Sei sulla pagina 1di 90

TECHNICAL SPECIFICATION

FOR

GYPSUM DEWATERING SYSTEM

CONFIDENTIAL

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

BHARAT HEAVY ELECTRICALS LIMITED


(A GOVT OF INDIA UNDERTAKING)
Flue Gas Desulphurization Group
Ranipet
eisnisiza TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
Oirs NTPC DADRI 2X490MW TPS

DADRI:FGD:GDS:R01

TECHNICAL SPECIFICATION FOR GYPSUM DEWATERING SYSTEM

Department Prepared Checked Approved

FGD Yuvaraj R Kabilash K M Lakshmanan R

(f)'- (Au, —1-- 4 01 _...--


P-- `.
Sr. Engineer-FGD Sr. Engineer-FGD DGM-FGD

Revision — 01 Dated 10/05/2018 COMMENTS :

This document is meant for the exclusive purpose of bidding against this specification and shall
not be transferred, reproduced or otherwise used for purposes other than that for which it is
specifically issued.

Page 2 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

Document Revision History:


Revision Date Status and Description
Following changes incorporated
a) Cl. No. 25 (O & M Services for 10 Years
Operation) added
01 10.05.2018 Revised Issue
b) Valve material specification (Doc. No.
Dadri:Valve:001) added

00 04.04.2018 Fresh Issue General technical specifications

Page 3 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS: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 DESIGN AND CONSTRUCTION
9.0 PACKING & FORWARDING
10.0 SUPERVISON OF ERECTION & COMMISSIONING
11.0 EXCLUSION
12.0 INSPECTION AND TESTING
13.0 PAINTING
14.0 SPARES, TOOLS & TACKLES
15.0 PERFORMANCE GUARANTEE
16.0 BID EVALUATION CRITERIA FOR POWER CONSUMPTION
17.0 LIQUIDATED DAMAGES FOR POWER CONSUMPTION
18.0 WARRANTY
19.0 FIRST FILL OF CONSUMABLES
20.0 TRAINING
21.0 CONFLICT
22.0 DOCUMENTATION
23. REFERENCE DOCUMENTS
REFERENCE
24.0 ANNEXURES
DOCUMENTS
24.1 ANNEXURE-I- PROVENNESS CRITERIA
24.2 ANNEXURE – II- TECHNICAL DATA SHEET
24.3 ANNEXURE III- SCHEDULE OF GUARANTEES
24.4 ANNEXURE – IV- LIST OF DEVIATIONS/EXCEPTIONS TO THE ENQUIRY DOCUMENT
24.5 ANNEXURE –V
A) DOCUMENTS TO BE SUBMITTED ALONG WITH THE OFFER:
B) DOCUMENTS TO BE SUBMITTED AFTER CONTRACT:
24.6 ANNEXURE-VI TECHNICAL SPECIFICATION FOR SEAWORTHY PACKING
24.7 ANNEXURE-VII INSPECTION & TESTING
24.8 ANNEXURE-VIII HEALTH & SAFETY MANAGEMENT MANUAL

Page 4 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
24.9 ATTACHMENT 3K - QUALIFICATION OF GYPSUM DEWATERING SYSTEM SUPPLIER

PART - II
TEN YEARS - AMC and O&M SPARES
25 O & M Services for 10 Years Operation – Annual Maintenance Contract (AMC).

Page 5 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

PART –I

MAIN SUPPLY

Page 6 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
1.0 PROJECT INFORMATION:

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

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. Country India
b. State/Division Uttar Pradesh
c. District Gautam Buddha Nagar

2.0 APPLICABLE CODES & REGULATIONS


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 Gypsum Dewatering
System 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 &
commissioning and performance guarantee testing, 10 year AMC of Gypsum Dewatering system
(GDS) along with accessories for the Flue Gas Desulphurization plant of DADRI 2 x 490 MW TPS.
The following points may be noted.
a. There are 2 units of each 490 MW and each unit is envisaged with one FGD system. The FGD
system will be provided with common gypsum dewatering system for both FGD units. Common
gypsum dewatering system consists of two (2 x100%) streams i.e. 1 working + 1 standby.
Gypsum dewatering system will be installed in Gypsum Dewatering Building. Each stream of
gypsum dewatering system shall consist of following as a minimum requirement
i. One set of primary hydro cyclones

Page 7 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
ii. One vacuum belt filter and accessories
iii. One no. vacuum receiver
iv. One no. vacuum pump with motor
v. One set of Secondary Hydro-cyclones
vi. 2 nos. (1W+1S) Belt filter cloth wash pump with motor
vii. 2 nos. (1W+1S) cake wash pump with motor
viii. Complete piping and valves of the system.
b. 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.
c. 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-IV)".
d. Any deviation, not listed under the above section, even if reflected in any other portion of the
proposal, shall be considered as null and void.
e. No deviation or exception shall be permitted without the written approval of the purchaser.
f. 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.
g. 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.
h. 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 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.

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

Page 8 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
5.0 TECHNICAL INFORMATION
S.
No. S. Description Requirement
No
1. Quantity
Quantity of Gypsum dewatering system 2 streams (1 working + 1 standby)
2. Parameters
Vacuum belt filter design capacity 32.10 TPH (wet cake) each
Duty Continuous
Location Inside Building

5.1 GYPSUM DE-WATERING SYSTEM: -PROCESS DESCRIPTION

A common gypsum dewatering system for both FGD units is envisaged. Gypsum slurry is produced
in the FGD plant. Two stage gypsum dewatering system, consisting of a primary stage of sets of
hydro-cyclones and secondary stage of vacuum belt filters for dewatering of gypsum slurry from
FGD plant up to less than 10% moisture is envisaged.

Gypsum slurry produced by FGD plant is collected in primary hydro cyclone feed tank. Primary
hydro cyclone feed pump (BHEL scope) supplies gypsum slurry to Primary Dewatering Hydro-
cyclones.

The primary hydro-cyclone shall be installed above the belt filters.

The underflow from primary hydro cyclone is fed to vacuum belt filter for final stage of
dewatering gypsum slurry to produce gypsum cake with moisture content less than 10%.

The overflow from the primary set of hydro-cyclone shall be taken to a secondary hydro-cyclone
feed tank (BHEL Scope). Secondary Hydro cyclone feed pumps (BHEL Scope) shall transfer the
slurry from tanks to Secondary hydro cyclone feed.

Water from vacuum receiver tank and the underflow from the secondary hydro-cyclone shall be
taken to the filtrate water tank (BHEL Scope). The over flow from the Secondary hydro-cyclone
shall be taken to a waste water tank (BHEL Scope)

For cake washing only clarified water shall be used. For this purpose, 2x100% cake washing pumps
shall be provided for each Vacuum Belt Filter. One stage of cloth washing arrangement shall be
provided along with 2x100% cloth washing pumps for each Vacuum Belt Filter. Cake wash tank &
cloth wash tank are in BHEL scope.

Page 9 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

5.2 PROCESS WATER ANALYSIS FOR CLOTH WASH

Process water is envisaged for belt filter cloth wash.

S.No Constituents Unit Water quality


1. Total Dissolved Solids ppm ~2110
2. Calcium as CaCO3 ppm 721
3. Magnesium as CaCO3 ppm 286
4. Sodium as CaCO3 ppm 358
5. Potassium as CaCO3 ppm
6. Iron as Fe ppm 1.7
7. Fluoride as F ppm 0.11
8. Bicarbonate as CaCO3 ppm 688
9. Chlorides as CaCO3 ppm 168
10. Sulphate as CaCO3 ppm 512
11. Nitrate as NO3 ppm 0.55
12. Silica ppm 121
13. pH 7.0 – 8.2
14. Turbidity NTU 55

5.2 CLARIFIED WATER ANALYSIS FOR CAKE WASH

Clarified water is envisaged for cake wash.

S.No Constituents Unit Water quality


1. Total Dissolved Solids ppm ~390
2. Calcium as CaCO3 ppm 131
3. Magnesium as CaCO3 ppm 52
4. Sodium as CaCO3 ppm 65
5. Potassium as CaCO3 ppm
6. Iron as Fe ppm 0.3
7. Fluoride as F ppm 0.02
8. Bicarbonate as CaCO3 ppm 125
9. Chlorides as CaCO3 ppm 31
10. Sulphate as CaCO3 ppm 93
11. Nitrate as NO3 ppm 0.1
12. Silica as SiO2 ppm 22
13. pH 7.0 – 8.2
14. Turbidity NTU 10

Page 10 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
6.0 SCOPE OF SUPPLY
Scope for the bidders shall include Design, Engineering, Manufacturing, Packing, Supply, Supervision of
Erection & Commissioning, Performance Guarantee Test, handing over of the system to final Customer
(NTPC).
Design: Includes basic engineering, detail engineering, preparation and submission of engineering
drawings/calculations/datasheets/quality assurance documents/field quality plans, storage instructions,
commissioning procedures, Erection & assembly Drawings, 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, PG test, training of customer’s O&M Personnel and handing over to customer.
The scope of supply for Gypsum Dewatering System shall include but not limited to the following:

Sl n Item Description Qty


1. Primary hydro cyclone 2 set
2. Vacuum Belt Filter with driving motor (VFD), VFD panel and accessories 2 set
3. Gypsum Discharge chute 2 set
4. Vacuum receivers 2 set
5. Vacuum pumps with driver 2 set
6. Secondary Hydro-cyclones 2 set
7. Vent fan and its arrangement 2 set
8. Complete interconnecting piping system 1 lot
9. Cake wash pumps with motor 4 no’s
10. Cloth wash pumps with motor 4 no’s
11. Complete set of arrangement for cloth and cake washing including spray 2 set
nozzles, etc.
12. Companion flanges with gaskets and fasteners 1 lot
13. Coupling with guards 1 lot
14. One complete set of instruments required for the GDS 1 lot
15. Local control panel 1 lot
16. Cabling and wiring from local instrument to JB 1 lot
17. Foundation bolts 1 lot
18. Factory test 1 lot
19. Supervision of erection / commissioning 1 set

Page 11 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
Start-up & Commissioning spares 1 set
20.
Special tools & Tackles if applicable 1 set
21.
Painting and Rust Prevention during shipment and construction 1 set
22.
Seaworthy Packing & Forwarding to Project Site office 1 set
23.

Page 12 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
6.1 DESIGN / PROCESS PARAMETERS:

6.1.1 Design Conditions of Primary Hydro cyclones:

Sl.no Description Requirement


1. Number of Hydro cyclone 2 sets (1 Working+1 Standby)
2. Design Capacity 115 m3/hr each
3. Operating capacity 102.1 m3/hr each
4. Type of hydro cyclone Vertical
5. Material (MOC) of Cyclone Clusters Polyurethane or urethane
6. MOC of Feed chamber CS+12 mm rubber lining
7. MOC of overflow chamber CS+12mm rubber lining
8. MOC of under flow chamber CS+12mm rubber lining

6.1.2 PROCESS PARAMETERS @ OPERATING POINT –PRIMARY HYDRO-CYCLONES

S. Parameters Primary Hydro Primary Hydro Primary Hydro


No. Cyclone Feed Cyclone Over Cyclone Under
Slurry Flow Flow
1. Total Flow (m3/hr.) 102.1 59.0 *1) 43.1 *1)
2. Total Flow (t/hr.) 124.0 65.5 *1) 58.5 *1)
3. Temp(deg C) 61.3 61.3 61.3
4. Slurry conc. (wt. %) 30 16.6 *1) >45 *2)
5. Density (Kg/m3) 1215 1111 *1) 1356 *1)
6. Solid Composition (wt.%)
CaSO4.2H2O 90.0 90.0 90.0
CaCO3 3.6 3.6 3.6
Fly Ash 0.8 0.8 0.8
Other 5.6 5.6 5.6
Total 100 100 100
7. pH 4-7 4-7 4-7
8. Cl-(mg/l) 20,000 20,000 20,000

*1) shall be finalized by vendor *2) Shall be guaranteed by vendor

Page 13 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

6.1.3 Design Conditions of Secondary Hydro cyclones:

Sl.no Description Requirement


1. Number of Hydro cyclone 2 sets (1 Working+1 Standby)
2. Design Capacity 60 m3/hr each
3. Operating capacity 59 m3/hr each
4. Type of hydro cyclone Vertical
5. Material (MOC) of Cyclone Clusters Polyurethane or urethane
6. MOC of Feed chamber CS+12mm rubber lining
7. MOC of overflow chamber CS+12mm rubber lining
8. MOC of under flow chamber CS+12mm rubber lining

6.1.4 PROCESS PARAMETERS- @ OPERATING POINT -SECONDARY HYDROCYCLONES

Sl Parameters Secondary Hydro Secondary Hydro Secondary Hydro


No cyclone – Feed cyclone– Overflow cyclone – Under flow
Slurry
1. Total flow (m3/hr) 59.0 *1) 36.9*1) 22.1*1)
2. Total flow (t/hr) 65.5 *1) 37.7*1) 27.8*1)
3. Temp (° C) 61.3 61.3 61.3
4. Slurry conc. (wt. %) 16.6 *1) < 3 *2) 35 *1)
5. Density (kg/m3) 1111*1) 1022*1) 1259 *1)
6. pH 4-7 4-7 4-7
7. Cl- (mg/l) 20,000 20,000 20,000

*1) shall be finalized by vendor *2) Shall be guaranteed by vendor

Page 14 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
6.1.5 Design Conditions of Vacuum Belt Filter:

Sl.no Description Requirement


1. Number of vacuum belt filters 2 sets (1 Working+1 Standby)
2. Design Capacity 32.10 TPH (wet cake) each
3. Operating capacity 29.10 TPH (wet cake) each
4. Inlet solid concentration Not more than 45%
5. Outlet gypsum cake moisture content <10%
6. Outlet gypsum cake chloride content <100 ppm

6.1.6 PROCESS PARAMETERS- @ OPERATING POINT - VACUUM BELT FILTER:

S.No Parameters Belt Filter Feed Product Filtrate Washing


Slurry Gypsum Water *
1. Total Flow (m3/hr) 43.1 *1)
2. Total Flow (t/hr)-Wet 58.5 *1) 29.10
3. Temp(deg C) 61.3
4. Solid conc. (% wt) Max 45 > 90 *2) <0.2
5. Slurry density (kg/m3) 1356 *1)
6. Solid Composition
CaSO4.2H2O 90.0 -
CaCO3 3.6
Fly Ash 0.8
Other 5.6
Total 100
7. pH 4-7 5~8
8. Cl- 20,000 ppm <100 ppm *2)

*1) shall be finalized by vendor *2) Shall be guaranteed by vendor

Belt filter and the peripherals shall be designed at 32.1 TPH (wet) discharge of product gypsum
a. *Quantity of water shall be finalized by the vendor.
b. *Property of process & Clarified water is as below.

Page 15 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
6.1.7 PROCESS FLOW DIAGRAM WITH SCOPE DEMARCATION

Typical Waste water 15


Tank B.L

From Secondary Hydro


To Sec Hydrocyclone Cyclone Feed 2 Secondary
Feed Tank 2 Pump Hydrocyclone
B.L
B.L
From Primary Hydro Primary 16
Cyclone Feed 1 Hydrocyclone
Pump
B.L
3
Gypsum Wash

Vacuum Belt Filter


B.L Gypsum cake
4
Instrument Air 13
Discharge chute

12 11
Belt Support B.L
Fan 10
(If required) Filter Wash
To absorber

7 ATM
Vacuum Vacuum B.L
Receiver Process Pump Clarified
water Water
5 14 B.L 8
B.L
B.L

Filtrate water
tank Pump Belt FilterBelt filter Clarified Cake
Filtrate water Wash Pump Tank Water Tank Wash Pump
tank

Page 16 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
6.1.8 TERMINAL POINTS
1. Primary hydro cyclone feed slurry will be provided by BHEL at the inlet flange of Primary
hydro cyclone.
2. Primary hydro cyclone overflow shall be terminated by bidder at overflow outlet flange.
3. Secondary hydro cyclone feed slurry will be provided by BHEL at the inlet flange of
secondary hydro cyclone
4. Secondary hydro cyclone overflow shall be terminated by bidder at overflow outlet flange.
5. Filtrate water from vacuum belt filter, wash water after belt filter cloth/cake washing and
secondary hydro cyclone underflow shall be terminated by bidder in filtrate water tank.
6. Service & instrument air will be provided at one location near plant boundary. Further
piping from terminal point to GDS system utilities are in bidder’s scope.
7. Discharge of gypsum through discharge chute onto the gypsum belt conveyer is in bidder’s
scope. Please refer enclosed typical layout & elevation drawing of GDS.

6.1.9 Gypsum particle size distribution of Belt Filter Feed slurry

Gypsum Particle Size Distribution Design Data of Vaccum


Belt Filter Feed Slurry
Typical

0.5
1
5
Cumulative weight Percent(%)

10
20
50 0.1
70
80
90
95

99
99.5

0.1 1.0 10.0 100.0


Grain Size(μm)

Page 17 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

7.0 GENERAL REQUIREMENTS:

S.No Description

1. All interconnecting pipes / chutes, pipe supports, trestles, valves, motor (other drives)
etc. along with necessary valves between primary hydro cyclone, vacuum belt filter,
secondary hydro cyclone and wherever required within the system shall be in the scope
of the supplier. Please refer scope demarcation drawing under clause no. 6.1.7

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

3. Any item not included above but necessary for safe and reliable operation of the Gypsum
Dewatering System shall also be in the suppliers’ scope.
The equipment shall be designed to withstand the corrosive and moist environment in
4.
which these are proposed to operate.
Noise level produced by any equipment individually or collectively shall not exceed 85 dB
5.
measured at a distance of 1.0 meters from the source in any direction and 1.5m above
operating floor. Predicted sound pressure levels for the GDS drive assemblies shall be
submitted as part of the proposal data.

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.

9. Suppliers shall suitable specify their delivery schedule along with the offer and Standard
code specified shall be strictly adhered.

10. All instruments as per enclosed P&ID and any other instrument required for smooth
function of Gypsum dewatering system wherever necessary shall be supplied by the
bidder

11. Supplier shall provide the loading details of equipment and other factors which shall be
required for civil construction.

12. CHUTES:
Minimum clear cross section of Discharge chute: approx. 600 mm x 500 mm .
Limit of connection: The buyer (BHEL) has an intention to minimize interface for utilities
13.
as much as possible. The bidder shall consider this requirement in the planning stage of
layout for the equipment. The bidder shall provide the header piping for GDS and branch
piping to each nozzle. Terminal points for all utilities shall be located at single point. The

Page 18 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

S.No Description
bidder shall specify all terminal points with tie-in number in the P&ID and submit it in the
proposal to confirm the scope of supply.
Service life: Entire equipment except wearing parts shall be designed and fabricated for
14.
a minimum service life of 30 years of operation or 200,000 full load operating hours
whichever is longer.
Corrosion allowance: Corrosion allowance for entire equipment shall be in accordance
15.
with latest applicable Indian / International standard.
Unless otherwise specified , flanges shall be in accordance with ANSI B16.5 Class 150
16.
Name plate: All equipment shall be provided with nameplates indicating the item number
17.
and 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
18.
rotation equipment at a readily visible location.
Unless otherwise specified, all equipment items where the weight exceeds 15 kg shall be
19.
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.
Skid Mount/Transportation: Equipment shall be fabricated as skid mount design as much
20.
as practical to minimize erection at the site.
Two pieces of stainless steel earth lugs shall be provided with equipment diagonally. The
21.
position of earth lugs shall be shown on each GA and/or outline drawing.
Provide double nuts for anchor bolts
22.
Bidder shall provide allowable vibration level on foundation in foundation drawings
23.
and/or general arrangement drawings.
If the driver/driven equipment train is in the resonance condition or any vibration
24.
problems occur, the bidder shall solve the problems in a timely manner.

25. Bidder shall provide the mating flanges with the necessary gaskets.

26. 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.

27.
Bidder to provide capacity of crane or hoist required for material handling and the details
of heaviest component to be handled.

Page 19 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

S.No Description
The list of all Bought out items with makes and country of origin to be mentioned along
28.
with offer to be submitted.

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

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


30.
during 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
31.
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
32.
vendor list. 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.
It shall be the complete responsibility of the successful bidders to obtain “Sub Vendor
33.
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
34.
engineering after submission of quality assurance plan (QAP). It shall be reviewed by the
NTPC/ 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:
a. Relevant Standards
b. Specifications
c. Approved drawings
d. Data Sheets
e. Calibration certificate for all the measuring instruments

Page 20 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

S.No Description
f. 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.
Minor Chipping i.e. up to 50 mm thk, micro leveling and providing shim plates for erection
35.
of equipment / item at site shall be in the scope of bidder.
During detail engineering, bidder to strictly adhere to BHEL/NTPC drawing formats,
36.
document numbering, quality plan & FQP formats
The identification and numbering of equipment, systems, items, etc. of supply, as well as
37.
of all 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
38.
reviewed & subject to approval of BHEL/NTPC during detail engineering
Bidder shall furnish necessary inputs & drawings of all equipment in editable Auto CAD/
39.
MS-Word /Excel format.
During detail engineering, successful bidder shall ensure flow of drawings/documents as
40.
per 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
41.
completing the smooth operation and ensuring satisfactory running of the machines till
final hand over to the end user (NTPC) shall also be in the scope of the bidder.
Bidder shall submit the signed and stamped copy of all the pages of this technical enquiry
42.
specification signed by authorized signatory to confirm that all clauses are read and
accepted by the bidder without deviation and considered in their scope work except the
deviations declared in the deviation schedule.

8.0 DESIGN AND CONSTRUCTION

8.1 PRIMARY HYDRO CYCLONE


Each set of primary hydro-cyclone shall be provided with 10% spare hydro-cyclones.
a.
The primary hydro-cyclone shall be installed above the belt filters.
b.
The hydro-cyclone shall be of proven design. Hydro-cyclones shall be of modular
c.
construction. The primary hydro-cyclone shall be made up of polyurethane or urethane
materials. It shall be possible to remove and replace individual hydro-cyclone with the
set in service. Individual isolation valve shall be provided for each hydro-cyclone for this
purpose.
The feed chamber shall be provided with a minimum rubber lining thickness of 12mm.
d.
The liners shall have a minimum wear life of not less than 7000 hrs.

Page 21 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

S.No Description

8.2 VACUUM BELT FILTERS


The vacuum belt filter shall be proven design in operation for similar capacities. The filter
a.
cloth shall be polyester or polypropylene as per the proven design of the supplier and
shall be guaranteed for a minimum life of not less than 7000 hrs.
The complete frame of the filter and all parts in contact with gypsum shall be made of
b.
corrosion resistant material or shall be provided with corrosion resistant liners of proven
design.
In case, the contractor offers a design with an underlying belt for carrying the filter cloth,
c.
the same shall be endless, factory vulcanized rubber belts. The belt shrouds and the
sealing belts shall provide a leak tight arrangement to prevent overflow of gypsum slurry.
The sealing belt shall have minimum life of not less than 7000 hrs.
The vacuum box shall ensure tight sealing with the belt/cloth and shall be of proven
d.
design.
The belt filter shall have an automatic cloth tracking mechanism and shall be provided
e.
with all required instrumentation as per the supplier’s proven practice. The belt filter
shall have an automatic cloth tensioning mechanism.
The filter shall be provided with minimum 2 stages of cake washing for removing
f.
impurities in the gypsum. For cake washing only clarified water shall be used. For this
purpose, 2x100% cake washing pumps for each Vacuum Belt Filter. One stage of cloth
washing arrangement shall also be provided along with 2x100% cloth washing pumps for
each Vacuum Belt Filter.
The filtrate from gypsum slurry and from cake washing shall be taken to vacuum receiver
g.
tank(s) as per the proven practice of the supplier. Each belt filter shall have an
independent vacuum pump.
Gypsum cake from each belt filter shall be discharged through a hopper onto belt
h.
conveyor being provided by the Employer.
Local control panel shall have display on the front panel and necessary electrical parts.
i.

The service factor of the gear unit (if any) shall be minimum 1.5.
j.
Piping and wiring within the skid should be in the vendor’s scope.
k.
Nozzles and connections
l.
The suction and discharge pipes will be flanged and will have the same nominal test
procedure as the body of the pump. Threaded connections are not admitted in these
pipes.

m. The flanges shall comply with the following standards:


- Steel flanges as per ANSI B16.5 (raised face type, at least class 150)
Page 22 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

S.No Description
- Cast iron flanges as per ANSI 16.1 (flat face type, at least class 125)
- The pipe shall be designed according to API676 with regards to the force.
8.3 VACUUM SYSTEM
The filtrate from each belt filter, cake washing & cloth washing shall be taken to receiver
a.
tank(s) as per the supplier’s proven practice.
Each belt filter shall be provided with an independent vacuum pump sized to meet the
b.
requirements of the belt filter operating at its maximum capacity. An additional margin
of 10% (min.) over the above capacity shall be provided for each vacuum pump.

8.3.1 VACUUM PUMP


The vacuum pump shall be of low speed liquid ring type of proven design. The design of
a.
the vacuum pumps shall avoid cavitations under all operating conditions. The seals shall
be of proven design.
Silencers shall be provided, if required, to limit the noise level to values stipulated
b.
elsewhere in this specification.
The vacuum receiver and pump internals shall be suitably lined to protect against the
c.
corrosive environment. The material selected for vacuum pumps & vacuum receivers
shall be proven for similar application.
Each vacuum receiver tank(s) shall be provided with slide plate type pneumatic
d.
vacuum breaker. The plate shall be stainless steel with a min. thickness of 3 mm.
Pump Casing
e.
Pumps shall be Radial Split Casing, Close/Semi-open, Over-hang, End Suction type Back
Pull-out design, Vertical Discharge type for Horizontal Centrifugal Pump. The casing shall
be designed to withstand the maximum shut-off pressure developed by the pump at the
pumping temperature. Pump casing shall be provided with a vent connection and piping
with fittings & valves. Casing drain as required shall be provided complete with drain
valves, piping and plugs. It shall be provided with a connection for suction and discharge
pressure gauge as standard feature. It shall be structurally sound to provide housing for
the pump assembly and shall be designed hydraulically to minimum radial load at part
load operation.
Impeller
f.
Impeller shall be closed, semi-closed or open type as specified elsewhere and designed
in conformance with the detailed analysis of the liquid being handled. The impeller shall
be secured to the shaft, and shall be retained against circumferential movement by
keying, pinning or lock rings. On pumps with overhung shaft, impellers shall be secured
to the shaft by a lockout or cap screw which tightness in the direction of normal rotation.

g. Impeller/Casing Wearing Rings

Page 23 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

S.No Description
Replaceable type wearing rings shall be provided at suitable locations of pumps. Suitable
method of locking the wearing ring shall be used. Wearing rings shall be provided in pump
casing and/or impeller as per manufacturer’s standard practice.
Shaft
h.
The critical speed shall be well away from the operating speed and in no case less than
130% of the rated speed. The shaft shall be ground and polished to final dimensions and
shall be adequately sized to withstand all stresses from rotor weight, hydraulic loads,
vibration and torques coming in during operation.
Shaft Sleeves
i.
Renewable type fine finished shaft sleeves shall be provided at mechanical seals. Shaft
sleeves shall be fastened to the shaft to prevent any leakage or loosening. Shaft and shaft
sleeve assembly should ensure concentric rotation.
Bearings
j.
Heavy duty bearings, adequately designed for the type of service specified in the enclosed
pump data sheet and for long, trouble free operation shall be furnished. The bearings
offered shall be capable of taking both the radial and axial thrust coming into play during
operation. In case, sleeve bearings are offered additional thrust bearings shall be
provided. Antifriction bearings of standard type, if provided, shall be selected for a
minimum life 20,000 hrs. of continuous operation at maximum axial and radial loads and
rated speed. Proper lubricating arrangement for the bearings shall be provided. The
design shall be such that the bearing lubricating element does not contaminate the liquid
pumped. Where there is a possibility of liquid entering the bearings suitable arrangement
in the form of deflectors or any other suitable arrangement must be provided ahead of
bearings assembly. Bearings shall be easily accessible without disturbing the pump
assembly. A drain plug shall be provided at the bottom of each bearings housing.

k. Mechanical Seals
i. Mechanical seals shall be of single type with either sliding gasket or bellows between the
axially moving face and shaft sleeves or any other suitable type. The sealing faces should
be highly lapped surfaces of materials known for their low frictional coefficient and
resistance to corrosion against the liquid being pumped.
ii. The pump supplier shall coordinate with the seal maker in establishing the seal chamber
of circulation rate for maintaining a stable film at the seal face. The seal piping system
shall form an integral part of the pump assembly. For the seals under vacuum service, the
seal design must ensure sealing against atmospheric pressure even when the pumps are
not operating. Necessary provision for seal water supply along with complete piping
fittings and valves as required shall form integral part of pump supply.

l. Pump Shaft Motor Shaft Coupling

Page 24 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

S.No Description
The pump and motor shafts shall be connected with an adequately sized flexible coupling
of proven design with a spacer to facilitate dismantling of the pump without disturbing
the motor. Necessary coupling guards shall also be provided.
Base Plate
m.
A common base plate mounting both for the pump and motor shall be furnished. The
base plate shall be fabricated steel and of rigid construction, suitably ribbed and
reinforced. Base plate and pump supports shall be so constructed and the piping unit so
mounted as to minimize misalignment caused by mechanical forces such as normal piping
strain, internal differential thermal expansion and hydraulic piping thrust. Suitable drain
troughs and drip lip shall be provided.

n. Drive Motor (Prime Mover)


The kW rating of the drive shall be based on continuously driving the connected
equipment for the conditions specified.

8.4 GYPSUM DISCHARGE CHUTE

a. The minimum valley angle of chutes shall be 60 degrees at the feeding point to guide
the material in the direction of belt travel. Transfer chutes shall be adequately sized and
sloped to ensure smooth flow of Gypsum without any accumulation anywhere.

b. Chutes shall be made of minimum 20 mm thick TISCRAL / SAILHARD/ LSLAS07 or


equivalent material. All chutes should have one inspection door at every floor and for the
ones in between the floors (more than 1.5 meter above the operating floor level) suitable
access for trouble free maintenance shall be provided. For sealing of inspection doors
labyrinth type arrangement to be provided.

c. Complete chute work in the region of flap gates shall be fabricated from 20 thk TISCRAL
or equivalent. In case of vertical chute (valley angle more than 80 degree) complete
chute, work shall be of 20 mm thick TISCRAL or equivalent material. While finalizing the
chute work inside the building, arrangement for shifting and replacing chute legs, proper
handling arrangement/wall openings, trolleys, hoists shall also be provided. While
fabricating the chute, no welds in between shall be allowed.

8.4.1 CHUTE BLOCKAGE SWITCHES

a. One no. chute blockage switch of proven type (subject to approval of the employer) shall
be provided

Page 25 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

b. Chute blockage switch shall trip the feeding conveyor in case of Chute blockage and
protect the feeding conveyor equipment.

8.5 PIPING / VALVES

a. 8All the pipes handling slurry shall be provided with replaceable rubber lining of proven
. quality. The slurry pipes shall be lined with replaceable wear resistant natural rubber
7lining of minimum 6 mm thickness. Additional thickness of 2 mm in rubber lining shall be
. provided at bends.
2
The Supplier can provide slurry pipes of size lower than 3” made up of FRP material.

Piping MOC
Water line Carbon steel
Slurry line Carbon steel with rubber lining

b. The isolation valves provided in all the slurry lines shall be of knife gate type/butterfly
type. Motorized actuators shall be provided for valves requiring frequent operation as
indicated in the relevant scheme.

c. The valves shall be of proven type and the supplier shall submit a detailed valve schedule
for employer’s approval. Reference list for previous installations for similar application
shall also be furnished to the employer

d. The isolation valves shall be of knife gate type with rubber seats designed to prevent
accumulation of solids on the valve seat.

e. Supplier shall provide all necessary arrangements for purging & flushing of all the process
pipelines, equipment’s etc.

8.6 SECONDARY HYDRO-CYCLONE


Each set of secondary hydro-cyclone shall be provided with 10% spare hydro-cyclones.
a.
The hydro-cyclone shall be of proven design. Hydro-cyclones shall be of modular
b.
construction. The secondary hydro-cyclone shall be made up of polyurethane or
urethane materials. It shall be possible to remove and replace individual hydro-cyclone
with the set in service. Individual isolation valve shall be provided for each hydro-
cyclone for this purpose.
The feed chamber shall be provided with a minimum rubber lining thickness of 12mm.
c.
The liners shall have a minimum wear life of not less than 7000 hrs.

Page 26 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

8.7 Motor

8.7.1 General
This specification generally covers the requirement for motors involved in gypsum
dewatering system package.

8.7.2 Voltage level:


The voltage level for motors shall be as follows:
S.No Rating Voltage Freq and voltage
variation
1 Upto 0.2 kw Single phase 240V AC / 1. 50 Hz- +3% & -5 %
Three phase 415V AC 2. 10% combined
2 Above 0.2 and up to 200 Three phase 415V AC variation of voltage &
kw frequency.

8.7.3 Starting voltage requirement


Up to 85% of rated voltage for ratings below 110 KW
Up to 80% of rated voltage for ratings from 110 KW to 200 KW

 Voltage rating for special purpose motors viz, VFD shall be as per manufacturer’s
standard.

8.7.4 Degree of protection:


S.NO Item Indoor Outdoor
1 Motors IP 54 IP 55
2 Cable box IP 54 IP 55

8.7.5 Efficiency class:


Premium efficiency IE3 ( For Continuous duty motors up to 200 kw) as per IS
12615,IEC:60034-30

8.7.6 General requirements:


S.No Parameters To be confirmed by vendor Vendors
confirmation
1 Direction of Suitable for both directions
rotation
2 Class of Thermal class 155 (F) insulation
Insulation
3 Winding The winding insulation process shall be
Insulation Global Vacuum Pressure Impregnated i.e.
resin poor method

Page 27 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
4 Starting 1. Less than or equal to 600 % full load current
Current subject to tolerance as per IS (Normal motor)
2. Less than or equal to 700 % full load current
subject to tolerance as per IS (Normal motor)
5 Starting 1. Up to 85% of rated voltage for ratings below 110
Voltage KW
2. Up to 80% of rated voltage for ratings from 110 KW
to 200 KW

6 Torque 1. Accelerating torque at any speed with the lowest 3.


requirement permissible starting voltage shall be at least 10%
motor full load torque.
2. Pull out torque at rated voltage shall not be less
than 205% of full load torque. It shall be 275% for
crane duty motors.

7 Type of 1. Motors shall be either Totally enclosed fan cooled 3.


enclosure (TEFC) or totally enclosed tubeventilated (TETV)
or Closed air circuit air cooled (CACA) type.
2. VFD driven motors to be offered with forced
cooling type with machine mounted fan or pump
driven by separate electric motor.
8 Dimensions Motor MCR Distance between
of Terminal centre of stud & gland
box for LV plate (In mm)
motors a. Upto 3 Kw As per manufacturer’s
practise
b. Above 3 kw to7 kw 85
c. Above 7 kw to13 kw 115
d. Above 13 kw to 24kw 167
e. Above 24 kw to 37kw 196
f. Above 37 kw to 55kw 249
g. Above 55 kw to 90kw 277
9 Cable glands Double compression type Nickel plated brass cable
& Lugs gland & insulated tinned copper crimping lugs to suit
the cable sizes
10 Paint shade RAL 5012 (Blue)
11 Space heaters Suitable single phase space heaters shall be provided
on motors rated 30KW and above.
Separate terminal box for space heaters shall be
provided

8.7.7 Locked rotor withstand time

S.No Starting time at min Locked rotor withstand time


permissible voltage
1 Upto 20 secs Under hot condition at highest voltage limit
shall be at least 2.5 secs. more than starting time
2 More than 20 sec & less Under hot condition at highest voltage limit shall be at
than 45 sec least 5 secs. more than starting time

Page 28 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
3 More than 45 sec’s under hot condition at highest voltage
limit shall be more than starting time by at least 10% of
the starting time

8.7.8 Special Requirement:


Motor operating through variable frequency drives shall be suitable for inverter duty. Also these
motors shall comply the requirements stipulated in IEC: 60034-18-41 and IEC: 60034-18-42 as
applicable.

8.7.9 Torque Requirements

 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. It shall be
275% for crane duty motors.

8.8 JUNCTION BOX

8.8.1 GENERAL
This specification generally covers the requirement for Junction boxes involved in
gypsum dewatering system package. The requirements are only indicative. If , any additional
facility to be provided for satisfactory operation same shall be brought out.

8.8.2 DESIGN AND CONSTRUCTIONAL FEATURES

8.8.2.1 JUNCTION BOX:


 JB shall be of Thermoplastic or thermosetting or FRP type.
 The box shall be provided with the terminal blocks, mounting bracket and screws
etc.
 The cable entry shall be through galvanized steel conduits of
suitable diameter.
 The JB shall be suitable for installing glands of suitable size on the bottom of the
box. The JB shall be suitable for surface mounting on ceiling/structures.
 The JB shall be of grey colour RAL 7035. All the metal parts shall be corrosion
protected.
 JB’s will be provided with captive screws so that screws don’t fall off when cover
is opened
Page 29 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
 JB’s mounting brackets should be of powder coated MS.
 Class of protection shall be IP 55.

8.8.2.2 TERMINAL BLOCK

 Terminal blocks shall be 1100V grade, of suitable current rating, made up of


unbreakable polyamide 6.6 grade
 The terminals shall be screw type or screw-less (spring loaded) / cage
clamp type with lugs.
 All terminal blocks shall be suitable for terminating on each side the required
cables/wire size.
 All internal wiring shall be of cu. Conductor PVC wire.

8.9 INSTRUMENTS

8.9.1 General:
This section covers the specification for instruments involved in gypsum dewatering system.
Instruments as per attached list (Section 8.9.7) shall be minimum. Instruments that are
required for satisfactory operation of the system though not indicated in the list shall also be
supplied.

8.9.2 INSTRUMENTS:

8.9.2.1 General:
All transmitters, sensors, switches and gauges for parameters like pressure, level, flow etc.
as required for the safe and efficient operation and maintenance of equipment in the system
under the scope of specification shall be provided on as required basis.

8.9.2.2 Instrumentation valves:


The necessary root valves, impulse piping, drain cocks, gauge-zeroing cocks, valve
manifolds and all the other accessories required for mounting/erection of these local
instruments shall be furnished, even if not specifically asked for, on as required basis.
8.9.2.3
The contacts of equipment mounted instruments, sensors, switches etc. for external
connection including spare contacts shall be wired out in flexible/rigid conduits,
independently to suitably located common junction boxes. The necessary cables, flexible
conduits, junction boxes and accessories for the above purpose shall also be supplied. Double

Page 30 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
root valves shall be provided for all pressure tapping where the pressure exceeds 40
Kg./sq.cm.

8.9.3 SPECIFICATION FOR ELECTRONIC TRANSMITTER FOR PRESSURE, DIFF PRESS AND DP
BASED FLOW / LEVEL MEASUREMENTS
Minimum technical requirements shall be as follows: -
8.9.3.1 Microprocessor based 2 wire loop powered electronic transmitter with 4-20 mA DC HART
output signal shall be provided.
8.9.3.2 For calibration ranges greater than or equal to 400mmwc, accuracy of transmitter shall
be ± 0.060 % of calibrated range(min), stability 0.25 % of calibrated range for 10 years and
50:1 turn down. For calibration ranges less than 400mmwc accuracy shall be ± 0.10 % of
calibrated range (min) and 20:1 turndown.
8.9.3.3 Overpressure rating of transmitter shall be 150% of maximum operating pressure.
8.9.3.4 Transmitter shall have weather proof IP-67 metallic housing with durable corrosion
resistant coating, integral digital display with self-indicating diagnostics, plug and socket type
electrical connection, calibration using HART calibrator, 2/3/5 Valve non integral manifold and
rack with canopy.

8.9.4 ULTRASONIC TYPE LEVEL TRANSMITTER, RADAR TYPE LEVEL TRANSMITTER

Minimum technical requirements shall be as follows: -


8.9.4.1 Microprocessor based 2 wire type, HART protocol compatible, output signal 4-
20mA along with superimposed digital signal (based on HART protocol)
8.9.4.2 Accuracy ± 0.5% of calibrated span or minimum 5 mm, Load impedance 500
Ohm (minimum)
8.9.4.3 Weather proof IP-65 metallic housing with durable corrosion resistant coating
8.9.4.4 Plug in socket type electrical connection, zero & span adjustment- temper proof
remote as well as local from instrument, integral digital display and self-
indicating type diagnostic features
8.9.4.5 Power supply 24V DC+/-10%, calibration using hand held HART calibrator,
temperature compensation built in the instrument (applicable for ultrasonic type
only),

Page 31 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
8.9.4.6 It should be possible to calibrate the instrument without any level in the
tank/sump etc. All weather canopy shall be provided for protection from direct
sunlight and direct rain for open locations.
8.9.4.7 In case of Guided wave radar (GWR) type level transmitters coaxial probe of
SS316L shall be provided. However, Rod probe, cable probe of SS316L can be
used for applications wherever coaxial probe is not suitable.
8.9.4.8 External cage and other mounting accessories shall be provided where ever
side mounting is required. Where ever top mounting is required, all mounting
accessories, stilling well (as required) etc., shall be provided by the contractor.
8.9.4.9 Four wire type transmitters can be provided for applications where 2- wire
transmitter has some technical limitations. However, in such cases isolated 4-20
mA DC (analog) output shall be provided.
8.9.4.10 Power supply required for such transmitters shall be 24V DC.
For applications where transmitter location is not accessible, the transmitter
shall have separate sensor unit and electronic unit for such applications. It shall
be possible to mount the electronic unit at accessible location.
8.9.4.11 Sonic frequency based transmitters can also be provided under “ultrasonic
transmitters” category for powdery medium

8.9.5 SPECIFICATION FOR CORIOLIS FLOW TRANSMITTER

Minimum technical requirements shall be as follows: -


8.9.5.1 Microprocessor based, HART protocol compatible, output signal 4-20mA
along with superimposed digital signal (based on HART protocol), accuracy ±
0.2% of rate, repeatability +/-0.1% of rate, material of wetted parts SS316,
material of housing SS304L, weather proof.
8.9.5.2 Degree of protection shall be IP-65, Load impedance 500 Ohm (minimum),
zero & span adjustment- temper proof remote as well as local from instrument,
integral digital display, calibration using hand held HART calibrator.

8.9.6 LOCAL INSTRUMENT ENCLOSURE & LOCAL INSTRUMENT RACK:

Page 32 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
All transmitters, switches, etc. for Gypsum dewatering system and other system
being provided under the contract shall be suitably grouped together and mounted
inside (i) local instruments enclosures in case of open areas of the plant and (ii) In
local instrument racks in case of covered areas.

8.9 .7 LIST OF INSTRUMENTS:

8.9.7.1 Level Transmitter – For cake thickness sensor

8.9.7.2 Flow meter

-Process water to belt, cloth and cake washing

-Process water for belt lube water

-Seal water for vacuum Pump

8.9.7.3 Pressure gauge

-Washing water

-instrument air

-Vacuum receiver

8.9.7.4 Pressure switch

-Lubricating oil to mill bearing

-Vacuum receiver

8.9.7.5 Limit switch

-Cloth sway

-Pull code

8.9.7.6 Pressure Transmitter


- Process water

8.10 CONTROL CABLE

Page 33 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
1.1 KV Grade Control Cables shall have stranded copper conductor and shall
be multicore PVC insulated, PVC inner sheathed, armoured / unarmoured, FRLS PVC
outer sheathed conforming to IS: 1554. (Part-I).

Cable selection & Sizing :


Control cables shall be sized based on the following considerations:
(a) The minimum conductor cross-section shall be 1.5 sq.mm.
(b) The minimum number of spare cores in control cables shall be as follows:
No of cores in cable Min No of spare cores
2C,3C NIL
5C 1
7C, 12C 2
14C 3

8.11 INSTRUMENTATION CABLE

General:
This section covers the specification for instrumentation cables involved in
gypsum dewatering system.
Instrumentation cable required for the gypsum dewatering system shall be
supplied till the terminal of the local junction box. Termination of the cables in
junction box shall also be in vendor’s scope.

Page 34 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

Page 35 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

Page 36 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

Page 37 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

Page 38 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

9.0 PACKING AND FORWARDING

Proper packing to be ensured.


1.
Indigenous Supply: GDS & sub system assembly shall be wrapped in polythene bags &
packed in a strong rigid wooden crate. Rain water should not enter into the GDS 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 - VI. 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.
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
3.
withstand 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
5.
facilities of 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
7.
ink legibly and clearly:
a. Destination
b. Package Number

Page 39 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
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
8.
as follows.
NTPC NATIONAL CAPITAL THERMAL POWER PROJECTS STAGE – II
DADRI, 2 X 490 MW.
UTTAR PRADESH 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
9.
packed within the same case shall be legibly marked to show the unit of which it is part,
and match 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.

10. Each case shall contain a packing list showing the detailed contents of the package. When
any 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.

11. The case number shall be written in the form of a fraction, the numerator of which is the
serial number of the case and the denominator the total number of case in which a
complete unit of equipment is packed.

12. Wherever necessary besides usual inscriptions the cases shall bear special indication such
as “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)

13. Marking for Safe handling: To ensure safe handling, packing case shall be marked to show
the 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)

14. Each crate or package is to contain a packing list in a waterproof envelope. All items are
to be 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

Page 40 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
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.

15. The packing slip shall contain the following information:-


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 GDS & accessories,
BHEL item Code, Gross Weight and Net weight of Supplied items.

16. Prior to transport from manufacturer’s work to destination, components of the unit shall
be 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.

17. All necessary painting, corrosion protection & preservation measures shall be taken as
specified in painting schedule. Supplier shall consider the coastal environment zone
which is defined as “very severe” during final finishing/shipping.

18. Successful bidder shall furnish the detail packing /shipment box details with information
like 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.
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
19.
be dispatched in loose condition such that it becomes difficult to store/identify its
location at site at a later stage).
20. Cases which cannot be marked as above shall have metal tags with the necessary
markings on 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.
10.0 SUPERVISION OF ERECTION AND COMMISSIONING

1. The erection of Gypsum Dewatering System (GDS) will be done by owner as per Erection
Manual and check List. However, the bidder shall make one visit per GDS 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.

2. There will be one visit per GDS and totally there will be 2 visits for 2 GDS. The bidder will
be informed well in advance for the visit. Bidder shall include 15 working days per visit in
the offer with minimum 2 visits.

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

Page 41 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

11.0 EXCLUSION

The following work associated with the GDS will be by BHEL:


a. Civil foundations
b. Walkways, platforms and ladders
c. Element handling hoists
d. Primary hydro cyclone feed tank & pump
e. Secondary hydro cyclone feed tank & pump
f. Filtrate water tank & pump
g. Cake wash tank & belt filter cloth wash tank

12.0 INSPECTION AND TESTING

A) Minimum Testing requirements to be considered are as below:

1. 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.
List of Non-Destructive test over and above the material test are as follows:
2.
a. Mechanical Seal- Manufacturer’s recommendation.
b. Base Plate- Stress relieving of weld.
c. Replaceable Rubber liner- Shore Hardness, Class and Type certificate
3. Once mounting is finished and operation test will be conducted on each GDS to
determine the characteristic curves. to determine the parameters at the design point,
mechanical running & performance testing shall be performed & witnessed.

4. Vibration test and Noise level test shall be witnessed

5. 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.

6. 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.

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

Page 42 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

8. 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 the absence of air packets (or) surface without adherence.

9. 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.

10. Quality- Tests


PUMPS:
i. UT on shaft forgings (greater or equal to 40mm) and MPI/DPT shall be done on shafts and
impeller to ensure freedom from defects.
ii. The pump casing shall be hydraulically tested at 200% of pump rated head or at 150% of
shut off head, whichever is higher. The test pressure shall be maintained for at least half
an hour.
iii. The pump rotating parts shall be subjected to static and dynamic balancing.
iv. Noise and vibration shall be measured during the performance testing at shop.
v. For Motors-Type test requirement ref Annexure-I(a)

VACUUM BELT FILTERS


i. Impeller, casing and shaft of vacuum pumps shall be tested for chemical and mechanical
properties as per relevant standard. All plates above 40mm shall be 100% Ultrasonically
tested.
ii. UT on shaft (if greater or equal to 40mm) and impeller shall be carried out.
iii. All vacuum pumps shall be tested at shop for capacity, power, pressure,
efficiency, noise and vibration etc.
iv. Filter cloths and belts shall be tested for physical properties as per relevant
standard
v. Hydro cyclones shall be checked by visual, dimensional etc.
B) General Inspection requirements to be considered are as below:
Bidder shall furnish written copies of shop production, fabrication and quality test
1.
procedures and drawings to be used for review by BHEL / NTPC prior to manufacture.
Inspection of above mentioned tests by BHEL/ NTPC representative at bidder’s works is
envisaged.
The Bidder shall furnish performance test procedure along with standard. The test
2.
procedure will be reviewed and approved by the BHEL/NTPC.
GDS will be inspected at the Bidder’s works before dispatch or where the test facilities
3.
are available.

Page 43 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
Vibration levels shall be measured during shop running/performance tests.
4.
Contract shaft seals shall be used during shop tests, unless the seal design is
5.
unsuitable for the shop-test condition.
GDS shall not be released for shipment, until shop tests data and performance tests
6.
curves have been approved by Owner.
Bidder should furnish performance guarantee as per applicable standard guarantee for
7.
the 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
8.
shall be given for attending the inspection.

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

10. Mechanical running and the performance test shall be carried out.

13.0 PAINTING

1. Surface Preparation : Power Tool Cleaning to St3 (SSPC-SP3)


PRIMER COAT:
2.
1. Primer: Red Oxide Zinc Phosphate Primer to IS: 12744 (Two coats) – DFT: 60
microns.
2. Intermediate: One coat of Synthetic Enamel intermediate coat to IS 2932; DFT- 50μ

FINISH COAT:
3.
One coats of Synthetic Enamel to IS 2932, DFT- 50μ/ coat
Total DFT : 50 micron.

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


4.
a. Base: To be informed later
b. Lettering: To be informed later.
Corrosion protection, coating and galvanizing, painting shall be taken care by the bidder.
5.
Bidder shall submit the painting scheme during detail Engg in line with the specification
and shall be subject to approval of BHEL / NTPC.

14.0 SPARES,TOOLS & TACKLES

14.1 START UP & COMMISSIONING SPARES


Start-up & Commissioning Spares shall be part of the main supply of the GDS. 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

Page 44 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
commissioning of GDS 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.
14.2 SPECIAL 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.
15.0 PERFORMANCE GUARANTEE

All performance tests for GDS shall be carried out in accordance with any latest
international codes/standards.
1) Bidder shall furnish Performance guarantee for the design, manufacture, material,
safe and trouble-free operation of the GDS and its accessories
2) Vendor shall Guarantee and demonstrate each Vacuum Belt Filter capacity of 32.10
TPH wet gypsum cake with an inlet solid concentration of not more than 45% wt.
3) The contractor shall guarantee and demonstrate that gypsum cake moisture content
shall not be more than 10% and chloride content shall not be more than 100ppm.
4) The filter cloth shall be guaranteed for a minimum life of not less than 7000 hrs.
5) The liners in hydro-cyclone shall have a minimum wear life of not less than 7000 hrs.
6) 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.
7) Noise level ≤85 dB (A) at 1m horizontal distance from equipment/enclosures and
1.5m above operating floor is to be guaranteed.
8) 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.
9) Acceptance tests to be carried out as per the procedure defined by the bidder which
shall be submitted for BHEL/ NTPC approval.
10) 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.

16.0 BID EVALUATION CRITERIA FOR POWER CONSUMPTION:

1. POWER GUARANTEE

Page 45 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
Bidder to specify the total guaranteed power per Gypsum Dewatering System (GDS)
operating at the rated capacity in their offer

2. BID EVALUATION CRITERIA FOR POWER CONSUMPTION:


Total guaranteed power consumption for Gypsum Dewatering System (Gypsum
Dewatering System) at rated capacity (32.1 TPH) 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 X 1 No. of
Working GDS stream
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

17.0 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 GDS = (GPC-APC) X P X 1 No. of Working GDS
Where
 GPC- Guaranteed Power Consumption quoted by bidder in KW
 APC- Actual Power Consumption in KW
 P- Penalty @ 197,080 INR per KW

18.0 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.

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
.

Page 46 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

19.0 FIRST FILL OF CONSUMABLES:


Bidder’s scope shall also include supply and filling of all chemicals, reagents, resins,
1.
lubricants, 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 chemicals, 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.

20.0 TRAINING

Successful bidder shall provide comprehensive training for NTPC/BHEL Engineering,


O&M, Erection & Commissioning staffs at site covering all aspects of the GDS system -
Operation & Maintenance, Troubleshooting etc.

21.0 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 NTPC 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.

22.0 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 V. Annexure V documents are required for proper evaluation purpose and
vendors are requested to comply with above in all respect.

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 V.

Page 47 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

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 like P&IDS
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.
However all the engineering related information shall be furnished in soft form to BHEL.

23.0 REFERENCE DOCUMENTS

1. Typical Layout & elevation drawing of gypsum dewatering building.


2. Valve Material Specification (Doc. No. Dadri:Valve:001)

Page 48 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

24.0 ANNEXURES

Page 49 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

24.2 ANNEXURE – II- TECHNICAL DATA SHEET (to be submitted along with bid)

GYPSUM DEWATERING SYSTEM BIDDER’S DATA

i) No. of Streams

ii) No. of Streams Stand-by

iii) Primary Hydro-cyclone

a) Make / Model

b) Number working

c) Flow Capacity (m3/hr)

d) Inlet Solid Concentration (% w/w)

e) No. of Hydro-cyclone in each set

f) No. of spare hydro-cyclone in each set

iv) Vacuum Belt Filters (VBF)

a) Manufacturer

b) Model

c) Dimensions (W x L x H) (m x m x m)

d) Cloth Width (m)

e) Cloth Length (m)

f) No. Working / Stand-by

g) Capacity (Guaranteed)

Gypsum (Dry) (kg/hr)

Gypsum (Slurry) (m3/hr)

h) Inlet Flow

Volume (m3/hr)

Solid Concentration (% w/w)

i) Gypsum Flow (Dry) kg/hr

Page 50 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

j) Moisture Removed (%)

k) No. of stages of cake washing / water flow


(m3/hr)

l) No. of stages of cloth washing / water flow


(m3/hr)

m) Design Pressure of Vacuum Chamber


(kgf/cm2/a)

n) Operating Pressure of Vacuum Chamber


(kgf/cm2/a)

o) Material / Thickness (mm)

Casing

Cloth

Gypsum Discharge Hopper

Vacuum Box

p) Life of Cloth (hrs.)

q) Type /Material of Carrying Belt

r) Type / Material of Sealing Belt

s) Life of Carrying Belt (hrs.)

t) Life of Sealing Belt (hrs.)

u) Automatic Cloth Tensioning Mechanism


Provided YES/NO

v) Vacuum Receiver Tank

a) No. of Tank for each VBF

b) Capacity (m3)

c) Dimensions (Dia x Height) (mm x mm)

d) Material / Thickness (mm)

e) Lining Material / Thickness (mm)

vi) Vacuum Pumps

a) Make / Model

Page 51 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

b) Type

c) No. of Pumps for each Vacuum Belt Filter

d) Rated Capacity Flow/ Head/ Power


(m3/hr/mWCI/KW)

e) Power Consumption (KW)

f) Pump Speed (rpm)

g) Motor Rating (KW)

h) Motor Speed (rpm)

i) Margins (Flow / Head) (% / %)

j) Operating Pressure (kgf/cm2/a)

k) Design Pressure (kgf/cm2/a)

l) Material / Thickness (mm) of

Base/Lining

Casing

Shaft

Impeller

m) Type of Seal

n) Sealing Water Flow (m3/hrs)

o) Bearing

No. of Bearings

Type of Bearings

p) Type of coupling

q) Whether Silencer Provided at Outlet


YES/NO

vii) Slurry Pipes

i. Pipe size (mm)

ii. Type of Joints

a) Pipe to Pipe/Pipe to Fittings

b) Fittings

iii. Material / Thickness (mm)of Pipe

Page 52 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

iv. Material Thickness of lining

v. Estimated Life of liners (hrs.)

vi. Slurry Solid concentration (w/w %)

vii. Slurry Settling Velocity (m/s)

viii. Pipe Velocity (m/s)

viii) Cake wash pump

a) No. for each VBF

b) No. of stand-by pumps for each VBF

c) Make / Model

d) Impeller Type

e) Material / Thickness (mm) of Impeller and


lining

f) Casing Type

g) Material/Thickness of Casing/Lining

h) Rated Flow/Head (m3/hr./mWCI)

ix) Belt filter cloth wash pump

a) No. for each VBF

b) No. of stand-by pumps for each VBF

c) Make / Model

d) Impeller Type

e) Material / Thickness (mm) of Impeller and


lining

f) Casing Type

g) Material/Thickness of Casing/Lining

h) Rated Flow/Head (m3/hr./mWCI)

x) Secondary Waste Water Hydro-cyclone

a) Make / Model

Page 53 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

b) Number (working + standby)

c) Flow Capacity (m3/hr.)

d) Inlet Solid Concentration (% w/w)

e) No. of Hydro-cyclone in each set

f) No. of spare hydro-cyclone in each set

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

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

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

Page 54 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

Page 55 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

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

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

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

Page 56 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

24.3 ANNEXURE III- SCHEDULE OF GUARANTEES

Sl. Description Data


No.
1. Rated capacity of Vacuum Belt Filter (VBF) TPH : Bidder to Provide
2. Guaranteed power consumption at rated kW : Bidder to Provide
capacity
3. Guaranteed
a) gypsum cake moisture content % : Bidder to Provide
b) gypsum cake chloride content ppm : Bidder to Provide
4. Guaranteed life of filter cloth hrs : Bidder to Provide
5. Guaranteed life of liners in hydrocyclone hrs : Bidder to Provide
6. Noise level at a distance of 1.0 meter dB(A) : Bidder to Provide
horizontally from the equipment and 1.5m
above operating floor
7. Maximum vibration (peak to peak microns : Bidder to Provide
amplitude at site)
8. Equipment Availability (%)
Equipment Availability for 120 days % : Bidder to Provide
Equipment Availability for 1 year % : Bidder to Provide

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.

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

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

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

Page 57 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

24.4 ANNEXURE – IV- 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 58 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

Page 59 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

24.5 ANNEXURE -V

A) DOCUMENTS TO BE SUBMITTED ALONG WITH THE OFFER:

No of copies
Sl. With proposal
Description
No.

1. Enquiry Specification ( signed) 1


2. Price Sheet 1
3. Anchor Plan & Civil foundation Loading details 1
4. Data Sheet 1
5. Performance curve 1
6. P & I Diagram
7. Terminal point details.
8. Annexure to qualification requirement- 1
Attachment 3K.
9. Proforma Packing List 1
10. Shortest Manufacturing Time 1
11. Approximate weight of each skid 1
12. Required Electric power & other Utility List 1
13. Deviation List 1
14. General Assembly Drawing indicating 1
dimension and civil loading details
15. Gypsum dewatering building GA 1
16. VBF Sizing Calculation 1
17. Cross-sectional Drawing 1
18. Scope of Supply 1
19. Spare List (Recommended) 1
20. Start-up & Commissioning Spares 1
21. List of Special Tools 1
22. Test Arrangement & Test procedure 1
23. Rotor GD2 (kg-m2)
24. T-S curve 1
25. Hoist/Crane requirement 1
26. Catalogue 1
27. Calculation of Motor rating, Bearing capacity and 1
selection of coupling
28. Bill of material along with material and code 1

Page 60 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
29. Overall space and headroom requirement with 1
details of handling during Erection, operation &
maintenance of the equipment.
30. Erection, Operation & Maintenance manual with 1
lubrication schedule
31. Procedure for shop / site performance tests 1
32. Time schedule for delivery. 1
33. Quality Assurance Plan. 1
34. Make of all bought out items. 1
35. Deviation list 1
36. Spares list. 1
37. Hoist / Crane requirement. 1
38. Reference list of similar projects executed. 1
39. List of proposed makes and vendors 1
40. Training program and schedule for BHEL/NTPC 1
personnel
41. Equipment maintenance schedules 1

B) DOCUMENTS TO BE SUBMITTED AFTER CONTRACT:

No of copies Delivery Time


Sl. After award of contract
Description
No.

1. Utility Consumption 1 2 weeks after contract


2. Foundation Data including Anchor 1 2 weeks after contract
plan
3. Performance curve 2 2 weeks after contract
4. Assembly drawings of each 1 1 month after contract
equipment
5. Cross section detail drawing 1 1 month after contract
6. Data Sheet 1 2 weeks after contract
7. Annexure to qualification 1 2 weeks after contract
requirement- Attachment 3K.
8. Lubricating oil list 1 2 months after contract
9. Special tools list 1 2 months after contract
10. Installation and assembly 1 4 months after contract
procedure

Page 61 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
No of copies Delivery Time
Sl. After award of contract
Description
No.

11. Inspection and Test Procedure 1 1 month after contract


12. Inspection & Test record 1 In 2 weeks after test
13. Inspection Certificate 1 In 2 weeks after test
14. Sub vendors List 1 2 weeks after contract
15. Manufacturing Schedule 1 2 weeks after contract
16. Progress report 1 Every month
17. Proforma Packing List 1 2 months prior to shipping
18. Approximate weight of each skid 1 2 months after contract
19. Required Electric power 2 2 weeks after contract
20. VBF Sizing Calculation 1 2 weeks after contract

21. Material Test Certificates 2 In 2 weeks after test


22. Pre Commissioning Check List 2 4 months after contract
23. Scope of Supply 2 2 weeks after contract
24. Quality Plan 4 1 month after contract

25. Operation and Maintenance 10 hardcopies and 5 4 months after contract


Manual electronic copies in English
26. Spare List (Mandatory, 1 1 month after contract
Recommended)
27. Start-up & Commissioning Spares 2 1 month after contract
28. List of Special Tools 1 1 month after contract
29. Delivery Schedule 1 2 weeks after contract
30. Test Arrangement & Test 2 1 month after contract
procedure
31. T-S curve 2 2 weeks after contract
32. P & I Diagram 2 2 weeks after contract
33. Catalogue 2 2 weeks after contract
34. Gypsum Dewatering Building GA 1 1 month after contract
35. Motor Data 1 1 month after contract
36. Recommended repair procedure 1 1 month after contract
etc.
37. Any unique installation 1 1 month after contract
instructions shall be noted on
the submitted drawings or be
provided as a separate

Page 62 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
No of copies Delivery Time
Sl. After award of contract
Description
No.

document prior to the


submission of the Operation and
Maintenance Manual
38. Erection schedule and 1 1 month after contract
component list.

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

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

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

Page 63 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

24.6 ANNEXURE-VI 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 64 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

24.7 ANNEXURE-VII INSPECTION & TESTING

Refer to all clauses for Inspection & testing requirements.

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

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

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

Page 65 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

24.8 ANNEXURE-VIII HEALTH & SAFETY MANAGEMENT MANUAL

Refer to all clauses for Health & Safety requirements.

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

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

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

Page 66 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

ANNEXURE – I(a) - LIST OF TESTS FOR WHICH REPORTS HAVE TO BE SUBMITTED:

The following type test reports shall be submitted for each type and rating of
LT motor of above 50 KW only
1. Measurement of resistance of windings of stator and wound rotor.
2. No load test at rated voltage to determine input current power and speed
3. Open circuit voltage ratio of wound rotor motors (in case of Slip ring motors)
4. Full load test to determine efficiency power factor and slip.
5. Temperature rise test.
6. Momentary excess torque test.
7. High voltage test.
8. Test for vibration severity of motor.
9. Test for noise levels of motor:
 Noise level for all the motors shall be limited to 85dB (A) except for BFP motor for
which the maximum limit shall be 90 dB(A). Vibration shall be limited within the
limits prescribed in IS/IEC 60034-14. Motors shall withstand vibrations produced
by driven equipment. HT motor bearing housings shall have flat surfaces, in both
X and Y directions, suitable for mounting 80mmX80mm vibration pads.
10. Test for degree of protection
11. Over speed test.
12. Type test reports for motors located in fuel oil area having flame proof
enclosures as per IS 2148 / IEC 60079-1
 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.
 The type test reports once approved for any projects shall be treated as reference. For
subsequent projects of NTPC, an endorsement sheet will be furnished by the
manufacturer confirming similarity and “No design Change”. Minor changes if any shall
be highlighted on the endorsement sheet.

Page 67 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

PART –II

O&M Spares and O&M Services


For 10 years

Page 68 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01

25 O & M Services for 10 Years Operation – Annual Maintenance Contract (AMC).


O & M Services of Gypsum Dewatering System & 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 Gypsum Dewatering System &
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 (Gypsum Dewatering
System & 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.
1) Vacuum Belt Filter
a) Filter cloth : 4 Sets
b) Belt : 1 set
c) Vacuum Box seals: 2 sets
d) Drive Motor : 1 no
2) Vacuum Pumps
a) Pump Impeller Assembly:1 no

Page 69 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
b) Pump Bearing: 1 set
c) Seals: 1 set
d) Motor: 1 no
3) Vacuum Breaker Valves
a) Valve Assembly: 2 Set
b) Actuator: 2 set
4) Slurry Valves: 4 no of each type
5) Slurry Line Bends: 4 no of each type
6) Hydro-cyclones
a) Hydro-cyclone isolation valve: 10% of each type or 1 no whichever is higher
b) Hydro-cyclone: 10% of each type or 1 no whichever is higher
c) Hydro-cyclone rubber lining: 10% of each type or 1 no whichever is higher

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 Gypsum Dewatering System & 10 years AMC
(A) & O&M Spares (B) of Gypsum Dewatering System & 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 70 of 70
Doc. No. Dadri:Valve:001
VALVE MATERIAL SPECIFICATION

S. Kinds of Valve Operation Service Line


No.
1 Butterfly ON-OFF Process Line, Drain Line -a)
2 Diaphragm ON-OFF Washing Line, Drain Line, Sampling Line of
Process Line -b)
3 Pinch Regulation control -c) pH meter inlet Line (if required)
4 Ball (Ceramic) Regulation control -c) Meter feed recirculation line (if required)

a) For 50 and large piping


b) For 25 piping
c) Valve position will be fixed manually during commissioning period. Further adjustment is not
required.

The following types of valves shall be used for Isolation Valve


(a) Gate Valve for Utility Line (For General)
(b) Butterfly Valve for Process Line and Utility Line (For General)
(c) Knife Gate valve for Process Line (For washing)
(d) Ball Valve for Utility Line (For General)
(e) Diaphragm valve for Process Line (for Washing and others)

The following types of valves shall be used for Control Valve


(a) Globe Valve for Utility Line (For General)
(b) Needle Valve for Process Line (in case of sensitive control)
(c) Pinch valve for Process Line (in case of little control)
(d) Ceramic Ball Valve for Process Line (for General)
(e) Butterfly Valve for Utility Line (for General)

The following connection type shall be applied for each valve


(a) DN50 and Smaller: Socket weld, Screwed
(b) DN65 and Larger: Butt weld, Flanged

Page 1 of 5
Doc. No. Dadri:Valve:001
Slurry Valves Specification:

1) Butterfly Valve:

Type: 1 – Butterfly Valve


Class No :AA40, Fluid Name: Limestone Slurry, Process Water
Valve Rating: ASME-B16.34 CL.150
Body: A126-B
Trim: A351-CF8M
DN50 - DN150 Lining: EPDM
1.
Bonnet FF
Connection: WAFER
Operation type: WAFER LEVER.
Valve Rating: ASME-B16.34 CL.150
Body: A126-B
Trim: A351-CF8M
DN50 - DN150 Lining: EPDM
2.
Bonnet FF
Connection: WAFER

Operation type: WAFER AIR CYLINDER

Valve Rating: ASME-B16.34 CL.150

Body: A126-B

Trim: A351-CF8M
DN50 - DN150 Lining: EPDM
3.
Bonnet FF

Connection: WAFER
WAFER ELECTRIC MOTOR WITH
Operation type:
L.SWITCH
Valve Rating: ASME-B16.34 CL.150
Body: A126-B

Trim: A351-CF8M
DN200 - DN300
4. Lining: EPDM

Bonnet FF

Connection: WAFER

Operation type: WAFER WHEEL WITH GEAR

Valve Rating: ASME-B16.34 CL.150

Body: A126-B

Trim: A351-CF8M
DN200 - DN300
5. Lining: EPDM

Bonnet FF

Connection: WAFER

Operation type: WAFER AIR CYLINDER

Page 2 of 5
Doc. No. Dadri:Valve:001
Valve Rating: ASME-B16.34 CL.150

Body: A126-B

Trim: A351-CF8M
DN200 - DN300 Lining: EPDM
6.
Bonnet FF

Connection: WAFER
WAFER ELECTRIC MOTOR WITH
Operation type:
L.SWITCH

Type: 2 – Butterfly Valve


Class No :AA60, Fluid Name: Gypsum Slurry, Filtrate Slurry, Waste Water
Valve Rating: ASME-B16.34 CL.150
Body: A126-B
Trim: HASTEALLOY-C
DN50 - DN150 Lining: EPDM
1.
Bonnet FF
Connection: WAFER
Operation type: WAFER LEVER.
Valve Rating: ASME-B16.34 CL.150
Body: A126-B
Trim: HASTEALLOY-C
DN50 - DN150 Lining: EPDM
2.
Bonnet FF
Connection: WAFER

Operation type: WAFER AIR CYLINDER

Valve Rating: ASME-B16.34 CL.150

Body: A126-B
Trim: HASTEALLOY-C
DN50 - DN150 Lining: EPDM
3.
Bonnet FF

Connection: WAFER
WAFER ELECTRIC MOTOR WITH
Operation type:
L.SWITCH
Valve Rating: ASME-B16.34 CL.150

Body: A126-B

Trim: HASTEALLOY-C
DN200 – DN600
4. Lining: EPDM

Bonnet FF

Connection: WAFER

Operation type: WAFER WHEEL WITH GEAR

Page 3 of 5
Doc. No. Dadri:Valve:001
Valve Rating: ASME-B16.34 CL.150

DN200 – DN600 Body: A126-B

Trim: HASTEALLOY-C

5. Lining: EPDM

Bonnet FF

Connection: WAFER

Operation type: WAFER AIR CYLINDER

Valve Rating: ASME-B16.34 CL.150

Body: A126-B

Trim: A351-CF8M
DN200 – DN600 Lining: EPDM
6.
Bonnet FF

Connection: WAFER
WAFER ELECTRIC MOTOR WITH
Operation type:
L.SWITCH

2) Ball Valve

Type: 1 – Ball Valve


Class No :AA40, Fluid Name: Limestone Slurry, Process Water
Valve Rating: ASME-B16.34 CL.150
Body: CERAMIC
DN25 - DN150 Trim: CERAMIC
Connection: FF
Operation type: BALL LEVER/ FULL BORE

Type: 2 – Ball Valve


Class No :AA60, Fluid Name: Gypsum Slurry, Filtrate Slurry, Waste Water
Valve Rating: ASME-B16.34 CL.150
Body: CERAMIC
DN25 - DN150 Trim: CERAMIC
Connection: FF
Operation type: BALL LEVER./ FULL BORE

3) Diaphragm Valve

Type: 1 – Diaphragm Valve


Class No :AA40, Fluid Name: Limestone Slurry, Process Water
Valve Rating: CL.150
Body: A126 Gr B
Trim: CHLOROPRENE RUBBER
DN25 – DN80
Lining: RUBBER
Connection: FF
Operation type: Hand Wheel / Weir Type

Page 4 of 5
Doc. No. Dadri:Valve:001

Type: 2 – Diaphragm Valve


Class No :AA60, Fluid Name: Gypsum Slurry, Filtrate Slurry, Waste Water
Valve Rating: CL.150
Body: A126 Gr B
Trim: EPDM
DN25 – DN80
Lining: RUBBER
Connection: FF
Operation type: Hand Wheel / Weir Type

4) Pinch Valve

Type: 1 – Pinch Valve


Class No :AA40, Fluid Name: Limestone Slurry, Process Water
Valve Rating: CL.150
Body: A126 Gr B
Trim: CHLOROPRENE RUBBER
DN25 – DN150
Lining: RUBBER
Connection: FF
Operation type: Hand Wheel

Type: 2 – Pinch Valve


Class No : AA60, Fluid Name: Gypsum Slurry, Filtrate Slurry, Waste Water
Valve Rating: CL.150
Body: A126 Gr B
Trim: CHLOROPRENE RUBBER
DN25 – DN150
Lining: RUBBER
Connection: FF
Operation type: Hand Wheel

The above data is basic design data and may vary based on selected vendor’s recommendations.

Page 5 of 5
ANNEXURE-I- PROVENNESS_CRITERIA____
CLAUSE NO. INTENT OF SPECIFICATION

4.00.00 QUALIFYING REQUIREMENTS FOR EQUIPMENTS/SYSTEMS

4.01.00 I 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 Vacuum Belt Filters 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:

_ .... _ lification
SI. Name of Type of Equipment
No. Equipment Equipment Application Rating
(g) Vacuum Belt type Wet 80% of the offered
Belt Limestone Vacuum Belt filter
filters based FGD capacity
application in
Coal fired
power plant

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 (Vacuum Belt Filters) stipulated at


SI.No.4.01.01 (g) above shall also be considered acceptable provided the rating
parameters ( i.e., capacity) is covered within the operating regime of the respective
Vacuum Belt Filters 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.

4.01.08 Before taking up the manufacturing of such equipment(s) as per clause 4.01.02,
4.01.03, 1
1.01.04, 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.
co) "
e- cts
I— 4-
_c
In
Z 0
U.!
2
MI 0)
2 CU 1
;)-3
Q-
< 2
as
E
1E)
a)
_0
U)
a)
_C
SUPPLIER

115
410 00
1:3
11)
> Co 0.
C C
24.10ATTACHMENT 3K - QUALIFICATIONOFGYPSUMDEWATERINGSYSTEM


o c < a)
2 ‘7 f) 2 .0

/*4.01.03
O 0 a) . as co 0: at
cr) 7 ci) 0 o_
M <I) (.=
.' : -
X 0 a) o Tz 6 -7 0. CO
OD
at

CNI(.1
0 (.) = (1) c > • 0
C

*4.01.01
=
a) -a •—
< 0 (75 (2
a)
IL CI?
• Ci)
c.r) CU 2 (z co 15 6 .2
0_ c L w Mb OD ON CO AN at U)
E E, - _ CD a) 15
re • a.) CL .6 co Or a. ON ON

5 :3 C•1 (1) u) , •
re 0 0 .0 u) as u) 0
O < Z 2 c) cis _
U- 1— E' _ 7:3
O co 1— o N 0_
• Z H 0 z z 2
11.1
1— 5 = u)
• n u) --,_
O a) C
Z 0
ci ris
0 9 o _(.0
.— ..o a) a a)
co

U)

O •
t:73 •0
Note : *Strike-off whichever is not applicable.

O 0
<
a)

cTs E
T.) i5
tr)
• C _

• (I)
Bidder's Name andAddress:

0) -0
=

C
0
Vacuum Belt filters

• -a.

To 1)
"E) CT a)
U) = _0
co O
E E
o_
c:r CO
Z
5 -co =
(i-- .Q.)
-(3 'a. ffi, a)
-5 -- en
-es L5 -0 _2 ' D
o cr) >
>, =
0 0 -.--, E, 03 (13 CL 0
.., ,_ a.) - - r, 6 . 2 o > -!---. D C a)
>. 0 5 o o_ ‘(15) c -a tcr) 0 o -o D
c -cs CO CD oLS C La
= 1 :5 c .0- o u) -0 CO
M U)0c _C)‘7) "T 5 LE o as
D_ 4- 0 V) ': . •=• :-• -C
(..) 0 -(3 _C •-
6 .,_. C
E - o , 0 .,_, -o — =c as
02 >-, 0 co 0 a)
U Ca -0 -0 -0 5 ai u) _c = (/) 2
U _c a cao) a) as 0 0 t 0
0_ >
c"' co -c -- E c a3 -5 u) 0 a)
(a _ a)
a' 0 w 4-
D 0 Oa 4-
,.., 2— 7 ',.,7 ° 2 E -- _c
as (7) CL - c..., •5 zt 'F.); 0 a) c) -5 -'-'
-< E 42 13 Q) Lc =
- cCCO
cr)
c __,,, -,..., -0 .0 cr- CD D
c7)
c5 5 2 6 -5
_o -o •,7. as 0 a) a- "c l) i r) OL
= -0 = 0_ > .0 Q a) c) as m
c
2 _.! _ 1 -1 :0
0
0) LE)
--, a) r) -) c•Ts _c N- D
..•-•
(TS "f- c .c :.z._
c
a3 03 La U) tO m
---) _c
,.._. =
a) c E -(1:_ 5 c
0.< ti -; _C)15
° 7.7 s_
c c a E as a) a) M
C1 4- °C
O >, as o Lc ._ _- = 2 1:13
„0 z
a3 .r) 5 .....
° c)
u) -° E f; a) a) E .5 > -
- a) _c -a t a) c
o 0 c o CO , 03
03 ''
4—* (1)
c , .-•-•
C.3) (/) . o ...c -15 ( E ...-7. u) M
o) 4=MS -0
-61) cL E c as a) 0a) (1) C C 0- :3
t) u) = 7 _c -0CD E.2- _CD
cn c '3 03 --, cy3
a) •5 a) (1) 45 g- $.). en E ,..7.,'
if (
i
tE) 8 .0 o 0c
•- ,- = 0 -0 = Q) = 0 -0
c a) 0) c)
c • I-.). LE c C.) 0 u)
_ v.)
>4
u) 0
,... a)
',.,
c0 a;
a) _c a) , as a) co o 13 ,-- ui- 32 ,_ 0 -.
2 c> , - a) = cn
c > c
0)
. _ - as C- as < i — 2_
°
.ca ,_
C 8 u) (13 E cD o E5D t CI) 12
0 a) -a o_ ,,_. -•E E 0- 4 2 '77 -8 as - E 2
-0 (1.) -'-E. E 0_ ci as = c
r.) a) 8 ;., cts = ,_ - ,as•x- c
a) as
.?:, OC cu ao ,..
L m
E 0 c
c ..=
a:s • co "'
-
-.E, c,_ o_ a-, o .0-
_ _c as a) 0 -ff. >
cn lc
5 5 cu a) '17,• '5 as a., = -.--• CL = ,0 ° ..... o' Fa .5
-cE as N
< LS '5 E 5 S T ?:5 as -ii c).. ,...
t) `') .-'' = a)
c a) 0 (I) - 0
0 ir) c) a) •5 = = (2 ,..- ca
all 10 _ op a.) -0 Q.> -0 1
5 i 2 0- o >,0_
1:2 (1) -.--
IV „,-.-- c
a) = cn 0- (1.) CO o .1.,_, 0
a_ 0 = 5) E :4-2• cr) -9 :€ -0 a.'
as 2 Oa Ts Lio as u) . (
,c,_›....„- V) = (1) 57 = To0 C=•- TO 4- t 5.C1 E
--f-
--I' 'F t') >
C. ca a , ...., cr a) ?T 3 c 25
-,' = cl- cn a) 03 .--) -C 0 --•-• t E o_ 0 -5 C cr
a) -• _7) -.-.-7.• 0
.o 0 E c i- o 0- _c ...s 2, = -, 03 = (.., _0 (1.)
a) 0 u) 0 05 e
L )0- ° ,0,.., _c
f) -c) (..) 0 f2 - ..c c E =
Q)
cn To a^ >,0) -•--' 0 8 co 45 -0 -5., 6 :I = cLE
I 1) . 2 >(f ,) -2
C 3 (c 1) 5 20 6)
_cs _c as us .= CU 1)
a) :-_,. 0 -•c ..c
u) O a) o_ c) 46 - a) -0 .- o_ 4-
.0 4- CL -C O. 5 = -0 a
= M (7) c E - 5
U) 5 a) F F; b cr) (% ,_. cz ca)
_o _c '-c 75. .2 2 a E - g _c = .c
co- LI5 C o o as _c -(.17:5 o_ ,:s o = o ,- CD Ca a) 0 .--•
CD - co a) _c 0- ,_ 4- a) 0 Cl)
(p
c -.-' >, .4 8_ . a.) 0 .5 Ws
4_ a.) c 23_
w
0 - > 'a ,.._ 0)
>-. ff) > ( 3 u) _c c -0 = _c 0 -E
0 - --) _c C0 0 c ...=.• a)
4 0 u) ,5caso- .CS _c lo
0) 0 -5 U) E2 8 >ca30,Tc
a) a) c 2 a) = c c c as
c a.) o 4-
0) -c 0 ,E, -o -0 >, CI_ 20)Eca)'- • CI
= E o c .0 2 ,,:,,, co _c o
2 :.= U ._ as C c
-
Cn -
co ca. --,=. a) 1-3 c ci M 0 a) 5 *ii-) =
id a3
CL _C) (13
0 ET o _o (..)
-C a) 2- as a) as t)
r,
a) ID
o u) ,,_ Q) Cl. = CO a3 C 6 iD- -0 t) E
_c o 7.-- -, _c a) ., a.) 8 0 -= cu u) -0 To 6 _ 2 (7) 45 2
45 S' 2 0- a) 73 - 0 -.•-, C> a)
0_ 0 •_ o:= 4 -Cl c -$ 13:3 < 1E
-...., .t_ a) a) a) -r) ..0 iti .E
0 :.=• >4
co
0, o 45 ._ c 5 .: E _a CD C (T) 5 -c c :s . a = -0 E
03 0 2 all 3_ CD -_oCD 2 0- _c _C = (r) 6 -0
5 0 -E-. 4- eL u) c -o c
c -o
5 .ct - o) c c
en .r_ a) o a) >,
E a) ff -5 E' u) a) -ccu
= E 0 ' t
a) (
L
o ) 0 8
0 0::3 0 : 11)
0 =
c.) :13 C c..) = s._ a) . a 7 T6 5 t 4- :
0
o To O La >, 4 u) 0 L
5 .0 W 4E' 2 CZ 'a7
O= a3 -o
..• mc 45 ,.,_ a) -0 c>,,......- R. (73 Fs
- -0 ; _a 'E
M "
a) ,-
o E 0 a3 (,) -45 gi C (73 .0 D Icr) -92 E 2 u)
cts
C.) E >, >4 a_ >, eL T) E -0 ■ _ 4.= . a) 8 _,e 0T
ca. o_ -5 _o a) -° = o_ =u
!-
o 0 _ 0- ...., E>
5.,1- 0 a) 92 = > 0
a) > - „, CI .(T3 6 t , , .......
Ts < _s
, __ cs) >, a- ) a.)
= 8 c_.) c..) a) 0 c.) u) a) i_- ,-- -9 ....g' u..1 as _c) L.. 10
* strike

0- -ca:3 a) c) ,,, as
a) c • Q.
o8 .., ,-, ,--- = c) _ca)E 0
u_ ,a- (..)

c\i
••▪ 0- • o

E .c 0
=
D C cn
el cNi
_ o (1) -c
Z—
Z1 c > a• E
E o
2n a) E.1.) _c .x
w a) E) a) u)
2
U ch
° cr)O
as f) c
• a) .-•E _c as
_c
i-- U) -0
< c o c ii]
a) as (a
.0 `:'
-. a)
, co as c'E. .6
o E a "5
..=
co m ,,;-; _0
o E `" ›.
> TO
as -- E 0 >
-0
0 E 0_ 0
O 0 -0
" a
a) sn-
c a_
Reference Work

a) L.. 4.-...-
13 a.)
C = To 8
= .... 0
8 -t-; 0 g
4a) -u.)c
-.
.- .17
-3.
A E
4o • 7
• o= • (7)
". 00 0
c Q
• 0_

0 as
o
-o a 41 Ti)
a) 0 — C13 _a
c E LL 13
Co
V) C
(D
a) CD
= -0 _C -C
-0 ----. (1)
cull g 2
• a)
_c c -0 (,) =
a)03 U) 0
C •— .1-T5
0 -0 CtS
_„, .0
-(7)
a.)
00 73 TD_
E cl) 0a.
co
7.i 8 -.€
al t 0
,
a
eL .c
(g. CO2 -a
a)
u)
cp..- a.) CO
c a) -0 _0
:,7 C -0 a)
c
,_o .15
O o
• = E (T3
-' r
a)
ai E E
g,- :E (I) ID
-'-' E -E 76
Tu 8 2
1-3 as s
- c cti
o t- .-c o_
' - -. 0)
.F. 5 1,1-3'_ =
0 C 43
CD a) 0 4=,
0_ CL 4- 2 0
co_o a.)
O 0 a) CL
C Ca- -0
0 2 ..,
D.

`-' 42 -6 -.=
(1) co
..- 00 o_ `cr) L.=
_c Tu 0
)

-4= a.) Ts .= cu
0
u, 1-') o o_
15 a) _c 0 as
03 u) as 0 •S 0
V) tNi
I— 'a-
Z 4-
W 0

2#
1.1.1 CD
2 Cr)
C.) (1J Y Y
< 11 0 (-0 "
0co
,
---- cr) -.E.
I— 'C—D .C - i =
I—
E E - 6
a)
et
a) o c '3 /\
ci:
-0 E
c
w f)
!.._ 73 ,12 x 3 0
i= -■-• c cll
(1)Onc 6- As EA3
--20, —‹
cu -.E. _(2 ca 2 o -o
o `-' lb' .Es —:
04L) c
>" -0 E7
E
• o a a
4 ,_ "
p 2
0 4 =
2
a) 0 — 8 X i- X
O u) a.) Cl.c
) =a) c
CD
Es = E
Reference Work

cv c CD c
E a) •c co < --I <
cp 2 f) al .1,
< -ctC1 216 -C.-6
0 To 4- (/) E c
Z 0 CD 3 0 (1)5- -0 +6 -o
*
1.- -o E
.E c ,...,
.- ...., a) (-) la)
u)
--CO c..) O .-= o
a) -45 c.) CD 0
-I?- as k// _J a) C 40a) C
147 P E a < 4
Flue gas Desulphurization system details:

* Strike off whichever is not applicable.


Performance details:
Scope of Work:
Description

0
cri
0 ------ 0) 0) (1)
•-• ,- to -o cm _c p_ -,-,)- (ID Iii
"--- -13 C (/) us C .(1) C0 co
(I) a) 4-
- = ::6 IC ,.... -,,cs.. E
C 0a.)Eca ,Tso°
_ a)E u) n 2
01 CNI -C-0
C) 0 73 (-) cu = _c = 0
i- •-•
Z 46
9
.- 6 rfi
as o as ,_ .L 0- >, (0 .0_ as co °
a:s 0
X
L.L.1 c, &-o(i)
co '
cacE 0 0) 0 0
= 4- cr =
cn c .7-6 c 1 .
:•_71 Ca > c
.- a) _ c _cc7)) a, 8 c
LI.J (1.1 s... w 7.5 ...,
C 4- _C S-
Vi <
I 7) a) c 1-6 (/) E ti) a) 0 CD 0 0 a) 0 = -C
0_ c .c _c 7:3 u) a3 E.c,_ =000 "E' to'

NQ c E (1) = a) ° = u) 2 ----- 0 .=
< ra" as c 2 u) 7°
2 -c as = 2 o- -t- E a)
•.= E s.N_ ..-
I- 0 0
I- -5 15 c as a) a) > -0 a_ co
< a.) -0Fil x 0o E as a) 2 t>, sz)
c7) a)
5 a) •5 o
E 53 a_ ° (7) >a) (-) O E O. c +al a- T-)
a) oc
>, 8 a) 0 >-, o
5--6o o s as
0 2 (.0 . 5 a)
O cn _c cr)
:C)
cr c 2 -c Tts -5 -ti ''= as co
w a) u) ,_N (3 E 2- S c C
0 5 al (7) u)
:7 2 cn a) 6 ces O CI -) = as fL.) L.
C 6 - 2 -c
o C 0
cTi as (1)
(n ci
0 itS-a 0, a) 700-
( 80
E -s
c Em.2 a)
2
o 5 0 5 c> ,9
s1 .s _0 Ts P_ a) ›, ° CO
a) 5
‘5 1.) •8 _c
C
0 o .- -5 _o 3
cc 03 C =

(2 -5 2 : -,a)
--) =92 c5 -- -r) o
8 ..=
...
w RS To V) n a) 0_..-
T'- 1̀) E ...-
° •-('-
73 5' o °- a3 cp
u
i_ co ..c > '5 2 0. a) = = =
0 2 o 5 03 ,-a)
a) o c CO a)
.• .<
.- lc 0_ E ,
0 c 0_
4:15
C c .0 C 0_ '_''' E E .:::'
, ,,a s c Cg c O -5 B
•-, 8 2
oa> •E) a)
0 -0 2 o_m
(Data to be furnishedin line withformat given at 1.00.00 of this Attachment)
(Data to be furnishedin line withformat given at 1.00.00 of this Attachment)

0.)
N a) 0 r3 '7) (. a) 45 ct 0 0 _c C .c 2 as 0-)
ED- 7 E , _c a) '(.7) I) ..co" _.
(1) -cm 0 co -ci5 co
-0 :0 o (D a) 0.)
RD 0 " .5 a ..;0.: E 0 U •a) c 0c o cot.-) co
a.)f) a- cLt2 -,_ a) lc as
75 la a) a) al a) '7) '-
-t
C) o 0 a, 4= 0 C a) a
5 0 a.) 70C
C
a) =
c a) 10 ,cy
L
- ) = 50 " tPi c _.g:.c.I.,) (1 3 c -5
(13 _
>"
(j) = 0_a
(..) 0 _
.
. s c 6 .z, L) O - al . (L) 44.. 2 7 c
= 0 0
7 •k-- _c 0. _,- :... C c 0
E
o `‘,7 a)o co
41g 45 7 (76 u) o c co -E-z_
0 4_ > -t.. O.. o >G
To R --._
> 1-. 0 a) =‘.--,_
C)
o C
__, ..5
----
c' 4 ,- -0 a) 2
6 cu t)
a) al > c a) c ..c (D cts ,0 t3 ..,_
>, . ,
w -.o
.__, ,.,
--
.,
0a) ,(36 0 12 a)
_C
.0 E 0- > a-
TO CI) E as .2 ".
0 0- >, r•••• ...-7 .e. -0 o =
_0 Cn
0 03 (I) C 0 0 C ..._ 03 0• co as as
0 a) o T D 0 a) 5
ts a) fll
co
0 (1) 0. c -c (D > -I--.
CS CD = (// m
,c c Z0 (-)
CO "a- Cl-
C (13 -0 a) 8 45 ,
TD V3
O '75 (22 a) - -0 ,,,,
c, a)
u) 0=.
7 a) a)
a),...,
o 3 ,-,a)c_c
› u)
0 co 0_ = 0(N1 0 _C(i) CIS
4=
D C0 -r)
1-.., - 0_ o -E- - 5 .2
L., = ... u) co U) _ 0- 0 co - 0 - > 45 U)
0 .2-15 8 5 -._ ) _ca) 0
a), u) .52
a- co t, 45 .0 as (12 ...„75
0 .. 6, -5,1
C as w Tss = c
2 -.. Ls 2 al 2) .- as
.0
z a_ E =
0) (,) c) ta. 0-
0 .mo 0 L- C
a.)
0 a) o a) Eg = ._ a„ i-
o D Cr) CO C
(f) E 2 0 a) _c 0
c.. ) „ 45 48 >" -Ni
c_, CI 0 "-
co (13 irs
'Es 2 co -a as 0 .-.
■-
■ >,
C
> 0.)
> .--, 11.1._,,
-a cr
0. '1=
7- ,--
9 '--. m u) EcL '''
''' 1 (1) 'D u)
2-) (0 a)
_. -(3 = c P) ° o -45 2
_c it
a)
•CIS 73 'E" O • 0 _ - - -15 c (D
_C "a' T5 4 ?. as f!' 2 _c
C
4) = E = 51, co aN 7:3 7:5 6 -..-•
0 a)
> c ,:e E -= = = -8 cu 2 a.) ti-- 0 E (,)
O C .0- 60 CO c = T3 .cT3 -0 --. .(,) 'f- (1) CD
4,_ 0 - (7) <
c 8 t ._ o 5 E T.) co u) _cm c7) ..--.c 45 0 -
O " 0- 4-
E a) a) cz --,) o 0 0 -L_ o CD E
U E a_ .,__. 0,.......
,S■ 4:1) U 6 1T6 E o E _c
::.1-) o _c CO >, c = (Ts 03 0 0
1(5 0 cp
_co ( sticc m c -0 -' &.‘
) E 73 c 15 _c _c =
_c 0 ,... 12 -=,
,,, a) 6
"171
0 4 0 ,„ C (1.)
E ‘--as0.00 a)E= o -c <
4c2 ..., ,6 E .0 < (1)
N ``' '-'
_c =

a) o 0.) g (-) 7 .5 at a) - 0_ gy, (,_ cL = t g To - -1(1)=• ci=


4-
Ei2 Lc
a) a)
0. S -za
CZ
> _ ._ ", 4- C 0- > a a)
c ..r .: a)
CT = 4=
-- o
5 ai t- -• -a c) as a) < > u) cr, LI_ 8 fo Sa) 0

O O O
O O O
O
O O O
a) -8
cc; -
a) 17) E.
22 -
o
8 _c al 0
1- a.) o _ c)
C t r _c u) § -El
*
0 CD = ,=.
.(Ti c E "
0 iii c7)-
w 0 c _c E
3E (/)D c _
— a)
a)
c..) 0 E
.x
all "-P
= 2
O -0
-o c
c (13
< c -0 < 0 (4 a)
c ii) (.0 o0-as > o)
Q) 0 0
> a) -0 a) LE c
.,,... 1- _c _o .c
0_
2 (1) kil (i) ==
FL" f- o = 45 u) -.,,
a3 a)
a) .,.... en -.-. (.% u
,._ Cu
a) 0_ i4= a) (05 = 4-
0 _c = - a) 0 oc=
V- 0 ,_ 11 T.) E So ,,
0c0 o , CI3 0 ci,
c
co
QS
(f)
„‘ cz as E -c a" .-c_o45 --a") E
ff_ 0_ -,6 c!...) f3 = _ / -
c 0
co ,
-- = cu u) -- CtS us
>, ---- (%) a) c = > Ei.). ' 7)
—c >1 ‘-
c 0 .- ° 2 a) a)
6 a) Q5 co 0 .5 < _c eL - -0
0 c a) = CD
,_- 85-
-c .-P2 -rEs
0 a3 ®
— .-u)
-c 1-4 o
a) 2 ,._ c
1- al _c C:1 0 vo sO
c 3 ad a) a.)
.- co 0)
-8' E 0 -8 c c
+E' a) 2 45 ry a) (L) 2 as 0
>, Z :.= E8

(Data to be furnished in line withformat given at 1.00.00 of this Attachment)


(Data to be furnished in line with format given at 1.00.00 of this Attachment)

C E a) 45 = Ea = .
E Q) -,- c a) ---,-..)
.c E @ / 0
x 2 4= FP cz 7 as .1-
(LB a)
..._ crq al E c7) > -.2
o s a) as c w
its c CO 5 V) o ci
..c '-
a) Es c..) _o
= 0
® &/ c E C L2
_c eL ms .(7) = o 4=
c = ...= =, '45 u) CD
c MI
0 0a) t- (1.) a) (.) m u a) (1) .4-
0o
0) .0 o co -cTs
a) ...NG > U) -0
• u)
C 0
c 7 -0 er: E (I) a) '-
c a)
8 c as _0 To CD --■• -c § 15
,._ o > LC t = 0
Q) -CI -.... 13> (cT co71) 0 03
(1)
2j / 70 mc c= ti r+,- -0 as
5 0 0- - u) = u)
c _,
c 2E m -c c -8 _`:::', 3
.-P
> 0_ QS ••--,`
= -0
cz •- 0 LC
< .u) 2
o_ 1)0
0 c T0)
•.•g;as= a)
,_s E- ER
as g as -oc (,)
to -5 03
0- ...
u)
a) =0-,...,
_c = a) _e
_c .u)
-0 E ,„ 03 -5 CD I s 0 (-) 4--
rz c 0
c) 0 ai- = -c 2 2 =
0 -0 45 > cl) t a) (15
a.) c -0 5 0 - 0 c la5 u)
CD -0 _c:2 %- 4- 0 0) a.)
(1.) a3 C:.' c z1 c 1:3
-0 .c ',.=
Cti
_0 c (9- c) %-
2 c'es CD = cts ,,, co . ...-. a) _c LE -a) 03
0
Eye u) a) ‘'-. 1 ,--*0 v .= 0 u) = c
>a cs (I)
c ‘5 7 ii c 9
,( 5_ a) 2 0)
o 5 ,1,- u) u) a) 2 0 •c
0 8 , --,
*w2 .„a o3 .00. mu =
ct s 1
(7
c
>
w
I ) i .i
ci
c
:
w
a) ,=
_0 =
o 0_ a) .,_, .5
/k % .--- co
= -a3-.

Q) 0 Q3 cl)
Cr) c\ To- 2 =
c -0 _c -c E2 0 2 a) Ets c
(1) cm c o -5 ca. CI- E cz
.= _c E ,„„ t= co -E.
0 ,.._ 0
0_ 0 c .4= c o 0
c -o
00 "--
C- c c o
o 'c o > Tr) (-) -E. o c) 0
c c) 0 -r.; c.) _c) +E. 0- a/ (D its
o 8 a) a) it) co
= (I) u) Cr) 22
-o -a ..c ocL._
'5' ...c _c 0 ,_:
a)
-o a) a)
c _c r 17; a -c m E 2 c)- em -2
-c
= (1) C
!..= 0 (J) = = 0 . f.1-) C ..— > (I)
4— a) -C

a) E
4-
0 .--
''65Cr
5 ro
CZ c a) m
..c17)
>,
•,.
> ..1 a)
= a) -o 0 CICS
a) (t3
> •-•_
* co
u) Cr 6- 4- *

cci
0 di ch

COMPANY
_c 0_ c o
U
0 I- co iii

ANNEXURE-I
0_ Z c a) 0
E -, o ..- z
0
E as •(7)
u) _, a) (f)
a) c- "E
Z 0 c) ,._o a)
L) :
E
-3) 0_ . E
1 =
I- 0 >a!)
cc (-) , a) a) rt3
< "•a' O -c C- ,.7) 2
1— > 0 •- C 2 (-) c LII
W w 0 O LE
F- %, U) 3: LO (13 ,, c
0 0 :3 '6'
8 O cm ,_ 8 'a
Q J
C3 0 a) a) ••=, -a
-% -I
LL cc >, c. ) br)
_j 0 co 4 C.) 0 2 0
Z < co
LU a) a ,,, ..
5 U-I
a) a) cs) E
Lii c 0
fa_ (-)
z C__ o -0
0 5
z z (7) > -L-
< 0 Ci) a)
0 03 0
5
6 cn <
a= c73 '5' b u) t
Lij H > 0
U. a) up 0 Q_
CS) ...,,
0 LU U- .c._
a) t
(ONNON-JUDICIAL STAMPPAPEROFAPPROPRIATEVALUE)

Lu LIJ C cn
0 (13
Li I- LLI 11.1 = U (13 "di'
cc 0 a"
-J cr 'c5' 0
< ip
< 5 z u_ 2p g 0 T13
0 0 7,13
a) 77 N cL. i_
LLJ (f)
0
E. 112 N
•C
- a)
" V) L-
Z Lu
z L_ cp 0 a3 =
CL ai
CW
C 2cp
Lu 0 c.) a) CL E .c - ,_
"
0— N N o) 0 T2
I- C
C) co 0 0 >4)
0 (-) 0 Luco 0 C13
_C Cl) a) -c 0_ c
< cl5 z Lu
ce Cl) 2 Y a) -5 < = .5
03 p: _J 3: 0 a) N
c̀r) E a)
z :3 UJ :D a) c) Z Ei -.E.
OD LU U- >
ca •c- c-
O U- 5 X., c) E as
_c =
as
_c -0 as <
a)
CL
E cn 08 = -
WW up I- -- J 77 f.2 L0 ''''
( c 1-1
0 CD _J M 00 C a) . 07 0 a_
E5 u) (V3 Lo= c9) 2-:c E o.
0 15 _I-
O 00 0)
I—e5 1-_5 c0 :3
>- 0 c .F, z
LL. •-
-J C.) E a) "
a) ,c2
a) •u))
= Z•
>- Z _c
co w 2 <
ce (-) in' .0
0 axi 0 2-
0DZLI-1 L-
- ....
(1) 0 -c
LLI mer 0 > a) L- ix u) a) L
6— < i= .- a) U..1
W as
12.- 0 C. "2
> c.) 1:7) (L' C _ 0
0 -E 0
Lu I— LI- Lu
a.) LE) 5 E 0
.-(I)-
X < 0
.cL) c)_ C _1 a)
CD -
cc
a co E a)
W L0U LiJ <e ›- E 0 95 w
N 0
0) as 2 .5 8 »a-)
The DEED OF UNDERTAKING executed

co L' w -I rn c < ac..)


S as x) u) 2
0 a) -0 0
cu 0
_c C g E= co
O
u) = >
Z17)5- 4 e-
z 1-1-1 a) -0 0 0 .- ° -2 45
Ce Z C.) c
z 0< U 0 Th
c
.2 >0
< as a) < u) C c
W o2 ' - as
- N.-- E ,ii t
Lu LLJ LU 0 C- c -c) -E
j a) 0 .as .2 >(,<; - :3 >..-0
=
p
z '5 LAI 03 E aa g
M 0_ 0 F- - • 1 E 2-5-
= E 0
LUU) C >a) 0 0 ILI -0
ce 5 u_ 0 us) c
Z Lij a o a) co a;
= o a) I-
H a)
0 (L) _c c).) a)
O WO E =0 z 8- c.) c o
Z 1- -0 u) a) Z =
co E 7
a) CD a) <
4-0
0 co 0
u- OW 71/ .o .0 < .0 c)
I— co IS c- Li j 2
82 0 CD a) C[ • - a
O F- JOUw E a) -0 c -
-0 Lu E a
-T as a) .0) 2
w2
LuLumox—I 0 0_ i E in
WX
.c .c 00
DmaTiW LL — C.) as 8 c`s;
• • •
• • D •E
• •

c 6 C; 13) -5 di ra
La (f) (n E' := g,) c
•,, -0
M CV o 15 0
- -C
0 co (I)
.- 0 c.) , 0 1_ a) a_ -E
-0 a)
C1) 7. 15 CU E
C -0 ;--_- 7
( 3 >7, (i) .c c 'D-
Lij 0 'E. .....
D ,--. (1) = c a) >, "5 c -7) o
co To ,_
• o 1-5 9 -CI 0- 03 ---. (I3 3 0-
MI a)
01 0 _ 03 CI- -'-' -c) .7-- E .(4)
'LO O as
5 9 13 2 E _8 E 0 _c • a) 0
O ct as c -4- a) as 0 -co N--:._cn a)
< Q- id c (13 _c 0) 0 y) 8 a) C E D E
c co
_c .2 E ° _ .c o) 0 c 4 ii) 2
H 15 2 ia. L5 .0 . o a) 15 C
< a) m (37) - (13 ...= co a) 5
c (7 O
C.) E ti035...-.2-^
7 CI3 7 .6) a)
:". 9 a) -)
< a) -.,.-4
a) - •c =c03
(1) a.) C T.) a) a) O (15 ‘4.5
4-_> ...c
-0 -' (L) ,5 c- -- L)-- .)
(i) as cr) a) •S E 2 u) 0) 0
C0- c Ct "E 7) :D a) El_.)
Cl.)
m to' CD - 2 -0
_ '''' -
cn a) a) a)
O
C
O "7 - c: =L co .0 c (13 0
ct T.) a)
A C C
u) .o .cs).=. g (ci,), as >, co
(7) (I) -0 LE) 1--- .5
2 00
2 (om-)
0. a) co - 0 a) CT _C O a.)
a) D -•, ..E
..-, 2? +
C.
(t) .E 16 73 O N C 22 C
6- _( o E - u) .;•_-. m a)
_Ct a) Ea.) a) 'c
= 7
a .6
a) a) ,
C CD C g -92 8 U) en 2
a) a) 5 5 .- =(_c ( c
0 a) en 2
.5
E
.0_
-:wc
• a.)
E 45 E a, 7_ 0 u) 0_ a) 0 Cr 5 F, _c E
=
U^a)2o.t) a) D ,„
(/) E i- a) s"
c-
2 a) cy) 0 -C , 'E a)
o 2 0) E al 0 >, u) I-UEfo 0 0
C cc _c C 1 5 a) -5 0
) 5 Ct3 .. 8 a.) •- cr,
C • " CI) ..-. 3 -C e'ts 5) eL !..= 0- C
c.
en -• ,_ E - (1) c
412 1715 ° CO .>
p 9 u) a) 413 7) 0) o Q
0_ a
cizs 0 C) a) 2OEE
13 v. c 0 0
executant

2 c o '2' •(T3 cs) rp • E =_


O 0 --' 0 0 l-) TI3 eL ,--a) cc
C ›, -C E o _c •= _c a) C— azs a)
0-
5 a) o a) ci) E
`) -0 -
= 0 ---.
t) a) 2 Iel _5
c,w (7) 4-5 -. a) t a) IX . as E 11)
O a3 C L- U) (2
..=
0 O) = 1C :' -cw
• O 0 w
a) Q
= C: L.■ e
.8 -E ei E < a) 2 (0 -' 0 o 0 cts
ID CI 0
LI 15 0 ti =
CD
U) r -2cas cr) ,_,r .) -L--
0 .=
= ti
u) 11 a7 2casa)
= .o f) E E
2
C
C)
C =
0 w _„;
e.) 0
.ic- 0 a = C c .0 _ "ia
-z 't7
=
)C
a) as al as -c -0 ._
O ,_ M
al ' CF) as its' C B UL
8 .t,l 2_
a•
a)
:--) C E : (-
al 17 15_ei -E.
za _ .c, - -0
2 C
E as a
I>.. )a) o
0- -.-. -0 C''''' Dom ........
-0 12 =';' 9) 0_ C(1) = o 'r.)
$' 0 2 a..) (1) 8 L(:5 ce) C
_"' C ,7
(L) '-. E 03
a)
a) .,2. _c
.o_ O,- z; a) oc..) - -= •0- 0_
E as a 2as 0
CE :fl. -0 1..0 .5 2 E _c o
TO 0) aELc3
-0
0,.., -,-• 2 ,- '
c 1..0 o -c-
0 0._ 13 .‘-, L.) 0-
i--) '5 (3 g- ui P- c` a) 15
O ,2- 3 as a)
a) CD 0 a) c CD 47. o _, 0 5 c3 `5 O I-1-1 , 03
0 o La 8 -.E. co -.7.,
c
co (..)
,. La as
Q) C 7(5 O _ 4-,_ 0
-6 2 a
C ) it
a i E .5 -0 a) if) z C") Lij >-
C
0 ‘',...7., = a) a) -L' w =
" -
= , ._ 4._ = -.,-.; as _., .E. 7:11 0
a.) a)
U)
a) -C `-' o ((y a) s- = .-:
t). cg) (75 8 I( I' . - :4- 0 7:3 (1)
> 2t
(I)
45a3,. -0, - D Ea Ts z
la) TO "5 C 1-') ,., 5)
..
--1". a CS) (13 ai U)
08
as 7 (13 c E E 0 as
-0 c»
CD Z
en —Q
( ... 2 = -0 •-sa 5 0
0- a
Lc) E To
o -Ir._ 73 73 CS) 0)
> : as P a) i._ Q. t-
- 0 C _c ea _c a) as ,,_ -0 ucj
15a.).ff
,,... 11'5 LE5 'Fs a_ a_
_e) 0 -,c a)
0 CO (15 C
C - :._.-.,.. 0_ -a-2
(13 -17 m as c a) '7) a) al .s
N
c _c - b .0
u) MS -
D 0 :'-' c a >
a.)
= TO .--;
_c c
0
CO CL)
u) > .o 0)-c g E c% >,
C -,..-, c,_ co m -0
-CtS >, ' - 0 (15 C 0) E O
-cso C t a) O .,,, (J.) Z ch -0
03 a) ---- - a)
U c .„. = --p -c 0 " 0- .5 :P 0
CO "o "
a) a3
eL _c
m c -crl 2 5
7- a) LI) a)
.6
o O .g_ 2- ce "E °-
0 = o- 0 r-- co a) =
z. E -'-' u) a) .E 1--5 a)
..- zE u) u) 2 .) 0 Cs a) 0
O -0 c - _. = CO a.) cy) as
(0
sk• 0P p f) ..‹ u -~a; 2 f u) .c CL CO <- 0 u)
< -' •E yzi) cl .2 en
u j 0) 5 •E -(:$ 1) (" t1 0 < ,k- 1.1.1 '-
0 = u) 5 -
• a ILI co
2 (1.5 0_ E E a) a) u)
co f:: 0
CC ,21
C.) 1.- -ED CL cs "tz)
.::: -0 a) La a) La
U) _a CL , c co
W 7 a W , 0
Lij a CH
P. >
, - in- 6- Ea) C
i t -0 CD , -cs azi >, 0 Tt.5 ,_
a)
‹ "
• ala.)og , EEE (1:5 W a) >, -0 1 0 4 -a a) = z o -.-=,
t: o 2 o
c -> - . (on o co '5 S •E
= :.E 7) --
0 c -6 a). 15 -0 a)) ,6- o LL.1 -(3_ ,_ 0;_,, ._ = 0 t o o _c c-
C -z--/ •-c
a) , - a) a) .-- (D
x a) " (D
0 a)
>
_.,- .(1/.. = a) a) >, cr a)
-4. 0- E
= co > en CD 0_ Lu 2 < en w c7) < co 1- a) _e) 4_ - o



• •

-E .c
(1) •o (1) 45 ay CL/ 5 CcIT) (c
>. p2 a5
a) _c c a) a)
0 C
0_ C -a T.: > -.0-' as a)
0
..c c
-,--• -c
L
2 a3 CO c a) cn c o =
Ce) Cl) 4,5 -0 ay 0
0 6 as a3 1/4- .,_. CO 0 c
- a) _c
0_
5 a) as -, 17).
cts a) c -a _c c .0
•_ Z >, >,W = 4c-73 m *-•• 2 o z as
Z
o T.) a) - 03 a) -= ._ - x th
b
.,, ai i =
W (1) C (13 .-e. (13 as a) 48 "L" c
2 0) -0 c 1 t_
E a u_ E , 0 2 TL) ,,-;,' a) as -0 0_ 0 ca
>-• 0 o u) a) .- ( -.) c = as
o_ c..)
= -° E -a o't-c--c...)
.- -a
c -5) a) as >, o_ To 17) >, a)
Uac's 2 1/4- cE > c c •-• Cl) ..Y', c
< a) 0 as cp_ 6 _c •-5 as Lu a)
_c
.=
-- -0 TO 4- TO ,
..
-s§ -: -- 6 ia) -t c = a) = -0
a)
0_ " ,..- 2 Fo eL a. a) -0 _C 0 (IS 0- _T) -C
-0 t) 2 D 0 E -0 0 E 45 a) 0 =
El.l „
a) Co a) 2 'C) g F ..,.. 45 , 715Co (-) 2 c 10
O -5 -5 5 a) _c eL
+'„ 1/4-
O
a)
.— o a)
, arnu 45 _c .(7) 9.=
t.5 o = '7,2 c)
2 (01) C.) v) fl 6 N- > = -L=
— ...!_.
- - -0 0 C CD (1) m a3 E. m
E (.9
O a) _c o- c _, 0 a) c *(7) a) 2 t3coa2 a) =,
C.) Co
= as c_) > as c >, To IF) co Q 1/4-)
1=
0 I- o = 't - a) c
-r-i = o ,,,'' v) =w.,...
071 ,,g 2- -c3 a) c
- -ds a3
a) (D
-a a) -t-
a)t's 73 = c- va CT
a) a) Tli C 6
= as z
-a (I) CD L_ C o U) - a) o a) c 4.a)- -c
-3 -0
.=-• a) >, -'' cr E as c.) -.t.'
(1) (3 C/) -C Ca = (3) = C _0 L'
a) 5 Q) u) c 0_ _c L .- 5 -' as .= o C 6.) s_ m
c D a3
-c 2:
- 3 E '5 .= 0
....„ 0. u) 5 a) a) .c c ca. a) =
,•-•:-. u) c (f) 4- > " Z..,(T5 L—
co
C
1E t5 -C 0
a; 2 cc”)
c_ •.,=,
2 43 iTs 2 .2 a) - (-) cr) 2 To 0 as *- c. t) = u)
>,
0 0_ rts .2 t Co 5 2 as = -c as a) En.,..,
a)
C- 0 7> CD
0- E 2" .0) 76 Et'. -0 E "-C - T) w 45 c .-
0 .E)
Q E,, 0= IT) ..E2) -,..-L•c,, a) 0 a) as 8 -0
8 )'="' 10:1)
a) = -.-. .a) E -S isi as c
E-
a) 0 ..Z 6
0-) .0 a) o 0 _ >, a) °
;0 C.)

2 c.73 °E cL, ' C


c -5
E.- a) 0 as
O0 c _ _c >, -E c _c 0_ -, as a-
_c 3 C _. = E 0) .... ,--
.- 0 = L_ E 8
o L) a) a)
o o Co, =
t.i
cu -c o 13 (2):-.-S ',"6- -5 Co 'in t_ f.) .0
_.... a _ca a) -0-0 0 o .-=
c o .c
O
45 ,a) -.5 E 45 L. oi. = (71 CI) a) 0 C3 a)
C CL
ti -5 -0 2- o > a)
,_ -.E o --5_ ct 2 kc
2a3 co as = .0 1- `-0-65,
a) .., 9 _a E 0 a) as
c , ...- (..) co C a) CD >-1-1 * C CU 0 0
•c
- i_CC>+0,* (1) 2E 0 .0 0 = CI)
2 o
eL C13 E CD= .ocuai0
E 5_ °-
-----p
c-
- >, -
o 0_ ,
.--„„
(13 c
c 4= 0 rrs >, a) c E - C °- -,9 '5 -c
ca_ _c -.E. c Co E
03 2 C ..Y 4:' c .-E' -5 L- Lu Ct$ CO .= == 0- o
•-8 -0 0 R:5 n cu a) LLJ = 0_ cr a (1) Ell_ m a) .as
a) (-) -C c C3 ,... C.) a) 0) a Ea :
5_ *7)0
c s=s -0 a) cts 47, E 7
( , a.) 2 —P al -6 .0- E
T c -0 s ,-, •5 Q. ....• _C -.--, Cl) 1/4.) -o
.= -. L_ _c C.) a) 3 c 5 o
Z(.) E ai
a) F2 O as c - cis 6 cp_
!..-= 0 2_g 2 -.E. = Lii
°- 5 4.- ° V) 0) -L E •(.3 4-
0 C -CD LU CY u cn ---'
'.5. =8
> a) co c .--6- o = (13 T:S 7'.= a)
cn u) L. c .- ,_ = co (D cy, c
NOW THEREFORE, THIS DEED WITNESSETHAS UNDER:

U) -c Ti as c 8 13 .— --- co . -5 45 6
0 >.. a) — a3 = c a) .-1 - (..) ,,, < 0-a c
12 - 0 L-
a) _0 -0 -.E. -0 = 0 's= a '''' 'z -o = as .— o_
_c a) c as . or) = _, c Co -t 1( ) (D
EE a) Lcir
5j E 15 Co
cB -0 ai- - O = c _,_ as ..c) a)
-a O _E= 0 0a)c-,R .- c -0 t5 (" •,T ) a) 02 -,-
• as ,•co_ as - >0, as „...- N
-a c MC 0 CO c CU ...„ g 45 E a) >.),
,00 E. c)
cd 0
• a) t_3 0 a) • . Fs -0 o_ , o
c
a d 0 c C CD D = 0_ a)
,4=5 E -0 ", ca 0) a) _c a) c 2 Co
E *5 E) o.
ocwa)Ea32a)a^2" -0 -C
_._. al as W
0 1
(-) = 4- -C (13 0 U-I (-) (13 °- f3 -0
.3. ›.. o ..-. -0 ..,,, _ca , 45 2 z
>-.... ow
;
(I) U a.) L) 0 2 c a)
= Cocu = as +E. -0 as -a"
-;-_,
(2 -8 ,_ ? & (P-
_c ._, (L) 0 -0 0
Co
u)
.›... a) 4- a) 0
-co 0_2a)0_co
8 1- FE c o
1/4-4)asas a) a) 0
;. 5_ .- e)
E O a3 cam
0 e z _c Co ‘.... 1.1
- . D. _0
(..) ,--- (..) lb (_) ...-. '.. " 76 t 2 . a.) —
= = 0 E 1:c3
0 00 -c -0 =a)0= 0 7) if) CY (13
CD -0 •--
-0 - (D (1) u) 0 0 7-5 0 0) 11.1 -C ° CY) a3
a) a) -,-. 0 ,- >„ -a e) o co Co
E 0 C 70 n -F. .- E. 9 c El o a.) o -a I_
_c Cw
i- Y
+-
O= —
,_ as co 0 .§ 2 -E0- ...-• 2 czt -a, a) .-2 T-.) = -0
c -.-' = 0
O a)
-5
as- -5
,T, -n
a) cf) a) (i)- -E)
0 -C
0 c 0 0 (a CO a)_ 0
*-• (D,_ -o c (pa) w as = 8 _co
>,
-to a) 2 c ° 'El 7L) cu 15 (1) -0 a) D __F., c.) 0 a) 0 2 ,z -11 c
=
O
!..= a)
co c 17) E H -= 72 (S' -, -5 -0
-
= — ,_
a) -a a) 2 a
2 .- 0) (f) ,----., ai • •u) co
........ a.E
E0 5 -rD .—Tts -•
a) a) c) -f. E E
To -c as ... -0 sa7)
a) s..- c
>, -0 2) _c o 0oo
C5 1:2 0 a.)
.
- ,-- c a5 >
(1.) (1) 0 cu ›, 0 = t,
.._. c Lii --,
a0 -F,. 8_ L.1._ 0 (..)
E ..as Zs -5 -.-
D> a)
_C = vii eL co '' E 0_ ° ,,, ° c rn a cu _ ..0
0 =a) as
,,,,, 0
al *- (1) a .- -c as kl'- E -.
-, _c 0 o --•
(-) 0- = -= E _ a) 'E' as
a) P
c
C ILI
(-) >, LI) -C 0 ,_ 03
ca ii.1 w cr cn
- o ) 0 _a 0 H C)

-0 0 :,_ >..E!) -,. !.


C C 0) a) c
Ca a3 0 4- 45 C
c')-C
(I) Li= CO C !.,=
lo a) -..C. CO 6
u) fn •-c -.-- = 0 Tti t
'5 ES ---- c = „, ,- Co a) T = 5 = - n. a)
C c c a) 0 .-. u.' D (f) - = a) - E 9
73 (7) a) L- .,... _, .._.-
,„ c
-0 -1.3 E 0a3asc --. (ts a)
a) a) 0_ == _= a) a. • 4- -0
0 0 c
0 a) „...w f) .- c
"C 4.- •.- - > o E 2
.-- 4.-: cn O_ , cn _c .- __, 0 a) _,..,
a) as To •=. (_,)
co tz1 g- , ... m
C u) 2 .o
E - c
cn c
c 0 8
73 s.-- a) > a)
S a) -(3' a) _o _2
t• a
a) 2
_= w coy -,-
t.) o c .- _c c _c -
0 0 ,4_ c Ea Es o -
1:- 0 >. - •- - E ,-
.E2.) as E 0 -0 4- E as 4E)
0_ o
-E. -=
_o a) •S
'ti) 23 c 0 0 -c
(1) F = g mi- a) •-
4., -0 .._. 0 u) u)c 0-
O 0 E -0 , ., 45 Cc) o a) 0- f
•••-• as a) c -0 a)
.,_, a) T-Ti 0 -0 '-'
0 a) 03 0- c :.;-• a) ,- 2
a) -0 z a3 , -c ..-• C,) E a) -c3 a) -c co.- _c .,_ 4E.
02 .'-t--
c a) L_ (1) -c u., >...:.„(1 0.)
>4 _c
CD - o o = a) o cn c - -o - ,-.-_o . =- o
..=ocoE)
Ca c_) = 0 0 c .0 0 (13 ,_ a) -5 a) o CO :.-- 0
o
.., al) To CO
Ea 0 ...c a) 0 = 0_ 0 c C13 -0 , 4--
,., -0 a)
,..... ,
En .*7, co >4 E ,-C
- .c.• ' c E)
a) 73 "ii .c a) in) a) 5 0.) as c = o E' -5 D -c >, as t-
0 4_, c LB -4E. al .c O a) _a CO
co o (1) co +6
.-
E c .- 0 - !;--- 0- •(.7) Tu a.) -o
a) LE cr,
E '<r)
- Es a) o 73 w -4:
) •5 -0 g .0)cts c -0 - a3 = •(.7) .
0- =
O >, = 5 F2 6 76 ---6
0 13. o -c, E) a) ,.-) a) 73 a)
4- .-= ....,
03 1.- C Efi• co 2 t) E) 0 c c _0 -0 -0
-.--,
co " CT3 ° (t3 (7) +_,
" a) a.) -' . a) as cn -c o S-- a) a)
E = :0 = 0 a) :.-- 0 CY) -
'.- 0 (1
1 0 t-') _c
ci) a) o
r- c >4 c a) L.)
O L.L.I 0 a)
c (T3 ,_ E la F2 0
0_ 5 E
x (1) al w -in E E 2 7) a.) co a.) 2.c co E as .c.
CD # u)
0.) +..
-c E a) .- (D 0 CZ a)
c..) = >
a) a)
0
cu : : 0
°- .7) :
-(7) O
-0 0 c 2
15 TD_ TO 0 f
- -C u-)
.0) 4-) 2 L) 0 c L- ,
(73 ..7- , c -
-0
- .0 • a)
1-.7_3, -0
C C -0 D 0 ,... a
a..) o as Et2
0 ,._ 0- 0 u) _ (D 0- o
0
-0E
2 --
a) 0 cTs •-. 92
-0 = 5
4- 0 2 2 CO
ai CO a) CO
-0 a)(13- 0 a) _Ne
u) o
a) --Ne _c 5 a.) (TS
c ci
a) •- 4- ,... c 8 Tii cn 'Fa '• 1
-' c..= 0 -.-,
=o a) --, CO a... ,-. c as CL 4- o >, 8 a)
t- Cr V 0 a) a) o 'er 2 .-
(13
-
.5 2 8 c9- a.
,._ 9E 2
_ ca
= L 3 5 L-E ,.._ _ -c
_c
_ „., eL c_ c (.9. c-. -c
. 0 Lu
c a.) a)
00> co _ =
a) 4--. -t-') °a)12) a)(13 (5)) g'0_
0 ..,. 't a) V2 a)
_0 o -
co
w as 73 E
$2
= a)
E
- ,
(1)
-- = E
0 in eL c
8 u) >, A 0 -F• -6
= -0 c c° w r-- c
a.) u) ,_
>, 2 L.-
2 8
(D a _70 . 5 mr- -(7,i . .-ci4 5 ; a) 2,
>
c 4- = -' c
-0 t 2,_ a.) 0 a- - 0 U) 0
Q` L.- 0 c -0c (,) ..., (E) c
16 i_ 0
: m i0
- .0 -0
0 6 '5 92
.a) -_, - a.) w EW E a') a) • C = -C 45 .00 - _c a)

U)
c::)_ to .r=
Z = E
,:,'
0 ) fa To Ta_
-c
.66
- 12 E TS c n cl 5- cr)
-. -E -E 0_ 415. as 4- >s ._7,
c
4- a3
-
Z.
1.- 0 =
1.) u) (..) ca3-,, E -00-5 a) 7:' - ' - c '5 1:),
=
0
0
2)= 0= c
-0 .=
=
0_ =ow To E 0 0- c-
as 0clau=
as 0 (7.) as --
O >4 cn as 73 .0- a) I-1-i .s all ..... u) c 2 1.)
O o
5 -5 Ti)3 a,a) c 5 -c 73 -
_, 0 ° cuu -• >1 1.-
as
4- a) ,- al (1) L- -C - •E' 8 >,
5 0- _2
-C .--
- .0) , w it E. c > - al CI 0
=,00 0 0 .- ..;_-- .- a) ru
c E c c al -.-
as u j (1) co >:. c ?) co ,_ >. c • 0),
- c, -0
c Ton E•-
eL t O -0 a) a, CO
p ,.._
- ,- E
2 ---,- - 2 CO --c-.c:,) cn . 0 -0 --• _ cT.) ....
0 ..-: a) CU 5 a) -c c c .5
• 7F- -0
-E -Nu2 ''=: 2 '-a.)- .0cow
0 ca 0
c 13) 2
E
-o 73 -0 Cr -0 0 c) a.) 0
(7)
0- -_. c
O 8 -,.., .t.,, c, c./) w co as
2 .c
..._ eL -0
E (2 .g .
(1)
5. ZM 3: al >, 73
0 -2 8 -o -0 ..a.
a).2
462 c
4= CD -0 4E) (1)
E _
0 0_ _o O - 0 .J a) 2 (13
o_
CO co t 9_, --- t,..-
t.) c
., a) •- c c 0 4- :-E 0 cT_
5 u) S)
-0 •5 !. a) a) -c a) -- 0_ CD 0) = o o
•.>, ,,, 7c) 0- c.) Li= a) u) it o u.) c = c -0 .4---• ,., CO i..-)- a.)
Lu
W c c a3 W 0 E 0 a38 (3 . ..22 0
u) m co _c
a) 0 u, c 7:3 Ta E 'at) 8
1:3 0_ 0_ a) -0 co 0 = ,-, ,- a) u)
C
0 -0 -2 (i) °- cn ':F- 0
c .-
(D EE'- 0 11) u) E C5 -E -P, 11) - g En 2 16 ) > 0 c
4= .) -,--, 11) (T3 7§3 0RE E-
E
03
•- o 0 4- _, = ) c
va E .o_
O (..) 0 •••• CO
as .- al
C E '. o
n ,_, 't'
, .to
0 ) „?,' b-) D= "'"c
(") - ..h-02 =u) ,_ co
0..) = 4- ro ,a, .Eil 0 0_ t. - a' CO

,L7=•r_ c c or 2 2 Es u, a.) 0 t g .
a) a) a) 0= - *-F., o 4- .--. .FEt
0 .,=_ 0_ as5 ID .'.- .-(-5
6 a) Q.
_c 0 '- c.) o u)
-c ,- ,-,
.- iii
c
---i =
To C 0
-0 ra
.- (,) c 5 ,-
0 2 g 6
.- .- ..- =o
c..) ej a) .- -0.-, >,
C .-
a4- C E
> o a) 0
=
a)
c al (..) -( i = -,_,
-D 'E' cat
,_-- CO as - J.-- E 0.) 0 E f 2 ,_ _0 a a3 a) o o E --
a) 4- 4- 03 a.) 0 E ct a) (o -E -c
o02 0
0 n - _ca) 0 •- c 0_ CU 0 _w .-
E _ ,..6 ° -
,_ 0 '
0

D
"
Li_ 2 2 f
= a) 72
u_ o_ no 0 c.)
0 3 ; (13 0- _c
= --- 1-1-1 En
E : o c
- - 0 -
1._ -.:_, . . _
0 4,i
: 0 co5 4:3
2 "o
u)
-045 2L-
7)
7 -c
.a)
-

co E co
-c ° T:
-8 -° m a) ,..a)
--., ai -0 5- -a
0 = E
c1) ••a7' ,...
a) - u) ,...,
-c cn a)
13 073 Lao 0__ I- cts c
• • •

• •
▪ • ••

= >, 5,
Q) -SC E. a) ,_- a) co c co
= 4.— C a.) -0 = _c co
To1( -3-c as E E 0 Q. P
Y >' -0 0_ co 0 -o 0) E (D
M ("1 _c a)"' a)'5 fo 7:3 -to cas o -c
I- 74--- u) _C (D _c cr T
S 0 C
Z 0 •E H _c H a) (1) >, C
(1)
C (0 0) (10
a) t CY) 0
11.1 T- '5 co to -C.:'
) . _C cf,--
E r, _ = -2 5 CIS Z
(D
C

CD 15 .a.)
1.11 a)
To a) as La-.). E -5o c c ts E
= 0) 2 as, :—
-c E "6 (TS D
0 co
_c E _,
0 R 0 — 0 § cn w E *E•
as 030-
4—
< 11-
I-
1— .... -1-• -0 ,.....
a)-0
,_ o (1) . (1) 0
a)
8 a 2co 0E
1-- .2 _ 0:4= _c, c c
-C) 2 --, a,
2 a) To 45 C u
a)
< (CO- ) `E) ' c () o a 1 a3 _c 12
- -0 .- co ,_ _,-.ca) co -o (i) -a c
- ca .-R >
= -0 0 0 0_ 0) a)
a- -a a) _c >, a) a) c-3
E; a)
C • — = a .s c a) -a c
as -° 0) (,) > C 2> as 0 c — C- 0
a) O -45 o 0_ a) -0 a)
2.2 ..- _o E. -2 C.)
C c E .,(1) D
a)
O c '>„
ci) 0 .(7) TO _c
E
0_ 0 _c a3 o -6. c--) ° ,-
r2 -g co) 1-1:.3 —3 =
•- c 0 (..) a) Tti Ct- 0 C -C.,...
48 0 13
c 7:3 *c
LLI .5 -o as ,,_ _c a)
a) lil 03 ca
ii t= a) C To
-co o c 0 Cr) .g as cg) a) a)
a) ,-, " a) u) (:)_ -0 =w 0 -o
— E 7:3 75 0 a) 2 '0 , cco cu)0

(Signature of the AuthorisedRepresentative) . ..


-(-a 'cr) c '(r) (7) o o (0 -E.) E
0 c,) F a) 2 0—(73 a.) _ C = E5 1,2 E
-*-- Q> co r:n = 0

(Bidder/Co ntractor)
1.) (13 2 :F., --• > o_
— L6 , 2 2 .a.. 0a) ._
*2 :15 a) .c
E
0
4.-
°
co -o
,,,
a..) -0
_ cco .°) °
8' w .§ s.:,. co ci — 0 0) sn'
X
E (0 73 !. C
2 2
-a•Er u s-Qt2
0 LL1 a) c u) CD CL
_cco CD 6 :2 o 2 a5
0 -o
n cti -E" a)
(-.) a) O. c'l a) a) 0) *.
i; 0 •=a) co a) as _c
O-c = .co-co 0 _o C a) -a -a
C O re 8 ___ 0 2 ..c c a) E .../),
.0_ c O
0 (.., 9, -c = t1:$ >
= 0
„2 , 5 co‘-..f.- • -c
cn a) a) C -.E' f.) cs u) (0
c0 ., a) in 2 a)
C> C . ill c C D (0
L.. 0
a) -0 CL c (r)
=.. 0) 'C 0 = ..... ..c 22 a) a) O
(..) c c ,, E ...,7_,Eo c (I) ...
R a) „,
u) O
wO • 0 pa = 0_ ca .(7) ar) a __ • To =_E cr) E
= = —3 C CO ‘a-,) E -.--, 2
-t -to E a) = (D E EE
aU --. .= -0
a) (3.) "5 f 0 2 0 va)
4— C)- (0 a) 0 0
c ,= (0 -0 -5 LL Z 0
CIS 2 c as • -1—,
c
73 =
CD a.) 2 (,) a)
> c 0
E co e
1.- =
D > c Co a) -0 CU a)
73 0 C -. .4 .f3 1, X
( I') ix ..E' C >4 03
▪ s'''' CO = D0 a) 45 o a)
a) Z .(7) a3 ,-z
w a) cr) E :g C E so_ -t-') a)
ri c — -) a) -0 - 0 0
o_ o)
.= •C
0 ES >
Um aa 0 4— -0
03 .0
0 as `*-0 1- .. -, t —.
o- c a) -E.
o CO
..c
`tr. u j .0) _o
a) RS -0 00 L., LE5 Fi) = 0 Ui
( ./., •o '0 •c- .0 a) .> a)
O c Cr a) a) as = a) = •.a) -E3
45 -.' 0
Ocua)0t0T1) 0 a) •-•
o) -o -i-ti 8
E a) u) .- ID a)0 cD To a) • (73 -...=
0
a) ‘-
-.-
- C
0 -0 .= Tcs — _c •c u) -- > C
:.2 u_i 4.
a) _C)
0
o as

.,,-•• c
— c 2 5c
cp ,.., •a) -.,
u), (I) "0 E0 _0
a) C L
(Signature Name)

cn 41) s
Address)


aS ) = 0 73 (-) 't= 0.) > ' (13
e) ,4=
D
-0Etaic00
a>
• a-a)i_
0 L__.
o_ = 0 .‘1 0
M E c'3
..c
›... =
(0
. 2 +E'.(7) ccLLJ 0)
.E)
w 8 77)
E
•— n E .c., _c • 0- w rn To
— -'E'
O t5 o
E 0 _c E3 4—
(Official

T2 ° 0 8 — .... -C
a) 2 -, 0 -I-, C t
S. (.0
co C ,, --- as al-.) co.—9., I) -••••
,_ C (1) Ct) CL6
_c (63) a) 0 a) a) U) ‘_ >, z
al -20a) c.)-0 _o
,„ "C) >, 0- T) -0 a)
< ->, - c Jo c a) " 0 1:3 ril 0 0 (r) '5 H
..- :*=. co c 0 = o 0 Ili _c 73
0 " as a)
= - c ..- -0 a) ft)
'5 '-c-. E E --• cn Z '''' c
al
CL ° 1- .1 a) --.
oS
(,) a)
(-)...)
-" ,_ „, C 11) -0
,_ ,...
cn 0
,0 0.) .)
- E I—
- -c
0) _C
(Du) =0' (1)
,=. c
O CI) t a$ >
-a) a)
0 >, _c = a) CTci = E'
2o
.-4--(DnOxf2 <
C .c0
0 > (13 0 .c Z _c E
- (a o Q. ar) (_) a) >. 0.. 0 H

C
N- cci r
LL
8
203
cB

- a)
E
co

U
C)

(1) •
(Signature of the Authorised

CO
ai
(Official
Address)

0
c
(1)
c

a)
4=

cm
Common Seal of the

c
co

E
o
0
0.
>,

Z
w
CI)
C I)
---.

H
2
L m
(TS

cn 0
as

a)

-0

o (3
C

"E".

u_ —
0-

cn
us
_c
a)

-5
.=
2 o

E <

. cr
a)
(3' ci)
M a)

ru C 2
2 -E
W "5 *-ct
>
(Signature Name)

•_o_ _a)
:

o) 0-
as
a)
(Official

E
z
Address)

C
TO
_c

a)
"E)
a)

CO

o o
EE
0 0
u) :

E o_

Note : Power of Attorney of the persons signing the said Deed of Joint 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 s hallbe furnished by the Bi dder.

 
 









Potrebbero piacerti anche