Technical particulars sheet duly filled in c. Schedule of Materials d. Single line diagram e. Type test reports f. Technical leaflets of Instrument transformers, meters, indicating lamp, switch,

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

Page 271: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - III Page 262

5.02.00 To be submitted for Approval and Distribution (A) : ‘Approval’ Category ; (R) : ‘Reference’ Category a. Outline dimensional drawings showing general arrangement, space

requirements and cable entry points of DB, LSP and LPBS (A) b. Cross-section with parts list (A) c. Foundation plan & loading, clearly showing panel fixing arrangement, floor

opening for cable entry etc. (R) d. Single line diagram (A) e. Control schematics showing terminal and wire numbering (A) f. Wiring diagram showing all equipment and devices in their relative physical

positions and all wiring up to the terminal blocks. (A)

Page 272: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - IV Page 263

SUB-SECTION-IV

TECHNICAL SPECIFICATION

OF

415V POWER AND CONTROL CABLES

Page 273: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - IV Page 264

C O N T E N T S

SECTION D E S C R I P T I O N

1.00.00 SCOPE OF SUPPLY

2.00.00 DESIGN CRITERIA

3.00.00 SPECIFIC REQUIREMENTS

4.00.00 TEST

5.00.00 DRAWING, DATA & MANUALS

ATTACHMENTS

ANNEXURE-A L.V. POWER CABLES

ANNEXURE-B CONTROL CABLES

Page 274: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - IV Page 265

TECHNICAL SPECIFICATION

415V POWER AND CONTROL CABLES

1.00.00 SCOPE OF SUPPLY

This section covers the requirement of the following equipments / devices to be

provided.

1.01.01 Cables shall be furnished in accordance with this section and the following annexures :-

a. LV. Power Cables : Annexure – A

b. Control Cables : Annexure – B

2.00.00 DESIGN CRITERIA

2.01.00 Cables shall be used for connection of power and control circuits of the auxiliary

electrical systems.

2.02.00 Cables shall be generally laid on ladder type trays or drawn through rigid PVC / GI /

HDPE pipe / conduits.

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

limited to the permissible value as per relevant standard or this specification which one

is more stringent.

2.04.00 The insulation and sheath materials shall be resistant to oil, acid and alkali and shall be

tough enough to withstand mechanical stresses during handling.

2.05.00 The outer sheath of power and control cables shall have rodent and termite repulsion treatment.

3.00.00 SPECIFIC REQUIREMENTS

3.01.00 L.V. Power Cables

The type and quantity shall be furnished as indicated in Annexure -A

3.02.00 Control Cables

The type and quantity shall be furnished as indicated in Annexure -B

3.03.00 Drum Length & Tolerance

The cables shall be supplied in non-returnable packing wooden drums for power and control cables, each containing minimum 500 meters length of larger sizes of cable unless specifically asked for. For smaller sizes of cables, each drum shall contain 1000 meters length of cable. Allowable tolerance on individual drum length is +5%.

3.04.00 Cable identification Cable identification shall be provided by embossing on every meter on the outer

sheath the following:

Page 275: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - IV Page 266

a. Manufacturer’s name or trademark b. Voltage grade c. Year of manufacture d. Type of insulation e. No. of core and size of cables f. Type of improved fire performance, e.g. FRLSH g. ISI mark 3.05.00 Packing 3.05.01 Cables shall be supplied in non-returnable drums. The drums shall be of heavy

construction. All wooden parts shall be manufactured from seasoned wood. All ferrous parts used shall be treated with suitable rust preventive finish or coating to avoid rusting during transit or storage.

3.05.02 Cable shall be wound and packed on drums in such a manner that it shall be properly

sealed and firmly secured to the drum. The ends of each length shall be sealed before shipment.

3.05.03 The cable drums should carry the following details in printed form: a. Manufacturer’s name or trade make b. Type of cable & voltage grade c. Year of manufacture

d. Type of insulation e. No. of core and size of cables f. Cable code g. Length of cable on drum h. No. of length on drum, if more than one i. Direction of rotation, by arrow j. Approx. gross mass.

4.00.00 TESTS

4.01.00 Shop Tests

The Cables shall be subject to shop tests in accordance relevant IS/IEC standards to

prove the design and general qualities of the Cables as below: -

a. Routine tests on each drum of cables.

b. Acceptance tests on drums chosen at random for acceptance of the lot.

c. Type tests on each type of cable, inclusive of measurement of armor D.C.

resistance of power cables.

Page 276: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - IV Page 267

4.02.00 Additional Tests

Following additional acceptance tests shall also be performed on each type of cables

having outer sheath with improved fire performance Category C2, Type FRLSH:

a. Oxygen index test

The Oxygen index shall not be less than 29.

b. Temperature Index Test

The measured value of temperature index shall be 21 at a temperature of

250°C

c. Flame Retardant test on single cable and on bunched cables

After the test, there should be no visible damages on the test specimen within

300mm from its upper end.

After burning has ceased, the cables should be wiped clean and the charred or

affected portion should not have reached a height exceeding 2.5 meter above

the bottom edge of the burner, measured at the front and rear of the cable

assembly.

d. Halogen acid gas evolution test.

The level of HCL evolved shall not exceed 20 per cent by weight.

e. Smoke density test

The cables shall meet the requirement of light transmission of minimum 40%

after the test.

f. Test for rodent & termite repulsion property

5.00.00 DRAWINGS, DATA & MANUALS

5.01.00 To be submitted with the Bid :

a. Manufacturer's catalogues giving cable construction details and characteristics.

b. Cable current ratings for different types of installation, inclusive of derating

factors for ambient temperature, grouping etc.

c. Write-up on Manufacturer's recommended method of splicing, jointing,

termination etc. of the cables.

5.02.00 To be submitted for Purchaser’s Approval and Distribution

(A) : ‘Approval Category’ (R) : ‘Reference Category’

a. Quality assurance plan. (R)

b. Shop Test reports (A)

Page 277: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - IV Page 268

c. Instruction manuals (R)

The manual shall clearly indicate method of laying, termination, check-ups and tests

to be carried out before commissioning.

5.03.00 The drawings and documents marked with (A) above are of ‘Approval’ category and

are subject to review by Purchaser. Those marked (R) are for ‘reference’ category.

5.04.00 The Bidder may note that the drawings, data and manuals listed herein are minimum

requirement only. The Bidder shall ensure that all other necessary write-up,

information, etc required to fully describe the cable are to be submitted with the bid.

Page 278: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - IV Page 269

ANNEXURE – A

L.V. POWER CABLES

1100 V grade, 85º C continuous rating under normal condition and 160°C under short circuit condition

rating, HR PVA power cable conforming to following requirement and in line with IS: 1554, IS: 8130, IS:

5831 and IS: 3975.

Conductor Stranded, non-compacted and circular, high

conductivity annealed plain copper, generally

conforming to IS: 8130.

Insulation Extruded PVC compound conforming to type A of

IS: 5831.

Core Identification By color-coding and numbering at interval of

100mm or less.

Inner Sheath Extruded PVC compound conforming to type ST1

of IS: 5831 for multi-core cables. Filler shall be of

same material as of inner sheath i.e. ST1. Single

core cables shall have no inner sheath.

Armor UNARMOURED

Overall Sheath Extruded PVC compound conforming to type ST1

of IS: 5831 having improved fire performance

category C2 and type FR-LSH (Fire Retardant Low

smoke and halogen evolution).

Drum Conforming to IS: 10418 (wooden drum)

Page 279: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - IV Page 270

ANNEXURE-B

CONTROL CABLES

1100 V grade 70º C continuous rating under normal condition and 160°C under short circuit condition

rating PVC Control cable (YWY) conforming to following requirement and in line with IS: 1554, IS: 8130,

IS: 5831 and IS: 3975.

Conductor Stranded, non-compacted and circular, high

conductivity annealed plain copper, generally

conforming to IS: 8130.

Insulation Extruded PVC compound conforming to type A of

IS: 5831.

Core Identification By color-coding and numbering at interval of

100mm or less.

Inner Sheath Extruded PVC compound conforming to type ST1

of IS: 5831 for multi-core cables. Filler shall be of

same material as of inner sheath i.e. ST1. Single

core cables shall have no inner sheath.

Armor UNARMOURED

Overall Sheath Extruded PVC compound conforming to type ST1

of IS: 5831 having improved fire performance

category C2 and type FR-LSH (Fire Retardant Low

smoke and halogen evolution).

Drum Conforming to IS: 10418 (wooden drum)

Page 280: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C – SEC - V Page 271

SUB-SECTION-V

TECHNICAL SPECIFICATION

OF

ERECTION, TESTING & COMMISSIONING OF ELECTRICAL EQUIPMENT

CABLING & GROUNDING SYSTEM

Page 281: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C – SEC - V Page 272

CONTENT CLAUSE NO. DESCRIPTION

1.00.00 SCOPE OF WORK

2.00.00 MATERIAL & SERVICES TO BE FURNISHED 3.00.00 SPECIFIC REQUIREMENT

– SUPPLY ITEMS 4.00.00 SPECIFIC REQUIREMENT – ERECTION 5.00.00 PRE-COMMISSIONING TESTS 6.00.00 DRAWINGS, DATA AND MANUALS

Page 282: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C – SEC - V Page 273

TECHNICAL SPECIFICATION

OF

ERECTION, TESTING & COMMISSIONING OF ELECTRICAL EQUIPMENT

CABLING & GROUNDING SYSTEM 1.00.00 SCOPE OF WORK 1.01.00 This scope of work shall cover complete and efficient erection, testing and commissioning and

putting into successful operation of all outdoor and indoor electrical equipment including cabling and grounding system.

2.00.00 MATERIAL & SERVICES TO BE FURNISHED

2.01.00 Bidder shall provide all labor (skilled and unskilled), supervisory and administrative personnel, transport vehicles, erection tools and tackle, mobile cranes, equipment and implements required for erection, testing and commissioning for timely and efficient execution of the contract.

2.02.00 Installation work shall include supply of erection and other material, cabling, grounding,

hardware, consumable and sundry items as required to complete the installation in all respect.

2.03.00 Items of work to be performed by Bidder for equipment and material under the scope of this

package shall include but not limited to - a. Taking delivery from Purchaser’s store and safe transportation to site of erection. b. Opening and inspecting the material and equipment and reporting damages. c. Storing at Bidder’s plant site with suitable weather protection. d. Repairing minor damages, cleaning before erection and application of anti-corrosive

paints after cleaning. e. Complete assembly, erection and connection. f. Testing and calibration of equipment /meters. g. Pre-commissioning check-up to ensure correctness of erection of equipment. h. Testing, trial run and commissioning including performance test in presence of

Purchaser/Consultant and trial run.

i. Obtaining Purchaser/Consultant’s approval and written acceptance for satisfactory operation.

2.04.00 Any item of work or erection material which have not been specifically mentioned but are

necessary to complete the work involved shall be deemed to be included in the scope of this specification and shall be furnished by the Bidder without any extra cost to Purchaser.

3.00.00 SPECIFIC REQUIREMENT – SUPPLY ITEMS 3.01.00 Accessory and Material 3.01.01 Accessories and material shall comply with description, rating, type and size as detailed in this

specification.

Page 283: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C – SEC - V Page 274

3.01.02 All accessories, fittings, supports, hangers, anchor bolts etc. which are necessary for safe and

satisfactory installation and operation of the equipment shall be furnished. They shall be complete and operative in all respect.

3.01.03 All parts shall be made accurately to standard gauges so as to facilitate replacement and repair.

All corresponding parts of similar accessories shall be interchangeable. 3.01.04 Specific requirement for the major supply equipment are given below. 3.02.00 Pre-fabricated Cable Trays 3.02.01 Cable trays shall be pre-fabricated ladder type, sheet steel, hot dip galvanized furnished in

standard length of 2.5 m. 3.02.02 Cable tray straight run shall be of standard width such as 300mm, 450mm & 600mm. 3.02.03 GI cable tray straight runs shall be supplied complete with hot dip galvanized sheet steel

accessories such as coupler plates, ground continuity connections, nuts, bolts, washers, hangers, clamps etc. Horizontal/vertical bends, horizontal/vertical tee, elbow, reducers, horizontal cross-pieces and protective covers. Cable trays, fittings & accessories shall be fabricated out of 14 gauge (2 mm thick) hot rolled mild steel sheets.

3.02.04 Cable trays, fittings and accessories including all bolts, nuts, screws, washers etc. shall be hot dip

galvanized after fabrication as per IS:2629. Galvanizing shall be uniform, clear, smooth and free from acid spots.

The amount of zinc deposited shall not be less than 610 gms per square metre of surface area and

in addition the thickness of the zinc deposit at any spot whatsoever, shall not be less than 75 microns.

3.02.05 Each 2.5M long section of all types of cable trays & each fittings like elbow, tees, crosses etc. shall

be provided with two nos. hot dip galvanized side coupler plates & associated bolts, nuts and washers on each side.

3.02.06 Bidder shall perform all tests necessary to ensure that the material and workmanship conform to

the relevant standards and that such test are adequate to demonstrate that the equipment shall comply with the requirement of this specification.

3.02.07 A 1.5 meter straight section of each type of cable trays shall be simply supported at the two ends.

A uniformly distributed load of 100 Kg per metre shall be applied along the length of the tray. The maximum deflection at mid span shall not exceed 7 mm.

3.03.00 Conduits and Accessories 3.03.01 Generally cables shall be laid in cable trays or through conduits. 3.03.02 The Bidder shall install terminate and connect conduits as approved by the Purchaser. 3.03.03 Conduits shall be of rigid steel, hot-dip galvanized, furnished in standard length of 3 meters,

threaded at both ends. 3.03.04 Conduit diameter up to and including 25mm size shall be of 16 SWG and conduits above 25 mm

diameter shall be of 14 SWG. 3.03.05 Each piece of conduit shall be straight, free from blister and other defects, internal surface shall

be smooth finish and covered with capped bushings at both ends.

Page 284: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C – SEC - V Page 275

3.03.06 Flexible conduits shall be made with bright, cold rolled, annealed and electro-galvanized mild steel strips coated internally with epoxy and the sizes shall be 19, 32,51,63 & 76m.

3.03.07 In some areas where cable trays do not exist and where the runs are generally straight, rigid PVC

conduits conforming to IS: 4985 shall generally be used for control & instrumentation cables. PVC pipes with special Bell mouthing shall be of 110 mm, 160 mm & 200 mm outside diameter and shall be suitable for working pressure of 6 kg/sq. cm. The length of each pipe shall be 5 to 6 meters. Necessary fittings & accessories as required for the installation shall also be provided.

3.04.00 Junction Boxes 3.04.01 Junction boxes shall be of 16 SWG hot-dip galvanized sheet steel, dust proof construction,

conforming to IP-55 degree of protection. Outdoor junction boxes shall be of weatherproof construction. Junction boxes located in hazardous areas shall be flame-proof type.

3.04.02 Junction boxes shall be complete with gasketed inspection cover conduit knock out/threaded hub

and terminal blocks. 3.04.03 Junction boxes shall be of two types viz one suitable for control wiring and the other with

terminals for power cable terminations. Junction boxes for power cable terminations shall have minimum nine (9) nos. of terminals. Motor junction boxes for actuator drives shall have 20 way control terminals for terminations of 2.5 mm2.control cables. Separate terminals as required for termination of screen of shielded cables shall be provided.

3.04.04 The junction boxes shall have the following indelible markings : Circuit nos. on top by while stenciled paint at site.

Circuit nos. with ferrules (inside) as per approved drawing.

Danger sign in case of 415V and above circuit. 3.04.05 The junction box should have a removal gland plate. 3.04.06 Junction boxes shall be provided with two nos. (2) earthing terminals complete with nuts and

washers suitable for connection to 8 SWG G.I. wire. 3.05.00 Terminals 3.05.01 Multi-way terminal block of approved type, complete with screws, nuts, washers, and marking

strips shall be furnished for connection of incoming/outgoing wires. 3.05.02 Each control cable terminal shall be suitable for connection of 2 nos. 2.5 sq. mm stranded copper

conductors without an damage to the conductor or looseness of conductors. 3.06.00 Cable Termination & jointing kits 3.06.01 The Bidder shall supply cable termination and jointing kits for LV Power and Control Cables along

with all accessories. 3.06.02 For cable termination and straight through joints for both LV Power and control cables, supply of

various items of jointing kit such as necessary boxes, sealing compounds, ferrules, tapes, lugs, glands to be supplied shall be of reputed make.

3.07.00 Cable End Markers 3.07.01 Each cable and conduit run shall be tagged with numbers that shall correspond to the cable and

conduit schedules. Cables and conduits shall be tagged at their entrance and/or exit from any equipment, junction or pull box.

Page 285: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C – SEC - V Page 276

3.07.02 Tags shall be aluminum with the number punched on it and securely attached to the cable by not less than two turns of G.I. wire.

3.07.03 Location of cable joints, if any, shall be clearly indicated with cable markers with an additional

inspection ‘Cable Joint’. 3.08.00 Cable Glands Cable glands to be supplied by the Bidder for termination of cables shall be tinned brass gland,

double compression type complete with necessary armor clamp and tapered washer etc. Cable glands shall match with the sizes of different LV power and control cables as required.

3.09.00 Cable Lugs Cable lugs to be supplied by the Bidder for termination of cables shall be tinned copper lugs

suitable for termination of different cross-sections of LV power / Control cables. Lugs for power cables shall be compression type whereas lugs for Control/ Instrumentation/ Signaling cables shall be crimping type.

3.10.00 Sundry Steel

All supports (including those for installation of cable trays), hangers, brackets shall be fabricated from galvanized steel. These shall be supplied and fabricated by the Bidder as per requirement.

3.11.00 Nameplate Nameplates shall be furnished for identification of devices and circuits. All switches, controls and

indications shall be permanently and legibly marked in English as to clearly indicate their functions.

3.12.00 Grounding All material for grounding with regard to above and below grade earthing of electrical equipment,

structures / column including the below grade earth grid shall be supplied by the Bidder.

3.13.00 Consumables and Erection Material 3.13.01 Consumables – Welding rods, gas, oil and grease, cleaning fluids, paints, electrical tape,

plumbing and soldering material etc. shall all be supplied by Bidder as required. 3.13.02 Hardware – Bolts, nuts, screws, washers, supports, cable, clamps, ferrules, fixtures, inserts, sills,

packers, shims, etc. shall also be provided by the Bidder. 3.13.03 Danger board shall be supplied and fixed on various items on electrical equipment. 3.14.00 Samples 3.14.01 Purchaser reserves the right to call for samples if considered necessary and the same shall be

submitted by the Bidder free and without any obligation. 3.14.02 Any item of works or erection materials which have not been specifically mentioned but are

necessary to complete the installation shall be deemed to be included in the scope of this specification and shall be supplied and installed by the Bidder without any extra charge to the Purchaser

4.00.00 SPECIFIC REQUIREMENT - ERECTION 4.01.00 The Bidder shall mount the equipment on respective foundation/supports, level and align the

same and arrange for necessary grouting/anchoring

Page 286: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C – SEC - V Page 277

4.02.00 Equipment erection shall be carried out in strict compliance with manufacturer's instruction and

shall include all adjustments, checks and measurements. 4.03.00 The Bidder shall record result of all erection tests and measurement and furnish copies of the

same to the Purchaser for his reference and record. 4.04.00 Schedule of suggested pre commissioning tests to be carried out on the above equipment are

listed else where in this specification. Schedule of tests proposed to be carried out by the Bidder shall be submitted to the Purchaser in advance for approval in respect of each equipment.

4.06.00 Foundation and Civil works 4.06.01 Equipment foundations, panel foundations and other civil work shall be provided by Purchaser.

The Bidder shall check these foundations before commencement of erection to ensure their suitability.

4.06.02 All final adjustment of foundation levels, chipping and dressing of foundation surfaces, setting

and grouting of anchor bolts, sills, inserts and fastening devices shall be carried out by the Bidder including minor modification of civil work as may be required during erection.

Any cutting of masonry / concrete work, which is necessary, shall be done by the Bidder at his own cost and shall be made good to match the original work. The Bidder shall obtain necessary approval of the engineer before proceeding with such work.

4.07.00 Cabling and Grounding 4.07.01 Cable installation work shall include erection of cable trays/racks, supports hangers, junction

boxes, conduits, laying of conduits, dressing and clamping, jointing and termination (inclusive of supply of necessary jointing/ terminating kits, ferrules tapes and other accessories) and grounding of cable armor. In some cases buried cable may be acceptable, subject to approval of engineer.

4.07.02 Bidder shall prepare in the specified format of the Purchaser, cable, conduit and tray schedule and interconnection diagram and submit for approval/record of the Purchaser. Cable laying shall be started with approved cable schedule and interconnection diagram. Each core of the cables shall be provided with marking ferrules at all terminating ends as per the approved schematic and interconnection diagram. Cable trays and racks shall be numbered systematically.

4.07.03 Separate cable trays shall be used for the following group of cables. a. 415 V cables b. Measuring, metering and control cables 4.07.04 Separate cables shall be used for following functions a. Power

b. Control, interlock and indication c. Metering and measuring d. Alarm and annunciation e. CT Cables

Page 287: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C – SEC - V Page 278

f. PT Cables 4.07.06 Bidder shall refer Cabling Notes and Details for further details on cabling. 4.07.07 Grounding installation work shall mean erection, welding, connection and painting, testing of

ground conductor including supply of galvanized flats. 4.07.08 A continuous 50 x 6 mm G.S. Flat earthing conductor shall run along the supporting structure of

overhead cable trays/cable shafts. This earthing conductor shall be attached to each section of cable tray/trays forming solidly grounded tray system through 50 x 6 mm G.S. Flats.

4.07.09 For further details on grounding, Bidder shall refer Grounding notes and details attached with this

specification. 4.08.00 Cables : Storage and Handling 4.08.01 Cable drums shall be stored on hard and well drained surfaces so that they may not sink. In no

case shall the drum be stored on the flat, i.e. with flange horizontal. 4.08.02 Rolling of drums shall be avoided as far as practicable. For short distances, the drums may be

rolled provided that they are rolled slowly and the direction marked on the drum. 4.08.03 In the absence of any indication, the drums may be rolled in the same direction as it was rolled

during taking up the cable. 4.08.04 For unreeling the cable, the drum shall be mounted on jacks or on a cable wheel. The spindle

shall be strong enough to carry the weight of the drum without bending. 4.08.05 While laying cable, cable rollers shall be used at an interval of 2000 mm max. The cables shall be

strong enough to carry the weight of the drum without bending. 4.08.06 Cable shall not be pulled from the end without having intermediate pushing arrangement.

Bending radius of the cable during installation shall not be less than what is specified by the manufacturer.

4.09.00 Cable Termination and Connection 4.09.01 The work shall include all clamping, fitting, fixing, plumbing, soldering, taping, compound filling,

cable jointing, crimping, connecting, shorting and grounding as required for the complete job. All equipment/material required for all such work shall be arranged by the Bidder and included in the price.

4.09.02 When the equipment are provided with blank plates for cable conduit entry and cable-end-box

for power cables, the Bidder shall perform all drilling, cutting on the blank plate and any minor modification work required to complete the job.

4.09.03 Control cable cores entering control panel/switchgear/MCC etc. shall be neatly bunched and

served with nylon chord or PVC perforated tape to keep it in position at the terminal block.

4.09.04 The Bidder shall tag all control cable cores in all junction box and at all terminations. The tags shall carry terminal numbers as per drawings

4.09.05 The tags shall be of interlocked plastic type ferrules or approved equal. 4.09.06 Spare core shall be similarly tagged, crimped with lug and taped on the ends. Spare cores shall

be tagged with individual cable number.

Page 288: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C – SEC - V Page 279

4.09.07 Termination and connection shall be carried out in such a manner as to avoid strain on the terminal.

4.09.08 All cable entry points shall be sealed and made vermin and dust proof. Unused opening, if any,

shall be effectively sealed. 4.10.00 Testing Equipment The following minimum testing equipment shall be brought at site by Bidder: a. Insulation tester – i) Motor operated megger - 2000V grade ii) Hand operated megger - 1000 V grade b. Hand driven earth resistance megger, range 0-1/3-3 Ohms. c. Tong tester of suitable range. d. Contact resistance measuring set for micro ohms. e. Torque wrench.

f. Multi-meter, test lamps, field telephone buzzer sets, different gauges. g. Digital voltmeter, ammeter and other measuring instruments. h. Secondary current injection set. 4.11.00 Checking and Cleaning of Parts 4.11.01 All equipment parts and materials shall be carefully inspected and checked against the packing

list and identified with erection drawings.

4.11.02 Any discrepancy shall be reported forthwith in writing to the Purchaser and any rectification shall

be with the full knowledge and approval of the Purchaser. 4.11.03 All parts shall be thoroughly cleaned, all rust removed and surface polished, as required. 4.11.04 Cleaned and polished parts shall be coated with anti-corrosive paints where necessary and stored

with care and kept for erection. 4.12.00 Opening of Packing Cases 4.12.01 Packing cases and packages shall be opened in presence of the Employer or his authorized

representative unless otherwise approved. 4.12.02 Packing materials, timbers, nails and strips shall become property of Purchaser and shall be

delivered or disposed off as directed by Purchaser. After opening the cases, packing material

shall be removed immediately from storage areas of equipment to avoid fire hazards and damage.

4.13.00 Methods and Workmanship 4.13.01 Work shall be carried out in a first class, neat and workmanlike manner by technicians skilled in

the appropriate trade. 4.13.02 Details of installation shall be electrically and mechanically correct.

Page 289: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C – SEC - V Page 280

4.13.03 Installation shall be carried out in such a manner as to provide easy access to other equipment

installed. 4.14.00 Inspection of Work In addition to Bidder’s supervision, Purchaser shall have the right to inspect at any time during

erection, testing and commissioning of the equipment. 4.15.00 Protection of Work 4.15.01 Bidder shall effectively protect his work, equipment and material from theft, fire, damage of

tampering at his own expenses till the work is finally taken over by Purchaser. 4.15.02 Finished work where required shall be suitably covered to keep it clean and free from

defacement or damage. 4.15.03 For the protection of his work, Bidder shall provide fencing and lighting arrangements, connect

up space heaters and provide heating arrangements as necessary or directed by Purchaser. 4.15.04 Bidder shall be held responsible for any loss or damage to equipment and material until the same

is taken over by Purchaser in accordance with the Contract. 4.15.05 Bidder shall be required to work in the same area as other contractors. Bidder shall protect and

take care of the equipment and services, stores installed in the area by the other contractors such that no damage is caused by his works. For any damage caused done by him to the equipment, services and works of the other contractors, he shall be liable to make good such damages at no cost to Purchaser.

4.16.00 Responsibility of Erection 4.16.01 Bidder shall be fully and finally responsible for proper erection and safe and satisfactory

operation of plant and equipment under his scope of work to the entire satisfaction of Purchaser.

4.16.02 Work shall be executed in accordance with the directions, instructions and specifications which may be communicated to the Bidder by Purchaser from time to time.

4.16.03 Equipment and materials which are wrongly installed shall be recovered and reinstalled promptly

to comply with the design requirement, at the Bidder’s expense, to the satisfaction of Purchaser. 4.17.00 Site Cleaning Bidder shall remove all scaffolding, ladders and temporary structures, erected by Bidder during

erection in order to leave the work site clean and tidy to the satisfaction of Purchaser failing which the work shall not be considered as complete.

4.18.00 Erection tools and tackle

4.18.01 The Bidder shall provide all tools, tackle, implements, mobile equipment such as crane, trailers,

scaffoldings, ladders, welding machines, gas cutting, bending machine, hand crat, chain pulley blocks, wire clues, hydraulic jack/motorized jack, wooden slipper, drill machine, hand/hydraulic

compression tools for cable termination, vacuum cleaners box spanner of various size etc. which are required for transportation, handling and erection of the plant and equipment.

4.18.02 Special erection tools, if any, furnished by the manufacturer along with the equipment may be

provided by the Purchaser. Such tools shall be returned in good conditions to the Purchaser on completion of work.

4.18.03 Purchaser’s tools and equipment may be made available on payment of charges if and when

available.

Page 290: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C – SEC - V Page 281

5.00.00 PRECOMMISSIONING TESTS

5.01.00 Site tests to be carried out by the Bidder on completion of installation/erection of equipment are

broadly listed below for ready reference and guideline only. The Bidder shall submit a detailed list of

site tests of various equipment/system for Purchaser’s approval. Additional tests may have to be

carried out without any extra charge, if desired by the Purchaser.

5.02.00 Motors Motors shall be subjected to the following site tests as minimum. a. Physical checking of various parts/connections

b. Insulation resistance test of winding, PI value and drying out, if required.

c. Direction of rotation

d. Starting current

e. No load & load current measurement.

f. No load run for 6 hours

5.03.00 MCC cum PDB / PDB

The MCC cum PDB /PDBs shall be erected as per good engineering practice and assembled equipment shall be subjected to following site tests as minimum

a. Physical checking of various parts/connections

b. I.R. test c. Checking of control circuit d. Checking of overload relay & other protective devices e. Measurements of contact resistance (in micro- ohms) for all the three phase of circuit

breaker. f. Measurement of resistance of the closing and tripping coils g. Checking the close trip operation at 70% and 100% of the rated auxiliary DC Voltage. h. Checking the auxiliary power circuits i. Checking of interlock provided and tripping of breaker through relay j. Testing of protective relays. k. Space heater operation check

5.04.00 Cables

Cables shall be subjected to the following site tests as minimum. a. Physical checking of laying & termination

b. Checking continuity of connections

Page 291: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C – SEC - V Page 282

c. I.R. Test

6.00.00 DRAWINGS, DATA AND MANUALS 6.01.00 To be submitted with the Bid

Necessary drawings and technical leaflets of the following shall be furnished along with the bid :

a Make, type and catalogue no. of different electrical items along with their leaflets, data

sheets etc. 6.02.00 TO BE SUBMITTED FOR APPROVAL AND DISTRIBUTION

After award of contract the Bidder shall furnish the drawing as indicated hereinafter for approval and afterwhich for final distribution in quantities and procedures as set up in the applicable clause of the GCC.

a. Make type and catalogue no. of cable termination kits, joints, and accessories.

b. Dimensional GA drawing and data sheets for different items supplied under this

specification.

c. Bill of material for pre fabricated cable tray, conduits and accessories.

d. Electrical layout showing equipment location, cable tray routing, etc.

e. Cable tray/shaft details.

f. Cable schedule and interconnection diagram with cable tray loading.

h. Grounding layout and connection details.

Page 292: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - VI Page 283

SUBSECTION-VI

TECHNICAL SPECIFICATION

OF PAINTING

Page 293: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - VI Page 284

TECHNICAL SPECIFICATION OF PAINTING

1.00.00 PAINTING

1.01.00 Each painting/coating system shall provide an optimum life expectancy of 10 years from

the time of original painting. The optimum life of a painting/coating system shall be

considered the time until first maintenance painting/touchup should occur, when 3 to

5 percent breakdowns of the topcoats occur, before active rusting begins. Surfaces,

which are inaccessible after assembly, shall be protected for the life of the equipment.

1.02.00 Recommendations for painting/coating systems for electrical equipment are given below:

1.02.01 Electrical Equipment including motors

Surface Preparation Coating System Coating

Composition

DFT

(microns)

Near White Metal Blast Polyamide Epoxy Primer

66% solids by

volume

100-125

Aliphatic Polyester Urethane 56% solids by

volume

40-50

1.02.02 Electrical Panel / Control Panel

Surface Preparation Coating System Coating Composition DFT

(microns)

Commercial Blast Polyamide Epoxy Primer

66% solids by

volume

75-100

Low Gloss Urethane 56% solids by

volume

35-50

1.02.03 For non-ferrous metal surface

Surface Preparation Coating System Coating

Composition

DFT

(microns)

Solvent Clean Acid pre-treatment

- Varies

Polyamide Epoxy Primer

56% solids by

volume

25-100

Aliphatic Polyester Urethane (for

external surface only)

56% solids by

volume

0-50

1.03.00 Coating material and application shall conform to the regulations of the air quality man-

agement agency. Materials shall contain not greater than 0.06 percent lead or chromium

in the dried film.

1.04.00 Ferrous metal surfaces shall be cleaned, prepared, and painted/coated in accordance

with the painting/coating manufacturer's instructions and Steel Structures Painting

Council Paint Application Specification No. 1 "Shop, Field, and Maintenance Painting."

Page 294: Corrigendum_2015!05!061430905415vam Final Print

SPECIFICATION FOR AIR CONDITIONING SYSTEM BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 PART-C SEC - VI Page 285

2.00.00 SHOP COATING

a. Equipment manufacturers' standard painting/coating systems shall be applied in

lieu of those specified provided the system complies with the life expectancy

requirements. All primers shall contain rust inhibitors.

b. Surfaces to be painted shall be filled to provide a uniform substrate; and shall be

prepared for painting in accordance with the appropriate surface preparation

specifications.

c. No paint shall be applied to surfaces within 75 mm of field welded

connections. These surfaces shall be painted/coated with a consumable

preservative and masked.

3.00.00 TOUCH UP PAINT

Touchup paint shall be provided for repair painting of at least 25 percent of shop finishes

painted equipment surfaces. The touchup paint shall be the same type and colour as the

shop applied material. Surface preparation and application instructions shall be provided.

4.00.00 RUST PREVENTION COMPOUNDS

a. Machined surfaces and other ferrous surfaces, which should not be coated, but are

subject to corrosion, shall be protected with rust-preventive compounds. Additional

protection shall be provided for equipment and materials, which shall be exposed to

the atmosphere for extended periods. Rust-preventive compounds shall be checked

every two months while in transit and in site storage and renewed as required to

maintain adequate protection.

b. Rust-preventive compounds, which are used to protect surfaces of equipment and

piping that, are exposed to feed water or steam shall be completely water-soluble.

c. Machined surfaces of weld-end preparations shall be coated with consumable rust-

preventive compounds, which shall not affect the quality of the weld.

5.00.00 GALVANISING (IF APPLICABLE)

a. Structural steel members and steel assemblies and metallic surfaces in the open

atmosphere to be galvanized shall be pickled after completion of fabrication process.

Pickling shall remove scale, rust, grease, and other impurities. Steel shall be hot-dip

galvanized in accordance with ASTM A123 or equivalent.

b For bolted connections, where either member to be bolted is galvanized, erection and

structural bolts shall be galvanized in accordance with ASTM A153

6.00.00 COLOUR

Color shade shall be informed to the successful Bidder during detail engineering.

However, interior surfaces shall be in line with manufacturer’s standard.

7.00.00 DOCUMENTATION

Engineering submittals shall identify the painting/coating and lining systems to be applied in the shop and the field. Data to be provided shall include the surfaces to be painted, the painting/coating system manufacturer's name and product designation, the degree of surface preparation, dry film thickness, finish color and Material Safety and Data Sheets (MSDS).

Page 295: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

Doc. No. : 14J01-003-SPC-VA-001 Page286

ATTACHMENT

TABLES AND TENDER DRAWINGS

Page 296: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 TABLES & ATTACHMENTS PAGE 287

TABLE –I

DESIGN PARAMETERS FOR CALCULATING COOLING LOAD

1.00.00 OUTSIDE DESIGN CONDITIONS

Temperature Summer Monsoon Winter

DBT (deg.C) 40.6 32.2 13.3

WBT (deg.C) 28.3 30 8.9

The above design outside temperature is taken from nearest weather station Calcutta

from ISHRAE Handbook.

2.00.00 INSIDE DESIGN CONDITIONS The internal design conditions in various areas to be maintained are as follows:

23°C ± 2°C DB and 55% ± 5% RH for:

(a) Control Room

(b) Shift Engineer’s Room

(c) Control Equipment Room

(d) Computer Room

(e) UPS Room

3.00.00 BUILDING CONSTRUCTION DETAILS All walls are 230mmthick brick walls with 12 mm sand-cement plaster on both sides. Floor and roof are of 150mm thick RCC with suitable floor finish. Roof is not insulated.

1.5M high glazing on the wall along B-row for control room, shift charge engineers’ room, control equipment room and computer room.

4.00.00 FRESH AIR REQUIREMENT

The Air-conditioning spaces shall be maintained at positive pressure to avoid any infiltration of dust.

Fresh air shall be inducted to the air re-circulation system @ 17 CMH per person or 1 air Change per hour, whichever is higher.

Page 297: Corrigendum_2015!05!061430905415vam Final Print

TECHNICAL SPECIFICATION BANDEL TPS UNIT-5

DOC. NO. : 14J01-003-SPC-VA-001 TABLES & ATTACHMENTS PAGE 288

5.00.00 OTHER DESIGN PARAMETERS

SL. No. Zone Occupancy Equipment Load (KW)

Lighting Load (W/sq.ft)

1 Control Room 10 10 1.5

2 Shift Engineer’s Room 3 0.5 1

3 Computer Room 4 13 1.5

4 Control Equipment Room 5 30 1

5 UPS Room 0 2 1

6.00.00 COOLING LOAD MARGIN

Plant sizing is to be done by allowing 5% margin on room sensible heat and 5% margin on room latent heat and an overall margin of around 10% on the total.

TENDER DRAWINGS

SL. No.

Drawing Name Drawing No.

1 Schematic diagram for proposed AC system for renovated unit Control room, Control equipment room, Computer room, UPS room.

14J01-003-DWG-VA-001

2 Single line diagram for Air Conditioning system of Control Room areas.

14J01-003-DWG-VA-002

3 Schematic Drawing for Vapour Absorption Machine

14J01-003-DWG-VA-003

Page 298: Corrigendum_2015!05!061430905415vam Final Print

INDEX

Documents to be furnished by the Bidder mentioned in Tender Document Page No.

Power of Attorney Clause 22.2 of ITB 23

Qualification Criteria 42

Letter of Bid 45

Bidder Information Form 44

Price Schedule 48-60

BID SECURITY 61

Manufacturer’s Authorization 62

List of Goods and Delivery Schedule 66

List of Related Services and completion Schedule 67

Performa for Performance Statement 73

Declaration for claiming excise duty exemption 74

Historical Financial Performance [Form FIN 9.1] 75-76

Average Annual Turnover 77

Financial Resources 78

List of Subcontractors 133

Bidder’s scope 156

Terminal Points referred in 2 (d) of Technical Specification at page 146 and (f), (g) and

(h) of Clause 3 ‘Equipment and Services to be provided by the Purchaser’ at page 158

SCHEDULE - I : KEY INFORMATION ABOUT THE BID 200

SCHEDULE – II : GUARANTEED DATA SHEET 201

SCHEDULE - IIIA : TECHNICAL PARTICULARS (MECHANICAL) 202-212

SCHEDULE - IIIB : TECHNICAL PARTICULARS (ELECTRICAL) 213-222

SCHEDULE - IV A : LIST OF MANDATORY SPARE PARTS 223

SCHEDULE - IV B : LIST OF RECOMMENDED SPARE PARTS 224

SCHEDULE - V : SPECIAL TOOLS & TACKLE DATA 225

SCHEDULE - VI : WORK PROGRESS SCHEDULE 226-228

SCHEDULE – VII : LIST OF DEVIATIONS FROM SPECIFICATIONS 229

SCHEDULE - VIII : CHECK LIST FOR COMPLETENESS OF OFFER 230-232

SCHEDULE - IX : DECLARATION SHEET 233-234