Sunteți pe pagina 1din 68

TECHNICAL SPECIFICATION

FOR

AGITATORS

CONFIDENTIAL

CUSTOMER : NTPC
PROJECT : DADRI 2 x 490MW
APPLICATION : FLUE GAS DESULPHURIZATION SYSTEM

OH

BHARAT HEAVY ELECTRICALS LIMITED


(A GOVT OF INDIA UNDERTAKING)
Flue Gas Desulphurization Group
Ranipet
IL CHN1CAL SPECIFICATION OF AGITATORS -DADRI 2 X 490 MW

DADRI:FGD- AGITATORS;ROI

TECHNICAL SPECIFICATION FOR AGITATORS

Department Prepared Checked A p pioved

FGD R. Yov.ir.ij K M. kab[lash

s4.n1Or Engineer -FG $0,00 Engineer [LID A 61‘11-11 (Ai

1404,',Ion - 01 Doted 09/05/2018 COMMENTS :

, ,,,c,.1, 1 of bidding against thli $peCifiCatior,


pi.,11:0,,e
Aall not be fl ;ifoduferf or otherwise for purposes other than that Nil
spv,

Pape 2 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

Document Revision History:


Revision Date Status and Description
Following changes incorporated

a) Sl. No. 1 of TABLE -5 (Liquid Level in Tanks) - revised


01 09.05.2018 Revised Issue
b) Cl. No. 24 (O & M Services for 10 Years Operation – Annual
Maintenance Contract (AMC)) added

00 09.04.2018 Fresh Issue General technical specifications

Page 3 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

CONTENTS

PART - I

MAIN SUPPY

1.0 PROJECT INFORMATION


2.0 APPLICABLE CODES & REGULATIONS
3.0 INTENT OF SPECIFICATION
4.0 PROVENNESS CRITERIA
5.0 TECHNICAL INFORMATION
6.0 SCOPE OF SUPPLY
7.0 GENERAL REQUIREMENTS
8.0 PACKING & FORWARDING
9.0 SUPERVISON OF ERECTION, TESTING & COMMISSIONING
10.0 EXCLUSION
11.0 INSPECTION AND TESTING
12.0 PAINTING
13.0 SPARES, TOOLS & TACKLES
14.0 PERFORMANCE GUARANTEE
15.0 BID EVALUATION CRITERIA FOR POWER CONSUMPTION
16.0 LIQUIDATED DAMAGES FOR POWER CONSUMPTION
17.0 WARRANTY
18.0 FIRST FILL OF CONSUMABLES
19.0 TRAINING
20.0 DELIVERY CONDITION
21.0 DOCUMENTATION
22.0 REFERENCES DOCUMENTS
23.0 ANNEXURES

PART – II TEN YEARS - AMC and O&M SPARES

24.0 O & M Services for 10 Years Operation – Annual Maintenance Contract


(AMC)

Page 4 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

General Arrangement Drawings Of Slurry Tanks And Drain Pits


Sl.no. Drawing Title Drawing number Rev.
a. GA for Agitators for FGD Absorber FGD/ Absorber Tank /D1 00
Tank
b. GA for all Vertical Agitators for FGD/ Vertical Agitators /D2 00
Limestone Slurry Tank & Drain Pit
tanks.

Page 5 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

PART –I

MAIN SUPPLY

Page 6 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

1.0 PROJECT INFORMATION:

a. Owner NTPC
b. Buyer BHEL, Ranipet
c. Process/Application Flue Gas Desulphurization

A) SITE CONDITIONS

1. Ambient Temperature and Relative Humidity


a. Average Site Condition ASC
Ambient Temperature : 27 deg C
Ambient Temperature (Design) : 45 deg C
Relative Humidity : 60 %

Note:
1) Reference site conditions shall apply for the Guarantee Values as well as for the Guarantee
test/Performance test
2) Equipment and Material must be suitable for the range of ambient site conditions.

B) PROJECT LOCATION AND APPROACH

a. State/Division UP
b. District Gautam Buddha Nagar

2.0 APPLICABLE CODES & REGULATIONS


The design of Agitators shall conform to the latest edition of International codes accepted by the
Buyer according to good engineering practice.
List of codes/standards recommended: (The list is not exhaustive)

S.No Description Material Design & others

1 Piping IS, AISI, ASTM, ASME, DIN, IS, AFNOR, ANSI, API, ASME, ASTM,
EN, BS or Equivalent AWWA, BS, DIN, EN, EJMA,
Manufacturer’s standard

2 Machinery IS, AISI, ASTM, ASME, DIN, IS, AFNOR, AFBMA, AGMA, ANSI,API,
EN, BS or Equivalent ASTM, AWS,BS, DIN, IEC, HI, HEI, ISO,
NEC, NEMA, EN, TEMA, VDI,
Manufacturer’s standard

Page 7 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01
3 Instrumentation IS, AISI, ASTM, ASME, DIN, IS, AFNOR, ANSI, API, ASME, BS, DIN, EN,
EN, BS or Equivalent IEC, IEEE, ISA, ISO, NC, Manufacturer’s
standard

4 Electrical AISI, ASTM, ASME, DIN, EN, IS, BS, VDE, IEC, EN, ANSI,IEEE, NEMA
BS or Equivalent

5 Civil IS, AISI, ASTM, ASME, DIN, IS, AFNOR, ASCE, ASNT, BS, DIN, EN,
EN, BS or Equivalent ANSI, ACI, AISC, AWS, SSPC,
Manufacturer’s Standard

6 Structural Steel SA/IS2062 BS/EN 1993 (Eurocode-3) or Equivalent


international codes.

7 Performance ASME PTC 40, JIS, EPA, Manufacturer’s


Test standard.

The design and materials shall conform to the requirements of applicable codes and
regulations of the latest edition. The design, manufacture, installation and testing of the
Blower shall follow the latest applicable Indian/International (AISI / ASME/EN/Japanese)
Standards.

3.0 INTENT OF SPECIFICATION


This specification covers the minimum requirements for the complete design, material,
manufacturing, shop inspection, testing at the manufacturer’s works, supervision of erection &
performance testing at bidder’s works of Agitators along with accessories which is furnished in
the Flue Gas Desulphurization plant of DADRI 2 x 490 MW FGDF system. The following points may
be noted.
a. There are 2 units of each 490 MW and each unit is envisaged with one FGD system. Each FGD
system will be provided with 2 numbers of Agitators which are located inside the Absorber
bottom Tank. These Agitators shall be Horizontal / Side Entry mounted type and shall be
driven by motor. One additional Agitator will be supplied as ware house spare. All the 3 (2
Installed + 1 ware house spare) are of similar type & size & can be interchangeable.

Sl Description Qty / Total


No Boiler Qty

1 Absorber Agitators – Installed 2 4

2 Absorber Agitators – Ware House 1 2


Spare

Page 8 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01
b. There will be a common Auxiliary Absorbent Tank for both Units. It will be provided with Side
Entry Agitators with Emergency flushing arrangement. Three (3) numbers of agitators will be
supplied.

Sl Description No. of No of Total no.


No Tanks Agitators of
/ Tank. Agitators.

1 Auxiliary Absorbent Tank Agitators. 1 3 3

c. In addition Agitators are required for the following tanks


Agitators shall be vertical mounted type and shall be driven by motor

Sl Tank Description Tank Agitator


No Qty Qty

1 Primary Hydrocyclone feed tank 1 1

2 Filtrate water tank 1 1

3 Secondary Hydrocyclone feed tank 1 1

4 Waste water Tank 1 1

5 Neutralization tank 2 2

6 Limestone Slurry Storage tank 2 2

8 Absorber Area Drain Pit 2 2

9 Gypsum Dewatering Area Drain Pits 1 1

10 Ball Mill Area Drain Pit 1 1

d. Bidder shall assume full unit responsibility for the entire equipment assembly and make all
possible efforts to comply strictly with the requirements of this specification and other
specifications/attachments to inquiry/order.
e. The Bidder shall offer only proven design which meets the Provenness criteria indicated in
the Annexure-I. Necessary document evidences as per Attachment-3K for qualification shall
be submitted along with the bid. If bidder doesn’t meet the specified provenness criteria,
they are denied to participate in this tender.
f. In case, deviations are considered essential by the Bidder (after exhausting all possible
efforts), the same shall be separately listed in the Bidder's proposal under separate section,
titled as "List of Deviations/Exceptions to the Enquiry Document (Annexure-V)".
g. Any deviation, not listed under the above section, even if reflected in any other portion of
the proposal, shall not be considered applicable.

Page 9 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01
h. No deviation or exception shall be permitted without the written approval of the purchaser.
i. Compliance to this specification shall not relieve the Bidder of the responsibility of furnishing
equipment and accessories/auxiliaries of proper design, materials and workmanship to meet
the specified start up and operating conditions.
j. In case, the Bidder considers requirement of additional instrumentation, controls, safety
devices and any other accessories/auxiliaries essential for safe and satisfactory operation of
the equipment, the same shall be recommended along with reasons in a separate section and
include the same in scope of supply.
k. All accessories, items of work, though not indicated but required to make the system
complete for its safe, efficient, reliable and trouble free operation and maintenance shall also
be in supplier’s scope unless specifically excluded.

4.0 PROVENNESS CRITERIA:


The Bidders are required to meet the Qualification Requirement (QR) for Agitators as per
Annexure-I & submit the Annexure to qualification requirement (Attachment-3K)

5.0 TECHNICAL INFORMATION


DETAILS OF ABSORBER TANK, AUXILIARY ABSORBENT TANK, LIMESTONE SLURRY TANKS, AND
DRAIN PITS FOR AGITATORS REQUIREMENT

5.1 DETAILS OF ABSORBER, SLURRY & DRAIN PIT TANKS:


TABLE - 1- ABSORBER TANK DETAILS

Sl. Description Numbe Capacity MOC of Agitator No of Agitators


no of Tank r of of slurry Dimensions Per
Tanks m3 Total
Tank
1. Alloy 926 or better
material for both
Width: 20.4 m
Absorber shaft & blade. All
2 1010 Length: 9.9 m 2+1 6
Bottom Tank fasteners to be of
Height : 5.0 m
Alloy 926 or better
material.
Total 6
Note:
a. Each tank shall be provided with 2 Horizontal / Side Entry Agitators & one additional one as ware house
spare Agitator.

Page 10 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01
TABLE - 2- AUXILIARY ABSORBENT TANK

Sl. No of Agitators
Description Number Capacity Dimensio
no MOC of Agitator
of Tank of Tanks m3 ns Per
Total
Tank
1. Agitator blades shall be
made with Alloy 926 or
Auxiliary better material & Agitator
Dia : 12 m
Absorbent 1 1300 shaft can be rubber lined. 3 3
Ht : 12 m
Tank All fasteners used in wetted
condition must be of AISI-
316L.
Total 3
Note:
Agitation shall be provided to prevent settlement of slurry by Side Entry agitators with emergency flush start system.
Sufficient number of agitators shall be provided in the tank by the contractor to prevent the solids from settling down.

TABLE - 3- SLURRY TANKS DETAILS

Sl. Description of Number Capacity MOC of Agitator No of Agitators


no Tank of Tanks m3 Dimensions Per
Total
Tank
1. Limestone Slurry Dia : 10.7 m Agitator blades shall
2 1105 1 2
Tanks Height : 12.8m be made with Alloy
2. Filtrate Water Dia : 4.6 m 926 or better
1 80 1 1
Tank Height : 5.3 m material & Agitator
3. Secondary Hydro Dia : 4.6 m shaft can be rubber
1 88 1 1
cyclone Feed Tank Height : 5.8 m lined. All fasteners
4. 1 Dia : 6.1 m used in wetted
Waste Water Tank 204 1 1
Height : 7.5 m condition must be
5. Neutralization Dia : 2.2 m of AISI-316L
2 9 1 2
tank Height : 2.8 m
6. Primary Hydro Dia : 5.5 m
1 150 1 1
cyclone Feed Tank Height : 6.8 m
Total 8
Note: Each tank shall be provided with one center mounted agitator.

Page 11 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

TABLE -4 - Drain Pits Details

Number
Sl. Description of Capacity No of Agitators
of Drain Dimensions MOC of Agitator
No Tank m3
Pits Per Pit Total
3
1. Absorber Area 2 56 m Length: 4.0 m Agitator blades
Drain Pit Width : 4.0 m shall be made with 1 2
Height : 4.0 m Alloy 926 or better
2. Gypsum 1 56 m3 Length: 4.0 m material & Agitator
Dewatering Width : 4.0 m
shaft can be 1 1
Area Drain Pits Height : 4.0 m
rubber lined. All
3. Ball Mill Area 1 56 m3 Length: 4.0 m
fasteners used in
Drain Pit Width : 4.0 m
Height : 4.0 m wetted condition 1 1
must be of AISI-
316L
Total 4
Note: Each Drain Pit shall be provided with one center mounted agitator.
General Arrangement drawings of the drain pits are attached along with this
technical specification.

TABLE -5 – Liquid Level in Tanks

Sl. Utility Tank Liquid level in m


no Dia – m Minimum Maximum
1 Lime Stone 10.7 (+) 4.4 (+) 11.8
Slurry Tank
2 Auxiliary Absorbent 12.0 NA (+) 11.0
Tank
3 Filtrate Water Tank 4.6 (+)1.4 (+) 4.8

4 Primary Hydro clone 5.5 (+) 1.4 (+) 5.9


Feed Tank
4 Secondary Hydro 4.6 (+) 1.2 (+) 4.8
clone Feed Tank
5 Waste Water Tank 6.1 (+) 1.2 (+) 6.6
6 Lime Feed Tank (+)1.4 Vendor to (+)1.5
specify

Page 12 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

Sl. Utility Tank Liquid level in m


no Dim in (L) x (B) x (H) Minimum Maximum

7 Absorber Area Drain 4m (L) x 4m(W) x 4m (H) (+) 1.6 (+) 3.3
Sump
8 Gypsum Area Drain 4m (L) x 4m(W) x 4m (H) (+) 1.6 (+) 3.3
Sump
9 Limestone Area 4m (L) x 4m(W) x 4m (H) (+) 1.6 (+) 3.3
Area Drain Sump

5.2 PROCESS PARAMETERS DETAILS:


TABLE – 6 PROCESS PARAMETERS FOR ABSORBER TANKS

Sl. Item
Absorber Tank
no
1. Maximum solid particle size 200 mesh
(75 micron)
2. Normal solid particle size 325mesh
(20 micron) 50 % pass
3. Solid to be handled Gypsum along Lime Stone and
other impurities
4. Sp Gravity of Slurry 1.213

5. Hardness of particle 5-7 (Mho scale)

6. Concentration of slurry 30% by weight

7. Sp Gravity of Lime Stone 2.32 (Avg)

8. Sp gravity of heaviest particles


(Columbium and Iron oxide) 5.9
9. Concentration of Chlorine 20000ppm

10. Viscosity of Slurry 10cp

11. Operating temp of Slurry 59-70 deg C

Page 13 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

TABLE – 7 PROCESS PARAMETERS FOR SLURRY TANKS

Aux
Absorber Lime Sec. Hydro
Sl. Item Tank & Stone cyclone & Waste water Lime feed
no Primary Slurry Filtrate Tank Tank
hydrocyclone Tank Water Tank
feed tank
12. Maximum solid 200 mesh 150 mesh 325 mesh 200 mesh 325 mesh
particle size (75 micron) (104 (43micron) (75micron) (43micron)
micron)
13. Normal solid 325mesh 325 500 mesh (25 325 mesh (43 325 mesh
particle size (20 micron) Mesh micron) to micron) and (43micron)
50 % pass (43micron 1250 (10 fine particles
) micron)
14. Solid to be Gypsum Lime Gypsum Lime stone or Hydrated
handled along Lime Stone and Gypsum or Lime
Stone and other mixture of
other impurities two
impurities
15. Sp Gravity of 1.213 1.215 1.110 1.022 1.087
Slurry
16. Hardness of 5-7 (Mho 5-7 (Mho 5-7 (Mho 5-7 (Mho 5-7 (Mho
particle scale) scale) scale) scale) scale)
17. Concentration of 30% by 30% by 16.6% by 3 % by 12% By
slurry weight weight weight weight weight
18. Sp Gravity of 2.32 (Avg) 2.71 2.32 (Avg) 2.51 (Avg) 2.51 (Avg)
Lime Stone
19. Sp gravity of 5.9 5.9
heaviest particles 5.9 5.9 5.9
(Columbium and
Iron oxide)
20. Concentration of 20000ppm 33.7 ppm 20000ppm 20000ppm <100 ppm
Chlorine (max)
21. Viscosity of Slurry 10cp 30cp 4 cp 3 cp 8-15 cp

22. Operating temp 59-70 deg C 43-70 deg 59-70 deg C 59-70 deg C 45 deg C
of Slurry C

Page 14 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

TABLE -8 PROCESS PARAMETERS FOR DRAIN PITS

Sl.
Description Drain pits
No.
1. Maximum solid particle size Limestone
2. Maximum solid particle size 200 mesh (75 micron)

3. Normal solid particle size, d 50 325 mesh (43 micron) and fine
particles
4. Solid to be handled Limestone and Gypsum Slurry
5.

6. Concentration of slurry 30% by weight

7. Sp. Gravity of Lime Stone 1.213


8. Concentration of Chlorine 20,000 ppm (max)
9. Viscosity of Slurry 10 cp
10. Maximum operating temperature of Slurry 59-70 C

5.3 POWER SUPPLY DETAILS:

1. POWER SUPPLY
The following voltage levels shall apply:
3 phase, 3.3 kV AC ,50 Hz Voltage for motors equal to / bigger than
200KW and for power distribution within
the plant.
3 phase, 415 V, AC , 50 Hz Standard voltage for power supplies to
electric power consumers and motors
Above 0.2 KW and upto 200 kW.
240V AC / 3 phase 415 V AC, 50 Hz Standard voltage for power supplies to
electric power consumers and motors
Upto 0.2 kW.
1. All equipments shall be suitable for rated frequency of 50 Hz with a variation of + 3%
& -5%, and 10 % combined variation of voltage and frequency unless specifically
brought out in the specification.
2. Bidder shall design and supply the equipment suitable for satisfactory operation
under above mentioned power supply condition.

Page 15 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

5.4 AGITATOR ARRANGEMENTS:

(1) Absorber Agitators:


a. The absorber agitators are Side Mounted / Horizontal type. The Dimensions of
Each Absorber bottom tank as per Table 1 of Clause 5.1.
Dimensions: Width: 20.4 m x Length: 9.9 m x Height: 5.0 m.
The arrangement of Agitators in Absorber as per Sketch-1 shown below.

SKETCH - 1

Page 16 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

(2) Aux Absorbent Tank Agitators:

These Agitators will operate continuously when Limestone / Gypsum Slurry is evacuated
from Absorber for any Absorber maintenance work. The Aux Absorbent Tank details as
per Clause no: 5.1 Table -2.

(3) Slurry Tank Agitators:

These Agitators will operate continuously for FGD system operation. The Slurry Tanks
details as per Clause no: 5.1 Table -3.

(4) Drain Pit Tank Agitators:

These Agitators will operate continuously for FGD system operation. The Drain Pit Tank
details as per Clause no: 5.1 Table -4.

6.0 SCOPE OF SUPPLY


Scope for the bidders shall include Design, Manufacturing, Supply, and Supervision of Erection &
Commissioning
Design: Includes basic engineering, detail engineering, preparation and submission of engineering
drawings/calculations/datasheets/quality assurance documents/field quality plans, storage instructions,
commissioning procedures, operation & maintenance manuals, performance guarantee test procedures
and assisting BHEL in obtaining time bound approval from NTPC.
Supply: Includes manufacturing/fabrication, shop floor testing, stage inspections, final inspections,
painting & packing.
Supervision of Erection & commissioning: Includes supervision of erection & commissioning, supervision
of trial operation, training of customer’s O&M Personnel.
The scope of supply for AGITATORS shall include but not limited to the following:
A) ABSORBER TANK AGITATORS:

Sl. Scope
No
1. AGITATOR complete with
i. AGITATOR Blades
ii. AGITATOR Shafts
iii. Coupling arrangement (Flexible)

Page 17 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01
Sl. Scope
No
iv. Single Mechanical Seals
v. Shaft Sleeve
vi. Lanterns/ Stools ( Bearing Housing), Safety Guard
vii. Bearings
viii. AGITATOR Mounting Flanges with gaskets and fasteners
ix. Drive Motor with gearbox arrangement
x. Supporting arrangement of Side Entry Agitator on Absorber Wall.
xi. Painting and Rust Prevention during shipment and construction
xii. Supervision of Erection & commissioning at site
xiii. Special tools & tackles as applicable
xiv. Start-up spares as applicable
xv. Installation, operation and maintenance manuals
xvi. Any other items required for completeness of the equipment except the items covered in
the exclusions.

B) AUXILIARY Absorbent TANK AGITATORS:

Sl. Scope
No
2. AGITATOR complete with
i. AGITATOR Blades
ii. AGITATOR Shafts
iii. Coupling arrangement (Flexible)
iv. Single Mechanical Seals
v. Shaft Sleeve
vi. Lanterns/ Stools ( Bearing Housing), Safety Guard
vii. Bearings
viii. AGITATOR Mounting Flanges with gaskets and fasteners
ix. Drive Motor with gearbox arrangement
x. Supporting arrangement of Side Entry Agitator on Tank Wall.
xi. Emergency Flush Start System.
xii. Painting and Rust Prevention during shipment and construction
xiii. Supervision of Erection & commissioning at site
xiv. Special tools & tackles as applicable
xv. Start-up spares as applicable
xvi. Installation, operation and maintenance manuals
xvii. Any other items required for completeness of the equipment except the items covered in
the exclusions.

Page 18 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

C) SLURRY TANK & DRAIN PIT TANK AGITATORS:

Sl. Scope
No
3. AGITATOR complete with
i. AGITATOR Blades
ii. AGITATOR Shafts
iii. Coupling arrangement (Flexible)
iv. Gland Packing, Seals, O Rings, Glands
v. Shaft Sleeve
vi. Lanterns/ Stools ( Bearing Housing), Safety Guard
vii. Bearings
viii. AGITATOR Mounting Flanges with gaskets and fasteners
ix. Drive Motor with gearbox arrangement
x. Mating Flange for Supporting on Slurry Tank Roof
xi. Painting and Rust Prevention during shipment and construction
xii. Supervision of Erection & commissioning at site
xiii. Special tools & tackles as applicable
xiv. Start-up spares as applicable
xv. Installation, operation and maintenance manuals
xvi. Any other items required for completeness of the equipment except the items covered in
the exclusions.

6.1 TECHNICAL REQUIREMENTS


It shall be noted that all Agitators are meant for keeping the solid particles in suspended mode
1. in liquid with “Full off-Bottom Suspension” of solid particles to 98% of liquid column to virtually
“Uniform Solid Concentration”. No chemical reaction will takes place.
Maintaining a uniform concentration over the 95% of liquid column. Absolute sweeping of solid
particle from tank bottom is a must for all Agitators .If speed is required to be increased to
2.
guarantee the above requirements; the same can be increased by vendor. Bidder's machines
that consume less power will be in an advantageous position.
It is to be noted that in continuous process any deposit at tank bottom is the loss of material
3. which are not getting converted as per process. Hence, total loss of material by sedimentation is
a loss to FGD Process & determines the “In efficiency of the Agitator”.
Vendor should ensure nil settlement; utilization of solid material shall be a guaranteed
4. parameter and will be assessed in percentage (%) term to net wet of solid mass of inflow or out
flow. This is one of the guarantee parameter.
Agitator and its driver shall perform on the test stand at shop and on the Agitator’s permanent
5. location at site within vibration limit the vibration of combined unit will be the responsibility of
Agitator manufacturer. Agitator manufacturer is to ensure that Site performance of vibration is
Page 19 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01
one of the “Acceptance Criteria” of the equipment. Please note vibration at test stand can only
be taken as for information.
Every Tank will have a pump whose suction line shall be connected to tank. These pumps are to
operate continuously at the lowest operating level which is decided by Process requirement.
6. Hence, the minimum operating level of liquid in every tank for every Agitator is a must to assess
the combined operation of Agitator as well as that of pump alone. The Tank water level is
indicated as per Table No: 5 of Clause 5.1
Agitator must have low-pitch propeller with low solidity ratio and Power Number of 0.3-0.35.
The Maximum Input Power at motor terminal shall be considered as a guaranteed parameter
under “Schedule of Guaranteed Parameters” in ANNEXURE -II and the same shall be calculated
for maximum liquid level in tank. A calculation of power specifying the hydraulic power of
7. Agitator, Seal loss, Gear box and Motor internal loss must be submitted along with the offer. A
characteristics curve showing power versus liquid level should be submitted from the lowest
liquid level, required for Agitator to maximum liquid level in the tank. Motor should be selected
based on the highest power demand with a 10%margin at maximum liquid level, taking into
account frequency variation.
In case Bidder provides a Vertical Agitator with hub design the same has to be of Alloy
8.
926 or better material.
6.2 CONSTRUCTIONAL FEATURES

A) BLADE AND HUB OF PROPELLER

I) The blades of the agitators shall be of Alloy 926 or better material.


The Blade design of the Agitator to be of most efficient design in order to offer least power
II
consumption. The Agitator power consumption is part of the guarantee parameters.
Although Agitator will have substantial low speed because of reduction Gear Box, hydraulic
III unbalance at impeller can cause severe vibration, hence it is mandatory that rotating assembly
shall be dynamically balanced to its rated speed.
IV Impeller should be dynamically balanced to Gr: G16: ISO-1940 after rubber lining of shaft.

B) SEAL

1. Horizontal / Side Entry Agitators for Absorber Tank & Aux Absorbent Tank

I. Agitators
I should be provided with Single Stage mechanical seal. the mechanical seal should be
as
I per ISO-21049 / API 682
The Mechanical Seals shall be so arranged that repacking or fitting of replacement seals can be
II. I
carried out with the minimum of disruption to plant operation.
Design the mechanical seals chamber to have sufficient room to lubricate and get seal face cool
III.
with its own slurry.
IV. Provide requirements for periodical flushing to rinse the seal face for leaked slurry.
All mechanical seals, regardless of type or arrangement, shall be of the cartridge design. Hook
V.
sleeve cartridge should not be used.
VI. Requirement of flushing water, its quantity, and pressure to be indicated in data sheet.

Page 20 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01
Zero leakage is the intension of this specification. However, quantity of leakage, if it is
VII.
unavoidable, it should have a provision of collecting / or discharging back to the tank.
Mechanical seals shall be fitted and installed in the Agitator before shipment and shall be clean.
VIII.
Mechanical seals shall be plugged with screw for shipping.
Intention of the specification is not to specify Type of Seal, Seal design, Spring configuration,
IX. Seal configuration, Balanced or Unbalance type etc. Agitator manufacturer to decide the same
along with seal manufacturer the best seal that is suitable for the offered Agitator
Seal life has to be guaranteed, taking into consideration all its components for 25000 hrs. If the
X. seals fail before the completion of guaranteed period, the same should be replaced free of cost
by the bidder.
XI. The
I sub-vendor of the seal shall be approved by NTPC during contract execution.

2. Vertical Agitators for Slurry Tanks & Drain Pit Tanks


Agitator shall be supplied with stuffing box or any proven equivalent or superior sealing type.
Mechanical and hydraulic conditions in the seal chamber, required to maintain a stable film at
I seal face, including temperature, pressure and flow, shall be jointly established by Agitator
manufacturer and seal manufacturer, and shall be noted in data sheet submitted in tender. If
mechanical seal is offered by bidder, the mechanical seal should be as per ISO-21049 / API 682.
C) SHAFT
MOC of Shaft as per Clause 5.1 Table 1-4 suitable to the service. Use of dissimilar material at
flange joint shall be avoided to eliminate any crevice corrosion. Spacing of the shaft joint should
not be more than 3.0 m for easy assembly if it is more than 40kg. If welding is used for joining
two tubes, welding joint must be 100% radio graphed.
D) BEARING & BEARING HOUSING IN GEAR BOX
Bearing shall be of rolling type radial and thrust bearing (FAG/SKF/Timken make only) as
required. Thrust bearing shall be sized for continuous operation under all specified
condition.
Thrust bearing shall provide full load capability if the Agitator’s normal direction of
rotation is reversed. Up-thrust and Down-thrust load must be taken into account in
sizing bearing. Life of the every anti-friction bearing, used in the bearing housing as per
manufacturer’s design, should have L10 of 25000 hr (minimum).
Bearing housing should be grease/oil lubricated. If bearing is oil lubricated, constant–
level sight-feed oiler of 100cc size or bigger capacity is to be provided. Bearing housing
should have oil drain, constant oil level indicator. A provision of one(1) numberG1/2”
thread(ISO-228,Part-1)port is required for remote control of temperature of bearing
housing oil bath RTD.
If bearing housing requires cooling water, volume and pressure of cooling water is to be
indicated in Technical Data Sheet.
Lubricating oil will be the responsibility of Gear Box manufacturer. Hence, manufacturer
has to make arrangement of first fill of oil at installation and at commissioning stage.
Quantity of oil and its grade is to be indicated in Drawing and Operation Manual.

Page 21 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

E) MATERIALS
Agitator components designated as “Full Compliance Material” shall meet the
requirements of the industry specification as listed for the material in the table as well
as in the specification in the respective section.
A detail quality plan is to be submitted along with offer for all items marked “Full
Compliance Material”.
Final acceptance of the quality plan will be approved by ultimate user (hereafter called
NTPC). Hence, it is expected that manufacturer to submit quality plan (QAP) along with
the offer. The same shall be followed at post order stage also. QAP should be as per the
best practice followed internationally to avoid any conflict of interest.
F) Driver ( Motor)
Driver shall be sized to meet all specified operating conditions including bearing
1 housing , seal, external gear box and coupling loss( if any).

Motor shall be able to accelerate to speed at reduced voltage and frequency as


2
specified in “Site Power Supply Condition” as per Clause: 5.3.
3 It should meet Motor specification as per Clause No: 22, reference documents.

G) GEAR BOX
Gear box should be vertical flange mounted solid shaft type (Vertical Agitators),
reducing speed type, specially designed for the requirement of Slurry mixing and to be
manufactured by the Agitator supplier. Complete up-thrust and down-thrust, developed
by Agitator shall be taken by thrust bearing housing of Gear Box. An auxiliary slow drive
provision shall be provided in the Gear Box so that slurry is always kept in dynamic
condition to avoid settling of slurry at bottom, in the event of Agitator is not operating
at its rated speed. Rating of at Gear box shall be at least 1.5 times the rated torque of
Agitator.
H) COUPLING & COUPLING GUARD

I. Coupling and coupling guard should be supplied between driver and driven equipment.

II. Coupling should be designed taking into consideration adequate service factor.
Design rating of the coupling (excluding service factor) should be indicated in data
III.
sheet.
Coupling must be having locking screw so that it does not slide over shaft in due course
IV.
operation.
Vertical Agitators - Coupling between Motor and Gear Box shall be Spacer-type flexible
coupling, made of Cast Iron. Spacer length shall be of sufficient length so than Motor and Gear
V.
Box shall be able to run independently at no-load condition by detaching the respective
coupling.
It is desirable that for servicing of seal, coupling half should not be removed. Coupling should be
VI.
dynamically balanced to Gr: G6.3, ISO-1940.

Page 22 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01
Removable coupling guard shall conform to the requirements of all applicable national,
VII. industrial or statutory regulations.

I) PLATE AND FASTENING BOLTS


Base plate shall be interpreted as the component of Agitator assembly through which
the whole load will be transmitted to the Sole Plate/Nozzle over which the equipment
I.
will be mounted. The Base plate shall be fabricated with mild steel of structural quality
(UTS=42N/sq mm minimum) with anti-corrosive paint of sufficient dry-film thickness.
Base plate must have provision of leveling on its intended mounting place. Sole plate is
II. not in the scope of supply of Agitator manufacturer. It should be noted that Sole plate
will be rubber lined to prevent any leakage of corrosive gases
Alignment between Gear Head Shaft and Agitator shaft shall be within the permissible
limit of Gear Box. Similarly, misalignment between Motor shaft and Gear Box Shaft shall
III.
be within 0.050 micron (radial) and 2 degree (angular) or better as per requirement of
Motor and Gear Box
Sole plate with desired number of hole, will be machined on one side. Sole Plate shall be welded
IV. to the structure after leveling, as recommended by Agitator manufacturer and rubber lining is
completed before placing the equipment in its desired location.
J) OTHER COMPONENTS
All fasteners used in wetted condition must be of AISI-316L so that even if it comes in contact
with liquid by swelling of rubber, thread remains unaffected. Raw material of fastener must
undergo Inter-granular Corrosion test as per ISO-3651, Part-1 for Nitric Acid test.
K) ABSORBER AGITATORS:
I. 1
All Agitators shall be designed for continuous operation.
a
II. 1
The
b Absorber Agitators shall be of Horizontal / Side Entry type.
.
III. The
1 Material of Construction (MOC) of Agitators shall be Alloy 926 or better material as per
Clause
c No: 5.1 Table-1
IV. 1
It should be of Flange mounted type.
d
The shape of the impeller blades of side entry agitators shall be designed to avoid wear on the
V. impellers
1 which will affect the agitator performance as specified for a minimum period of 2
years
e of continuous operation under design condition. The maximum tip speed to be limited to
bidder’s proven practice.
Nozzle size, on which Agitator shall be mounted, shall have enough opening to Insert rotating
VI.
assembly from side. Vendor to provide details of Nozzle size during contract stage.
VII. 1
The Bidder to consider Gypsum Sedimentation during stoppage of Agitator.
f
The following information to be provided along with the bid:
VIII. 1
h a) Impeller Diameter
b) Impeller Speed

Page 23 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01
c) Agitator Pumping Capacity ( m^3/min)
d) Volume per Agitator:

L) AUXILIARY ABSORBENT TANK AGITATORS:


I. 2
All Agitators shall be designed for continuous operation.
a
II. 2
The
b Absorber Agitators shall be of Horizontal / Side Entry type.
.
III. 2 Material of Construction (MOC) of Agitators: Agitator blades shall be made with Alloy
The
c or better material & Agitator shaft can be rubber lined as per Clause No: 5.1 Table-2.
926
IV. 2
It should be of Flange mounted type.
d
Nozzle size, on which Agitator shall be mounted, shall have enough opening to Insert rotating
V.
assembly from side. Vendor to provide details of Nozzle size during contract stage.
VI. 2
It should be provided with a Emergency Flush Start System.
e
The shape of the impeller blades of side entry agitators shall be designed to avoid wear on the
VII. impellers
2 which will affect the agitator performance as specified for a minimum period of 2
years
f of continuous operation under design condition. The maximum tip speed to be limited to
bidders proven practice.
VIII. 2
The Bidder to consider Gypsum Sedimentation during stoppage of Agitator.
g
The following information to be provided along with the bid:

e) Impeller Diameter
IX. 2
f) Impeller Speed
i
g) Agitator Pumping Capacity ( m^3/min)
h) Volume per Agitator:

M) SLURRY TANK & DRAIN PIT Tank AGITATORS:


I. 3
All Agitators shall be designed for continuous operation.
a
II. 3
The
b Absorber Agitators shall be of Horizontal / Side Entry type.
.
The Material of Construction (MOC) of Agitators: Agitator blades shall be made with Alloy
III. 3
926
c
or better material & Agitator shaft can be rubber lined as per Clause No: 5.1 Table-3 &
4.
IV. 3
It should be roof mounted.
d
Agitators shall be vertical mounted type and shall be driven by motor with reducing speed gear
V. 2box of rigid type, solid shaft coupling between gear box and agitator and flexible coupling of
espacer type coupling between Motor and Gear Box. Both Gear Box and Motor should be
vertically/horizontally flange mounted type with a common frame of the whole equipment.

Page 24 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01
The entire thrust load of agitator should be transmitted to the thrust bearing of Gear box.

VI. Cable
3 entry to the Motor terminal box should preferably be from top when motor is vertically
mounted
d at its position and it should be easily accessible.
VII. Nozzle
2 size, on which Agitator shall be mounted, shall have enough opening to Insert rotating
assembly
e from top. Vendor to provide details of Nozzle size during contract stage.
In case Bidder provides a Vertical Agitator with hub design the same has to be of Alloy 926 or
VIII.
better material.

IX. Impeller should be dynamically balanced to Gr: G16: ISO-1940 after rubber lining of shaft.

Operation speed of the Agitator motor shall be at least 25% below the first critical speed.
X.
Additional to the requirement of the critical speed of Agitator, as specified above. Agitator
manufacturer is to analyze the torsional critical speed of combined system of Agitator, Gear Box
XI.
and Motor to establish that the torsional critical speed is well off the operating speed by 20%
from the operating speed.

6.3 MOTOR
 Degree of Protection
Degree of protection for various enclosures shall be as follows:
a) Outdoor motors : IP 55
b) Cable box-Outdoor area : IP 55
 Codes and Standards
a) Three phase induction motors : IS325
b) Single phase AC : IEC 60034

 Painting
Paint shade shall be as per RAL5012

6.3.1 AC Motors Type

AC Motors:
All AC motor shall be Squirrel cage induction motor and, shall be suitable for direct –on-
line starting. Rating of the motor should of Type S1 (Continuously rated) as per ISO-
60034, Part-1. Rating of motor must be at least 10% above the maximum load demand of
the driven equipment under entire operating range including voltage and frequency
variation.

a. All motors, the maximum temperature rise shall be 700 C by resistance method for
both class B & F insulation.
b. For motors with starting time up to 20secs at minimum permissible voltage during
starting, the locked rotor withstand time under hot condition at highest voltage limit

Page 25 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01
shall be 3 second more than the starting time at minimum rated voltage(85%). For
motors with starting time more than 20secs and up to 45secs at minimum voltage
during starting, the locked rotor withstand time under hot condition at highest
voltage limit shall be at least 5secs more than starting time at minimum rated
voltage(85%). For motors with starting time more than 45secs at minimum
permissible voltage during starting, the locked rotor withstand time under hot
condition at high voltage limit shall be more than starting time at minimum rated
voltage(85%) by at least 10% of the starting time. Speed switch mounted on the
motor shall be provided in cases where above requirements are not met.
c. Accelerating torque at any speed with the lowest permissible starting voltage shall be
at least 10% motor full load torque. Pull-out torque at rated voltage shall not be less
than 205%of full load torque.
d. Starting voltage requirement will be 85% of rated voltage up to 1500kw rating motor.
e. Single phase space heaters suitable for 240 v AC shall be provided on motors rated
30kw and above to maintain winding in dry condition when motor is standstill.
Separate terminal box for space heater (As per clause no: 6.0.2) and RTDs shall be
provided.
f. All motors shall be Totally Enclosed Fan Cooled (TEFC), for Motors below 30 kw,
winding shall be suitable for heating at 24v, 1 phase AC.
g. Winding and Insulation shall be of type Non-hygroscopic, Oil and Flame resistant. It
shall be capable two hot starts in succession with initially at normal running
temperature. The insulation shall be Class B or better.
h. Noise level of all motor shall be limited to 85 dB(A). Vibration shall be limited within
the limit prescribed by IS12075, Part-14. Motor shall withstand the vibration
produced by driven equipment. Combined vibration of the equipment at site shall
only be accepted as per the Schedule of Guarantee Clause, as mentioned in the data
sheet.
i. Motor body shall have two earthing points on opposite side.
j. inside the terminal box to suit the conductor size
 Motors up to 1 kw - 8 SWG wire
 1kw - 30 kw - 25x3 mm GI flat
 30 kw - 60 kw - 25x6 mm GI flat
 60 kw & above - 30x 6 mm GI flat

Page 26 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01
6.3.2 Terminal Box

Motor MCR in KW Minimum distance between centre


of
stud and gland plate in mm

UP to 3 KW As per manufacturer's practice


Above 3 KW - upto 7 KW 85
Above 7 KW - upto 13 KW 115
Above 13 KW - upto 24 KW 167
Above 24 KW - upto 37 KW 196
Above 37 KW - upto 55 KW 249
Above 55 KW - upto 90 KW 277
Above 90 KW - upto 125 KW 331
Above 125 KW-upto 200 KW 203
Terminal boxes of LT motors 160 KW (& above) shall be capable of withstanding
system fault level of 31 MVA for 0.12 second.
Ratio of locked rotor KVA at rated voltage to rated KW shall not exceed the
following (without any tolerance)
 Upto 110KW : 11.0
 Above 110KW & upto 1500KW : 10.0
 Above 1500KW & upto 4000KW : 9.0
 Above 4000KW : 6 to 6.5

6.3.3 Testing of LT Motors


a. LT Motors shall be of type tested quality. For each type and rating of LT Motors,
rated above 50KW,the vendor shall submit for Owner's approval the report of all
type tests as per relevant standards and carried out within last five (5) years from
the date of Purchase Order(PO). These reports should be for the test conducted on
the equipments similar to those proposed to be supplied under this contract , and
the tests should have been either conducted at an independent laboratory or
should have been witnessed by client.
b. In case vendor is not able to submit the report of the type tests, conducted within
last five (5) years from the date of PO or in case the type tests report are not found
to be meeting the specification requirements, the vendor shall conduct all such
tests under this contract free of cost to the ultimate purchaser (NTPC in this case)
and submit the reports for approval.
c. All acceptance and routine tests as per the specification and relevant standards
shall be carried out. Charges for these shall be deemed to be included in the
equipment price.
d. All Motors shall be so designed that maximum inrush currents and locked rotors
and pull-out torque developed at extreme voltage and frequency variation do not
endanger the motor and driven equipments.

Page 27 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01
e. Terminal boxes of breaker operated LT Motors above 160kw shall be capable of
withstanding system fault level 31MVA for 0.12 second.
f. The size and number of cables to be intimated to successful bidder during detail
engineering and the contractor shall provide terminal box suitable for the same.

7.0 GENERAL REQUIREMENTS:

S.No Description
Metric unit shall be used in the drawings and in the any displays on the equipments. Special
1.
attention should be taken that the unit of pressure shall be in dual scales of kPa and kg/cm 2G.
For instance the pressure gauges should have dual unit’s indication.

2. Descriptions in the drawings, in the documents, and in the displays shall be in English

All rotating parts such as coupling shall be covered with suitable protective guards. Guards
3.
shall be easily removable type.
The equipment shall be designed to withstand the corrosive and moist environment in which
4.
these are proposed to operate.
Noise level produced by any rotating equipment individually or collectively shall not exceed 85
5.
dB measured at a distance of 1.0 meters from the source in any direction and 1.5m above
operating floor.

6. The overall vibration level shall be as per ISO 10816.

7. Suitable drain connections shall be provided.

8. The equipment shall be suitable for stable operation continuously.

Corrosion allowance: Corrosion allowance for entire equipment shall be in accordance with
9.
latest applicable Indian / International standard.
Unless otherwise specified , flanges shall be in accordance with ANSI B16.5 Class 150
10.
Name plate: All equipment shall be provided with nameplates indicating the item number and
11.
service name. Name plates shall be of 304 Stainless steel plate and placed at a readily visible
location. Nameplate of main equipment shall have enough information, which will be
confirmed during engineering phase. Stainless steel nameplates for all instruments and valves
shall be provided.
Rotation arrows shall be cast in or attached with stainless steel plate on each item of rotation
12.
equipment at a readily visible location.
Unless otherwise specified, all equipment items where the weight exceeds 15 kg shall be
13.
provided with suitable lifting lugs, ears or ring bolts or tapped holes for lifting rings. Minimum
shock factor for lifting lugs shall be minimum 2.0. The position of lifting lugs and reference
dimension shall be shown on GA and/or outline drawings. NDT shall be conducted for lifting
lugs. When any spreader bars are required for lifting and laydown, the bidder shall provide
spreader bar with equipment.

Page 28 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

S.No Description
Skid Mount/Transportation: Equipment shall be fabricated as skid mount design as much as
14.
practical to minimize erection at the site.
If the driver/driven equipment train is in the resonance condition or any vibration problems
15.
occur, the bidder shall solve the problems in a timely manner.

16. Bidder shall provide the necessary gaskets.

17. All the surfaces of the carbon steel should be rust prevented before shipment for the period of
at least 12 months for storage and construction.
Bidder to provide capacity of crane or hoist required for material handling and the details of
18.
heaviest component to be handled.
The list of all Bought out items with makes and country of origin to be mentioned along with
19.
offer to be submitted.

20. Quality Plan to be submitted along with the offer.

Cost towards the participation in discussions/meetings, providing technical assistance during


21.
technical discussions/meetings with customer for approval of drawing/documents etc. TA/DA,
boarding and lodging to attend these meetings shall be borne by the bidder and shall be
inclusive in supply portion.
Material of construction for all equipment/components shall be subject to NTPC/ BHEL
22.
approval during detail engineering. Accordingly bidder shall consider MOC for all
equipment/component as per best engineering practice, global standard and global
references.
Bidder to provide sub vendor list and Bidder shall strictly adhere to NTPC approved vendor list.
23.
In case bidder proposes an additional vendor for an item or vendor approval is required for any
new item, acceptance shall be subject to approval by NTPC/ BHEL before placing order and
bidder shall submit relevant documents as per Attachment-VI-Sub-Supplier Questionnaire.
It shall be the complete responsibility of the successful bidders to obtain “Sub Vendor
24.
Approval” from BHEL / NTPC for all equipments & components. Any delay in sub vendor’s
approval should not affect the project schedule. If any of the sub vendors does not have the
approval of NTPC/ BHEL, the same may be replaced with another NTPC/BHEL approved sub-
vendor only, without any price implications to BHEL.
The modalities of inspection (Stage, Final, In-process) shall be finalized during detail
25.
engineering after submission of quality assurance plan (QAP). It shall be reviewed by the
BIFPCL/ BIFPCL’s consultant and BHEL. Bidder shall follow the procedures of inspection as per
the approved QAP. Bidder has to submit the following documents along with inspection call
and if any other documents required as per approved QAP.
- Raw material inspection certificate
- Internal test reports
- Statutory certificates as required.
- All inspection & testing shall be carried out based on the following documents:

Page 29 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

S.No Description
b. Relevant Standards
c. Specifications
d. Approved drawings
e. Data Sheets
f. Calibration certificate for all the measuring instruments
g. Bidder should also coordinate in getting the MDCC’s (Material Dispatch
clearance certificate) and all types of IC’s (Inspection Certificates) from the
NTPC along with BHEL.
During detail engineering, bidder to strictly adhere to BHEL/NTPC drawing formats, document
26.
numbering, quality plan & FQP formats
The identification and numbering of equipment, systems, items, etc. of supply, as well as of all
27.
documents and drawings shall be in accordance with reference Designation System for Power
Plants - KKS system.
Complete detail engineering drawings, calculations, selection of components etc. shall be
28.
reviewed & subject to approval of BHEL/NTPC during detail engineering
Bidder shall furnish necessary inputs & drawings of all equipment in editable Auto CAD/ MS-
29.
Word /Excel format.
During detail engineering, successful bidder shall ensure flow of drawings/documents as per
30.
schedule. Any comments from BHEL/NTPC should be addressed timely by the bidder.
Bidder to note that list above is not exhaustive and any work /items required for completing
31.
the smooth operation and ensuring satisfactory running of the machines till final hand over to
the end user shall also be in the scope of the bidder.
Bidder shall submit the signed and stamped copy of all the pages which constitutes this
32.
technical enquiry specification signed by authorized signatory and clearly mentioning each
clause under following two categories to avoid any ambiguity in scope understanding & the
scope division along with technical offer.
a. “Accepted without deviation and considered in scope of work”
b. “Not considered in scope of work”

8.0 PACKING AND FORWARDING


Proper packing to be ensured.
1.
Indigenous Supply: Blower & sub system assembly shall be wrapped in polythene bags &
packed in a strong rigid wooden crate. Rain water should not enter into the Blower internals
during storage in the outer yard of power plant.
Imported Supply: All imported supply should be packed as per Sea worthy packing standards
Annexure - VII. All imported items should have Sea worthy packing. Liberal packing materials
and struts shall be provided to arrest rolling and to protect from transit damages.
Equipment and process materials shall be packed and semi-knocked down, to the extent
2.

Page 30 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

S.No Description
possible, to facilitate handling and storage and to protect bearings and other machine surfaces
from oxidation. Each container, box, crate or bundle shall be reinforced with steel strapping in
such a manner that breaking of one strap will not cause complete failure of packaging. The
packing shall be of best standard to withstand rough handling and to provide suitable
protection from tropical weather while in transit and while awaiting erection at the site.
Equipment and materials in wooden cases or crates shall be properly cushioned to withstand
3.
the abuse of handling, transportation and storage. Packing shall include preservatives suitable
to tropical conditions. All machine surfaces and bearings shall be coated with oxidation
preventive compounds. All parts subject to damage when in contact with water shall be coated
with suitable grease and wrapped in heavy asphalt or tar impregnated paper.
Crates and packing material used for shipping will become the property of owner.(NTPC)
4.
Packaging or shipping units shall be designed within the limitations of the unloading facilities of
5.
the receiving ports and the ship will be used. It shall be the bidder’s responsibility to
investigate these limitations and to provide suitable packaging and shipping to permit
transportation to site.
Packing (tare) shall be part of the equipment cost and shall not be subject to return. The
6.
packing should ensure integrity and cohesiveness of each delivery batch of equipment during
transportation. In case of equipment assemblies and unit’s delivery in the packing of glass,
plastics or paper the specification of packing with the material and weight characteristics are
to be indicated.
Each package should have the following inscriptions and signs stenciled with an indelible ink
7.
legibly and clearly:
a. Destination
b. Package Number
c. Gross and Net Weight
d. Dimensions
e. Lifting places
f. Handling marks and the following delivery marking
Each package or shipping units shall be clearly marked or stenciled on at least two sides as
8.
follows.
NTPC NATIONAL CAPITAL THERMAL POWER PROJECTS STAGE – II
DADRI, 2 X 490 MW.
UP INDIA
EPC CONTRACTOR:BHARAT HEAVY ELECTRICALS LIMITED, INDIA”
In addition, each package or shipping unit shall have the symbol painted in red on at least two
sides of the package, covering one fourth of the area of the side.
Each part of the equipment which is to be shipped as a separate piece or smaller parts packed
9.
within the same case shall be legibly marked to show the unit of which it is part, and match

Page 31 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

S.No Description
marked to show its relative position in the unit, to facilitate assembly in the field. Unit marks
and match marks shall be made with steel stamps and with paint.
Each case shall contain a packing list showing the detailed contents of the package. When any
10.
technical documents are supplied together with the shipment of materials no single package
shall contain more than one set of such documents. Shipping papers shall clearly indicate in
which packages the technical documents are contained.
The case number shall be written in the form of a fraction, the numerator of which is the serial
11.
number of the case and the denominator the total number of case in which a complete unit of
equipment is packed.
Wherever necessary besides usual inscriptions the cases shall bear special indication such as
12.
“Top”, “Do not turn over”, “Care” , “Keep Dry” etc. as well as indication of the center of gravity
(with red vertical lines) and places for attaching slings (with chain marks)
Marking for Safe handling: To ensure safe handling, packing case shall be marked to show the
13.
following:
a. Upright position
b. Sling position and center of Gravity position
c. Storage category
d. Fragile components ( to be marked properly with a clear warning for safe handling)
Each crate or package is to contain a packing list in a waterproof envelope. All items are to be
14.
clearly marked for easy identification against the packing List. All cases, packages etc. are to be
clearly marked on the outside to indicate the total weight where the weight is bearing and
the correct position of the slings are to bear an identification mark relating them
to the appropriate shipping documents. All stencil marks on the outside of
cases are either to be made in waterproof material or protected by shellac or varnish to
prevent obliteration in transit.
The packing slip shall contain the following information:-
15.
Customer name, Name of the equipment, Purchase Order number with Date, Address of the
delivery site, Name and Address of the Sender, Serial Number of Agitator, BHEL item Code,
Gross Weight and Net weight of Supplied items.
Prior to transport from manufacturer’s work to destination, components of the unit shall be
16.
completely cleaned to remove any foreign particles. Flange faces and other machined surfaces
shall be protected by an easily removable rust preventive coating followed by suitable
wrapping.
All necessary painting, corrosion protection & preservation measures shall be taken as
17.
specified in painting schedule. Supplier shall consider the coastal environment zone which is
defined as “very severe” during final finishing/shipping.
Successful bidder shall furnish the detail packing /shipment box details with information like
18.
packing box size, type of packing, weight of each consignment, sequence no. of dispatch, no. of
consignment for each deliverable item against each billing break up units/ billable blocks.
Without these details the BBU shall not be approved during detail engineering.

Page 32 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

S.No Description

Also, complete billing break-up with above mentioned details shall be submitted within 10days
of LOI.
All items/equipment shall be dispatched in properly packed condition (i.e. no item shall be
19.
dispatched in loose condition such that it becomes difficult to store/identify its location at site
at a later stage).
Cases which cannot be marked as above shall have metal tags with the necessary markings on
20.
them. The metal tags shall be securely attached to the packages with strong steel binding wire.
Each piece, Skid, Case or package shipped separately shall be labelled or tagged properly.
9.0 SUPERVISION OF ERECTION, TESTING AND COMMISSIONING

1. The erection of Agitators will be done by owner as per Erection Manual and check List.
However, the bidder shall make one visit per boiler for the supervision of erection, pre-
commissioning & post- commissioning check-up, start-up, testing and trial runs of all the items
covered under the scope of supply. Only supervision for Absorber Agitators are required for
the 2nd visit.

2. There will be one visit per boiler and totally there will be 2 visits for 2 boilers. The bidder will
be informed well in advance for the visit. Bidder shall include 15 working days for first visit & 5
working days for 2nd visit in the offer.

3. TA/DA, boarding and lodging shall be borne by the bidder and shall be inclusive in supply
portion.

10.0 EXCLUSION

The following work associated with the Agitators will be by others:


a. Walkways, platforms and ladders
b. Element handling hoists.

11.0 INSPECTION AND TESTING


The General inspection requirements to be considered are as below:

Bidder shall furnish written copies of shop production, fabrication and quality test procedures
1.
and drawings to be used on the Agitators for review by BHEL/NTPC prior to manufacture.
The Bidder shall furnish performance test procedure along with standard. The test procedure
2.
will be reviewed and approved by the BHEL/NTPC.
Since there is no standard for “Acceptance Test Procedure” for Agitator, Agitator manufacturer
3.
is to submit a test procedure and Quality Plan, clearly indicating that equipment will meet the
desired parameter.
Power consumption at motor terminal and vibration of equipment will be conducted at site.
4.
Vendor to indicate other material tests that are to be conducted as per their practice in their
Quality plan.

Page 33 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

S.No Description
No liquid should enter the tube through any flange joint. “O”-ring used in the flange joint will
5.
deteriorate at a highly chlorinated and acidic environment of medium at a maximum operating
temperature unless right quality of rubber is used. Hydrostatic testing of tube assembly is
required at a pressure of twice that of maximum liquid column in any tank or 30m whichever is
higher. The hydro test duration will be for a minimum of 1 hr to check sweating at any flange.
Hydrostatic test is meant in part for a check of equipment joint at new condition only. It is
cannot be considered as a guarantee of functional objective of rubber used.
6. DYNAMICS
7.1
CRITICAL SPEED
7.1.1
Operation speed of the Agitator motor shall be at least 25% below the first critical speed
7.1.2
Additional to the requirement of the critical speed of Agitator, as specified above. Agitator
manufacturer is to analyze the torsional critical speed of combined system of Agitator, Gear
Box and Motor to establish that the torsional critical speed is well off the operating speed by
20% from the operating speed.
7.2
VIBRATION SEVERITY
7.2.1
During performance test, unfiltered vibration measurements shall be made with running of
Agitator in Air. Measurement shall be taken on the Gear Box thrust bearing housings as well in
motor top.
7.2.2
Guaranteed Site vibration of the equipment on its own pedestal, at commissioning with
normal level of liquid and with maximum liquid at respective tank, Vibration limit at site will be
as per ISO-10816, 1.5-2.3mm/sec even if Motor rating falls below 15kw.
7.2.3
Vibration measurements of bearing housing shall be made in root mean square (RMS) velocity.
7.2.5
Vibration levels measured on the non-rotating parts shall not exceed the zone limit “B” as
defined in ISO 10816 at steady conditions and shall not exceed the zone limit “C” as defined in
ISO 10816 at transient conditions.

8. For surfaces with rubber lining Welding shall be visually inspected to verify the absence of
rough area and unacceptable transition between surfaces which prevent the adequate
adherence of rubber. The acceptance criteria shall be as per latest standard.

9. For surfaces with rubber lining, degree of cleaning shall be visually checked before the
application of the coating. There must be no area with oxidation, dirt or partially or generalized
corrosion defects.

10. Test certificates shall be issued for each lot of raw material used in the coating, corresponding
to specific weight and traction resistance.

11. For surfaces with rubber lining, adherence test shall be conducted on production samples.
Adherence test shall be conducted on the actual surface through hammering. In order to verify

Page 34 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

S.No Description
the absence of air packets (or) surface without adherence.

12. For surfaces with rubber lining, Coating thickness shall be checked at 100%.A High voltage
porosity test will be conducted on 100 % of the coated surface.
Out of all Agitators One Number of each type will be inspected at the Bidder’s works before
13.
dispatch or where the test facilities are available.
The Bidder shall conduct performance test for the remaining Agitators and submit the reports.
14.
Contract shaft mechanical seals shall be used during shop tests, unless the seal design is
15.
unsuitable for the shop-test condition, if applicable.
Agitators shall not be released for shipment, until shop tests data and performance tests
16.
curves have been approved by Owner.
Bidder should furnish performance guarantee as per applicable standard guarantee for the
17.
design, manufacture, material and safe operation of the equipments.
BHEL shall witness the test at Bidder's works and a notice of minimum three (3) weeks shall be
18.
given for attending the inspection.

19. Bidder to arrange all calibrated gauges, Instruments during inspection.

Mechanical running and the performance test shall be carried out. Bidder to arrange Motor of
20.
same / higher rating for the shop test and inspection.

12.0 PAINTING

1. Surface Preparation : Blast Cleaning SA 2.5


PRIMER COAT:
2.
a. Zinc Epoxy
b. DFT= 80micron per coat
c. No of coats = 1.
d. Primer coat thickness 80 micron.
FINISH COAT:
3.
a. Epoxy High Solid
b. DFT= 50micron per coat
c. No of coats = 2.
d. Intermediate coat thickness 100 micron.
e. Total DFT : 180 micron.

4. COLOUR CODE (based on DIN 2403:2007-05 & DIN 5381)


a. Base: To be informed during contract stage
b. Lettering: To be informed during contract stage

5. Rust preventive paint after inspection at shop floor before dispatch shall be in bidder’s scope

Page 35 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

S.No Description
Corrosion protection, coating and galvanizing, painting shall be taken care by the bidder.
6.
Bidder shall submit the painting scheme during detail Engg in line with the specification and
shall be subject to approval of BHEL / NTPC.
13.0 SPARES,TOOLS & TACKLES
Any special tools & tackles required for the entire equipment to disassemble, assemble or
maintain the units, they shall be included in the quotation and furnished as part of the initial
supply of the machine. List of special tools & tackles shall be decided by bidder as per his
proven practice. When special tools are provided, they shall be packaged in separate, boxes
with lugs and marked as “Special Tools for (tag / item number).”Each tool shall be stamped or
tagged to indicate its intended usage. Levers and eye bolts for the removal of parts to be
serviced shall be submitted with special tools.

START UP & COMMISSIONING SPARES


13.1
start-up & Commissioning Spares shall be part of the main supply of the Agitators. Start-up &
commissioning spares are those spares which may be required during the start- up and
commissioning of the equipment/system. All spares required for successful operation till
commissioning of Blower shall come under this category. Bidder shall provide an adequate
stock of such start up and commissioning spares to be brought by him to the site for the
equipment erection and commissioning. The spares must be available at site before the
equipments are energized. The List of such spares to be provided during bidding stage.

14.0 PERFORMANCE GUARANTEE

All performance tests for Agitators shall be carried out in accordance with any latest
international codes/standards.
Bidder shall furnish Performance guarantee for the design, manufacture, material, safe and
trouble-free operation of the Agitators and its accessories
The Bidder shall ensure a design of the equipment to achieve an average target availability of
98% for 120 days and average target availability of 95% for 1 year.
Noise level ≤85 dB (A) at 1m horizontal distance from equipment/enclosures and 1.5m above
operating floor is to be guaranteed.
Vibration levels measured on the non-rotating parts shall not exceed the zone limit “B” as
defined in ISO 10816 at steady conditions and shall not exceed the zone limit “C” as defined in
ISO 10816 at transient conditions.
Acceptance tests to be carried out as per the procedure defined by the bidder which shall be
submitted for BHEL/ NTPC approval.
1) In the event that the performance test is unsuccessful, bidder shall take necessary
remedial action at his cost and the performance test shall be repeated.

Page 36 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

S.No Description

15.0 BID EVALUATION CRITERIA FOR POWER CONSUMPTION:

1. POWER GUARANTEE
Bidder to specify the total guaranteed power per Agitators operating at the rated capacity in
their offer

2. BID EVALUATION CRITERIA FOR POWER CONSUMPTION:


Total guaranteed power consumption for Agitators shall be quoted by bidder.
Lowest quoted guaranteed power consumption will be taken as base value. Bid prices of other
bidders will be loaded @ 197,080 INR for every KW excess over the base value as per the
formula given below.
Adjustment factor for excess power consumption in INR = (GPC-BV) X PL
GPC- Guaranteed Power Consumption quoted by bidder in KW
BV- base Value i.e. lowest quoted power consumption in KW
PL- Power Loading @ 197,080 INR/KW
No Price advantage apart from NIL Power Loading will be given if Guaranteed Power
consumption offered is less than the ceiling value.

16.0 LIQUIDATED DAMAGES FOR POWER CONSUMPTION

If actual Power Consumption during prove out (or) PG Test operating at the duty point exceeds
the value guaranteed by the bidder, liquidated damages for shortfall in performance shall be
deducted from contract price as per the formula given below
Liquidated damage deductible in INR per Total Agitators = (GPC-APC) X P
Where
GPC- Guaranteed Power Consumption quoted by bidder in KW
APC- Actual Power Consumption in KW
N- Total Number of Agitators
 P- Penalty @ 197,080 INR per KW

17.0 WARRANTY

1. The warranty period shall begin on the date of taking over by NTPC or date of issuance of the
provisional acceptance certificate for the unit (whichever occurs first) and shall end after
twenty-four (24) months. Provided that the successful bidder shall extend the provisions of
this warranty to cover all repaired and replacement parts furnished under the warranty
obligations hereunder, subject to the warranty period for the same being for a period of 24
months from the date on which replacement or renewal work is completed.

Page 37 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

S.No Description

2. In case of failure of the equipment to meet the guarantee, NTPC/BHEL reserves the right to
reject the equipment. However, NTPC/BHEL reserves the right to use the equipment until
new equipment supplied by bidder meets the guaranteed requirement .

18.0 FIRST FILL OF CONSUMABLES:


Bidder’s scope shall also include supply and filling of all chemicals, reagents, resins, lubricants,
1.
grease, filters and consumable items for operation up to commissioning including top up
requirements. All lubricants proposed for the plant operation shall be suitable for all operating
and environmental conditions that will be met on site consistent with good maintenance
procedures as instructed in the maintenance manuals.
2. Detailed specifications for the lubricating oil, grease, gases, servo fluids, control fluids,
chemicals including items qualities and quantities required per month of the plant operation
for the NTPC/BHEL’s approval herein shall be furnished within 2 months of placement of
Order. On completion of erection complete list of bearings/equipment giving their location and
identification marks shall be furnished to BHEL along with lubrication requirements. All types
of consumables, lubricants and grease shall be readily obtainable locally and the number of
different types shall be kept to a minimum. For each type and grade of lubricant
recommended, bidder shall list at least three equivalent lubricants manufactured by
alternative companies.

19.0 TRAINING

Successful bidder shall provide comprehensive training for NTPC/BHEL Engineering, O&M,
Erection & Commissioning staffs at site covering all aspects of the Agitators - Operation &
Maintenance, Troubleshooting etc.

20.0 CONFLICT

Bidder’s equipment shall be designed for and shall meet the service, performance and
minimum level of quality requirements specified. Bidder shall be solely responsible for advising
BIFPCL in writing of any conflicts between the specifications and Bidder’s design, including
performance and levels of quality. Bidder agrees that its obligations, liabilities and warranties
shall not be diminished or extinguished due to its meeting the requirements of the
Specification.

21.0 DOCUMENTATION

A DOCUMENTS TO BE SUBMITTED ALONG WITH THE OFFER

The Bidder shall submit all documents, drawings, diagrams and all such information, which are
necessary to fully understand the offer for techno – commercial evaluation as per Annexure VI.
Annexure VI documents are required for proper evaluation purpose and vendors are requested
to comply with above in all respect.

Page 38 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

S.No Description

B DOCUMENTS TO BE SUBMITTED AFTER AWARD OF CONTRACT


The Successful bidder shall submit necessary data, documents and drawings for review,
approval as specified under Annexure VI.
Drawings that are reviewed by the NTPC/ BHEL will be returned to bidder with a transmittal
letter with any comments and / or questions marked on the drawings or noted in the letter. All
comments and questions must be resolved before a resubmission of drawings / documents. If
the design has not developed enough to resolve some of the comments or questions, bidder
shall place a “hold” on those items or areas of design. NTPC/ BHEL reserves the right to return
drawings unprocessed to bidder if there exists any evidence that bidder has not acknowledged
all comments and questions.
All necessary GA drawings, sections, sub-assembly drawings, specifications of main and sub
components and necessary set of operation & maintenance manual as asked by NTPC must be
furnished by bidder in soft and hard copy forms. For all documents softcopy format shall be
searchable pdf, however in addition all drawings, diagrams shall be supplied in ACAD or other
editable format and all lists in Excel format. Further break up of technical documents will be
discussed during finalization of the purchase contract.
Unless agreed otherwise, Ten (10) hard copies and five (05) sets of electronic copies of all
documents are to be submitted in the English language. Electronic Copies shall be submitted in
primary original data format (e.g. DOC, XLS, DWG) as well as in a printable non-proprietary
document format (e.g. PDF). Especially P&IDs shall be submitted as DWG files and PDF files.
Bidder to ensure submission of hard copies as per NTPC requirement for all engineering
drg/doc and for all subsequent revisions along with a soft copy through email to concerned
project team.

22. REFERENCE DOCUMENTS


1. E,C&I specification – NTPC:DADRI:FGD:AGIT:00

Page 39 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

23.0 ANNEXURES

Page 40 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

ANNEXURE II- SCHEDULE OF GUARANTEES

TO BE FILLED INDEPENDENTLY FOR EACH TANK’S AGITATORS)

Sl.
Description Unit Data
No.
1 Rated Input Power at Motor Terminal at Normal water level KW ###
and at Normal voltage and Frequency (*)
2 Possible Rate of deposit of solid particles at tank bottom of % ###
total solid particle inflow/outflow
2 Noise level at a distance of 1.0 meter from the equipment at dB(A) 85
site
3 Maximum vibration velocity at site) (RMS) mm/sec 2.3
4 Life of Agitator components parts, from the date of
commissioning 24 months
 Blade of the agitators shall be of stainless steel or Nickel
alloy suitable to the service condition. In case, the ,vendor
offers the Blade with Rubber lining’ the guarantee life of
Rubber lining of the Blade shall be minimum life
 Shaft should be of “Stainless steel” or “nickel alloy”
Anti-friction Bearing 25000 hrs.

Note:

 (*) -Any excess KW at motor terminal will be liable to charge (Power Loading) @ 197,080 INR/KW
(###) –Data to be filled up by vendor

SIGNATURE OF VENDOR _______________________

NAME _______________________

DESIGNATION _______________________

Page 41 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

ANNEXURE III- VENDOR TO PROVIDE THE LIST OF COMMISSIONING SPARES

Sl.
Description Quantity
No.
1.

2.

3.

4.

5.

Qty will be Number or Set as applicable

 Vendor to identify each and every item which they consider as recommended spares. Each and every
part that is considered to fall under guarantee clause shall be indicated in this list.
 Rubber items which are having a Self-Life will also be considered as wear item.

SIGNATURE OF VENDOR _______________________

NAME _______________________

DESIGNATION _______________________

Page 42 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

ANNEXURE – IV

a) REFERENCE LIST as per format shown below. (Atleast two reference plant details)

Coal Wet
Project fired Limest
Name , Yes/No one Type /
Size of Speed Year of
S.No Customer Based Model Hor / Qty
Tank rpm Commg
& Plant FGD Vertical
capacity Yes/No

SIGNATURE OF BIDDER --------------------

NAME -------------------

DESIGNATION ---------------------

Page 43 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

ANNEXURE – V- LIST OF DEVIATIONS/EXCEPTIONS TO THE ENQUIRY DOCUMENT

Sl Clause Page
Description of Deviation
No No No

Note: Enlarge the table to incorporate items

SIGNATURE OF BIDDER --------------------

NAME -------------------

DESIGNATION ---------------------

Page 44 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

ANNEXURE -VI

A) DOCUMENTS TO BE SUBMITTED ALONG WITH THE OFFER / AWARD OF CONTRRACT:

Sl. Description With Proposal After Award Of


No. Contract
1. Compliance of specification yes --
2. Deviation List Yes --
3. Performance Curve yes Yes
4. General Assembly Drawing Yes Yes
5. Motor Sizing Calculation Yes --
6. Cross-sectional Drawing Yes Yes
7. Data Sheet Yes Yes
8. Sub-Vendor List yes Yes
9. Material Test Certificates -- yes
10. Erection check list -- yes
11. Pre Commissioning Check List -- yes
12. Scope of Supply Yes --
13. Quality Plan yes Yes
14. Operation & Maintenance Manual -- 10 copies + CD
15. Spare List (Mandatory., Recommended) Yes Yes
16. Start-up & Commissioning Spare yes Yes
17. List of Special Tools Yes Yes
18. Delivery Schedule yes yes
19. Test Arrangement Yes Yes
20. T-N curve Yes Yes
21. Motor Drawing Yes Yes
22. Curve of Motor (T-N, Efficiency, time etc.) Yes Yes
23. Catalogue Yes --

SIGNATURE OF VENDOR _______________________

NAME _______________________

DESIGNATION _______________________

Page 45 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

ANNEXURE-VII

TECHNICAL SPECIFICATION FOR SEAWORTHY PACKING

Refer to Specification No: PE-TS-888-100-A001 for detailed specification on Seaworthy packing.

SIGNATURE OF BIDDER --------------------

NAME -------------------

DESIGNATION ---------------------

Page 46 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01
ANNEXURE-VIII

INSPECTION & TESTING

Refer to all clauses for Inspection & testing requirements.

Sl. Unit of
Item Category Quantity Component
no. Quantity

1 Material Test Shop Inspection Set


2 DP Test Shop Inspection Set
3 Radiographic Shop Inspection Set
4 Magnetic Particle Test Shop Inspection Set
5 Ultrasonic Shop Inspection Set
6 Hydro test Shop Inspection Set
7 Inter Granular Corrosion Test Shop Inspection Set
8 Dynamic Balancing Test Shop Inspection Set
Testing
9 Performance Test (Internal) Shop Testing Set

10 Power measurement at situ Site Testing Set


11 Vibration Test Shop Testing Set
12 Vibration Test Site Testing Set
13 Noise Test Shop Testing Set
14 Noise Test Site Testing Set

Note:

 Enlarge the table to incorporate items


 Set to be interpreted as a complete unit

SIGNATURE OF BIDDER --------------------

NAME -------------------

DESIGNATION ---------------------

Page 47 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

ANNEXURE-IX

HEALTH & SAFETY MANAGEMENT MANUAL

Refer to all clauses for Health & Safety requirements.

SIGNATURE OF BIDDER --------------------

NAME -------------------

DESIGNATION ---------------------

Page 48 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

PART – II

TEN YEARS - AMC and O&M SPARES

Page 49 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

24.0 O & M Services for 10 Years Operation – Annual Maintenance Contract (AMC).
O & M Services of Agitator & its accessories to be taken up by Bidder at DADRI Site. The O & M
services will be for a period of 10 years.
SCOPE OF O & M Services:
A) Annual Maintenance Contract (AMC):
1. The Bidder to carry out maintenance of Agitator & accessories supplied for a period of
10 years. The contract shall cover both preventive maintenance & Minor / Major
Overhauls.
2. All services call shall be attended at the earliest.
3. All spare parts required for the upkeep of the equipment’s (Agitator & it’s accessories)
to be stocked in advance or arranged within 2 - 3 days’ time to ensure trouble free
operation & to meet the 95 % availability as per specification.
4. The Bidder has to take necessary approval from site In-charge for carrying out
necessary maintenance operation.
5. The bidder shall provide qualified technicians for carrying out the AMC at site.
Necessary site support will be provided by BHEL. TA/DA, boarding and lodging of such
technicians attending to AMC requirements shall be borne by the bidder and shall be
included in AMC scope.
B) O & M Spares:
1. All spares required for the upkeep of the equipments for 10 years operation is in the
scope of the bidder.
2. The bidder will submit a separate list of spares required for AMC from
a) 3- 4 years operation.
b) 5-7 years operation.
c) 8- 10 years operation
Note: 0 -2 years covered in warranty clause.
3. The following is the minimum spare parts along with their break up price to be stocked
by the bidder, if applicable.
d) Impeller Assembly 1 no. of each type
e) Bearing Assembly 2 no. of each type
f) Motor 1 no. of each type
g) Belt and Pulley (If applicable) 2 no. of each type
h) Gear Box Assembly (If applicable) 1 no of each type

Page 50 of 51
TECHNICAL SPECIFICATION OF AGITATORS –DADRI 2 X 490 MW

DADRI:FGD:AGITATORS:R01

C) GENERAL
1. The AMC (A) & O & M Spares (B) are part of the scope for 10 years up keep of the
equipments.
2. Maintenance charges – AMC (A) & O&M Spares (B) together will be paid yearly on
a pro-rata basis for 10 years.
3. The AMC (A) & O&M Spares (B) rate to be quoted separately with the main offer.
4. The Price offer for supply of agitator & 10 years AMC (A) & O&M Spares (B) of
agitator & its accessories will be considered for Evaluation.
5. All spares to be used during AMC under this contract shall be strictly inter-
changeable with the parts for which they are intended for replacements.

Page 51 of 51
ANNEXURE-I- PROVENNESS CRITERIA_
CLAUSE NO. INTENT OF SPECIFICATION [Catea
NTPC

4.00.00 I QUALIFYING REQUIREMENTS FOR EQUIPMENTS/SYSTEMS

4.01.00 Provenness criteria for critical equipment, auxiliaries, systems and


bought out items:

The Bidder / Bidder's sub-vendor(s) is required to meet the Provenness


criteria and/or qualification requirement for critical equipment, auxiliaries,
system and bought out items as per criteria stipulated below:

4.01.01 j Agitators for the Wet Limestone based Flue Gas Desulphurisation (FGD)
System offered by the Bidder shall be only from such manufacturer(s) who has
previously designed (either by itself or under collaboration / licensing
agreement), manufactured / got manufactured the respective equipment(s) of
the type, application and minimum equipment rating as stipulated below such
that the respective equipment(s) should have been in successful operation in at
least one (1) plant for a period not less than one(1) year reckoned as on the date
of consideration for approval but not later than six months to award date of
contract to the Main bidder:

Tvne and Rating for Qualification


St. Name of Type of Equipment
No. Equipment Equipment Application Rating

(0 Agitators Vertical/Horizontal Wet Limestone Agitator rating not


based FGD less than that
application in supplied for 500
Coal fired MW or higher size
power plant unit for similar
application

Bidder shall offer and supply only the type of the above equipment(s) for which he
himself or the manufacturer proposed by the bidder for the above equipment(s) is
qualified.

The Provenness criteria for equipment (Agitators) stipulated at SI.No.4.01.01 (f)


above shall also be considered acceptable provided the rating parameters ( i.e.,
Agitator rating) is covered within the operating regime of the respective Agitators
performance curve of the reference plant equipment.

4.01.03 A JV / Subsidiary Company formed for manufacturing and supply of equipment(s)


as listed at clause no. 4.01.01 above in India, can also manufacture such
equipment(s), provided that it has a valid collaboration or licensing agreement for
design, engineering, manufacturing of such equipment(s) in India with a qualified
equipment manufacturer who meets the requirements stipulated at clause 4.01.01
above (or the technology provider of the qualified equipment manufacturer) for the
respective equipment(s). Before taking up the manufacturing of such equipment(s),
the bidder/ his sub-vendor(s) must create /have created manufacturing facilities at
his works as per collaborator's/licenser's design, manufacturing and quality control
system for such equipment(s).
CLAUSE NO. INTENT OF SPECIFICATION

Further, in such a case, such qualified equipment manufacturers should have,


directly or indirectly through its holding company/ subsidiary company, at least 26%
equity participation in the Indian Joint Venture Company/ Subsidiary company,
which shall be maintained for a lock-in period of seven (7) years from the date of
incorporation of such Joint Venture/ Subsidiary or upto the end of defect liability
period of the contract, whichever is later.

4.01.06 In case the Bidder or the proposed sub-vendor is not manufacturer of proven
Agitators as per clause 4.01.01 (f) above but is a manufacturer of Agitators for
similar process/duty application in petrochemical or metals and mining industry,
the Bidder or the proposed sub-vendor can also manufacture Agitators, provided it
has collaboration or valid licensing agreement for design, engineering,
manufacturing, supply of such Agitators in India with such manufacturer who meet
the requirements stipulated at clause 4.01.01 (f) above for the Agitators. Before
taking up the manufacturing of such equipment, the bidder/ his sub-vendor must
create /have created manufacturing facilities at his works as per collaborator's
/licenser's design, manufacturing and quality control system for such equipments.

4.01.08 Before taking up the manufacturing of such equipment(s) as per clause 4.01.02,
4.01.03, 4.01.04, 4.01.05(i), 4.01.06 & 4.01.07 above, the Bidder / its sub vendor(s)
must create (or should have created) manufacturing and testing facilities at its
works as per Collaborator / licenser's design, manufacturing and quality control
system for such equipments duly certified by the Collaborator / licensor. Further,
the Collaborator / Licenser shall provide (or should have provided) all design,
design calculation, manufacturing drawings and must provide (or should have
provided) technical and quality surveillance assistance and supervision during
manufacturing, erection, testing, commissioning of equipments.

4.01.09 Bidder shall offer and supply only the type of the above equipment(s) for which
it, itself or the manufacturer / Collaborator(s) / Licenser(s) proposed by the Bidder
for the above equipment(s) is qualified.

4.01.10 The Employer reserves the right to fully satisfy himself regarding capability and
capacity of Bidder / its sub-vendor(s) and the proposed arrangement and may
prescribe additional requirement before allowing manufacture of the equipment
listed above for this contract.

Note to clause 4.01.01


(1) Whenever the term 'coal fired' is appearing above, "Coal" shall be deemed
to also include bituminous coal/brown coal/Anthracite Coal/lignite.

-

as
_c
(/)
a)

co
E
O
a)

Fr)
a* a)

co
TC)

*4.01.01/*4.01.03/*4.01.06
Equipment indicated under clause 4.01.00, sub-Section-I, Part-A ofSection-VI.

OP OD OD

a)
111, _c
c < • • c
E a)
a co as
co el o 01 .10 CO
gt OD

X° a. 01, OD MO
C
Csi c> • •
Co
O
= (73 .2 t)
(4? C)T.) „su 9- a)
(f) f•r, t OD OP OD OD

a) c ..c OD OD OD OP us. "5


re D O a) •

O u) o -C
in1_z co
a_
n. z
•I—wE
(I)
Z o C
0
0 1§ U
O a)
E a_ 0
0 CO CO
O O Z= (7)
0
a •
0
off whichever is not applicable.

E) 0
8
O a)<
u)
>a) E_
E • O
= is.-)
Z 0_ _c
to
cB .c
Bidder's Name andAddress:

do

• -a
do
O
cs)
Summary ofCritical

c (L)
0
IP
o
3 -°
• 9= -0
To 2P-
1 III
ID
D
Cr a)
a) Si

O

0_ a)
E IP

0- co O
LLI Z 41 Z
5 o ra .-- co Z13 a5 0 C) 15
-c) 1E CD 17)
o o2= u) o co
0 o a)
cc) a) -o 0_
_C • L' a)
as CL
-r5 E3 0 0
c _C > (T) a)
D co co , co .,
C -es as _c r-
COic 70(.7)C B- 0 Cr) 0 4-

CD 'T 0 _c _c CD eL co
CL _0 -Se Tii g 'clo- ,E 2 o u)
E -
45 .2 = 0 (.) E 73 -0 (0) 2 CI u) =
0 u) >. L.' (1) 0 a) a) CD >6 (1) ,_ co all
0 _c CU a a)
>. -J o -C E c n3 5 co - m cf)
L' (-)
a co c
u9 45 (0 45 o 2, E (2 t 0 3 -0
o_ E) .2 7 '6 ci u)
co = a) • a) E _8' o 2
(1) - <, E 4- -0
c,) 0- 6-
c) m
u) 'a-.) c -= 0 -0 .0 2 ci t -5 co a) 2 7 (a3 I--
_0 -0 .= (13 0 a) 5 'E) 6 0 < o)
= -c) = to._ > .c o_ a) 9.- 2
_c m co a)= L_ o
co ;5
....., -8 _., --) ,8.>, a 72 2-c --.
(13 .-' , , ”
„ , 0-
Q)
.... u) CZ CD CO 1:3 u) = 04' = >, 15
..., , a 5 . cT3 La- cE a_ a) o 0_ u) (i) a.)
o> c c aC E co
(o0 a) a) - 2 co E -20.5 ,. -, .c
0) -c) E t - a) E -E = -0 = - (13
c8 a)
-. o)- a)u) a) _a t)
-• - a) o CT) 1:1) . c0 0
0 ms
= ° - , , 13) 2 2
a) E c , co a) Po cf) L.• co '5 _c a)
3E o_ a) _0
13
Q if) D )- co u) E = -5 u) --.-
a) .5 a) (I) ,42- 4-
b cs
5 _o a) i)r c(0 U o
_c
_ 0_ .c ,_ 2=_c '8 = `i a) = -0 in-c =
c a) 0 _0 cn a) >, co
E c::) -8 LE c
g c.) 0
CD o a) 0 u) = C1) 2 -8 r.)
O _c N ,-
u)
.-F-
— CO
c) (z
,—
=
1 3 a)
cp = E o v; f c E -0c -E.
a_ a) , 8 .2 0
E
5 (1) c 4 c >:.c - _,- c < :.42. ,---:
._ co - co (13 co 0 CL CD c 0) Zr) 0
8 (,) (T5 E 2,1 o E co = 0_ 4-
...o
7 k. .1) -es -.E. E c3" 6
- a) c E 0_ a) 4- a
L >,
= c m 0 Es 2'- a)
CO = E U ,___ E)c -t15
CL
-- a. 0 .c)-
5 -_Ccp_Cri
=v) ..E ri' ..- -a
65 N r7) = a5 a% co cpE 4-
0
= (13 0 c -2
<2 E o- .c E
a)
P co a_ a) u) o = a (13
CL) 'E. 73a) 3 _(1..5 o a) •_ o
-- 25 '4-4 -o 8 0 45 .i= -E CT3 ----
as
0_ .ca) cn a)E a) =w a) cs
-c) >, o_ .=
co CT .
a) 2..1 ccc7:_-; CD • •
0)
co El? (0 co u.),
=
To Et 8 (,)
co 0x cfs 1-15 „) 8 a)
5 c o 0
"F- cE) it .5- = c) — o (,) a)
- 0- o- a) c (x)
-7 5
„_ co a) CrCrcas---- O ----
..p
.A.--: o ,._ 17.) s-0
.o_ a) o cP- _c 2, _o
= -)
u)
as .E. 15 - _,,,, 2 co -c- c
•_ a) o a)
U _ 2 a)
...-• _c 0 0 E u) 0
a)
co To-
45 -o >, a.) Tts E
a) b > ° -' E o)
co
>4 (i)- .ro
- () 4- u) a) = as = .0- .C13 0 al (Z X
Q_ co o a) 0_ 0E)) o = El 5 "5 .g. .,7) 2
c CD
m a3
u) o a) P ,T3 c
cE 5 0 o_ -c
r- u) 0) 0"
E -E C a) '1/4.; c c CU20- as C '''
co 2 _c
o 0 fCDIT) .2
_c "65 2
0_-c a=30o ,_ :..- ,_ ........ T-1.) _c Cllc
co ..,(13
0 =
(p - (1) -c >..
+-.
-o
c 8 = _c 8
°- e, a” ,caO. 0). -)> _c.
co
D
a)
N(J)
(/) C
0 Coi) 7 0 (f) a) _, E
= 0_ a) •°-
4 -4c a3 a, 0- 0) 0 05 0 IL) O CS
> CD
> '-)
,_ ....., _ 0-
a.) a, c ,- a) = c c C 0 = -o 0
U) 0 0 ,,,..02F4_ • -c 0 a/ -E
cs >, 2
0_ (/' 0_ -8 0 U)
co e _C
* strike out whichever is not applicable.

=E cT) 0 La -c c co ,3) o
M 0_ (0 a) f-) C 3 (D
> c:ts) , E , a) _,_ =
85 16
0 0
C \I ›... .) a) - .Q o = cco 0- 8 = 0)
0- _c) 0V) -..•• -8 8 (/) (1) sa =
_c Q)
L as (1) (13 0 7,3 8 46 .....
c ()co 0) 73 _c,0 cE (7) (i)-( a 0)
'-' -C
0 a) 92 a)
(7) -c ,..--• u) -0
2 , . >
(L) =
CL u)
0 C M '13 c
_C
0 _C M
-3. < Lc a) a) 11 TD
u)- I' ..ii) - 20_Ti
. C) (15 1= eL I-
C
co 4-
(13 0 "5 ,- -E _ca co § >,c Q) = _c (-, _0
7
>4 ca al
o o 2 CD (1. CO -0 0- _C •5 -a a) as c
Laa• 2 , ....._ CL -o EL) o) 2 co a)
o) C -0 (1) = u) -6
0 <c 2 E E a) E CL t) = _, (1)4-8 E,
D •,-
= 0 c E 8 "
5 02
(73 E) _c 5 -
O 7 0• >, ,_ ... ,.,, as -cs c =
0 CT
0 °
(1) _c
4■ C

a
TtS :•-• 0 73 >" 4-): cn .° (i) _0 = '---" = co ..--, (1)
>C a, 73u._>„ _ 8 ' TD F 2 (
7 -0 c T
.... c O E -0 -co— (,) - (D (1.i) 1) Fii V r.: a) •,, (1) CD co a) s-
O cc5 = _c 0_c
O E >, 0- CDc -- 7....3_o a)c
,
fl
a 4i3 co E -a E'
.= °-
>' .5
a- o o a) > _c (,)= > '
0- c"- E > a) a) a) c Fo 8 -`2 c •E
Ts O C.) a) C.) c..) u) o _o 0 >^ <
— ci)_c >.. LI- TSco4,a)> o0 C E
= .--
c) ' u) as
a.
a) E _c,---•
-, E
- c).•a)_, o
4- ,_
O
O
O
O
c3 4-) 4-)
to
cn , of_—
Y o
,r,el -(c
-5 ,..:= --
c,
1- T- c
„, -0 a.)-0 c
Z 4- U.+ 0 " .5
Uj 0 _ -a _0

MI a) -- = - c) >
I a) . ._. 0 2
. (/)
o a3 w c 0_
< °- c _c •- 0_
o c Ca
I- ...= c o
< Ets as .4-,) o
O C --, 3
sr)
03 u)
0a)0——- 0
a 'VI
5 4-• (1.)
O 0 a -0
C 0 c7,
4-5 Cr) I..1- C
P C 0

MW unit size
C .-P -0 0
• 2 cp u)..-

o
,_ -c ai
Reference Work

o -c' Is'
w
4-
a) 0
fj2 O
E ::
17, a)
.c g
4 to a) -'-' -a- )
>,—co E o c _a
_a < =.1" (,) 77
a)
,-
a) 9E)---
t) -0as (i)
-c
_c ;:r) 5 a) 'E
A-_: _c) ,_ ,q.
a) E .,-_ ,.., =
moo s
cc 2 =
a3
— LE aj a)
,,- ,..,
,...
-0
a) Q) >,
a)
.c
0)coa)a----c
, .,_
67) i(a55 ..., ' I-)- 8
— c O.
-0 a) co o 0 c
o
> to O E 03
(1) .-C.)
ct
N = L.:
CU -0 .-
-C .0 8 .- E -oa)
_ -6_ i .c -0 TD_
o_
8 ca --Ti$ E -0 as
-o
c (,)„E 0. o
,--.E
cs 0
-a a) c 2 CD
a) c u_
> 0 > .0 (1)
10
Name of equipment manufacturer & address:

BriefTechnical particulars of the equipments:

..CS -0 c- -('' 7..C., a)


(0
= El2
0) = ._ oa.)
ci' .2 as
_o
"D 1W
-3 'a5o' —
0-t5
Date of commission of the equipments:

a)
0 0 C
0 = Z- a " ..=; 0
0. (i) '''C' CT3
a) c co (.0 (D(:)
c) 0 -t/5
a)
cu
E t,-3 0 4_ E
._ o 06 isi(I) •Zi
rtl- -6 E =
Model no. of the equipment:

*0).,-: cl) E
...._c____ V) ")
C (13
-0 ,... -- -0
as 2 tii
a -0
O E.) 0 C -0
a) a) '0 as -(E;
clE = :- a) (0 oo c—
Agitators suppliedfor

=
' (7) I') c- (.0
a) as = u) as E..) LE cm L-
C3 c a) 03 o 4.a) -0 C W
.....=;
(I) (T3
N -C .-
.u)(.)
= _c
co ,..2 03 L13., o
E ,_ a) a) a) 0-
0_ -0
(-6 ...-2- Es, 0
* W LC -*-C' C
0
-2
4.- 0
E o2
.-P
i•- a) :E 1= E 0_ 0 c 4-5
.c 7
(3
O c Z.) a) -.--
...
2 c 1.- CO • •-• E (7) 75
cp 0 (/) 0
a) co = 0 -C 0
''' C 0 Z 0
1

.5) 2 as crs •S
« ) 75_
m2 -c
a
Z
to Attachment-3K
:.=.
co
,.., —
E = -- b
a) o c 0:
*— -0 CD *
(5 t j % 8
8 )
43 o ' 2
eL c) >" -C3 E.
* C a) 0
R3 C13 (f)

enclosed at Annexure
*0- O '' 0 P
ID /
E GG
0 u) a, 0
Reference Work

2 = E -2
E a) g. 0., CO
a) 0 C CO

7 — ' oO 0
. c/ .7b- 2E
as _ .o -5 1a5
(w-) = 25 as
a.) = al
-
IT P *
E ea. < _1

o
c
a) — .=-
c >. w
c —
o ao
m o
c
a) C,
—I1
o
0-
C (ti °
(13 t— (13
-C -,-•
""
Flue gas Desulphurization system deta ils:

(t)
—C0
ci) 0)
0 0
a) .—
0
S -6 a) a)
1,z$
FL -0
* Strike off whichever is not applicable.

•— o
EL2
as ca. 0 1?(.13,
.E)

;
=
(f3 afs 0 0(ti
a)
Performance details:

27
— _c
_c
= 0
Scope of Work:

C
o E
m .x
m
a
t
- c
o 5 g 22
_c a) 0 vu
0 ($.12

(7)
0 Cr)
o ~a) ma)
c Lis
c :cc) ,..
= E. .
c a) --*
(1) C ' c _c
a)
'c 73
g +C-.) v a) (I) E
c,_ 75 0 (1) Til 2'
c a) 73 .- _C 0
0_ c(),
>:-. a, E
.ci
O fa Ca 0 C (13 Tel
45 cr) a 0 a -- :.-•
z Cu53 ( co i:5 = cn
.12
•,- ca)...-;
c o 0 ,
03 =•5 co -0 ' - 0- * (7) C1-
,,, ..Y a)
< ....
x
w a)
E Cl) - k--
o = _c —=
a) c
.c _c a)
>w.) w
u)
c.) .-
(13 .cg si 'Tti
co
, o co o </..„.
.) g
=
st
= g _ow E (D cp- _c 2 Ls --- u) -E . c
(13 0 a) c= cu 2 4_ .(n a) c
TO. 2 E co Lc , o _c E <
.-c"'
X ‘-- E_ ,..c:i *5; ....,
iO _c
a) ›.., iusi .6
7.:) 0 .s0).1.6, Q
(
(1
c C3
5)
0) Z1 . .a-, 2 45 .5 to
25
0). .2 a)
m >
8
01 CS
a) (r)_ - 65-
.,) a) 1=
_c 7-
13 10 73 (I) a) 0
o- c 44 CD E _C 'Cr) -a " ° Cn 7
a.) Cl) L V) 0- cTs u)
cn Ti
(T3 P( - (al co
(1) " 0
11.2 (
(1)"0
1:3 C)
7, -6 2
.c
a)
en
ra,:li
4).,.. 0.) 5 2

t> (
c ,2 a
0 0" 4,5 ; :
co
0 c
o
Ca 2
0

m
a) a3
as 0 -5 _o . c.) c _c - CD = _c
V
7) C
,-. -•-• C 0_ ',7_
4-■ i_
4-(75 -° = _6 1._ 0
:1-) CL -=7 ,_ '‘
7, c o , = o 9-
a) as To u) a) .- -,--.
c)
:c
o
> C c Q a3
>... (1) 0
t■
C)
(2 cs) 0
>
ca 6 0) c N
f 11

Cr) -.--, o c 4(2 "a'


QE C c c o_ '2 m a) O
0- CD cc cn (7
2 co _c 5 '5 CZ c E •12
CD .c = "-
(Data to be furnishedin line with format given at 1.00.00 of this Attachment)

(Data to be furnishedin line withformat given at 1.00.00 ofthis Attachment)

E 0_ -5 a) 5 -c c .c 92 E 2 a)
o :i.z' > o c i-
a) as o , as ,.._ o o) u)
El) -7 E c -c 1c.3 a) E u , • C 0 a) v as
c ci -o _c -0
u) U c .a. c to c a)co 2 E. cm<-,
(130 -5 E (i) co . -t
ti6 a) a) 5 a) -0 Q) a) .(79 g as
O a O0C C c E E = -. c a_
* (7) ci) a) 1:3 o c 0 clp -t5 i) .-,
c cc as ,-
0 >-,
0) a)
(1) 0 * -5 8 0 --
= > Ca • - -,, u)
u) _c c 0 ,7
o
2
a) ,CO- 0" p a) T2 "
— 0— •,= ..0 0, =
,._ , E >,) 5 :0 0
_c 0. a- .... 0 'at)
___ M_. 0 TT3 f)
72- (76 (../2.- Z .2 La o > a)
as
> . ca a)4-
= l- C
C E a ci_ , a) ...„ ---. (r)
o >,U •- '0 . i.-) (T/ f.)
a) Tss' C ,I=1 Co
c 4a.
‘-
(1) 4CT; co CD 03 = lE) -"E .E a) 1E- a.) To oP
O a) 4= cf)
5 -'-• = (ti
. E 5 -m —° E c)- --, ("
0 c,3- C0 ‘--
>, - cr) a. >, r.-- ..-. ,.... 0.
cu
o t:j ea
Uc _c
0 .., c 5
cr = c 2 -) (-" c
CO CO-t-
-
o_ L.' -0 ( c)
7,
co v) )5 o a) a.)
a") — C— r- cr)
C
O CIS c C13 -0 0_ La Ta as T.) v gi 8 ,. 5
0 73 a) -0 a) > t a)
c7) > La
(I) > a)
o To 2 c u) as
0 _0 a3 c (1)
cf) ,,_
.92 CO ,.,
.:_ cNi .- _c
.... a) r)
(1:5 13 (73
Q0E = a) ,
U Ca (1.) 2 .g. <, - CO -a -~ c
-/-
)=
CLZ"
0_ 47-; . P2 -->
--,.c
W (I) :5 c u) RI 2 cu
2:.1 a) (7)
.o
0 n.1r"
-. ri .0 CD (1) -0 -C'
ci- o c E -o
.0 CD = 0- 8 c - 0 Ta c 'r= a) C .- a)
O
C E *-- a) = 'T a) > C) .u) -ra'
E c -c cr) 02 Ec w 56 °- 7,3 (T3
2 ' as -a --5, c.) '5.0-
0 c >4.c
-c v a)- Q
== a) p ..... ci.
as
m '5 -E ca
R > < PT f) N om
- u) a) •-
_a 0- (13 U 15 = u)
o a) Q. , a) cf)
a) as E co lo u) -a Iii
a) --'
,... as u) c as IT;, cs 0 0 - Ca -I_ 1-1.3 -.E•
a) -0 I) .iii (a L' E s_ a)
(a 0 • -C '--.
.-. (-) = C.)4-
0 D ci) _C 0
CZ -0 ti o c
U >
5 c = cn E
c a) = a'
Ems~
ai . 73 _c a)•x >
---) o LE E
.._ .4= a) o u)
0 .= ,...,„ ° . -C
S ) • (- . a9 -6D ->. " - • "-
. Li.
z‘ CD ..E. •-9- -. (') -‘"
--__ > CO zt .g
en
0 E CD 4) 2 4'32 if) (-) E3- .L- Y ,_) "S ca ° _ -5
0E 0- .-
0 _C .) c min >)^ a) S co l- ._= •-c o ": *
CB -C 0 C(a co .- (7) ,-
-- t
_C O 2
— 4.- C 7)
-t CZ 8 .-_, .c.) < a) >., ,(2 a) 2 43 as -0 a) c;ci _c) o cn -c
(I) < -.--' 0 = (1) = ,.., c1:5
9- > .6=- - CD- = = C -t E'5)- (1) CU
0 u) c o -0 = a
C. co a) a)
(licicumcz= q- < 7)
c7)ET..)ELL-L).).9-0 E.(L'
CO -E z_`,t5 (a F < C1.-

O O
O o
O c; CR
c.i o O
O
N *c.; C.";

73 "E, t) '6 2 a, _cO 1:2


1 ..c
a) D
U)
i
)
-0
> „.,
= -.-' C _C 0
-0 T..). a) M 0 C '' " 0 (/)
(--) a) a) - 6 1-
cs a) cn o _ o -E 465
M 7,5 0_ as D c . .i_c
!.... * 6 E _ .i.- 0 .- P)
I- st- cn 0_ " u) (I) _C (.,/) a a 2 0
D a) c = - 48
Z 4.. 0_ " ---. 03 0 a) ,_ 03 0 4- .=
Lu 0 .E.-)' .,__,
CU
--,
CO t
• u
1
-0 0 a.) i.12 >
CO t7)" c :- cu up
.= 2 a) 0 .1"
-- C ...- ' s=
0 -.). 0 o ,.. CU CZ
UJ a) as D 0 -u5 _c 't .=
2 Cn -.(t5 CD 0 C‹
*-.-.0 >. .(2) 0.
CZ
a) CO
-0 Cn
0)(13c w -•-...
>,
0 C13 waso cl) .- (0 _c - = = = a) c 7
-0
(1)
< a- 49 E C 2 L- -••._. ,, 72 ,_ 0 -r
-0 (1) CO C *-- ID W
c ,-
I- -76
D( • -2_C
a' T3) "E -ai LO "a 0 ii) = r..) a) co
c 0 c P_) 7)
I- P
a (/) 0 -.•-•
- V) 0 ,s- •;.." CD
(1) a)
all > _ .03 - V)
c 0- E a) E '.,1" 0 6) (..)
a) • ....-. a) (-) u) o -
,-. o > < = 73
(I) '- '-' as x c.) -• -0 .,'_ u) 2 ,, a) 0_ c a)
0 3, 2
.0 _
(1) a) a" c (7) a) >, (1) a)
c 1 (1.) 6
1x' c 1-6 4-,... ,, 'E.
Q _c -- C> u) > _ ._..., c 8 0 (1.) - (-) s-,
.. .0 0 -&-).' 8
_0 - -c al (13 .5 a)
CO = O+
2- 0 -)
E = c ,2 q ui E
-- 5 -(7> u) (cli 0_ cc-t3
C O En U) To
,), 13 .1-z-- ti ai ')
,,_ 8 w wo, .: 6 C
v)
,_ "E (D CD '`E'
s- a) =
4 E 0 E tts _8 .>,
:,-.7 '5 .g.C 'E'
. 1;5 `; 4- C o a) ,- ,._ 0 > Cr

-- LE o c- o _o vi cz2 < To E c .S2 0 _c) 0
< o - c5 (D So
+ o - :.= a) •- ...., , = c
_c
5 a) 0 6 co 0.)- as = 0 u) as
(Dt0C>Cr EL) V) Ca < = 1-5 (13 (1)
-.-' - 4--. U) ca C = -0 ..- Cr)
ID
C
_r -7
1) 0 .c
0 )-- 4.) a) 0) 0) CU C Ci) < 8 4-, ----, -0 ,
=
-.,,
_ 2 " To 8•E i2
E cs) a" ez 45 z5_Ca)1-
F 7_, -0 ID TS
L- -E. 2 = > = 7
a) ; - 0) 2 o t.
) 0 ,-
..__, =_
•5 2 3 'ar) a) „...., 4-
- -- "
a.) (15 '2
.,, =
4-' Eas:.:12 c).-.-m :'2 .o) c'y .1.7' &- ,_(,) ,..-_,.. c ...:c
„s
o) = .- E o_ (.-) m cr) (7) C U) = a) C a) cn c 0 m - c
E ,
LL c -,-
- as c < -ID a) s,, a) a Cl.) O (13
a m -4. 4) m a) .0 4,2 t 0 E 15 a ,' -m. . -
-
- E u) 2
03 EL.5 .g a
2' E
a ) _'c w
c, cts c; a3
_c
c.) 03,...,.,.,ocac
s- cy s,-, 4- _c s- _c in „.... _c cu :-..
o I- ..L2 0 CU t.,3 _a)
C 0) ,.., ni
00 --. --- -C
....• ..,-- 4- ED =
- .a)
CZ
Z
<
CD
' 12 CL (.)
7,
c
- ..(2 a
l _c
-C C
• 4n,
o E cr)
-:,
- 4.,._
___ •ui
c- F) (5))
4_ ,.
-65> .-c r
as T:
(D E 2
(
0) i <1' ra g
(7)
c a)
< :5
0 (1) a) 1"" cA) 0 .wo ---- a)
15 a 6 < u) .' E ,0 -a
0 .- -0 0 (5 -0 -
0 U
• 9,,, (r) .En. 2 ia; LE , .x a, 9)
•W c u)
• ■II■1

_c 0 L' = .. E
‘)

.::c- u) ) - ..•
:__. -.E. ca c_ 0 v)
r.) '-=--5 c,
67 _c
6-- 8 2 I'
'46 - -0
To 'k 2
> a.)ctjut u)
.-,
-"'
.... 8
-c;:s' "(LTi_ 46
0
a)
C
= )
o ..,.,
,,, 72 m i ar) 2 c
a) a)
0
0 ----Ea)a3,4_6)
,q c..) -
o (13 C c5
-- --- o Ta , • a_ - C
.c= -i7) c..)

O 42II_
( > 3. 0 1-
,.,
• = TO a) = 0 4- ••=j
0=a = -0Y3 CIS - cd. = .‘...7. o t --
a) c a 2 c (1) 0 -2 cEu 115
•t- .= cs as as w > "en as Z TD
00 ., a ca = .o x1) (J)
- (lw
o RS 0
= 76
4...
caC E2
o _c 5 E 17.
0 > -1- E0 .w E 7 4-•
-0 .0 4-- ...=
. • 03 or) TS?0 (158 2a a2 .,_
2 C'
CU 0
ID = e (y) a) 17; (1) cl) O 6 c C al .0)
.(.0 .c
- CZ
C En
a) cuc
- '-- _coi-:
0 o = o _c 0- _ u) a) '2 w _0 = < = = ti
> u) a) co Cr) En _0
Ui -0 0 2)
•_ 0) c > = < ...a a) (70
0 -0 t P, C -Ci (15 ca a) , o as , - _c 0
4- c a) -6) 0 a) a) O E
0 Ca (i) < . -8 8 = (1 2- u) 4., 0) C.) 1:::1 _,., • - >
,- a) _- cc 0 c
• 73 ro 4CD (1) al w '
0_ a
2
E
,_ 15
a)a).- .4.,'... 77 as -V)
c ,.. 0) 0 L- -s- 8 a) clic- E 1,..to •-c
o = eL

a) 7., (-)
a.) . q
o
..- O. > 3. a) 13 .C O-
„) 0 t !... o - a3 _c
._u) -
.0 %-0
8
■.1
-o
C
_cs . o ay C al
.0 a) -c) a Ta COO '66' ,, ...: .- W
..c a) =
u ) Ta
z• 4j
.
c, (c
1> .- i o as --
5,
-' "ma- =.mcn 2 it3 :t.. >
‘ - 5 E - O
''
cu • (I) c) , a . ) 2 c1 3 o
-• c. _- ' L:"- -N,_ o u) 2 cn .0 o , :-.E a) -
92
,a) a) .8 2 a) 0 * 0 a) cn as LI c
" o
0 cr)
=- .03
--,-, 0 ....S 0 "
N- ._ 0 _0 .4=
T..) =
C U)
u)
--d3
(75
C = -0 - .1't
(T3 c > t - a) LE
c a) - -, o -0 _.
m s a 0 _. 4 .2 -T)' °3 -8 _0 -
73 - -a) s- ,I) c :E c C/O
- 0 .- _C _C ■• -C (13 -• E .- 73 CO Z .-
rn '7
0
C 6 cs)
(1.)-
..,,. -w CD- = • C
E N 0 co -C 'ffi ra E '2 g_ to _c • E 8 = _C 0 a)
(f) E (.)o
.- - ._ L.= = 7 L.. L.. .(/) E ca I- 4- E .?.
a3.)
'.
M 4="
C
O ": 15
- 0
2 f) :
(
7) 4E
o
= ,p
().. O
0 u)
.=. ,..0
C .0 -C:)- ...=E
ril (CO
= 0 tO (1)
t=
C
0 Cr)
Li- 0 ..l■ ..I■ 0 C ..I CD 0C
0 0 1/ - NO P ,_ c-
„, w w•
0 ' 03 • -
,,C i.- 0 0 w c 0 .-, a) C - >. a) °L-- P 0_ <7)
L -0 ...1: c -
n.,
a.) tw
_C C

-C) St
_c C
0
_a
2 _c - -0 .--, ,.:-• = -0 -c a
e)
t 1- 0 CU 2.- 0 -C
CO
-7. CI -C
_C I.5
cts t= ..-' 0
_C ro C !.=
31)
,.., ,._a)
> 0 c .2 co )
cn a) „,
)-- I- c = a) = ,2
•5
03 • .- (1)
.0 co = a.) .0 • 4.-"(2
=
to
0 ID SD = > CI.
03 (;) mi - 17)
•- N mi -0": +6.5 U a ro
0-ri- co CO
0 v) c
= a) a) a) CT 0. a) -> o_ ->. ° 0 co
(7)r.)t_a38a) ',7) 2 e. < (.0 > ca ...-. > co u)a) = u) T.)
o- fa _o > E

O
O O O O
ce) CR O
O
O
O O O
4' I■••
ANNEXURE-I

X C 11-.)
a) 1.0 a) o a.
_c c)
Ei_)- a) -0c
,-
co o cp 0
7?) _6
8 P a 17.. (9 .,
c2 = 4 7 (2 = sT
Z ° -I 1- Lu RIS a) (r) o
-L1.10 (-) cn 175
5 u) ce 0 i ›.... - = _ 45 5
0
o ..0 a.) a3 rT3 .E a)
Z ru Lu ,ce L.0 < I- T) a) -0 x
Lu 0 D i
i 1_ Cl_ LL LL 'c,73 ...-
F- 95 0 as
a -J DctU)C)0 c a3 , Ifs' ce
5 8 * « < w „
Lu Zu ..a.
0o 20 ,-- 0
a) ,-
,,
,...
O 0 D (1- u) c_, •-•
-c 0 E 7:1;) ,)) Q o3
._Ce
cf 0=F- z zz
t,
III< a -c, z 2 a.) a, 't 0 i-',-)
w I- a Ce 0 ILI 2 2 c2< -,5 V) 8 0'o L_
-0„ ..o
O
< o_ 1- i- W r-% 0 = = a.5)
co Ce re 0 -2 ceCe
EL 0 (_) 0 re `-' U-
7 CU
(7)
0 2) a : .4),
2 Li) =6
o 0 cu
H - Ce < ILI 5 ,-..
1-` cc -c co _c u, 0 45 sr) v_i_
(9 "T 0- CL9alinLLI co
03 I.- - -0
Z Z 0- CD 0) = cn CC 0
n 0 < I-
Z Ca
DW fxE1: °-
_1 F_ -0
a) 0_ .0 (7.) (.") C.,)
w := (ID)
..;
_ p u_
0 cr) Lu -I M :.-. w (Ts
all 5c E cr, 0
0
w
0
0 U-
ce
i
0 1.... i
IL
i1i-) w E i_ _c =•- fl_.) .= s
ce
;5 0
L.. .0 cu > u)
5 RI
Lu 9 Lu
LLI r" U) (/) 0. = u) ry
O 03 O. V Lu gI'Ll% 73 0 c (1
i 5 -c .4
Z M < OIS=Ut% ''' C CU 0 0 -0
CD
n co co a cT:i -,—I—
uj 0 — p 1-6 co c 7)
u) _c =
,..
z 0 0 2 L4'. 4 2 co "I a) 12
0 co 92
o_
o)
c c ._
T-)
5 I-
< -- < i=0• ,„ Eyi - ‘,c1 -c) =
u) r, r_
- E_0 x
cu
=(L) =
1- Lo co >- z L" 6 a) _cco
UL - a 0 u- ce -a)0 -0xa)- -
'''' _c
00 -I °3 11•1
0
4-•
0 E u)
a) _ 0) LE c
a c? - a m "4• u- Cr) E < ir._) o
Lu CC •cr 0 LLI tZ 1-,.; 0- a, _ = 'c7 co
W0W 5 _I 0 o
CD_1 ._ --• 0
0 u- u) D -• (..) < P 03 0) 22 c 0 P.
7 Lu I- LL (..) < a.) -.-• CO = Xa_
C
O< z x < 0 LLI =I (,)12 'E 0_
E a)co
E _c(...)
0 LU a ct Cr) Lc : 64, E o
cG (-) Lu LLI _4: Li 'a 12
O CC
Lu Z L.T.Ct -4 _1 -talEas
03 0) o LE
IL 0- ..a.3.
u)
a
CD 0 5
t- w
i2 ic CI *5 .5 2-
0. 0 < W 2
a CL > x
.0 -aic0T..5
T-'
=c a< ,_a) ==11-2-
0 (/) u_ co-0
cf)
Z CO m - w ® a) =°
-a = c_
0
c.)
(..) CD c =3
RI-zz = -0 =
< Ej < 0 z co +6 CtI (1) c
I- 2 i= Y (n 82
IX 2 < < =, E- = k/
o
ILI ceZUJ
o W I- >-
_1 eL a) o .a)
-0 c) -0 2-'E'
OEa)
z 5c cc
LLI
0:1 I-
Z ()
7 I-1-1
sE
W- Z 0 c 0 -e
c - '5
E > 0-
LuaLI-Lii z .o as c2
0 LI 0 Ce 0 -0 cn 5 ,?,, 0 9 -0
-) 1- a — < 0 @_ 0a) L'< Z t a)
a) E
LL 0 Lij a D al as .2 .. a) (/) Ta
Z u- , --)
o PI-I00
Lu c) M
121 0-al
'': :5 cn
cn t -0 g) <-0 =
uj LU < , Lij 0 6 0_ --- cts 112 .(-5 (f) - -
Lu Lu D 0 i _cox
0 2 0 Ti 1- 1- ..E a) : eL Ts
(..) ascn ".2- - cri
I3 2
-
• i
• ▪

0 =c; ci) 6 aC, •• (4 Csi sS ..6 12 13 :i_, 1-5


CL .0 E 0 u)
I- V) -=,
— •— cr, Cl), !.= „) •,C
7_ p as
Y Ti) • 0 Ta a) •-.-e-,
.0
VD 01 a) 0 7:3
I- r
Z co
(a .(7) 4- Z -0 .-
• _, >, 0_ 0
o •- a) -9 t va
Z 4- a, V) E "E' •E' cs) .0-
Lu 0 52 o a) (a,-'5' (:;13)MC0) >, 0 c -ri; - C 5
2 ac)
W 0
eL
,),)<
'L' ,
,-„ o -•
•-.- (..) ,-- D cr co_o 7:3
---. co
'Li-5 E .4
.-
0 - or
o C13 4-W
2ca0) 0 To 0 ,-, 5 = al CD 15 73 .- 1- El
0 -0 _E (n• 0 03 - •cl- a) C 03 c)t ° 0 -
' CT) a) -o 0 0
c0 C
< °- a) IE
112 .."' •- cy) -as=o ra a) _c a) (...) a) 8 c.— ., c Eo
}- _a c ---. .I7- a)
-4- a ‘-
5D
I- -7) 5 E- .... -v
ts =) __-CCT)ca
.= , ._ O a9 - .--
5z
(
-_0 "-a 5
f

C
< Cr) -,_
a.) a.) (I) 6)E = c .2(-)02-‘
-, = a) .c
a) cr
.5 r
c.) 65 a) WELT (0 V' c) 0 •
cC >-,O D u) .' ..-. C) ,C2 -(:). T2 as
=C U) 2 2'
V) --5_ ,.. 5<cuas, =as '5 7-_) a) a) I-
as 5
17). a) a) 0) c 4- (1.) C c)
cL -= a,c a) o .-es
c E 2= u)
CT) Ej
as a) o c - 4 Li 13
(,, 7_
c.0_) -0
V)
c -,_
•-> - 5 = ri C as m
a) _ a) -s- 0 ,- 2 2
. , _E •.,=.. 0 cy)
nou) 'E'
a) cli a))
-P u) .
a)
.02 a)
_c _o
co 2 D t) a)

E as E -cs 03
0
(6- a_ u) E
co co = 8
Lo o y_ co 5 (7 u, — 0 E a) 5 4:2 2
0)—z
1— °) "--.
a) -0 =O W V) ----
C .5 _c CT ....
45

u) a>
C

C (.0
=
26 c
'FT,' o fn = a) c :•.= -E
_c a)
11)-tu. . co E, To (cs c)
u) E a) cni
u) 2 f.1.2 E -•
u) 0 o 1P1 i`l) 11) 5n
, , .2 ,.....
= _c c a) 0) ., .0_ ----
._C,.._
a)
a_ i.2
V) ,- c0 "5 E if) l-7 V) 0
CI_ a) 03 5 E' a)
c a.) ,,, I._ 4-
,, IT)
- _ a) D CT
co 0 — ...
cz)_ =es 0) if)
„,
u) E a) a) cr a) -6
E .c -2. 2 O-0 2 a) C
-cs 0,_c ca _c -, 0 iL'
C >, u) a)
Lu 0_
E 4-
-o •- o-
o ET) - 4-) .- •,7 _, ._ cc
as aa _c a) = ku
Tts ,E)' a. s.- !--• s:',- 2
-0 Q 0 a) 0 (,75 0 ,>;,.. -a>a)
,
(0 5 '5 .4 c E ,— = 0 0 „, ,0
:.c.. < =0
1 fp- = 0o E 0 a) 6
5E a) 2 c o 03 -E 2 '5 cm
c0—z
as _c 5 6 2 as 45 (sTs
c >, , E a_ -5
a_ a) c 7)
c -i-_--
= 0-) -= ci) _c 2 z
ca 0(1)
c_)ce
0 > cp (3 - a) u) 8 a)) _a _ 'S -C
O -le
.F. (13
0_----
-0
(1) 8
o „Ea_-< cSz:a72-cmtx a) Ce tias .92, c.). E
• 4_
12
2 ,- .0 as = = -
c 1-1 ti -E-) -5 t cg--, -, -5 E 5 cl) ,.„
c cTs .§- '4 203 0 0
o7 RI 0. a) ._, (1.) cu 0 0 .= _c) I-I 0 ,. C cr)
2-T Ea cr) ca w• 4- et) cp -L- C u)
o
c..) T) _ i- e--- = c
r- -0 7:3 c = V) -1--- (0
(1)
= IL:L c7
CL m: :, I P: (=
E1 ) ,2E •r_ ,_
c0 or) u a) c 03 '"' 0) C
03 — I-.
= 0
•- •C= Z =ri) C 15 E Ctl-C-1:3•-
Ts -0 *5 -e 0 to
V)
-P- o c -0 ,..
a) :-.0- as
IS
a)- CT
•= (7; c E. ---. a) 8 w E t 6 0.1 7) 7 (13 f• .C2) .si .? i 0
2- -c c .5) a) - , 2 E a) *(1) 11) fp-
,s.- '(1) 0_
a., as cm c _c as ,_ . - 6 -0 W 2 E
c7, (1) =L C° Tr) f... . Pr
2•C al
c CC cn
-',. „,__
0 00 = 0.) E
a_ ..0- -a cr c L.L.1
Ll..1 cu c_ if) -r.)
.5 5- F4- vi a ,.,c- 6) 0
c .=_) a) LL1 03 (1.)
03 1E p .cs, cf) a) 0- 0 a) 4E• 0.) . , .c ci 6 — 0 0- 0 !.,E ....
CO „F.,
i5 -8 C c7) ro Cf) ID 0 -0 (I) .c .-3 8 --1,a)- z • c0) L.L.I 5 - 0 0 c 4: 0
e _1 a) cu a) -, 2 ,-
-6 a a)
°) a.) E S- -as ,_ 6 a) C a) w'
= -so T OTC
,,..- 73 4-
a) (./)6- .-
c; To (c....) ct ) c 42 7 a.)
0 0 zE "
a) 72 =
5 t,i)J .2
,.t5— —a) 1,- _13 c er -0 — D E 7 .-r;.
Ts E a)
° ""
--
— .._o -0
4= 0
(Ts
E. <' Ta.)0
-.a)- iscs.. , 0 _c_, '---- 73 =
N 0 (Is u) 0 4_, 0
E 2 >a;
CO
7 (t3 =.- 2 7 as .., g .--g 0 —
as 00 a3 —
(„) z < O a)
3 c _c)
E o - clo a) 1.0 E Ta- _c .-6- _c p as -t a) E 72
a) .-z• E.0. cz) > -cs -cs ca).u) C)
c _c
-0 ,o -EssueE as
>
0 ._-=.7:. a) 45 c) u) as 3
p -0 CI- _C 03 °
c - = a ,c)
tcf) 2 ' 8 4 co 003 ,.. ■cu
-, 45 2 0 T-6- 4-
-
ow, • ii) as a)
<_ r.....- .cg s 2 oc_cc— -L-' 0) -c g
0 ,=-,> a) > a) _c
..... u) a3 A 5 C
.g-
a) S = u) cu c .,,,,, Q.
La
a) x 0 >. tu >, - o a
c 3 c u) E a) 6 -ta--)
±-• 03 o 'Es o c = o .,-. 0_ 7 o (/)
Ts ,_ a)
- o ca g 5 > - 0 e- _?_-,
------
O=^ 0) a) _ u) .5 CL ca
.=1 EoV-2- E -0L) -5 0 E _0
-'-' cc3) U)... in =E Teu (ow z t .-... 0 0
(i) ----
2
e) al
0 0 ,,, V) C . co cp a) -- < (-) D _C : CS) co 2 -cS a)
cs_ ai - a.) a) a) T -o
,i. •- c -E -.- - c ...-
"CT _ A, 4-'
,I, •-• u) C ii- (9., <- 45 U) C E ._ It
H 0 -c a) -....= ',1 ,- 0 U)
Z °- o 0 4- Ea wc" .ccz u.' as o 2 as
(.) cc . 2 0 0_ E a) CD Um)
(j) _0 - Li_ CZ
,,,
I-1-/ EL c)• l-LI
rw 8
,...... 0,_ -0 -c
---. 4- 0
5 u) fn cn
- 0 a''
r
<
ri . E 1..0
_,_ _2 0- ‘--
a) .. 0 -, E' c 0
< ,_ 0 al ,.._ (7) I-1-1 ,_
- (T.) 2 ( 3
5 c` :.--- in &7), ...1 t LT 73- 0 ' — a) 03 Lij a)-0 1 -, 15. ,s: I .--'
..., 7 >,
o ma) -0
cc -- a 0 > 4(13- .w os-EEE
.-- 4 0 a) 045 Eti:;(1)sc-_ c>,a)
0 5 o 13
Es W
-5 .-E
(2c; mEc.-, 9 2 To 0 t 12 t '5 .t = °- a) Int caD Of)* ,„) 8 ..,
.E CO .E 8iS < 2 g- - c'ii >) ,)'7)8_ LE2 gi t) f3) 83 ,1><) _(6)
• •
• • • u • • C •
▪•




• . ▪ •

0 -c-* ° "--
o >.‘
sts ai 0 O)
C (D 1:3 0
-o Q) -F, -5 —' C IE
W
a) CO a)
a.) ..-• C.)
M 0 4- O
0 ,_- al 2 ? 0 -r, E7)'—
E c SD C ▪ cn c
-CIS 0 -0(D 0 -0 Z -,-; 4cp_ 0 C a) _c
Q .cE
co

= t-
73
Z 'CI3- as
(..) a)
cu 0
i..-
- a3 a) _C
C (D t ---- >"' c>' ,_
its c
x L._=
co -E. co a3 a) en •-c
-to , co E a C 4-c5-
as •
2 cn = ,_ t.L. E , o 2 ID' >' a)
LLI CD c
0
5, co
E 0 '-t
0 cf)
1E -;
,_ o
-8 .- 0 C >, a_ 0_
13 a
0)
0 13 a) 4.-, 0
C73 c >, a)
a3 2 ,-
a.) o c 0_ ‘_ as C CO a) .co C E C
(1) - •-
< - _c 't as ,_ a) _c -0 ca al
c
a) Tts
E
8 ''2-. a) _C t C
O 11)
-C:3
0
n
-0 0 a a
c ‘-
a) —
-cp a) -C 0 co cr
m 0 n 0 2 -o °
o
,,
o
U 8
cs- C) o = rz 0
— 0 0 a) 2 C5,c 0 1
1-.5 C °6 —
0 a) ..c
(7
a) c
U u) 0. .,..,
c
2 (`) o 0 •P _0 Wa) 8 =CIS° ...ECO- a)
as u)
C.) 0
.,..,
C (..)
a.) 0 u) .,
_ 6-
a) .7, -c-i a) -0 c o c 0) O
0
cn • C
C
O 0 n) c c ,
-0
_,c o a) c .(7) ° .6 a)
0 c/a -0 ,„, 0 CO (_) > co c >., TS IF)
-= 4— (I)
(13
C.) >,
ir) o 0- O
.65 u) -0 a)
a) 0
- o a) -6
, :8 ' -(D) 2
a.) a)
a) o a) 16
• o _c O CIS -
_0 TS a) Cr E fc)
E EI C)
a) 8
_c C
0 C
c z
a) • co m .---
u) —,_ T2 cn 1 8 2 a) *c o
0_ -c -o i- 5; 10- = (,) o a) a) o ._ c c 0_ Ct
c a) c v) .o c > t- as ,- = (a C
7) as >-• as a) _ 0 o) 2 co
-c
0 0.. t'D .(2 t.) Cn " (13 co = _C
a) -0 >, =
.cis 73 cow E -L -0 . cn O • cts
a)
c o_ E 45 C
(a a) ._(%).
as E o = 70 2) -E-- c (D 0 a) as 8
o_ 0 as a)
(D o 70 0 -0 C.) a) = 13' C E •tu.
C 0 E I-Lj 03 _8 E
O (1) C
a) 0 ..."' >. a) : (2 Fa F2 2 C .-
4= 0 0
_C >, C C
. C
N as _c a_ 2 -- c -'
a) ..... m as c 0 '5 cu - * F6
en a)
E c ti -c 0 TS a - ,... -,-. in -in -8' , O .,
0
,..., as a) • o E
cts 0 c .'- a) -0 (L)
= E 45 2 )
_c Ws . E `- a) 6 c a) 0 0
o a) c 3 o R = .- ai
asa L J
t _ 0)0c m § ° - --
U)
a 'ea- (f)
=
ccts• w-c a, O
L) ._
... ,... •.
c ca = o a) >J1J * E' 65 tr,
t _o E
• a) O
2 o = i-
a) E o = _0 as L cc >.so
as o ., -0 ---.. m a) E .u)
a) o_ 0 t- O
a) c ci) _c i.= a) rrt 6 >. 2 E 41)
'-'- !B >, c
E - C.CL
_a •5
Q
• 8
-CI3 (I)
6.. '" a. -0 5 ca
a)
_c -o
-0 0Cas as0 CO (
a) (-) -t c CO D
W Lij CU (4
= ca. cs- Zs a) a) •-
C >, CD a) C) E -
73 a) W a)
6 ° ,., III ca
C OS co C -0 2 O o_ .=-., ..c ..- a) ,..., p =
c eL
._ E
.- :,=. 4-, co
0 co =
= c
c— =
a) ‘--- _c 0 (D
l■
c cr yo
-5 42 Q.
ui .'G ,0, 5 42 ...... c.) :. a) 0-
C c‘l a) ED_ -T3 as z o C W cn
a) as c - 5 O.0 ,p., .4 ?-, .(732
NOWTHEREFORE, THIS DEED WITNESSETH AS UNDER:

a) 0 (i)
u)
•a) C) co
-CCJWC 8(D -- _C0 0 C
E -1:3 5, 0 < 0_ Fn 48
CD •
----.. 0 -0 -'E -c3 co E ,..s
e 2) cts (TS (3 a)
U
O
_, 2 (73 '-' " 0) (7) • 0
co
-0 a.)- 0 -2 c
',.,, 8
0 a) • - „cr,
c >. E
C)
C as
7 "8 g- E
-t
o_ w >, a)
. = a) - o ,,, as ,
2 _- 6 0=u, C U u
g)
CO 0 a 0 0 0 w • a.) c_
s,Z 0 C7 E -6 u_1
°- ° as ,.., c o) • .c a) • N E
-0 • -' LLI o
0 c a)EmE a.) a... te as as > _c • 2 as
t o 1.5 >., 9,5 C CD 0 W c-) 03 fe- '0 -0
O ,'
2
ti _0 a) _0 0a)
0 a) *-(72 2 EL) _c_ ,5,3 (13 15
Es _c - a.) o -0 c..) C
_c =
c = E
2
.F_ 2 E 2) 8-.. cu ow(D2 a) 4—
O2 'ci; co as as a) as al c
_ 0_ a) .0 4= 0_
c,
i
LE -8 cB Q
• o_ -(7) Z o
c._) -c z -c (/) ‘-' -
o
— ci u) c.., _c) ...
0 0
c
3. a) 8 .-
1 2, a)
_a
=
-E. o C cr
a) -o u)
46 um' a) a) _c ,8 a.) a)) o _a -8. 0 ,c)
>, -o= , 4.- T-5 o en 3 W -c
cc)
CD 0 E 0 co ca.. 0.- 2 .,
= 2 0 a.) o -o
Q. 0 'Ll"2 (13pp
a) —1G
;•17, (..) 5. C C= a3 -.8 a) a) -C
=
E 1-=
0 = ca o o
cc
Z à7)
CT _0 0 t
CO (13
45
cn a) co
-2 c _c a)
.D
as C) 0 a) 0 c
o TIS
cr)
1.1.1 -'-' ,a .u) _c ..--0 • as
2 2 O '‘,.,
7:4 0 a) .- c a) a)
(D _c • a) Cf
N CTPP DADRI

...se -C") CO C TA (1) ? -= a)


!..= ct3 2 -o
as c = _ as LE o -8 O TC) O = C
-Fp r ocs ..... en co — -es
c 6-cm>a)---, a)
i __, -(5_ .5
= a) c _- - (1-) a) 2
0 -cs o a) a) a) u) a) a)>,c Ew-,3 =
IcTs
0_ (/)
-5, 0_
(1) m CD E -t
m>" 0 ca.
E °0
- u) m
Oco 0_ °
a) 7.3 as (a (j
)
Cr) 0_ O 0
CO = CL) 0- • 5 -C ' .. E (D
a) - a 0 .-)
a-
-cs „ as ca
cEa- 5-c=c)>, CD a) E'
O
c% c L11 D LLI LLJ us cn 0 ca 0 c.)
-0 -0 0 -0
CC 0 en 0 C c
CZ CZ c _c CO — co
0 To C 0
CO 0
rj •E ° .5
CC u.)
o C-) -0 (c
,)
a) 0 0 (0d
=
o
-0 -0 E OasaiC co g _c
a) a) 0_ a.) aa-
)l O o 0
5 0- C - -CO (s) t; °
CZ (13 D- -0.-1=-• O c c ' >
c N2 o t).
c 6 a) -0
a)
— _c
0 0
w
O
o E -cg (1)
c _c
0 >. as .0) _o E 46
_C _o c > =
a) E _el o
u
U
E 37,- O -0 -C
0 -0 4- 0 a) 0 (/) (/)
0 0 E -.
(1) -ZTi 0 -0 ° C (77; 0) 0
•, C
C C _c 0 CO o_
O a) a) z Ec a.) -a -c
•u) a) C a.) O (,) > .0)
O 0
O (0 En
U 80 -D =
5 To al U = C '8 CO
cL 0i_ o .-3 03 I
0 C)
E O0 0 O •(C
T3 C
0
-a N 0)) a) c 0 03 4E. D
_c L=- a) ED o a) _cp
CO U 0 a_ (/) (/) 0 a.) CO +6
6 0),c
>.00._EU)
surveillance/

u)
_c a) 0 CO t') C -0 CE
47) N a) O C
O
0 2
E O O -0
co
2 0
co .c
C) C0 0.. E) 5 11-5 N
a a)-c
C) Q as 0 (t3 CO w u) CO
C = 0a) 5 a) • a) u)
: O a3
a) N 0 o
0 E
a) o_ co co _c O
x a) a) as 0
_c E 0 -c
g
> )1 c3
a
0 co CO a) 2
>
a) 0. =(
CO_ -0 ,._-) .=
1a5
TD_ w
cr) = 0 0 C 0 p_.) -o c (./)
u) 0 a) a3 O (,) D >.,
a) -es - CD c09— 0
-0 O C o C -C.) 0
C a) -8 TD 0 C
C 8 co
0_ 4- 0
> >
) 2 O To 92 -al
CO 0 0
'-
0 c7 (f) EE 9_) -C 0
" E
0_ ca. a) a.) _c 0 0 5,
0 00 0 ci) CO a)
O co a) t).
0 '5 a)
5 Li0- c
J cp_ p 0 E _8 (ts -Cp N ci a3 T) 0-
>, CC 15
N — >, as 2 a cs a
() = 7t; 2- -c45 E
4— =
Dow co -
(1)
Q.
a) a)
C C u)
0 a)o o-0 0
R E a) O _c " ccs t)
CO a,._ ti 0-a)
>, 0_ os
c
Z !4= C E - 0 CO
CZ C) TI3 =
— 0 o .5
a E CO E 0
a- c :_c3 U 7
0 C O LU co co .a5 (7)
O 0 2 >,
3C

c '=
13 c)-
_c co CO 0- " -E ..o
C) CO
C.) 0 W a) 9= a.) _
C 0), -0 (t) (LO
O >7. 2 CO .7) 0 c 0 (-)
c
CCS 2 0 -a —
•=
t7) a) a) c
U) 0 C E
E'an) 0-_ 0 0 o
a) 2 7 -a E O c (7) -5-
O U
o a) CO 72 co ‘.-- a) a)
E 0 c C — Z -c a)O o _c
0_ c .52 N -a
!...= „a2 " C c a 4-
0 -c as a) O o o
a) co O w E C -a f.)
W S= co u)
c -a (0 E
-0 CO 0 = a) a) NU
0 C t; _c c
SE a) a) o 5 co _0 b oocr)-5
.c
_c a) O 'C
S
co E 4.5 2
= o E O c0 N 0 o
C '5 as _Ta'Y
(
cs- 2 >0_ E a) .2 t)
a) 8 8 (7) C -5_
C 0 >, C
a3 f13
O a) 0 1T3. 5 .(1)D >
C 0 0 0
C 0_ co
a) E L E 0 is
— c- cp _c 0o
.„E o 0E
't C _c as To 2c9 E 45 0 o
O c7, -,c E 8 ff) C
W Qm 0 o
> 0
co co _° _o
co
0 = Cr)
c)
CO c 0 Q$2
0)
a)
a) -5 _Ne -.a. a) ,_- =
:-.- ,- c ,a) -0 D a) as
as -(13
> --.-
ai S cr5
-0 E --
i E
ts (t) L/) Q ca
C 0 0- ,- _„., -0
V, V)
., a) .c a)
9- a) -5 pri ...., ca c
0)
-,.-„ c
E
O
ca
.c- E u) -c a) -c 0- If 2
.a)(,:y
I..- 4- >-. c
Z 0 as a) •E. I- _c I- a.) (1)) 2 0, ay 0
W ,— E ° cts = ui u, -r,', -.a. .0 a)
-
5 ,— -a. c E a)
-o •= w
.'"E' cl- _
LLI 0
a) 2 as t -2 .fT2 E 2 7:1' a) —
E 0
c c
U
_c E (3 2 2 si -c
as ca
= 0) al D
a_ u =..-..o-,- 0 § u) co E -?'
< cl- (..) a)
5 " 'Eli o 85 C
1.1—— 0- (T)_ —; -,.., Q) Q) 0 _.Y -0
2 O

That this Deed ofJoint Undertaking shall be operative from the effective date of signing of this Deed ofJoint Undertaking.
0— a) cc 2 a> °
< a) (-) TS c" c
- 5 13 (13 al (CS ,.
L.; a)
a) ,.._ as co c as 1:1) — ca E = -F
-es
_c
ts
c >
...-. .- c = 4 as u)
c)- 0_
1°5 .0) -6 a) _c >, a) ca
,a) o c _5= 0 ., c a) :C a)
ai = 0 0 Cr) , >-, c 2 > a) 0 c Q.
- Q. a) ca.
O 0 a) a) a)
_c 0 = 45 o
ID ...„, c.) E u) -o 2
0 .a) >, 8 c
.>, oci ,_. a) o 0 o -E
ra 0- 413
rts c 1
- .5 (>) 0 (..) -.
=Cr .c7) s
E
0_ co _c 8 0 = 73_ E 0) CO
.4 Pr' 0 O
a) 15 a) , -„ (/) — = -0 en LI.' al al = a) a) (0
_c -0 -0
= '-'-'
-0 o c
'5 '' „, ti 2 a)
0 -•-• 24c, 8 •E a) co
a) L--
, asu) Q. -0 = (13
'5r.)
(1) _c
° — E-0 -0-...- co a) c k, Cc
mt
N L- o n TZ (13 C 15 IS •,_
(2 2 as -.6 as _c
w
= Ca. 0 ..6-' a) _„, -0 r, = O
-Ta -C 0
FT) o .-
C3 , = a) 1
) o _ . cT;
`- a) t c 4--
as
kLi
2 co m -..F.. — >, a)

(Bidder/Contractor)
c 0 6 ca. a) -8'
6 _, 2 2,

cn .- Lc (1.3 U
o
a . 8 a- -'-' c as -a
E
(f) o
U) 715
a)
-6 8N 0 '-'-' c:.,' as 41:-1.. 2 (Dx
,_ . 2 _ as a) 0) F_

(Signature of the Authorised


'11" /- a) = E
>••• 0 a.) E Eo
w 8 -sp ti 2 al -0 •,= c
=
4-
.c 0 LLI a) c u) a) 0_
..0 a)
cn = 0 2
= CU -0
0 a.)0. (t5 >'15 a) 0) -....
a) 1/2 lzis a) -c 0 ,... -o -
ID c co 0 t
a.) CD 03
1) 0 a)
E -.2 4-
+' l'. L.
9_ _ a) — 'S2 cs a) ia
_c c E ci)
=
— 0 ,_ 0 c) _c cz -
al 0
D
o_ -r=
(1) °
0 ,_ cz co Cr) _c (/) C) a) CT
> -0 -0 C -=
as
2 ., a)o ,L:>,>oaiTs
.—c ->,
rD ,0 c
4- W !a)
c .5 Q.
To 2 -)
i3L 14 )
, .„. 5
c a :)Q)
C.)
as .ffi- a„, u) a) ._ -2
o as I) E .(T) 0) r.) TS °
0_ aS --) c as -aa)
= a) a) — t -'-' E 4_ :,-2 0
c 8 3) o ..'
al
a)
10 -0
= 00((lD)
..._,
0 a5 c a 0 -a
CI) O
2 alc (13 -0
a) a)
co "0 LL
2 -e_cn -0
75 E CO e- ° D > .c 2 cll -0 2 a)
.., lc
t. ' ...,
t ore c c ca) 45 6
a) TD `c >"
03 Sz cn D CD
E .i.= E a) _c Z 0 -5 0) 'E . E. E t-5
f_l_ c -3 a) 1:3 a)
o Q. cm
= - >
coo as
cs- ...• c — -Cs
2 a) CZ (..)0 0 1- O '5
o- c 0
LLJ cr3 a/ E 0 = a) > a) 5. c co
-0 •-
1-1-I -°)
-0 u) 0 6-
-0 -0 +E'
a) EL) cts 0
0 ("' a) a
.) a) as —
,, o a)
(13
(?) .t5 6>
W) ,,,. a) a a) Tcs ..,) Ta .fs 8
0 - c
L.; -0 •- ,=r, — _c _ > = 0 >
= (13 _c 't -c c ,,, •(,) fo
) 0 1E m C3 -0 to
C3 = o a) 0
c 45
0 = --; 0 1- T
i -0 a) •-
c
m : ..7
7; _e 53
a) w
co c cp -0 cn
23
.c
ui a)
x 0_ o
c E o c
ca a) c
a) 0 0 ...
.,,
6 C 0 _
o cn c a)
o C [2- -0
a) 0
._ a1 , cp 1
E -..= •,;. 73 0
I ,,,
> ti
2 ,_221
8
0IL CD
-0 a9
0 0 •,--
.1 o
(u
.5 a) Q. a) a)
-0 2 t_ = >,
LE -- c E
as c ,-. c as E a) a)
)._
Q. to' as(..) To ,_ tl, 2 w
-.a,L.-
eL 0 0 . - C =
o , 0 0 0 -0 -C a) —a) Eonu, o0 CO ,
t- 4= _c
O E .E L as c To ,,, - c 2 2 125 T i ,5 E
73 00 i
0 8 zT) ms _, a.) -c .,
-0 >. 0_ Cr) .t_
o
-
t-) -en a^ < a) 5 0 -a 0
w >-%
45 :=. co c a) = .__, 0o
.a) o u_s _c -,-.
-0 _0 "9 -0 .- a o 46 a) ..- Z
-c co
'5 cz a)
0 0 _C E - Ts a) ti's .a' a) -0 , cn 0 co
E E C./5 cn a.) 0
as u) = 8 2 *- cL '13 a> -c o c
=
ns
w 0 a) co ,.- as a)
> a) a.) >, _c =
z _c o
u) 0 t
c u) 0 , ca ai
u) 45. a) = o -r< (in, <t
c .s oc) > as o E C
I- as c _ 0_ co c..) C) ZL- a)

cd ai
E
0
0 a)
C)
C 1:5
.r_
-cs
(Signature of the Authorised

a)
co
a) C
2 0
C _c
(13
Common Sea l of the

C
2 a) <
17) E
C a)
(5 as .Q _c
as =
C cn i c
_ cr
O -t
c .5
LLI
o : cl
..7. c >, - a) +E.
al C cn D = a)

E
c.) .C5)
C E
7) EE
2 Ta
_. a ai ca
C ai
L_ -, ca
as a) o 0 o 0 E
ca
Z 0 00 u_
0
La in ca2
(Signature Name)
(Official Address)

(Official Address)
(Official Address)

C .
O >, U)
...= C co
as
c as W
cr) CL Z
U) E I—
a) o
0 0
(/)
a)
0

0
Seal of the

EE
o o
E o_
•o >'

O0
Note : Power of Attorney of the persons signing the saidDeed ofJoint Undertaking is to be furnished.

Contractor/Sub-Vendor shall strike out, whichever is not applicable

** copy of priced purchase order for the eq uipment/system shall be furnishedby the Bidder.
:;ketch of Tank (Typical) ALL DIMENSIONS ARE IN MILLIMETRES

} LI
9A,

Diameter (D

Height (H)

ELEVATION

PLAN

Note:

For dimension, please refer clause no: 5.1 Tob|e —3 of technical specification
s
oo

oia
g
J
)i

u!
o

iTti
Height (H)
For dimension,pl easereferclause Table No: 4of technical specificaion

S-ar putea să vă placă și