Sei sulla pagina 1di 117

CONSOLIDATED COMMERCIAL PRE-BID QUERIES

FOR FLUE GAS DESULPHURISATION (FGD) SYSTEM


& AUXILIARIES

Page : 1 of16
Project : Flue Gas Desulphurization (FGD) System Package for, CSCTPP Chhabra (2X660 MW), SSCTPS Suratgarh (2X660 MW) & KaTPP Jhalawar (2X600 MW) Rajasthan, India
CONSOLIDATED PRE-BID QUERIES - COMMERCIAL
Project
S.N. Volume Section Sub-sec Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Name
1 I IFB 1.3.1 3/14 Validity of tender Please clarify the relevance of this statement wrt to validity of Bid
COMML 120 days
mentioned under clause No. 13.00 of ITB
2 I SCC 1.1.3 4/55 Due Dates for Payment We understand that in case progressive payment gets delayed beyond
COMML 45 days, interest shall be applicable on the pending amount. Kindly Bid specification prevails
confirm.
4 I SCC 1.2 4/55 Advance Payment
Bidder’s understanding:
1. The Contract Price mentioned in the said clause is the Contract price
of First Contract only i.e. it excludes O & M contract value.
1. Bidders understanding is correct.
2. Advance bank guarantee shall be kept valid up to 90 days beyond the
COMML 2. Bid specification prevails
schedule date of Completion of Facilities.
3. Bid specification prevails
3. Advance payable shall be paid along with applicable GST, if any, as
per GST law.
Please confirm.
5 I SCC 1.2 4/55 ….the Owner shall levy interest rate at the rate of 15 % per Bidder’s understanding:
annum, on the outstanding unrecovered advance. 1. In case delay is attributable for Owner’s default same is not
applicable.
COMML 2. In case delay is attributable due to Contractor’s default, Owner shall Bid specification prevails
adjust outstanding un-recovered advance from invoices payable to
Contractor & no interest shall be levied.

6 I SCC 1.2.1 5/55 80% (Eighty percent) i.e. (90% of the equipment price less Bidder’s request to modify payment terms as:
10 % advance adjustment) of Ex-Works component of the 80% 60% i.e. (70% of the equipment price less 10 % advance
Contract Price Plus price adjustment along with 100 % adjustment) of Ex-Works component of the Contract Price Plus price
COMML taxes & duties, freight and insurance shall be paid on pro- adjustment along with 100 % taxes & duties, freight and insurance shall Bid specification prevails
rata basis against receipt of equipment at Site……….. be paid on pro-rata basis against dispatch receipt of equipment at Site &
balance 20 % on receipt of equipment at Site.

7 I SCC 1.2.1 6/55 Final 10% of the Ex-Works supply price component of the Bidder’s request to modify payment terms as:
Contract Price plus price adjustment on completion of a) 5% of Ex-Works supply price component on Completion of Facilities
Facilities……….. unit wise.
COMML Bid specification prevails
b) 3% of Ex-Works supply price component shall be released after
Provisional Take Over of 1st Unit and balance 2% on Final Take Over of
both 1st and 2nd Unit.
8 I SCC 1.3 (A) 7/55 Final 10% of the Ex-Works supply price component of the
Bidder’s request to modify payment terms as:
Contract Price plus price adjustment on completion of
a) 5% of ETC price component on Completion of Facilities unit wise.
Facilities………..
COMML b) 3% of ETC price component shall be released after Provisional Take Bid specification prevails
Over of 1st Unit and balance 2% on Final Take Over of both 1st and 2nd
Unit
9 I SCC 1.3 (B) (i) b) 8/55 Final 10% (Ten Percent) of the Ex-Works supply price
component of the Contract Price plus price adjustment on Bidder’s request to modify payment terms as:
completion of Facilities……….. a) 5% of Civil Works price component on Completion of Facilities unit
wise.
COMML Bid specification prevails
b) 3% of Civil Works price component shall be released after Provisional
Take Over of 1st Unit and balance 2% on Final Take Over of both 1st
and 2nd Unit.

10 I SCC 1.3 (B) (ii) e) 9/55 Final 10% (Ten Percent) of the Ex-Works supply price
Bidder’s request to modify payment terms as:
component of the Structural Steel works (Contract Price)
a) 5% of Structural Steel Works price component on Completion of
plus price adjustment on completion of Facilities………..
Facilities unit wise.
COMML Bid specification prevails
b) 3% of Structural Steel Works price component shall be released after
Provisional Take Over of 1st Unit and balance 2% on Final Take Over of
both 1st and 2nd Unit.
11 I SCC 1.5(ii) 10/55 Regardless of the non- availability of the generating Unit / Bidder understands that Owner shall pay charges against pro-rata
Units owing to the shutdown/ breakdown/ backdown, the monthly bills for that duration.
COMML Owner shall be liable to pay to the Contractor the Basic Bidder's understanding is correct
O&M charges.
12 I SCC 1.7 11/55 100% applicable taxes & duties only on direct transactions Bidder’s request to modify the clause as:
between the Contractor and Owner as included and shown 100% applicable taxes & duties only on direct transactions between the
in the Bid price shall be reimbursed by the owner at actuals Contractor and Owner & bought out items to be directly dispatched by
COMML to the Contractor upon receipt of equipment at site on Sub-vendor to site as included and shown in the Bid price shall be Refer Amendment
production of satisfactorily documentary evidence by the reimbursed by the owner at actuals to the Contractor upon receipt of
contractor. equipment at site on production of satisfactorily documentary evidence
by the contractor.
13 I SCC 4.2 19/55 Contractor’s aggregate liability to pay LD for failure to Bidder’s understanding: Bidder's understanding is correct
COMML achieve the performance guarantee shall not exceed 10% Contract Price mentioned here is price for First Contract only. Please
of the Contract Price. confirm

Page : 2 of16
Project
S.N. Volume Section Sub-sec Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Name
14 COMML I SCC 4.3 23 / 55 Contractor’s aggregate liability to pay LD for failure to Bidder’s understanding: Bid specification prevails
achieve the performance guarantee shall not exceed 10% Same may not be applicable under this clause & may be deleted.
of the Contract Price

15 COMML I SCC 4.3.1 24 / 55 Liquidated damages for delay will be based on the, unit Bidder requests for modification of clause as below: Liquidated Bid specification prevails
wise time schedule. LD shall be levied only when the damages for delay will be based on the, unit wise time schedule. LD
scheduled date of completion of facilities, of the respective shall be levied only when the scheduled date of completion of facilities,
unit is not achieved. The Owner shall levy LD at the rate of of the respective unit is not achieved. The Owner shall levy LD at the
0.5% per week of delay, or part thereof, of the contract rate of 0.5% per week of delay, or part thereof, of the contract value
value [(sum of all the three PARTS of FIRST CONTRACT [(sum of all the three PARTS of FIRST CONTRACT of the single
of the single EPC contract) including taxes and duties] of EPC contract) including taxes and duties] of each unit.
each unit.

16 COMML I SCC 4.3.2 24 / 55 Penalties for Inferior Civil Works Bidder’s request:
Bid specification prevails
To delete clause for ‘Penalties for Inferior Civil Works’.
17 COMML I SCC 8 35 / 55 Warranty Period Bidder’s request to modify clause as below: Refer Amendment
The warranty period for a unit shall start on the date of Warranty Period
Completion of Facilities, following provisional take-over of The warranty period for a unit shall start on the date of Completion of
the Unit for a period of eighteen (18) months or shall start Facilities, following provisional take-over of the Unit for a period of
from the date of Final Taking Over/Operational Acceptance eighteen (18) months or shall start from the date of Final Taking
for a period of twelve (12) months as decided by the Over/Operational Acceptance for a period of twelve (12) months
Owner, as per GCC clause 5.28 whichever is earlier as decided by the Owner, as per GCC clause
5.28
18 I SCC 9 41 / 55 Provision of Accommodation for O&M Staff in Colony on
chargeable basis. Bidder’s request:
COMML Bid specification prevails
To provide applicable charges of quarters.

19 I GCC 2.2 7/82 The Contract will be signed in five (05) originals and the Bidder’s request to modify clause as below:
Contractor shall be provided with one signed original and The Contract will be signed in three (03) five (05) originals and the
COMML the rest will be retained by Owner. Contractor shall be provided with one signed original and the rest will be Bid specification prevails
retained by Owner.

20 I GCC 3.14 11/82 ….., all notices to be given under the Contract shall be in Bidder’s request to modify clause as below:
writing, and shall be sent by personal delivery, airmail post, ….., all notices to be given under the Contract shall be in writing, and
COMML special courier, cable……… shall be sent either by personal delivery, airmail post, special courier, Refer Amendment
cable………

21 I GCC 6 13 / 82 Settlement of disputes


Bidder’s request:
COMML To add clause for Arbitration as per Arbitration & Conciliation Act 1996 & Bid specification prevails
amendment thereof to resolve unsettled dispute.
22 I GCC 9.7 16 / 82 Bidder to provide……along with all the
Bidder understands that owner specifies the provision up to the Final
COMML required consumables till the Plant is taken over by the Bidder's understanding is correct
Takeover of Units 1 & 2. Please Confirm.
Owner.
23 COMML I GCC 10.2 16 / 82 …………The Owner shall give full possession of and
accord all rights of access thereto on or before the date(s) Bidder’s request to modify clause as below:
specified in Appendix 6. However, any dismantling, shifting The Owner shall give full possession of and accord all rights of access
and erection of any existing buildings, structures, facilities thereto on or before the date(s) specified in Appendix 6. However, any
(including underground, if any) shall be in the Contractors dismantling, shifting and erection of any existing buildings, structures,
scope without any additional cost implications to the Owner. facilities (including underground, if any) shall be in the Contractors Bid specification prevails
scope without any additional cost implications to the Owner.

In case such conditions arise same shall be mutually discussed


upon with necessary time extension & cost implications.

24 I GCC 10.5 16 / 82 Unless otherwise specified in the Contract or agreed upon


by the Owner and the Contractor, the Owner shall as per Bidder’s request to modify clause as below:
Scope of Works and Supply by the Owner, to enable the Unless otherwise specified in the Contract or agreed upon by the Owner
Contractor to properly carry out Precommissioning, and the Contractor, the Owner shall make all requisite provisions as per
COMML Refer Amendment
Commissioning and Guarantee Tests Scope of Works and Supply by the Owner, to enable the Contractor to
properly carry out Precommissioning, Commissioning and Guarantee
Tests.

25 I GCC 13.2.1 18 / 82 The Contractor shall, within Thirty (30) days of the
Notification of Award of Contract, provide a security in an Bidder’s request to modify clause as below:
amount equal to 5% of the Total Contract Price (excluding The Contractor shall, within Thirty (30) days of the Notification of Award
taxes, duties & Mandatory Spares) to the advance payment of Contract, provide a security in an amount equal to 5% of the Total
for Plant & Equipment under Supply portion of the Contract Contract Price [i.e. First Contract price] (excluding taxes, duties &
and 5% of the Total contract Price (excluding taxes, duties Mandatory Spares) to the advance payment for Plant & Equipment
COMML Refer Amendment
& Mandatory Spares) as Second & Final Advance Payment under Supply portion of the Contract and 5% of the Total contract Price
within 03 (Three) months from the date of Notification of (excluding taxes, duties & Mandatory Spares) as Second & Final
Award, Advance Payment within 03 (Three) months from the date of Notification
of Award,

Page : 3 of16
Project
S.N. Volume Section Sub-sec Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Name
26 I GCC 13.2.1 18 / 82 The advance payment BG shall be reduced pro-rata every Bidder’s request to modify clause as below:
six (6) months after First Running Account Bill/Stage The advance payment BG shall be reduced pro-rata every six (6) three
COMML Payment under the Contract based on the value of the (3) months after First Running Account Bill/Stage Payment under the Bid specification prevails
respective equipment/plant/facilities received Contract based on the value of the respective equipment/plant/facilities
received
27 I GCC 13.2.2 18 / 82 ………….The cumulative amount of reduction at any point
of time shall not exceed seventy five percent (75%) of the
advance corresponding to cumulative value of the Bidder’s request:
respective equipment/plant/facilities supplied and received We request to adjust 100 % adjustment of advance against
COMML Bid specification prevails
as per certificate issued by the Project Manager. The equipment/plant/facilities & not to withhold any amounts/BG. Please
balance 25% of the Advance BG shall be released on consider & confirm.
Completion of plant…………….
28 I GCC 13.3.1 18 / 82 Contract Performance Security Bidder’s understanding:
If the Defects Liability Period has been extended on any part of the
COMML Facilities, the Contractor shall issue an additional security in an amount Bid specification prevails
proportionate to the Contract Price of that part only. Accordingly, the
Contract Performance Security shall be released.
29 I GCC 13.3.1 18 / 82 The Contractor shall, within Thirty (30) days of the LOI, Bidder’s request to modify clause as below:
provide securities for due performance of the Contracts for The Contractor shall, within Thirty (30) days of the LOI Notification of
ten percent (10%) of the FIRST Contract Price, with an Award, provide securities for due performance of the Contracts for ten
COMML initial validity upto 180 days beyond the end of scheduled percent (10%) of the FIRST Contract Price, with an initial validity upto Bid specification prevails
Defect Liability Period of the last equipment covered under 180 90 days beyond the end of scheduled Defect Liability Period of the
the package. last equipment covered under the package.

30 I GCC 13.3.2 19 / 82 The Contractor shall, within Thirty (30) days of the start of
O&M services, provide securities for the due performance Bidder’s request to modify clause as below:
of the Contract for ten percent (10%) of the total O&M The Contractor shall, within prior to Thirty (30) days, end of Defect
Contract Price for the FIVE(5) years valid upto 180 days Liability period of the start of O&M services, provide securities for the
COMML Bid specification prevails
beyond completion of O&M Contract Period under the due performance of the Contract for ten percent (10%) of the total O&M
package. Contract Price for the FIVE(5) years valid upto 180 90 days beyond
completion of O&M Contract Period under the package.

31 I GCC 13.5 19 / 82 ………..in addition to the Contract performance securities


furnished by the Contractor, the Collaborator(s)/ Promoters
to the Subsidiary Company/ Promoter to JV Company /
Subsidiary Company / JV Company shall furnish, within
thirty (30) days of the Notification of Award, separate Bidder’s request:
COMML unconditional Bank Guarantee(s) towards faithful DJU BG to be submitted shall be percentage of First Contract price only. Bidders understanding is correct.
performance of the Deed(s) of Joint Undertaking for Please confirm.
amount(s) specified in PQR and with validity till such period
as specified in the corresponding format for Deed of Joint
Undertaking.

32 I GCC 17.2.1 23 / 82 The Contractor shall appoint its Representative within


Bidder requests to modify as:
fourteen (14) days of the date of issuance of Letter of
The Contractor shall appoint its Representative within fourteen (14) days
Award or before start of work whichever is earlier and shall
COMML of the date of NOA issuance of Letter of Award or before start of work Bid specification prevails
request the Owner in writing to approve the person so
whichever is earlier and shall request the Owner in writing to approve
appointed.
the person so appointed
33 I GCC 23.1.2 40 / 82 …………….The Contractor shall carry out the inspection
and quality control aspects as set out in Technical Owner to note that Bidder shall carry out the inspection and quality
Specification. The Owner reserves the right to appoint at control aspects as set out in Technical Specification and does not
Contractor’s cost third party inspection agencies (such as envisage any third-party inspection agencies appointed by the owner.
Lloyds Register of Shipping / Bureau Veritas). Hence, Bidder request owner to modify the clause as follows.
COMML Bid specification prevails
…………….The Contractor shall carry out the inspection and quality
control aspects as set out in Technical Specification. The Owner
reserves the right to appoint at Contractor’s cost third party inspection
agencies (such as Lloyds Register of Shipping / Bureau Veritas).

34 I GCC 25.1.2 45 / 82 The Guarantee Test of the Facilities shall be successfully Bidder requests to modify as:
completed within 12 months from the date of completion of The Guarantee Test of the Facilities shall be successfully completed
facility. If for reasons attributable to the Owner, the within 6 12 months from the date of completion of facility. If for reasons
Guarantee Test of the facilities or the relevant part hereof attributable to the Owner, the Guarantee Test of the facilities or the
COMML Bid specification prevails
cannot be successfully completed within a period of 12 relevant part hereof cannot be successfully completed within a period of
months from the date of Completion of the respective 6 12 months from the date of Completion of the respective
facility………… facility………………………………….

35 I GCC 30 53 / 82 Limitation of Liability Bidder’s understanding:


COMML The total Contract Price referred herein is the Contract price of First Bidders understanding is correct.
Contract. Please confirm.

Page : 4 of16
Project
S.N. Volume Section Sub-sec Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Name
36 I GCC 37.3 63/82 The party who has given such notice shall be excused from
Bidder requests to modify as:
the performance or punctual performance of its obligations
The party who has given such notice shall be excused from the
under the Contract for so long as the relevant event of
performance or punctual performance of its obligations under the
Force Majeure continues and to the extent that such party’s
Contract for so long as the relevant event of Force Majeure continues
performance is GENERAL CONDITION OF CONTRACT
COMML and to the extent that such party’s performance is GENERAL Refer Amendment
(GCC) prevented, hindered or delayed. The Time for
CONDITION OF CONTRACT (GCC) prevented, hindered or delayed.
Completion shall be extended in accordance with GCC
The Time for Completion shall be extended in accordance with GCC
Clause 40 (Extension of Time for Completion).
Clause 40 (Extension of Time for Completion).

37 I GCC 42.3.1 74 / 82 the Owner has failed to pay the Contractor any sum due Bidder requests to modify as:
under the Contract (within the specified period of 180 Days) the Owner has failed to pay the Contractor any sum due under the
, has failed to approve any invoice or supporting Contract (within the specified period of 180 90 Days), has failed to
COMML Bid specification prevails
documents without just cause pursuant to Terms and approve any invoice or supporting documents without just cause
Procedures of Payment pursuant to Terms and Procedures of Payment

38 I Form of Contract Article 1 22 / 164 Contract Documents Bidder’s request to add the following:
Agreement ..
.
b) Notification of Award
COMML c) Special Condition of Contract Refer Amendment
d) General Condition of Contract
e) Erection condition of Contract
f) Technical Specifications…..

39 I Form of Contract Article 4 24 / 164 ………Agreement solely on its own behalf and not on
Agreement behalf of any other person or entity. In particular it is
COMML expressly understood and agreed that the Government of Owner to change Govt. of UP to Govt. of Rajasthan Refer Amendment
UP is not a party to this Agreement ………
40 I ECC 3.2 5/80 ………Indian Regulations and any other statutory laws in
respect of the plant equipment shall be to the account of
the Contractor. Should any such inspection or If any such inspection or registration need to be rearranged due to no
registration need to be rearranged due to the fault of fault of the Contractor or his Sub-Contractor, the additional fees for such
COMML Bid specification prevails
the Contractor or his Sub-Contractor, the additional inspection and/ or registration shall be borne by the owner or reimburse
fees for such inspection and/ or registration shall be by the owner at actual.
borne by the Contractor. It is the responsibility…….

41 I ECC 6.1 29373 …….. The Engineer shall determine the resolution of any
difference or conflict that may arise between the Contractor Bidder’s request to modify as:
and the other contractors or between the Contractor and The Engineer shall determine the resolution of any difference or conflict
the workmen of the Owner in this regard to their work. If the that may arise between the Contractor and the other contractors or
works of the Contractor is so delayed because of any acts between the Contractor and the workmen of the Owner in this regard to
COMML Bid specification prevails
or omission of another contractor, the Contractor shall have their work. If the works of the Contractor is so delayed because of any
no claim against the Owner on that account other than an acts or omission of another contractor, the Contractor shall have no
extension of time for completing his works. claim against the Owner on that account other than an extension of time
for completing his works.

42 I ECC 6.2 6/80 The Engineer shall be notified promptly by the Contractor of
any defects in the other contractor’s work that could affect Bidder’s request to modify as:
the contractor’s work. The Engineer shall The Engineer shall be notified promptly by the Contractor of any defects
determine the corrective measures, if any, required in the other contractor’s work that could affect the contractor’s work. The
COMML rectifying this situation after inspection of the works and Engineer shall determine the corrective measures, if any, required Bid specification prevails
such decisions by the Engineer shall be binding on the rectifying this situation after inspection of the works which shall be
Contractor. mutually agreed by the Contractor and Owner and such decisions by the
Engineer shall be binding on the Contractor

Page : 5 of16
Project
S.N. Volume Section Sub-sec Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Name
43 I ECC 10.1 6/80 The Contractor shall have total responsibility for protecting Bidder’s request to modify as:
his work till it is finally taken over by the Engineer. No claim The Contractor shall have total responsibility for protecting his work till it
will be entertained by the Purchaser or the Engineer for any is finally taken over by the Engineer. No claim will be entertained by the
damage or loss to the Contractor’s works and the Purchaser or the Engineer for any damage or loss to the Contractor’s
Contractor shall be responsible for the complete restoration works and the Contractor shall be responsible for the complete
of the damaged works to its original condition to comply reasonable restoration of the damaged works to its original condition to
with the Specifications and Drawings. comply with the Specifications and Drawings.
Should any such damage to the Contractor’s works occur However, any damage or loss to Contractor’s Works due to Force
because of other party not under his supervision or control, Majeure conditions shall be specifically excluded from the above.
the Contractor shall make his claim directly with the party Should any such damage to the Contractor’s works occur because of
COMML concerned. If disagreement or conflict or dispute develops other party not under his supervision or control, the Contractor shall may Bid specification prevails
between the Contractor and the other party or parties make his claim directly with the party concerned. If disagreement or
concerned regarding the responsibility for damage to the conflict or dispute develops between the Contractor and the other party
Contractor’s Works, the same shall be resolved as per the or parties concerned regarding the responsibility for damage to the
provision of the clause: `Co-operation with other Contractor’s Works, the same shall be resolved as per the provision of
Contractors’. The Contractor shall not cause any delay in the clause: `Co-operation with other Contractors’. The Contractor shall
the repair of such damaged works because of any delay in not be liable for cause any delay in the repair of such damaged works
the resolution of such disputes. The Contractor shall because of any delay in the resolution of such disputes. The Contractor
proceed to repair the work immediately and no cause shall proceed to repair the work immediately as soon as possible and no
thereof will be assigned pending resolution of such dispute. cause thereof will be assigned pending resolution of such dispute.

44 I ECC 23.2 14/80 The Owner shall have a lien on such goods throughout the
period of contract for any sum or sums which may at any
time be due or owing to him by the Contractor, under, in
respect of or by reasons of the contract. After giving a 15
(fifteen) days notice in writing of his intention to do so, the
COMML Owner shall be at liberty to sell and dispose of any such Bidders requests to delete this clause Bid specification prevails
goods, in such manner as he shall think fit including public
auction or private treaty and to apply the proceeds in or
towards the satisfaction of such sum or sums due as
aforesaid.
45 I Formats and Form of Rajya Vidyut Utpadan Nigam Ltd., (hereinafter referred to To Modify as :
Schedules Contract as the Owner with expression unless the context does not Rajya Vidyut Utpadan Nigam Ltd., (hereinafter referred to as the Owner
Agreement permit includes his successors and assignees) of the one with expression unless the context does not permit includes his
COMML part and M/s ., a Private Limited company incorporated successors and assignees) of the one part and M/s ., a Private/Public Refer Amendment
under the companies Act 1956 and having its registered Limited company incorporated under the companies Act 1956 and
office at ... having its registered office at ...

A) Bidders shall submit their Bids [Common Stage-I


Bidder understands that the Technical Bids for 2x660 MW Chhabra,
(Techno-commercial) Bid and separate Stage-II (Price
2x660 MW Suratgarh and 2x600 MW KaTPP Jhalawar shall be
Bids)] as per the Terms & Conditions of the
46 COMML I 2, ITB 1.0 4 of 59 submitted Separately in line with the Technical Specification. Please Bid specification prevails
Common Bidding Document. Bidder can submit their
clarify.
common Stage-I (Techno- commercial) Bids for any
number of the above mentioned 03 (Three) Projects.

Advance Payment Security


Advance Payment Security
……The cumulative amount of reduction at any point of
Bidder requested that The cumulative amount of reduction at any
time shall not exceed seventy-five percent (75%) of the
point of time shall not exceed Ninety percent (90%) of the advance
advance corresponding to cumulative value of the
corresponding to cumulative value of the respective equipment/
47 COMML I 3, GCC 13.2.2 18 of 82 respective equipment/plant/facilities supplied and received Bid specification prevails
plant/facilities supplied and received as per certificate issued by the
as per certificate issued by the Project Manager. The
Project Manager. The balance 10% of the Advance BG shall be
balance 25% of the Advance BG shall be released on
released on Completion of plant.
Completion of plant.

Contract Performance Certificate


The Contractor shall, within Thirty (30) days of the LOI,
Contract Performance Security
provide securities for due performance of the Contracts for
Bidder requested that security shall be reduced pro rata to the Contract
48 COMML I 3, GCC 13.3 18 of 82 ten percent (10%) of the FIRST Contract Price, with an Bid specification prevails
Price of a part of the Facilities after defect liability period has been
initial validity upto 180 days beyond the end of scheduled
completed for respective unit(s).
Defect Liability Period of the last equipment covered
under the package

Milestone Schedule - Milestone for completion of facilities shall be


achieved as per specification requirement. However, the Milestone
Schedule i.e attachment - 16 regarding the timing & sequence of all key
7. Formats & 126 of activities / milestones for various systems under bidder scope shall be
49 COMML I Attachment 16 Bid specification prevails
Schedules 199 discussed and agreed during Pre- Award stage keeping in view
production schedule / expected deliveries of inputs / erection schedule.
The detailed PERT network shall be submitted based on these
agreements Bidder requested RVUNL to consider the same.

Bidder requested RVUNL that DJU shall be allowed to be submitted


50 COMML I 2, ITB 15.1 39 of 59 Deed of Joint Undertaking (DJU) Bid specification prevails
during Pre-award stage.

Page : 6 of16
Project
S.N. Volume Section Sub-sec Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Name

As per the Govt. of India Policy, applicable GST shall be payable at the
time of dispatch of Goods. Verification of supplies at Employer’s end
51 COMML I 4, SCC 1.7 11 of 55 For Payments related to Taxes & Duties after receipt of material at site takes substantial time. Therefore, we Bid specification prevails
request RVUNL to reimburse 100% applicable T&D at dispatch to avoid
negative cash flow. Bidder requested RVUNL to consider the same.

Single designated ESCROW account: We understand that RVUNL is


concerned about funds being rightly utilized by the Contractor during
execution of Contract.
However, considering that there is Qualification requirement in the
tender for financial soundness of the bidder, such stringent method like
Escrow account seems inappropriate. There may be possibility of
PAYMENT RELATED TO ERECTION /CIVIL negative cash flow requirements at various times during the tenure of
52 COMML I 4, SCC 1.6 11 of 55 /STRUCTURAL WORKS the project especially during the initial phase of the project. With Bid specification prevails
such Escrow account provisions, Bidder will not be able to manage
negative cash flow requirements of the project.
Further, we procure major commodities in bulk (and not project wise)
and funds generated from one project may be used for other
projects, as we execute a number of projects at the same time. In view
of above, we request you to kindly delete such provisions. Bidder
requested RVUNL to consider the same.

Bidder understands that it is the responsibility of RVUNL to make


available required conditions for operations of FGD package vis-a-vis
148-149 completeness and preparedness of units as per Milestone
COMML II 6, GTS Initial operation
of 223 schedule. In case requirements for achievement of completion of
facilities / Initial Operation / system completeness and demonstration
53 Bid specification prevails
of the guarantees cannot be achieved within the time specified in the
bidding document, on account of reasons attributable to RVUNL or any
other RVUNL Contractor, then supplier's responsibility w.r.t. their
contractual obligations would be considered as deemed completed.
183 of
COMML II 4, DTS C&I 14.50 Performance Guarantee Test Bidder requested RVUNL to consider the same.
190

Bidder informed that any kind of training shall only be provided at


Bidder’s works / project site only.
Bid specification prevails. Further, Clause No. 48.4 shall be read as:
All the expenditure towards travel (internal & external), boarding and
In all the above cases, wherever the training of Employer's personnel
lodging and living expenses of Employer’s personnel shall be borne
54 COMML I 3, GCC 48.0 78 of 82 TRAINING OF EMPLOYER'S PERSONNEL is arranged at the works of the Bidder or QFGDM, it shall be
by the Employer for all types of trainings.
noted………………...........…….at the cost of Contractor. The
However, if training is not availed by employer during the contract period
Contractor shall make all necessary arangements towards the same.
no rebate on this account shall be admissible in contract price.
Bidder requested RVUNL to consider the same.

We request RVUNL to provide Land for labour & staff colony preferably
within Plant boundary as it would be very difficult for bidder to arrange
Bid specification prevails. No land shall be provided by RRVUNL.
55 COMML II Civil works General such land near /outside plant boundary. Availability of above
Biidder to arrange by themselves for labour and staff colony
land within / near plant shall also help in smooth execution of the
project.

to the extent legally possible, assign to the Employer all


right, title and benefit of the Contractor to the Works and to
56 COMML I 4, GCC 42.2.3 (d) 73 of 82 the Plant and Equipment as at the date of termination, and, This clause may please be deleted. Bid specification prevails
as may be required by the Employer, in any subcontracts
concluded between the Contractor and its Subcontractors

deliver to the Employer all drawings, specifications and


42.2.3 (e) other documents prepared by the Contractor or its Bidder request to add the word “non- proprietary” between “all” and
57 COMML I 4, GCC 73 of 82 Bid specification prevails
Subcontractors as at the date of termination in connection “drawings”.
with the Facilities.

to the extent legally possible, assign to the Employer all


right, title and benefit of the Contractor to the Facilities and
42.3.3 (d) (ii) to the Plant and Equipment as of the date of termination,
58 COMML I 4, GCC 75 of 82 This clause may please be deleted. Bid specification prevails
and, as may be required by the Employer, in any
subcontracts concluded between the Contractor and its
Subcontractors
deliver to the Employer all drawings, specifications and
42.3.3 (d) other documents prepared by the Contractor or its Bidder request to add the word “non- proprietary” between “all” and
59 COMML I 4, GCC 67 of 82 Bid specification prevails
(iii) Subcontractors as of the date of termination in connection “drawings”.
with the Facilities.

Page : 7 of16
Project
S.N. Volume Section Sub-sec Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Name

Schedule of Erection Tools & Plant - The deployment of T&Ps shall


be done to attain completion of facilities period as specified in the
7, Formats & 119 of bidding documents. The proposed quantity and type of T&Ps shall be
60 COMML I Attachment 11 Bid specification prevails
Schedules 199 discussed and finalized during pre- award discussions.
The Erection strategy shall be discussed during Contract Execution
Stage.

All the mandatory spares covered under the Package shall


In case the order for Mandatory spares is placed along-with the main
COMML I 3, GCC 7.3.1.2 13 of 82 be produced along with the main equipment as a
equipment, the same shall be generally produced along-with the main
continuous operation and the delivery of the mandatory
equipment wherever possible.
61 spares will be effected along with the main equipment in a Bid specification prevails
Spares shall be delivered with Main Equipment only if RVUNL confirm
phased manner and the delivery would be completed by the
the taking over of the same at that point of time.
COMML II 1, GTS 9.0 (iii) 36 of 223 respective dates for the various categories of equipment Bidder requested RVUNL to consider the same.
as per the agreed network.

Bidder has a very stringent, well established vendor selection and


approval system. The vendor selection shall be done as per our
Company Policy. Bidder intends to procure the BOIs/ BOPs from our
approved vendor list. Tentative list of vendors is enclosed in the bid
62 COMML I 2, ITB 8.1.4 (3) 15 of 59 Attachment 5: Subcontractor proposed by the bidder Bid specification prevails
and bidder may propose additional vendor for list requiring RVUNL
approval during Post bid clarification meeting and contract execution
stage. We would like to discuss the Vendor List with RVUNL during Post
bid clarification meeting.

Five (05) Sets of scanned copies of documents of 8.1.2


(a) to (f) above and 8.1.4 (a) to (x), along with complete Bid Bidder understands that One Original with 5 copies of Offer in electronic
63 COMML I 2, ITB 8.1.2 (g) 12 of 59 Bid specification prevails
Document, originally signed. form is to be submitted with Stage-I Bid. Please confirm

For Bid security in the form of Bank Guarantee, the list of Banks shall be Bidders understanding is correct.
64 COMML I General followed as per Annexure-1 to ITB Vo.I Section2 Page 56 of 59. The list of Banks specified at Annexure-1 of ITB and in GCC shall
Please confirm also be applicable for BID SECURITY

Kindly add following under Settlement of Disputes as bidder is a Central


PSU.
“In case the Indian Contractor is a Central Government Department/
Enterprise/ organisation or a State Level Public Enterprise (SLPE),
the dispute arising between the Employer and the Contractor shall be
65 COMML I 3, GCC 6.0 12 of 82 Settlement of Disputs referred for resolution to the Administrative Mechanism for Resolution of Bid specification prevails
CPSEs Disputes (AMRCD) of the Department of Public Enterprises,
Government of India as per Office Memorandum No. 4(1)/2013-
DPE(GM)/FTS-1835 dated 22-05-2018 issued by Government of
India, Ministry of Heavy Industries and Public Enterprises, Department
of Public Enterprises and its further modifications and amendments.”

Bidder requests Owner to elaborate the Award Criteria as


66 COMML I 2, ITB 30.0 Award Criteria Prefrecence for Project and sequence of opening of Price Bid may be Bid specification prevails
conflicting.
RVUNL is requested to exclude the scope of O&M of FGD system
from bidder’s scope, instead only training of owner’s personnel can be
Operation and Maintenance of FGD and Auxiliary system
67 COMML I 2, ITB 10.3.2 (d) 33 of 59 considered in bidder’s scope. Bid specification prevails
including spares & consumables for the period of 5 years.
Kindly confirm.

Defect Liability

If the Facilities or any part thereof cannot be used by We request Employer to add the sub- clause at the end of the
reason of such defect and/or making good of such defect, clause.
the Defect Liability Period of the Facilities or such part, as
the case may be, shall be extended by a period equal to
the period during which the Facilities or such part cannot be
68 COMML I 3, GCC 27.8 50 of 82 Bid specification prevails
used by the Employer because of any of the aforesaid Notwithstanding the above, in no event shall the Defect Liability of
reasons. Upon correction of the defects in the Facilities or any part or component be extended by more than twenty-four (24)
any part thereof by repair/replacement, such months from the date of Completion of Facilities or Operational
repair/replacement shall have the Defect Liability Period acceptance, whichever occurs first (Sunset Clause).
for a period of twelve (12) month from the time such
replacement/repair of the Facilities or any part therof
has been completed.

69 I 3, GCC 22.1.6 35 OF 82 Facilities for Staff and Labour


Bidder requests that customer may provide identified land/area for Bid specification prevails. No land shall be provided by RRVUNL.
COMML
labour colony free of cost. Biidder to arrange by themselves for labour and staff colony

Page : 8 of16
Project
S.N. Volume Section Sub-sec Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Name
70 I 5, ECC 33.2.1 18 of 80 The Contractor shall advise the Purchaser within seven (7)
days from the date of acceptance of the Letter of Intent,
about his exact requirement of space for his office,
canteen, storage area, preassembly and fabrication areas,
toilets, etc., the above requirement
shall be reviewed by the Engineer and available open
space will be allotted to the Contractor for erection of his
Bidder understands that all land refered in the
temporary structures like office, storage sheds, and other
COMML clause shall be provided by the customer free of Bid specification prevails
utilities, etc., for his own as well as his Sub-Contractor's
cost.
use. No space will be provided by the Purchaser for the
Contractor's labour. All facilities for labour housing shall be
the sole responsibility of the Contractor. The balance
requirement of space over and above what is allotted by
RRVUNL shall be met by the Contractors through his own

71 I 5, ECC 38.1 22 of 80 In addition to the conditions covered under the clause


entitled “Insurance”, the following provisions shall also
apply to the portion of the works to be done beyond the
Contractor’s own or his Sub-Contractor’s manufacturing
works. Comprehensive insurance of equipment during
erection and commissioning, workmen’s Compensation Bidder understands that we have to try for insurance by nationalised
COMML Insurance, comprehensive Automobile insurance and Bidders understanding is correct.
insurance companies but it is not mandatory for subject project..
Comprehensive General Liability Insurance shall be the
responsibility of the Contractor. Contractor shall generally
take the insurance from nationalized insurance companies.

72 I 5, ECC 32.4 19 of 80 Water: Contractor shall make all arrangements himself for
the supply of construction water as well as potable water for
COMML labour and other personnel at the worksite/colony.
These two clauses are contradictory.Bidder
understands that the following shall be supplied
by customer free of cost for all three projects. Bid Specifications prevails.
73 I 4, SCC Para 2 38 of 55 Owner’s scope shall be limited to supply of Limestone,
provision of process water & supply of electricity. However, 1.Construction power(electricty) at one point.
distribution from nearest source in the FGD area, if 2.Construction water at one point.
COMML
required, will be in bidder’s scope

74 I 2 ITB d 33 of 59 Five Year Operation & Maintenance of all Mechanical,


Electrical, Instrumentation & Hydraulic systems within the
battery limits of FGD System for RVUN Plants, included in Five THREE Year Operation & Maintenance of all Mechanical,
the scope of this Tender Specification including the O&M of Electrical, Instrumentation & Hydraulic systems within the battery
common Limestone Handling & Crushing system for limits of FGD System for RVUN Plants, included in the scope of this
respective RVUN Power Plants being installed under the Tender .......................................of O&M contract as per the
scope of this Tender, shall be quoted in BOQ (Schedule No instructions and requirement of Engineer In Charge of RRVUNL. All
4). The scope shall include providing Engineers, required O&M
Supervisors, Skilled, Semiskilled and unskilled workmen for Spares, chemicals, glasswares, reagents, all analytical lab
the O&M activities including Safety Personnels, for the instruments, Lubricants & other consumables etc. (except Limestone
Customer may inform tentative requirement in numbers of Engineers,
purpose of Round the Clock execution of O&M contract as Supervisors, Skilled, Semiskilled and unskilled workmen for the O&M and Lime) and Tools & Tackles required for undertaking regular
COMML
per the instructions and requirement of Engineer In Charge activities including Safety Personnels. maintenance activities are included in the scope. Generation of
of RRVUNL. All required O&M Documents, Record keeping and O & M Schedule reports shall be
Spares, chemicals, glasswares, reagents, all analytical lab deemed to be included in the scope of this tender.
instruments, Lubricants & other consumables etc. (except O&M shall be in the scope the successful bidder. Bidder to assess
Limestone) and Tools & Tackles required for undertaking the requirement of man power for safe and proper O&M of the
regular maintenance activities are included in the scope. equipment to ensure the required availability of the FGD Equipment
Generation of Documents, Record keeping and O & M during O&M period and submit the same before start of O&M period
Schedule reports shall be deemed to be included in the for due approval of the Project Manager. Refer
scope of this tender Amendment

BRIEF SCOPE OF WORK


As a standard practice world over, O&M is generally not considered as a
Design, Engineering, manufacture, shop fabrication,
part of EPC offer for FGD Packages and are dealt with separately by
preassembly, shop testing/ type
Plant Owners. Also based on our interactions with various FGD
testing……………………………. handing over to the Owner
Customer & MHPS experience with working on many FGD projects, the
a complete operational FGD plant(s)
75 COMML I 1, IFB 2 of 14 O&M contract can be economically managed by Plant Owners since the Bid specification prevails
including O&M of FGD & Auxiliary system for Five (05)
FGD plant has few major Equipments & Drive systems & O&M of the
years.
plant is not complicated as main power plant.
Thus we request RRVUNL to remove the O&M requirement from
Bidder's scope.

Page : 9 of16
Project
S.N. Volume Section Sub-sec Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Name
Completion of facilities for Unit-1 and common facilities We would like to apprise RRVUNL that considering a large number of
shall be attained within 24 months from the date of Orders of Wet Limestone based FGD projects are already placed and
Notification of Award. The activities specific to subsequent many FGD projects are planned to be placed in near future, by central &
Units shall be phased at an interval of 3 months, except for state utilities and also by IPPs, we feel that 24 months of Completion
engineering activities which shall be completed along with Period for Unit 1 and 3 months phasing for subsequent units is really
76 COMML I 2 22.1 44 of 59 Unit#1. difficult to achieve primarily due to capacity constraint of the Indian sub- Bid specification prevails
vendors of various components / equipment of FGD projects. We
therefore request RRVUNL to kindly consider modifying Time Schedule
(Completion of Facilities) for Unit 1 as 30 months with 3 months phasing
for subsequent units.

All taxes, duties and levies on works contract, if any, shall Kindly amend the clause as follows:
be to the contractor’s account and no separate claim in this All taxes, duties and levies on works contract, if any, shall be to the
regard will be entertained by the Owner. GST and all other owner’s account. GST and all other taxes, duties and levies in respect of
taxes, duties and levies in respect of local transportation local transportation &insurance, other local costs incidental to delivery of
&insurance, other local costs incidental to delivery of plant plant & equipment including mandatory spares, civil construction works
& equipment including mandatory spares, civil construction and erection and commissioning and also taxes, duties & levies
77 COMML I 3 14.2 20 of 82 works and erection and commissioning and also taxes, including GST as may be applicable on the materials used for such civil Bid specification prevails
duties & levies including GST as may be applicable on the construction works and erection & commissioning shall be to the owner's
materials used for such civil construction works and account.
erection & commissioning shall be to the contractor's
account and no separate claim in this regard will be
entertained by the Owner.

If the Facilities or any part thereof cannot be used by We request RRVUNL to add the following at the end of the clause:
reason of such defect and/or making good of such defect, "However the Defect Liability Period in case of repair / replacement shall
the Defect Liability Period of the Facilities or such part, as not exceed 30 months from completion of facilities or 24 months from
the case may be, shall be extended by a period equal to Operational Acceptance whichever occurs first."
the period during which the Facilities or such part cannot be
used by the Owner because of any of the aforesaid
78 COMML I 3 27.8 50 of 82 reasons. Upon correction of the defects in the Facilities or Bid specification prevails
any part thereof by repair/replacement, such
repair/replacement shall have the Defect Liability Period for
a period of twelve (12) month from the time such
replacement/repair of the Facilities or any part therof has
been completed.

At the end of the Defect Liability Period, the contractor We request RRVUNL to remove Latent Defect warranty requirement for
liability ceases except for latent defects. The contractor's the project.
liability for latent defects warranty for the plant and
equipment including spares shall be limited to a period of
five (5) years from the end of Defect Liability Period of the
79 COMML I 3 27.8.1 50 of 82 respective plant and equipment including spares. For the Bid specification prevails
purpose of this clause, the latent defects shall be the
defects inherently lying within the material or arising out of
design deficiency which do not manifest themselves during
the Defect Liability Period as defined in this GCC clause
27, but later.
Balance Payment towards Supply of Equipment We request RRVUNL to amend the clause as follows:
80% (Eighty percent) i.e. (90% of the equipment price less (a) 60% (Sixty percent) i.e. (70% of the equipment price less 10%
10% advance adjustment) of Ex-Works component of the advance adjustment) of Ex-Works component of the Contract Price shall
Contract Price plus price adjustment along with 100% taxes be paid on production of proof of dispatch and
& duties, freight and insurance shall be paid on pro-rata (b) 20% (Twenty percent) of Ex-Works component of the Contract Price
80 COMML I 4 1.2.1 (a) 5 of 55 basis against receipt of equipment at Site and physical plus price adjustment along with 100% taxes & duties, freight and Bid specification prevails
verification by the Owner/ Site Incharge appointed by the insurance shall be paid on pro-rata basis against receipt of equipment at
Owner, or his authorised representative. Site and physical verification by the Owner/ Site Incharge appointed by
the Owner, or his authorised representative.

Final 10% (Ten Percent) of the Ex-Works supply price We request RRVUNL to amend the Clause as follows:
component of the Contract Price plus price adjustment on Final 10% (Ten Percent) of the Contract Price plus Price Adjustment
completion of the Facilities, including all associated shall be as follows:
auxiliaries and ancillary works of entire FGD System (a) 3% of the total contract price on completion of facilities for Unit#1 on
Package, Guarantee Test and issuance of completion issuance of Completion Certificate and
1.2.1 (b) 6 of 55
certificate and Operational Acceptance Certificate by the (b) 2% of the total contract price on completion facilities for Unit#2 on
81 COMML I 4 1.3 (A) (b) 7 of 55 Bid specification prevails
Project Manager appointed by the Owner. Out of the final issuance of Completion Certificate.
1.3 (B) (i) (b) 8 of 55
10% payment, 6 % shall be released after Provisional Take (c) 3% of the contract price on completion of Guarantee Test for Unit#1
Over of the 1st Unit and balance 4% on Final Take Over of on issuance of Operational Acceptance Certificate and
both 1st and 2nd Unit. (d) 2% of the contract price on completion of Guarantee Test for Unit#2
on issuance of Acceptance Certificate.

Liquidated damages for delay will be based on the, unit


wise time
In line with contemporary FGD tenders, we request RRVUNL to limit the
schedule……………………………………………………….
82 COMML I 4 4.3.1 (2) 24 of 55 LD ceiling for each unit for delay at 5% of the contract value of each Bid specification prevails
The LD ceiling for each unit shall be 10% of the contract
unit.
value of each unit.

Page : 10 of16
Project
S.N. Volume Section Sub-sec Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Name

83 COMML I 4 4.3.2 24 of 55 Penalties for Inferior Civil Works We request RRVUNL to delete this clause. Bid specification prevails

Order of Precedence (Reference GCC Clause 2) In the


event of any ambiguity or conflict between the Contract Signed Minutes of Meetings between Client and Bidder and agreed
Pre- Award MoM and agreed deviations if any shall be part of
84 Vol I/Sec 7 22 1.2 Documents listed above, the order of precedence shall deviations shall be part of Contract Documents and it shall supersede
Contract
be the order in which the Contract Documents are listed SCC. Kindly confirm.
in Article 1.1 (Contract Documents) above.
Contract price adjustment - as per tender, price adjustment Bid Specification prevails
is applicable on Ex works supply, Erection & We request you to accept price adjustment on O & M contract also.
85 Vol I/ Sec-4 11 of 55 1.8
Commissioning, Civil & Structural works & Ex works Kindly confirm
spares.
Since the bidder will be required to import certain equipment and Bid Specification prevails
services from different foreign countries, we request the Employer to
86 Vol I/ Sec-2 35 of 59 11 BID CURRENCIES : INR allow the bidder to quote prices in other foreign currencies also.
Indigenous supplies and services will be quoted in INR only.
KIndly confirm
Bid Specification prevails
In case dispute or disagreement relating to this Contract arises during
SETTLEMENT OF DISPUTES:
the contract/ implementation and the understanding is not reached
All Settled dispute(s) or difference(s) arising out of or in
between the two parties, either of the parties may invoke the arbitration.
connection with the Contract shall be decided by the
Each Party shall appoint an arbitrator. The arbitrators appointed by the
Owner/Owner’s Representative whose decision shall be
Parties shall agree and appoint a presiding arbitrator. All arbitration
87 Vol I/ Sec-3 12 of 82 6.1 final and binding on the parties.
proceedings under this regulation shall be governed by the provisions of
the Arbitration and Conciliation Act, 1996 and the Rule there under, with
Subject to other form of settlement hereafter provided, the
any statutory modifications thereof for the time being in force. The award
Owner decision in respect of every dispute or difference
of the Arbitrator shall be final and binding on both the parties.
shall be final and binding upon Contractor
Kindly confirm.

Bid Specification prevails


Kindly confirm that All taxes & duties included in quoted price except
88 BOCW cess
bocw cess.

Bid Specification prevails


Kindly clarify weather these projects are availing import benefits or not.
Benefits / Exemptions / Concessional Custom Duty for
89 We presumed that RRVUNL shall provide the essentiality certificate for
Power Projects
import equipment.

LIQUIDATED DAMAGES FOR AVAILABILITY OF FGD


PLANT DURING OPERATION & MAINTENANCE
We presumed that LD for Availability of FGD plant during O & M period
CONTRACT PERIOD :
90 Vol I/ Sec-4 23 of 55 4.3 shall be 10% of O & M contract value. Refer Amendment
iii) Contractor’s aggregate liability to pay Liquidated
Please confirm.
Damages (LD) for failure to attain the functional guarantee
shall not exceed ten percent (10%) of the Contract Price.

Bid Specification prevails


The LD @ 0.5% per week on undelivered/uncompleted portion of work
Liquidated Damages for Delay : only.
91 Vol I/ Sec-4 24 of 55 4.3.1 The LD ceiling for each unit shall be 10% of the contract LD ceiling for each unit shall be 10% of the contract value of each unit
value of each unit. for undelivered/uncompleted works only
Please confirm.

Further LD for ceiling for Project shall be not more 5% of the First
92 Liquidated Damages for Delay : Ceiling value contract value (EPC). Bid Specification prevails
Please confirm.

Bid Specification prevails


We request you to accept Maximum LD ceiling should be 15% of First
93 Overall LD ceiling for time Delay, Performance parameters contract (EPC) for delay & performance.
Please confirm

Bid Specification prevails


Shut down period for integration of FGD Plant :
The contractor shall guarantee the shutdown period for
Interconnecting the FGD system should be minimum of 35 Days per
94 interconnecting the FGD system in all respects with the
unit. LD will be levied beyond 35 days. Please confirm.
existing plant. This should not exceed 20 days plus 03 days
grace period

Bid Specification prevails


All spares consumed by the successful bidder/ contractor out of the
‘Mandatory Spares’ supplied by him under the contract, shall be
95 Vol I/ Sec-4 37 of 55 9 Operation & Maintenance
recouped by it, free of Cost, prior to leaving the site.
Kindly delete above clause..

Page : 11 of16
Project
S.N. Volume Section Sub-sec Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Name
Operational Acceptance :
The Project Manager shall, after consultation with the
96 Vol I/ Sec-3 46 of 82 25.2 Owner, and within forty five(45) days after receipt of the 45 days are too high. Request to accept 15 days. Bid Specification prevails
Contractor’s notice, issue an Operational Acceptance
Certificate.
PAYMENT TOWARDS SUPPLY OF MANDATORY
SPARES:
Balance 10% of the price of mandatory spares plus price
97 Vol I/ Sec-4 10 of 55 1.4 balance 10% shall be paid once commissioining of Unit #1 completed. Bid Specification prevails
adjustment shall be paid against a bank guarantee of
equivalent amount and valid till 180 days beyond the
completion of warranty period.

we request you to accept 5% aginest completion of facilities


Payment terms for final 10% for supply, iNstallation works (commissioining) for unit #1 & balance 5% aginest completion of
98 Vol I/ Sec-4 4 of 55 1.2.1 Bid Specification prevails
& Civil & structral works facilities (commissioining) for unit #2.
Please confirm

Due Dates for Payment :


Progressive payment will become due and payable within
99 Vol I/ Sec-4 4 of 55 1.1.3 forty five (45) days from the date of receipt of Contractor's 45 days are too high. Request to accept 15 days. Bid Specification prevails
bill/invoice/debit note by the Owner, provided the
documents submitted are complete in all respects.

Bid Specification prevails


PAYMENT RELATED TO ERECTION/CIVIL/STRUCTURAL We request all payments for Civil and Installation services shall be paid
100 Vol I/ Sec-4 11 of 55 1.6
WORKS directly to the Contractor's Bank Account instead of ESCROW account.

Bid Specification prevails


Add the following at the end of Clause :

For the purpose of these Contract Documents, 'Commercial


Operation' shall mean the conditions of operation in which each
one unit of 660 MW WFGD System is officially declared by the Owner to
be available for continuous operation at different loads upto and
101 I 3, GCC 3 7 of 82 INTERPRETATION including rated capacity. However, such declaration by the
Owner shall not have prejudice to any of the rights and
obligations of Owner and Contractor under the Contract.For the purpose
of GCC clause 24 (Commissioning & Completion of the Facilities), GCC
clause 25 (Guarantee Tests and Operational Acceptance), GCC clause
26 (Completion Time Guarantee) and GCC clause 27 (Defect Liability),
part of facilities shall mean each one unit of 660 MW/600MW

Construction of the Contract


Bidder requests to modify the clause as follows:-
FIRST CONTRACT
All the above parts of the First Contract will contain a cross-
All the above parts of the First Contract will contain a cross-fall breach
fall breach clause specifying that breach of one part of First
102 I 3, GCC 3.6 9 of 82 clause specifying that breach of one part of First Contract will constitute Bid Specification prevails
Contract will constitute breach of the other part of First
breach of the other part of First Contract which will confer a right on the
Contract which will confer a right on the Owner to terminate
Owner or Bidder to terminate the other parts of First Contract also at
the other parts of First Contract also at the risk and the cost
the risk and the cost of the Contractor
of the Contractor

Construction of the Contract


Bidder request to reduce the duration to 2 years for O&M Service
103 I 3, GCC 3.6 9 of 82 SECOND CONTRACT - Five Years Operation & Bid Specification prevails
Contract
Maintenance services

Construction of the Contract


(II) SECOND CONTRACT
For providing Five Three (03) Years Operation & Maintenance
Construction of the Contract
Bidder would like to clarify that Lime for Waste Water Nutralisation shall services of all Mechanical………………includes all required O&M
104 I 3, GCC 3.6 9 of 82 SECOND CONTRACT - Five Years Operation &
be in client scope. Client to confirm bidder's understanding Spares, chemicals, reagents, Lubricants, glasswares, all analytical
Maintenance services
lab instruments, other consumables etc. (except Limestone and
Lime) and Tools and Tackles required for conducting the O&M
activities. Refer Amendment.
Construction of the Contract
Bidder propose to have seperate GCC for O&M contract which shall be
105 I 3, GCC 3.6 9 of 82 SECOND CONTRACT - Five Years Operation & Bid Specification prevails
independent of EPC contract.
Maintenance services

Page : 12 of16
Project
S.N. Volume Section Sub-sec Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Name

Construction of the Contract


The award of separate Contracts shall not in any way dilute
the responsibility of the Contractor for the successful
completion of the Facilities as per Contract Documents and Bidder request to delete this clause as both the EPC Contract (FIRST
106 I 3, GCC 3.6.2 9 of 82 Bid Specification prevails
a breach in one Contract shall automatically be construed CONTRACT) & O&M Contract (SECOND CONTRACT) are separate
as a breach of the other Contract(s) which will confer a right
on the Owner to terminate the other Contract(s) also at the
risk and the cost of the Contractor.

Add Sub-Clause 3.6.3


Total Contract Price for FIRST & SECOND CONTRACT should be
Total Contract Price for FIRST & SECOND CONTRACT are
separate. All the liabilities, value of securities, LDs shall be linked to
107 I 3, GCC 3.6.2 9 of 82 Construction of Contract & corresponding Contract Price separate. All the liabilities, value of securities, LDs, Price
corresponding Contract Price of First Contract & Second Contract.
Adjustments, etc. shall be linked to corresponding Contract Price of
Accordingly please modify the relevant clauses
First Contract & Second Contract. Refer Amendment

Bidder request to include "Arbitration" for dispute resolution mechanism


and replace the clause no. 6.1 with the following clause::

108 I 3, GCC 6.1 12 of 82 Settlement of Disputes All disputes under or in connection with the Contract will be finally Bid Specification prevails
determined by 3 arbitrators in accordance with Rules of Arbitration of the
International Chamber of Commerce and the procedural laws of India.
The seat of the arbitration will be Delhi and the language will be English.

Considering execution of two projects (4 units) Bidder request to


109 I 3, GCC 8 15 of 82 TIME FOR COMMENCEMENT AND COMPLETION increase the Time for Commencement & Completion to 33 months for Bid Specification prevails
Unit 1 & 36 Months for Unit 2

The Contractor confirms that it has entered into this


Contract on the basis of a proper examination of the data
relating to the Facilities (including any data as to boring
Bidder's offer will be based on Soil report provided by the Owner along
tests) provided by the Owner. The Contractor is advised to
with the Tender and Bidder has not done any additional investigation to
visit and examine the site where the facilities are to be
access the correctness and completeness of the data provided. Bidder
installed and its surroundings and obtain for itself on his
therefore propose the following modification:
own responsibility all information that may be necessary for
preparing the bid and entering into a contract for supply
"The Contractor confirms that it has entered into this Contract on the
and installation of the facilities. Visit to Project Site(s) by
basis of a proper examination of the data relating to the Facilities
Contractor is mandatory for such Projects for which Bidder
(including any data as to boring tests) provided by the Owner, and on
110 I 3, GCC 9.2 15 of 82 is submitting the Bid. The Bidder after prior permission from Bid Specification prevails
the basis of information that the Contractor could have obtained from a
Owner may visit respective Project Site during office hours
visual inspection of the Site (if access thereto was available) and of
prior to last date of Bid submission. Owner’s representative
other data readily available to it relating to the Facilities as at the date
shall be available at site. The Bidder shall submit with his
twenty-eight (28) days prior to bid submission. The Contractor
Bid, a duly signed confirmation, that they have visited
acknowledges that any failure to acquaint itself with all such data and
Project Site (indicating name of Project Site) and have
information shall not relieve its responsibility for properly estimating the
appraised themselves regarding Site conditions etc. The
difficulty or cost of
Contractor acknowledges that any failure to acquaint itself
successfully performing the Facilities"
with all such data and information shall not relieve its
responsibility for properly estimating the difficulty or cost of
successfully performing the Facilities

Bidder to provide a latest computer with internet mail facility


along with A-3 printer and A-0 drawing plotter at Owner’s
Jaipur Office and at the proposed Site. Minimum working
111 I 3, GCC 9.7 16 of 82 Bidder request to delete this clause and Owner to take this responsibility Bid Specification prevails
staff shall also be provided at these centres along with all
the required consumables till the Plant is taken over by the
Owner.

16,17 of Reference of Appendix 6 (Scope of Works and Supply by Bidder request to specify this responsibilities of Owner in Appendix 6
112 I 3, GCC 10.1 to 10.5 Bid Specification prevails
82 the Owner) with timelines in accordance to this clause

Page : 13 of16
Project
S.N. Volume Section Sub-sec Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Name

The Owner shall be responsible for acquiring and providing


legal and physical possession of the Site and access Please delete the below mentioned lines from the clause as the same is
thereto, and for providing possession of and access to all the responsibility of the Owner which shall be completed before issuing
other areas reasonably required for the proper execution of the NOA. Bidder's offer will be based on clear compacted and graded
the Contract, including all requisite rights of way, as site with proper access.
specified in Appendix 6 (Scope of Works and Supply by the
113 I 3, GCC 10.2 16 of 82 Owner) to the Contract Agreement. The Owner shall give Hence please delete the following lines: Bid Specification prevails
full possession of and accord all rights of access thereto on
or before the date(s) specified in Appendix 6. However, However, any dismantling, shifting and erection of any existing
any dismantling, shifting and erection of any existing buildings, structures, facilities (including underground, if any) shall be in
buildings, structures, facilities (including underground, the Contractors scope without any additional cost implications to the
if any) shall be in the Contractors scope without any Owner
additional cost implications to the Owner.

Please replace the clause as follows:


The Owner shall only pay the required fee for all permits,
"The Owner shall acquire and pay for all permits, approvals and/or
approvals and/or licenses from all local, state or national
licenses from all local, state or national government authorities or public
government authorities or public service undertakings in
service undertakings in the country where the Site is located which such
the country where the Site is located, which such
114 I 3, GCC 10.3 16 of 82 authorities or undertakings require the Owner to obtain them in the Bid Specification prevails
authorities or undertakings require the Owner to obtain in
Owner’s name, are necessary for the execution of the Contract (they
the Owner’s name for the execution of the Contract,
include those required for the performance by both the Contractor and
including those specified in Appendix 6 (Scope of Works
the Owner of their respective obligations under the Contract), including
and Supply by the Owner) to the Contract Agreement
those specified in Appendix 6 (Scope of Works and Supply by the
Owner) to the Contract Agreement"

Bidder undertands that the O&M personnel during Precommissioning


upto Completion of Facilities shall be provided by Owner as Contractor's
O&M scope will start after Completion of Facilities. Bidder therefore
request to amend the following clause as follows:

"Unless otherwise specified in the Contract or agreed upon by the


Unless otherwise specified in the Contract or agreed upon
Owner and the Contractor, the Owner shall provide sufficient, properly
by the Owner and the Contractor, the Owner shall as per
qualified operating and maintenance personnel; shall supply and make
Scope of Works and Supply by the Owner, to enable the
available all raw materials, utilities, lubricants, chemicals, catalysts,
Contractor to properly carry out Precommissioning,
17 & 44 other materials and facilities ; and shall perform all work and services of O&M personnel during Precommissioning upto Provisional Taken
115 I 3, GCC 10.5 & 24.2 Commissioning and Guarantee Tests at or before the time
of 82 whatsoever nature, to enable the Contractor to properly carry out Over of Unit shall be provided by the Contractor
specified in the program furnished by the Contractor under
Precommissioning, Commissioning uptp Completion of Facilities, all in
GCC Sub-Clause 18.2 (Program of Performance) hereof
accordance with the provisions of Appendix 6 (Scope of Works and
and in the manner there upon specified or as otherwise
Supply by the Owner) to the Contract Agreement at or before the time
agreed upon by the Owner and the Contractor.
specified in the program furnished by the Contractor under GCC Sub-
Clause 18.2 (Program of Performance) hereof and in the manner
thereupon specified or as otherwise agreed upon by the Owner and the
Contractor"

Accordingly clause 24.2 shall be modified

Please add the clause

All costs and expenses involved in the performance of the obligations


116 I 3, GCC 10.7 17 of 82 10.0 OWNER’S RESPONSIBILITIES under this GCC Clause 10 shall be the responsibility of the Owner, Bid Specification prevails
save those to be incurred by the Contractor with respect to the
performance of Guarantee Tests, in accordance with GCC Sub-Clause
25.2.

Contract Price Contract Price:


11.1 The lump sum price quoted by the supplier in his bid and
11.1 The lump sum price quoted by the supplier in his bid incorporated in the letter of intent/formal work order for the entire
with additions and deletions as may be agreed to and scope of the contract shall be treated as the contract price, which
Bidder request to modify this clause as the same is not in line with ITB
117 I 3, GCC 11.1 17 of 82 incorporated in the letter of intent/formal work order for the includes taxes, duties as indicated in bid. Total Contract Price
clause 10.7.
entire scope of the contract shall be treated as the contract for FIRST & SECOND CONTRACT are separate. All the liabilities,
price, which includes taxes, duties as indicated in bid, if value of securities, LDs, Price Adjustments, etc. shall be linked to
taxes, duties are to be paid extra at actual and are not a corresponding Contract Price of First Contract & Second Contract.
part of order shall not be considered in contract price. Refer Amendment

Page : 14 of16
Project
S.N. Volume Section Sub-sec Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Name

The security shall be in the form of an unconditional bank


guarantee as per the proforma provided in Section VII
(Forms and Procedures)- Form of Advance Payment
Security. The advance payment BG shall be reduced pro-
rata every six (6) months after First Running Account
Bill/Stage Payment under the Contract based on the value
of the respective equipment/plant/facilities received. The
cumulative amount of reduction at any point of time shall
not exceed seventy five percent (75%) of the advance Bidder propose to replace 75% reduction by 90% and 10% at the end of
118 I 3, GCC 13.2.2 18 of 82 Bid Specification prevails
corresponding to cumulative value of the respective Completion of Facilities
equipment/plant/facilities supplied and received as per
certificate issued by the Project Manager. The balance 25%
of the Advance BG shall be released on Completion of
plant. It should be clearly understood that reduction in the
value of BG for advance shall not in any way dilute the
Contractor’s responsibility and liabilities under the Contract
including in respect of the equipment/plant/ Facilities for
which the reduction in the value of BG is allowed.

Add Sub Clause No. 24.9.


Upon Completion, the Owner shall be responsible for the care and Upon Provisional Taken Over of the Unit, the Owner shall be
24.0 COMMISSIONING AND COMPLETION OF THE custody of the Facilities or the relevant part thereof, together with the responsible for the care and custody of the Facilities together with
119 I 3, GCC 24.9 45 of 82
FACILITIES risk of loss or damage thereto, and shall thereafter take over the the risk of loss or damage thereto. The O&M personnel during
Facilities or the relevant part thereof Precommissioning upto Provisional Taken Over of the Unit shall be
provided by the Contractor. Refer Amendment.

In no cases the extended defect liability period shall not exceed 30


120 I 3, GCC 27 49 of 82 Sunset date for extended warranty Bid Specification prevails
months from the Completion of Facilities

Insurance Please note that the Form cannot be subject to Owner approval but
121 I 3, GCC 34 56 of 82 The identity of the insurers and the form of the policies Bidder uses industry standard terms and Insurance Certificates will be Bid Specification prevails
shall be subject to the approval of the Owner provided

122 I 5-ECC 32.4 19 of 80 Construction Water Bidder request to provide the Construction Water at no cost to Bidder. Bid Specification prevails

Bidder request to exclude the LDs against Shutdown as Bidder's overall


123 I 4- SCC 4.2 17 of 55 Liquidated Damgages for Shutdown Bid Specification prevails
responsibilityis to achieve the Completion of facility.

Bidder understand that there will be no Penalty for Civil Work, however
124 I 4- SCC 4.3.2 24 of 55 Penalties for Inferior Civil Works Bidder will carry the make good obligations for Civil defects. Bid Specification prevails
Please confirm the same.

Bidder understand that-

- Provisional Taking Over under Clause 8 of SCC has the same


meaning and purpose as Completion of Facilities under Clause 24 of
GCC (i.e. that will happen at the end of Commissioning)

- Final Taking Over under Clause 8 of SCC has the same meaning and
Completion of Facilities/Provisional Taking Over purpose as Operational Acceptance under Clause 25 of GCC (i.e. that
125 I 4- SCC 8 33 of 55 Bid Specification prevails
Final Taking Over/Operational Acceptance will happen at the end of PG test)

- Accordingly the O&M Contract shall start from the date of Completion
of Facilities/Provisional Taking Over

Bidder request the Owner to confirm that the Bidder's understanding is


correct and request to delete Clause 8.0 of SCC to avoid confusion as
the same clause is already addressed in GCC

Warranty Period
The warranty period for a unit shall start on the date of
Completion of Facilities, following provisional take-over of
Bidder request to delete this clause as the warranty Period is already
126 I 4- SCC 8 35 of 55 the Unit for a period of eighteen (18) months or shall start Bid Specification prevails
defined in GCC Clause 27 (Defect Laibility Period)
from the date of Final Taking Over/Operational Acceptance
for a period of twelve (12) months as decided by the
Owner, as per GCC clause 5.28.

Page : 15 of16
Project
S.N. Volume Section Sub-sec Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Name
Bidder understand that the Owner will start using the plant for
Effect of Taking-Over commercial purposes after Commissioning, therefore Bidder will not be
Upon "Taking-Over" in respect of unit/plant, risk of loss or in position to take care of the facility after Commissioning as there will
damage to the section (other than any part thereof be no Insurance available for Bidder to secure an operating plant.
127 I 4- SCC 8 35 of 55 excluded by the terms of the "Taking-Over Certificate") Bidder therefore assume that Bidder's responsibility for Insurance and Bidders understanding is correct.
shall pass to the Owner and it shall take over the care, risk of loss will end on Commissioning (i.e. Completion of Facilities or
custody and control thereof Provisional Taking Over). Therefor SCC clause "Effect of Taking-Over"
from the Contractor. stands deleted.

128 I 4- SCC Annexure 1 42 of 55 Requirement of Escrow Account Bidder request to remove the requirement of Escrow Account Bid Specification prevails

I 10.3.1 31 of 59

I 10.3.2 (d) 33 of 59
2- ITB
I 30.4 52 of 59

I 3-GCC 3.6.1 9 of 82 05 03 (Three) Years O&M Services.


In the Bid Document & technical Specifications, the 05 Years O&M
129 SECOND CONTRACT: 05 Years O&M Services
wherever appearing shall be read as 03 (THREE) Years O&M
I 4- SCC 9.0 37 of 55
Services. Refer Amendment

3.0 9 of 199
BOQ
7- Formats & 27 of 38,
I
Schedules 32 of 38,
37 of 38

130
The consultant shall furnish documentary evidence/ The consultant Bidder shall furnish documentary evidence/
I IFB 1.9 14 of 14 credentials alongwith credentials alongwith …………………………….requirements set by
…………………………….requirements set by the Owner. the Owner.
131 Article 2. Contract Price and Terms of payment.
Contract Price (reference GCC Clause 11) FORM OF CONTRACT AGREEMENT
The Owner hereby agrees to pay to the Contractor the Article 2. Contract Price and Terms of payment. Contract Price
Contract Price in consideration of the performance by the (reference GCC Clause 11)
Contractor of its obligations hereunder. The Contrct Price The Owner hereby agrees to pay to the Contractor the Contract Price
shall be the aggregate of: [amount of foreign currency in in consideration of the performance by the Contractor of its
5. Form of words], [amount in figures], and [amount of local currency obligations hereunder. The Contrct Price shall be the lump sum
7- Formats &
I Contract 23 of 164 in words], [amount in figures] or such other sums.............of
Schedules price [amount in words], [amount in figures] quoted by the
Agreement the Contract. bidder in his bid and incorporated in the letter of intent/formal
work order for the entire scope of the contract shall be treated
as the contract price, which includes taxes, duties as indicated
in bid.Total Contract Price for FIRST & SECOND CONTRACT are
separate. Refer Amendment.

Page : 16 of16
CONSOLIDATED TECHNICAL PRE-BID QUERIES
FOR FLUE GAS DESULPHURISATION (FGD) SYSTEM &
AUXILIARIES
Project : Flue Gas Desulphurization (FGD) System Package for, CSCTPP Chhabra (2X660 MW), SSCTPS Suratgarh (2X660 MW) & KaTPP Jhalawar (2X600 MW) Rajasthan, India

CONSOLIDATED PRE-BID QUERIES - TECHNICAL

S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
1) Height shall be 100 metres or H=6.902
1) Please note that the height of chimney mentioned in tender is same
(Qx0.277)^0.555 whichever is more.
Separate wet chimney of 150m height for each unit / a single twin-flue wet for separate wet chimney for each unit and a single twin-flue wet
Where,
chimney of 150 m height common for both units, designed as per EPRI chimney common for both units. Kindly recheck.
1 CHHABRA II 1 3.2.1 10 of 222 Q = Emission rate of SO2 in kg/hr
guideline with RCC shell, steel flue with internal corrosion resistant C-276
H = Physical stack height in meter
alloy / Alloy 59 over 8 mm thick(minimum) mild steel base metal of flue liner. 2) Bidder proposes mild steed base metal of flue liner with borosilicate
lining as an option. Please confirm acceptance.
2) Refer Amendment-1.

Pg 10 of g) Common 2 Nos. (2x100%) Waste water pumps and its piping for Due to descripancy in both the mentioned clause of technical
CHHABRA II 1 3.2.1
222 discharging into the RO based Zero liquid discharge (ZLD) plant by Bidder. spefication for RO based ZLD plant scope, Bidder understands that Waste water is to be discharged after neutralization to
2 waste water is to be discharged after neutralization to ZLD plant
existing ETP/CMB.
(supplied by others). Bidder's scope is upto discharge to ZLD plant
Pg 22 of Terminal Points - Mechanical works:
CHHABRA II 1 4.0 only. Please confirm Bidder's understanding.
222 e) FGD waste water: shall be connected to ZLD plant
B Bubbling Type Absorber (if offered)
Bidder shall provide 3x50% or 2x100% gas cooling pumps instead of 2x100% gas cooling pumps instead of slurry
3 CHHABRA II 2 5.1.0 7 of 24
iii) However, 2x 100% Cooling Pumps instead of Slurry Recirculation shall be slurry recirculation pumps. recirculation pumps shall be considered.
provided.
q) One number common stack drain condensate system for both the 660 MW
units comprising of condensate tank to hold 12 hrs of stack condensate with All the acidic dew / water droplets which is collected in the stack shall
Pg 11 of suitable chemical storage and dosing system for neutralization, and 2x100% be directly drained to the absorber. No additional condesate collection
4 CHHABRA II 1 3.2.1 Refer Amendment-1.
222 transfer pumps for transferring the neutralized condensate to the existing system with connection to ETP/CMB is envisaged by bidder. Request
ETP/CMB. Provision shall be given for pumping the condensate to the owner to accept and confirm the same.
absorber with suitable pumps (2x100%), piping.

We do not envisage requirement of elevator for the absorber as the


5 CHHABRA II 1 3.2.1 11 of 222 aa) Elevator for each absorber offered absorber, unlike spray tower, shall be less than 20m in height. Bid specification prevails
Same is accepted by major power utilities like NTPC. Please confirm.

Insulation, cladding wherever required based on the process


Pg 12 of dd) Isolation valves, insulation, cladding for all utilities at the Owners terminal
6 CHHABRA II 1 3.2.1 requirement of the system for utilities at owner's terminal point shall be Bid specification prevails
222 point for each unit.
provided.
Any approval / Clearance required for SO2 abatement, waste water
Scope of work
Pg 12 of from FGD etc..from MOEF, CPCB / SPCB etc.. Shall be arranged by
7 CHHABRA II 1 3.2.1 gg) MoEF clearance for SO2 abatement. Bid specification prevails
222 owner. Required supportive contractual documents for getting the
hh) CPCB /SPCB clearance for waste water from FGD.
approval /clearance will be submitted by bidder.

Pg 20 of The Contractor shall be responsible for all licensing applications, however Bidder request, owner to kindly clarify which licenning application are
8 CHHABRA II 1 3.6 Bid specification prevails
222 Owner will extend all co-operation required by the contractor. being referred to for engineering services.
All services shall be performed by the Contractor to obtain the required
Required contractual documents for obtaining the approval / clearance
permits to commence the works and operate the Plant, including but not
/ permits from the authorities for the bidder's scope of work/supply will
Pg 20 of limited to:
9 CHHABRA II 1 3.6 be submitted by the bidder. However, the responsibility of getting the Bid specification prevails
222 • Clarifications with authorities
approval / clearance from the concerned authorities lies with the
• Participation in all clarification meetings
owner. Please confirm.
• All other services as required.

b) Make-Up water: Please furnish the exact terminal point location with
Terminal Points - Mechanical works:
details whether it is from tank or discharge pipe. Also please furnish
a) Untreated Flue gas duct: At the existing ID fan outlet ducts.
the temperature and connection details for the same.
b) Make-up water: The water required for the FGD plant shall be sourced from
C) Service water: Please furnish the Terminal point location with water
plant CMB /filtered water system. Pumps (2x100%) if required shall be
analysis, temperature and connection details.
included in Bidder’s scope.
d) Potable water: Please furnish the Terminal point location with
c) Service water: From the nearest existing Service water header
temperature and connection details.
d) Potable water: From the nearest existing Potable water header b) Bidder to visit the site and get the required
e) FGD waste water: Please furnish the Terminal point location with
e) FGD waste water: shall be connected to ZLD plant information.
connection details
f) Limestone: At the unloading hopper c), d), h), k) terminal points from the nearest header.
Pg 22 of h) Fire water for Hydrant:
10 CHHABRA II 1 4.0 g) Gypsum: At the gypsum storage shed e) Terminal point is to Existing ETP/CMB.
222 i) Please furnish the Terminal point location with flow, pressure,
h) Fire water for hydrant system- Main Header will be available at one point
temperature and connection details.
near the FGD area and Preparation Plant area. Installation of Fire Water Bidder to furnish the quantiy of ACW water required
ii) Also Please furnish the Terminal point details for MVWS spray
Pumps (if applicable) shall be in the scope of the FGD supplier. for the cooling.
header with flow, pressure, temperature and connection details.
i) Fire detection Alarm system: Interfacing with the Main Fire alarm Panel
k) DM water : Please furnish the Terminal point location with pressure,
located Control room. Termination is in Contractor’s scope.
temperature and connection details.
j) Instrument & Service Air: Dedicated Air Compressors shall be installed to
meet the requirements.
Further, Please furnish the Aux. cooling water supply and return,
k) DM Water: DM water (if required) for makeup of CCW system of FGD,
Terminial point location with flow, pressure, temperature and
shall be sourced from existing DM water header.
connection details etc..

Page : 1 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

Please note that there is no separate requirement of equipment


cooling water system (Plate heat exchanger, DMCW pumps, ACW DMCW system shall be in bidder's scope. Make up
pumps) in the tender. for DMCW system to be tapped off from nearest
k) DM Water: DM water (if required) for make-up of CCW system of FGD,
11 CHHABRA II 1 4.0 22 of 222 header.
shall be sourced from existing DM water header
Hence, Bidder understands that cold DMCW will be provided by Specification for DMCW system shall be furnished
Owner and hot DMCW will be returned back by Bidder. with Amendment No.1
Kindly furnish the terminal point details for hot and cold DMCW.

Please confirm the following:


TP1: Bidder presumes that the indicated FGD Make up water quantity
Pg 22 of The available utility parameters at the terminal points are listed below: Available FGD Make up water quantity of 154 m3/hr
12 CHHABRA II 1 4.1 of 154 m3/hr (max) is for one 660MW unit. Hence for 2x660MW units,
222 TP1: FGD make up water 154 m3/h (max) at 2.5 Kg/cm2 (g) (max) indicated is for one 660MW unit only.
the available FGD makeup water quantiy will be 308m3/hr. Please
confirm.

Please confirm the following:


The available utility parameters at the terminal points are listed below: TP2: Bidder presumes that the indicated service water / clarified water
Pg 22 of Available service water / clarified water quantity of 10
13 CHHABRA II 1 4.1 quantity of 10 m3/hr (max) is for one 660MW unit. Hence for
222 m3/hr (max) is for one 660MW unit only.
TP2: Service Water 10 m3/h (max) at 2 Kg/cm2 (g) 2x660MW units, the available clarified water quantiy will be 20m3/hr.
Please confirm.

Owner to note that for 660MW plant the provided Flue gas Flow rate at
FGD inlet "837 Nm3/s Guarantee case, 893.2 Nm3/s Design Case " Units for Flue Gas flow at FGD inlet shall be read as:
Sl.No.6) Flue Gas flow at FGD inlet: seems to be on very higher side. Bidder request owner to recheck and Guarantee case: 837 m3/s
Pg 80 of
14 CHHABRA II 1 19.2 Guarantee case: 837 Nm3/s confirm the Flue gas Flow rate at FGD inlet. Design case: 893.2 m3/s
222
Design case: 893.2 Nm3/s
Also, Please confirm whether the indicated flow is in Wet or dry Indicated flow is in Wet condition.
condition.

The indicated value for Limestone consumption at guarantee case is


on very lower side considering the "Flue gas flow rate of 837 Nm3/s &
Pg 80 of
15 CHHABRA II 1 19.2 Sl.No.13) Limestone consumption @ guarantee case: < 7.0TPH So2 concentration rate 1910 mg/Nm3(wet)". Bid specification prevails
222
The same is being expected around approx. 10TPH @ guarantee
case. Request owner to review and confirm the same.

Request customer to clarify the following:


a) whether the indicated analysis corresponding to imported Coal or
Annex-1.2 / Indian Worst coal or Blended Coal (30% imported & 70% Indian Coal).
Pg 82 of a) Analysis is for blended coal
16 CHHABRA II 1 Flue gas Flue Gas Analsysis b) Whether the indicated analysis is for Guaranteed condition (TMCR)
222 b) Analysis is common for both conditions
Analysis or Design condition (BMCR condition)
Request Customer to Clearly indicate / Provide the Flue gas analysis
for Guarantee and Design Condition.

Annex-1.2 /
Pg 82 of Annex-1.2 / Flue Gas Analysis a) The inlet SO2 concentration indicated in mg/Nm3 & in % V/V - wet
CHHABRA II 1 Flue gas
222 The SO2 content is indicated as 0.062 % (V/V)-wet are not matching and the values are in contradiction after conversion a) SO2 concentration in mg/Nm3 indicated shall be
Analysis
17 to a common unit. Request owner to check and confirm the same. complied with.
Pg 80 of Sl.NO.7) SO2 concentration in Flue Gas at FGD inlet: B) Also request owner to confirm the whether the inlet SO2 b) SO2 concentration is common for both conditions.
CHHABRA II 1 19.2 concentration will be same for Design and guarantee condition.
222 1910 mg/NM3 (wet)
Annex-1.2 / Kindly confirm the HF & HCl concentration in the flue gas (if any) to be
Pg 82 of HCL - 45ppm ( wet) and HF - 12ppm ( wet) may be
18 CHHABRA II 1 Flue gas Flue Gas Analsysis considered, as the waste water Purge flow rate will have impact based
222 considered.
Analysis on this.
Analysis furnished is for filtered water only and the
same is indicative only and bidder shall visit the site
Annex-1.3 /
Make-Up water Analysis: We understand that the indicated analysis is the analysis of combined and collect the required samples & analysed for
Make-up Pg 83 of
19 CHHABRA II 1 The make-up water is the plant CMB /filtered water system. The water quality /mixed water from two source (ie. CMB / Filtered water) and the same submitting their bids.
water 222
is mentioned below…. will be used as the make-up of FGD process. Kindly confirm. Primary water source for FGD make-up shall be from
Analysis
CMB. Additional water required shall be tapped from
filtered water system.

Bidder request owner to furnish / confirm the service or clarified water Bidder shall visit the site and collect the required
20 CHHABRA --- --- --- --- Service / clarified water Analsysis
analysis with the terminal point details. samples & analysed during detail engineering.

Analysis furnished is for filtered water only and the


same is indicative only and bidder shall visit the site
Annex-1.3 / To maintain the uniformity in the input details (ie. water analysis) made
Note: and collect the required samples & analysed for
Make-up Pg 84 of available to bidders, owner to furnish / confirm these details ( water
21 CHHABRA II 1 The above water analysis only indicative and bidder shall visit the site and submitting their bids.
water 222 analysis) as part of the specification. Hence, bidder request owner to
required samples to be analyzed before submitting their proposal. Primary water source for FGD make-up shall be from
Analysis confirm the water analysis indicated.
CMB. Additional water required shall be tapped from
filtered water system.

Page : 2 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

Note:
Annex-1.4 / Guaranteed parameters (Guarantee on limestone consumption, auxiliary Please note that Limestone purity is of utmost importance for deciding
Design Lime Pg 85 of power consumption & gypsum purity) shall be based on available (reactive) the quality of gypsum produced in the FGD system. Limestone purity
22 CHHABRA II 1 Bid specification prevails
stone 222 CaCO3 content of 89%. The design of Flue Gas Desulphurisation (FGD) of more than 90% is envisaged by the bidder to meet the requirement
Analysis system & auxiliaries shall be based on available (reactive) CaCO3 content of of gypsum purity of 90%. Kindly confirm.
79%)

Pg 2 of The Contractor shall take into account the entire characteristics of expected Kindly note that the FGD is designed based on the Flue gas details
CHHABRA II 2 2.1 3.1.0 provided in Annex-1.2 / Sec-1/Vol - II/ Pg 82 of 222. Request customer
25 combination of fuels to be fired while designing the FGD system.
to clarify the following:
a) whether the indicated analysis corresponding to imported Coal or
Indian Worst coal or Blended Coal (30% imported & 70% Indian Coal). a) Analysis is for blended coal
23
b) Whether the indicated analysis is for Guaranteed condition (TMCR) b) Analysis is common for both conditions
The values indicated for FGD sizing in the technical specification shall be
Pg 2 of or Design condition (BMCR condition)
CHHABRA II 2 2.1 4.0.0 considered as minimum design criteria. These shall be modified to more
25 Request customer to furnish / specify clearly the flue gas analysis for
conservative values if, Contractor experience warrants the same
any expected combination of fuel firing, for the same to consider in
FGD system design.
In case of a power failure all items of equipment (minimum one agitator in
Kindly note that the equipment which are to be considered in
absorber and limestone slurry tank, process water pump & lube oil system of
Pg 2 of Emergency Power supply will be as per the standard proven design of
24 CHHABRA II 2 2.1 4.0.0 booster fan & ball mill) which may cause irreversible damage to the FGD Bid specification prevails
25 our collaborator, based on the system requirement. The details for the
System shall be connected to the emergency power supply system to be
same will be furnished during detail Engineering stage.
provided by the Contractor.
Kindly note, the duct shall be sized for flue gas flow at Design
Pg 4 of condition (ie. BMCR condition) considering the recommended
25 CHHABRA II 2 2.1 5.0.0 The duct shall be sized for 30 % to 150 % of the rated flow. Noted.
25 /Specified flue gas velocity. Hence the duct sizing to 150% of rated
flow is not applicable.
vii) ...........................The complete absorber vessel (absorber oxidation tank,
absorber tower & absorber outlet duct up to absorber outlet flange) shall be As per our collaborator's experience we propose flake glass lining on
Pg 5 of
26 CHHABRA II 2 2.1 5.1.0 made of clad sheet of C276/Alloy 59 (minimum 2 mm thick) by explosion the inside surface of the absorber and tanks and absorber outlet ducts Bid specification prevails
25
bonding or hot rolling, having minimum 7 mm thick carbon steel as base up to chimney. Please confirm.
material.
As per our collaborator's experience, Bidder envisages to use wall
Pg 5 of vii) The absorber wet-dry interface shall be of solid Alloy 59 or C276 of
27 CHHABRA II 2 2.1 5.1.0 paper of C276 with maximum thickness of 2 mm on CS at the wet-dry Bid specification prevails
25 minimum 6 mm thickness
interface including struts.
xi) The absorber shall provide with adequate (1Working+ 1Standby)
Pg 5 of compressors/ Blowers. This shall be designed to load based on demand with There is contradiction in the theoretical air requirement value for Jet
CHHABRA II 2 2.1 5.1.0 bubbling type Absorber, between these two clauses.
25 2.5 times and 4.5 times the theoretical requirement for spray type and jet
bubbling type respectively.
However, kindly note that as per our collaborator's standard proven
28 experience installed world-wide, for JBR type absorber 4.0 times the Bidder to follow Sec-2.1, ANNEX – 2.1.1, Pg 23 of 25.
D) Air Injection system theoretical air requirement is being considered for design, which is
ANNEX – Pg 23 of
CHHABRA II 2 2.1 Capacity : 2.5 times for spray & 4 times the actual/ Theoretical air more than sufficient. Hence 4.5 times the theoretical requirement is
2.1.1 25
requirement for bubbling type. not applicable and not envisaged by bidder. Request customer to
accept and confirm the same.

Pg 5 of xi) Oxidation nozzles / spargers shall have a minimum redundancy of 10% or As per our proven design 10% margin is not required and hence not
29 CHHABRA II 2 2.1 5.1.0 Bid specification prevails
25 as per the contractor’s proven practice whichever is maximum. envisaged for JBR type of Absorber.
Owner to note that the 24 hrs. storage capacity of process water tank
is not required. Bidder shall proivide the 15 minutes storage capacity
for process water tank as per practice followed by NTPC & other state Bid specification prevails.
Utitlities. Please confirm.
Pg 6 of xiii) Process water tanks with a capacity of 24 hrs requirement of FGD system
30 CHHABRA II 2 2.1 5.1.0 Two nos common Process water tank for 2 units to be
25 shall be provided. The tank level shall be controlled by control valve.
Further, we understand as per Annex-2.3.1/Sec-2.3/Vol-II/Pg 16 of 18, provided. Each tank to be sized for storage
Two nos common Process water tank for 2 units to be provided. requirement for 2x660MW units.
However, Please confirm each tank to be sized for storage
requirement for 2x600MW units.

Pg 6 of xiv) 2 x 100 % process water transfer pumps for each absorber shall be
CHHABRA II 2 2.1 5.1.0
25 envisaged for the preparation of the limestone slurry.
Please confim the No. of Process water transfer pumps to be 2x100% Process water pumps shall be common for
31 Flow Diagram for Process water Distribution system (Drwg No: FCE-1117155- considered for 2x660 units. 2x660 units.
Tender ME-DWG-PFD-3440-005, R0)
CHHABRA II 6 --
drawings
2x100% (1W+1S) Process water Pumps indicated common for 2x660 units.

xix) The absorber oxidation tank shall be provided with an over flow line The absorber oxidation tank is integral part of JBR (absorber), as per
Pg 6 of complete with sealing pot, over flow and drain line. The absorber over flow collobarotor's design, there shall not be any overflow line and the tank
32 CHHABRA II 2 2.1 5.1.0 Bid specification prevails
25 shall be taken to a sump in the absorber region, from where the slurry shall will be drained / emptied by the gypsum bleed pump. Hence there is
be pumped back to the absorber and Emergency slurry tank by a sump pump no requirement of overflow / drain pipes connected to seal pot.

Page : 3 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

Bidder propose to consider piping material as follows:


iv) The spray headers & piping for cooling pump discharge shall be made of
Pg 7 of "…Gas Cooling Pump discharge piping and valves which are outside
33 CHHABRA II 2 2.1 5.1.0 Alloy 59 or C276 and nozzles shall be made of Silicon Carbide or ceramic or Noted.
25 Gas Cooler and not in contact with hot flue gas shall be in line with the
equivalent having a minimum guaranteed life of 20,000 hrs.
requirements specified for slurry recirculation pumps.". Please confirm.

The Gas Cooling pumps shall be installed under the mist eliminator
Pg 7 of
34 CHHABRA II 2 2.1 5.1.0 The Cooling Pumps shall be installed inside a building. ducts as per our collaborator's standard design installed world-wide. Bid specification prevails
25
Same is alos accepted by NTPC & otherpower Utilities.

To achieve the desired performance as mentioned in the tender


specification, the velocity profile in absorber is designed at guarantee
point/design point. For achieving the desired bubbling effect in the
absorber, suitable numbers of spargers are provided. Any additional
spargers provided inside the absorber shall have an adverse effect on
Pg 7 of
35 CHHABRA II 2 2.1 5.1.0 v) Minimum 10% redundancy, shall be provided in the Sparger Tubes. the velocity profile and hence on the performance of the absorber. Bid specification prevails
25
Further, the life of the spargers as per our collborator's experience is
higher than five years. In view of the above, Bidder requests 10% of
the number of Sparger Tubes required for one JBR to be provided as
warehouse spares for the project and no redundancy in the installed
spargers is envisaged.

The entire flue gas system including flue gas ducts, absorber etc. shall be Excursion temperature is applicable only for duct before absorber.
Pg 7 of designed to meet the following conditions: Since our absorber is preceeded by emergency cooling system, we
36 CHHABRA II 2 2.1 5.2.0 Bid specification prevails
25 5) Short temp excursion temperature of inlet gas (for approx. fifteen (15) don’t envisage mentioned excursion temperature at absorber and
minutes at a time) (deg. C) : 300 downstream of absorber.
The ducts from Absorber outlet to stack shall be made of Carbon steel of
Pg 8 of
CHHABRA II 2 2.1 5.2.0 minimum 7 mm thickness cladded with 2mm (minimum) thickness Alloy
25
C276/Alloy 59.
As per our collaborator's experience we propose flake glass lining on
37 F) DUCT SIZING the inside surface of the absorber outlet ducts up to stack. Please Bid specification prevails
2) MOC of the Flue gas Duct : (b) Absorber outlet duct to Wet Chimney shall confirm.
ANNEX – Pg 24 of
CHHABRA II 2 2.1 be made of Carbon steel of minimum 7 mm thickness clades with 2 mm
2.1.1 25
(thickness) Alloy C 276/Alloy 59, to handle the wet saturated gas with
condensate.
The guide vanes & Interal trusses (if provided) in the hot flue gas path
All guide vanes & internal trusses (if provided) shall be made of 317 LMN or before abosrber shall be of same material as of duct and if any in the
Pg 8 of
38 CHHABRA II 2 2.1 5.2.0 appropriate material which offers similar or better corrosion resistance wet flue gas path (ie. after Absorber) shall be made of 317LMN or Bid specification prevails
25
properties as of duct plates. appropriate material which offers similar or better corrosion resistance
properties. Please confirm.
Pg 16 of The pump shall be capable of pumping of filtrate water with solid
CHHABRA II 2 2.1 6.2.0 Filtrate pumps handling slurry will have a slurry concentration much
25 concentration upto 10% & particle lumps of 6-7mm.
39 less than 10%. Also the filtrate pumps handling slurry will never have a Bid specification prevails
Pg 8 of The pump shall be capable of pumping of filtrate water with solid particle size of 6-7 mm. Please clarify the requirement.
CHHABRA II 2 2.3 4.9.0
18 concentration of not less than 10% & particle lumps of 6-7mm.

Tanks shall be made from IS:2062 quality mild steel plates of tested quality. Bidder proposes material of limestone slurry preparation / storage tank
Pg 18 of The tanks shall be of welded construction. Interior surface of the tanks shall to be flake-glass/FRP lined carbon steel with lining thickness of
40 CHHABRA II 2 2.1 6.4.0 Bid specification prevails
25 lined with replacable chlorobutyl/ bromobutyl rubber lining of minimum 5 mm minimum 2mm, considering anti-abrasion measure, as the
thickness and the outside surface shall be coated with paint as specified. environment is similar to that of absorber. Please confirm.

Pg 19 of Three stage chevron type Mist Eliminators (ME) made of Polysulfone or Bidder proposes Two-stage Mist Eliminator (ME) in place of Three
41 CHHABRA II 2 2.1 6.7.0 Bid specification prevails
25 stainless steel shall be provided at the exit of the absorber. stage to meet the desired requirement. Kindly confirm.

a) Unlike Spray tower process, in our system mist eliminator washing


frequency is only once per several hours, because mist and solid
loadings to mist eliminator are quite low. Hence, We don’t envisage
Washing provisions shall include external and internal piping systems with
separate booster pumps for ME washing. As per our collaborator's
replaceable nozzles, water pressure booster pumps complete with all piping,
Pg 19 of standard practice, ME wash water is being taken form Process water
42 CHHABRA II 2 2.1 6.7.0 valves, instrumentation and controls. The mist eliminator wash piping shall be Bid specification prevails
25 pumps discharge. Please confirm.
constructed of rubber lined carbon steel or glass fiber reinforced
b) Bidder envisages carbon steel pipes for outside pipe up to the
plastics.
nozzles at mist eliminator casing. Inside the mist eliminator casing ,
piping header shall be of FRP/CSRL / Polypropylene/ PVC. Please
confirm

Page : 4 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

2x100% Mist Eliminator Wash Water Pump for each unit connected to each We don’t envisage separate pumps for ME washing. As per our
Pg 20 of
43 CHHABRA II 2 2.1 6.7.0 of the Process water Storage tanks (for example total 4 nos. of pumps for collaborator's standard practice, ME wash water is being taken form Bid specification prevails
25
2x660 MW) along with all necessary piping, valves, control & instrumentation Process water pumps discharge. Please confirm.

B) BOOSTER FANS We understand that pressure required at the wet stack inlet (during
ANNEX – Pg 21 of
44 CHHABRA II 2 2.1 6) Pressure required at chimney inlet with FGD bypass damper closed : 10 FGD bypass damper closed condition) shall be, based on draft Confirmed.
2.1.1 25
mmWC requirement instead of 10mmWC. Please confirm.

Kindly clarify this requirement "Air temperature drop in Absorber :


C) ABSORBER/SCRUBBER
ANNEX – Pg 22 of temperature in chimney to be maintained as mentioned".
45 CHHABRA II 2 2.1 3) Air Temperature Drop in Absorber: Temperature in Chimney to be Bidder's understanding is correct
2.1.1 25 As per our understanding, the wet flue design does not have any such
maintained as mentioned.
requirement.

C) ABSORBER/SCRUBBER
ANNEX – Pg 23 of We understand that this indicated slurry tank MOC is for Auxilliary
46 CHHABRA II 2 2.1 10) MOC of the Slurry tank: MS construction with replaceable Chlorobutyl / MoC indicated shall be applicable for all slurry tanks
2.1.1 25 absorbent tank. Please confirm.
Bromobutyl rubber lining of minimum 5 mm thickness

Bidder understands that as per Cl. no. xviii of 5.1.0 (A) of Vol II,
Section 2, Sec 2.1 "The contractor shall offer and demonstrate mixing
ANNEX – Pg 23 of E) Agitator (for each absorber)
47 CHHABRA II 2 2.1 arrangement such that n-1 number of agitators is sufficient to avoid the Bid specification prevails
2.1.1 25 2) Number of standby agitator: One (1) No.
slurry settlement in the absorber tank in case of one agitator under
breakdown (n-total no. of working agitators)." Please Confirm.

Pg 2 of
CHHABRA II 2 2.3 3.0.0 The system shall be 2 x 100 %. We understand that the Wet ball mill, Lime stone slurry and Gypsum
18
Tender Flow Diagram for Limestone unloading and slurry Preparation system (Drwg slurry system shall be 2x100% streams (1W+1S), each stream sized Wet ball mill, Lime stone slurry and Gypsum slurry
CHHABRA II 6 -- for both the units. Please confirm our understanding.
drawings No: FCE-1117155-ME-DWG-PFD-3440-003, R0) system shall be for 2x100% streams (1W+1S), each
Also, Please confirm the following:
stream sized for both the units.
a) Mill separtor tank- As per P&ID, one (1) No. is indicated. we
a) one ( 1) no. Mill separation tank with twin
undertand that 1x100% mill separator tank for each wet ball mill shall
compartment shall be considerd as per specification
be provided.
b) 2x100% Mill circuit pumps shall be provided for mill
b) Mill circuit pumps- we understand that 2x100% (1W+1S) mill circuit
48 separator tank as per specification
pumps shall be provided for each mill sepator tank.
c) Hydro cyclon A & B are common for both mills
Pg 4 of 2 x 100 % Hydro cyclones shall be provided for Ball mill area, Primary hydro c) Mill hydro-cyclone - In P&ID, hydro-cyclone A & B is indicated for
CHHABRA II 2 2.3 4.2.0 d) 2x100 % Lime stone slurry storage tanks shall be
18 cyclone and Secondary hydro cyclone area. Ball mills. We understand that each ball mill will be provided with
considered common as per specification. Each tank
1x100% hydro-cyclone. Please confirm.
shall be sized for 2x660 MW Units
d) 2 Nos lime storage tank each dedicated to one unit and sized for
e) 2x100% lime stone slurry transfer pumps shall be
one 660MW unit shall be provided.
provided common for 2x660 MW Units
e) 2x100% (1W+1S) slurry pumps shall be provided for each Lime
storage tank dedicated for each 660MW unit.

The Bidder shall provide 2x100% gypsum dewatering system with each As per general industry practice, the gypsum dewatering system shall
Pg 6 of
49 CHHABRA II 2 2.3 4.5.0 stream sized to dewater 115% of the maximum gypsum produced by 2x660 be sized for 110% of the maximum gypsum at design point (instead of Bid specification prevails
18
MW units operating at Design point 115%). Please confirm.

Pg 6 of The hydro-cyclone shall be of proven design and shall be provided with PU Bidder request owner to consider the lining material of Rubber lining
50 CHHABRA II 2 2.3 4.6.0 Bid specification prevails
18 lining of minimum 12 mm. for Hydrocyclone in addtion to PU. Please confirm

Pg 6 of The FGD will be of JBR type and accordingly the gypsum-dewatering,


51 CHHABRA II 2 2.3 4.5.0 Gypsum Dewatering System filtrate water system etc..shall be designed as per system requirement
18
based on colloborator design
Bid specification prevails.
Tender Flow Diagram for Gypsum Recovery System (Drwg No: FCE-1117155-ME- In JBR technology the Secondary hydrocyclone is not necessary.
52 CHHABRA II 6 --
drawings DWG-PFD-3440-006, R0) Only primary hydrocyclone is better from JBR process point. Please
confirm.
Sufficient number of agitators shall be provided in the tank by the contractor
Pg 9 of As per standard industry practice, redundant agitators are not
53 CHHABRA II 2 2.3 4.11.0 to prevent the solids from settling down. There shall be at least one redundant Bid specification prevails.
18 envisaged for Emergency Slurry Tank and hence is not considered.
agitator for this purpose.
Pg 10 of For Agitators in other tanks, agitator blades shall be made with Alloy 926 or For agitators in other tanks, agitator blades & shaft shall be made with
54 CHHABRA II 2 2.3 4.12.0 Bid specification prevails.
18 better material & shaft can be rubber lined. carbon steel rubber lined, as per proven collaborator experience.

Since all the agitators are vertically mounted & rotating at low rpm, the
Pg 10 of Static and dynamic (as far as applicable) balancing of all agitators shall be
55 CHHABRA II 2 2.3 4.12.0 static & dynamic balancing after assembly are not applicable as per Bid specification prevails.
18 carried out after assembly.
applicable standard.

For Mist eliminator washing separate washing pumps are not


Pg 11 of 2x100% pumps shall be provided for supplying water for the mist eliminator
56 CHHABRA II 2 2.3 4.14.0 envisaged as per our standard practice of our colloborator. ME Bid specification prevails.
18 washing system of each absorber
washing water shall be taken form Process water pumps.

Page : 5 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

Bidder shall consider 1.5mm corrosion allowance as per SECTION –


ANNEX – Pg 16 of I PROCESS WATER TANK
57 CHHABRA II 2 2.3 VI, PART-B (BOOK 1 OF 5) SUB-SECTION-A-05 clause 13.01.00 Bid specification prevails.
2.3.1 18 5) Corrosion allowance: 3 mm
(page 27 of 36). Please confirm

Attachment We understand from the Boiler Plant (Unit-5) drawing the site elevation
Pg 956 of Drawing: Boiler Plant (unit-5)
58 CHHABRA II -- to Tender for the proposed FGD area for unit (5&6) is 396 M above MSL. Please Confirmed.
957 Site Elevation: 396M above MSL
Drawing confirm.

Velocity in slurry lines shall be as per our Colloborator's proven


Pg 2 of
59 CHHABRA II 2 2.0.0 Slurry Lines - 1.8 m/s practise after many years of experience such that there is no Bid specification prevails.
11
settlement and erosion. Please confirm the acceptance.

Please clarify in which condition 47.5 Hz frequency to be considered. As per specification, sizing criteria for each fan shall
ANNEX – Pg 21 of B) BOOSTER FANS Bidder understands 47.5 Hz frequency to be considered at single fan be 60% BMCR flue gas flow, with the power supply
60 CHHABRA II 2
2.1.1 24 4. Power supply frequency Hz 47.5 test block condition. For FGD design and operating case, 50 Hz frequency of 47.5 Hz.
frequency to be considered. Please confirm.

ANNEX – Pg 9 of As per Vacuum Belt filter OEMs, Bidder proposes to use filter frame of
61 CHHABRA II 2 5. Filter Frame SS 316L Bid specification prevails.
2.3.1 18 Carbon steel with epoxy paint. Please confirm.

ANNEX – Pg 9 of Bidder proposes filter cloth shall be polyester or polypropylene as per


62 CHHABRA II 2 7. Filter Cloth PE Bid specification prevails.
2.3.1 18 the proven design of the supplier.
63 22 of 223 For Surat Garh: Bidder proposes to use owner’s existing pipe rack for routing pipes
b) Make-up water: The water required for the FGD plant is sourced from plant from Terminal points up to FGD scope trestle. Owner is requested to
CT blowdown tank /clarified water system and further distribution within FGD confirm the same. Please provide the Layout drawing which shows
plant shall be by the Contractor. Pumps (2x100%) if required shall be Terminal Point location (with exact co-ordinates) as per the
included in Bidder’s scope. specification.
c) Service water: From the nearest existing Service water header Bidder also proposes that the Process water tap off line from the CT
d) Potable water: From the nearest existing Potable water header blowdown tank /clarified water system upto the identified FGD space
e) FGD Waste water: Shall be connected to ZLD plant shall be
4.0 h) Fire water for hydrant system- Main Header will be available at one point a) Buried under ground pipe and/or
TERMINAL near the FGD area and Preparation Plant area. Installation of Fire Water b) Supported on the Owner Pipe rack.
POINTS Pumps (if applicable) shall be in the scope of the FGD supplier. Owner is requested to confirm the same. Bidder to visit the site and get the required
CHHABRA II 1
4.1 j) Instrument & Service Air: Dedicated Air Compressors shall be installed to information.
MECHANIC meet the requirements.
AL WORKS k) DM Water: DM water (if required) for make-up of CCW system of FGD,
shall be sourced from existing DM water header...
The available utility parameters at the terminal points are listed below:
Terminal Point Number (TP No.) Utility Available Process Parameters at T.P
TP 1 FGD make up water 154 m3/h (max) at 2.5 Kg/cm2 (g)/ atmospheric.
TP 2 Service Water 10 m3/h (max) at 2 Kg/cm2 (g)
TP 3 Potable water 3 m3/h (max) at 2 Kg/cm2 (g)
TP 4 FGD waste water Atmospheric
64 II 1 22 of 223 For Chhabra: Bidder proposes to use owner’s existing pipe rack for routing pipes
b) Make-up water: The water required for the FGD plant shall be sourced from from Terminal points up to FGD scope trestle. Owner is requested to
plant CMB /filtered water system. Pumps (2x100%) if required shall be confirm the same. Please provide the Layout drawing which shows
included in Bidder’s scope. Terminal Point location (with exact co-ordinates) as per the
c) Service water: From the nearest existing Service water header specification.
d) Potable water: From the nearest existing Potable water header Bidder also proposes that the Process water tap off line from the CMB
e) FGD waste water: shall be connected to ZLD plant /filtered water system upto the identified FGD space shall be
h) Fire water for hydrant system- Main Header will be available at one point a) Buried under ground pipe and/or
4.0 near the FGD area and Preparation Plant area. Installation of Fire Water b) Supported on the Owner Pipe rack.
TERMINAL Pumps (if applicable) shall be in the scope of the FGD supplier. Owner is requested to confirm the same.
POINTS i) Fire detection Alarm system: Interfacing with the Main Fire alarm Panel Bidder to visit the site and get the required
CHHABRA
4.1 located Control room. Termination is in Contractor’s scope. information.
MECHANIC j) Instrument & Service Air: Dedicated Air Compressors shall be installed to
AL WORKS meet the requirements.
k) DM Water: DM water (if required) for makeup of CCW system of FGD,
shall be sourced from existing DM water header....
The available utility parameters at the terminal points are listed below:
Terminal Point Number (TP No.) Utility Available Process Parameters at T.P
TP 1 FGD make up water 154 m3/h (max) at 2.5 Kg/cm2 (g)
TP 2 Service Water 10 m3/h (max) at 2 Kg/cm2 (g)
TP 3 Potable water 3 m3/h (max) at 2 Kg/cm2 (g)
TP 4 FGD waste water Atmospheric

Page : 6 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
65 II 1 22 of 223 For Kalisindh: Bidder proposes to use owner’s existing pipe rack for routing pipes
b) Make-up water: The water required for the FGD plant shall be sourced from from Terminal points up to FGD scope trestle. Owner is requested to
plant confirm the same. Please provide the Layout drawing which shows
filtered water system and CT blowdown collection tank and further distribution Terminal Point location (with exact co-ordinates) as per the
within FGD plant shall be by the Contractor. Pumps (2x100%) if required shall specification.
be Bidder also proposes that the Process water tap off line from the
included in Bidder’s scope. filtered water system and CT blowdown collection tank upto the
c) Service water: From the nearest existing Service water header identified FGD space shall be
d) Potable water: From the nearest existing Potable water header a) Buried under ground pipe and/or
e) FGD waste water: shall be connected to waste water treatment plant b) Supported on the Owner Pipe rack.
4.0 h) Fire water for hydrant system- Main Header will be available at one point Owner is requested to confirm the same. Also, clarify that make-up
TERMINAL near the FGD area and Preparation Plant area. Installation of Fire Water water to be considered from both (filtered water system and CT
POINTS Pumps (if applicable) shall be in the scope of the FGD supplier. blowdown collection tank ) or either of two source? Bidder to visit the site and get the required
CHHABRA
4.1 i) Fire detection Alarm system: Interfacing with the Main Fire alarm Panel information.
MECHANIC located Control room. Termination is in Contractor’s scope.
AL WORKS j) Instrument & Service Air: Dedicated Air Compressors shall be installed to
meet the requirements.
k) DM Water: DM water (if required) for makeup of CCW system of FGD,
shall be sourced from existing DM water header.....
The available utility parameters at the terminal points are listed below:
Terminal Point Number (TP No.) Utility Available Process Parameters at T.P
TP 1 FGD make up water 135 m3/h (max) at 2.5 Kg/cm2 (g)/ atmospheric.
TP 2 Service Water 10 m3/h (max) at 2 Kg/cm2 (g)
TP 3 Potable water 3 m3/h (max) at 2 Kg/cm2 (g)
TP 4 FGD waste water Atmospheric

66 II 2 2.1 19 of 24 …...The mist eliminator wash piping shall be constructed of rubber lined Carbon steel pipe shall be selected for outside pipe up to the nozzles
6.7.0 Mist
carbon steel or glass fiber reinforced plastics.….. at Mist Eliminator casing. Bidder proposes, (Inside the mist eliminator
CHHABRA Eliminator Bid specification prevails.
casing) piping headers made of FRP/CSRL/PP/PVC material.
(ME)
67 II 2 2.1 5.1.0 17 of 24 In case of Spray Tower System, Suction In case of Spray Tower System, Bidder proposes to modify this clause as "In case of Spray Tower
Absorber B) screens shall be installed inside Absorber vessel to protect the recirculation System, .... In case Bubbling type, suction strainers shall be installed
pumps. In case Bubbling type suction strainers shall be installed at the at the suction line side of Gas Cooling Pumps. The Screens shall be
suction line side of Gas Cooling Pumps. The Screens shall be made of made made of Alloy 59 /C276 or abrasion resistant FRP/Polypropylene /
CHHABRA of Alloy 59 /C276 or abrasion resistant FRP/Polypropylene (in case SS316 L (in case Contractor/Collaborator has proven experience). .." Bid specification prevails.
Contractor/Collaborator has proven experience). For the agitators a flushing
system for startups shall be provided.

68 II 2 2.1 17 of 24 All the slurry pumps shall be provided with motorized suction and discharge Bidder proposes to modify the clause as "All the slurry pumps shall be
CHHABRA 6.2.0 Pumps valves… provided with motorized / pneumatic suction and discharge valve…." Pneumatic type suction and discharge valves are also
acceptable.

69 II 2 2.3 10 of 18 All the pipes handling slurry shall be provided with replaceable rubber lining of Bidder proposes FRP as alternative material for all sizes of slurry
4.13.0 Slurry
proven quality. The Bidder can provide slurry pipes of size lower than 3” made (including limestone slurry ) pipes, please confirm.
CHHABRA Lines and Bid specification prevails.
up of FRP material if it has previous experience of providing the same.
Valves
70 II 2 2.3 12 of 18 Inter-connecting pipes/cables between various facilities of FGD plant shall be Bidder proposes 7 meter clear head room for the pipe/cable trestle at
routed on the steel trestles to be provided by the Contractor. The clear head road crossings and 3 meter clear head room at all other areas except
room for the same shall be minimum 8M. at road crossings as mentioned in clause 3.0.0 GUIDELINES FOR Bidder to consider 8 meter clear head room for the
4.16.0 THE DESIGN AND CONSTRUCTION OF PIPE WORK AND
CHHABRA pipe/cable trestle at road crossings and 3 meter clear
Approach ACCESSORIES of "Sec.2.8 Piping and Valves Specialities" pageno. 4 head room at all other areas except at road crossings
of 11

71 II 2 2.8 8 & 9 of D MISCELLANEOUS SYSTEM Bidder proposes FRP as alternative material for all sizes of slurry
11 1 Treated Waste water system (including limestone slurry ) pipes, please confirm.
Materials
2. Limestone Slurry system
requirement
3. Limestone Slurry line fittings
CHHABRA s for Piping Bid specification prevails.
PIPING MATERIAL:- PIPING MATERIAL:- IS 3589 Fabricated form IS 2062
Components
plates with wear resistant Rubber lining of 6 mm for pipes/8mm for bends / IS
and Valves
1239 Pt-1 (Heavy) IS 3589 with 25thk Cast basalt liner

72 II 2 2.1 17 of 24 iv) The spray headers & piping for cooling pump discharge shall be made of Bidder proposes (As per our collaborator experience), Gas cooling
Alloy59 or C276 and nozzles shall be made of Silicon Carbide or ceramic or pump discharge piping shall be of Rubber lined Carbon steel. The
5.1.0 equivalent having a minimum guaranteed life of 20,000 hrs. The Cooling slurry spray headers which are in contact with hot-flue gas shall be
CHHABRA Bid specification prevails.
Absorber B) Pumps shall be installed inside a building. made up of Alloy 59 or C276 inline with specification requirements.

73 4.13.0 Slurry 10 of 18 The isolation valves provided in all the slurry lines shall be of knife gate Bidder proposes use of motorised/pneumatic actuators for the valves
Pneumatic type suction and discharge valves are also
CHHABRA II 2 2.3 Lines and type/butterfly type. Actuvator shall pe provided as per the scheme provided. inline with our collaborator's experience.
acceptable.
Valves

Page : 7 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Please furnish us feed sieve analysis or typical distribution of
74 CHHABRA II 1 ANNEX -1.4 85 of 222 Lime stone chemical properties are only mentioned. limestone (unloaded through trucks) & HGI ( Hardgrove Grindability Bid specification prevails.
Index) for selection of the limestone crusher.
Vibrating feeder shall be used for extraction of limestone below the
Vibrating screen feeder shall be provided at the outlet of unloading hopper for unloading hopper. Owner is requested to check and confirm.
CHHABRA II 2 2.2 3.4.0 4 of 20
extracting limestone and feed on the conveyor.

Dwg. No.
FCE-
1117155-ME-
DWG-PFD- Vibrating feeder shall be used for extraction of
75
3440-008 limestone below the unloading hopper.
CHHABRA - - Rev. 0 - - Vibrating feeder is shown below the reclaim hoppers.
Schematic
diagram for
Limestone
handling
system.
Single stream of conveyor shall feed the limestone to the screen via surge As per clauses referred and flow diagram - there is only one conveyor
CHHABRA II 2 2.2 3.6.0 4 of 20 between reclaim hoppers to crusher house, From Crusher house to
hopper to separate (-) 25 mm before feeding to crusher.
bulk silos- one belt feeder & one bucket elevator and from bulk silo to
Crushed limestone shall be conveyed to RCC bulk limestone silos through day silo -one belt feeder & one bucket elevator.
CHHABRA II 2 2.2 3.7.0 4 of 20 Bidder request owner to check and clarify, whether conveyor stream is
belt feeder, bucket elevator & reversible belt feeder.
single stream i.e. 1 working without any stand-by.

Limestone from bulk limestone silo shall be fed into the Day Limestone silo
CHHABRA II 2 2.2 3.8.0 4 of 20
through bucker elevator & reversible belt feeder
As per specification, single stream conveyor (1
76 Dwg. No. working) shall be considered. No standby conveyor
FCE- stream is envisaged.
11171155-
ME-DWG-
As per flow scheme, there is only one conveyor between reclaim hoppers to
PFD-3440-
crusher house, from Crusher house to bulk silos- one belt feeder & one
CHHABRA - - 008 Rev. 0 - -
bucket elevator and from bulk silo to day silo -one belt feeder & one bucket
Schematic
elevator .
diagram for
Limestone
handling
system.
As the clauses are contradicting regarding type of system to be
Dust extraction system shall be provided at Underground hopper shed, provided for underground reclaim hopper.
CHHABRA II 2 2.2 3.11.0 4 of 20
Crusher house & transfer points for minimizing the dust nuisance. Bidder would propose plain water Dust suppression system for open Bidder to follow Volume -II, Sec 2.2, Cl. 3.11.0, Page
77 areas like reclaim hopper. 4 of 20.
Dust Suppression System (cold fog type) Bidder request owner to elaborate about cold fog dust suppression
CHHABRA II 2 2.2 5.18.0 12 of 20 system, in case to be provided.
Location of spray : At hopper
For the feed and discharge points in crusher house Dust extraction
system shall be provided as furnished in clause no. 3.11.0, page 4 of
20. of Section-1, Volume -II. There is no requirement of dust
78 CHHABRA II 2 2.2 5.17.0 (viii) 12 of 20 Bidder shall provide a suitable dust suppression system. suppression system for crushers. Please check and confirm. Confirmed.

Dwg. No.
FCE-
11171155-
As per flow scheme, Drain pumps with sump pit are shown crusher
ME-DWG-
house. As per bidder experience, sump pumps with sump pit are
PFD-3440-
required for underground / partly underground facilities. Bidder
79 CHHABRA - - 008 Rev. 0 - - Schematic diagram for Limestone handling system. Bid specification prevails.
request owner to check and clarify.
Schematic
Bidder is excluding sump pump with pits for crusher house as the
diagram for
building is above ground. Please confirm.
Limestone
handling
system.

Page : 8 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

Dwg. No.
FCE- As per the flow diagram, no travelling tripper is shown for stacking of
1117155-ME- gypsum inside storage shed. Owner is requested to confirm, whether Kindly refer Vol.II, Section 2.3, Cl. 4.15.0.
DWG-PFD- gypsum transfer conveyor is to be provided with travelling tripper for The gypsum shall be manually dumped in side shed
80 CHHABRA - - - Gypsum handling
3440-007 distribution of gypsum inside storage shed or it shall be manually from the single point stock pile using the payloaders /
Rev. 0 - dumped in side shed from the single point stock pile using the dozers.
Gypsum payloaders / dozers.
handling .

As per the flow scheme two no's of vacuum belt filters shown. Both the
vacuum belt filters are feeding gypsum on to a single conveyor.
Owner to clarify whether there are two or one gypsum transfer
conveyors to be provided. please clarify.
Gypsum handling system shall be provided
Dwg. No. with 2x100% conveyor stream for conveying
As per the flow diagram, no travelling tripper is shown for stacking of
FCE- dewatered gypsum from gypsum vacuum belt filter to
gypsum inside storage shed. Owner is requested to confirm, whether
1117155-ME- closed storage shed.
gypsum transfer conveyor is to be provided with travelling tripper for
DWG-PFD- Travelling tripper, nos. of conveyors (Working / stand-by) Gypsum Storage
81 CHHABRA - - - distribution of gypsum inside storage shed or it shall be manually
3440-007 shed The gypsum shall be manually dumped in side shed
discharged at one point.
Rev. 0 - from the single point stock pile using the payloaders /
From the single point pay loaders / dozer are to be used for stacking
Gypsum dozers.
of gypsum in storage shed. Please check and clarify.
handling
As nothing is spelt out regarding the storage of gypsum in storage
Noted for 4.0 M high RCC wall (three side) for
shed. Bidder presume that gypsum shed shall be with 4.0 M high RCC
stacking gypsum considering 7 days gypsum storage.
wall (three side) for stacking gypsum. The gypsum profile profile shall
start from 4 m height. Please confirm.

As reclaim hopper is of RCC construction, bidder is considering


82 CHHABRA - - - - Confirmed.
gunniting for the reclaim hoppers inclined surfaces. Please confirm.

As nothing is spelt in specification regarding moisture content in


limestone. Owner is requested to furnish moisture content to be
83 CHHABRA - - - - Bid specification prevails.
considered to design the limestone storage shed and belt conveyor
system.

Technical specification is silent regarding provision of intake pit for


bucket elevators. In order to fit the material handling layout with in the
limited space provided, Bidder would consider intake pit for bucket
84 CHHABRA - - - - - Confirmed.
elevators. Necessary sump pumps shall be considered as per
specification. The same is accepted by NTPC tenders and ongoing
FGD project. Please confirm.

Bidder request owner to also provide option for structural steel silo for
85 CHHABRA II 2 4.10.0 5 of 20 RCC bulk limestone silo with 4 mm thick SS304 lining in the complete cones. Bid specification prevails
Bulk limestone storage of 7 days limestone requirement.

Please provide us the AutoCAD copy of the Layout drawing to


86 CHHABRA - - - - - develop conveyor profiles, Layout of Buildings and for preparation of Shall be furnished during detail engineering
FGD layout with gypsum handling system.

Looking into schedule please change as follows: The Contractor shall


The Contractor shall give Owner adequate notice 15 working days prior to
Pg : 41 of give Owner adequate notice 7 working days prior to each test. The
87 CHHABRA II 1 13.4 each test. The confirmation of the inspection and test data shall be delivered Bid specification prevails
222 confirmation of the inspection and test data shall be delivered to the
to the Owner in less than 15 days.
Owner in less than 7 days.
-----For storehouses of class A and B they should be fireproof, heat resisting,
waterproof and well ventilated. They should not be wet and should be
Please note that FGD is brown field project and project schedule is
Pg : 64 of provided with good drainage system and preferably with a brick laying or
88 CHHABRA II 1 18.1.10 very tight. So, material/equipment will be erected once it reaches at Bid specification prevails
222 concrete ground. For storehouses of class C, they should not be wet and
site & storage is not required.
should be well drained, preferably with a brick laying or crushed stone ground.-
---

Pg. : 132
89 CHHABRA II 1 12 & 13 Galvanizing & Sprayed Metal Coatings Please allow hot dipped galvanizing as per IS 2629 Bid specification prevails.
of 222
1.1.4
(iii), b & Pg. : 157 Bidder propose to perform 10% RT/UT and 100% MPI/LPT. The same
90 CHHABRA II 1 For plates of 25mm ≤ thickness<32mm: 10% RT and 100% MPI Bid specification prevails.
1.2.1 of 222 has been followed In our past projects.
(iii), b

Page : 9 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
i) MTC/Lab test/COC will be provided for review
Pg. : 158 i) Spray nozzles shall be tested for physical properties. ii) Performance test will be carried out per type per nozzle. Spray
91 CHHABRA II 1 1.2.2 Bid specification prevails.
of 222 ii) Spray nozzles also shall be subjected to performance test. angle, flow measurement and inlet pressure will be part of
performance test

1.3.1 Shaft forgings and suspension bars to be checked for ultrasonic testing in
Pg. : 158
92 CHHABRA II 1 (ii) & addition to check for chemical, mechanical, hardness, microstructure etc. as For >=40mm bar UT will be carried out. Please confirm. Bid specification prevails.
of 222
1.5.0 per applicable material specification.

7 MPI to be carried out on Gears/Pinions after machining. Case depth,


Pg. : 161
93 CHHABRA II 1 (i) hardness and MPI after hard facing shall be checked to ensure freedom Bidder propose MPI/LPT. Please confirm. Bid specification prevails.
of 222
b from defects.

Bidder propose "Butt welds in the tube/separator/body casing of the


Butt welds in the tube/separator/body casing of the mill shall be tested by RT
1.7.0 Pg. : 163 mill shall be tested by RT/UT and MP'. All other welds in main
94 CHHABRA II 1 and MP'. All other welds in main tube/separator shall be tested by MPI/LPI for Bid specification prevails.
(iii) of 222 tube/separator shall be tested by MPI/LPI for acceptance.
acceptance. The tube shall be statically balanced.
Static balance is not applicable as per Ball Mill manufacturers

1.14.2 Pg : 168 Plate is having thickness >=40 mm shall be 100% ultrasonic testing.
95 CHHABRA II 1 Plates shall be subject to 100% ultrasonic testing. Bid specification prevails.
(ii) of 222 Please confirm

1.14.2 Butt welds, full penetration joints and nozzle welds shall be checked by All tanks coming under FGD are atmospheric tanks. Bidder propose to
Pg : 168
96 CHHABRA II 1 (iii) 100% RT and 100% MPE or DPT. follow NDT as per IS 803 Bid specification prevails.
of 222
b&c Fillet welds shall be checked by 100% MPE or DPT.

Bleeding resistance test (as applicable) with keeping the sample in 33%
1.15.3 Pg : 171
97 CHHABRA II 1 HCl, 48% NaOH and DM water for 72 hours. Ozone test is not applicable as rubber is not exposed to atmoshere Bid specification prevails.
e&f of 222
Bleeding test and ozone resistance test shall be done on rubber material.

Pg : 217 Fillet Joint: Macro-etch examination on production test coupons for main fillet Qualified or established WPS/PQR shall be before actual welding.
98 CHHABRA II 1 4.2.5 Bid specification prevails.
of 222 welds PTC for fillet weld shall not be performed.

Qualified or established WPS/PQR shall be before actual welding.


Pg : 217 Butt welds: Mechanical testing of production test PTC for built up beam, column and crane girder shall not be
99 CHHABRA II 1 4.2.5 Bid specification prevails.
of 222 coupons performed. However Mechanical testing of production test coupons
shall be performed for critical fabricated structure above 50mm.

Coating is not applicable for lined material. The


Pg : 10 of
100 CHHABRA II 1 5.0.0 Corrosion coating Corrosion coating is not envisaged specification requirements shall be followed for
11
unlined parts.

The tests which cannot be carried out in the field laboratory shall be done at a Bidder request to add NABL acredated third party labs, all National
Pg : 210
101 CHHABRA II 1 4.1.1 ii) laboratory of repute such as CSMRS, NCBM, IITs, National Test House, Test House and Govt. approved labs in addition to labs mentioned Bid specification prevails.
of 222
Kolkata etc. as agreed by the Engineer. herewith if any testing facility is not available at site.

Sample test for 3% of the number of mechanical bars grips subject to a


Pg : 215 Sample test for 3 numbers of mechanical bar grips for each diameter
102 CHHABRA II 1 4.2.4 minimum of three, shall be carried out up to the yield strength of Bid specification prevails.
of 222 shall be carried out up to the yield strength of reinforcement of bars.
reinforcement of bars.

Neutralization Pit:
As per IS 4860, recommended thickness of A R brick is 64mm and as
The walls shall Be……..115 mm thick A.R. bricks,…….as per the
per IS 4457, maximum thickness of A R tile is 20mm. But here under
specification.
clause mentioned thickness is 115mm, 75mm and 38 mm which is not
The floor of neutralization pit shall be…….75 mm thick A.R. tile…….of epoxy
recommended by relevant IS codes. In general practice, Ceramic
Pg : 51 & paint (150 micron).
103 CHHABRA II 5 26.5 unglazed vitreous tiles conforming to IS: 4457 with minimum thickness Bid specification prevails
52 of 71 Alum solution preparation tank:
of 20 mm may be used as acid / alkali resistant tile in all such
The wall shall be……..75 mm thick A.R. tiles,........tile layer.
application. Bidder request to review the same and consider. OR may
Effluent Drains:
please provide relevant standards/codes and approved manufacturer
Acid Resistant lining treatment indicated for........38 MM AR tiles.......of epoxy
list for the same.
coating, total DFT 150 microns.
As IS 8112 withdrawn after including specifications of 43 grade OPC
Pg : 68 of
104 CHHABRA II 5 36.2.2 The grade of cement shall be Grade 43 for OPC conforming to IS:8112. in to IS 269 : 2015. So, request for consideration of same in Noted and confirmed
71
specification.

Page : 10 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Instead of Steel framed building, Bidder shall consider RCC framed
Control Building, M. C. C. Buildings
building with RCC Slab with brick work / concrete block. Kindly
These shall be steel framed building with RCC roof and floor. For steel
confirm.
framed building roof / floor shall comprise of RCC slab over profiled metal
105 CHHABRA II 5 3.5 10 of 71 Noted and confirmed
deck sheets (to be used as permanent shuttering only ) over structural
beams. Cladding shall be of brickwork / concrete block work with plastering
on both sides....

Limestone Grinding System building : This shall be steel framed building


Building structural configuration i.e. steel or RCC shall be decided by
106 CHHABRA II 5 3.15 22 of 71 with RCC roof and floor. The building roof / floors shall comprise of RCC slab Bid specification prevails
Bidder based on functional utility and optimization. Kindly confirm
over profiled metal deck sheets….

Gypsum Dewatering Building : This shall be steel framed building with RCC Building structural configuration i.e. steel or RCC shall be decided by
107 CHHABRA II 5 3.16 22 of 71 Bid specification prevails
roof and floor. The building roof / floors shall comprise of RCC slab…. Bidder based on functional utility and optimization. Kindly confirm

The Oxidation Basin shall be made of RCC tank, with the aeration pipe fixed Absorber with Bubble technology has oxidation basin within the
at the bottom of the chamber. It shall be designed as a water tank without Absorber equipment hence RCC tank is not required. This required
108 CHHABRA II 5 3.17 22 of 71 Bid specification prevails
cover. The RCC tank shall be designed as structures with an exposure shall not be applicable for Absorber with Bubble technology, kindly
condition “extreme” as per IS:456. confirm.

Inter-connecting pipes/cables between various facilities of FGD plant shall be Bidder understands that clear head room of 8m shall be considered at
Noted and the same is subject to approval of
109 CHHABRA II 2 4.16.0 12 of 18 routed on the steel trestles to be provided by the Contractor. The clear head road crossing and for other location minimum head room shall be 3m.
RRVUNL during detail engineering.
room for the same shall be minimum 8 M. Kindly confirm.

Bidder would like to consider alternate corrosion resistant protection to


Separate wet chimney of 150m height for each unit / a single twin-flue wet
the steel flue liner using Borosilicate. Bidder proposes the following,
chimney of 150 m height common for both units, designed as per EPRI
38mm borosilicate lining over 8mm thick (minimim) mild steel with no
guideline with RCC shell, steel flue with corrosion resistant C-276 alloy / Alloy
external insulation. The top flue liner above the roof slab shall me
110 CHHABRA II 1 3.2.1 10 of 223 59 over 8 mm thick(minimum) mild steel base metal of flue liner. The top flue Refer Amendment-1.
made of 8mm (min.) mild steel with 38mm borosilicate lining inside.
liner above the roof slab shall be made of solid C276 / Alloy 59 of minimum
The outside portion of this top flue liner shall be insulated with 2mm
10 mm thickness. The flue gas velocity inside chimney shall be <16.8 m/s for
thick titanium gr II cladding.
C 276 / Alloy 59 lining.
Kindly confirm.

As there is no specific corrision protection requirement in the flue gas


All guide vanes & internal trusses (if provided) shall be made of 317 LMN or duct before the absorber, Bidder shall consider Mild Steel member for
111 CHHABRA II 2 5.2.0 8 of 24 appropriate material which offers similar or better corrosion resistance guide vanes and internal trusses. For Duct after absorber, for Bid specification prevails
properties as of duct plates. corrosion protection, bidder shall consider Mild Steel members with
3mm thickess flake glass lining. Kindly confirm.

Kindly provide Geotechnical investigation report for areas under FGD


112 CHHABRA - - - - Geotechnical Investigation Report which includes Bore logs, laboratory test results and SBC Refer Amendment-1.
recommendtations.

Kindly provided topographic survey for the areas under FGD prior to Bidder to visit the site and get the required
113 CHHABRA - - - - Topographic Survey
cutting / filling. information.

This specification is contradiction to Vol II, Section 1, Clause 3.2.1 Noted. Height shall be 100 metres or H=6.902
Page 10 of 222 "Separate wet chimney of 150m height for each unit / (Qx0.277)^0.555 whichever is more.
Single-flue chimney(s) shall be provided. Chimney shall be of reinforced a single twin-flue wet chimney of 150 m height common for both units,
114 CHHABRA II 5 3.14.1 14 of 71
concrete construction. There shall be one flue (liner) for each unit..... designed as per EPRI guideline with RCC shell, steel flue with ..... ". Where,
Kindly confirm whether option of twin flue chimney is available with Q = Emission rate of SO2 in kg/hr
bidder. Also, confirm the height of twin flue chimney. H = Physical stack height in meter

Aviation Warning Lights (AWL) shall be mounted on door panel of required


Bidder shall consider a combination of Medium and Low intensity of
115 CHHABRA II 5 3.14.1 15 of 71 size (open able from interior of chimney shell) fixed to openings in the Bid specification prevails
AWL for Wet Stack. Kindly confirm.
chimney shell at locations and levels…...

The wind shield shall be designed for vertical loading, cross wind loading,
seismic loading, circumferential wind loading, thermal gradients etc. The load
Bidder shall consider Limit State Method of design based on latest
116 CHHABRA II 5 3.14.1 15 of 71 calculation and load combinations shall be as detailed in IS 4998 (Part 1) : Noted and confirmed
code IS 4998 : 2015. Kindly confirm.
1992. The wind shield shall be analysed for cases with and without flue liner
loads.

Kindly note that Slurry recirculation pump shall not be applicable as


117 CHHABRA II 1 3.2.1 l) 12 of 967 4 Nos. (2W+2S) Slurry Recirculation pumps. per the absorber design proposed by bidder . According power supply Bid specification prevails.
for the same has not been considered. Kindly confirm.

Page : 11 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

By this clause: We understand that spare feeders needs to be utilised


as incoming power supply to 11kV FGD switchgear. Please note that
HT power supply for FGD shall be provided from Owner’s unit switchgear
this clause is contradictory to extension of switchgear for adding extra
361 of located in the switchgear room of Power house building, by making use of the
118 CHHABRA II 3 3.7.1 feeders. Bidder to visit the site & get the required information.
957 spare feeders,
Request Employer to provide details of swgr building and exisitng
for feeding FGD switchgear.
switchgear to gauge the amount of work required for
modification/augmentation.

Please note that (2) two number of DG sets, shall not be required,
single DG set shall suffice all emergency loads of entire FGD plant.
119 CHHABRA II 1 3.2.3 15 of 957 g) Two Nos. (1W+1S) emergency DG sets for two FGDs. Bid specification prevails.
Hence Bidder proposes to use single DG to cater all Emergency
loads. Please concur.
Bidder understands that the rating of the UPS system shall be 2x100%
UPS with 1X100% Battery, which shall be decided based on the
120 CHHABRA II 1 3.2.4 17 of 957 Industrial grade 2 x 100 % Parallel redundant UPS with heavy duty battery Bid specification prevails.
actual load requirements and sizing calculations as per the NIT
requirements . Kindly confirm
All necessary cables between Local Fire Alarm system to existing plant Main Kindly furnish the required drawings/ location of the existing main plant
121 CHHABRA II 1 3.2.4 18 of 957 Bidder to visit the site & get the required information.
Fire alarm system in Central control room. fire alarm for further estimation.

Safety Switches Bidder proposes that the Pull cord switches shall be provided at 30 M
264 of
122 CHHABRA II 2 5.14.0 Pull cord switches : First at 4 m and subsequent at 25 m interval on both the Interval instead of 25 M interval on both the sides.This is as per the Bid specification prevails.
957
sides. standard industrial practice. Kindly confirm.

274 of The system shall be 2 x 100 %. Gravimetric feeders shall be provided with Bidder proposes that the same shall be considered as per the system
123 CHHABRA II 2 3.0.0 Bid specification prevails.
957 Variable Frequency motor Drive (VFD) for feed control variation. requirements only.Kindly confirm.

Inter-connecting pipes/cables between various facilities of FGD plant shall be Bidder proposes to utilise existing structure/cable tray (if space
284 of Noted and subject to approval of RRVUNL during
124 CHHABRA II 2 4.16.0 routed on the steel trestles to be provided by the Contractor. The clear head available) for laying cable between Main Plant Switchgear Building &
957 detail engineering.
room for the same shall be minimum 8M. FGD Area. Kindly confirm.

Bidder proposes to accept 3 x 50% configuration also for the LT


361 of 2X100% Transformers shall be provided for each Power Cum Motor Control
125 CHHABRA II 3 3.7.2 transformer as per the load (i.e. when the LT load is more than Bid Specification prevails
957 centres (PMCC).
2.15MVA). Kindly confirm.
361 of Required number of Motor control centres (MCC) shall be provided. MCCs
CHHABRA II 3 3.7.4 Bidder understndands that generally all the LT Loads shall be fed from
957 shall receive power from PMCC.
the respective PMCC. Based on load centres & layout requirement,
126 Bidder understanding is correct.
c) 415V Power Control Centers, Motor Control Centers , Distribution Boards, where ever required, separate MCC may also be provided & in that
CHHABRA II 1 3.2.3 15 of 957
Local starters and Local Push Button Stations. case, the MCC shall receive power from PMCC.

Minimum load of 400kW for DeNox system, 200kW for Water system and
362 of 50kW for
CHHABRA II 3 3.7.9
957 Mercury system removal shall be considered by the Bidder for each unit, for
transformer sizing.
Please note that same shall be supplied from either HT or LT For NOX system & Mercury & Water system, DC
127 x) Feeders for NOx system, Mercury & Water system from switchgear as per rating(cl. 3.7.9). Please indicate seperately if any /UPS/Emergency supply also needs to be seperately
a. HT Switchgear, if applicable DC /UPS/Emergency supply needs to be seperately consider. considered as specified.
360 of b. 415V Common FGD MCC
CHHABRA II 3 1.0.0
957 c. DCDB
d. UPS DB
e. Emergency MCC
363 of Bidder propose to have actuators with Non-integral starters for the
128 CHHABRA II 3 3.12.11 Electrical motor operated actuators shall have integral starters. Please follow tender specification
957 FGD area. Kindly confirm.
For installation of two rows Bidder proposes that For installation of two rows
364 of of HT switchgear or one row of HT and one row of LT switchboard facing of HT switchgear or one row of HT and one row of LT switchboard
129 CHHABRA II 3 3.13.4 Please follow tender specification
957 each other minimum clearance of 3000mm shall be maintained in between facing each other minimum clearance of 2500mm instead of 3000 mm
front boards. shall be maintained in between front boards. Kindly confirm

Bidder proposes that the starting current for the LT Motors shall be as
378 of For LT motors, the applicable starting current shall be limited to 7.2 times of
130 CHHABRA II 3 3.12.0 per efficiency class of IS 12615:2018, exclusive of tolerance. Kindly Bid Specification prevails
957 full load current including all tolerance.
confirm.

For the VFD operated drives, insulation shall be designed to take care of
stresses due to high dV/dt. Motors shall be wound with dual coated winding
379 of Insulated bearing shall be considered for motors with higher frame size
CHHABRA II 3 3.17.0 wires and impregnated with VPI process. Further for such application,
957 only (As per the manufacturer standard).
insulated bearings shall be provided to avoid circulating current caused by
131 However, for other VFD fed motors with lower frame sizes, insulated Please follow tender specification
shaft induced voltages.
bearings are not required as per standard industrial practice. Kindly
For all VFD operated motors and other motors rated above 1000KW having
381 of confirm.
CHHABRA II 3 3.18.0 shaft length more than 1.5M shall have insulated bearings to prevent flow of
957
shaft currents.

Page : 12 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

There is a contradiction with the clause in the Electrical actuators


Motor shall be class F insulated with temperature rise limited to class B.
384 of section.Normally Motor shall be class F insulated with temperature rise
132 CHHABRA II 3 3.0.0 Motor shall be of class H insulation with temperature limited to class B.. Confirmed.
957 limited to class B , which has been followed as a standard industrial
practice. Kindly confirm the same.

Motor Control Centre (MCC) shall have two incomers, two bus sections and a Bidder understndands that generally all the LT Loads shall be fed from
421 of bus coupler. MCC shall be fed from PMCC. Each incomer / bus section shall the respective PMCC. Based on load centres & layout requirement,
133 CHHABRA II 3 3.2.0 Bid Specification prevails
957 be rated to feed 100% load of MCC. where ever required, separate MCC may also be provided & in that
case, the MCC shall receive power from PMCC.

424 of Working height shall be limited between 200mm and 1800mm. However, for Bidder proposes that the same shall be as per the standard
134 CHHABRA II 3 4.1.6 Please follow tender specification
957 MCC modules minimum height shall be limited to 400mm.. manufacturer practice. Kindly confirm
At least 20% of feeder modules covering the range of motors/ outgoing As per general industrial practice, bidder proposes that 10% spare
426 of feeders used subject to minimum of one module in each bus section shall be feeders shall be considered based on the total no of feeders instead of
135 CHHABRA II 3 4.1.15 Please follow tender specification
957 provided as spare. 20% the spare feeders for each type and rating as indicated in the
Spare modules shall be completely wired up. clause. Kindly confirm.
Lighting shall be provided in all the areas of FGDFGD. Lux level proposed are
Bidder proposes that the illumination level for the FGD system shall be
given below:
as follows :
S.No. Area Lux level
1. Switch gear /MCC rooms, :- 200
1. Switch gear /MCC rooms, Battery room,EDG room 200
2. Control room :- 350
473 of 2. Control room 500
136 CHHABRA II 3 3.2.0 3. Office area 300 Please follow tender specification
957 3. Office area 300
4. Crusher house, Transfer tower and other indoor areas of FGD :-100
4. Crusher house, Transfer tower and other
5. Battery Rooms & FGD area 100
indoor areas of Limestone handling plant
The above shall be as per the standard industrial practice such as in
150
NTPC plants etc. Kindly confirm the same accordingly.
5. FGD area 150

Bidder proposes that the Maintenance factor shall be 0.6 shall be


474 of
137 CHHABRA II 3 3.3.0 Industrial areas with very dusty interiors : 0.50 considered for the very dusty interiors also instead of 0.5 as per the Please follow tender specification
957
clause.Kindly confirm.

Bidder proposes that each lighting circuit and single phase receptacle
Load on each lighting circuit and single phase receptacle circuit shall be
474 of circuit shall be limited to about 2000 W instead of 1500 W and the
138 CHHABRA II 3 4.3.0 limited to about 1500 W and the number of luminaries connected to lighting Please follow tender specification
957 number of luminaries connected to lighting circuit shall be limited to
circuit shall be limited to about fifteen (15).
twenty (20) instead of about fifteen (15) as per the clause.

Bidder proposes to provide conventional type light fixtures for the DC


475 of
139 CHHABRA II 3 5.1.6 For DC lighting LED lights shall be used. systems instead of the LED Light fixtures as the same may not in the Please follow tender specification
957
standard manufacturer's product range. Kindly confirm.
For power cables, copper conductor shall be used for current rating of up to
For Power cables, bidder proposes that the minimum size of
485 of 10A. For higher current rating, conductor can be aluminium/copper. Minimum
140 CHHABRA II 3 3.9.0 aluminium conductor shall be 6 Sqmm instead of 16 Sq mm. Kindly Confirmed.
957 size of copper conductor shall be 2.5 sq.mm and aluminium conductor shall
confirm.
be 16 sq.mm.
Bidder proposes the following that Power cables shall be sized to
Power cables shall be sized to withstand the fault current of the circuit for the
withstand the fault current of the circuit for the fault clearing time
fault
485 of indicated below:
141 CHHABRA II 3 3.13.0 clearing time indicated below: Please follow tender specification
957 HT motor feeders and transformer feeders: 0.12 second.
HT motor feeders and transformer feeders: 0.16 second.
LT ACB operated motor feeders & outgoing feeders: 0.12 second.
LT ACB operated motor feeders & outgoing feeders: 0.16 second.
The same is as per the breaker tripping time. Kindly confirm
b) Modification of spare feeders at existing 11 kV Unit Switchgear located in Request employer to share the drawings- GA and SLD of existing
Details of existing system will be provided to the
142 CHHABRA II 1 3.2.3 15 of 957 the Switchgear, GA of existing switchgear building. Same is required for
successful Bidder during detail engineering
main plant building. estimating the cost of augmentation and modification of these feeders.

Illumination system (Indoor & outdoor) complete with lighting distribution Please note that lighting mast for general lighting shall be provided if
Noted and the same is subject to RRVUNL's approval
143 CHHABRA II 1 3.2.3 o) 15 of 957 boards, lighting panels, lighting fixtures, lighting poles, winch operated found necessary. Otherwise Outdoor / Area lighting will be covered
during detail engineering.
lighting mast, receptacles, fans, conduits, wires, switch boxes etc with building / structure periphery/Street lighting pole. Please confirm.

Please note that lighting mast for general lighting shall be provided if
478 of Noted and the same is subject to RRVUNL's approval
144 CHHABRA II 3 5.10.0 Lighting mast found necessary. Otherwise Outdoor / Area lighting will be covered
957 during detail engineering.
with building / structure periphery/Street lighting pole. Please confirm.
Bidder understands that lightning protection system shall be provided
for the buildings / structures / equipments requiring protection as per Noted and the same is subject to RRVUNL's approval
145 CHHABRA II 1 3.2.3 16 of 957 r) Lightning protection system for all the buildings, structures and equipments.
lightning protection calculation, which shall be submitted during detail during detail engineering.
engineering. Please confirm.
Bidder shall consider mandatory spares for only those electrical
146 CHHABRA II 1 3.2.3 16 of 957 x) Mandatory spares. packages as listed in ANNEX - 1.5, list of mandatory spares. Please Confirmed.
confirm.

Page : 13 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

Earthing : 2 nos. earth rod riser will be provided near FGD switchgear building
CHHABRA II 1 4.3 25 of 957 Bidder understands that FGD area earthing system shall be connected
for interconnection of FGD area earth mat with plant main earth grid.
147 to the main plant earth mat at two locations near existing chimney. Confirmed.
360 of Earthing : FGD area earth mat shall be interconnected with existing Please confirm.
CHHABRA II 3 2.0.0
957 plant main earth mat near Chimney.
The Bidder/ Sub-Vendor should have manufactured & supplied at-least two Bidder propose that FGD HT transformer rating shall be in the range of
148 CHHABRA II 1 6.3.5.1 35 of 957 numbers (one each at two different installations) of 16 MVA, 11 KV or higher 4-6 MVA. Hence Bidder request to reduce the proveness criteria to 7- Please follow tender specification
rating oil filled transformers which should have been in successful operation 8MVA or higher rating instead of 16MVA. Please concur.
Construction power shall be provide by the Owner to the Contractor at free of
Bidder requests owner to mark the co-ordinates or location for Details will be provided to the successful Bidder
149 CHHABRA II 1 8.1 37 of 957 cost at one point. Bidder shall mention the construction power requirement at
Construction power supply in GLP of respective projects. during detail engineering
various phases of construction, in the bid document.
Bidder request to share details of existing communication system
359 of l) Extension of communication system in FGD area including communication followed in main plant along with model numbers,existing drawing and Details of existing system will be provided to the
150 CHHABRA II 3 1.0.0
957 cables. vendor make to estimate the extension for FGD communication successful Bidder during detail engineering
system and its cables.
It shall be Bidder's responsibility to make site visit and
Please note that there shall be cables coming from 11kV Unit
identify suitable cable route and raceway for the
359 of m) HT, LT Power cables, control cables and signal cables between Main plant Switchgear to FGD area (incomer cable). Bidder request Employer to
151 CHHABRA II 3 1.0.0 cables orginating from power plant. Details of existing
957 switchgear/control panel and FGD Switchgear / Control panel. suggest cable route and raceway for the same, also provide existing
system will be provided to the successful Bidder
relavant drawings for cable route.
during detail engineering
Bidder understands that FGD area earthing system shall be connected
360 of Earthing : FGD area earth mat shall be interconnected with existing
152 CHHABRA II 3 2.0.0 to the main plant earth mat at two locations near existing chimney. Confirmed.
957 plant main earth mat near Chimney.
Please confirm.
Power supply voltage proposed are as follows:
362 of
CHHABRA II 3 3.9.0 Motors rated above 160 kW : 11 kV supply, 50Hz
957 As these two clauses are contradictory, therefore we understand that
Motors rated upto160 kW : 415V, 50Hz Motors rated upto160kW shall be rated for LT supply
153 motors rated above 200kW shall have voltage rating of 11kV. Please
Power supply voltage: and >160 kW shall be rated for HT supply.
388 of confirm.
CHHABRA II 3 2.2.0 • Motors rated > 200 kW : 11 kV, 50Hz, 3 Phase
957
• Motors rated > 0.2 kW and up to 200 kW : 415 Volts, 50Hz, 3 Phase

Bidder understands that this clause is not applicable for FGD The electrical & control building shall have separate
Separate switchgear room shall be provided to accommodate HT
364 of Package. Single electrical & control building consider for all units. As switcgear room as specified. Further for auxiliary
154 CHHABRA II 3 3.13.1 Switchgear/415V PMCC/MCCs. Cable vault shall be provided for the
957 per tender submitted plot plan the same is identified. Location and plant buildings, if local swotchgear is envisaged, it
Switchgear rooms & Control rooms.
building size shall be confirm during detail enggineering. shall be located in a separate room.

Generally all electrical room shall be provided with 2 doors in addition to the
364 of NOTED. However, Bidder further clarify that air conditioned room shall
155 CHHABRA II 3 3.13.11 shutters provided for handling transformer, switchgear, panels etc. Air- Bid Specification prevails
957 be provided in FGD control room and control equipment room only.
conditioned rooms shall be provided with double door.

Noted. However, Bidder may propose additional subvendor for few


368 of TABLE-A
156 CHHABRA II 3 electrical pacakges. Necessary approval from owner shall be taken The same is subject to RRVUNL's approval
957 VENDOR LIST
prior to considering the same.

The motor name plate rating shall have more than 10% margin over the input Bidder proposes that motor name plate rating shall have more than
377 of
157 CHHABRA II 3 3.6.0 power requirement of the HT driven equipment and 15% for LT driven 10% margin over the input power requirement of the driven Please follow tender specification
957
equipment at rated duty point. requirement for both HT and LT system. Please concur.

Please note that cables that shall be applicable to FGD areas shall be
laid in overhead trestle, Hence is safe wrt mechanical protection.
485 of Bidder propose to use unarmoured cables in entire FGD area.
158 CHHABRA II 3 3.4.0 Cables can be armoured type only. Please follow tender specification
957 However, If required, Armoured cables can be provided for Directly
buried cables/ cables laid in trenches or if cables are laid in handling
areas- Gypsum handling and limestone handling.

500 of Bidder shall provide earth mat of spacing 5 m x 5m below switchgear/MCC Bidder proposes to provide the earth mat spacing of 10m x 10m below
159 CHHABRA II 3 3.1.1 Please follow tender specification
957 room/Switchyard and transformers switchgear / MCC room / Switchyard and transformers. Please concur.

Various platforms shall be illuminated by dust tight HPSV well glass lighting
Bidder proposes to use LED type fixtures for illuminating all areas of
784 of fixtures. Average illuminations level of 150 lux shall be maintained on
160 CHHABRA II 5 3.14.10 under FGD scope including platform lighting in chimney. Please Confirmed.
957 equipment and 70 lux on platforms & 100 lux on staircases (minimum 1
concur.
lighting fixture at each landing).

Page : 14 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

Single Line
Diagram For Please note that (2) two number of DG sets, shall not be required,
846 of
CHHABRA Proposed single DG set shall suffice all emergency loads of entire FGD plant. For redundancy, Two numbers DG sets shall be
161 952
FGD Hence Bidder proposes to use single DG per stage to cater all provided. Please follow tender specification
System Emergency loads. Please concur.

CHHABRA II 1 3.2.3 15 of 957 g) Two Nos. (1W+1S) emergency DG sets for two FGDs.

Single Line
Depending on layout Gypsum MCC or Limestone MCC can also be
Diagram For 846 of Noted and the same is subject to RRVUNL's approval
162 CHHABRA II 6 feed directly from 11/0.433kV tranformer which shall be fed from FGD
Proposed 952 during detail engineering.
area 11KV switchgear. Please confirm.
FGD System

i) Industrial grade 2 x 100 % Parallel redundant UPS with heavy duty battery
Bidder proposes to use 2x100% parallel redundant UPS with single
and Floor mounted 2 x 100 % redundant ACDB shall be provided for powering
163 CHHABRA II 1 3.2.4 17 of 957 UPSDB, which shall suffice the UPS power requirement of FGD Please follow tender specification
PLC, Operator / Engineering work station, Analysers, SOVs and Field
System. Please concur.
instruments etc
To supply LT motors (rated up to 200 kW) and other loads, required numbers Bidder proposes to consider the 3x50% configuration of 11kv/433V
361 of Noted and the same is subject to RRVUNL's approval
164 CHHABRA II 3 3.7.2 of LV Service transformers shall be provided. 2X100% Transformers shall be transformer if the load requirement is more than 2.15MVA. Otherwise
957 during detail engineering.
provided for each Power Cum Motor Control centres (PMCC) transformer configuration will be 2x100%. Please concur.
385 of Each actuator shall have a space heater in the limit switch compartment We understands that electrical actuators shall have space heater if
165 CHHABRA II 3 3.0.0 Please follow tender specification
957 suitable for 240 V AC 50 Hz single phase supply. actuator rating is greater than equal to 30kW. Please confirm.
390 of When required, Synchronizing of supplies at HT Switchgears shall be carried As switchgear shall be controlled from PLC, therefore separate mosaic
166 CHHABRA II 3 2.9.5 Please follow tender specification
957 out from Mosaic control panel. control panel for switchgears are not required. Please concur.

Single Line Since there shall not be much MV loads and also there shall be a
Diagram For 846 of common electrical building for both units. Hence location point of view, Noted and the same is subject to RRVUNL's approval
167 CHHABRA II 6
Proposed 957 bidder propose to consider single 11 KV switchgear, common for both during detail engineering.
FGD System FGD units. Please concur.

Single Line
Diagram For 846 of Bidder proposes to consider single 415V LV scrubber/absorber Noted and the same is subject to RRVUNL's approval
168 CHHABRA II 6
Proposed 957 switchgear, common for both FGD units. Please concur. during detail engineering.
FGD System

Single Line
Diagram For 846 of Bidder understands that combined Gypsum and Limestone PMCC is
169 CHHABRA II 6 Please follow tender specification
Proposed 957 also acceptable if layout permits. Please concur.
FGD System

Page : 15 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
a) The primary operations including control & monitoring of the FGD systems
Bidder understands that for each project, FGD PLC with minimum 3
shall be carried out from the programmable logic control system (PLC) which
sets (6 nos.) of controllers shall be provided for control, monitoring and
shall include hot redundant standby processors, redundant power supply
CHHABRA II 1 3.2.4 16 operation of the FGD system including common systems like
170 modules, redundant communication bus and non-redundant I/O modules. Bidder understanding is correct.
Limestone Grinding system, Limestone Handling system, Gypsum
Minimum three sets (6 nos.) of redundant processors shall be considered for
Dewatering system etc.
the FGD PLC system.
Kindly confirm / clarify.
CHHABRA II 2 2.2 4.13.0 258 PLC shall be provided for limestone handling system.
Noted for micro-processor based proprietary control
Bidder understands that controls & operation of AC units may be
Controllers shall be provided for control room, control and monitoring of AC system as per OEM's standard practice for the ac
171 CHHABRA II 2 2.7 4.1.0 337 implemented in FGD PLC or micro-processor based proprietary control
units and shall have the following facilities:… units, however there shall be a connectivity to the
system as per OEM's standard practice. Kindly confirm / clarify.
FGD PLC also.

d) The PLC system shall be interfaced with respective plant DDCMIS through
redundant bidirectional OPC / MODBUS TCP-IP / RS 485 link for monitoring
and also shall be time synchronised with respective Plant Master Clock
CHHABRA II 2 3.2.4 17 system through redundant link via NTP / IRIGB protocol. Supply & laying of (a) With respect to FGD PLC connectivity with Plant DCS, Bidder (a) Bid Specification Prevails
all communication cables shall be considered in bidder’s scope of supply. In understands that critical interface related signals shall be hardwired
addition to that all necessary hardwiring of I/Os shall also be considered with between FGD PLC and Plant DDCMIS, and other signals required for
respective plant DDCMIS for control, interlock and protection signals. .. supervisory monitoring of FGD system from Plant DDCMIS shall be
exchanged through Modbus TCP-IP/RS 485. Kindly confirm / clarify.

(b) Bidder understands spare I/O channels, marshalling terminals, (b) Bidder shall consider all necessary modification in
...The control system for FGD PLC shall have provision to interface with communication ports etc. available in the existing DCS can be used existing DDCMIS due to the inclusion of FGD.
DDCMIS in the respective unit central control room and shall be as follows: for this purpose, to the extent possible.
172 i. ... Necessary ports / converters shall be provided at both ends. Kindly confirm / clarify.
ii. Communication media shall be optical fiber cable with MODBUS TCP-IP /
RS 485 between DDCMIS and PLC as per requirements. Optical cable, PLC (c) Bidder understands that necessary hardware / software (c) Bidder shall consider all necessary
end Modem/Converter and DDCMIS end Modem/Converter shall be supplied modifications in Owner's DDCMIS & master clock for interface with hardware/software and all required modification in
by bidder. Optical cables shall be routed through GI conduit pipes. FGD PLC , shall be in Owner's scope. existing DDCMIS due to the inclusion of FGD.
CHHABRA II 4 3.36.0 559 Kindly confirm / clarify.
..
iii. In addition hardwired signal interfacing shall also be provided for any signal
required for interlock, control & protection. Similarly cable for hardwired signal (d) Owner to please inform tentative cable routing distance to be (d) Bidder is requested to considered as per plot plan.
transfer between DDCMIS and PLC based FGD system shall be supplied, considered for Bidder's signal interface with Owner's systems in All necessary cable engineering shall be under the
laid terminated by the bidder including preparation of cable schedule. CCR/CER. scope of bidder. Also, Bidder to visit site.
Quantum of hardwired signals for linking PLC based system and DDCMIS
shall be decided during detailed engineering.

g) CCTV system shall be provided with Operating station at FGD control room Bidder shall consider all necessary
for CCTV monitoring. FGD CCTV system shall be interfaced with the Bidder understands that necessary hardware / software modification, hardware/software and all required modification in
CHHABRA II 1 3.2.4 17
respective existing plant CCTV system located in the respective unit CCR if as required at Owner's equipment/panel end for the same, shall be in existing DDCMIS due to the inclusion of FGD.
necessary without any commercial implications. Owner's scope.
173
Kindly confirm / clarify.
i) Fire detection Alarm system: Interfacing with the Main Fire alarm Panel
CHHABRA II 1 4.1 24 Request Owner to kindly provide the tentative Cable route length to be Bidder is requested to consider as per plot plan. All
located Control room. Termination is in Contractor’s scope.
considered for all interfaces with Owner's System. necessary cable engineering shall be under the scope
CCTV : Terminal point at Plant CCTV(in existing CCR) of bidder. Also, Bidder to visit site.
CHHABRA II 1 4.4 26
Fire system : Terminal point at Plant Main Fire Panel (in existing CCR)

Temperature elements RTD & TC shall be connected directly to PLC without


CHHABRA II 4 3.16.0 557
transmitters.
Bidder understands that as per Vol-2 Sec 4 DTS C&I Cl.No. 3.16.0,
RTD and thermocouple shall be wired directly connected to their
j) All field instruments and sensors for remote measurement viz. Flow meters, respective input modules.
Smart Transmitters, RTD, Process Switches, Temperature Transmitters and 1. No separate temperature transmitters are envisaged for the same. Bid Specification prevails. Thermocouples and RTD's
174 CHHABRA II 1 3.2.4 17
analysers with all accessories shall be supplied as per attached PIDs and shall be directly connected to input cards of PLC's
2. No handheld/portable mV source generators are not envisaged for
detailed specification for the completeness of the system. the same
k. Transmitters & other HART based instruments shall be supplied along with Kindly confirm.
3 Nos. of universal type hand held/portable pressure calibrators. Temperature
CHHABRA II 4 10.3.1 629
transmitters shall be supplied along with 3 Nos. of hand held/portable mV
source generators.
Bidder understands that control desk & furniture as required shall be
175 CHHABRA II 1 3.2.4 18 o) Control Desk / Furniture in local control rooms and central control room. for Bidder's supplied workstations. Bid Specification prevails.
Kindly confirm.
x) Bidder shall refer to FGD PLC SYSTEM Configurations and other
Annexures for further details in the Volume II, Section - 4 Detailed Technical
Bidder understands that the PLC system can be supplied with any
176 CHHABRA II 1 3.2.4 19 Specification for C & I. If any preferred make of PLC is suggested by the Bid Specification prevails.
approved make of RRVUNL. Please confirm.
Owner to maintain uniform inventory in the plant then the Bidder shall provide
the same without any price implication.

Page : 16 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
All PLC, I/O cards, remote I/O cards shall be with required protection class Bidder understands that FGD PLC is envisaged to be placed in Air-
CHHABRA II 4 3.39.0 560
and should withstand temperature up to 60 deg.C temperatures. conditioned area. I/O cards & remote I/O cards shall be designed
Control rooms shall be air-conditioned and control room shall be provided with accordingly. In case of Air conditioning system failure, the control
177 CHHABRA II 4 3.24.0 558 Bid Specification prevails.
fire detection system and portable fire extinguishers. system may continue to operate for some time as per respective
ii. Air-Conditioned Control System OEM's recommendation.
CHHABRA II 4 4.2.0 563
2. Design Temp. Maximum 50 °C Kindly accept.
3. Separate interposing relay panels, dedicated marshalling / termination Bidder understands that system cabinet shall be provided separately.
178 CHHABRA II 4 6.3.0 581 cabinets for termination and separate system cabinets for each control However, relays / marshalling / termination may be provieded in the Bid Specification prevails.
system same cabinet.
25. Interposing relays with suitable contact rating shall be provided between
PLC and MCC/Swgr in Interposing relay panels for giving command signals
CHHABRA II 4 6.3.0 585
ON/OFF or OPEN/CLOSE. Interposing relays shall have minimum 2 NO and
2 NC contacts.
Interface of the system with M.C.C / Switchgears, and contactors (AC&DC)
shall be in the form of potential free contacts via interposing relay modules Bidder understands that the Interposing relays for interface between
CHHABRA II 4 6.20.7 596 mounted in the respective switchgear or MCC unit. All other interfacing relays PLC & MCC/Swgr/MOVs, shall be at MCC/Swgr/MOV end.
179 Bid Specification prevails.
shall be mounted in a separate cabinet or a separate section of the PLC Interposing relays other than above, shall be at PLC end.
cabinet. Kindly confirm.
Interposing relay panels for the system shall be supplied for mounting
interposing relays & terminating all cables originating from the DO cards and
CHHABRA II 4 13.4.4 699
for distributing the signals to different MCC/SWGR panels and cubicles. IPR
panels shall be placed in LCR.
CHHABRA II 4 Annexure-8 Drive Control Philosophy
Bidder understands that Sequence of event recording is applicable for
180 CHHABRA II 4 6.16.0 590 5. The digital inputs for SOE shall be monitored at 1 milli- second resolution Main Plant equipment and not for FGD System. Bid Specification prevails.
Kindly confirm.
d) Laptop shall be provided with all master software loaded and engineering
of PLC & any other control system. Similarly additional laptops shall be
Bidder understands that One (1 no.) laptop with all engineering
181 CHHABRA II 4 7.7.0 604 provided with all master software loaded and engineering of PLC system. One Bid Specification prevails.
software, shall be provided for each project
no. Lap top with necessary master software loaded for the control System
shall be supplied individually.
(a) Bidder understands that One (1) no. LVS shall be provided for each
g. 1 no Operating station at FGD control room for CCTV monitoring. LVS project in FGD Control room. Kindly confirm.
182 CHHABRA II 4 8.2.0 609 80" LVS shall be provided in the FGD control room.
shall be provided for viewing the CCTV in FGD control room. (b) Owner to kindly inform size of the LVS to be supplied for FGD
control room.
Vibration monitoring system shall provide the vibration measurement in the
Bidder understands that 4-20mA from VMS shall be hardwired to FGD
form of 4- 20 mA and PF contacts (Alarm and trip) to be directly connected by
183 CHHABRA II 4 9.2.8 621 PLC. Alarm & trips shall be generated accordingly in FGD PLC. Kindly Bid Specification prevails.
hardwired cable to plant PLC for monitoring.
confirm / clarify.

Bidder understands that clock signal from Plant master clock system
Vibration analysis system for FGD plant shall include … following:
shall be available for FGD PLC only. Accordingly time synchronisation
184 CHHABRA II 4 9.3.1 622 … Bid Specification prevails.
of FGD Vibration analysis system is not applicable. Kindly confirm /
f) Time synchronization with Plant master clock system.
clarify.
18) At each inlet and outlet lines of gas to gas heat exchanger, the following
We understand that since Gas to gas heat exchanger is not applicable
instruments shall be provided as a minimum:
for FGD system, instruments mentioned in Vol-2 Sec 4 DTS C&I,
185 CHHABRA II 4 10.2.1 626 (a) Pressure indicator – 1 no and pressure transmitter – 2 nos Bid Specification prevails.
clause 10.2.1 are not applicable.
(b) Differential pressure transmitter across inlet and outlet lines
Please confirm.
(c) Temperature transmitters – 2 nos
Bidder proposes 1 No of SOx analyzers to be provided at Absorber
inlet.
18) Redundant SOx analyzers shall be provided at inlet (untreated flue gas)
186 CHHABRA II 4 10.2.1 626 Absorber outlet SOx shall be measured from CEMS Sox analyzer. Bid Specification prevails.
and outlet (treated flue gas) of absorber.
Owner to please confirm Bidder's understanding.
Bidder understands that as per CPCB norms, CEMS is envisaged at
21) CEMS - CO, Sox, NOx, Opacity & Mercury analyzers at the inlet and
Stack, instead of FGD inlet / outlet duct.
outlet duct of the FGD system. Humidity analyzer shall also be included in the
187 CHHABRA II 4 10.2.1 627 CEMS shall be provided with CO, Sox, Nox, Opacity, Mercury, Bid Specification prevails.
outlet of FGD system. Ultrasonic flow meter shall be provided for flow
humidity (in case of insitu) and flow measurement.
measurement.
Kindly confirm / clarify.

Drawings Bidder understands that as per CPCB norms, CEMS is envisaged at


FCE- Stack, instead of FGD inlet / outlet duct.
188 CHHABRA II 1117155-ME- 841 CEMS shall be provided with CO, Sox, Nox, Opacity, Mercury, Bid Specification prevails.
DWG-PFD- humidity (in case of insitu) and flow measurement.
3440-004 Kindly confirm / clarify.

Page : 17 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
20) Online Moisture analysis instruments to be provided for dewatered Bidder understands that moisture content in Gypsum shall be
189 CHHABRA II 4 10.2.1 627 gypsum. analysed in lab, and no online moisture analysis is envisaged for the Bid Specification prevails.
same.
c. All supplied field instruments are HART compatible, Therefore HART Bidder understands that One (1) no.HART calibrators shall be
190 CHHABRA II 4 10.3.1 628 Bidder understanding is correct.
calibrator is required for calibration. provided for each project..
a. Bidder understands that Extractive, Dilution or In-situ type analysers
SO2,NO2,CO2, CO Analyzer: are acceptable for Flue Gas monitoring, subject to suitability to the
CHHABRA II 4 10.3.25 652 Principle UV Fluorescence process conditions.
Measurement SO2,NO2,CO2,CO Kindly confirm / clarify.

b.Bidder proposes SOX/CO/Nox/Dust monitoring analysers type &


On- line Mercury Analyser principle of technology in line Central Pollution Control Board (CPCB
Measurement Elemental, Ionic & Total mercury guide line Aug, 2018 rev01)
191 Bid Specification prevails.
CHHABRA II 4 10.3.28 654 Measurement principle Atomic absorption spectrometry Owner to kindly accept.
Measuring range 0–100 μg/Nm³
Measuring principle Cold Vapor Atomic Fluorescence c) Bidder understands that CEMS signals shall be hardwired to FGD
PLC.
Owner to kindly confirm/clarify.
Opacity Analyzer
CHHABRA II 4 10.3.29 655 a) Type : In-Situ dry type visible light (through LED) d) Bidder understands CPCB connectivity of CEMS is not included in
b) Principle of Measurement : Transmission and absorption Bidder's scope.

Bidder proposes Analyser Room or Shelter/shed for installing Analyser


w) Bidder shall provide buildings for…FGD MCC/control room & Analyser
192 CHHABRA II 1 3.2.1 13 Panels & auxiliaries, complying to Analyzer Vendor's recommendation. Bid Specification prevails.
room,…
Kindly accept.

Document submittals will be in Purchaser's format, to the extent


possible. For documents which cannot be submitted in Purchaser's
t) Formats for all engineering documents shall be strictly as per Purchaser’s
193 CHHABRA II 1 3.2.4 18 format (due to Package suppliers software limitation etc.), Bidder will Bid Specification prevails.
requirement only. Bidder’s standard formats shall not be acceptable.…
ensure that all details required as per Owner's format, are suitably
incorporated. Kindly accept.

w) Bidder shall refer to Drive control philosophy indicated in Section-4, Bidder confirms compliance to Drive control philosophy indicated in
Annexure-8. I/Os based on drive control philosophy provided with the Section-4, Annexure-8.
specification are minimum and for bidding purpose only, however the exact Any revision in the interface I/Os during detail engineering can be
194 CHHABRA II 1 3.2.4 18 Bid Specification prevails.
IOs based on the drive control philosophy shall be approved during detail incorporated by Bidder, subject to no change in the total number of
engineering and bidder to strictly follow the same without any commercial interface signals for each drive.
implications. Kindly accept.

The transmitters and other instruments shall be grouped together and


mounted:
CHHABRA II 4 3.1.22 556 ...
Bidder understands that maximum six instruments will be grouped in
No more than six instruments shall be grouped in single Rack / Enclosure.
single Enclosure / Rack with purging.
195 For Instrument Racks without purging, maximum eight instruments Bid Specification prevails.
GA for Local Instrument Rack: may be grouped in a single Rack.
Drawing indicates eight number of instruments for GA of 'LIR without Kindly confirm.
Annexure-6-
CHHABRA II 4 740 purging'
Chhabra

All equipment/systems for air conditioned areas shall also be designed and Time period for which equipment/system can be continued in safe
constructed to operate indefinitely without loss of function, departure from operation, in case of air conditioning failure, shall be as per respective
196 CHHABRA II 4 4.2.0 563 Bid Specification prevails.
specifications or damage during periods of air conditioning failure in summers system OEM's recommendation, during detail engineering. Kindly
such temperature may rise up to 55 deg. C even. accept.

Time period for which equipment/system can be continued in safe


5. All like instrumentation, control hardware, control and protective system
operation, in case of air conditioning failure, shall be as per respective
197 CHHABRA II 4 6.3.0 583 should be furnished by the same manufacturer in order to achieve the goal of Bid Specification prevails.
system OEM's recommendation, during detail engineering. Kindly
consistent control philosophy and to minimize the diversity of I&C equipment.
accept.
(a) Kindly clarify if the mentioned 'Colour Graphic Video Display Unit'
for CCTV is to be provided in addition to the CCTV Operator Station 1 no Operating station 27” LED at FGD control room
(27') in FGD Control Room. for CCTV monitoring,1 nos Colour Graphic Video
CCTV:
198 CHHABRA II 4 8.3.2 610 Display Unit for the Video management server with
Colour Graphic Video Display Unit…
(b) If yes, please specify the Qty of Video Display Units to be provided requisite storage for 30 days and 1 no of 80 " LVS
and their proposed location. shall be considered under the scope of bidder.

Page : 18 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

1) Height shall be 100 metres or H=6.902


1) Please note that the height of chimney mentioned in tender is same
(Qx0.277)^0.555 whichever is more.
Separate wet chimney of 150m height for each unit / a single twin-flue wet for separate wet chimney for each unit and a single twin-flue wet
Where,
chimney of 150 m height common for both units, designed as per EPRI chimney common for both units. Kindly recheck.
1 SURATGARH II 1 3.2.1 10 of 223 Q = Emission rate of SO2 in kg/hr
guideline with RCC shell, steel flue with internal corrosion resistant C-276
H = Physical stack height in meter
alloy / Alloy 59 over 8 mm thick(minimum) mild steel base metal of flue liner. 2)Bidder proposes mild steed base metal of flue liner with borosilicate
lining as an option. Please confirm acceptance.
2) Refer Amendment-1.

g) Common 2 Nos. (2x100%) Waste water pumps and its piping for Due to descripancy in both the mentioned clause of technical
2 SURATGARH II 1 3.2.1 10 of 223 spefication for RO based ZLD plant scope. Bidder understands that
discharging into the RO based Zero liquid discharge (ZLD) plant by Bidder. Waste water is to be discharged after neutralization to
waste water is to be discharged after neutralization to ZLD plant
existing ETP/CMB.
(supplied by others). Bidder's scope is upto discharge to ZLD plant
3 SURATGARH II 1 4.1 10 of 223 e) FGD Waste water: Shall be connected to ZLD plant only. Please confirm Bidder's understanding.

B Bubbling Type Absorber (if offered)


Bidder shall provide 3x50% or 2x100% gas cooling pumps instead of 2x100% gas cooling pumps instead of slurry
4 SURATGARH II 2 5.1.0 7 of 24
iii) However, 2x 100% Cooling Pumps instead of Slurry Recirculation shall be slurry recirculation pumps. recirculation pumps shall be considered.
provided.

Bidder shall provide the condensate collection system such that the
condensate collected shall be routed to the absorber by gravity. Bidder
q) One number common stack drain condensate system for both the 660 MW
shall ensure safe discharge to the absorber. However, in case of the
units comprising of condensate tank to hold 12 hrs of stack condensate with
distance between absorber and wet stack is considerable far, bidder
suitable chemical storage and dosing system for neutralization, and 2x100%
5 SURATGARH II 1 3.2.1 11 of 223 shall provide the condensate collection system such that condensate Refer Amendment-1.
transfer pumps for transferring the neutralized condensate to the existing
shall be collected in a storage tank and pumped to absorber.
ETP/CMB.Provision shall be given for pumping the condensate to the
absorber with suitable pumps (2x100%), piping.
No additional connection to ETP/CMB is envisaged by bidder and the
same is not provided. Please confirm.

We do not envisage requirement of elevator for the absorber as the


6 SURATGARH II 1 3.2.1 11 of 223 aa) Elevator for each absorber offered absorber, unlike spray tower, shall be less than 20m in height. Bid specification prevails
Same is accepted by major power utilities like NTPC. Please confirm.

Any approval / Clearance required for SO2 abatement, waste water


gg) MoEF clearance for SO2 abatement. from FGD etc..from MOEF, CPCB / SPCB etc.. Shall be arranged by
7 SURATGARH II 1 3.2.1 12 of 223 Bid specification prevails
hh) CPCB /SPCB clearance for waste water from FGD. owner. Required supportive contractual documents for getting the
approval /clearance will be submitted by bidder.

Please furnish all terminal point locations with details.


4.0 TERMINAL POINTS Also, kindly furnish the details for following TPs. Terminal points for DM water, fire water shall be from
8 SURATGARH II 1 4.0 22 of 223
4.1 MECHANICAL WORKS DM water : flow, pressure, temperature the nearest header.
Fire water for hydrant system : Pressure, temperature.

Please note that there is no separate requirement of equipment


cooling water system (Plate heat exchanger, DMCW pumps, ACW
DMCW system shall be in bidder's scope.Make up for
pumps) in the tender.
k) DM Water: DM water (if required) for make-up of CCW system of FGD, DMCW to be tapped off from nearest header.
9 SURATGARH II 1 4.0 22 of 223
shall be sourced from existing DM water header Specification for DMCW system shall be furnished
Hence, Bidder understands that cold DMCW will be provided by
with Amendent No.1
Owner and hot DMCW will be returned back by Bidder.
Kindly furnish the terminal point details for hot and cold DMCW.

1) Bidder understands that utility parameters mentioned at the terminal


point are for one (1) 660 MW unit only. 1) Bidder understanding is correct.
10 SURATGARH II 1 4.1 23 of 223 The available utility parameters at the terminal points are listed below:
2) Further, kindly note that the utility requirement will be more than that 2) Bid specification prevails
mentioned in tender.
Primary water source for FGD system makeup
FGD make up water Kindly clarify 154 m3/hr water quantity will be provided of which shall be from CT blowdown tank.
11 SURATGARH II 1 4.1 23 of 223
154 m3/h (max) at 2.5 Kg/cm2 (g)/ quality. i.e. clarified water or CT blow down. Additional water required shall be tapped from
atmospheric. clarified water system.

Bidder has considered flue gas flow at FGD inlet in Nm3/s as below.
19.2 DESIGN AND GUARANTEE CONDITIONS
Design Case- 587.9 Nm3/s
12 SURATGARH II 1 19.2 80 of 223 Flue gas flow at FGD inlet Guarantee Case-566.4 Nm3/s Bid specification prevails
Design Case- 922m3/s
Guarantee Case-850 m3/s Bidder request Owner to please confirm the same or kindly furnish the
flow in Nm3/s, if it is found different.

Page : 19 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

1) Bidder understands that flue gas composition mentioned in


Annex.1.2 is of blended coal (30% Imported & 70% Indian Coal).
Kindly confirm.
ANNEX – 1.2
ANNEX – a) Analysis is for blended coal
13 SURATGARH II 1 82 of 223 FLUE GAS ANALYSIS 2) Please confirm whether flue gas composition at FGD system inlet
1.2 b) Analysis is common for both conditions
Flue Gas Composition at FGD system inlet: mentioned in Annex 1.2 is applicable for both FGD design case and
FGD guarantee case.
If not so, kindly furnish composition for FGD design condition and FGD
guarantee condition.
ANNEX – 1.2 Kindly furnish the values for HCl, HF in ppmv (wet).
ANNEX – HCL - 45ppm ( wet) and HF - 12ppm ( wet) may be
14 SURATGARH II 1 82 of 223 FLUE GAS ANALYSIS
1.2 considered.
Flue Gas Composition at FGD system inlet:
ANNEX – 1.2 Discrepancy is found in SO2 concentration in flue gas composition at
FLUE GAS ANALYSIS FGD inlet. Kindly clarify which value of SO2 concentration is to be a)SO2 concentration in mg/Nm3 indicatred shall be
ANNEX –
15 SURATGARH II 1 82 of 223 Flue Gas Composition at FGD system inlet: considered. complied with
1.2
d) SO2 (% v/v wet) : 0.062 b) SO2 concentrtion is common for both conditions.
f) Inlet SO2 (mg/Nm3-wet) : 1910
1 82 of 223 The Flue Gas Desulphurisation (FGD) System shall also be designed to
achieve SO2 emission of less than 100 mg/Nm3 (6% O2 dry) for the range of As mentioned in Cl.19.2 DESIGN AND GUARANTEE CONDITIONS,
loads at different operating conditions and for range of coals as specified in kindly note that FGD shall be designed for 100% BMCR and
this Section. guaranteed for 100% TMCR case with type of coal as blended coal
ANNEX – Bidder to follow Cl.19.2 DESIGN AND GUARANTEE
16 SURATGARH II (30% Imported & 70% Indian Coal).
1.2 CONDITIONS.
If FGD to be designed for any other conditions, kindly furnish the flue
gas analysis for the same.

Bidder shall consider make up water analysis as mentioned in the


tender for FGD design. No separate analysis shall be done by Bidder. Analysis furnished is for clarified water only and the
ANNEX- 1.3 same is indicative only and bidder shall visit the site
MAKE UP WATER ANALYSIS and collect the required samples & analysed for
ANNEX –
17 SURATGARH II 1 83 of 223 Note: submitting their bids.
1.3
1. The above water analysis only indicative and bidder shall visit the site and Primary water source for FGD make-up shall be from
required samples to be analyzed before submitting their proposal. CW blowdown tank. Additional water required shall be
tapped from clarified water system.

In case of a power failure all items of equipment (minimum one agitator in


Kindly note that the equipment which are to be considered in
absorber and limestone slurry tank, process water pump & lube oil system of
Emergency Power supply will be as per the standard proven practice
18 SURATGARH II 2 4.0.0 2 of 24 booster fan & ball mill) which may cause irreversible damage to the FGD Bid specification prevails
of our collaborator, based on the system requirement. The details for
System shall be connected to the emergency power supply system to be
the same will be furnished during detail engineering stage.
provided by the Contractor.

Kindly note, the duct shall be sized for flue gas flow at Design
condition (ie. BMCR condition) considering the recommended
19 SURATGARH II 2 5.0.0 4 of 24 The duct shall be sized for 30 % to 150 % of the rated flow. Noted.
/Specified flue gas velocity. Hence the duct sizing to 150% of rated
flow is not applicable.
xi) The absorber shall provide with adequate (1Working+ 1Standby) There is contradiction in the theoretical air requirement value for Jet
compressors/ Blowers. This shall be designed to load based on demand with bubbling type Absorber between these two clauses.
20 SURATGARH II 2 5.1.0 5 of 24
2.5 times and 4.5 times the theoretical requirement for spray type and jet
bubbling type respectively. Kindly note that as per our collaborator's standard proven experience Bid specification prevails
D) Air Injection system installed world-wide, for JBR type absorber 4.0 times the theoretical air
ANNEX –
21 SURATGARH II 2 23 of 24 Capacity : 2.5 times for spray & 4 times the actual/ Theoretical air requirement is being considered for design, which is more than
2.1.1
requirement for bubbling type. sufficient. Please confirm.
Owner to note that the 24 hrs. storage capacity of process water tank
is not required. Bidder shall proivide the 15 minutes storage capacity
ANNEX – 2.3.1
for process water tank as per practice followed by NTPC & other state
SPECIFIED DESIGN DATA
Utitlities. Please confirm.
ANNEX –
22 SURATGARH II 2 13 of 18 Bid specification prevails
2.3.1 I PROCESS WATER TANK
Further, we understand as per Annex-2.3.1/Sec-2.3/Vol-II/Pg 16 of 18,
1. Capacity m3 - 24 Hrs Storage Requirement
Two nos common Process water tank for 2 units to be provided.
2. Numbers - 2 nos. common for 2 units
However, Please confirm each tank to be sized for storage
requirement for 2x600MW units.
Pg 6 of xiv) 2 x 100 % process water transfer pumps for each absorber shall be
23 SURATGARH II 2 5.1.0
24 envisaged for the preparation of the limestone slurry.
Flow Diagram for Process water Distribution system (Drwg No: FCE-1117155- Please confim the no. of Process water transfer pumps to be 2x100% Process water pumps shall be common for
Tender ME-DWG-PFD-3440-005, R0) considered for 2x660 units. 2x660 units.
24 SURATGARH II 6 --
drawings
2x100% (1W+1S) Process water Pumps indicated common for 2x660 units.

Page : 20 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Please note that as per Bidder's proven practice and ongoing FGD
xiv) 2 x 100 % process water transfer pumps for each absorber shall be
Pg 6 of projects, process water pumps are installed outside building. No pump
25 SURATGARH II 2 5.1.0 envisaged for the preparation of the limestone slurry. The Pump House shall Bid specification prevails
24 house is envisaged for process water pump. Please confirm the
have adequate material handling facility, maintenance space.
acceptance.
Bidder propose to consider piping material as follows:
iv) The spray headers & piping for cooling pump discharge shall be made of
Pg 7 of "…Gas Cooling Pump discharge piping and valves which are outside
26 SURATGARH II 2 5.1.0 Alloy 59 or C276 and nozzles shall be made of Silicon Carbide or ceramic or Noted.
24 Gas Cooler and not in contact with hot flue gas shall be in line with the
equivalent having a minimum guaranteed life of 20,000 hrs.
requirements specified for slurry recirculation pumps.". Please confirm.

The Gas Cooling pumps shall be installed under the absorber outlet
Pg 7 of
27 SURATGARH II 2 5.1.0 The Cooling Pumps shall be installed inside a building. duct/ mist eliminator as per our Collaborator's proven standard Bid specification prevails
24
practice world-wide. Hence, no separate building is envisaged.

To achieve the desired performance as mentioned in the tender


specification, the velocity profile in absorber is designed at guarantee
point/design point. For achieving the desired bubbling effect in the
absorber, suitable numbers of spargers are provided. Any additional
spargers provided inside the absorber shall have an adverse effect on
Pg 7 of
28 SURATGARH II 2 5.1.0 v) Minimum 10% redundancy, shall be provided in the Sparger Tubes. the velocity profile and hence on the performance of the absorber. Bid specification prevails
24
Further, the life of the spargers as per our collborator's experience is
higher than five years. In view of the above, Bidder requests 10% of
the number of Sparger Tubes required for one JBR to be provided as
warehouse spares for the project and no redundancy in the installed
spargers is envisaged.
The entire flue gas system including flue gas ducts, absorber etc. shall be
Excursion temperature is applicable only for duct before absorber.
Pg 7 of designed to meet the following conditions: Since our absorber is preceeded by emergency cooling system, we
29 SURATGARH II 2 5.2.0 Bid specification prevails
24 don’t envisage mentioned excursion temperature at absorber and
5) Short temp excursion temperature of inlet gas (for approx. fifteen (15)
minutes at a time) (deg. C) : 300 downstream of absorber.
Filtrate pumps will have a solid concentration much less than 10% .
Pg 16 of The pump shall be capable of pumping of filtrate water with solid Also, these pumps will never have a particle size of 6-7 mm. Hence,
30 SURATGARH II 2 6.2.0 Bid specification prevails
24 concentration upto 10% & particle lumps of 6-7mm. Bidder shall provide filtrate pumps suitable to handle the intended
fluid. Please confirm the acceptance.
Tanks shall be made from IS:2062 quality mild steel plates of tested quality.
Bidder proposes material of all slurry tanks as flake-glass/FRP lined
Pg 18 of The tanks shall be of welded construction. Interior surface of the tanks shall
31 SURATGARH II 2 6.4.0 carbon steel with lining thickness of 2-3mm, considering anti-abrasion Bid specification prevails
24 lined with replacable chlorobutyl/ bromobutyl rubber lining of minimum 5 mm
measure. Please confirm the acceptance.
thickness and the outside surface shall be coated with paint as specified.
Bidder envisages carbon steel pipes for outside pipe up to the nozzles
Pg 19 of The mist eliminator wash piping shall be constructed of rubber lined carbon at mist eliminator casing. Inside the mist eliminator casing , piping
32 SURATGARH II 2 6.7.0 Bid specification prevails
24 steel or glass fiber reinforced plastics. header shall be of FRP/CSRL/Polypropylene/PVC as per proven
practice. Please confirm
Bidder envisages to discharge slurry from each absorber into
Pg 19 of It should be possible to discharge the each absorber into the Emergency
33 SURATGARH II 2 6.4.0 emergency slurry tank through gypsum bleed pump. The time required Bid specification prevails
24 slurry tank within 2 hours.
to empty absorber shall be based on gypsum bleed pump.

Unlike Spray tower process, in our system mist eliminator washing


frequency is only once per several hours, because mist and solid
2x100% Mist Eliminator Wash Water Pump for each unit connected to each
Pg 20 of loadings to mist eliminator are quite low. Hence, we donot envisage
34 SURATGARH II 2 6.7.0 of the Process water Storage tanks (for example total 4 nos. of pumps for Bid specification prevails
24 separate pumps for ME washing. As per our Collaborator's proven
2x660 MW) along with all necessary piping, valves, control & instrumentation
practice, ME wash water is being taken from Process water pumps
discharge. Please confirm the acceptance.
Since complete wet stack chimney is in Bidder's scope, the pressure
B) BOOSTER FANS required at chimney inlet with FGD bypass damper closed will be
ANNEX – Pg 21 of
35 SURATGARH II 2 6) Pressure required at chimney inlet with FGD bypass damper closed : 10 based on system requirement. Hence, Bidder shall consider the Confirmed.
2.1.1 24
mmWC pressure at chimney inlet as per the system requirement. Please
confirm.
Kindly clarify this requirement "Air temperature drop in Absorber :
C) ABSORBER/SCRUBBER
ANNEX – Pg 22 of temperature in chimney to be maintained as mentioned".
36 SURATGARH II 2 3) Air Temperature Drop in Absorber: Temperature in Chimney to be Noted.
2.1.1 24 As per our understanding, the wet flue design does not have any such
maintained as mentioned.
requirement.
ANNEX – Pg 23 of Agitator (for each absorber) Discrepancy is found between mentioned clauses for absorber agitator
37 SURATGARH II 2 MOC. As per clause 4.12.0, Bidder shall consider the material for the
2.1.1 24 Agitator MOC-Alloy 926 or better material
shaft (which is continuously in contact with slurry) and blades of the
Bid specification prevails
The material for the shaft (which is continuously in contact with slurry) and absorber agitator shall be made with Alloy 926 or better material. The
Pg 9 of shaft which is not in contact with slurry shall be CSRL. Please confirm.
38 SURATGARH II 2 4.12.0 agitator blades of the Absorber Agitators shall be made with Alloy 926 or
18
better material.

Page : 21 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

Bidder understands that as per Cl. no. xviii of 5.1.0 (A) of Vol II,
Section 2, Sec 2.1 "The contractor shall offer and demonstrate mixing
ANNEX – Pg 23 of E) Agitator (for each absorber)
39 SURATGARH II 2 arrangement such that n-1 number of agitators is sufficient to avoid the Bid specification prevails
2.1.1 24 2) Number of standby agitator: One (1) No.
slurry settlement in the absorber tank in case of one agitator under
breakdown (n-total no. of working agitators)." Please Confirm.

The Bidder shall provide 2x100% gypsum dewatering system with each As per all ongoing tenders and execution FGD projects, the gypsum
Pg 6 of
40 SURATGARH II 2 4.5.0 stream sized to dewater 115% of the maximum gypsum produced by 2x660 dewatering system shall be sized for 110% of the maximum gypsum at Bid specification prevails
18
MW units operating at Design point design point (instead of 115%). Please confirm.

Bidder request Owner to consider following MOC for hydrocyclone.


The hydro-cyclone shall be of proven design and shall be provided with PU The hydro-cyclone shall be of polyurethane or urethane materials. The
Pg 6 of
41 SURATGARH II 2 4.6.0 lining of minimum 12 mm. The feed chamber shall be provided with a feed chamber shall be provided with a minimum rubber lining Bid specification prevails
18
minimum PU lining thickness of 12mm thickness of 12mm

Secondary hydro-cyclones (2x100%) feed tank and secondary waste water


hydrocyclone shall be included as shown in the tender drawing We propose to bleed-out waste water from the overflow stream of
Pg 6 of primary hydro-cyclone to avoid negative process performance impact
42 SURATGARH II 2 4.6.0 of accumulated impurities in the output Gypsum. Therefore secondary Bid specification prevails
18
dewatering system is not required and will not be provided. Please
confirm the acceptance.
Sufficient number of agitators shall be provided in the tank by the contractor
Pg 9 of As per standard industry practice, redundant agitators are not
43 SURATGARH II 2 4.11.0 to prevent the solids from settling down. There shall be at least one redundant Bid specification prevails
18 envisaged for Emergency Slurry Tank and hence is not considered.
agitator for this purpose.
Additional Corrosion allowance of 1.5mm on the minimum tank shell
Pg 18 of Discrepancy is found in corrosion allowance between the two clauses.
44 SURATGARH II 2 6.4.0 thickness as calculated by IS:803, latest edition shall be provided by the
24 Bidder considers Corrosion allowance of 1.5mm as per cl.no.6.4.0
Contractor. Bidder shall consider corrosion allowance 3 mm.
ANNEX – Pg 16 of I PROCESS WATER TANK
45 SURATGARH II 2 Please confirm.
2.3.1 18 5) Corrosion allowance: 3 mm
vii) The complete absorber vessel (absorber oxidation tank, absorber tower &
As per our Colloborator's proven practise, we propose to use absorber
Pg 5 of absorber outlet duct up to absorber outlet flange) shall be made of clad sheet
46 SURATGARH II 2 5.1.0 made of minimum 7 mm thick carbon steel with 2 mm flake glass Bid specification prevails
24 of C276/Alloy 59 (minimum 2 mm thick) by explosion bonding or hot rolling,
lining. Please confirm.
having minimum 7 mm thick carbon steel as base material.
As per our collaborator's proven experience, Bidder envisages to use
Pg 5 of vii) The absorber wet-dry interface shall be of solid Alloy 59 or C276 of
47 SURATGARH II 2 5.1.0 wall paper of C276 with maximum thickness of 2 mm on CS at the wet- Bid specification prevails
24 minimum 6 mm thickness
dry interface including struts. Please confirm.
The ducts from Absorber outlet to stack shall be made of Carbon steel of Bidder proposes the duct from Absorber outlet to Stack shall be made
Pg 8 of
48 SURATGARH II 2 5.2.0 minimum 7 mm thickness cladded with 2mm (minimum) thickness Alloy of Carbon steel of minimum 7mm thickness with 2 mm (minimum) Bid specification prevails
24
C276/Alloy 59. thickness FLRP lining. Please confirm.

Velocity in slurry lines shall be as per our Colloborator's proven


Pg 2 of
49 SURATGARH II 2 2.0.0 Slurry Lines - 1.8 m/s practise after many years of experience such that there is no Bid specification prevails
11
settlement and erosion. Please confirm the acceptance.

As per specification, sizing criteria for each fan shall


ANNEX – Pg 21 of B) BOOSTER FANS Please clarify in which condition 47.5 Hz frequency to be considered.
50 SURATGARH II 2 Bidder understands 47.5 Hz frequency to be considered at single fan be 60% BMCR flue gas flow, with the power supply
2.1.1 24 4. Power supply frequency Hz 47.5
test block condition. For FGD design and operating case, 50 Hz frequency of 47.5 Hz.
frequency to be considered. Please confirm.

Pg 3 of Each ball mill shall be sized to process the maximum daily limestone required
51 SURATGARH II 2 4.1.0 by for 2x660 MW units for the coal analysis which requires maximum Each ball mill shall be sized to process the maximum daily limestone Noted.
18
limestone consumption with 10 % margin. required by 2x660 MW units for FGD design case with 10 % margin.
Mill Separation Tank
Pg 5 of
52 SURATGARH II 2 4.3.0 Mill separation tank shall be RCC with lining Bidder proposes mill separation tank as Carbon steel with rubber lining Bid specification prevails
18
/FLRP lining instead of RCC with lining.
ANNEX – Pg 9 of As per Vacuum Belt filter OEMs, Bidder proposes to use filter frame of
53 SURATGARH II 2 Bid specification prevails
2.3.1 18 5. Filter Frame SS 316L Carbon steel with epoxy paint. Please confirm.
ANNEX – Pg 9 of Bidder proposes filter cloth shall be polyester or polypropylene as per
54 SURATGARH II 2 Bid specification prevails
2.3.1 18 7. Filter Cloth PE the proven design of the supplier.
In mentioned Flow diagram, note 3. is written as the scheme is for one
unit. Please note that the equipment mentioned below shall be
Tender Flow Diagram for Process Water Distribution system (Drwg No: FCE-1117155- common for both units.
55 SURATGARH II 6 -- Bid specification prevails
drawings ME-DWG-PFD-3440-005, R0) A) One no.Waste water tank
B) 2x100% waste water pump.
C) One lime tank for neutralisation.

Page : 22 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
22 of 223 For Surat Garh: Bidder proposes to use owner’s existing pipe rack for routing pipes
b) Make-up water: The water required for the FGD plant is sourced from plant from Terminal points up to FGD scope trestle. Owner is requested to
CT blowdown tank /clarified water system and further distribution within FGD confirm the same. Please provide the Layout drawing which shows
plant shall be by the Contractor. Pumps (2x100%) if required shall be Terminal Point location (with exact co-ordinates) as per the
included in Bidder’s scope. specification.
c) Service water: From the nearest existing Service water header Bidder also proposes that the Process water tap off line from the CT
d) Potable water: From the nearest existing Potable water header blowdown tank /clarified water system upto the identified FGD space
e) FGD Waste water: Shall be connected to ZLD plant shall be
h) Fire water for hydrant system- Main Header will be available at one point a) Buried under ground pipe and/or
4.0
near the FGD area and Preparation Plant area. Installation of Fire Water b) Supported on the Owner Pipe rack.
TERMINAL
Pumps (if applicable) shall be in the scope of the FGD supplier. Owner is requested to confirm the same.
POINTS Bidder to visit the site and get the required
56 SURATGARH II 1 j) Instrument & Service Air: Dedicated Air Compressors shall be installed to
4.1 information.
meet the requirements.
MECHANIC
k) DM Water: DM water (if required) for make-up of CCW system of FGD,
AL WORKS
shall be sourced from existing DM water header...
The available utility parameters at the terminal points are listed below:
Terminal Point Number (TP No.) Utility Available Process Parameters at T.P
TP 1 FGD make up water 154 m3/h (max) at 2.5 Kg/cm2 (g)/ atmospheric.
TP 2 Service Water 10 m3/h (max) at 2 Kg/cm2 (g)
TP 3 Potable water 3 m3/h (max) at 2 Kg/cm2 (g)
TP 4 FGD waste water Atmospheric

For Chhabra: Bidder proposes to use owner’s existing pipe rack for routing pipes
b) Make-up water: The water required for the FGD plant shall be sourced from from Terminal points up to FGD scope trestle. Owner is requested to
plant confirm the same. Please provide the Layout drawing which shows
CMB /filtered water system. Pumps (2x100%) if required shall be included in Terminal Point location (with exact co-ordinates) as per the
Bidder’s scope. specification.
c) Service water: From the nearest existing Service water header Bidder also proposes that the Process water tap off line from the CMB
d) Potable water: From the nearest existing Potable water header /filtered water system upto the identified FGD space shall be
e) FGD waste water: shall be connected to ZLD plant a) Buried under ground pipe and/or
h) Fire water for hydrant system- Main Header will be available at one point b) Supported on the Owner Pipe rack.
near the FGD area and Preparation Plant area. Installation of Fire Water Owner is requested to confirm the same.
4.0
Pumps (if applicable) shall be in the scope of the FGD supplier.
TERMINAL
i) Fire detection Alarm system: Interfacing with the Main Fire alarm Panel
POINTS Bidder to visit the site and get the required
57 SURATGARH II 1 22 of 223 located
4.1 information.
Control room. Termination is in Contractor’s scope.
MECHANIC
j) Instrument & Service Air: Dedicated Air Compressors shall be installed to
AL WORKS
meet the requirements.
k) DM Water: DM water (if required) for makeup of CCW system of FGD,
shall be sourced from existing DM water header....
The available utility parameters at the terminal points are listed below:
Terminal Point Number (TP No.) Utility Available Process Parameters at T.P
TP 1 FGD make up water 154 m3/h (max) at 2.5 Kg/cm2 (g)
TP 2 Service Water 10 m3/h (max) at 2 Kg/cm2 (g)
TP 3 Potable water 3 m3/h (max) at 2 Kg/cm2 (g)
TP 4 FGD waste water Atmospheric

Page : 23 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
1 22 of 223 For Kalisindh: Bidder proposes to use owner’s existing pipe rack for routing pipes
b) Make-up water: The water required for the FGD plant shall be sourced from from Terminal points up to FGD scope trestle. Owner is requested to
plant filtered water system and CT blowdown collection tank and further confirm the same. Please provide the Layout drawing which shows
distribution within FGD plant shall be by the Contractor. Pumps (2x100%) if Terminal Point location (with exact co-ordinates) as per the
required shall be included in Bidder’s scope. specification.
c) Service water: From the nearest existing Service water header Bidder also proposes that the Process water tap off line from the
d) Potable water: From the nearest existing Potable water header filtered water system and CT blowdown collection tank upto the
e) FGD waste water: shall be connected to waste water treatment plant identified FGD space shall be
h) Fire water for hydrant system- Main Header will be available at one point a) Buried under ground pipe and/or
near the FGD area and Preparation Plant area. Installation of Fire Water b) Supported on the Owner Pipe rack.
4.0
Pumps (if applicable) shall be in the scope of the FGD supplier. Owner is requested to confirm the same. Also, clarify that make-up
TERMINAL
i) Fire detection Alarm system: Interfacing with the Main Fire alarm Panel water to be considered from both (filtered water system and CT
POINTS Bidder to visit the site and get the required
58 SURATGARH II located Control room. Termination is in Contractor’s scope. blowdown collection tank ) or either of two source?
4.1 information.
j) Instrument & Service Air: Dedicated Air Compressors shall be installed to
MECHANIC
meet the requirements.
AL WORKS
k) DM Water: DM water (if required) for makeup of CCW system of FGD,
shall be sourced from existing DM water header.....
The available utility parameters at the terminal points are listed below:
Terminal Point Number (TP No.) Utility Available Process Parameters at T.P
TP 1 FGD make up water 135 m3/h (max) at 2.5 Kg/cm2 (g)/ atmospheric.
TP 2 Service Water 10 m3/h (max) at 2 Kg/cm2 (g)
TP 3 Potable water 3 m3/h (max) at 2 Kg/cm2 (g)
TP 4 FGD waste water Atmospheric

2 2.1 19 of 24 …...The mist eliminator wash piping shall be constructed of rubber lined Carbon steel pipe shall be selected for outside pipe up to the nozzles
6.7.0 Mist
carbon steel or glass fiber reinforced plastics.….. at Mist Eliminator casing. Bidder proposes, (Inside the mist eliminator
59 SURATGARH II Eliminator Bid specification prevails
casing) piping headers made of FRP/CSRL/PP/PVC material.
(ME)
2 2.1 17 of 24 In case of Spray Tower System, Suction In case of Spray Tower System, Bidder proposes to modify this clause as "In case of Spray Tower
screens shall be installed inside Absorber vessel to protect the recirculation System, .... In case Bubbling type, suction strainers shall be installed
pumps. In case Bubbling type suction strainers shall be installed at the at the suction line side of Gas Cooling Pumps. The Screens shall be
5.1.0 suction line side of Gas Cooling Pumps. The Screens shall be made of made made of Alloy 59 /C276 or abrasion resistant FRP/Polypropylene /
60 SURATGARH II of Alloy 59 /C276 or abrasion resistant FRP/Polypropylene (in case SS316 L (in case Contractor/Collaborator has proven experience). .." Bid specification prevails
Absorber B)
Contractor/Collaborator has proven experience). For the agitators a flushing
system for startups shall be provided.

2 2.1 17 of 24 All the slurry pumps shall be provided with motorized suction and discharge Bidder proposes to modify the clause as "All the slurry pumps shall be
valves… provided with motorized / pneumatic suction and discharge valve…." Pneumatic type suction and discharge valves are also
61 SURATGARH II 6.2.0 Pumps
acceptable.

2 2.3 10 of 18 All the pipes handling slurry shall be provided with replaceable rubber lining of Bidder proposes FRP as alternative material for all sizes of slurry
4.13.0 Slurry
proven quality. The Bidder can provide slurry pipes of size lower than 3” made (including limestone slurry ) pipes, please confirm.
62 SURATGARH II Lines and Bid specification prevails
up of FRP material if it has previous experience of providing the same.
Valves
2 2.3 12 of 18 Inter-connecting pipes/cables between various facilities of FGD plant shall be Bidder proposes 7 meter clear head room for the pipe/cable trestle at
routed on the steel trestles to be provided by the Contractor. The clear head road crossings and 3 meter clear head room at all other areas except
Bidder to consider 8 meter clear head room for the
4.16.0 room at road crossings as mentioned in clause 3.0.0 GUIDELINES FOR
63 SURATGARH II pipe/cable trestle at road crossings and 3 meter clear
Approach for the same shall be minimum 8M. THE DESIGN AND CONSTRUCTION OF PIPE WORK AND
head room at all other areas except at road crossings
ACCESSORIES of "Sec.2.8 Piping and Valves Specialities" pageno. 4
of 11
2 2.8 8 & 9 of D MISCELLANEOUS SYSTEM Bidder proposes FRP as alternative material for all sizes of slurry
Materials 11 1 Treated Waste water system (including limestone slurry ) pipes, please confirm.
requirement 2. Limestone Slurry system
64 SURATGARH II s for Piping 3. Limestone Slurry line fittings Bid specification prevails
Components PIPING MATERIAL:- PIPING MATERIAL:- IS 3589 Fabricated form IS 2062
and Valves plates with wear resistant Rubber lining of 6 mm for pipes/8mm for bends / IS
1239 Pt-1 (Heavy) IS 3589 with 25thk Cast basalt liner

65 2 2.1 17 of 24 iv) The spray headers & piping for cooling pump discharge shall be made of Bidder proposes (As per our collaborator experience), Gas cooling
5.1.0 Alloy 59 or C276 and nozzles shall be made of Silicon Carbide or ceramic or pump discharge piping shall be of Rubber lined Carbon steel. The
SURATGARH II Noted.
Absorber B) equivalent having a minimum guaranteed life of 20,000 hrs. The Cooling slurry spray headers which are in contact with hot-flue gas shall be
Pumps shall be installed inside a building. made up of Alloy 59 or C276 inline with specification requirements.
66 2 2.3 4.13.0 Slurry 10 of 18 The isolation valves provided in all the slurry lines shall be of knife gate Bidder proposes use of motorised/pneumatic actuators for the valves
Pneumatic type suction and discharge valves are also
SURATGARH II Lines and type/butterfly type. Actuvator shall pe provided as per the scheme provided. inline with our collaborator's experience.
acceptable.
Valves
Please furnish us feed sieve analysis or typical distribution of
67 SURATGARH II 1 ANNEX -1.4 84 of 223 Lime stone chemical properties are only mentioned. limestone (unloaded through trucks) & HGI ( Hardgrove Grindability Bid specification prevails
Index) for selection of the limestone crusher.

Page : 24 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Vibrating screen feeder shall be provided at the outlet of unloading hopper for Vibrating feeder shall be used for extraction of limestone below the
SURATGARH II 2 2.2 3.4.0 4 of 19
extracting limestone and feed on the conveyor. unloading hopper. Owner is requested to check and confirm.
Dwg. No.
FCE-
1117155-ME-
DWG-PFD-
Vibrating feeder shall be used for extraction of
68 3440-008
limestone below the unloading hopper.
SURATGARH II - Rev. 0 - - Vibrating feeder is shown below the reclaim hoppers.
Schematic
diagram for
Limestone
handling
system.
Single stream of conveyor shall feed the limestone to the screen via surge As per clauses referred and flow diagram - there is only one conveyor
SURATGARH II 2 2.2 3.6.0 4 of 19
hopper to separate (-) 25 mm before feeding to crusher. between reclaim hoppers to crusher house, From Crusher house to
Crushed limestone shall be conveyed to RCC bulk limestone silos through bulk silos- one belt feeder & one bucket elevator and from bulk silo to
SURATGARH II 2 2.2 3.7.0 4 of 19
belt feeder, bucket elevator & reversible belt feeder. day silo -one belt feeder & one bucket elevator.
Limestone from bulk limestone silo shall be fed into the Day Limestone silo Bidder request owner to check and clarify, whether conveyor stream is
SURATGARH II 2 2.2 3.8.0 4 of 19
through bucker elevator & reversible belt feeder single stream i.e. 1 working without any stand-by.
Dwg. No.
FCE- As per specification, single stream conveyor (1
69 1117155-ME- working) shall be considered. No standby conveyor
DWG-PFD- stream is envisaged.
As per flow scheme, there is only one conveyor between reclaim hoppers to
3440-008
crusher house, from Crusher house to bulk silos- one belt feeder & one
SURATGARH II - Rev. 0 - -
bucket elevator and from bulk silo to day silo -one belt feeder & one bucket
Schematic
elevator .
diagram for
Limestone
handling
system.
Dust extraction system shall be provided at Underground hopper shed, As the clauses are contradicting regarding type of system to be
SURATGARH II 2 2.2 3.11.0 4 of 19
Crusher house & transfer points for minimizing the dust nuisance. provided for underground reclaim hopper. Bidder to follow Volume -II, Sec 2.2, Cl. 3.11.0, 4 of
70
Dust Suppression System (cold fog type) Bidder would propose plain water Dust suppression system for open 20.
SURATGARH II 2 2.2 5.18.0 13 of 19
Location of spray : At hopper areas like reclaim hopper.
For the feed and discharge points in crusher house Dust extraction
system shall be provided as furnished in clause no. 3.11.0, page 4 of
71 SURATGARH II 2 2.2 5.17.0 (viii) 13 of 19 Bidder shall provide a suitable dust suppression system. 20. of Section-1, Volume -II. There is no requirement of dust Confirmed.
suppression system for crushers. Please check and confirm.

Dwg. No.
FCE-
1117155-ME-
As per flow scheme, Drain pumps with sump pit are shown crusher
DWG-PFD-
house. As per bidder experience, sump pumps with sump pit are
3440-008
required for underground / partly underground facilities. Bidder
72 SURATGARH II - Rev. 0 - - Schematic diagram for Limestone handling system Bid specification prevails.
request owner to check and clarify.
Schematic
Bidder is excluding sump pump with pits for crusher house as the
diagram for
building is above ground. Please confirm.
Limestone
handling
system.
Dwg. No.
FCE- As per the flow diagram, no travelling tripper is shown for stacking of
1117155-ME- gypsum inside storage shed. Owner is requested to confirm, whether Kindly refer Vol.II, Section 2.3, Cl. 4.15.0.
DWG-PFD- gypsum transfer conveyor is to be provided with travelling tripper for The gypsum shall be manually dumped in side shed
73 SURATGARH II - - Gypsum handling
3440-007 distribution of gypsum inside storage shed or it shall be manually from the single point stock pile using the payloaders /
Rev. 0 - dumped in side shed from the single point stock pile using the dozers.
Gypsum payloaders / dozers.
handling

Page : 25 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

As per the flow scheme two no's of vacuum belt filters shown. Both the
vacuum belt filters are feeding gypsum on to a single conveyor.
Owner to clarify whether there are two or one gypsum transfer
Gypsum handling system shall be provided
conveyors to be provided. please clarify.
with 2x100% conveyor stream for conveying
Dwg. No. dewatered gypsum from gypsum vacuum belt filter to
As per the flow diagram, no travelling tripper is shown for stacking of
FCE- closed storage shed.
gypsum inside storage shed. Owner is requested to confirm, whether
1117155-ME-
gypsum transfer conveyor is to be provided with travelling tripper for
DWG-PFD- Travelling tripper, nos. of conveyors (Working / stand-by) Gypsum Storage The gypsum shall be manually dumped in side shed
74 SURATGARH II - - distribution of gypsum inside storage shed or it shall be manually
3440-007 shed from the single point stock pile using the payloaders /
discharged at one point.
Rev. 0 - dozers.
From the single point pay loaders / dozer are to be used for stacking
Gypsum
of gypsum in storage shed. Please check and clarify.
handling
Noted for 4.0 M high RCC wall (three side) for
As nothing is spelt out regarding the storage of gypsum in storage
stacking gypsum considering 7 days gypsum storage.
shed. Bidder presume that gypsum shed shall be with 4.0 M high RCC
wall (three side) for stacking gypsum. The gypsum profile profile shall
start from 4 m height. Please confirm.

As reclaim hopper is of RCC construction, bidder is considering


75 SURATGARH II - - - Confirmed.
gunniting for the reclaim hoppers inclined surfaces. Please confirm.
As nothing is spelt in specification regarding moisture content in
limestone. Owner is requested to furnish moisture content to be
76 SURATGARH II - - - Bid specification prevails.
considered to design the limestone storage shed and belt conveyor
system.
Technical specification is silent regarding provision of intake pit for
bucket elevators. In order to fit the material handling layout with in the
limited space provided, Bidder would consider intake pit for bucket
77 SURATGARH II - - - - Confirmed.
elevators. Necessary sump pumps shall be considered as per
specification. The same is accepted by NTPC tenders and ongoing
FGD project. Please confirm.
Bidder request owner to also provide option for structural steel silo for
78 SURATGARH II 2 4.10.0 5 of 20 RCC bulk limestone silo with 4 mm thick SS304 lining in the complete cones. Bid specification prevails
Bulk limestone storage of 7 days limestone requirement.
Please provide us the AutoCAD copy of the Layout drawing to
79 SURATGARH II - - - - develop conveyor profiles, Layout of Buildings and for preparation of Shall be furnished during detail engineering
FGD layout with gypsum handling system.
Looking into schedule please change as follows: The Contractor shall
The Contractor shall give Owner adequate notice 15 working days prior to
Pg : 41 of give Owner adequate notice 7 working days prior to each test. The
80 SURATGARH II 1 13.4 each test. The confirmation of the inspection and test data shall be delivered Bid specification prevails
222 confirmation of the inspection and test data shall be delivered to the
to the Owner in less than 15 days.
Owner in less than 7 days.
-----For storehouses of class A and B they should be fireproof, heat resisting,
waterproof and well ventilated. They should not be wet and should be
Please note that FGD is brown field project and project schedule is
Pg : 64 of provided with good drainage system and preferably with a brick laying or
81 SURATGARH II 1 18.1.10 very tight. So, material/equipment will be erected once it reaches at Bid specification prevails
222 concrete ground. For storehouses of class C, they should not be wet and
site & storage is not required.
should be well drained, preferably with a brick laying or crushed stone ground.-
---
Pg. : 133
82 SURATGARH II 1 12 & 13 Galvanizing & Sprayed Metal Coatings Please allow hot dipped galvanizing as per IS 2629 Bid specification prevails.
of 222
1.1.4, (iii)
Pg. : 159 Bidder propose to perform 10% RT/UT and 100% MPI/LPT. The same
83 SURATGARH II 1 b & 1.2.1 For plates of 25mm ≤ thickness<32mm: 10% RT and 100% MPI Bid specification prevails.
of 222 has been followed In our past projects.
(iii) b
i) MTC/Lab test/COC will be provided for review
Pg. : 160 i) Spray nozzles shall be tested for physical properties. ii) Performance test will be carried out per type per nozzle. Spray
84 SURATGARH II 1 1.2.2 Bid specification prevails.
of 222 ii) Spray nozzles also shall be subjected to performance test. angle, flow measurement and inlet pressure will be part of
performance test
1.3.1 Shaft forgings and suspension bars to be checked for ultrasonic testing in
Pg. : 160
85 SURATGARH II 1 (ii) & addition to check for chemical, mechanical, hardness, microstructure etc. as For >=40mm bar UT will be carried out. Please confirm. Bid specification prevails.
of 222
1.5.0 per applicable material specification.
MPI to be carried out on Gears/Pinions after machining. Case depth,
Pg. : 163
86 SURATGARH II 1 7, (i) b hardness and MPI after hard facing shall be checked to ensure freedom Bidder propose MPI/LPT. Please confirm. Bid specification prevails.
of 222
from defects.
Bidder propose "Butt welds in the tube/separator/body casing of the
Butt welds in the tube/separator/body casing of the mill shall be tested by RT
Pg. : 165 mill shall be tested by RT/UT and MP'. All other welds in main
87 SURATGARH II 1 1.7.0, (iii) and MP'. All other welds in main tube/separator shall be tested by MPI/LPI for Bid specification prevails.
of 222 tube/separator shall be tested by MPI/LPI for acceptance.
acceptance. The tube shall be statically balanced.
Static balance is not applicable as per Ball Mill manufacturers
Pg : 170 Plate is having thickness >=40 mm shall be 100% ultrasonic testing.
88 SURATGARH II 1 1.14.2, (ii) Plates shall be subject to 100% ultrasonic testing. Bid specification prevails.
of 222 Please confirm
1.14.2 Butt welds, full penetration joints and nozzle welds shall be checked by All tanks coming under FGD are atmospheric tanks. Bidder propose to
Pg : 170
89 SURATGARH II 1 (iii) 100% RT and 100% MPE or DPT. follow NDT as per IS 803 Bid specification prevails.
of 222
b&c Fillet welds shall be checked by 100% MPE or DPT.

Page : 26 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

Bleeding resistance test (as applicable) with keeping the sample in 33%
1.15.3 Pg : 172
90 SURATGARH II 1 HCl, 48% NaOH and DM water for 72 hours. Ozone test is not applicable as rubber is not exposed to atmoshere Bid specification prevails.
e&f of 222
Bleeding test and ozone resistance test shall be done on rubber material.
Pg : 218 Fillet Joint: Macro-etch examination on production test coupons for main fillet Qualified or established WPS/PQR shall be before actual welding.
91 SURATGARH II 1 4.2.5 Bid specification prevails.
of 222 welds PTC for fillet weld shall not be performed.
Qualified or established WPS/PQR shall be before actual welding.
Pg : 219 Butt welds: Mechanical testing of production test PTC for built up beam, column and crane girder shall not be
92 SURATGARH II 1 4.2.5 Bid specification prevails.
of 222 coupons performed. However Mechanical testing of production test coupons
shall be performed for critical fabricated structure above 50mm.
Coating is not applicable for lined material. The
Pg. : 11
93 SURATGARH II 2 2.8 5.0.0 Corrosion coating Corrosion coating is not envisaged specification requirements shall be followed for
of 11
unlined parts.
The tests which cannot be carried out in the field laboratory shall be done at a Bidder request to add NABL acredated third party labs, all National
Pg : 211
94 SURATGARH II 1 4.1.1 ii) laboratory of repute such as CSMRS, NCBM, IITs, National Test House, Test House and Govt. approved labs in addition to labs mentioned Bid specification prevails.
of 223
Kolkata etc. as agreed by the Engineer. herewith if any testing facility is not available at site.
Sample test for 3% of the number of mechanical bars grips subject to a
Pg : 216 Sample test for 3 numbers of mechanical bar grips for each diameter
95 SURATGARH II 1 4.2.4 minimum of three, shall be carried out up to the yield strength of Bid specification prevails.
of 223 shall be carried out up to the yield strength of reinforcement of bars.
reinforcement of bars.
Neutralization Pit:
As per IS 4860, recommended thickness of A R brick is 64mm and as
The walls shall Be……..115 mm thick A.R. bricks,…….as per the
per IS 4457, maximum thickness of A R tile is 20mm. But here under
specification.
clause mentioned thickness is 115mm, 75mm and 38 mm which is not
The floor of neutralization pit shall be…….75 mm thick A.R. tile…….of epoxy
recommended by relevant IS codes. In general practice, Ceramic
Pg : 51 & paint (150 micron).
96 SURATGARH II 5 26.5 unglazed vitreous tiles conforming to IS: 4457 with minimum thickness Bid specification prevails
52 of 71 Alum solution preparation tank:
of 20 mm may be used as acid / alkali resistant tile in all such
The wall shall be……..75 mm thick A.R. tiles,........tile layer.
application. Bidder request to review the same and consider. OR may
Effluent Drains:
please provide relevant standards/codes and approved manufacturer
Acid Resistant lining treatment indicated for........38 MM AR tiles.......of epoxy
list for the same.
coating, total DFT 150 microns.
As IS 8112 withdrawn after including specifications of 43 grade OPC
Pg : 68 of
97 SURATGARH II 5 36.2.2 The grade of cement shall be Grade 43 for OPC conforming to IS:8112. in to IS 269 : 2015. So, request for consideration of same in Noted and confirmed
71
specification.
Control Building, M. C. C. Buildings Instead of Steel framed building, Bidder shall consider RCC framed
These shall be steel framed building with RCC roof and floor. For steel building with RCC Slab with brick work / concrete block. Kindly
framed building roof / floor shall comprise of RCC slab over profiled metal confirm.
98 SURATGARH II 5 3.5 10 of 71 Noted and confirmed
deck sheets (to be used as permanent shuttering only ) over structural
beams. Cladding shall be of brickwork / concrete block work with plastering
on both sides....
Limestone Grinding System building : This shall be steel framed building
Building structural configuration i.e. steel or RCC shall be decided by
99 SURATGARH II 5 3.15 22 of 71 with RCC roof and floor. The building roof / floors shall comprise of RCC slab Bid specification prevails
Bidder based on functional utility and optimization. Kindly confirm
over profiled metal deck sheets….
Gypsum Dewatering Building : This shall be steel framed building with RCC Building structural configuration i.e. steel or RCC shall be decided by
100 SURATGARH II 5 3.16 22 of 71 Bid specification prevails
roof and floor. The building roof / floors shall comprise of RCC slab…. Bidder based on functional utility and optimization. Kindly confirm
The Oxidation Basin shall be made of RCC tank, with the aeration pipe fixed Absorber with Bubble technology has oxidation basin within the
at the bottom of the chamber. It shall be designed as a water tank without Absorber equipment hence RCC tank is not required. This required
101 SURATGARH II 5 3.17 22 of 71 Bid specification prevails
cover. The RCC tank shall be designed as structures with an exposure shall not be applicable for Absorber with Bubble technology, kindly
condition “extreme” as per IS:456. confirm.
Inter-connecting pipes/cables between various facilities of FGD plant shall be Bidder understands that clear head room of 8m shall be considered at
Noted and the same is subject to approval of
102 SURATGARH II 2 4.16.0 12 of 18 routed on the steel trestles to be provided by the Contractor. The clear head road crossing and for other location minimum head room shall be 3m.
RRVUNL during detail engineering.
room for the same shall be minimum 8 M. Kindly confirm.
Bidder would like to consider alternate corrosion resistant protection to
Separate wet chimney of 150m height for each unit / a single twin-flue wet
the steel flue liner using Borosilicate. Bidder proposes the following,
chimney of 150 m height common for both units, designed as per EPRI
38mm borosilicate lining over 8mm thick (minimim) mild steel with no
guideline with RCC shell, steel flue with corrosion resistant C-276 alloy / Alloy
external insulation. The top flue liner above the roof slab shall me
103 SURATGARH II 1 3.2.1 10 of 223 59 over 8 mm thick(minimum) mild steel base metal of flue liner. The top flue Refer Amendment-1.
made of 8mm (min.) mild steel with 38mm borosilicate lining inside.
liner above the roof slab shall be made of solid C276 / Alloy 59 of minimum
The outside portion of this top flue liner shall be insulated with 2mm
10 mm thickness. The flue gas velocity inside chimney shall be <16.8 m/s for
thick titanium gr II cladding.
C 276 / Alloy 59 lining.
Kindly confirm.
As there is no specific corrision protection requirement in the flue gas
All guide vanes & internal trusses (if provided) shall be made of 317 LMN or duct before the absorber, Bidder shall consider Mild Steel member for
104 SURATGARH II 2 5.2.0 8 of 24 appropriate material which offers similar or better corrosion resistance guide vanes and internal trusses. For Duct after absorber, for Bid specification prevails
properties as of duct plates. corrosion protection, bidder shall consider Mild Steel members with
3mm thickess flake glass lining. Kindly confirm.
Kindly provide Geotechnical investigation report for areas under FGD
105 SURATGARH - - - Geotechnical Investigation Report which includes Bore logs, laboratory test results and SBC Refer Amendment-1.
recommendtations.
Kindly provided topographic survey for the areas under FGD prior to Bidder to visit the site and get the required
106 SURATGARH - - - Topographic Survey
cutting / filling. information.

Page : 27 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

This specification is contradiction to Vol II, Section 1, Clause 3.2.1


Noted. Height shall be 100 metres or H=6.902
Page 10 of 222 "Separate wet chimney of 150m height for each unit /
(Qx0.277)^0.555 whichever is more.
Single-flue chimney(s) shall be provided. Chimney shall be of reinforced a single twin-flue wet chimney of 150 m height common for both units,
107 SURATGARH II 5 3.14.1 14 of 71 Where,
concrete construction. There shall be one flue (liner) for each unit..... designed as per EPRI guideline with RCC shell, steel flue with ..... ".
Q = Emission rate of SO2 in kg/hr
Kindly confirm whether option of twin flue chimney is available with
H = Physical stack height in meter
bidder. Also, confirm the height of twin flue chimney.
Aviation Warning Lights (AWL) shall be mounted on door panel of required
Bidder shall consider a combination of Medium and Low intensity of
108 SURATGARH II 5 3.14.1 15 of 71 size (open able from interior of chimney shell) fixed to openings in the Bid specification prevails
AWL for Wet Stack. Kindly confirm.
chimney shell at locations and levels…...
The wind shield shall be designed for vertical loading, cross wind loading,
seismic loading, circumferential wind loading, thermal gradients etc. The load
Bidder shall consider Limit State Method of design based on latest
109 SURATGARH II 5 3.14.1 15 of 71 calculation and load combinations shall be as detailed in IS 4998 (Part 1) : Noted and confirmed
code IS 4998 : 2015. Kindly confirm.
1992. The wind shield shall be analysed for cases with and without flue liner
loads.
Kindly note that Slurry recirculation pump shall not be applicable as
110 SURATGARH II 1 3.2.1 12 of 968 4 Nos. (2W+2S) Slurry Recirculation pumps. per the absorber design proposed by bidder . According power supply Bid specification prevails.
for the same has not been considered. Kindly confirm.
By this clause: We understand that spare feeders needs to be utilised
as incoming power supply to 11kV FGD switchgear. Please note that
HT power supply for FGD shall be provided from Owner’s unit switchgear this clause is contradictory to extension of switchgear for adding extra
360 of
111 SURATGARH II 3 3.7.1 located in the switchgear room of Power house building, by making use of the feeders. Bidder to visit the site & get the required information.
968
spare feeders,for feeding FGD switchgear. Request Employer to provide details of swgr building and exisitng
switchgear to gauge the amount of work required for modification/
augmentation.
Please note that (2) two number of DG sets, shall not be required,
single DG set shall suffice all emergency loads of entire FGD plant.
112 SURATGARH II 1 3.2.3 15 of 968 g) Two Nos. (1W+1S) emergency DG sets for two FGDs. Bid specification prevails.
Hence Bidder proposes to use single DG to cater all Emergency
loads. Please concur.
Bidder understands that the rating of the UPS system shall be 2x100%
UPS with 1X100% Battery, which shall be decided based on the
113 SURATGARH II 1 3.2.4 17 of 968 Industrial grade 2 x 100 % Parallel redundant UPS with heavy duty battery Bid specification prevails.
actual load requirements and sizing calculations as per the NIT
requirements . Kindly confirm
All necessary cables between Local Fire Alarm system to existing plant Main Kindly furnish the required drawings/ location of the existing main plant
114 SURATGARH II 1 3.2.4 18 of 968 Bidder to visit the site & get the required information.
Fire alarm system in Central control room. fire alarm for further estimation.
Safety Switches Bidder proposes that the Pull cord switches shall be provided at 30 M
264 of
115 SURATGARH II 2 5.14.0 Pull cord switches : First at 4 m and subsequent at 25 m interval on both the Interval instead of 25 M interval on both the sides.This is as per the Bid specification prevails.
968
sides. standard industrial practice. Kindly confirm.
The system shall be 2 x 100 %. Gravimetric feeders shall be provided with
272 of Bidder proposes that the same shall be considered as per the system
116 SURATGARH II 2 3.0.0 Variable Bid specification prevails.
968 requirements only.Kindly confirm.
Frequency motor Drive (VFD) for feed control variation.
Inter-connecting pipes/cables between various facilities of FGD plant shall be Bidder proposes to utilise existing structure/cable tray (if space
283 of Noted and the same is subject to approval of
117 SURATGARH II 2 4.16.0 routed on the steel trestles to be provided by the Contractor. The clear head available) for laying cable between Main Plant Switchgear Building &
968 RRVUNL during detail engineering.
room for the sameshallbeminimum8M. FGD Area. Kindly confirm.
Bidder proposes to accept 3 x 50% configuration also for the LT
360 of 2X100% Transformers shall be provided for
118 SURATGARH II 3 3.7.2 transformer as per the load (i.e. when the LT load is more than Bid Specification prevails
968 each Power Cum Motor Control centres (PMCC).
2.15MVA). Kindly confirm.
Bidder understndands that generally all the LT Loads shall be fed from
361 of Required number of Motor control centres (MCC) shall be provided. MCCs the respective PMCC. Based on load centres & layout requirement, Noted and the same is subject to RRVUNL's approval
119 SURATGARH II 3 3.7.4
968 shall receive power from PMCC. where ever required, separate MCC may also be provided & in that during detail engineering.
case, the MCC shall receive power from PMCC.

Bidder understndands that generally all the LT Loads shall be fed from
c) 415V Power Control Centers, Motor Control Centers , Distribution Boards, the respective PMCC. Based on load centres & layout requirement, Noted and the same is subject to RRVUNL's approval
120 SURATGARH II 1 3.2.3 15 of 968
Local starters and Local Push Button Stations. where ever required, separate MCC may also be provided & in that during detail engineering.
case, the MCC shall receive power from PMCC.

Minimum load of 400kW for DeNox system, 200kW for Water system and Please note that same shall be supplied from either HT or LT
361 of
121 SURATGARH II 3 3.7.9 50kW for Mercury system removal shall be considered by the Bidder for each switchgear as per rating(cl. 3.7.9). Please indicate seperately if any
968
unit, for transformer sizing. DC /UPS/Emergency supply needs to be seperately consider.
For DeNOX system & Mercury system & Water
x) Feeders for NOx system, Mercury & Water system from
system, DC /UPS/Emergency supply also needs to
a. HT Switchgear, if applicable
Please note that same shall be supplied from either HT or LT be seperately considered as specified.
b. 415V Common FGD MCC
122 SURATGARH II 1 3.2.3 16 of 968 switchgear as per rating(cl. 3.7.9). Please indicate seperately if any
c. DCDB
DC /UPS/Emergency supply needs to be seperately consider.
d. UPS DB
e. Emergency MCC
363 of Bidder propose to have actuators with Non-integral starters for the
123 SURATGARH II 3 3.12.11 Electrical motor operated actuators shall have integral starters. Please follow tender specification
968 FGD area. Kindly confirm.

Page : 28 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Bidder proposes that For installation of two rows
For installation of two rows of HT switchgear or one row of HT and one row of
363 of of HT switchgear or one row of HT and one row of LT switchboard
124 SURATGARH II 3 3.13.4 LT switchboard facing each other minimum clearance of 3000mm shall be Please follow tender specification
968 facing each other minimum clearance of 2500mm instead of 3000 mm
maintained in between front boards.
shall be maintained in between front boards. Kindly confirm
Bidder proposes that the starting current for the LT Motors shall be as
377 of For LT motors, the applicable starting current shall be limited to 7.2 times of
125 SURATGARH II 3 3.12.0 per efficiency class of IS 12615:2018, exclusive of tolerance. Kindly Bid Specification prevails
968 full load current including all tolerance.
confirm.
For the VFD operated drives, insulation shall be designed to take care of
stresses due to high dV/dt. Motors shall be wound with dual coated winding
378 of Insulated bearing shall be considered for motors with higher frame size
SURATGARH II 3 3.17.0 wires and impregnated with VPI process. Further for such application,
968 only (As per the manufacturer standard).
insulated bearings shall be provided to avoid circulating current caused by
126 However, for other VFD fed motors with lower frame sizes, insulated Please follow tender specification
shaft induced voltages.
bearings are not required as per standard industrial practice. Kindly
For all VFD operated motors and other motors rated above 1000KW having
380 of confirm.
SURATGARH II 3 3.18.0 shaft length more than 1.5M shall have insulated bearings to prevent flow of
968
shaft currents.
There is a contradiction with the clause in the Electrical actuators
Motor shall be class F insulated with temperature rise limited to class B.
383 of section.Normally Motor shall be class F insulated with temperature rise
127 SURATGARH II 3 3.0.0 Motor shall be of class H insulation with temperature limited to class B.. Confirmed.
968 limited to class B , which has been followed as a standard industrial
practice. Kindly confirm the same.

Motor Control Centre (MCC) shall have two incomers, two bus sections and a Bidder understndands that generally all the LT Loads shall be fed from
421 of bus coupler. MCC shall be fed from PMCC. Each incomer / bus section shall the respective PMCC. Based on load centres & layout requirement,
128 SURATGARH II 3 3.2.0 Bid Specification prevails
968 be rated to feed 100% load of MCC. where ever required, separate MCC may also be provided & in that
case, the MCC shall receive power from PMCC.

424 of Working height shall be limited between 200mm and 1800mm. However, for Bidder proposes that the same shall be as per the standard
129 SURATGARH II 3 4.1.6 Please follow tender specification
968 MCC modules minimum height shall be limited to 400mm.. manufacturer practice. Kindly confirm

At least 20% of feeder modules covering the range of motors/ outgoing As per general industrial practice, bidder proposes that 10% spare
426 of feeders used subject to minimum of one module in each bus section shall be feeders shall be considered based on the total no of feeders instead of
130 SURATGARH II 3 4.1.15 Please follow tender specification
968 provided as spare. 20% the spare feeders for each type and rating as indicated in the
Spare modules shall be completely wired up. clause. Kindly confirm.

Lighting shall be provided in all the areas of FGDFGD. Lux level proposed are Bidder proposes that the illumination level for the FGD system shall be
given below: as follows :
S.No. Area Lux level 1. Switch gear /MCC rooms, :- 200
1. Switch gear /MCC rooms, Battery room,EDG room 200 2. Control room :- 350
473 of
131 SURATGARH II 3 3.2.0 2. Control room 500 3. Office area 300 Please follow tender specification
968
3. Office area 300 4. Crusher house, Transfer tower and other indoor areas of FGD :-100
4. Crusher house, Transfer tower and other indoor areas of Limestone 5. Battery Rooms & FGD area 100
handling plant 150 The above shall be as per the standard industrial practice such as in
5. FGD area 150 NTPC plants etc. Kindly confirm the same accordingly.

Bidder proposes that the Maintenance factor shall be 0.6 shall be


474 of
132 SURATGARH II 3 3.3.0 Industrial areas with very dusty interiors : 0.50 considered for the very dusty interiors also instead of 0.5 as per the Please follow tender specification
968
clause.Kindly confirm.

Bidder proposes that each lighting circuit and single phase receptacle
Load on each lighting circuit and single phase receptacle circuit shall be
474 of circuit shall be limited to about 2000 W instead of 1500 W and the
133 SURATGARH II 3 4.3.0 limited to about 1500 W and the number of luminaries connected to lighting Please follow tender specification
968 number of luminaries connected to lighting circuit shall be limited to
circuit shall be limited to about fifteen (15).
twenty (20) instead of about fifteen (15) as per the clause.
Bidder proposes to provide conventional type light fixtures for the DC
475 of
134 SURATGARH II 3 5.1.6 For DC lighting LED lights shall be used. systems instead of the LED Light fixtures as the same may not in the Please follow tender specification
968
standard manufacturer's product range. Kindly confirm.
For power cables, copper conductor shall be used for current rating of up to
For Power cables, bidder proposes that the minimum size of
485 of 10A. For higher current rating, conductor can be aluminium/copper. Minimum
135 SURATGARH II 3 3.9.0 aluminium conductor shall be 6 Sqmm instead of 16 Sq mm. Kindly Confirmed.
968 size of copper conductor shall be 2.5 sq.mm and aluminium conductor shall
confirm.
be 16 sq.mm.
Bidder proposes the following that Power cables shall be sized to
Power cables shall be sized to withstand the fault current of the circuit for the withstand the fault current of the circuit for the fault clearing time
485 of fault clearing time indicated below: indicated below:
136 SURATGARH II 3 3.13.0 Please follow tender specification
968 HT motor feeders and transformer feeders: 0.16 second. HT motor feeders and transformer feeders: 0.12 second.
LT ACB operated motor feeders & outgoing feeders: 0.16 second. LT ACB operated motor feeders & outgoing feeders: 0.12 second.
The same is as per the breaker tripping time. Kindly confirm

Request employer to share the drawings- GA and SLD of existing


b) Modification of two feeders at existing 11 kV Unit Switchgear located in the Details of existing system will be provided to the
137 SURATGARH II 1 3.2.3 15 of 968 Switchgear, GA of existing switchgear building. Same is required for
main plant building. successful Bidder during detail engineering
estimating the cost of augmentation and modification of these feeders.

Page : 29 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

Illumination system (Indoor & outdoor) complete with lighting distribution


Noted and the same is subject to RRVUNL's approval
SURATGARH II 1 3.2.3 o) 15 of 968 boards, lighting panels, lighting fixtures, lighting poles, winch operated Please note that lighting mast for general lighting shall be provided if
during detail engineering.
138 lighting mast, receptacles, fans, conduits, wires, switch boxes etc found necessary. Otherwise Outdoor / Area lighting will be covered
with building / structure periphery/Street lighting pole. Please confirm.
478 of Noted and the same is subject to RRVUNL's approval
SURATGARH II 3 5.10.0 Lighting mast
968 during detail engineering.
Bidder understands that lightning protection system shall be provided
for the buildings / structures / equipments requiring protection as per Noted and the same is subject to RRVUNL's approval
139 SURATGARH II 1 3.2.3 16 of 968 r) Lightning protection system for all the buildings, structures and equipments.
lightning protection calculation, which shall be submitted during detail during detail engineering.
engineering. Please confirm.
Bidder shall consider mandatory spares for only those electrical
140 SURATGARH II 1 3.2.3 16 of 968 y) Mandatory spares for three years. packages as listed in ANNEX - 1.5, list of mandatory spares. Please Confirmed.
confirm.
Earthing : 2 nos. earth rod riser will be provided near FGD switchgear building
SURATGARH II 1 4.3 25 of 968 Bidder understands that FGD area earthing system shall be connected
for interconnection of FGD area earth mat with plant main earth grid.
141 to the main plant earth mat at two locations near existing chimney. Confirmed.
359 of Earthing : FGD area earth mat shall be interconnected with existing Please confirm.
SURATGARH II 3 2.0.0
968 plant main earth mat near Chimney.
The Bidder/ Sub-Vendor should have manufactured & supplied at-least two Bidder propose that FGD HT transformer rating shall be in the range of
142 SURATGARH II 1 6.3.5.1 34 of 968 numbers (one each at two different installations) of 16 MVA, 11 KV or higher 4-6 MVA. Hence Bidder request to reduce the proveness criteria to 7- Please follow tender specification
rating oil filled transformers which should have been in successful operation 8MVA or higher rating instead of 16MVA. Please concur.
Construction power shall be provide by the Owner to the Contractor at free of
Bidder requests owner to mark the co-ordinates or location for Details will be provided to the successful Bidder
143 SURATGARH II 1 8.1 37 of 968 cost at one point. Bidder shall mention the construction power requirement at
Construction power supply in GLP of respective projects. during detail engineering
various phases of construction, in the bid document.
Bidder request to share details of existing communication system
358 of l) Extension of communication system in FGD area including communication followed in main plant along with model numbers,existing drawing and Details of existing system will be provided to the
144 SURATGARH II 3 1.0.0
968 cables. vendor make to estimate the extension for FGD communication successful Bidder during detail engineering
system and its cables.
It shall be Bidder's responsibility to make site visit and
Please note that there shall be cables coming from 11kV Unit
identify suitable cable route and raceway for the
358 of m) HT, LT Power cables, control cables and signal cables between Main plant Switchgear to FGD area (incomer cable). Bidder request Employer to
145 SURATGARH II 3 1.0.0 cables orginating from power plant. Details of existing
968 switchgear/control panel and FGD Switchgear / Control panel. suggest cable route and raceway for the same, also provide existing
system will be provided to the successful Bidder
relavant drawings for cable route.
during detail engineering
Bidder understands that FGD area earthing system shall be connected
359 of Earthing : FGD area earth mat shall be interconnected with existing
146 SURATGARH II 3 2.0.0 to the main plant earth mat at two locations near existing chimney. Confirmed.
968 plant main earth mat near Chimney.
Please confirm.
Power supply voltage proposed are as follows:
361 of
SURATGARH II 3 3.9.0 Motors rated above 160 kW : 11 kV supply, 50Hz
968 As these two clauses are contradictory, therefore we understand that
Motors rated upto160 kW : 415V, 50Hz Motors rated upto160kW shall be rated for LT supply
147 motors rated above 200kW shall have voltage rating of 11kV. Please
Power supply voltage: and >160 kW shall be rated for HT supply.
388 of confirm.
SURATGARH II 3 3.2.0 • Motors rated > 200 kW : 11 kV, 50Hz, 3 Phase
968
• Motors rated > 0.2 kW and up to 200 kW : 415 Volts, 50Hz, 3 Phase
Bidder understands that this clause is not applicable for FGD The electrical & control building shall have separate
Separate switchgear room shall be provided to accommodate HT
363 of Package. Single electrical & control building consider for all units. As switcgear room as specified. Further for auxiliary
148 SURATGARH II 3 3.13.1 Switchgear/415V PMCC/MCCs. Cable vault shall be provided for the
968 per tender submitted plot plan the same is identified. Location and plant buildings, if local swotchgear is envisaged, it
Switchgear rooms & Control rooms.
building size shall be confirm during detail enggineering. shall be located in a separate room.
Generally all electrical room shall be provided with 2 doors in addition to the
363 of NOTED. However, Bidder further clarify that air conditioned room shall
149 SURATGARH II 3 3.13.11 shutters provided for handling transformer, switchgear, panels etc. Air- Bid Specification prevails
968 be provided in FGD control room and control equipment room only.
conditioned rooms shall be provided with double door.
Noted. However, Bidder may propose additional subvendor for few
367 of TABLE-A
150 SURATGARH II 3 electrical pacakges. Necessary approval from owner shall be taken The same is subject to RRVUNL's approval
968 VENDOR LIST
prior to considering the same.
The motor name plate rating shall have more than 10% margin over the input Bidder proposes that motor name plate rating shall have more than
376 of
151 SURATGARH II 3 3.6.0 power requirement of the HT driven equipment and 15% for LT driven 10% margin over the input power requirement of the driven Please follow tender specification
968
equipment at rated duty point. requirement for both HT and LT system. Please concur.

Please note that cables that shall be applicable to FGD areas shall be
laid in overhead trestle, Hence is safe wrt mechanical protection.
485 of Bidder propose to use unarmoured cables in entire FGD area.
152 SURATGARH II 3 3.4.0 Cables can be armoured type only. Please follow tender specification
968 However, If required, Armoured cables can be provided for Directly
buried cables/ cables laid in trenches or if cables are laid in handling
areas- Gypsum handling and limestone handling.

500 of Bidder shall provide earth mat of spacing 5 m x 5m below switchgear/MCC Bidder proposes to provide the earth mat spacing of 10m x 10m below
153 SURATGARH II 3 3.1.1 Please follow tender specification
968 room/Switchyard and transformers switchgear / MCC room / Switchyard and transformers. Please concur.

Page : 30 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

Various platforms shall be illuminated by dust tight HPSV well glass lighting
Bidder proposes to use LED type fixtures for illuminating all areas of
789 of fixtures. Average illuminations level of 150 lux shall be maintained on
154 SURATGARH II 5 3.14.10 under FGD scope including platform lighting in chimney. Please Confirmed.
968 equipment and 70 lux on platforms & 100 lux on staircases (minimum 1
concur.
lighting fixture at each landing).

Single Line
Diagram For 846 of
SURATGARH II
Proposed 952 Please note that (2) two number of DG sets, shall not be required,
FGD System single DG set shall suffice all emergency loads of entire FGD plant. For redundancy, Two numbers DG sets shall be
155
Hence Bidder proposes to use single DG per stage to cater all provided. Please follow tender specification
Emergency loads. Please concur.
SURATGARH II 1 3.2.3 15 of 968 g) Two Nos. (1W+1S) emergency DG sets for two FGDs.

Single Line Since there shall not be much MV loads and also there shall be a
Diagram For 846 of common electrical building for both units. Hence location point of view, Noted and the same is subject to RRVUNL's approval
156 SURATGARH II
Proposed 957 bidder propose to consider single 11 KV switchgear, common for both during detail engineering.
FGD System FGD units. Please concur.

i) Industrial grade 2 x 100 % Parallel redundant UPS with heavy duty battery
Bidder proposes to use 2x100% parallel redundant UPS with single
and Floor mounted 2 x 100 % redundant ACDB shall be provided for powering
157 SURATGARH II 1 3.2.4 17 of 968 UPSDB, which shall suffice the UPS power requirement of FGD Please follow tender specification
PLC, Operator / Engineering work station, Analysers, SOVs and Field
System. Please concur.
instruments etc

To supply LT motors (rated up to 200 kW) and other loads, required numbers Bidder proposes to consider the 3x50% configuration of 11kv/433V
360 of Noted and the same is subject to RRVUNL's approval
158 SURATGARH II 3 3.7.2 of LV Service transformers shall be provided. 2X100% Transformers shall be transformer if the load requirement is more than 2.15MVA. Otherwise
968 during detail engineering.
provided for each Power Cum Motor Control centres (PMCC) transformer configuration will be 2x100%. Please concur.

384 of Each actuator shall have a space heater in the limit switch compartment We understands that electrical actuators shall have space heater if
159 SURATGARH II 3 3.0.0 Please follow tender specification
968 suitable for 240 V AC 50 Hz single phase supply. actuator rating is greater than equal to 30kW. Please confirm.

390 of When required, Synchronizing of supplies at HT Switchgears shall be carried As switchgear shall be controlled from PLC, therefore separate mosaic
160 SURATGARH II 3 3.9.5 Please follow tender specification
968 out from Mosaic control panel. control panel for switchgears are not required. Please concur.

Single Line Since there shall not be much MV loads and also there shall be a
Diagram For 846 of common electrical building for both units. Hence location point of view, Noted and the same is subject to RRVUNL's approval
161 SURATGARH II
Proposed 957 bidder propose to consider single 11 KV switchgear, common for both during detail engineering.
FGD System FGD units. Please concur.

Single Line
Diagram For 846 of Bidder proposes to consider single 415V LV scrubber/absorber Noted and the same is subject to RRVUNL's approval
162 SURATGARH II
Proposed 957 switchgear, common for both FGD units. Please concur. during detail engineering.
FGD System

Single Line
Diagram For 846 of Bidder understands that combined Gypsum and Limestone PMCC is
163 SURATGARH II Please follow tender specification
Proposed 957 also acceptable if layout permits. Please concur.
FGD System

Page : 31 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

a) The primary operations including control & monitoring of the FGD systems
shall be carried out from the programmable logic control system (PLC) which Bidder understands that for each project, FGD PLC with minimum 3
shall include hot redundant standby processors, redundant power supply sets (6 nos.) of controllers shall be provided for control, monitoring and
SURATGARH II 1 3.2.4 16 operation of the FGD system including common systems like
164 modules, redundant communication bus and non-redundant I/O modules. Bidder understanding is correct.
Minimum three sets (6 nos.) of redundant processors shall be considered for Limestone Grinding system, Limestone Handling system, Gypsum
the FGD PLC system. Dewatering system etc.
Kindly confirm / clarify.
SURATGARH II 1 4.13.0 258 PLC shall be provided for limestone handling system.
Noted for micro-processor based proprietary control
Bidder understands that controls & operation of AC units may be
Controllers shall be provided for control room, control and monitoring of AC system as per OEM's standard practice for the ac
165 SURATGARH II 7 4.1.0 336 implemented in FGD PLC or micro-processor based proprietary control
units and shall have the following facilities:… units, however there shall be a connectivity to the
system as per OEM's standard practice. Kindly confirm / clarify.
FGD PLC also.
d) The PLC system shall be interfaced with respective plant DDCMIS through
redundant bidirectional OPC / MODBUS TCP-IP / RS 485 link for monitoring
and also shall be time synchronised with respective Plant Master Clock
(a) With respect to FGD PLC connectivity with Plant DCS, Bidder (a) Bid Specification Prevails
SURATGARH II 1 3.2.4 17 system through redundant link via NTP / IRIGB protocol. Supply & laying of
understands that critical interface related signals shall be hardwired
all communication cables shall be considered in bidder’s scope of supply. In
between FGD PLC and Plant DDCMIS, and other signals required for
addition to that all necessary hardwiring of I/Os shall also be considered with
supervisory monitoring of FGD system from Plant DDCMIS shall be
respective plant DDCMIS for control, interlock and protection signals. ..
exchanged through Modbus TCP-IP/RS 485. Kindly confirm / clarify.

(b) Bidder understands spare I/O channels, marshalling terminals, (b) Bidder shall consider all necessary modification in
...The control system for FGD PLC shall have provision to interface with
communication ports etc. available in the existing DCS can be used existing DDCMIS due to the inclusion of FGD.
DDCMIS in the respective unit central control room and shall be as follows:
for this purpose, to the extent possible.
i. ... Necessary ports / converters shall be provided at both ends.
166 Kindly confirm / clarify.
ii. Communication media shall be optical fiber cable with MODBUS TCP-IP /
RS 485 between DDCMIS and PLC as per requirements. Optical cable, PLC
(c) Bidder understands that necessary hardware / software (c) Bidder shall consider all necessary
end Modem/Converter and DDCMIS end Modem/Converter shall be supplied
modifications in Owner's DDCMIS & master clock for interface with hardware/software and all required modification in
by bidder. Optical cables shall be routed through GI conduit pipes.
SURATGARH II 4 3.36.0 560 FGD PLC , shall be in Owner's scope. existing DDCMIS due to the inclusion of FGD.
..
Kindly confirm / clarify.
iii. In addition hardwired signal interfacing shall also be provided for any signal
required for interlock, control & protection. Similarly cable for hardwired signal
(d) Owner to please inform tentative cable routing distance to be (d) Bidder is requested to considered as per plot plan.
transfer between DDCMIS and PLC based FGD system shall be supplied,
considered for Bidder's signal interface with Owner's systems in All necessary cable engineering shall be under the
laid terminated by the bidder including preparation of cable schedule.
CCR/CER. scope of bidder. Also, Bidder to visit site.
Quantum of hardwired signals for linking PLC based system and DDCMIS
shall be decided during detailed engineering.

g) CCTV system shall be provided with Operating station at FGD control room Bidder shall consider all necessary
for CCTV monitoring. FGD CCTV system shall be interfaced with the Bidder understands that necessary hardware / software modification, hardware/software and all required modification in
SURATGARH II 1 3.2.4 17
respective existing plant CCTV system located in the respective unit CCR if as required at Owner's equipment/panel end for the same, shall be in existing DDCMIS due to the inclusion of FGD.
necessary without any commercial implications. Owner's scope.
167
i) Fire detection Alarm system: Interfacing with the Main Fire alarm Panel Kindly confirm / clarify.
SURATGARH II 1 4.1 24
located Control room. Termination is in Contractor’s scope. Request Owner to kindly provide the tentative Cable route length to be Bidder is requested to consider as per plot plan. All
CCTV : Terminal point at Plant CCTV(in existing CCR) considered for all interfaces with Owner's System. necessary cable engineering shall be under the scope
SURATGARH II 1 4.4 26
Fire system : Terminal point at Plant Main Fire Panel (in existing CCR) of bidder. Also, Bidder to visit site.
Temperature elements RTD & TC shall be connected directly to PLC without
SURATGARH II 4 3.16.0 559
transmitters.
Bidder understands that as per Vol-2 Sec 4 DTS C&I Cl.No. 3.16.0,
j) All field instruments and sensors for remote measurement viz. Flow meters, RTD and thermocouple shall be wired directly connected to their
Smart Transmitters, RTD, Process Switches, Temperature Transmitters and respective input modules.
SURATGARH II 1 3.2.4 17 Bid Specification prevails. Thermocouples and RTD's
168 analysers with all accessories shall be supplied as per attached PIDs and 1. No separate temperature transmitters are envisaged for the same.
shall be directly connected to input cards of PLC's
detailed specification for the completeness of the system. 2. No handheld/portable mV source generators are not envisaged for
the same
k. Transmitters & other HART based instruments shall be supplied along with
Kindly confirm.
3 Nos. of universal type hand held/portable pressure calibrators. Temperature
SURATGARH II 4 10.3.1 633
transmitters shall be supplied along with 3 Nos. of hand held/portable Mv
source generators.
Bidder understands that control desk & furniture as required shall be
169 SURATGARH II 1 3.2.4 18 o) Control Desk / Furniture in local control rooms and central control room. for Bidder's supplied workstations. Bid Specification prevails.
Kindly confirm.
x) Bidder shall refer to FGD PLC SYSTEM Configurations and other
Annexures for further details in the Volume II, Section - 4 Detailed Technical
Bidder understands that the PLC system can be supplied with any
170 SURATGARH II 1 3.2.4 19 Specification for C & I. If any preferred make of PLC is suggested by the Bid Specification prevails.
approved make of RRVUNL. Please confirm.
Owner to maintain uniform inventory in the plant then the Bidder shall provide
the same without any price implication.
All PLC, I/O cards, remote I/O cards shall be with required protection class
SURATGARH II 4 3.39.0 561 Bidder understands that FGD PLC is envisaged to be placed in Air-
and should withstand temperature up to 60 deg.C temperatures.
conditioned area. I/O cards & remote I/O cards shall be designed
Control rooms shall be air-conditioned and control room shall be provided with accordingly. In case of Air conditioning system failure, the control
171 SURATGARH II 4 3.24.0 559 Bid Specification prevails.
fire detection system and portable fire extinguishers. system may continue to operate for some time as per respective
Control System OEM's recommendation.
Kindly accept.

Page : 32 of100
Bidder understands that FGD PLC is envisaged to be placed in Air-
conditioned area. I/O cards & remote I/O cards shall be designed
accordingly. In case of Air conditioning system failure, the control
171 Bid Specification prevails.
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications system may continue to operate for some
Bidder's Querytime as per respective RRVUNL Response
Control System OEM's recommendation.
ii. Air-Conditioned
SURATGARH II 4 4.2.0 564 Kindly accept.
2. Design Temp. Maximum 50 °C
3. Separate interposing relay panels, dedicated marshalling / termination Bidder understands that system cabinet shall be provided separately.
172 SURATGARH II 4 6.3.0 583 cabinets for termination and separate system cabinets for each control However, relays / marshalling / termination may be provieded in the Bid Specification prevails.
system same cabinet.

25. Interposing relays with suitable contact rating shall be provided between Bidder understands that the Interposing relays for interface between
PLC and MCC/Swgr in Interposing relay panels for giving command signals PLC & MCC/Swgr/MOVs, shall be at MCC/Swgr/MOV end.
173 SURATGARH II 4 6.3.0 586 Bid Specification prevails.
ON/OFF or OPEN/CLOSE. Interposing relays shall have minimum 2 NO and Interposing relays other than above, shall be at PLC end.
2 NC contacts. Kindly confirm.
Interface of the system with M.C.C / Switchgears, and contactors (AC&DC)
shall be in the form of potential free contacts via interposing relay modules
SURATGARH II 4 6.20.7 598 mounted in the respective switchgear or MCC unit. All other interfacing relays
shall be mounted in a separate cabinet or a separate section of the PLC
Bidder understands that the Interposing relays for interface between
cabinet.
PLC & MCC/Swgr/MOVs, shall be at MCC/Swgr/MOV end.
174 Interposing relay panels for the system shall be supplied for mounting Bid Specification prevails.
Interposing relays other than above, shall be at PLC end.
interposing relays & terminating all cables originating from the DO cards and
SURATGARH II 4 13.4.4 703 Kindly confirm.
for distributing the signals to different MCC/SWGR panels and cubicles. IPR
panels shall be placed in LCR.
SURATGARH II 4 Annexure-8 Drive Control Philosophy
Bidder understands that Sequence of event recording is applicable for
175 SURATGARH II 4 6.16.0 592 5. The digital inputs for SOE shall be monitored at 1 milli- second resolution Main Plant equipment and not for FGD System. Bid Specification prevails.
Kindly confirm.
d) Laptop shall be provided with all master software loaded and engineering
of PLC & any other control system. Similarly additional laptops shall be
Bidder understands that One (1 no.) laptop with all engineering
176 SURATGARH II 4 7.7.0 607 provided with all master software loaded and engineering of PLC system. One Bid Specification prevails.
software, shall be provided for each project
no. Lap top with necessary master software loaded for the control System
shall be supplied individually.
(a) Bidder understands that One (1) no. LVS shall be provided for each
g. 1 no Operating station at FGD control room for CCTV monitoring. LVS project in FGD Control room. Kindly confirm.
177 SURATGARH II 4 8.2.0 612 80" LVS shall be provided in the FGD control room.
shall be provided for viewing the CCTV in FGD control room. (b) Owner to kindly inform size of the LVS to be supplied for FGD
control room.
Vibration monitoring system shall provide the vibration measurement in the
form Bidder understands that 4-20mA from VMS shall be hardwired to FGD
178 SURATGARH II 4 9.2.8 624 of 4- 20 mA and PF contacts (Alarm and trip) to be directly connected by PLC. Alarm & trips shall be generated accordingly in FGD PLC. Kindly Bid Specification prevails.
hardwired cable to plant PLC for monitoring. confirm / clarify.

Bidder understands that clock signal from Plant master clock system
Vibration analysis system for FGD plant shall include … following:
shall be available for FGD PLC only. Accordingly time synchronisation
179 SURATGARH II 4 9.3.1 625 … Bid Specification prevails.
of FGD Vibration analysis system is not applicable. Kindly confirm /
f) Time synchronization with Plant master clock system.
clarify.
18) At each inlet and outlet lines of gas to gas heat exchanger, the following
We understand that since Gas to gas heat exchanger is not applicable
instruments shall be provided as a minimum:
for FGD system, instruments mentioned in Vol-2 Sec 4 DTS C&I,
180 SURATGARH II 4 10.2.1 630 (a) Pressure indicator – 1 no and pressure transmitter – 2 nos Bid Specification prevails.
clause 10.2.1 are not applicable.
(b) Differential pressure transmitter across inlet and outlet lines
Please confirm.
(c) Temperature transmitters – 2 nos

Bidder proposes 1 No of SOx analyzers to be provided at Absorber


inlet.
19) Redundant SOx analyzers shall be provided at inlet (untreated flue gas)
181 SURATGARH II 4 10.2.1 630 Absorber outlet SOx shall be measured from CEMS Sox analyzer. Bid Specification prevails.
and outlet (treated flue gas) of absorber.
Owner to please confirm Bidder's understanding.

22) CEMS - CO, Sox, NOx, Opacity & Mercury analyzers at the inlet and
outlet duct of the FGD system. Humidity analyzer shall also be included in the
SURATGARH II 4 10.2.1 630
outlet of FGD system. Ultrasonic flow meter shall be provided for flow
measurement.
Bidder understands that as per CPCB norms, CEMS is envisaged at
Stack, instead of FGD inlet / outlet duct.
Suratgarh
182 CEMS shall be provided with CO, Sox, Nox, Opacity, Mercury, Bid Specification prevails.
Tender
humidity (in case of insitu) and flow measurement.
Drawings
Kindly confirm / clarify.
SURATGARH II 4 FCE- 846
1117155-ME-
DWG-PFD-
3440-004
21) Online Moisture analysis instruments to be provided for dewatered Bidder understands that moisture content in Gypsum shall be
183 SURATGARH II 4 10.2.1 630 gypsum. analysed in lab, and no online moisture analysis is envisaged for the Bid Specification prevails.
same.

Page : 33 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
c. All supplied field instruments are HART compatible, Therefore HART Bidder understands that One (1) no.HART calibrators shall be
184 SURATGARH II 4 10.3.1 631 Bidder understanding is correct.
calibrator is required for calibration. provided for each project..
SO2,NO2,CO2, CO Analyzer: a. Bidder understands that Extractive, Dilution or In-situ type analysers
SURATGARH II 4 10.3.25 656 Principle UV Fluorescence are acceptable for Flue Gas monitoring, subject to suitability to the
Measurement SO2,NO2,CO2,CO process conditions.
On- line Mercury Analyser Kindly confirm / clarify.
Measurement Elemental, Ionic & Total mercury
SURATGARH II 4 10.3.28 658 Measurement principle Atomic absorption spectrometry b.Bidder proposes SOX/CO/Nox/Dust monitoring analysers type &
Measuring range 0–100 μg/Nm³ principle of technology in line Central Pollution Control Board (CPCB
Measuring principle Cold Vapor Atomic Fluorescence guide line Aug, 2018 rev01)
185 Bid Specification prevails.
Owner to kindly accept.

c) Bidder understands that CEMS signals shall be hardwired to FGD


Opacity Analyzer PLC.
SURATGARH II 4 10.3.29 659 a) Type : In-Situ dry type visible light (through LED) Owner to kindly confirm/clarify.
b) Principle of Measurement : Transmission and absorption
d) Bidder understands CPCB connectivity of CEMS is not included in
Bidder's scope.

Bidder proposes Analyser Room or Shelter/shed for installing Analyser


w) Bidder shall provide buildings for…FGD MCC/control room & Analyser
186 SURATGARH II 1 3.2.1 13 Panels & auxiliaries, complying to Analyzer Vendor's recommendation. Bid Specification prevails.
room,…
Kindly accept.

Document submittals will be in Purchaser's format, to the extent


possible. For documents which cannot be submitted in Purchaser's
t) Formats for all engineering documents shall be strictly as per Purchaser’s
187 SURATGARH II 1 3.2.4 18 format (due to Package suppliers software limitation etc.), Bidder will Bid Specification prevails.
requirement only. Bidder’s standard formats shall not be acceptable.…
ensure that all details required as per Owner's format, are suitably
incorporated. Kindly accept.

w) Bidder shall refer to Drive control philosophy indicated in Section-4, Bidder confirms compliance to Drive control philosophy indicated in
Annexure-8. I/Os based on drive control philosophy provided with the Section-4, Annexure-8.
specification are minimum and for bidding purpose only, however the exact Any revision in the interface I/Os during detail engineering can be
188 SURATGARH II 1 3.2.4 19 Bid Specification prevails.
IOs based on the drive control philosophy shall be approved during detail incorporated by Bidder, subject to no change in the total number of
engineering and bidder to strictly follow the same without any commercial interface signals for each drive.
implications. Kindly accept.

The transmitters and other instruments shall be grouped together and


mounted:
SURATGARH II 4 3.1.22 557 ... Bidder understands that maximum six instruments will be grouped in
No more than six instruments shall be grouped in single Rack / Enclosure. single Enclosure / Rack with purging.
189 For Instrument Racks without purging, maximum eight instruments Bid Specification prevails.
GA for Local Instrument Rack: may be grouped in a single Rack.
Drawing indicates eight number of instruments for GA of 'LIR without Kindly confirm.
SURATGARH II 4 Annexure-6 745 purging'

All equipment/systems for air conditioned areas shall also be designed and
constructed to operate indefinitely without loss of function, departure from
SURATGARH II 4 4.2.0 564
specifications or damage during periods of air conditioning failure in summers Time period for which equipment/system can be continued in safe
such temperature may rise up to 55 deg. C even. operation, in case of air conditioning failure, shall be as per respective
190 Bid Specification prevails.
system OEM's recommendation, during detail engineering. Kindly
5. All like instrumentation, control hardware, control and protective system accept.
SURATGARH II 4 6.3.0 583 should be furnished by the same manufacturer in order to achieve the goal of
consistent control philosophy and to minimize the diversity of I&C equipment.

(a) Kindly clarify if the mentioned 'Colour Graphic Video Display Unit'
for CCTV is to be provided in addition to the CCTV Operator Station 1 no Operating station 27” LED at FGD control room
(27') in FGD Control Room. for CCTV monitoring,1 nos Colour Graphic Video
CCTV:
191 SURATGARH II 4 8.3.2 612 Display Unit for the Video management server with
Colour Graphic Video Display Unit…
(b) If yes, please specify the Qty of Video Display Units to be provided requisite storage for 30 days and 1 no of 80 " LVS
and their proposed location. shall be considered under the scope of bidder.

1) Height shall be 100 metres or H=6.902


1) Please note that the height of chimney mentioned in tender is same
(Qx0.277)^0.555 whichever is more.
Separate wet chimney of 150m height for each unit / a single twin-flue wet for separate wet chimney for each unit and a single twin-flue wet
Where,
chimney of 150 m height common for both units, designed as per EPRI chimney common for both units. Kindly recheck.
1 KALISINDH II 1 3.2.1 10 of 222 Q = Emission rate of SO2 in kg/hr
guideline with RCC shell, steel flue with internal corrosion resistant C-276
H = Physical stack height in meter
alloy / Alloy 59 over 8 mm thick(minimum) mild steel base metal of flue liner. 2)Bidder proposes mild steed base metal of flue liner with borosilicate
lining as an option. Please confirm acceptance.
2) Refer Amendment-1.

Page : 34 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
B Bubbling Type Absorber (if offered)
Bidder shall provide 3x50% or 2x100% gas cooling pumps instead of
2 KALISINDH II 2 5.1.0 7 of 24 Bid specification prevails
iii) However, 2x 100% Cooling Pumps instead of Slurry Recirculation shall be slurry recirculation pumps.
provided.
q) One number common stack drain condensate system for both the 660 MW
units comprising of condensate tank to hold 12 hrs of stack condensate with All the acidic dew / water droplets which is collected in the stack shall
Pg 10 of suitable chemical storage and dosing system for neutralization, and 2x100% be directly drained to the absorber. No additional condesate collection
3 KALISINDH II 1 3.2.1 Refer Amendment-1.
222 transfer pumps for transferring the neutralized condensate to the existing system with connection to ETP/CMB is envisaged by bidder. Request
ETP/CMB. Provision shall be given for pumping the condensate to the owner to accept and confirm the same.
absorber with suitable pumps (2x100%), piping.

We do not envisage requirement of elevator for the absorber as the


4 KALISINDH II 1 3.2.1 11 of 222 aa) Elevator for each absorber offered absorber, unlike spray tower, shall be less than 20m in height. Bid specification prevails
Same is accepted by major power utilities like NTPC. Please confirm.
Insulation, cladding wherever required based on the process
Pg 11 of dd) Isolation valves, insulation, cladding for all utilities at the Owners terminal
5 KALISINDH II 1 3.2.1 requirement of the system for utilities at owner's terminal point shall be Bid specification prevails
222 point for each unit.
provided.
Any approval / Clearance required for SO2 abatement, waste water
Scope of work
Pg 12 of from FGD etc..from MOEF, CPCB / SPCB etc.. Shall be arranged by
6 KALISINDH II 1 3.2.1 gg) MoEF clearance for SO2 abatement. Bid specification prevails
222 owner. Required supportive contractual documents for getting the
hh) CPCB /SPCB clearance for waste water from FGD.
approval /clearance will be submitted by bidder.
Pg 20 of The Contractor shall be responsible for all licensing applications, however Bidder request, owner to kindly clarify which licenning application are
7 KALISINDH II 1 3.6 Bid specification prevails
222 Owner will extend all co-operation required by the contractor. being referred to for engineering services.
All services shall be performed by the Contractor to obtain the required
Required contractual documents for obtaining the approval / clearance
permits to commence the works and operate the Plant, including but not
/ permits from the authorities for the bidder's scope of work/supply will
Pg 20 of limited to:
8 KALISINDH II 1 3.6 be submitted by the bidder. However, the responsibility of getting the Bid specification prevails
222 • Clarifications with authorities
approval / clearance from the concerned authorities lies with the
• Participation in all clarification meetings
owner. Please confirm.
• All other services as required.
b) Make-Up water: Please furnish the exact terminal point location with
Terminal Points - Mechanical works:
details whether it is from tank or discharge pipe. Also please furnish
a) Untreated Flue gas duct: At the existing ID fan outlet ducts.
the temperature and connection details for the same.
b) Make-up water: The water required for the FGD plant shall be sourced from
C) Service water: Please furnish the Terminal point location with water
plant CMB /filtered water system. Pumps (2x100%) if required shall be
analysis, temperature and connection details.
included in Bidder’s scope.
d) Potable water: Please furnish the Terminal point location with
c) Service water: From the nearest existing Service water header
temperature and connection details.
d) Potable water: From the nearest existing Potable water header b) Bidder to visit the site and get the required
e) FGD waste water: Please furnish the Terminal point location with
e) FGD waste water: shall be connected to ZLD plant information.
connection details
f) Limestone: At the unloading hopper c), d), h), k) terminal points from the nearest header.
Pg 22 of h) Fire water for Hydrant:
9 KALISINDH II 1 4.1 g) Gypsum: At the gypsum storage shed e) FGD WWTP location marked in the tender
222 i) Please furnish the Terminal point location with flow, pressure,
h) Fire water for hydrant system- Main Header will be available at one point drawings
temperature and connection details.
near the FGD area and Preparation Plant area. Installation of Fire Water Bidder to furnish the quantiy of ACW required for the
ii) Also Please furnish the Terminal point details for MVWS spray
Pumps (if applicable) shall be in the scope of the FGD supplier. cooling.
header with flow, pressure, temperature and connection details.
i) Fire detection Alarm system: Interfacing with the Main Fire alarm Panel
k) DM water : Please furnish the Terminal point location with pressure,
located Control room. Termination is in Contractor’s scope.
temperature and connection details.
j) Instrument & Service Air: Dedicated Air Compressors shall be installed to
meet the requirements.
Further, Please furnish the Aux. cooling water supply and return,
k) DM Water: DM water (if required) for makeup of CCW system of FGD,
Terminial point location with flow, pressure, temperature and
shall be sourced from existing DM water header.
connection details etc..
Please note that there is no separate requirement of equipment
cooling water system (Plate heat exchanger, DMCW pumps, ACW
DMCW system shall be in bidder's scope.Make up for
pumps) in the tender.
k) DM Water: DM water (if required) for make-up of CCW system of FGD, DMCW to be tapped off from nearest header.
10 KALISINDH II 1 4 22 of 222
shall be sourced from existing DM water header Specification for DMCW system shall be furnished
Hence, Bidder understands that cold DMCW will be provided by
with Amendment No.1
Owner and hot DMCW will be returned back by Bidder.
Kindly furnish the terminal point details for hot and cold DMCW.
Please confirm the following:
TP1: Bidder presumes that the indicated FGD Make up water quantity
Pg 22 of The available utility parameters at the terminal points are listed below: Available FGD Make up water quantity of 135 m3/hr
11 KALISINDH II 1 4.1 of 154 m3/hr (max) is for one 600MW unit. Hence for 2x600MW units,
222 TP1: FGD make up water 154 m3/h (max) at 2.5 Kg/cm2 (g) (max) indicated is for one 600MW unit only.
the available FGD makeup water quantiy will be 308m3/hr. Please
confirm.
Please confirm the following:
The available utility parameters at the terminal points are listed below: TP2: Bidder presumes that the indicated service water / clarified water
Pg 22 of Available service water / clarified water quantity of 10
12 KALISINDH II 1 4.1 quantity of 10 m3/hr (max) is for one 600MW unit. Hence for
222 m3/hr (max) is for one 600MW unit only
TP2: Service Water 10 m3/h (max) at 2 Kg/cm2 (g) 2x600MW units, the available clarified water quantiy will be 20m3/hr.
Please confirm.
Pg 79 of Design and Guarantee condition: Please furnish the site elevation w.r.t MSL, to be considered in our
13 KALISINDH II 1 19.2 RL is already available in Plot Plan.
222 Site elevation design.

Page : 35 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Sl.No.6) Flue Gas flow at FGD inlet:
Pg 79 of
14 KALISINDH II 1 19.2 Guarantee case: 562.8 Nm3/s Please confirm whether the indicated flow is in Wet or dry condition.
222 Indicated flow is in Wet condition.
Design case: 596.4 Nm3/s
Request customer to clarify the following:
a) whether the indicated analysis corresponding to imported Coal or
Annex-1.2 / Indian Worst coal or Blended Coal (30% imported & 70% Indian Coal).
Pg 79 & a) Analysis is for blended coal
15 KALISINDH II 1 Flue gas Flue Gas Analsysis b) Whether the indicated analysis is for Guaranteed condition (TMCR)
80 of 222 b) Analysis is common for both conditions
Analysis or Design condition (BMCR condition)
Request Customer to Clearly indicate / Provide the Flue gas analysis
for Guarantee and Design Condition.
Annex-1.2 /
Pg 82 of Annex-1.2 / Flue Gas Analysis a) The inlet SO2 concentration indicated in mg/Nm3 & in % V/V (wet)
KALISINDH II 1 Flue gas
222 d) The SO2 content is indicated as 0.062 % (V/V)-wet are not matching and the values are in contradiction, when arrivin to a a)SO2 concentration in mg/Nm3 indicatred shall be
Analysis
16 common unit. Request owner to check and confirm the same. complied with
Annex-1.2 /
Pg 82 of f) SO2 concentration in Flue Gas at FGD inlet: B) Also request owner to confirm the whether the inlet SO2 b) SO2 concentrtion is common for both conditions.
KALISINDH II 1 Flue gas
222 1910 mg/NM3 (wet) concentration will be same for Design and guarantee condition.
Analysis
Annex-1.2 / Kindly confirm the HF & HCl concentration in the flue gas (if any) to be
Pg 82 of HCL - 45ppm ( wet) and HF - 12ppm ( wet) may be
17 KALISINDH II 1 Flue gas Flue Gas Analsysis considered, as the waste water Purge flow rate will have impact based
222 considered.
Analysis on this.
Annex-1.2 / Flue Gas Analysis
Annex-1.2 / The Flue Gas Desulphurisation (FGD) System shall also be designed to
Pg 82 of
KALISINDH II 1 Flue gas achieve SO2 emission of less than 100 mg/Nm3 (6% O2 dry) for the range of There is contradiction in the SO2 emission level at the outlet of FGD,
222
18 Analysis loads at different operating conditions and for range of coals as specified in between thee caluses. Request owner to confirm the SO2 level at Bidder to follow Volume -II, Sec 1, CL 19.2, 79 of 222.
this Section. outlet of FGD.
Pg 79 of Sl.No.11). SO2 concentration in flue gas at FGD outlet:
KALISINDH II 1 19.2
222 < 200 mg/Nm3 (6% O2, dry basis)
Analysis furnished is for filtered water only and the
same is indicative only and bidder shall visit the site
Annex-1.3 / We understand that the indicated analysis is the combined /mixed
Make-Up water Analysis: and collect the required samples & analysed for
Make-up Pg 83 of water analysis of two water source (ie.CT blowdown / Filtered water)
19 KALISINDH II 1 The make-up water is the plant filtered water system and CT blowdown submitting their bids.
water 222 and the same will be used as the make-up of FGD process. Kindly
collection tank. The water quality is mentioned below. Primary water source for FGD make-up shall be from
Analysis confirm.
CT blowdown tank. Additional water required shall be
tapped from filtered water system.

Bidder request owner to furnish / confirm the service or clarified water Bidder shall visit the site and collect the required
20 KALISINDH --- --- --- --- Service / clarified water Analsysis
analysis with the terminal point details. samples & analysed during detail engineering.

Analysis furnished is for filtered water only and the


same is indicative only and bidder shall visit the site
Annex-1.3 / To maintain the uniformity in the input details (ie. water analysis) made
Note: and collect the required samples & analysed for
Make-up Pg 83 of available to bidders, owner to furnish / confirm these details ( water
21 KALISINDH II 1 The above water analysis only indicative and bidder shall visit the site and submitting their bids.
water 222 analysis) as part of the specification. Hence, bidder request owner to
required samples to be analyzed before submitting their proposal. Primary water source for FGD make-up shall be from
Analysis confirm the water analysis indicated.
CT blowdown tank. Additional water required shall be
tapped from filtered water system.

Note:
Annex-1.4 / Guaranteed parameters (Guarantee on limestone consumption, auxiliary Please note that Limestone purity is of utmost importance for deciding
Design Lime Pg 84 of power consumption & gypsum purity) shall be based on available (reactive) the quality of gypsum produced in the FGD system. Limestone purity
22 KALISINDH II 1 Bid specification prevails
stone 222 CaCO3 content of 89%. The design of Flue Gas Desulphurisation (FGD) of more than 90% is envisaged by the bidder to meet the requirement
Analysis system & auxiliaries shall be based on available (reactive) CaCO3 content of of gypsum purity of 90%. Kindly confirm.
79%)
Kindly note that the FGD is designed based on the Flue gas details
Pg 2 of The Contractor shall take into account the entire characteristics of expected
KALISINDH II 2 2.1 3.1.0 provided in Annex-1.2 / Sec-1/Vol - II/ Pg 82 of 222. Request customer
25 combination of fuels to be fired while designing the FGD system.
to clarify the following: a) Analysis is for blended coal
23
The values indicated for FGD sizing in the technical specification shall be a) whether the indicated analysis corresponding to imported Coal or b) Analysis is common for both conditions
Pg 2 of
KALISINDH II 2 2.1 4.0.0 considered as minimum design criteria. These shall be modified to more Indian Worst coal or Blended Coal (30% imported & 70% Indian Coal).
25
conservative values if, Contractor experience warrants the same b) Whether the indicated analysis is for Guaranteed condition (TMCR)
In case of a power failure all items of equipment (minimum one agitator in Kindly note that the equipment which are to be considered in
absorber and limestone slurry tank, process water pump & lube oil system of Emergency Power supply will be as per the standard proven design of
Pg 2 of
24 KALISINDH II 2 2.1 4.0.0 booster fan & ball mill) which may cause irreversible damage to the FGD our collaborator and the different OEMs, based on the system Bid specification prevails
25
System shall be connected to the emergency power supply system to be requirement. The details for the same will be furnished during detail
provided by the Contractor. Engineering stage.
Kindly note, the duct shall be sized for flue gas flow at Design
Pg 4 of condition (ie. BMCR condition) considering the recommended
25 KALISINDH II 2 2.1 5.0.0 The duct shall be sized for 30 % to 150 % of the rated flow. Noted.
25 /Specified flue gas velocity. Hence the duct sizing to 150% of rated
flow is not applicable.

Page : 36 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
vii) ...........................The complete absorber vessel (absorber oxidation tank,
absorber tower & absorber outlet duct up to absorber outlet flange) shall be As per our collaborator's experience we propose flake glass lining on
Pg 5 of
26 KALISINDH II 2 2.1 5.1.0 made of clad sheet of C276/Alloy 59 (minimum 2 mm thick) by explosion the inside surface of the absorber and tanks and absorber outlet ducts Bid specification prevails
25
bonding or hot rolling, having minimum 7 mm thick carbon steel as base up to chimney. Please confirm.
material.
As per our collaborator's experience, Bidder envisages to use wall
Pg 5 of vii) The absorber wet-dry interface shall be of solid Alloy 59 or C276 of
27 KALISINDH II 2 2.1 5.1.0 paper of C276 with maximum thickness of 2 mm on CS at the wet-dry Bid specification prevails
25 minimum 6 mm thickness
interface including struts.
xi) The absorber shall provide with adequate (1Working+ 1Standby) There is contradiction in the theoretical air requirement value for Jet
Pg 5 of compressors/ Blowers. This shall be designed to load based on demand with bubbling type Absorber, between these two clauses.
KALISINDH II 2 2.1 5.1.0
25 2.5 times and 4.5 times the theoretical requirement for spray type and jet
bubbling type respectively. However, kindly note that as per our collaborator's standard proven
28 experience installed world-wide, for JBR type absorber 4.0 times the Bidder to follow Sec-2.1. ANNEX – 2.1.1, Pg 23 of 25
theoretical air requirement is being considered for design, which is
D) Air Injection system
ANNEX – Pg 23 of more than sufficient. Hence 4.5 times the theoretical requirement is
KALISINDH II 2 2.1 Capacity : 2.5 times for spray & 4 times the actual/ Theoretical air
2.1.1 25 not applicable and not envisaged by bidder. Request customer to
requirement for bubbling type.
accept and confirm the same.
Pg 5 of xi) Oxidation nozzles / spargers shall have a minimum redundancy of 10% or As per our proven design 10% margin is not required and hence not
29 KALISINDH II 2 2.1 5.1.0 Bid specification prevails
25 as per the contractor’s proven practice whichever is maximum. envisaged for JBR type of Absorber.
Owner to note that the 24 hrs. storage capacity of process water tank
is not required. Bidder shall proivide the 15 minutes storage capacity
for process water tank as per practice followed by NTPC & other state
Utitlities. Please confirm.
Pg 5 of xiii) Process water tanks with a capacity of 24 hrs requirement of FGD system
30 KALISINDH II 2 2.1 5.1.0 Bid specification prevails
25 shall be provided. The tank level shall be controlled by control valve.
Further, we understand as per Annex-2.3.1/Sec-2.3/Vol-II/Pg 16 of 18,
Two nos common Process water tank for 2 units to be provided.
However, Please confirm each tank to be sized for storage
requirement for 2x600MW units.
Pg 6 of xiv) 2 x 100 % process water transfer pumps for each absorber shall be
KALISINDH II 2 2.1 5.1.0
25 envisaged for the preparation of the limestone slurry.
Please confim the No. of Process water transfer pumps to be 2x100% Process water Pumps shall be common for
31 Flow Diagram for Process water Distribution system (Drwg No: FCE-1117155-
considered for 2x600MW units. 2x660 units.
Tender ME-DWG-PFD-3440-005, R0)
KALISINDH II 6 --
drawings
2x100% (1W+1S) Process water Pumps indicated common for 2x600 units.

xix) The absorber oxidation tank shall be provided with an over flow line The absorber oxidation tank is integral part of JBR (absorber), as per
Pg 6 of complete with sealing pot, over flow and drain line. The absorber over flow collobarotor's design, there shall not be any overflow line and the tank
32 KALISINDH II 2 2.1 5.1.0 Bid specification prevails
25 shall be taken to a sump in the absorber region, from where the slurry shall will be drained / emptied by the gypsum bleed pump. Hence there is
be pumped back to the absorber and Emergency slurry tank by a sump pump no requirement of overflow / drain pipes connected to seal pot.

Bidder propose to consider piping material as follows:


iv) The spray headers & piping for cooling pump discharge shall be made of
Pg 7 of "…Gas Cooling Pump discharge piping and valves which are outside
33 KALISINDH II 2 2.1 5.1.0 Alloy 59 or C276 and nozzles shall be made of Silicon Carbide or ceramic or Noted.
25 Gas Cooler and not in contact with hot flue gas shall be in line with the
equivalent having a minimum guaranteed life of 20,000 hrs.
requirements specified for slurry recirculation pumps.". Please confirm.

The Gas Cooling pumps shall be installed under the mist eliminator
Pg 7 of
34 KALISINDH II 2 2.1 5.1.0 The Cooling Pumps shall be installed inside a building. ducts as per our collaborator's standard design installed world-wide. Bid specification prevails
25
Same is alos accepted by NTPC & other power Utilities.
The entire flue gas system including flue gas ducts, absorber etc. shall be Excursion temperature is applicable only for duct before absorber.
Pg 7 of designed to meet the following conditions: Since our absorber is preceeded by emergency cooling system, we
35 KALISINDH II 2 2.1 5.2.0 Bid specification prevails
25 3) Short temp excursion temperature of inlet gas (for approx. fifteen (15) don’t envisage mentioned excursion temperature at absorber and
minutes at a time) (deg. C) : 300 downstream of absorber.
The ducts from Absorber outlet to stack shall be made of Carbon steel of
Pg 8 of
KALISINDH II 2 2.1 5.2.0 minimum 7 mm thickness cladded with 2mm (minimum) thickness Alloy
25
C276/Alloy 59.
As per our collaborator's experience we propose flake glass lining on
F) DUCT SIZING
36 the inside surface of the absorber outlet ducts up to stack. Please Bid specification prevails
2) MOC of the Flue gas Duct : (b) Absorber outlet duct to Wet Chimney shall
ANNEX – Pg 24 of confirm.
KALISINDH II 2 2.1 be made of Carbon steel of minimum 7 mm thickness clades with 2 mm
2.1.1 25
(thickness) Alloy C 276/Alloy 59, to handle the wet saturated gas with
condensate.
The guide vanes & Interal trusses (if provided) in the hot flue gas path
All guide vanes & internal trusses (if provided) shall be made of 317 LMN or before abosrber shall be of same material as of duct and if any in the
Pg 8 of
37 KALISINDH II 2 2.1 5.2.0 appropriate material which offers similar or better corrosion resistance wet flue gas path (ie. after Absorber) shall be made of 317LMN or Bid specification prevails
25
properties as of duct plates. appropriate material which offers similar or better corrosion resistance
properties. Please confirm.
Pg 16 of The pump shall be capable of pumping of filtrate water with solid
KALISINDH II 2 2.1 6.2.0 Filtrate pumps handling slurry will have a slurry concentration much
25 concentration upto 10% & particle lumps of 6-7mm.
38 less than 10%. Also the filtrate pumps handling slurry will never have a Bid specification prevails
Pg 8 of The pump shall be capable of pumping of filtrate water with solid
KALISINDH II 2 2.3 4.9.0 particle size of 6-7 mm. Please clarify the requirement.
18 concentration of not less than 10% & particle lumps of 6-7mm.

Page : 37 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

Tanks shall be made from IS:2062 quality mild steel plates of tested quality. Bidder proposes material of limestone slurry preparation / storage tank
Pg 18 of The tanks shall be of welded construction. Interior surface of the tanks shall to be flake-glass/FRP lined carbon steel with lining thickness of
39 KALISINDH II 2 2.1 6.4.0 Bid specification prevails
25 lined with replacable chlorobutyl/ bromobutyl rubber lining of minimum 5 mm minimum 2mm, considering anti-abrasion measure, as the
thickness and the outside surface shall be coated with paint as specified. environment is similar to that of absorber. Please confirm.

Pg 19 of Three stage chevron type Mist Eliminators (ME) made of Polysulfone or Bidder proposes Two-stage Mist Eliminator (ME) in place of Three
40 KALISINDH II 2 2.1 6.7.0 Bid specification prevails
25 stainless steel shall be provided at the exit of the absorber. stage to meet the desired requirement. Kindly confirm.

a) We don’t envisage separate booster pumps for ME washing. As per


our collaborator's standard practice, ME wash water is being taken
Washing provisions shall include external and internal piping systems with
form Process water pumps discharge. Please confirm.
Pg 19 of replaceable nozzles, water pressure booster pumps complete with all piping,
41 KALISINDH II 2 2.1 6.7.0 b) Bidder envisages carbon steel pipes for outside pipe up to the Bid specification prevails
25 valves, instrumentation and controls. The mist eliminator wash piping shall be
nozzles at mist eliminator casing. Inside the mist eliminator casing ,
constructed of rubber lined carbon steel or glass fiber reinforced plastics.
piping header shall be of FRP/CSRL / Polypropylene/ PVC. Please
confirm

2x100% Mist Eliminator Wash Water Pump for each unit connected to each We don’t envisage separate pumps for ME washing. As per our
Pg 20 of
42 KALISINDH II 2 2.1 6.7.0 of the Process water Storage tanks (for example total 4 nos. of pumps for collaborator's standard practice, ME wash water is being taken form Bid specification prevails
25
2x600 MW) along with all necessary piping, valves, control & instrumentation Process water pumps discharge. Please confirm.

B) BOOSTER FANS We understand that pressure required at the wet stack inlet (during
ANNEX – Pg 21 of
43 KALISINDH II 2 2.1 6) Pressure required at chimney inlet with FGD bypass damper closed : 10 FGD bypass damper closed condition) shall be, based on draft Confirmed.
2.1.1 25
mmWC requirement instead of 10mmWC. Please confirm.

Kindly clarify this requirement "Air temperature drop in Absorber :


C) ABSORBER/SCRUBBER
ANNEX – Pg 22 of temperature in chimney to be maintained as mentioned".
44 KALISINDH II 2 2.1 3) Air Temperature Drop in Absorber: Temperature in Chimney to be Bidder understanding is correct.
2.1.1 25 As per our understanding, the wet flue design does not have any such
maintained as mentioned.
requirement.
C) ABSORBER/SCRUBBER
ANNEX – Pg 23 of We understand that this indicated slurry tank MOC is for Auxilliary
45 KALISINDH II 2 2.1 10) MOC of the Slurry tank: MS construction with replaceable Chlorobutyl / MoC indicated shall be applicable for all slurry tanks
2.1.1 25 absorbent tank. Please confirm.
Bromobutyl rubber lining of minimum 5 mm thickness

Bidder understands that as per Cl. no. xviii of 5.1.0 (A) of Vol II,
Section 2, Sec 2.1 "The contractor shall offer and demonstrate mixing
ANNEX – Pg 23 of E) Agitator (for each absorber)
46 KALISINDH II 2 2.1 arrangement such that n-1 number of agitators is sufficient to avoid the Bid specification prevails
2.1.1 25 2) Number of standby agitator: One (1) No.
slurry settlement in the absorber tank in case of one agitator under
breakdown (n-total no. of working agitators)." Please Confirm.

We understand that the Wet ball mill, Lime stone slurry and Gypsum
slurry system shall be 2x100% streams (1W+1S), each stream sized
Pg 1 of Design criteria: Limestone system Wet ball mill, Lime stone slurry and Gypsum slurry
KALISINDH II 2 2.3 3.0.0 for both the units. Please confirm our understanding.
18 The system shall be 2 x 100 %. system shall be for 2x100% streams (1W+1S), each
Also, Please confirm the following:
stream sized for both the units.
a) Mill separtor tank- As per P&ID, one (1) No. is indicated. we
a) one ( 1) no. Mill separation tank with twin
undertand that 1x100% mill separator tank for each wet ball mill shall
compartment shall be considerd as per specification
be provided.
b) 2x100% Mill circuit pumps shall be provided for mill
b) Mill circuit pumps- we understand that 2x100% (1W+1S) mill circuit
47 Tender Flow Diagram for Limestone unloading and slurry Preparation system (Drwg separator tank as per specification
KALISINDH II 6 -- pumps shall be provided for each mill sepator tank.
drawings No: FCE-1117155-ME-DWG-PFD-3440-003, R0) c) Hydro cyclon A & B are common for both mills
c) Mill hydro-cyclone - In P&ID, hydro-cyclone A & B is indicated for
d) 2x100 % Lime stone slurry storage tanks shall be
Ball mills. We understand that each ball mill will be provided with
considered common as per specification. Each tank
1x100% hydro-cyclone. Please confirm.
shall be sized for 2x660 MW Units
d) 2 Nos lime storage tank each dedicated to one unit and sized for
e) 2x100% lime stone slurry transfer pumps shall be
Pg 4 of 2 x 100 % Hydro cyclones shall be provided for Ball mill area, Primary hydro one 660MW unit shall be provided.
KALISINDH II 2 2.3 4.2.0 provided common for 2x600 MW Units
18 cyclone and Secondary hydro cyclone area. e) 2x100% (1W+1S) slurry pumps shall be provided for each Lime
storage tank dedicated for each 660MW unit.
The Bidder shall provide 2x100% gypsum dewatering system with each As per general industry practice, the gypsum dewatering system shall
Pg 5 of
48 KALISINDH II 2 2.3 4.5.0 stream sized to dewater 115% of the maximum gypsum produced by 2x600 be sized for 110% of the maximum gypsum at design point (instead of Bid specification prevails
18
MW units operating at Design point 115%). Please confirm.
Pg 6 of The hydro-cyclone shall be of proven design and shall be provided with PU Bidder request owner to consider the lining material of Rubber lining
49 KALISINDH II 2 2.3 4.6.0 Bid specification prevails
18 lining of minimum 12 mm. for Hydrocyclone in addtion to PU. Please confirm
The FGD will be of JBR type and accordingly the gypsum-dewatering,
Pg 6 of
KALISINDH II 2 2.3 4.5.0 Gypsum Dewatering System filtrate water system etc..shall be designed as per system requirement
18
based on colloborator design
50 Bid specification prevails
Tender Flow Diagram for Gypsum Recovery System (Drwg No: FCE-1117155-ME- In JBR technology the Secondary hydrocyclone is not necessary.
KALISINDH II 6 -- Only primary hydrocyclone is better from JBR process point. Please
drawings DWG-PFD-3440-006, R0)
confirm.
Sufficient number of agitators shall be provided in the tank by the contractor
Pg 9 of As per standard industry practice, redundant agitators are not
51 KALISINDH II 2 2.3 4.11.0 to prevent the solids from settling down. There shall be at least one redundant Bid specification prevails
18 envisaged for Emergency Slurry Tank and hence is not considered.
agitator for this purpose.

Page : 38 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

Pg 9 of For Agitators in other tanks, agitator blades shall be made with Alloy 926 or For agitators in other tanks, agitator blades & shaft shall be made with
52 KALISINDH II 2 2.3 4.12.0 Bid specification prevails
18 better material & shaft can be rubber lined. carbon steel rubber lined, as per proven collaborator experience.
Since all the agitators are vertically mounted & rotating at low rpm, the
Pg 10 of Static and dynamic (as far as applicable) balancing of all agitators shall be
53 KALISINDH II 2 2.3 4.12.0 static & dynamic balancing after assembly are not applicable as per Bid specification prevails
18 carried out after assembly.
applicable standard.
For Mist eliminator washing separate washing pumps are not
Pg 11 of 2x100% pumps shall be provided for supplying water for the mist eliminator
54 KALISINDH II 2 2.3 4.14.0 envisaged as per our standard practice of our colloborator. ME Bid specification prevails
18 washing system of each absorber
washing water shall be taken form Process water pumps.
Bidder shall consider 1.5mm corrosion allowance as per SECTION –
ANNEX – Pg 16 of I PROCESS WATER TANK
55 KALISINDH II 2 2.3 VI, PART-B (BOOK 1 OF 5) SUB-SECTION-A-05 clause 13.01.00 Corrosion allowance: 3 mm shall be considered.
2.3.1 18 5) Corrosion allowance: 3 mm
(page 27 of 36). Please confirm

Velocity in slurry lines shall be as per our Colloborator's proven


Pg 2 of
56 KALISINDH II 2 2.0.0 Slurry Lines - 1.8 m/s practise after many years of experience such that there is no Bid specification prevails
11
settlement and erosion. Please confirm the acceptance.

Please clarify in which condition 47.5 Hz frequency to be considered. As per specification, sizing criteria for each fan shall
ANNEX – Pg 21 of B) BOOSTER FANS
57 KALISINDH II 2 Bidder understands 47.5 Hz frequency to be considered at single fan be 60% BMCR flue gas flow, with the power supply
2.1.1 24 4. Power supply frequency Hz 47.5
test block condition. For FGD design and operating case, 50 Hz frequency of 47.5 Hz.
frequency to be considered. Please confirm.
ANNEX – Pg 9 of As per Vacuum Belt filter OEMs, Bidder proposes to use filter frame of
58 KALISINDH II 2 5. Filter Frame SS 316L Bid specification prevails
2.3.1 18 Carbon steel with epoxy paint. Please confirm.
ANNEX – Pg 9 of
59 KALISINDH II 2 7. Filter Cloth PE Bidder proposes filter cloth shall be polyester or polypropylene as per Bid specification prevails
2.3.1 18
the proven design of the supplier.
60 4.0 22 of 223 For Surat Garh: Bidder proposes to use owner’s existing pipe rack for routing pipes
TERMINAL b) Make-up water: The water required for the FGD plant is sourced from plant from Terminal points up to FGD scope trestle. Owner is requested to
POINTS CT blowdown tank /clarified water system and further distribution within FGD confirm the same. Please provide the Layout drawing which shows
4.1 plant Terminal Point location (with exact co-ordinates) as per the
MECHANIC shall be by the Contractor. Pumps (2x100%) if required shall be included in specification.
AL WORKS Bidder’s scope. Bidder also proposes that the Process water tap off line from the CT
c) Service water: From the nearest existing Service water header blowdown tank /clarified water system upto the identified FGD space
d) Potable water: From the nearest existing Potable water header shall be
e) FGD Waste water: Shall be connected to ZLD plant a) Buried under ground pipe and/or
h) Fire water for hydrant system- Main Header will be available at one point b) Supported on the Owner Pipe rack.
near the FGD area and Preparation Plant area. Installation of Fire Water Owner is requested to confirm the same.
Pumps (if applicable) shall be in the scope of the FGD supplier. Bidder to visit the site and get the required
KALISINDH II 1
j) Instrument & Service Air: Dedicated Air Compressors shall be installed to information.
meet the requirements.
k) DM Water: DM water (if required) for make-up of CCW system of FGD,
shall be sourced from existing DM water header...
The available utility parameters at the terminal points are listed below:
Terminal Point Number (TP No.) Utility Available Process Parameters at T.P
TP 1 FGD make up water 154 m3/h (max) at 2.5 Kg/cm2 (g)/ atmospheric.
TP 2 Service Water 10 m3/h (max) at 2 Kg/cm2 (g)
TP 3 Potable water 3 m3/h (max) at 2 Kg/cm2 (g)
TP 4 FGD waste water Atmospheric

Page : 39 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
61 4.0 22 of 223 For Chhabra: Bidder proposes to use owner’s existing pipe rack for routing pipes
TERMINAL b) Make-up water: The water required for the FGD plant shall be sourced from from Terminal points up to FGD scope trestle. Owner is requested to
POINTS plant confirm the same. Please provide the Layout drawing which shows
4.1 CMB /filtered water system. Pumps (2x100%) if required shall be included in Terminal Point location (with exact co-ordinates) as per the
MECHANIC Bidder’s scope. specification.
AL WORKS c) Service water: From the nearest existing Service water header Bidder also proposes that the Process water tap off line from the CMB
d) Potable water: From the nearest existing Potable water header /filtered water system upto the identified FGD space shall be
e) FGD waste water: shall be connected to ZLD plant a) Buried under ground pipe and/or
h) Fire water for hydrant system- Main Header will be available at one point b) Supported on the Owner Pipe rack.
near the Owner is requested to confirm the same.
FGD area and Preparation Plant area. Installation of Fire Water Pumps (if
applicable) shall be in the scope of the FGD supplier. Bidder to visit the site and get the required
KALISINDH II 1
i) Fire detection Alarm system: Interfacing with the Main Fire alarm Panel information.
located Control room. Termination is in Contractor’s scope.
j) Instrument & Service Air: Dedicated Air Compressors shall be installed to
meet the requirements.
k) DM Water: DM water (if required) for makeup of CCW system of FGD,
shall be sourced from existing DM water header....
The available utility parameters at the terminal points are listed below:
Terminal Point Number (TP No.) Utility Available Process Parameters at T.P
TP 1 FGD make up water 154 m3/h (max) at 2.5 Kg/cm2 (g) TP 2 Service
Water 10 m3/h (max) at 2 Kg/cm2 (g)
TP 3 Potable water 3 m3/h (max) at 2 Kg/cm2 (g)
TP 4 FGD waste water Atmospheric
62 4.0 22 of 223 For Kalisindh: Bidder proposes to use owner’s existing pipe rack for routing pipes
TERMINAL b) Make-up water: The water required for the FGD plant shall be sourced from from Terminal points up to FGD scope trestle. Owner is requested to
POINTS plant filtered water system and CT blowdown collection tank and further confirm the same. Please provide the Layout drawing which shows
4.1 distribution within FGD plant shall be by the Contractor. Pumps (2x100%) if Terminal Point location (with exact co-ordinates) as per the
MECHANIC required shall be included in Bidder’s scope. specification.
AL WORKS c) Service water: From the nearest existing Service water header Bidder also proposes that the Process water tap off line from the
d) Potable water: From the nearest existing Potable water header filtered water system and CT blowdown collection tank upto the
e) FGD waste water: shall be connected to waste water treatment plant identified FGD space shall be
h) Fire water for hydrant system- Main Header will be available at one point a) Buried under ground pipe and/or
near the FGD area and Preparation Plant area. Installation of Fire Water b) Supported on the Owner Pipe rack.
Pumps (if applicable) shall be in the scope of the FGD supplier. Owner is requested to confirm the same. Also, clarify that make-up
i) Fire detection Alarm system: Interfacing with the Main Fire alarm Panel water to be considered from both (filtered water system and CT Bidder to visit the site and get the required
KALISINDH II 1
located Control room. Termination is in Contractor’s scope. blowdown collection tank ) or either of two source? information.
j) Instrument & Service Air: Dedicated Air Compressors shall be installed to
meet the requirements.
k) DM Water: DM water (if required) for makeup of CCW system of FGD,
shall be sourced from existing DM water header.....
The available utility parameters at the terminal points are listed below:
Terminal Point Number (TP No.) Utility Available Process Parameters at T.P
TP 1 FGD make up water 135 m3/h (max) at 2.5 Kg/cm2 (g)/ atmospheric.
TP 2 Service Water 10 m3/h (max) at 2 Kg/cm2 (g)
TP 3 Potable water 3 m3/h (max) at 2 Kg/cm2 (g)
TP 4 FGD waste water Atmospheric
63 6.7.0 Mist 19 of 24 …...The mist eliminator wash piping shall be constructed of rubber lined Carbon steel pipe shall be selected for outside pipe up to the nozzles
Eliminator carbon steel or glass fiber reinforced plastics.….. at Mist Eliminator casing. Bidder proposes, (Inside the mist eliminator
KALISINDH II 2 2.1 Bid specification prevails
(ME) casing) piping headers made of FRP/CSRL/PP/PVC material.

64 5.1.0 17 of 24 In case of Spray Tower System, Suction In case of Spray Tower System, Bidder proposes to modify this clause as "In case of Spray Tower
Absorber B) screens shall be installed inside Absorber vessel to protect the recirculation System, .... In case Bubbling type, suction strainers shall be installed
pumps. In case Bubbling type suction strainers shall be installed at the at the suction line side of Gas Cooling Pumps. The Screens shall be
KALISINDH II 2 2.1 suction line side of Gas Cooling Pumps. The Screens shall be made of made made of Alloy 59 /C276 or abrasion resistant FRP/Polypropylene / Bid specification prevails
of Alloy 59 /C276 or abrasion resistant FRP/Polypropylene (in case SS316 L (in case Contractor/Collaborator has proven experience). .."
Contractor/Collaborator has proven experience). For the agitators a flushing
system for startups shall be provided.
65 6.2.0 Pumps 17 of 24 All the slurry pumps shall be provided with motorized suction and discharge Bidder proposes to modify the clause as "All the slurry pumps shall be
Pneumatic type suction and discharge valves are also
KALISINDH II 2 2.1 valves… provided with motorized / pneumatic suction and discharge valve…."
acceptable.
66 4.13.0 Slurry 10 of 18 All the pipes handling slurry shall be provided with replaceable rubber lining of Bidder proposes FRP as alternative material for all sizes of slurry
Lines and proven quality. The Bidder can provide slurry pipes of size lower than 3” made (including limestone slurry ) pipes, please confirm.
KALISINDH II 2 2.3 Valves up Bid specification prevails
of FRP material if it has previous experience of providing the same.

Page : 40 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
67 4.16.0 12 of 18 Inter-connecting pipes/cables between various facilities of FGD plant shall be Bidder proposes 7 meter clear head room for the pipe/cable trestle at
Approach routed on the steel trestles to be provided by the Contractor. The clear head road crossings and 3 meter clear head room at all other areas except
room at road crossings as mentioned in clause 3.0.0 GUIDELINES FOR Bidder to consider 8 meter clear head room for the
KALISINDH II 2 2.3 for the same shall be minimum 8M. THE DESIGN AND CONSTRUCTION OF PIPE WORK AND pipe/cable trestle at road crossings and 3 meter clear
ACCESSORIES of "Sec.2.8 Piping and Valves Specialities" pageno. 4 head room at all other areas except at road crossings
of 11

68 Materials 8 & 9 of D MISCELLANEOUS SYSTEM Bidder proposes FRP as alternative material for all sizes of slurry
requirement 11 1 Treated Waste water system (including limestone slurry ) pipes, please confirm.
s for Piping 2. Limestone Slurry system
KALISINDH II 2 2.8 Components 3. Limestone Slurry line fittings Bid specification prevails
and Valves PIPING MATERIAL:- PIPING MATERIAL:- IS 3589 Fabricated form IS 2062
plates with wear resistant Rubber lining of 6 mm for pipes/8mm for bends / IS
1239 Pt-1 (Heavy) IS 3589 with 25thk Cast basalt liner
69 5.1.0 17 of 24 iv) The spray headers & piping for cooling pump discharge shall be made of Bidder proposes (As per our collaborator experience), Gas cooling
Absorber B) Alloy 59 or C276 and nozzles shall be made of Silicon Carbide or ceramic or pump discharge piping shall be of Rubber lined Carbon steel. The
KALISINDH II 2 2.1 equivalent having a minimum guaranteed life of 20,000 hrs. The Cooling slurry spray headers which are in contact with hot-flue gas shall be Noted.
Pumps shall be installed inside a building. made up of Alloy 59 or C276 inline with specification requirements.

70 4.13.0 Slurry 10 of 18 The isolation valves provided in all the slurry lines shall be of knife gate Bidder proposes use of motorised/pneumatic actuators for the valves
Pneumatic type suction and discharge valves are also
KALISINDH II 2 2.3 Lines and type/butterfly type. Actuvator shall pe provided as per the scheme provided. inline with our collaborator's experience.
acceptable.
Valves
Please furnish us feed sieve analysis or typical distribution of
71 KALISINDH II 1 ANNEX -1.4 84 of 222 Lime stone chemical properties are only mentioned. limestone (unloaded through trucks) & HGI ( Hardgrove Grindability Bid specification prevails
Index) for selection of the limestone crusher.
Vibrating feeder shall be used for extraction of limestone below the
Vibrating screen feeder shall be provided at the outlet of unloading hopper for unloading hopper. Owner is requested to check and confirm.
KALISINDH II 2 2.2 3.4.0 4 of 19
extracting limestone and feed on the conveyor.

Dwg. No.
FCE-
1117155-ME-
Vibrating feeder shall be used for extraction of
72 DWG-PFD-
limestone below the unloading hopper.
3440-008
KALISINDH - - Rev. 0 - - Vibrating feeder is shown below the reclaim hoppers.
Schematic
diagram for
Limestone
handling
system.
Single stream of conveyor shall feed the limestone to the screen via surge As per clauses referred and flow diagram - there is only one conveyor
KALISINDH II 2 2.2 3.6.0 4 of 19 hopper to between reclaim hoppers to crusher house, From Crusher house to
separate (-) 25 mm before feeding to crusher. bulk silos- one belt feeder & one bucket elevator and from bulk silo to
Crushed limestone shall be conveyed to RCC bulk limestone silos through day silo -one belt feeder & one bucket elevator.
KALISINDH II 2 2.2 3.7.0 4 of 19
belt feeder, bucket elevator & reversible belt feeder. Bidder request owner to check and clarify, whether conveyor stream is
Limestone from bulk limestone silo shall be fed into the Day Limestone silo single stream i.e. 1 working without any stand-by.
KALISINDH II 2 2.2 3.8.0 4 of 19
through bucker elevator & reversible belt feeder
Dwg. No.
As per specification, single stream conveyor (1
FCE-
73 working) shall be considered. No standby conveyor
1117155-ME-
stream is envisaged.
DWG-PFD-
As per flow scheme, there is only one conveyor between reclaim hoppers to
3440-008
crusher house, from Crusher house to bulk silos- one belt feeder & one
KALISINDH - - Rev. 0 - -
bucket elevator and from bulk silo to day silo -one belt feeder & one bucket
Schematic
elevator.
diagram for
Limestone
handling
system.
Dust extraction system shall be provided at Underground hopper shed, As the clauses are contradicting regarding type of system to be
KALISINDH - 2 2.2 3.11.0 4 of 19
Crusher house & transfer points for minimizing the dust nuisance. provided for underground reclaim hopper.
74 Bidder to follow volume -II, Sec 2.2, 4 of 19.
Dust Suppression System (cold fog type) Bidder would propose plain water Dust suppression system for open
KALISINDH - 2 2.2 5.18.0 13 of 19
Location of spray : At hopper areas like reclaim hopper.
For the feed and discharge points in crusher house Dust extraction
system shall be provided as furnished in clause no. 3.11.0, page 4 of
75 KALISINDH - 2 2.2 5.17.0 (viii) 13 of 19 Bidder shall provide a suitable dust suppression system. 20. of Section-1, Volume -II. There is no requirement of dust Bidder to follow volume -II, Sec 2.2, 4 of 19.
suppression system for crushers. Please check and confirm.

Page : 41 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Dwg. No.
FCE-
1117155-ME-
As per flow scheme, Drain pumps with sump pit are shown crusher
DWG-PFD-
house. As per bidder experience, sump pumps with sump pit are
3440-008
required for underground / partly underground facilities. Bidder
76 KALISINDH - Rev. 0 - - - Schematic diagram for Limestone handling system. Bid specification prevails.
request owner to check and clarify.
Schematic
Bidder is excluding sump pump with pits for crusher house as the
diagram for
building is above ground. Please confirm.
Limestone
handling
system.
Dwg. No.
FCE- As per the flow diagram, no travelling tripper is shown for stacking of
1117155-ME- gypsum inside storage shed. Owner is requested to confirm, whether Kindly refer Vol.II, Section 2.3, Cl. 4.15.0.
DWG-PFD- gypsum transfer conveyor is to be provided with travelling tripper for The gypsum shall be manually dumped in side shed
77 KALISINDH - - - Gypsum handling
3440-007 distribution of gypsum inside storage shed or it shall be manually from the single point stock pile using the payloaders /
Rev. 0 - dumped in side shed from the single point stock pile using the dozers.
Gypsum payloaders / dozers.
handling
As per the flow scheme two no's of vacuum belt filters shown. Both the
vacuum belt filters are feeding gypsum on to a single conveyor.
Owner to clarify whether there are two or one gypsum transfer
conveyors to be provided. please clarify.
Gypsum handling system shall be provided
Dwg. No. with 2x100% conveyor stream for conveying
As per the flow diagram, no travelling tripper is shown for stacking of
FCE- dewatered gypsum from gypsum vacuum belt filter to
gypsum inside storage shed. Owner is requested to confirm, whether
1117155-ME- closed storage shed.
gypsum transfer conveyor is to be provided with travelling tripper for
DWG-PFD- Travelling tripper, nos. of conveyors (Working / stand-by) Gypsum Storage
78 KALISINDH - - - distribution of gypsum inside storage shed or it shall be manually
3440-007 shed The gypsum shall be manually dumped in side shed
discharged at one point.
Rev. 0 - from the single point stock pile using the payloaders /
From the single point pay loaders / dozer are to be used for stacking
Gypsum dozers.
of gypsum in storage shed. Please check and clarify.
handling
As nothing is spelt out regarding the storage of gypsum in storage
Noted for 4.0 M high RCC wall (three side) for
shed. Bidder presume that gypsum shed shall be with 4.0 M high RCC
stacking gypsum considering 7 days gypsum storage.
wall (three side) for stacking gypsum. The gypsum profile profile shall
start from 4 m height. Please confirm.
As reclaim hopper is of RCC construction, bidder is considering
79 KALISINDH - - - - Confirmed.
gunniting for the reclaim hoppers inclined surfaces. Please confirm.
As nothing is spelt in specification regarding moisture content in
limestone. Owner is requested to furnish moisture content to be
80 KALISINDH - - - - Bid specification prevails.
considered to design the limestone storage shed and belt conveyor
system.
Technical specification is silent regarding provision of intake pit for
bucket elevators. In order to fit the material handling layout with in the
limited space provided, Bidder would consider intake pit for bucket
81 KALISINDH - - - - - Confirmed.
elevators. Necessary sump pumps shall be considered as per
specification. The same is accepted by NTPC tenders and ongoing
FGD project. Please confirm.
Bidder request owner to also provide option for structural steel silo for
82 KALISINDH II 2 4.10.0 5 of 19 RCC bulk limestone silo with 4 mm thick SS304 lining in the complete cones. Bid specification prevails
Bulk limestone storage of 7 days limestone requirement.
Please provide us the AutoCAD copy of the Layout drawing to
83 KALISINDH - - - - - develop conveyor profiles, Layout of Buildings and for preparation of Shall be furnished during detail engineering
FGD layout with gypsum handling system.
Looking into schedule please change as follows: The Contractor shall
The Contractor shall give Owner adequate notice 15 working days prior to
Pg : 40 of give Owner adequate notice 7 working days prior to each test. The
84 KALISINDH II 1 13.4 each test. The confirmation of the inspection and test data shall be delivered Bid specification prevails
222 confirmation of the inspection and test data shall be delivered to the
to the Owner in less than 15 days.
Owner in less than 7 days.
-----For storehouses of class A and B they should be fireproof, heat resisting,
waterproof and well ventilated. They should not be wet and should be
Please note that FGD is brown field project and project schedule is
Pg : 63 of provided with good drainage system and preferably with a brick laying or
85 KALISINDH II 1 18.1.10 very tight. So, material/equipment will be erected once it reaches at Bid specification prevails
222 concrete ground. For storehouses of class C, they should not be wet and
site & storage is not required.
should be well drained, preferably with a brick laying or crushed stone ground.-
---
Pg. : 131
86 KALISINDH II 1 12 & 13 Galvanizing & Sprayed Metal Coatings Please allow hot dipped galvanizing as per IS 2629 Bid specification prevails.
of 222

Page : 42 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
1.1.4
(iii)
b& Pg. : 157 Bidder propose to perform 10% RT/UT and 100% MPI/LPT. The same
87 KALISINDH II 1 For plates of 25mm ≤ thickness<32mm: 10% RT and 100% MPI Bid specification prevails.
1.2.1 of 222 has been followed In our past projects.
(iii)
b
i) MTC/Lab test/COC will be provided for review
Pg. : 158 i) Spray nozzles shall be tested for physical properties. ii) Performance test will be carried out per type per nozzle. Spray
88 KALISINDH II 1 1.2.2 Bid specification prevails.
of 222 ii) Spray nozzles also shall be subjected to performance test. angle, flow measurement and inlet pressure will be part of
performance test
1.3.1 Shaft forgings and suspension bars to be checked for ultrasonic testing in
Pg. : 158
89 KALISINDH II 1 (ii) & addition to check for chemical, mechanical, hardness, microstructure etc. as For >=40mm bar UT will be carried out. Please confirm. Bid specification prevails.
of 222
1.5.0 per applicable material specification.
7 MPI to be carried out on Gears/Pinions after machining. Case depth,
Pg. : 161
90 KALISINDH II 1 (i) hardness and MPI after hard facing shall be checked to ensure freedom from Bidder propose MPI/LPT. Please confirm. Bid specification prevails.
of 222
b defects.
Bidder propose "Butt welds in the tube/separator/body casing of the
Butt welds in the tube/separator/body casing of the mill shall be tested by RT
1.7.0 Pg. : 163 mill shall be tested by RT/UT and MP'. All other welds in main
91 KALISINDH II 1 and MP'. All other welds in main tube/separator shall be tested by MPI/LPI for Bid specification prevails.
(iii) of 222 tube/separator shall be tested by MPI/LPI for acceptance.
acceptance. The tube shall be statically balanced.
Static balance is not applicable as per Ball Mill manufacturers
1.14.2 Pg : 168 Plate is having thickness >=40 mm shall be 100% ultrasonic testing.
92 KALISINDH II 1 Plates shall be subject to 100% ultrasonic testing. Bid specification prevails.
(ii) of 222 Please confirm
1.14.2 Butt welds, full penetration joints and nozzle welds shall be checked by 100% All tanks coming under FGD are atmospheric tanks. Bidder propose to
Pg : 168
93 KALISINDH II 1 (iii) RT and 100% MPE or DPT. follow NDT as per IS 803 Bid specification prevails.
of 222
b&c Fillet welds shall be checked by 100% MPE or DPT.
Bleeding resistance test (as applicable) with keeping the sample in 33% HCl,
1.15.3 Pg : 171
94 KALISINDH II 1 48% NaOH and DM water for 72 hours. Ozone test is not applicable as rubber is not exposed to atmoshere Bid specification prevails.
e&f of 222
Bleeding test and ozone resistance test shall be done on rubber material.
Pg : 217 Fillet Joint: Macro-etch examination on production test coupons for main fillet Qualified or established WPS/PQR shall be before actual welding.
95 KALISINDH II 1 4.2.5 Bid specification prevails.
of 222 welds PTC for fillet weld shall not be performed.
Qualified or established WPS/PQR shall be before actual welding.
Pg : 218 Butt welds: Mechanical testing of production test PTC for built up beam, column and crane girder shall not be
96 KALISINDH II 1 4.2.5 Bid specification prevails.
of 222 coupons performed. However Mechanical testing of production test coupons
shall be performed for critical fabricated structure above 50mm.
Coating is not applicable for lined material. The
Pg. : 11
97 KALISINDH II 2 2.8 5.0.0 Corrosion coating Corrosion coating is not envisaged specification requirements shall be followed for
of 11
unlined parts.
The tests which cannot be carried out in the field laboratory shall be done at a Bidder request to add NABL acredated third party labs, all National
Pg : 210
98 KALISINDH II 1 4.1.1 ii) laboratory of repute such as CSMRS, NCBM, IITs, National Test House, Test House and Govt. approved labs in addition to labs mentioned Bid specification prevails.
of 222
Kolkata etc. as agreed by the Engineer. herewith if any testing facility is not available at site.
Sample test for 3% of the number of mechanical bars grips subject to a
Pg : 215 Sample test for 3 numbers of mechanical bar grips for each diameter
99 KALISINDH II 1 4.2.4 minimum of three, shall be carried out up to the yield strength of Bid specification prevails.
of 222 shall be carried out up to the yield strength of reinforcement of bars.
reinforcement of bars.
Neutralization Pit:
As per IS 4860, recommended thickness of A R brick is 64mm and as
The walls shall Be……..115 mm thick A.R. bricks,…….as per the
per IS 4457, maximum thickness of A R tile is 20mm. But here under
specification.
clause mentioned thickness is 115mm, 75mm and 38 mm which is not
The floor of neutralization pit shall be…….75 mm thick A.R. tile…….of epoxy
recommended by relevant IS codes. In general practice, Ceramic
Pg : 51 & paint (150 micron).
100 KALISINDH II 5 26.5 unglazed vitreous tiles conforming to IS: 4457 with minimum thickness Bid specification prevails
52 of 71 Alum solution preparation tank:
of 20 mm may be used as acid / alkali resistant tile in all such
The wall shall be……..75 mm thick A.R. tiles,........tile layer.
application. Bidder request to review the same and consider. OR may
Effluent Drains:
please provide relevant standards/codes and approved manufacturer
Acid Resistant lining treatment indicated for........38 MM AR tiles.......of epoxy
list for the same.
coating, total DFT 150 microns.
As IS 8112 withdrawn after including specifications of 43 grade OPC
Pg : 68 of
101 KALISINDH II 5 36.2.2 The grade of cement shall be Grade 43 for OPC conforming to IS:8112. in to IS 269 : 2015. So, request for consideration of same in Noted and confirmed
71
specification.
Control Building, M. C. C. Buildings Instead of Steel framed building, Bidder shall consider RCC framed
These shall be steel framed building with RCC roof and floor. For steel building with RCC Slab with brick work / concrete block. Kindly
framed building roof / floor shall comprise of RCC slab over profiled metal confirm.
102 KALISINDH II 5 3.5 10 of 71 Noted and confirmed
deck sheets (to be used as permanent shuttering only ) over structural
beams. Cladding shall be of brickwork / concrete block work with plastering
on both sides....
Limestone Grinding System building : This shall be steel framed building
Building structural configuration i.e. steel or RCC shall be decided by
103 KALISINDH II 5 3.15 22 of 71 with RCC roof and floor. The building roof / floors shall comprise of RCC slab Bid specification prevails
Bidder based on functional utility and optimization. Kindly confirm
over profiled metal deck sheets….
Gypsum Dewatering Building : This shall be steel framed building with RCC Building structural configuration i.e. steel or RCC shall be decided by
104 KALISINDH II 5 3.16 22 of 71 Bid specification prevails
roof and floor. The building roof / floors shall comprise of RCC slab…. Bidder based on functional utility and optimization. Kindly confirm

Page : 43 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
The Oxidation Basin shall be made of RCC tank, with the aeration pipe fixed Absorber with Bubble technology has oxidation basin within the
at the bottom of the chamber. It shall be designed as a water tank without Absorber equipment hence RCC tank is not required. This required
105 KALISINDH II 5 3.17 22 of 71 Bid specification prevails
cover. The RCC tank shall be designed as structures with an exposure shall not be applicable for Absorber with Bubble technology, kindly
condition “extreme” as per IS:456. confirm.
Inter-connecting pipes/cables between various facilities of FGD plant shall be Bidder understands that clear head room of 8m shall be considered at
Noted and the same is subject to approval of
106 KALISINDH II 2 4.16.0 12 of 18 routed on the steel trestles to be provided by the Contractor. The clear head road crossing and for other location minimum head room shall be 3m.
RRVUNL during detail engineering.
room for the same shall be minimum 8 M. Kindly confirm.
Bidder would like to consider alternate corrosion resistant protection to
Separate wet chimney of 150m height for each unit / a single twin-flue wet
the steel flue liner using Borosilicate. Bidder proposes the following,
chimney of 150 m height common for both units, designed as per EPRI
38mm borosilicate lining over 8mm thick (minimim) mild steel with no
guideline with RCC shell, steel flue with corrosion resistant C-276 alloy / Alloy
external insulation. The top flue liner above the roof slab shall me
107 KALISINDH II 1 3.2.1 9 of 222 59 over 8 mm thick(minimum) mild steel base metal of flue liner. The top flue Refer Amendment-1.
made of 8mm (min.) mild steel with 38mm borosilicate lining inside.
liner above the roof slab shall be made of solid C276 / Alloy 59 of minimum
The outside portion of this top flue liner shall be insulated with 2mm
10 mm thickness. The flue gas velocity inside chimney shall be <16.8 m/s for
thick titanium gr II cladding.
C 276 / Alloy 59 lining.
Kindly confirm.
As there is no specific corrision protection requirement in the flue gas
All guide vanes & internal trusses (if provided) shall be made of 317 LMN or duct before the absorber, Bidder shall consider Mild Steel member for
108 KALISINDH II 2 5.2.0 8 of 25 appropriate material which offers similar or better corrosion resistance guide vanes and internal trusses. For Duct after absorber, for Bid specification prevails
properties as of duct plates. corrosion protection, bidder shall consider Mild Steel members with
3mm thickess flake glass lining. Kindly confirm.
Kindly provide Geotechnical investigation report for areas under FGD
109 KALISINDH - - - - Geotechnical Investigation Report which includes Bore logs, laboratory test results and SBC Refer Amendment-1.
recommendtations.
Kindly provided topographic survey for the areas under FGD prior to Bidder to visit the site and get the required
110 KALISINDH - - - - Topographic Survey
cutting / filling. information.
This specification is contradiction to Vol II, Section 1, Clause 3.2.1
Noted. Height shall be 100 metres or H=6.902
Page 10 of 222 "Separate wet chimney of 150m height for each unit /
(Qx0.277)^0.555 whichever is more.
Single-flue chimney(s) shall be provided. Chimney shall be of reinforced a single twin-flue wet chimney of 150 m height common for both units,
111 KALISINDH II 5 3.14.1 14 of 71 Where,
concrete construction. There shall be one flue (liner) for each unit..... designed as per EPRI guideline with RCC shell, steel flue with ..... ".
Q = Emission rate of SO2 in kg/hr
Kindly confirm whether option of twin flue chimney is available with
H = Physical stack height in meter
bidder. Also, confirm the height of twin flue chimney.
Aviation Warning Lights (AWL) shall be mounted on door panel of required
size
Bidder shall consider a combination of Medium and Low intensity of
112 KALISINDH II 5 3.14.1 15 of 71 (open able from interior of chimney shell) fixed to openings in the chimney Bid specification prevails
AWL for Wet Stack. Kindly confirm.
shell at
locations and levels…...
The wind shield shall be designed for vertical loading, cross wind loading,
seismic loading, circumferential wind loading, thermal gradients etc. The load
Bidder shall consider Limit State Method of design based on latest
113 KALISINDH II 5 3.14.1 15 of 71 calculation and load combinations shall be as detailed in IS 4998 (Part 1) : Noted and confirmed
code IS 4998 : 2015. Kindly confirm.
1992. The wind shield shall be analysed for cases with and without flue liner
loads.
Kindly note that Slurry recirculation pump shall not be applicable as
114 KALISINDH II 1 12 of 952 4 Nos. (2W+2S) Slurry Recirculation pumps. per the absorber design proposed by bidder . According power supply Bid specification prevails.
for the same has not been considered. Kindly confirm.
By this clause: We understand that spare feeders needs to be utilised
as incoming power supply to 11kV FGD switchgear. Please note that
HT power supply for FGD shall be provided from Owner’s unit switchgear this clause is contradictory to extension of switchgear for adding extra
359 of
115 KALISINDH II 1 located in the switchgear room of Power house building, by making use of the feeders. Bidder to visit the site & get the required information.
952
spare feeders,for feeding FGD switchgear. Request Employer to provide details of swgr building and exisitng
switchgear to gauge the amount of work required for
modification/augmentation.
Please note that (2) two number of DG sets, shall not be required,
single DG set shall suffice all emergency loads of entire FGD plant.
116 KALISINDH II 1 15 of 952 g) Two Nos. (1W+1S) emergency DG sets for two FGDs. Bid specification prevails.
Hence Bidder proposes to use single DG to cater all Emergency
loads. Please concur.
By this clause: We understand that spare feeders needs to be utilised
HT power supply for FGD shall be provided from Owner’s unit switchgear as incoming power supply to 11kV FGD switchgear. Please note that
located in this clause is contradictory to extension of switchgear for adding extra
117 KALISINDH II 1 17 of 952 the switchgear room of Power house building, by making use of the spare feeders. Bid specification prevails.
feeders, Request Employer to provide details of swgr building and exisitng
for feeding FGD switchgear. switchgear to gauge the amount of work required for
modification/augmentation.
All necessary cables between Local Fire Alarm system to existing plant Main Kindly furnish the required drawings/ location of the existing main plant
118 KALISINDH II 1 18 of 952 Bidder to visit the site & get the required information.
Fire alarm system in Central control room. fire alarm for further estimation.
Safety Switches Bidder proposes that the Pull cord switches shall be provided at 30 M
264 of
119 KALISINDH II 2 Pull cord switches : First at 4 m and subsequent at 25 m interval on both the Interval instead of 25 M interval on both the sides.This is as per the Bid specification prevails.
952
sides. standard industrial practice. Kindly confirm.

Page : 44 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
The system shall be 2 x 100 %. Gravimetric feeders shall be provided with
272 of Bidder proposes that the same shall be considered as per the system
120 KALISINDH II 2 Variable Bid specification prevails.
952 requirements only.Kindly confirm.
Frequency motor Drive (VFD) for feed control variation.
Inter-connecting pipes/cables between various facilities of FGD plant shall be
Bidder proposes to utilise existing structure/cable tray (if space
283 of routed on the steel trestles to be provided by the Contractor. The clear head Noted and the same is subject to approval of
121 KALISINDH II 2 available) for laying cable between Main Plant Switchgear Building &
952 room RRVUNL during detail engineering.
FGD Area. Kindly confirm.
for the sameshallbeminimum8M.
Bidder proposes to accept 3 x 50% configuration also for the LT
359 of 2X100% Transformers shall be provided for
122 KALISINDH II 3 transformer as per the load (i.e. when the LT load is more than Bid Specification prevails
952 each Power Cum Motor Control centres (PMCC).
2.15MVA). Kindly confirm.
Bidder understndands that generally all the LT Loads shall be fed from
Required number of Motor control centres (MCC) shall be provided. MCCs
360 of the respective PMCC. Based on load centres & layout requirement,
123 KALISINDH II 3 shall
952 where ever required, separate MCC may also be provided & in that
receive power from PMCC.
case, the MCC shall receive power from PMCC.
Bidder understanding is correct.
Bidder understndands that generally all the LT Loads shall be fed from
c) 415V Power Control Centers, Motor Control Centers , Distribution Boards, the respective PMCC. Based on load centres & layout requirement,
124 KALISINDH II 1 15 of 952
Local starters and Local Push Button Stations. where ever required, separate MCC may also be provided & in that
case, the MCC shall receive power from PMCC.

Minimum load of 400kW for DeNox system, 200kW for Water system and
Please note that same shall be supplied from either HT or LT
360 of 50kW for
125 KALISINDH II 3 switchgear as per rating(cl. 3.7.9). Please indicate seperately if any
952 Mercury system removal shall be considered by the Bidder for each unit, for
DC /UPS/Emergency supply needs to be seperately consider.
transformer sizing.
For NOX system & Mercury & Water system, DC
x) Feeders for NOx system, Mercury & Water system from /UPS/Emergency supply also needs to be seperately
a. HT Switchgear, if applicable considered as specified.
Please note that same shall be supplied from either HT or LT
358 of b. 415V Common FGD MCC
126 KALISINDH II 3 switchgear as per rating(cl. 3.7.9). Please indicate seperately if any
952 c. DCDB
DC /UPS/Emergency supply needs to be seperately consider.
d. UPS DB
e. Emergency MCC
362 of Bidder propose to have actuators with Non-integral starters for the
127 KALISINDH II 3 Electrical motor operated actuators shall have integral starters. Please follow tender specification
952 FGD area. Kindly confirm.
For installation of two rows
Bidder proposes that For installation of two rows
of HT switchgear or one row of HT and one row of LT switchboard facing
362 of of HT switchgear or one row of HT and one row of LT switchboard
128 KALISINDH II 3 each Please follow tender specification
952 facing each other minimum clearance of 2500mm instead of 3000 mm
other minimum clearance of 3000mm shall be maintained in between front
shall be maintained in between front boards. Kindly confirm
boards.
For LT motors, the applicable starting current shall be limited to 7.2 times of Bidder proposes that the starting current for the LT Motors shall be as
377 of
129 KALISINDH II 3 full per efficiency class of IS 12615:2018, exclusive of tolerance. Kindly Bid Specification prevails
952
load current including all tolerance. confirm.
For the VFD operated drives, insulation shall be designed to take care of
stresses due to high dV/dt. Motors shall be wound with dual coated winding
378 of
KALISINDH II 3 wires and impregnated with VPI process. Further for such application,
952 Insulated bearing shall be considered for motors with higher frame size
insulated bearings shall be provided to avoid circulating current caused by
only (As per the manufacturer standard).
shaft induced voltages.
130 However, for other VFD fed motors with lower frame sizes, insulated Please follow tender specification
For all VFD operated motors and other motors rated above 1000KW having bearings are not required as per standard industrial practice. Kindly
380 of shaft confirm.
KALISINDH II 3
952 length more than 1.5M shall have insulated bearings to prevent flow of shaft
currents.
There is a contradiction with the clause in the Electrical actuators
Motor shall be class F insulated with temperature rise limited to class B.
383 of section.Normally Motor shall be class F insulated with temperature rise
131 KALISINDH II 3 Motor shall be of class H insulation with temperature limited to class B.. Confirmed.
952 limited to class B , which has been followed as a standard industrial
practice. Kindly confirm the same.
Motor Control Centre (MCC) shall have two incomers, two bus sections and a Bidder understndands that generally all the LT Loads shall be fed from
420 of bus coupler. MCC shall be fed from PMCC. Each incomer / bus section shall the respective PMCC. Based on load centres & layout requirement,
132 KALISINDH II 3 Bid Specification prevails
952 be rated to feed 100% load of MCC. where ever required, separate MCC may also be provided & in that
case, the MCC shall receive power from PMCC.
424 of Working height shall be limited between 200mm and 1800mm. However, for Bidder proposes that the same shall be as per the standard
133 KALISINDH II 3 Please follow tender specification
952 MCC modules minimum height shall be limited to 400mm.. manufacturer practice. Kindly confirm
At least 20% of feeder modules covering the range of motors/ outgoing As per general industrial practice, bidder proposes that 10% spare
425 of feeders used subject to minimum of one module in each bus section shall be feeders shall be considered based on the total no of feeders instead of
134 KALISINDH II 3 Please follow tender specification
952 provided as spare. 20% the spare feeders for each type and rating as indicated in the
Spare modules shall be completely wired up. clause. Kindly confirm.

Page : 45 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

Lighting shall be provided in all the areas of FGDFGD. Lux level proposed are Bidder proposes that the illumination level for the FGD system shall be
given below: as follows :
S.No. Area Lux level 1. Switch gear /MCC rooms, :- 200
1. Switch gear /MCC rooms, Battery room,EDG room 200 2. Control room :- 350
472 of
135 KALISINDH II 3 2. Control room 500 3. Office area 300 Please follow tender specification
952
3. Office area 300 4. Crusher house, Transfer tower and other indoor areas of FGD :-100
4. Crusher house, Transfer tower and other indoor areas of Limestone 5. Battery Rooms & FGD area 100
handling plant 150 The above shall be as per the standard industrial practice such as in
5. FGD area 150 NTPC plants etc. Kindly confirm the same accordingly.
Bidder proposes that the Maintenance factor shall be 0.6 shall be
473 of
136 KALISINDH II 3 Industrial areas with very dusty interiors : 0.50 considered for the very dusty interiors also instead of 0.5 as per the Please follow tender specification
952
clause.Kindly confirm.
Load on each lighting circuit and single phase receptacle circuit shall be Bidder proposes that each lighting circuit and single phase receptacle
473 of limited to circuit shall be limited to about 2000 W instead of 1500 W and the
137 KALISINDH II 3 Please follow tender specification
952 about 1500 W and the number of luminaries connected to lighting circuit shall number of luminaries connected to lighting circuit shall be limited to
be limited to about fifteen (15). twenty (20) instead of about fifteen (15) as per the clause.
Bidder proposes to provide conventional type light fixtures for the DC
474 of
138 KALISINDH II 3 For DC lighting LED lights shall be used. systems instead of the LED Light fixtures as the same may not in the Please follow tender specification
952
standard manufacturer's product range. Kindly confirm.
For power cables, copper conductor shall be used for current rating of up to
For Power cables, bidder proposes that the minimum size of
484 of 10A. For higher current rating, conductor can be aluminium/copper. Minimum
139 KALISINDH II 3 aluminium conductor shall be 6 Sqmm instead of 16 Sq mm. Kindly Confirmed.
952 size of copper conductor shall be 2.5 sq.mm and aluminium conductor shall
confirm.
be 16 sq.mm.
Bidder proposes the following that Power cables shall be sized to
Power cables shall be sized to withstand the fault current of the circuit for the withstand the fault current of the circuit for the fault clearing time
485 of fault clearing time indicated below: indicated below:
140 KALISINDH II 3 Please follow tender specification
952 HT motor feeders and transformer feeders: 0.16 second. HT motor feeders and transformer feeders: 0.12 second.
LT ACB operated motor feeders & outgoing feeders: 0.16 second. LT ACB operated motor feeders & outgoing feeders: 0.12 second.
The same is as per the breaker tripping time. Kindly confirm
Request employer to share the drawings- GA and SLD of existing
b) Extension of bus bars by providing additional feeders at existing 11 kV Unit Details of existing system will be provided to the
141 KALISINDH II 1 15 of 952 Switchgear, GA of existing switchgear building. Same is required for
Switchgear located in the main plant building.LV service transformers successful Bidder during detail engineering
estimating the cost of augmentation and modification of these feeders.

Illumination system (Indoor & outdoor) complete with lighting distribution


Noted and the same is subject to RRVUNL's approval
KALISINDH II 1 15 of 952 boards, lighting panels, lighting fixtures, lighting poles, winch operated Please note that lighting mast for general lighting shall be provided if
during detail engineering.
142 lighting mast, receptacles, fans, conduits, wires, switch boxes etc found necessary. Otherwise Outdoor / Area lighting will be covered
with building / structure periphery/Street lighting pole. Please confirm.
387 of Noted and the same is subject to RRVUNL's approval
KALISINDH II 3 Lighting mast
952 during detail engineering.
Bidder understands that lightning protection system shall be provided
for the buildings / structures / equipments requiring protection as per Noted and the same is subject to RRVUNL's approval
143 KALISINDH II 1 15 of 952 r) Lightning protection system for all the buildings, structures and equipments.
lightning protection calculation, which shall be submitted during detail during detail engineering.
engineering. Please confirm.
Bidder shall consider mandatory spares for only those electrical
144 KALISINDH II 1 16 of 952 x) Mandatory spares. packages as listed in ANNEX - 1.5, list of mandatory spares. Please Confirmed.
confirm.
Bidder understands that FGD area earthing system shall be connected
Earthing : 2 nos. earth rod riser will be provided near FGD switchgear building
145 KALISINDH II 1 25 of 952 to the main plant earth mat at two locations near existing chimney.
for interconnection of FGD area earth mat with plant main earth grid.
Please confirm.
Confirmed.
Bidder understands that FGD area earthing system shall be connected
358 of Earthing : FGD area earth mat shall be interconnected with existing
146 KALISINDH II 3 to the main plant earth mat at two locations near existing chimney.
952 plant main earth mat near Chimney.
Please confirm.
The Bidder/ Sub-Vendor should have manufactured & supplied at-least two Bidder propose that FGD HT transformer rating shall be in the range of
147 KALISINDH II 1 34 of 952 numbers (one each at two different installations) of 16 MVA, 11 KV or higher 4-6 MVA. Hence Bidder request to reduce the proveness criteria to 7- Please follow tender specification
rating oil filled transformers which should have been in successful operation 8MVA or higher rating instead of 16MVA. Please concur.
Construction power shall be provide by the Owner to the Contractor at free of
Bidder requests owner to mark the co-ordinates or location for Detailswill be provided to the successful Bidder during
148 KALISINDH II 1 36 of 952 cost at one point. Bidder shall mention the construction power requirement at
Construction power supply in GLP of respective projects. detail engineering
various phases of construction, in the bid document.
Bidder request to share details of existing communication system
l) Extension of communication system in FGD area including communication followed in main plant along with model numbers,existing drawing and Details of existing system will be provided to the
149 KALISINDH II 3 36 of 952
cables. vendor make to estimate the extension for FGD communication successful Bidder during detail engineering
system and its cables.
It shall be Bidder's responsibility to make site visit and
Please note that there shall be cables coming from 11kV Unit
identify suitable cable route and raceway for the
357 of m) HT, LT Power cables, control cables and signal cables between Main plant Switchgear to FGD area (incomer cable). Bidder request Employer to
150 KALISINDH II 3 cables orginating from power plant. Details of existing
952 switchgear/control panel and FGD Switchgear / Control panel. suggest cable route and raceway for the same, also provide existing
system will be provided to the successful Bidder
relavant drawings for cable route.
during detail engineering

Page : 46 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Bidder understands that FGD area earthing system shall be connected
358 of Earthing : FGD area earth mat shall be interconnected with existing
151 KALISINDH II 3 to the main plant earth mat at two locations near existing chimney. Confirmed.
952 plant main earth mat near Chimney.
Please confirm.
Power supply voltage proposed are as follows:
360 of
KALISINDH II 3 Motors rated above 160 kW : 11 kV supply, 50Hz
952 As these two clauses are contradictory, therefore we understand that
Motors rated upto160 kW : 415V, 50Hz Motors rated upto160kW shall be rated for LT supply
152 motors rated above 200kW shall have voltage rating of 11kV. Please
Power supply voltage: and >160 kW shall be rated for HT supply.
387 of confirm.
KALISINDH II 3 • Motors rated > 200 kW : 11 kV, 50Hz, 3 Phase
952
• Motors rated > 0.2 kW and up to 200 kW : 415 Volts, 50Hz, 3 Phase
Bidder understands that this clause is not applicable for FGD The electrical & control building shall have separate
Separate switchgear room shall be provided to accommodate HT
362 of Package. Single electrical & control building consider for all units. As switcgear room as specified. Further for auxiliary
153 KALISINDH II 3 Switchgear/415V PMCC/MCCs. Cable vault shall be provided for the
952 per tender submitted plot plan the same is identified. Location and plant buildings, if local swotchgear is envisaged, it
Switchgear rooms & Control rooms.
building size shall be confirm during detail enggineering. shall be located in a separate room.
Generally all electrical room shall be provided with 2 doors in addition to the
363 of NOTED. However, Bidder further clarify that air conditioned room shall
154 KALISINDH II 3 shutters provided for handling transformer, switchgear, panels etc. Air- Bid Specification prevails
952 be provided in FGD control room and control equipment room only.
conditioned rooms shall be provided with double door.
Noted. However, Bidder may propose additional subvendor for few
367 of TABLE-A
155 KALISINDH II 3 electrical pacakges. Necessary approval from owner shall be taken The same is subject to RRVUNL's approval
952 VENDOR LIST
prior to considering the same.
The motor name plate rating shall have more than 10% margin over the input Bidder proposes that motor name plate rating shall have more than
376 of
156 KALISINDH II 3 power requirement of the HT driven equipment and 15% for LT driven 10% margin over the input power requirement of the driven Please follow tender specification
952
equipment at rated duty point. requirement for both HT and LT system. Please concur.
Please note that cables that shall be applicable to FGD areas shall be
laid in overhead trestle, Hence is safe wrt mechanical protection.
484 of Bidder propose to use unarmoured cables in entire FGD area.
157 KALISINDH II 3 Cables can be armoured type only. Please follow tender specification
952 However, If required, Armoured cables can be provided for Directly
buried cables/ cables laid in trenches or if cables are laid in handling
areas- Gypsum handling and limestone handling.
484 of Bidder shall provide earth mat of spacing 5 m x 5m below switchgear/MCC Bidder proposes to provide the earth mat spacing of 10m x 10m below
158 KALISINDH II 3 Please follow tender specification
952 room/Switchyard and transformers switchgear / MCC room / Switchyard and transformers. Please concur.
Various platforms shall be illuminated by dust tight HPSV well glass lighting
Bidder proposes to use LED type fixtures for illuminating all areas of
784 of fixtures. Average illuminations level of 150 lux shall be maintained on
159 KALISINDH II 5 under FGD scope including platform lighting in chimney. Please Confirmed.
952 equipment and 70 lux on platforms & 100 lux on staircases (minimum 1
concur.
lighting fixture at each landing).
846 of Please note that (2) two number of DG sets, shall not be required,
KALISINDH
952 single DG set shall suffice all emergency loads of entire FGD plant. For redundancy, Two numbers DG sets shall be
160
Hence Bidder proposes to use single DG per stage to cater all provided. Please follow tender specification
KALISINDH ii 1 15 of 952 g) Two Nos. (1W+1S) emergency DG sets for two FGDs.
Emergency loads. Please concur.

Single Line
Depending on layout Gypsum MCC or Limestone MCC can also be
Diagram For 846 of Noted and the same is subject to RRVUNL's approval
161 KALISINDH feed directly from 11/0.433kV tranformer which shall be fed from FGD
Proposed 952 during detail engineering.
area 11KV switchgear. Please confirm.
FGD System

i) Industrial grade 2 x 100 % Parallel redundant UPS with heavy duty battery
Bidder proposes to use 2x100% parallel redundant UPS with single
and Floor mounted 2 x 100 % redundant ACDB shall be provided for powering
162 KALISINDH ii 1 17 of 952 UPSDB, which shall suffice the UPS power requirement of FGD Please follow tender specification
PLC, Operator / Engineering work station, Analysers, SOVs and Field
System. Please concur.
instruments etc
To supply LT motors (rated up to 200 kW) and other loads, required numbers
Bidder proposes to consider the 3x50% configuration of 11kv/433V
359 of of LV Noted and the same is subject to RRVUNL's approval
163 KALISINDH ii 3 transformer if the load requirement is more than 2.15MVA. Otherwise
952 Service transformers shall be provided. 2X100% Transformers shall be during detail engineering.
transformer configuration will be 2x100%. Please concur.
provided for each Power Cum Motor Control centres (PMCC)

384 of Each actuator shall have a space heater in the limit switch compartment We understands that electrical actuators shall have space heater if
164 KALISINDH ii 3 Please follow tender specification
952 suitable for 240 V AC 50 Hz single phase supply. actuator rating is greater than equal to 30kW. Please confirm.

389 of When required, Synchronizing of supplies at HT Switchgears shall be carried As switchgear shall be controlled from PLC, therefore separate mosaic
165 KALISINDH ii 3 Please follow tender specification
952 out from Mosaic control panel. control panel for switchgears are not required. Please concur.

Single Line Since there shall not be much MV loads and also there shall be a
Diagram For 846 of common electrical building for both units. Hence location point of view, Noted and the same is subject to RRVUNL's approval
166 KALISINDH
Proposed 957 bidder propose to consider single 11 KV switchgear, common for both during detail engineering.
FGD System FGD units. Please concur.

Page : 47 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

Single Line
Diagram For 846 of Bidder proposes to consider single 415V LV scrubber/absorber Noted and the same is subject to RRVUNL's approval
167 KALISINDH
Proposed 957 switchgear, common for both FGD units. Please concur. during detail engineering.
FGD System

Single Line
Diagram For 846 of Bidder understands that combined Gypsum and Limestone PMCC is
168 KALISINDH Please follow tender specification
Proposed 957 also acceptable if layout permits. Please concur.
FGD System

a) The primary operations including control & monitoring of the FGD systems Bidder understands that for each project, FGD PLC with minimum 3 Bidder understanding is correct.
shall be carried out from the programmable logic control system (PLC) which sets (6 nos.) of controllers shall be provided for control, monitoring and
shall include hot redundant standby processors, redundant power supply operation of the FGD system including common systems like
KALISINDH ii 1 16
169 modules, redundant communication bus and non-redundant I/O modules. Limestone Grinding system, Limestone Handling system, Gypsum
Minimum three sets (6 nos.) of redundant processors shall be considered for Dewatering system etc.
the FGD PLC system. Kindly confirm / clarify.
KALISINDH ii 2 2.2 258 PLC shall be provided for limestone handling system.
Noted for micro-processor based proprietary control
Bidder understands that controls & operation of AC units may be
Controllers shall be provided for control room, control and monitoring of AC system as per OEM's standard practice for the ac
170 KALISINDH ii 2 2.7 335 implemented in FGD PLC or micro-processor based proprietary control
units and shall have the following facilities:… units, however there shall be a connectivity to the
system as per OEM's standard practice. Kindly confirm / clarify.
FGD PLC also.
d) The PLC system shall be interfaced with respective plant DDCMIS through
redundant bidirectional OPC / MODBUS TCP-IP / RS 485 link for monitoring
and also shall be time synchronised with respective Plant Master Clock
(a) With respect to FGD PLC connectivity with Plant DCS, Bidder (a) Bid Specification Prevails
KALISINDH II 1 16 system through redundant link via NTP / IRIGB protocol. Supply & laying of
understands that critical interface related signals shall be hardwired
all communication cables shall be considered in bidder’s scope of supply. In
between FGD PLC and Plant DDCMIS, and other signals required for
addition to that all necessary hardwiring of I/Os shall also be considered with
supervisory monitoring of FGD system from Plant DDCMIS shall be
respective plant DDCMIS for control, interlock and protection signals. ..
exchanged through Modbus TCP-IP/RS 485. Kindly confirm / clarify.

(b) Bidder understands spare I/O channels, marshalling terminals,


...The control system for FGD PLC shall have provision to interface with
communication ports etc. available in the existing DCS can be used (b) Bidder shall consider all necessary modification in
DDCMIS in the respective unit central control room and shall be as follows:
for this purpose, to the extent possible. existing DDCMIS due to the inclusion of FGD.
i. ... Necessary ports / converters shall be provided at both ends.
171 Kindly confirm / clarify.
ii. Communication media shall be optical fiber cable with MODBUS TCP-IP /
RS 485 between DDCMIS and PLC as per requirements. Optical cable, PLC
(c) Bidder understands that necessary hardware / software (c) Bidder shall consider all necessary
end Modem/Converter and DDCMIS end Modem/Converter shall be supplied
modifications in Owner's DDCMIS & master clock for interface with hardware/software and all required modification in
by bidder. Optical cables shall be routed through GI conduit pipes.
KALISINDH II 4 559 FGD PLC , shall be in Owner's scope. existing DDCMIS due to the inclusion of FGD.
..
Kindly confirm / clarify.
iii. In addition hardwired signal interfacing shall also be provided for any signal
required for interlock, control & protection. Similarly cable for hardwired signal
(d) Owner to please inform tentative cable routing distance to be (d) Bidder is requested to considered as per plot plan.
transfer between DDCMIS and PLC based FGD system shall be supplied,
considered for Bidder's signal interface with Owner's systems in All necessary cable engineering shall be under the
laid terminated by the bidder including preparation of cable schedule.
CCR/CER. scope of bidder. Also, Bidder to visit site.
Quantum of hardwired signals for linking PLC based system and DDCMIS
shall be decided during detailed engineering.

g) CCTV system shall be provided with Operating station at FGD control room Bidder shall consider all necessary
for CCTV monitoring. FGD CCTV system shall be interfaced with the Bidder understands that necessary hardware / software modification, hardware/software and all required modification in
KALISINDH II 1 17
respective existing plant CCTV system located in the respective unit CCR if as required at Owner's equipment/panel end for the same, shall be in existing DDCMIS due to the inclusion of FGD.
necessary without any commercial implications. Owner's scope.
172 i) Fire detection Alarm system: Interfacing with the Main Fire alarm Panel
KALISINDH II 1 24 Kindly confirm / clarify.
located Control room. Termination is in Contractor’s scope. Request Owner to kindly provide the tentative Cable route length to be Bidder is requested to consider as per plot plan. All
CCTV : Terminal point at Plant CCTV(in existing CCR) considered for all interfaces with Owner's System. necessary cable engineering shall be under the scope
KALISINDH II 1 26 of bidder. Also, Bidder to visit site.
Fire system : Terminal point at Plant Main Fire Panel (in existing CCR)

Page : 48 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

Temperature elements RTD & TC shall be connected directly to PLC without


KALISINDH II 4 557
transmitters.
Bidder understands that as per Vol-2 Sec 4 DTS C&I Cl.No. 3.16.0,
j) All field instruments and sensors for remote measurement viz. Flow meters, RTD and thermocouple shall be wired directly connected to their
Smart Transmitters, RTD, Process Switches, Temperature Transmitters and respective input modules.
KALISINDH II 1 17 Bid Specification prevails. Thermocouples and RTD's
173 analysers with all accessories shall be supplied as per attached PIDs and 1. No separate temperature transmitters are envisaged for the same.
detailed specification for the completeness of the system. shall be directly connected to input cards of PLC's
2. No handheld/portable mV source generators are not envisaged for
k. Transmitters & other HART based instruments shall be supplied along with the same
3 Nos. of universal type hand held/portable pressure calibrators. Temperature Kindly confirm.
KALISINDH II 4 630
transmitters shall be supplied along with 3 Nos. of hand held/portable mV
source generators.
Bidder understands that control desk & furniture as required shall be Bid Specification prevails.
174 KALISINDH II 1 18 o) Control Desk / Furniture in local control rooms and central control room. for Bidder's supplied workstations.
Kindly confirm.
x) Bidder shall refer to FGD PLC SYSTEM Configurations and other Bid Specification prevails.
Annexures for further details in the Volume II, Section - 4 Detailed Technical
Bidder understands that the PLC system can be supplied with any
175 KALISINDH II 1 18 Specification for C & I. If any preferred make of PLC is suggested by the
approved make of RRVUNL. Please confirm.
Owner to maintain uniform inventory in the plant then the Bidder shall provide
the same without any price implication.
All PLC, I/O cards, remote I/O cards shall be with required protection class Bidder understands that FGD PLC is envisaged to be placed in Air- Bid Specification prevails.
KALISINDH II 4 560
and should withstand temperature up to 60 deg.C temperatures. conditioned area. I/O cards & remote I/O cards shall be designed
176 Control rooms shall be air-conditioned and control room shall be provided with accordingly. In case of Air conditioning system failure, the control
KALISINDH II 4 558 system may continue to operate for some time as per respective
fire detection system and portable fire extinguishers.
ii. Air-Conditioned Control System OEM's recommendation.
KALISINDH II 4 563 Kindly accept.
2. Design Temp. Maximum 50 °C
3. Separate interposing relay panels, dedicated marshalling / termination Bidder understands that system cabinet shall be provided separately. Bid Specification prevails.
177 KALISINDH II 4 581 cabinets for termination and separate system cabinets for each control However, relays / marshalling / termination may be provieded in the
system same cabinet.
25. Interposing relays with suitable contact rating shall be provided between Bid Specification prevails.
PLC and MCC/Swgr in Interposing relay panels for giving command signals
KALISINDH II 4 585
ON/OFF or OPEN/CLOSE. Interposing relays shall have minimum 2 NO and
2 NC contacts.
Interface of the system with M.C.C / Switchgears, and contactors (AC&DC)
shall be in the form of potential free contacts via interposing relay modules Bidder understands that the Interposing relays for interface between
KALISINDH II 4 596 mounted in the respective switchgear or MCC unit. All other interfacing relays PLC & MCC/Swgr/MOVs, shall be at MCC/Swgr/MOV end.
178
shall be mounted in a separate cabinet or a separate section of the PLC Interposing relays other than above, shall be at PLC end.
cabinet. Kindly confirm.
Interposing relay panels for the system shall be supplied for mounting
interposing relays & terminating all cables originating from the DO cards and
KALISINDH II 4 699 for distributing the signals to different MCC/SWGR panels and cubicles. IPR
panels shall be
placed in LCR.
Bid Specification prevails.
Bidder understands that the Interposing relays for interface between
PLC & MCC/Swgr/MOVs, shall be at MCC/Swgr/MOV end.
179 KALISINDH II C&I_KsSTP Drive Control Philosophy
Interposing relays other than above, shall be at PLC end.
P
Kindly confirm.
Bidder understands that Sequence of event recording is applicable for Bid Specification prevails.
180 KALISINDH II 4 590 5. The digital inputs for SOE shall be monitored at 1 milli- second resolution Main Plant equipment and not for FGD System.
Kindly confirm.
d) Laptop shall be provided with all master software loaded and engineering Bid Specification prevails.
of PLC & any other control system. Similarly additional laptops shall be
Bidder understands that One (1 no.) laptop with all engineering
181 KALISINDH II 4 604 provided with all master software loaded and engineering of PLC system. One
software, shall be provided for each project
no. Lap top with necessary master software loaded for the control System
shall be supplied individually.
(a) Bidder understands that One (1) no. LVS shall be provided for each 80" LVS shall be provided in the FGD control room.
g. 1 no Operating station at FGD control room for CCTV monitoring. LVS project in FGD Control room. Kindly confirm.
182 KALISINDH II 4 610
shall be provided for viewing the CCTV in FGD control room. (b) Owner to kindly inform size of the LVS to be supplied for FGD
control room.
Vibration monitoring system shall provide the vibration measurement in the Bid Specification prevails.
Bidder understands that 4-20mA from VMS shall be hardwired to FGD
form of 4- 20 mA and PF contacts (Alarm and trip) to be directly connected by
183 KALISINDH II 4 621 PLC. Alarm & trips shall be generated accordingly in FGD PLC. Kindly
hardwired cable to plant PLC for monitoring.
confirm / clarify.
Bidder understands that clock signal from Plant master clock system Bid Specification prevails.
Vibration analysis system for FGD plant shall include … following:
shall be available for FGD PLC only. Accordingly time synchronisation
184 KALISINDH II 4 623 …
of FGD Vibration analysis system is not applicable. Kindly confirm /
f) Time synchronization with Plant master clock system.
clarify.

Page : 49 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Bid Specification prevails.
18) At each inlet and outlet lines of gas to gas heat exchanger, the following
We understand that since Gas to gas heat exchanger is not applicable
instruments shall be provided as a minimum:
for FGD system, instruments mentioned in Vol-2 Sec 4 DTS C&I,
185 KALISINDH II 4 627 (a) Pressure indicator – 1 no and pressure transmitter – 2 nos
clause 10.2.1 are not applicable.
(b) Differential pressure transmitter across inlet and outlet lines
Please confirm.
(c) Temperature transmitters – 2 nos
Bid Specification prevails.
C&I_KsSTP
P Tender
Bidder proposes 1 No of SOx analyzers to be provided at Absorber
Drawings
inlet.
186 KALISINDH FCE- 841
Absorber outlet SOx shall be measured from CEMS Sox analyzer.
1117155-ME-
Owner to please confirm Bidder's understanding.
DWG-PFD-
3440-004
Bid Specification prevails.
20) CEMS - CO, Sox, NOx, Opacity & Mercury analyzers at the inlet and
outlet duct of the FGD system. Humidity analyzer shall also be included in the
KALISINDH II 4 627
outlet of FGD system. Ultrasonic flow meter shall be provided for flow
measurement.

Bidder understands that as per CPCB norms, CEMS is envisaged at


Stack, instead of FGD inlet / outlet duct.
C&I_KsSTP
187 CEMS shall be provided with CO, Sox, Nox, Opacity, Mercury,
P Tender
humidity (in case of insitu) and flow measurement.
Drawings
Kindly confirm / clarify.
KALISINDH FCE- 841
1117155-ME-
DWG-PFD-
3440-004

19) Online Moisture analysis instruments to be provided for dewatered Bidder understands that moisture content in Gypsum shall be Bid Specification prevails.
188 KALISINDH II 4 627 gypsum. analysed in lab, and no online moisture analysis is envisaged for the
same.
c. All supplied field instruments are HART compatible, Therefore HART Bidder understands that One (1) no.HART calibrators shall be Bidder understanding is correct.
189 KALISINDH II 4 628
calibrator is required for calibration. provided for each project..
a. Bidder understands that Extractive, Dilution or In-situ type analysers Bid Specification prevails.
are acceptable for Flue Gas monitoring, subject to suitability to the
process conditions.
Kindly confirm / clarify.

b.Bidder proposes SOX/CO/Nox/Dust monitoring analysers type &


principle of technology in line Central Pollution Control Board (CPCB
SO2,NO2,CO2, CO Analyzer:
guide line Aug, 2018 rev01)
190 KALISINDH II 4 653 Principle UV Fluorescence
Owner to kindly accept.
Measurement SO2,NO2,CO2,CO
c) Bidder understands that CEMS signals shall be hardwired to FGD
PLC.
Owner to kindly confirm/clarify.

d) Bidder understands CPCB connectivity of CEMS is not included in


Bidder's scope.
a. Bidder understands that Extractive, Dilution or In-situ type analysers Bid Specification prevails.
On- line Mercury Analyser are acceptable for Flue Gas monitoring, subject to suitability to the
Measurement Elemental, Ionic & Total mercury process conditions.
KALISINDH II 4 655 Measurement principle Atomic absorption spectrometry Kindly confirm / clarify.
Measuring range 0–100 μg/Nm³
Measuring principle Cold Vapor Atomic Fluorescence b.Bidder proposes SOX/CO/Nox/Dust monitoring analysers type &
principle of technology in line Central Pollution Control Board (CPCB
guide line Aug, 2018 rev01)
191
Owner to kindly accept.

c) Bidder understands that CEMS signals shall be hardwired to FGD


Opacity Analyzer PLC.
KALISINDH II 4 656 a) Type : In-Situ dry type visible light (through LED) Owner to kindly confirm/clarify.
b) Principle of Measurement : Transmission and absorption
d) Bidder understands CPCB connectivity of CEMS is not included in
Bidder's scope.
Bidder proposes Analyser Room or Shelter/shed for installing Analyser Bid Specification prevails.
w) Bidder shall provide buildings for…FGD MCC/control room & Analyser
192 KALISINDH II 1 13 Panels & auxiliaries, complying to Analyzer Vendor's recommendation.
room,…
Kindly accept.

Page : 50 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Document submittals will be in Purchaser's format, to the extent Bid Specification prevails.
possible. For documents which cannot be submitted in Purchaser's
t) Formats for all engineering documents shall be strictly as per Purchaser’s
193 KALISINDH II 1 18 format (due to Package suppliers software limitation etc.), Bidder will
requirement only. Bidder’s standard formats shall not be acceptable.…
ensure that all details required as per Owner's format, are suitably
incorporated. Kindly accept.
w) Bidder shall refer to Drive control philosophy indicated in Section-4, Bidder confirms compliance to Drive control philosophy indicated in Bid Specification prevails.
Annexure-8. I/Os based on drive control philosophy provided with the Section-4, Annexure-8.
specification are minimum and for bidding purpose only, however the exact Any revision in the interface I/Os during detail engineering can be
194 KALISINDH II 1 18
IOs based on the drive control philosophy shall be approved during detail incorporated by Bidder, subject to no change in the total number of
engineering and bidder to strictly follow the same without any commercial interface signals for each drive.
implications. Kindly accept.
Bid Specification prevails.
The transmitters and other instruments shall be grouped together and
mounted:
KALISINDH II 4 556 ...
Bidder understands that maximum six instruments will be grouped in
No more than six instruments shall be grouped in single Rack / Enclosure.
single Enclosure / Rack with purging.
195 For Instrument Racks without purging, maximum eight instruments
GA for Local Instrument Rack: may be grouped in a single Rack.
Drawing indicates eight number of instruments for GA of 'LIR without Kindly confirm.
KALISINDH 740 purging'

Bid Specification prevails.


All equipment/systems for air conditioned areas shall also be designed and Time period for which equipment/system can be continued in safe
constructed to operate indefinitely without loss of function, departure from operation, in case of air conditioning failure, shall be as per respective
196 KALISINDH II 4 563
specifications or damage during periods of air conditioning failure in summers system OEM's recommendation, during detail engineering. Kindly
such temperature may rise up to 55 deg. C even. accept.
Time period for which equipment/system can be continued in safe Bid Specification prevails.
5. All like instrumentation, control hardware, control and protective system
operation, in case of air conditioning failure, shall be as per respective
197 KALISINDH II 4 583 should be furnished by the same manufacturer in order to achieve the goal of
system OEM's recommendation, during detail engineering. Kindly
consistent control philosophy and to minimize the diversity of I&C equipment.
accept.
(a) Kindly clarify if the mentioned 'Colour Graphic Video Display Unit' 1 no Operating station 27” LED at FGD control room
for CCTV is to be provided in addition to the CCTV Operator Station for CCTV monitoring,1 nos Colour Graphic Video
(27') in FGD Control Room. Display Unit for the Video management server with
CCTV:
198 KALISINDH II 4 610 requisite storage for 30 days and 1 no of 80 " LVS
Colour Graphic Video Display Unit…
(b) If yes, please specify the Qty of Video Display Units to be provided shall be considered under the scope of bidder.
and their proposed location.

1 II 3 3.12.2 11 OF In PLC, the controls shall be provided for the following.


914 • HT Switchboard - incomers, Bus coupler and all outgoing breaker feeders Noted and however all functional and technical
• 415V PMCC/MCC - incomers, buscoupler, all motor feeders and outgoing requirements of the specification shall be met by the
breaker feeders Bidder envisages, bidders own proven DCS for control and bidder.
monitor of FGD systems including electrical switchboards in
CHHABRA
place of PLC. Further the proposed microprocessor based CAS
Please clarify shall have a connectivity to the proposed FGD DCS.

The proposal shall be subject to the approval

2 II 3 3.7.1 9 OF 194 ... The Switchgear shall feed LV Service


CHHABRA
Transformers and motors rated >200 kW.
II 3 3.8.4 72 OF Motors rated below 90 KW shall be contactor operated and shall be fed from Bidder envisages LT motor raing upto 200 KW. Motors rated up to 160 kW shall be considered as LT
194 MCCs. All motors rated 90 KW up to and including 160 KW shall be breaker Please clarify motors.
CHHABRA
controlled. For motors rated 75 kW up to and including 160 KW shall be given
with numerical motor protection relay.
3 II 2 5.3.5 11 OF 25 Bypass dampers: For this project, new wet stack arrangement is envisaged as
. . The blades and frames of the dampers provided at the per tender specification. For new wet stack arrangement,
Inlet/outlet of Booster fan in the untreated gas path shall be made of carbon the FGD outlet treated flue gas is directly going to new wet
steel. The bypass damper and damper in the FGD outlet treated gas path, the stack and will never come in contact with FGD Bypass
frame of the damper shall be made of Carbon steel of minimum 7mm damper (which is located in the untreated gas path between
thickness cladded with 2mm (thickness) Alloy C276/Alloy 59. The blades shall ID Fans and existing stack). Therefore, please confirm that
be made of SS317LMN or better material and the seals shall be made of blades and frames of FGD Bypass Damper can be made of
Alloy C-276 or better material Carbon Steel similar to those provided at Booster Fan Inlet
CHHABRA & Booster Fan Outlet. This is the practice followed for all Noted.
recent FGD retrofit projects where New wet stack
arrangement is envisaged.

Please note that FGD Bypass Damper will be exposed to


treated flue gas only when the FGD Outlet Duct comes and
joins the duct to the existing stack (only in case of Existing
Stack Arrangement for FGD. But Chhabra is a New Wet
Stack Arrangement)

Page : 51 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
4 II 6 Drawing: FLOW DIAGARAM FOR DESULPHURISATI As per the Flow diagram, new wet stack is applicable for
ON SYSTEM -DWG No: FCE- 1117155-ME-DWGPFD- FGD system. Damper at Outlet of Absorber serves no
3440-004.REV.R0 purpose in case of new wet stack arrangement where the
In the Flow Diagram for FGD System Drawing, Damper is shown in the FGD FGD treated flue gas enters the new stack. Please note that
Outlet Duct between the Absorber & New Wet Stack Damper at Outlet of Absorber is required for isolation of
CHHABRA FGD system only when the FGD Outlet Duct comes and Damper at Outlet of Absorber is not required.
joins the duct to the existing stack (in case of Existing Stack
Arrangement). For all recent FGD retrofit projects where
New Wet Stack is applicable, Absorber Outlet Damper is
not applicable.
Please clarify.
5 II Drawing: BOILER PLAN (UNIT-5) - DWG No: 97000-04-
AD-0003 Please note that in the "Boiler Plan (Unit-5)" drawing provided for
The Drawing - BOILER PLAN (UNIT-5) - DWG No: 97000-04-AD-0003 is Chhabra project, the dimensions of FGD Bypass Duct (Duct between
provided along with Chhabra tender document ID Fans and existing chimney) are not indicated. In this Boiler Plan
drawing, a reference drawing is mentioned- i.e., "General Arrangement
of Back End Ducting: 97000-04-AD-0021". However, this drawing is
not available along with tender document.
Bidder to visit the site and get the required
CHHABRA Attachments
For knowing the duct size of FGD Bypass Damper (required for information.
estimation and supply of this damper), the Duct Layout drawing of ID
System (Back end) of the existing boiler package is required. We
request Customer to provide/share this drawing for Chhabra project.
Similar Duct Layout drawings of ID System (Back end) have already
been included in this tender specification for Suratgarh &
Kalisindh projects.

6 II 19.2 80 of 222 DESIGN AND GUARANTEE CONDITIONS Clarification:


CHHABRA 1
SO2 concentration in flue gas at FGD inlet: 1910 mg/Nm3(wet) After conversion from SO2 (% v/v wet) to SO2 concentration in
Bidder to follow Vol-II, Sec-1, Cl 19.2, 80 of 222.
7 II 19.2 82 of 222 Annex‐1.2 Flue Gas Analysis Flue Gas Composition at FGD system inlet: d) mg/Nm3(wet), the concentration (mg/Nm3) is not matching. Bidder
CHHABRA 1
SO2 (% v/v wet) : 0.062 requests customer/consultant to review and confirm.
8 II 19.2 80 of 222 DESIGN AND GUARANTEE CONDITIONS
Clarification:
Flue gas flow at FGD inlet
Bidder requesting customer/ consultant to confirm the units in wet or
dry basis for flue gas flow rate. Indicated flow is in Wet condition.
Flue Gas Flow in Nm3/s given in tender (Design & Guarantee Point)
seems to be very higher for 660 MW plant. Kindly review and confirm. Bid specification prevails
CHHABRA 1
In addition, HCl and HF content in Flue gas has got implication on HCL - 45ppm ( wet) and HF - 12ppm ( wet) may be
Limestone consumption, FGD Equipment sizing, Recirculation flow considered.
rate and waste water quantity. Bidder requests owner to provide HCl
and HF Content in flue gas .
9 II 19.2 80 of 222 Lime stone consumption : <7.0 TPH at Guarantee point
Clarification:
Based on Flue gas flow rate and SO2 concentration at FGD inlet, the
CHHABRA 1 Bid specification prevails
limestone consumption indicated in the tender is seems to be very
less. Bidder requests customer/consultant to kinldy review and confirm
10 II 5.1.0 7 of 25 The ducts from Absorber outlet to stack shall be made of Carbon steel of
Clarification:
minimum 7 mm thickness cladded with 2mm (minimum) thickness Alloy
As per poven practice, the duct from Absorber outlet to stack shall be
C276/Alloy 59.
provided with cladded sheet of minimum 2 mm thickness of Titanium
CHHABRA 2 Refer Amendment-1
(Grade 2 as per ASME SB265). In NTPC FGD tenders, titanium
cladded sheet is allowed for Absorber outlet duct.
Kindly accept.
11 II 5.1.0 7 of 25 For the agitators a flushing system for startups shall be provided Clarification:
Maximum Slurry concentration is 30% in Limestone Slurry & Auxiliary
Absorbent Tanks. Agitator Impeller will be kept well above slurry
CHHABRA 2 Bid specification prevails
sedimentation level (above LL). Hence Emergency flushing system
during start up is not required for all slurry tanks.
Kindly Accept
12 II 4.13.0 10 of 18 All the pipes handling slurry shall be provided with replaceable rubber lining of
Clarification:
proven quality. The Bidder can provide slurry pipes of size lower than 3” made
As per proven practice, all the pipes handling slurry shall be provided
up of FRP material if it has previous experience of providing the same
with FRP material. FRP pipes are highly corrosive & abrasion resistant
CHHABRA 2 Bid specification prevails
material and widely used for slurry application. Since we are using
spray headers inside Absorber made up of FRP. Requesting customer
to allow all pipes handling slurry with FRP option also.

Page : 52 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
13 II 5.1.0, xviii 6 of 25 Sufficient number of agitators, as per the proven practice of the contractor,
Clarification:
shall be provided for thorough mixing of the recirculating slurry. The
As per our FGD design, under normal FGD operation, the Jet Air
contractor shall offer and demonstrate mixing arrangement such that n‐1
Sparger (JAS) works to keep the slurry in suspension and no agitators
number of agitators is sufficient to avoid the slurry settlement in the absorber
CHHABRA 2 are required to be in operation. The Agitators are required only during Bid specification prevails
tank in case of one agitator under breakdown (n‐total no. of working
FGD stoppage to prevent the deposit settlement. For this purpose, we
agitators).
are offering two numbers of Agitators. However, to meet tender
requirement, we offer one spare as a ware house spare
14 II 5.0.2 7 of 25 Velocity of the Gas in the Absorber: Maximum 3.0 m/s.

Clarification:
As per proven practice, the Absorber will be sized for velocity of
CHHABRA 2 4.0 m/s. This is being followed in North Chennai (1x800MW) & all Refer Amendment-1
the current FGD tenders . Bidder requests Owner/ Consultant to
review and accept the velocity inside absorber as 4.0 m/s.

15 II 5.1.0, vii 5 of 25 All internal members shall be with minimum 2mm Alloy 59/C276. All metallic Clarification:
fasteners provided inside the absorber/ absorber wet‐dry interface ducting We understand that this specification is for the support members
shall of internals (i.e Mist Eliminator supports, Spray Pipe supports)
be of Alloy 59/C276. As per proven design practice, since spray pipes are in contact
CHHABRA 2 with slurry we will provide C276/Alloy59 2 mm lining whereas the Bid specification prevails
mist eliminator area is not in contact with slurry. However to take
care of corrosion, it is proposed to use Carbon steel support
members with 4mm thk rubber / 2mm thk Glass flake lining. This
is being installed in many FGD plants and working successfully
16 II 4.11.0 9 of 18 Emergency Slurry Tank:
Clarification:
Sufficient number of agitators shall be provided in the tank by the contractor
As per proven practice, vertical agitators used for all slurry tanks
to prevent the solids from settling down. There shall be at least one redundant
except Absorber. Side entry agitator will be used for Absorbers.
agitator for this purpose
As per design pratice, redundant agitators will be provided for
CHHABRA 2 Bid specification prevails
Absorber as warehouse spares whereas in Emergency slurry tank
redundant agitator is not required since emerency slurry tank
agitator will be used during maintenance of absorber only.
This is being followed in all NTPC tenders. Kindly accpet
17 II 1.1.1 vi 156 of Hydraulic coupling of booster fan shall be checked for string test i.e.,
Offered Booster Fans are constant speed Axial Reaction type with
222 operational check of one fan assembly using hydraulic coupling to check
constants speed Motor. Coupling envisaged are spacer coupling
CHHABRA 1 temperature rise, smooth operation, vibration and noise level. Dry run test Noted.
instead of Hydraulic Coupling for these type of Fans and hence
shall preferably be carried out during string test.
Hydraulic Couplings are envisaged for the Booster Fans
18 II 5.4.0 12 of 25 The fan rotors are over speed tested to at least 10% above the maximum
The Booster Fans for FGD system are driven by constant speed HT
operating speed and are dynamically balanced to VDI 2060 code.
motor. The Fan shall always run below the synchronous speed of
the HT motor and hence over speed test is not required and not
CHHABRA 2 Bid specification prevails
envisaged by bidder.
Dynamic balancing of fan rotor shall be done as per ISO 1940
standard
19 II 5.4.0 12 of 25 Overhung runners are not acceptable. Offered Booster Fans are constant speed axial reaction fans and
CHHABRA 2 Noted.
are of overhung design
20 II 2.1.1 21 of 25 Booster Fan:
2x50% (sized for 60% BMCR flue gas flow) for each absorber. Bidder has the following understanding in sizing the Booster Fan.
Margin over flow: 20 % a) Booster Fan Test Block point 1 is arrived by taking 20 % margin
Power supply frequency : 47 Hz over 50 % BMCR flow requirement and power supply frequency
considered for Test block point 1 is 50 Hz
CHHABRA B2 & 3 Bid specification prevails
b) Booster Fan test block point 2 is for single stream operation i.e
60 % BMCR flow and power supply frequency considered for Test
block point 2 is 47 Hz as well as 50 Hz.
Pl confirm our understanding

Page : 53 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
21 II 2.1.1 21 of 25 Booster Fan: Fan casing material and plate
The Booster Fans for these FGD projects are of similar
Thickness ‐ Abrasion and wear resistant, high BHN steel having minimum 8.0
construction to that of axial reaction ID fans and is handling the
mm
same flow and flue gas parameter as that of ID fans. The casing
thickness or 12mm mild steel with liner
for the ID fans for this project is of mild steel only and without any
of thickness 10mm (min.)
liners.
Bidder would like to clarify that offered FGD Booster Fans casing/
CHHABRA B10 housing shall be with mild steel without liners and with thickness Bid specification prevails
as per our proven practice of Fan manufacturing. These type of
Fans with above material of construction in ID application is
already installed/ offered by Bidder in RRVUNL Suratgarh 2x660
MW, NTPC Barh 2x660 MW, APPDCL Krishnapatanam 2x800 MW,
RPCL Yeramarus 2x800 MW, KPCL Bellary 1x700 MW, PPGCL Bara
3x660 MW, LPGCL Lalitpur 3x660 MW etc
1 II 3.2.1 11 of 222 x) Vibration isolation system for Limestone crushers and
CHHABRA 1 Booster fans and further detailed in Civil specification The referred clauses are contradictory with respect to vibration
isolation system (VIS) for Booster fans. Kindly clarify the Bidder to follow Vol-II, Sec 1, Cl 3.2.1, 11 of 222.
II 3.13 13 of 71 Booster Fan foundations shall be RCC block foundation directly resting on applicability/requirement of VIS for Booster fans.
CHHABRA 5 virgin soil / pile below Ground level

2 II 2.00 7 of 222 The treated flue gas from the FGD shall be led to the separate wet chimney
CHHABRA 1 of 150 m height for each unit / a single twin-flue wet chimney of 150 m height Height shall be 100 metres or H=6.902
common for both units. (Qx0.277)^0.555 whichever is more. Separate wet
II 3.2.1© 10 of 222 separate wet chimney of 150m height for each unit / a single twinflue wet These clauses are contradictory in nature. chimney for each unit / or single twin-flue wet
CHHABRA 1 chimney of 150 m height common for both units, designed as per EPRI Please clarify “two single flue chimney of 150m height each” or chimney common for both units shall be considered.
guideline with RCC shell, ………. “one twin flue chimney of 150m height is to be considered Where,
II 3.14.1 14 of 71 Single-flue chimney(s) shall be provided. Chimney shall be of reinforced Q = Emission rate of SO2 in kg/hr
CHHABRA 5 concrete construction. There shall be one flue (liner) for each unit H = Physical stack height in meter

3 CHHABRA II 1 2.00 7 of 222 Wet stack shall be located far away from the existing Chimney Bidder understands that the center of new chimney / chimneys
II 3.14.1 14 of 71 the centre to centre distance between the proposed chimney(s) and the shall be minimum 150m away from center of existing chimney. Bidder understanding is correct.
CHHABRA 5
existing chimney(s) in any direction shall not be less than 150 metres Kindly confirm
4 CHHABRA II 1 3.2.1 ( C ) 10 of 222 ………………..steel flue with corrosion resistant C-276 alloy / Alloy 59 over 8 Please provide the following details for C-276 alloy / Alloy 59
mm thick(minimum) mild steel base metal of flue liner. cladding:
• Thickness of C-276 alloy / Alloy 59 clad-ding over 8 mm
thick(minimum) mild steel base metal.
• Material code to be followed for C-276 alloy / Alloy 59.
• Cladding specification/ASTM to be fol-lowed for C-276 alloy /
Alloy 59 clad-ding.
• Permissible tolerances on thickness of clad sheet and base
material.
• Permissible tolerances on flatness for clad sheet and base
Will be furnished during detail engineering
material.
• Specify the quality tests which will be conducted on the clad
sheet for as-sessing mechanical and chemical properties and
on the chimney cans after fabrication.
• Indicate any special requirements applicable for welding and
fabrica-tion of chimney at site.
• Indicate any restriction in size of base metal and clad plate to
be used for fabrication of flue cans.
• Mention tensile and yield strength of the cladded material to
be achieved
5 II 3.14.0 (f) 19 of 71 The inside surface of chimney shell above roof, horizontal surface of shell at
Bidder understands that no painting is required on inner surface of
CHHABRA 5 top, underside of concrete roof slab etc. shall be painted with epoxy phenolic Bidder understanding is correct.
concrete chimney shell below roof. Kindly confirm.
coating system having total 220 microns DFT.
6 II 2.0 5 of 71 GEOTECHNICAL INVESTIGATION
The Contractor shall carry out his own geotechnical investigation in all work
Please furnish the Geotechnical Investigation Report of the proposed
CHHABRA 5 areas under Contractor’s scope for establishing the subsurface conditions Refer Amendment-1.
FGD area.
and to decide type of foundations for the structures envisaged, construction
methods..
7 II 7.2.1 34 of 222 Soil Profile
The Detailed geotechnical Investigation and setting out survey may be
Bidder to visit the site and get the required
CHHABRA 1 performed by the contractor for the detailed engineering for the project. The Please furnish the Topographical Survey of the proposed FGD area.
information.
geotechnical report shall contain recommendations for foundation design
during detailed engineering
8 II 22.3 46 of 71 Backfilling, Disposal and Stacking of materials
Compaction criteria for backfilling around foundations etc. is
The backfill under the rail lines and roads shall be compacted to minimum 95
not mentioned.
% of the standard proctor density at OMC unless otherwise stated by rail
Backfilling around foundations, trenches, pipe pedestals etc. shall be
CHHABRA 5 Authorities Bidder understanding is correct.
done with excavated earth in layers of 300 mm compacted thickness
so as to achieve 90% standard proctor density for cohesive soil and
75% relative density for cohesionless soil. Please confirm.

Page : 54 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
9 II 3.7 21 of 222 Detailed Soil investigations and micro leveling of the area Site in present condition will be handed over to the
contractor.
CHHABRA 1
The referred clauses are contradictory. Kindly clarify.
All required grading and leveling of the site shall be in
Since leveling and grading of proposed FGD area shall be
the scope of the contractor.
CHHABRA II 1 3.2.2 12 of 222 b) Site leveling of the FGD area as required. done by owner, bidder understands that following works are
II 5.0 25 of 222 Following are the provisions / supplies by the Owner: excluded from bidder's scope:
The scope of following works shall be included in
• Graded land within the property line limits as indicated in the plot plan 1. Dismantling of any existing temporay/permanent structures
bidder's scope:
and clearing debris.
1. Dismantling of any existing temporay/permanent
2. Slope protection
structures
3. Cutting of trees
and clearing debris.
4. Diversion of any existing facilities/structures, nalla, etc.
CHHABRA 1 2. Slope protection
5. Disposal of stacked materials/equipments etc. if any, located
3. Cutting of trees
at proposed FGD area
4. Diversion of any existing facilities/structures, nalla,
Please confirm.
etc.
5. Disposal of stacked materials/equipments etc. if
any, located at proposed FGD area
10 II 3.2.1 11 of 222 Mechanical: q)
One number common stack drain condensate system for both the 660 MW Condensate formed inside chimney duct shall be routed to
units comprising of condensate tank to hold 12 hrs of stack condensate with absorber sump by gravity and then routed to absorber by
suitable chemical storage and dosing system for neutralization, and 2x100% Sump Pump where condensate will be neutralised.
CHHABRA 1 Bid Specification prevails.
transfer pumps for transferring the neutralized condensate to the existing Hence separate collection and neutralisation system for
ETP/CMB. Provision shall be chimney condensate is not required.
given for pumping the condensate to the absorber with suitable pumps BHEL requests same may please be accepted
(2x100%), piping
1 II 3 3.17 4.1.0 168 of Elevators shall be provided for the following buildings & structures.
194 • 544 kg Passenger elevator for the building Bidder to consider Elevators for the buildings &
structures as follows:
As per referred clause, it is understood that 544 kg Passenger • 544 kg Passenger elevator for the Limestone slurry
CHHABRA elevator is required for the "FGD Control Room" building. preparation building
Kindly confirm • 1088 kg Passenger elevator for limestone crusher
house
• 1088 kg Passenger elevator for absorber tower

2 II 1 Annex 1.5 86 of 222 LIME STONE AND GYPSUM HANDLING Bidder understands that Mandatory Spares for Electric Hoists
List of H) ELECTRIC HOISTS are to be provided only for Electric Hoists in LIME STONE
CHHABRA Bid Specification prevails.
mandatory AND GYPSUM HANDLING area.
spares Kindly confirm
1 I 6 30 of 55 xxi) Ventilation System In absence of any list of equipment to be considered for Aux.
power consumption calculation for ventilation system , it is
proposed to consider following equipment only ;
CHHABRA 4, SCC Bid Specification prevails.
1.0 Axial fan for MCC room of FGD control room.
2.0 Axial fan for cable vault of FGD control room.
Please confirm
2 II 2 2.7 3.0.0 1 of 9 a) N+1 (N working + 1 stand-by) of suitable capacity airconditioning units by
means of adequate number of separate DX plant (water cooled) or water
cooled package air conditioner (with cooling towers & pumps), air handling
fan condenser, Refrigerant pipes and fittings for interconnecting the
equipment for FGD Control There is contradiction in redundancy of the air conditioners.
Building. Split Air-conditioners for Other auxiliary control room / control room Hence following redundancy criteria is being considered for
buildings is also covered in the scope of Bidder various types of AC system in line with clause no. 3.0.0-a), Bidder shall consider the following:
2 2.7 Annex 2.7.1, 8 of 9 A. AIR CONDITIONING SYSTEM Section - 2 / Sub Section 2.7 Air - Conditioning, Volume-ll. A) Water cooled DX type Air Conditioner or Water
specified S.no. Description Unit Data A) Water cooled DX type Air Conditioner or Water Cooled Cooled package air conditioner with N+1 (N working +
CHHABRA
designdata 1.0 Water Cooled Ductable Air Conditioning units package air conditioner with N+1 (N working + 1 stand-by) 1 stand-by) redundancy.
a) Area Served Control Room redundancy. 2) Split type Air Conditioner : 100 % redundancy shall
b) Redundancy 1W+1S 2) Split type Air Conditioner with N+1 (N working + 1 stand-by) be considered.
c) Capacity TR * redundancy.
2.0 Split Air Conditioners Please review and confirm
Areas Served As per specification requirement
Redundancy 100% redundancy shall be considered
Type Air cooled type

Page : 55 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
3 II 2 2.7 3.0.0 1 of 9 a) N+1 (N working + 1 stand-by) of suitable capacity air-conditioning units by
means of adequate number of separate DX plant (water cooled) or water
cooled package air conditioner (with cooling towers & pumps), air handling
CHHABRA fan condenser, Refrigerant pipes and fittings
for interconnecting the equipment for FGD Control Building. Split
Airconditioners for Other auxiliary control room / control room buildings is also
covered in the scope of Bidder. Bidder understand that type of the Air Conditioning system
shall be as per the following;
II 2 2.7 4.0.0 4 of 9 4.0.0 TECHNICAL REQUIREMENTS OF AIR CONDITIONING SYSTEM
1.0 Water cooled DX Type or Package air conditioner ( with
Air conditioning requirement shall be met using following types Air
cooling towers & pumps) type air conditioners for FGD control
Conditioning units as required. For various rooms, Vendor shall choose Bidder understanding is correct.
room
appropriate system, based on the heat load.
2.0 Air Cooled Split Air Conditioners for other air conditioned
Water cooled ductable air conditioning system shall be provided for control
areas depending on the room layout.
room.
CHHABRA Please review and confirm
Required number of Ductable split type AC units with air cooled outdoor
condensing unit with semi hermetic/ hermetic compressors including
refrigerant pipes, controls, thermostats, filters, outlet dampers, etc.
Required number of High wall type split AC units complete with air cooled
outdoor condensing unit having hermetically sealed compressor and high wall
type indoor evaporator unit with cordless remote controller
5 II 2 2.7 4.1.0 4 of 9 Each water cooled ductable split air conditioning units shall be designed to
provide free delivery of conditioned air to the conditioned space. The indoor
Please note that energy efficiency rating criteria is applicable
unit shall be suitable for mounting on the ceiling concealed above the false
for split type air conditioners only. Hence energy efficiency
ceiling. Cooling tower unit can be placed on the roof/floor of outside building.
rating of 5 Star shall not applicable for DX type machine and
CHHABRA Each unit shall include a primary source of refrigeration for cooling and Confirmed.
package type.
dehumidification, means for circulation and cleaning air. It shall have energy
Energy efficiency rating of 5 Star shall be envisaged for split
efficiency rating of 5 star
AC only. please review and confirm.
6 of 9 4.2.0 4.2.0 High wall type split AC units It shall have energy efficiency rating of 5
star
6 II 2 2.7 6 of 9 5.1.0 The speed of the fans shall be 1500rpm for impeller diameter 450mm or less Due to constraints of availability of fans in market, general
General and 1000rpm for impeller diameter above 450 mm. criteria of fan RPM and size shall be followed: -
The speed of the fan shall not exceed 960 rpm for fan with
impeller diameter above 450 mm and 1400 rpm for fan with
impeller diameter 450 mm or less. However, for fans having
CHHABRA Bid Specification prevails.
static pressure of 30 mm WC or above the speed of the fan
shall not exceed 1440 rpm for fan with impeller diameter of
above 450 mm and 2800 rpm for fan with impeller diameter of
450 mm or less.
Please review and confirm
1 II 1 4.0 22 of 222 DM Water: DM water (if required) for makeup of CCW system of FGD, shall Specification for CCW system of FGD is not available. Kindly
DMCW system shall be in bidder's scope.Make up for
be sourced from existing DM water header. provide detailed specification & drawing for CCW system of
DMCW to be tapped off from nearest header.
CHHABRA FGD.
Specification for DMCW system shall be furnished
Also provide terminal point location, flow and pressure
with Amendment No.1
available at Terminal Poin
2 II 1 4.0, 4.1 b) 22 of 222 Make-up water: The water required for the FGD plant shall be sourced from Specification for Filtered water system of FGD is not available.
plant CMB /filtered water system. Pumps (2x100%) if required shall be Kindly provide detailed specification & drawing for Filtered
Bidder to visit the site and get the required
CHHABRA included in Bidder’s scope water system of FGD.
information.
Also provide terminal point location, flow and pressure
available at Terminal Point
3 II 2 Specification for Cooling water system and Filtered water
/clarified water (system) is not available. Kindly provide detailed Bidder to visit the site and get the required
CHHABRA
specification for Cooling water system and Filtered water /clarified information.
water (system).
1 II 4 3.2.4 6 of 186 The Instrumentation and Control equipment system called for in this
specification consists of a fully coordinated and integrated PLC based system Noted and however all functional and technical
for…. requirements of the specification shall be met by the
DDCMIS(hardware in line with FGD DCS) based control
bidder.
system is being proposed for FGD I/L, O/L Bypass etc.(as
applicable) & systems like HVAC, Condensate collection
CHHABRA Further the proposed microprocessor based CAS
system, water cooling system(if applicable) in place of PLC.
shall have a connectivity to the proposed FGD DCS.
Further compressed air system shall be microprocessor based
system. Please confirm
The proposal shall be subject to the approval by
RRVUNL.

Page : 56 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
2 II Sec 4, 3.16.0 11 of 186, Temperature elements RTD & TC shall be connected directly to PLC without
transmitters.
All field instruments and sensors for remote measurement viz. Flow meters,
Sec 1 15 of 222 Smart Transmitters, RTD, Process Switches, Temperature Transmitters and As per cl no: 3.16.0, Temperature transmitter is not applicable.
3.2.4 (j) analysers with all accessories shall be supplied as per attached PIDs and However as per cl no: 3.2.4(j) & 10.3.1(k) temperature
CHHABRA detailed specification for the completeness of the system transmitter needs to be supplied. Bid Specification prevails.
83 of 186 Temperature transmitters are not considered in bidder's scope
Temperature transmitters shall be supplied along with 3 Nos. of hand of supply. Kindly confirm.
Sec 4 10.3.1(k) held/portable mV source generators.

3 II 4 Annex 7 11.11.4 132 of As per Inst. Drawing for flow measurement, size of root valve for low There is contradiction between the two clause nos.
CHHABRA 186 mesaurement (orifice) is 1/2". But as per cl no: 11.11.4 (Flow Measurement), Bidder is considering 1/2" root valve for flow orifice as per Root valve size shall be 25 NB.
root valve size is 25NB. Annexure-7. Kindly confirm.
4 II 4 13.4.4 153 of IPR shall be placed in LCR
CHHABRA IPR shall be part of MCC. Kindly confirm. Bid Specification prevails.
186
5 II 4 Annex 1.5 Annex 1.5 In Annex- 1. Mandatory spare for Instruments/C&I items specific for AIR the package & NOT as indicated in LIST OF C&I (i) For AC system, Mandatory spare shall be as per
List of cl no: 1.5- CONDITIONING AND VENTILATION SYSTEM, COMPRESSED AIR MANDATORY SPARE ( cl no: 1.00.00 Annes-1.5, Section-1 or cl no:
mandatory 15.0.0 1.00.00: SYSTEM ETC. are provided. 15.0.0, Section-4) 3.0 of Air conditioning & Ventilation system of Annex-
spares 1. page i.e (i) For AC system, Mandatory spare shall be as per cl no: 1.5.
no:102 2. LIST OF MANDATORY SPARES (CONTROL AND 3.0 of Air conditioning & Ventilation system of Annex-1.5. (ii) For Ventilation system, Mandatory spare shall be
of 222 INSTRUMENTATION) provided at sh no: 112 of 222 of vol-II, section-1 & sh (ii) For Ventilation system, Mandatory spare shall be as per cl as per cl
2. page no: 183 of 186 of vol-II, section-4. no: 5.0 of Air conditioning & Ventilation system of Annex-1.5. no: 5.0 of Air conditioning & Ventilation system of
no: 108 (iii) For Compressed air system, Mandatory spare shall be as Annex-1.5.
of per cl no: 3.3 of Compressed Air System of Annex-1.5. (iii) For Compressed air system, Mandatory spare
222 For others system, LIST OF C&I MANDATORY SPARE (cl no: shall be as
CHHABRA 3. page Annex-1.5- page no: 112 of 222 (Control & Instrumentation) per cl no: 3.3 of Compressed Air System of Annex-
no: 112 shall be followed. Kindly confirm. 1.5.
of 222 (iv) For Fire Detection and Protection system,
183 of Mandatory spare shall be as
186 per cl no: 7.0 of Annex-1.5.
(v) For others system, LIST OF C&I MANDATORY
SPARE (cl no: 15.0.0
Vol-II, Sec-4, page no: 183 of 186 (Control &
Instrumentation)
shall be followed.

6 II 4 Annex 1.5 112 of 1. LIST OF MANDATORY SPARES (CONTROL AND (i) For AC system, Mandatory spare shall be as per
List of 222 (C&I) INSTRUMENTATION) provided at sh no: 112 of 222 of vol-II, section-1 & sh cl no: 3.0 of Air conditioning & Ventilation system of
mandatory no: 183 of 186 of vol-II, section-4. Annex-1.5.
spares & (ii) For Ventilation system, Mandatory spare shall be
183 of as per cl no: 5.0 of Air conditioning & Ventilation
Cl.15.0.0 186 system of Annex-1.5.
As mandatory spare list for C&I items are provided at two
(iii) For Compressed air system, Mandatory spare
places i.e at pg. no: 112 of 223 of vol-II, section-1 & pg. no:
shall be as per cl no: 3.3 of Compressed Air System
183 of 186 of vol-II, section-4.
CHHABRA of Annex-1.5.
Bidder is following the mandatory spare list as per cl no:
(iv) For Fire Detection and Protection system,
Annex-1.5- page no: 112 of 222 (Control & Instrumentation).
Mandatory spare shall be as per cl no: 7.0 of Annex-
kindly confirm.
1.5.
(v) For others system, LIST OF C&I MANDATORY
SPARE (cl no: 15.0.0 Vol-II, Sec-4, page no: 183 of
186 (Control & Instrumentation) shall be followed.

7 II 4 15.0.0 183 of Sl. No-1.8 Flow Element: 10% for each type, size and FE is a static element & hence we are not considering FE as
CHHABRA Bid Specification prevails.
186 range or minimum 2 nos. whichever is higher mandatory spare. Kindly confirm.
1 I 2 10.3.2 31 of 59 Five Year Operation & Maintenance of all Mechanical,
Electrical,Instrumentation & Hydraulic systems within the battery limits of
FGD System for RVUN Plants, included in the scope of this Tender
Specification including the O&M of common Limestone Handling & Crushing
system for respective RVUN Power Plants being installed under the scope of
this Tender, shall be quoted in BOQ (Schedule No 4). The scope shall include
providing
CHHABRA There is contradiction regarding O&M spares in the referred
Engineers, Supervisors, Skilled, Semiskilled and unskilled workmen for the
clauses. Please clarify whether supply of O&M spares is in Bid Specification prevails.
O&M activities including Safety Personnels, for the purpose of Round the
bidder's scope.
Clock execution of O&M contract as per the instructions and requirement of
Engineer In Charge of RRVUNL. All required O&M Spares, chemicals,
glasswares, reagents, all analytical lab instruments, Lubricants & other
consumables etc.(except Limestone) and Tools & Tackles required for

undertaking regular maintenance activities are included in the scope.

Page : 57 of100
clauses. Please clarify whether supply of O&M spares is in Bid Specification prevails.
bidder's scope.

S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
II 1 9.2 38 of 223 RECOMMENDED SPARES/O & M SPARES
CHHABRA
Not Applicable
1 II 2 1.0.0, (i) 7 of 194 Extension of communication system in FGD area including communication Details of existing communication system will be
cables Please provide the details of existing communication system. provided to the successful Bidder during detail
CHHABRA
Such as make, type (IP based/digital) etc engineering
2 II 3 1.0.0, (x) 8 of 194 Feeders for NOx system, Mercury & Water system from Please furnish the number and rating of feeders required for Ratings of the referred equipment are to be decided
a. HT Switchgear, if applicable following by the Bidder for the offered system.
b. 415V Common FGD MCC a. HT Switchgear, (if applicable, please confirm)
c. DCDB b. 415V Common FGD MCC
CHHABRA d. UPS DB c. DCDB
e. Emergency MCC d. UPS DB
e. Emergency MCC
Accordingly bidder shall consider un-cabled feeder for above
systems in switchgear
3 II 3 Power 3.7.0 / 3.7.2 9 of 194 To supply LT motors (rated up to 200 kW) and other loads, required numbers
supply / 3.9.0 & 10 of of LV Service transformers shall be provided.
CHHABRA 194 & 24 Motors rated above 160 kW : 11 kV supply, 50Hz Customer to clarify the cut off rating for LT motors Motors rated upto160 kW are LT motors
of 194 Motors rated upto160 kW : 415V, 50Hz
415 V : >0.2 kW and up to 160 kW
4 II 3 Spare 3.11.0 / 11 of 194 3.11.0: For HT Switchgear/ 415V PMCC/MCC/DBs, 10% spare feeders with a Customer to clarify the spare feeder requirement as there is For HT Switchgear, 10% spare feeders with a
feeders 4.1.15 & 74 of minimum of one each of each type and rating shall be provided. conflict between two clauses of specification for LT switchgear. minimum of one each of each type and rating shall be
194 provided.
4.1.15: At least 20% of feeder modules covering the range of motors/ Customer is requested to consider one highest rated motor
outgoing feeders used subject to minimum of one module in each bus section feeder and one highest rated transformer feeder (as For HT Switchgear, At least 20% of feeder modules
CHHABRA shall be provided as spare. Spare modules shall be completely wired up applicable) as spare feeder in HT switchgear due to layout covering the range of motors/ outgoing feeders used
constraint. subject to minimum of one module in each bus
section shall be provided as spare.
415V PMCC/MCC/DBs, 10% spare feeders with a minimum of
one each of each type and rating shall be provided.
Please confirm.
5 II 3 Layout 3.13.0 / 12 of 194 For installation of two rows of HT switchgear or one row of HT and one row of Minimum clearance of 2500mm between HT or HT &LT front is Please follow Tender Specfication
CHHABRA aspects 3.13.4 LT switchboard facing each other minimum clearance of 3000mm shall be kept as a standard practice in different thermal power plants.
maintained in between front boards Customer is requested to review the requirement again
6 II 3 3,1 3.6.0 70 of 194 The continuous current rating of the incomers/tie feeders/main bus bars of As already 10% margin has been taken in sizing of Please follow Tender Specfication
Current Power Cum Motor Control centre (PMCC) shall be based on the name plate transformer. 20% margin is too high for continuous rating of
CHHABRA rating rating of the upstream transformer with 20% margin at design ambient incomers/tie/main bus bars of PMCC. Bidder recommends
condition, rounded off to next higher standard 10% margin instead of 20%.Customer is requested to review
rating unless specified otherwise the requirement again
7 II 3 3.6 69 of 194 Load factor for motors depends upon BKW & rated
Please provide the load factor for continous & intermittent loads output of motor. For intermittant loads, load factor will
CHHABRA
required for sizing of LT Switchgear be reviewed depending upon type of load, during
detail engineering.
8 II 3 3.7 4.1.0 100 of Battery sizing shall be carried out as per IEEE: 485 For sizing of battery minimum electrolyte temperature is Minimum site ambient of -2.8 deg C shall be
CHHABRA
194 required. Please specify considered
9 II 3 3.8 3.0.0 102 of SMPS based float cum boost charger Mostly SMPS based chargers are suitable for 24V & 48V Please follow Tender Specfication
194 application. So SCR based charger shall be allowed in place of
CHHABRA
SMPS based charger fro 220V DC application . Please
confirm
10 II 3 3.10 5.10.0 126 of Lighting Masts Quantity of Lighting Masts shall be decided by the
Quantity of Lighting Masts may please be specified by customer or its
CHHABRA 194 bidder and is subject to RRVUNL's approval during
requirement shall be decided by the bidder
detail enginnering.
11 II 3 3.10 3.0.0 121 of DC operated LED lamps can remain continuously ON along with AC lighting As per market availability, DC LED fixture of reputed manufacturer is Please follow Tender Specfication
CHHABRA 194 system. not available in market. Hence DC fixtures with CFL / Fluorescent
lamp is considered
12 II 4 3.10 6.11.0 130 of Lighting Panel to Switch box : 2.5 sq.mm copper Please follow Tender Specfication
Since junction box is provided in between fixture and lighting panel,
194 Switch box to lighting Fixtures : 1.5 sq.mm copper
CHHABRA hence following is considered Lighting Panel to Switch box/ JB : 2.5
sq.mm copper Switch box/ JB to lighting Fixtures : 1.5 sq.mm copper
13 II 3 3.10 6.14.0 130 of Wiring for lighting circuits of Normal AC system, Emergency AC System and Noted.
CHHABRA Emergency AC lighting System in not required as per specification
194 DC system shall run in separate conduits
14 II 3 3.10 6.20.0 131 of Lighting circuits shall be routed in electrical metallic tubing ( EMT) for indoor Rigid conduits are considered for lighting circuits of indoor and Noted.
CHHABRA
194 areas, rigid conduit for hazardous and outdoor areas outdoor areas in line with specification clause 5.13.0
15 II 3 3.11 3.28.0 136 of Cables shall be supplied in non-returnable steel drums of heavy construction. Cables shall be supplied in non-returnable steel
194 All ferrous parts shall be treated with suitable rust protective finish or coating drums of heavy construction
to avoid rusting during transit and storage. The surface of the drum and the
outer most cable layer shall be covered with waterproof layer. Both the ends
Bidder understand that both wooden/Steel drums are allowed.
CHHABRA of the cables shall be properly sealed with heat shrinkable PVC/rubber caps,
Please confirm
secured by `U’ nails so as to eliminate ingress of water during transportation,
storage and erection. Wood preservative anti-termite treatment shall be
applied to the entire drum. Wooden drums shall comply with IS 10418

Page : 58 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
16 II 1 Annex.15 112 of Electrical mandatory Spares Noted.
As per tender specification only dry type transformer are applicable,
CHHABRA 222
hence MOG, OTI etc. as spares shall not be applicable.
17 II 1 Annex.15 112 of Neutral grounding resistor w/o supporting structure As per Single line diagram of proposed FGD system (R1, Vol- Noted.
222 II, Section 6) there is no 11/3.3kV or 11/6.6kV transformer and
CHHABRA therefore no NGR has been shown in the SLD. Hence,
mandatory spares for Nuetral grounding resistor is not
applicable.
18 II 1 3.2.3 14 of 222 Addition of MIMIC, controls, indication in the existing Mosaic Type ControlCustomer to provide the details of existing Mosaic Type control Details of existing system will be provided to the
CHHABRA
panel for the two numbers 11 feeder extension. panel. successful Bidder during detail engineering
19 II 3 3.15 1.0.0 / 3.1.0 148 of Buried earth mat for the FGD system. Please follow Tender Specfication
194 Bidder shall provide earth mat of spacing 5 m x 5m below
CHHABRA switchgear/MCC room/Switchyard and transformers. Suitable number of earth Buried arth mat or perimeter earthing around building? Please confirm
electrodes shall be provided. Perimeter earthing shall be provided around the
building
1 II 2 2.2 4.13.0 6 of 19 PLC shall be provided for limestone handling system Lime and Gypsum handling system will be controlled from
CHHABRA FGD control room through FGD DDCMIS only, please Confirmed.
confirm
2 II 2 2.2 5.17.0, vi 12 of 19 Crusher shall be provided with vibration monitoring (VMS) Vibration monitoring (VMS) system has been considered
CHHABRA Bid Specification prevails
system for Crushers only.please confirm.
3 II 3 3.0 3.7.1 3.7.2 10 of 196 LT Motors Both the clauses are contradicting, Motors rated upto 200
Motors rated up to 160 kW shall be considered as LT
CHHABRA and KW or 160 KW shall be considerd as LT Motors (415V
motors.
3.9.0 opetared
4 II 3 3.1 3.17.0 28 of 196 Leads of all simplex type motor winding RTDS and motor
bearing RTDS shall be wired up to respective switchgear
RTDS will be directly wired to PLC and tripping logic will be
CHHABRA metering & protection compartment. From which one set of RTDS will be Bid Specification prevails.
generated in PLC
connected to numerical protection relay and another set shall be kept free for
PLC connectivity
5 II 3 3.0 3.13.1 12 of 196 Cable vault shall be provided for the Switchgear rooms &
CHHABRA
Control rooms
In the Electrical cum Control building of FGD, Cable
II 3 3.16 4.1.0 160 of In the plant building, switchgear rooms, control rooms etc., power and control Both the clauses are contradicting, Please clarify whether
vault shall be provided for the Switchgear rooms &
196 cables shall be laid on cable trays installed in concrete trenches, Overhead Cable Trench or cable Vault to be considered for MCC
Control rooms. In other auxiliary plant buildings, cable
CHHABRA trays, cable rooms.
trench can be considered for MCC rooms.
vaults, cable shafts or along building and structures as the case may be.

6 II 1 Annex 1.5 93 of 223 LIME STONE AND GYPSUM HANDLING


For LHP and GHP systems, Electrical and C&I Mandatory
List of
CHHABRA Spares specified in Confirmed.
mandatory
Sl.no A to Q only are considered, please confirm.
spares
7 General Lime and Gypsum handling system cables will be routed through
Lime and Gypsum handling system cables shall be
CHHABRA Conveyor gallery; Separate Cable Trestle is not considered for the
routed through separate Cable Trestle
same. Please confirm
8 General Explosion/Flame Proof Type Electrical equipments
Explosion/Flame Proof Type Electrical and C&I items are not
CHHABRA shall be provided as per hazardous area
considered for Lime and Gypsum handling systems. Please confirm
classification.
9 General We have not considered any Control cabinets/panels/Desks ECP’s,
CHHABRA Bid specification prevails
MIMIC Panels for LHP&GHP Systems. Please confirm
10 II 3 3.2 3.0.0 32 of 194 ELECTRICAL ACTUATORS WITH INTEGRAL STARTERS Kindly clarify the location of Starters for LHP&GHP Flap
CHHABRA gates, RPG Gates etc. whether to consider with integral Integral starters shall be considered.
starter or starter to be located in MCC
11 II 3 3.10 3.1.0 121 of Emergency DC Lighting in control rooms and critical areas. Kindly provide us the locations of LHP&GHP areas for providing Locations of LHP&GHP areas will be finalised during
CHHABRA
194 Emergency DC Lighting detail engineering
1 II 1 3.2.2 b) 12 of 222 Site levelling of the FGD as required Site in present condition will be handed over to the
contractor.

All required grading and leveling of the site shall be in


the scope of the contractor.

The scope of following works shall be included in


We understand that the earmarked area FGD/LHP/GHP is bidder's scope:
CHHABRA already graded and only micro leveling/grading will be 1. Dismantling of any existing temporay/permanent
required. Please confirm structures
and clearing debris.
2. Slope protection
3. Cutting of trees
4. Diversion of any existing facilities/structures, nalla,
etc.
5. Disposal of stacked materials/equipments etc. if
any, located at proposed FGD area
2 II 1 3.2.2 12 of 222 Civil Scope Please provide us with Geotechnical survey data, borelog
CHHABRA Refer Amendment-1.
details etc. of existing site.

Page : 59 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
3 II 2 2.2 4.10.0 5 of 20 Crushed Limestone shall be stored in two (2) nos. RCC bulk limestone silo IS:4995 codal stipulations will be followed by us for design
CHHABRA Confirmed.
with 4 mm…………. of RCC Bulk Limestone silo. Please confirm
4 II 5 3.5 10 of 71 Control buildings : These shall be steel framed building with RCC roof and These shall be steel/RC framed building with RCC roof and
CHHABRA Noted and confirmed.
floor. floor. Please confirm.
5 II 2 2.2 4.10.0 5 of 20 Crushed Limestone shall be stored in two (2) nos. RCC bulk limestone silo Please confirm whether paving is required around Bulk
Paving shall be provided around bulk limestone silo.
CHHABRA with 4 mm…………. Limestone silos? If needed, then please provide us with
Paving thickness shall be as per specification.
minimum width of paving around the silos.
6 II 5 10 32 of 71 Roads Single lane roads shall be 4m wide with 1m wide
shoulder on both sides.
Please provide us with the width of rigid pavement roads
CHHABRA
and shoulders applicable for this project
Two lane roads shall be 7.5 m wide with 2.5 m wide
shoulder on both sides.
1 II 2 2.2 5.15.00 12 of 20 Hoods over the conveyor head pulleys shall be made of
CHHABRA
suitably stiffened minimum 2 mm M.S.
Please clarify which size of plate is to be considered by Bidder to follow Vol-II, Sec 2.2, Annex 2.2.1 / Sr.
2 II 2 2.2 Annex 2.2.1 16 of 20 Discharge Hoods over head pulleys:‐ 4 mm thk M.S. with rubber curtain
bidder. No.11/e, 16 of 20.
CHHABRA / Sr. No.11/e

3 II 2 2.2 Annex 2.2.1 18 of 20 Deck plate:‐


Please confirm, whether it is to provided all over the length of
CHHABRA / Sr. Min. 3.15 mm shall be provided at feeding point and discharge point. Bid specification prevails
conveyor.
No.15/m/ii)
4 II 2 2.2 Annex 2.2.1 18 of 20 Conveyor life: 7000 hrs (min)
Idelr bearing life - 60,000hrs, pulley bearing life -
CHHABRA / Sr. Please clarify conveyor life, whether it is idler, belt or pulley??
30,000 hrs
No.15/n/iv)
5 II 2 2.2 5.12.00 11 of 20 Flap Gates As per flow diagram, flapgate is not required. Please clarify, where it is
CHHABRA Flap gate is not required.
o be provided
6 II 2 2.2 5.13.00 11 of 20 Inline Suspended Magnetic Separators shall be provided for continuous and
As per bidder understanding, this is Inline magnetic seprator. Bider is
CHHABRA automatic extraction and discharge of tramp magnetic pieces from limestone Confirmed.
not considering any suspended magnet. Please confirm
being discharged from conveyors as specified.
7 II 2 2.2 3.5.0 4 of 20 The conveyor shall discharge lime stone to surge hopper in crusher house.
The capacity of surge hopper shall be 10 min. storage of conveyor capacity. Limestone is coming through underground hopper, so again surge
hopper is not required before scree, since it will not solve any purpose.
Also on considering surge hopper in crusher house, height of crusher
CHHABRA Bid Specification prevails
house will go up and it will be difficult to achieve such height with 12
degree of conveyor inclination. Bidder request owner to consider
flapgate before screen. Please confirm

8 II 2 2.2 3.4.0 4 of 20 Vibrating screen feeder shall be provided at the outlet of


As per bidder understanding, specification is asked
CHHABRA unloading hopper for extracting limestone and feed on the Bidder understanding is correct.
vibrating feeder below hopper. Please confirm.
conveyor
9 II 2 2.2 5.3.0 7 of 20 Idlers
CHHABRA Please confirm bearing life. 60,000 hrs shall be considered for idler bearing life
10 II 2 2.2 5.3.0/3 8 of 20 Carrying idlers shall be placed at 500mm distance within the skirt board
CHHABRA Carrying idler shall be place at 1000mm. Please confirm. Bid specification prevails
length apart from the feeding zone.
11 I 19.1.5.3/xx 76 of 222 Auxiliary Power consumption Bidder isconsidering duty factor based on Limestone
conveyor running hrs of 8 Hr. So Duty factor will be
CHHABRA 4, SCC Confirmed.
8/24=0.33
Gypsum conveyor duty factor will be 1.0 Please confirm.
12 L764000‐UC07‐00‐ZEN‐110001 REV:G
CHHABRA Please furnish autocad drawing of plot plan Shall be furnished during detail engineering

13 FCE‐1117155‐ME‐DWG‐PFD‐3440‐007 R00 Please clarify no of stream is t be considered for gypsum


CHHABRA 2 (1W+1S) streams shall be considered.
handling.
14 FCE‐1117155‐ME‐DWG‐PFD‐3440‐008 R00
As per flow diagram, there is not shown any vibrofeeder after 7 days As per specification, vibrofeeder or rotary feeder shall
CHHABRA
storage SILO. Please confirm whether It is to be considered or not be considered.
15 FCE‐1117155‐ME‐DWG‐PFD‐3440‐008 R00 Since crusher house will be constructed above ground, so DP ( drain
CHHABRA Bid Specification prevails
pump is not required ) . Please confirm.
16 General Please clarify, whether any dozer/ pay loader is to be considered by Dozer/ pay loader is in bidder scope for limestone
CHHABRA
bidder for limestone handling system. handling system.
17 General For gypsum/ gypsum storage shed Plain water dust suppression
CHHABRA Bid Specification prevails
system is to be considered by bidder. Please confirm
18 II 2 2.2 5.18.0 13 of 20 Dust Control System
Dust Suppression System (cold fog type)
CHHABRA
Location of spray : At hopper
Please clarify , whether Dust extraction system or dust suppression
19 II 2 2.2 3.1.1.0 4 of 20 Dust extraction system shall be provided at Underground system is to be considered by bidder for hopper. Since both clause are Bidder to follow Vol.II, Sec 2.2, Cl 3.11.0, 4 of 20.
hopper shed, Crusher house & transfer points for minimizing the dust contradictoty
CHHABRA nuisance. It shall consist of suction hoods with dampers, ducting, bag filters
and fans with all accessories such as isolation/shut off gate, drive equipment,
rotary feeder, to make the system complete in all respects.

Page : 60 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
20 II 2 2.3 4.15.0 11 of 18 The gypsum cake from the belt filter will be discharged
Hopper is not required between gypsum belt filter and gypsum
through a hopper to a belt conveyor. The belt conveyor will transport the
conveyor. It will also increase bulding height unnecessarily. Since
gypsum to the gypsum storage shed.
CHHABRA gypsum conveyor is discharging gypsum into the storage shed just Noted.
after the gypsum dewatering building. So Bidder is considering direct
feeding from belt filter to conveyor with hopper in between
21 II 2 2.3 5.20.0 13 of 20 Service Water System For small plant of LHP GHP, 3 No of working point at a
CHHABRA Bid Specification prevails
No. of valves operated simultaneously : 6 nos. time is sufficient . Please confirm.
22 II 2 2.3 4.12.0 5 of 20 Bulk Limestone Silo / Day Limestone Silo shall have the
following accessories minimum.
Please clarify, whether dust extraction system of dust
CHHABRA a) Unloading spout with all accessories such drive equipment, rotary feeder, Bidder to consider Dust extraction system.
suppression is to be provide at belt feeder. Please confirm.
limit switches, dust suppression unit etc for unloading limestone into belt
feeder.
23 II 2 2.3 R 18 of 18 WHEEL TYPE DOZER For gypsum storage, the capacity of dozer is very high.
CHHABRA Engine Power HP Shall not be less than 416 HP Bidder recommends of minimum capacity of 300 FHP of Bid Specification prevails
BEML (BD30W‐1) or equivalent
24 II 2 2.2 5.21.0 14 of 20 The equipment to be covered shall include (but not limit to) all conveyor drive
units, all pulleys, in line magnetic separators, sampling units, various Please clarify , whether any limestone sampling unit is required for
CHHABRA Bid Specification prevails
DS/service water/potable water pumps, gravity take up units, suspended Limestone handling system.
magnet, Belt drum at transfer houses /Silo floors etc
1 II 1 6.1.19 ( C ) 25 of 233 Oxidation Blowers:
Customer is requested to amend the clasue as follows.
Application:Wet Limestone based FGD application in
CHHABRA "Wet Limestone based FGD application in Coal fired power plant or Bid specification prevails.
Coal fired power plant or any other process application
any other process application otherthan FGD"
2 II 1 6.1.5 (ii) 27 of 233 Incase, the bidder or proposed sub vendor is not a manufacturer of proven Customer is requested to modify the clause inline with NTPC FGD
Wet Limestone Grinding Mills as per clause 6.1.1 (d) above, but have Tenders. Extract from NTPC latest tender is produced below.
designed, manufactured & supplied dry Grinding Ball Tube mills for at least "In case, the bidder or proposed sub vendor is not a manufacturer of
500 MW pulverized coal fired power plant, the Bidder or the proposed sub- proven Wet Limestone Grinding Mills as per clause 4.26.1 (c) above,
vendor can also manufacture Wet limestone Grinding Mills provided it but have designed, manufactured & supplied dry Grinding Ball Tube
has a licensing agreement with a Wet limestone Grinding mills manufacturer mills for at least 500 MW pulverized coal fired power plant, the Bidder
who meet the requirements stipulated at clause 6.1.1(d) above for the Wet or the proposed sub-vendor can also manufacture Wet limestone
limestone Grinding mills and provides extended warranty of three (3) years for Grinding Mills provided it has a licensing agreement with a Wet
CHHABRA the Wet Limestone Grinding Mills. In such a case Bidder shall provide an limestone Grinding mills manufacturer who meet the requirements Bid specification prevails.
additional on demand bank guarantee for INR 10 Million (Indian Rupees Ten stipulated at clause 4.26.1 (c) above for the Wet limestone Grinding
Million only) for each project. mills and provides extended warranty of three (3) years for the Wet
Limestone Grinding Mills. In addition, the Bidder shall be required to
furnish a letter of support from Collaborator(s) / Licensor / Technology
provider for successful performance of the equipment valid up to the
end of defect liability period of the contract as per the format enclosed
in the bidding document, at the time of placement of order on the
approved sub-vendor."
3 II Annex-2.1.1 D (3) 23 of 24 Type:Single stage, integrally geared, single or dual vane centrifugal type Type:Single stage/Multi Stage , integrally geared/Beam Type , single
oxidation blowers complete with integral gearbox, lube oil system, or dual vane or suction throttling centrifugal type oxidation blowers
CHHABRA 2 instrumentation and accessories. The blowers will be used for supplying a complete with integral gearbox/Separate gearbox , lube oil system, Bid specification prevails.
variable volume of air to the absorber reaction tank instrumentation and accessories. The blowers will be used for
supplying a variable volume of air to the absorber reaction tank
1 II 3,6 3.8.1 71 of 194 Incomers and bus sections of PMCCs shall be breaker
controlled. Outgoing feeders of PMCC shall be controlled
CHHABRA 3 by breakers / moulded case circuit breakers (MCCBs)
/Motor protection circuit breakers (MPCBs) /contactors Incomers and outgoings in SL. No. 1&2 has indicated SCPD (short
depending on their ratings /applications circuit protection device) as MPCB/MCCB as per rating and
2 II 3,6 3.8.2 71 of 194 Incomers and bus sections (if applicable) of MCCs shall applications however in SL. No. 3 , SFU is indicated belo 400A. Kindly Incomers feeders & outgoing feeders rated up to and
CHHABRA 3 be breaker controlled.Outgoing feeders of MCCs shall be clarify whether MPCB/MCCB OR SFU to be condidered as SCPD including 400A shall be MCCB/MPCB controlled.
controlled by MCCBs / contactors / applications (short circuit protection device) for moter feeders and Outgoing
3 II 3,6 3.8.3 71 of 194 Incomers feeders & outgoing feeders rated up to and feeders(Non-motor feeders).
including 400A shall be switch fuse controlled. Above
CHHABRA 3
400 A, all incomers and outgoing feeders shall be
breaker (ACB) controlled
4 II 3,6 4.1.6 72 of 194 Working height shall be limited between 200mm and
CHHABRA 3 1800mm. However, for MCC modules minimum height We propose working height shall be limited
shall be limited to 400mm.. between 200mm and 2000mm. However, for
Please follow tender specification
5 II 3,6 4.2.11 75 of 194 The arrangement of the feeders shall ensure that MCC modules minimum height shall be limited to
CHHABRA 3 operating handle of the switch/breaker shall be above 300mm
350mm but below 1800mm from finished floor level.
6 II 3,6 4.1.15 74 of 194 At least 20% of feeder modules covering the range of 20% or min 1 no. spare feeders will be as per below:-
motors/ outgoing feeders used subject to minimum of a. Unidirectional and Bidirectional motor feeder: Spare feeders based
one module in each bus section shall be provided as on physical size of the module.b. Supply feeders: Based on
CHHABRA 3 spare. Please follow tender specification
SFU/MCCB rating. c. No spare breaker (ACB) feeder (OGs)
shall be provided except outgoing motor feeder. d.No spare feeders
shall be provided for Incomer/Bus coupler .

Page : 61 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
1 II Table A, 18 of 194 Circuit Breaker make
Vendlirst list, Customer is requested to consider BHEL make VCB also (HT
CHHABRA 3 Noted
Sl.No.14 switchgear)

1 II 3.18 3.13.0 176 of Diesel engine shall be directly coupled to a generator, We propose to place DG set with acoustic enclosure outdoor. DG Please follow tender specification
CHHABRA 3 194 mounted on a common steel base and installed in the Control panels shall be located inside the enclosure and fuel tanks
DG room. shall be located outside
2 II 3.18 3.17.0 178 of The DG breaker shall be normally open and the DG I/C Please follow tender specification
We propose to connect the alternator to DG I/C in EMCC through
CHHABRA 3 194 breaker to emergency MCC shall also be in open.
cables. Hence a separate breaker in DG AMF Panel is not required
3 II 3.18 3.30.1 182 of The DC supply required for startup of prime mover, Please follow tender specification
194 relays, controls, annunciation.circuits etc. shall be
provided by a DC system consisting of 2X100% battery 1 set of battery and battery charger shall be enough for engine starting
CHHABRA 3
and 2X100% float cum boost charger of suitable capacity requirement. DG Control panel supply shall be on 220 V DC.
for each DG set separately. The battery shall be sized for
one hour load cycle
4 II 3.18 3.31.3 182 of 6 Nos. duplex or 12 nos. simplex RTDs in stator windings We propose to offer 2 nos simplex type RTD per phase in stator Please follow tender specification
CHHABRA 3
194 windings as the same shall be sufficient for the requirements.
5 II 3.18 3.31.10 183 of DG sets rated 1000KVA and above shall be connected Please follow tender specification
We propose to connect the alternator to DG I/C in EMCC through
CHHABRA 3 194 through non segregated.phase bus duct to the respective
cables. Hence a separate breaker in DG AMF Panel is not required.
AMF panel. Busduct entry shall be from the top.
6 II 3.18 4.0.0 190 of Final shade shall be ONAN green for engine, generator The paint shade of engine , generator and fuel tank shall be as per Please follow tender specification
CHHABRA 3
194 and fuel tank. manufacturer standards

1 II 3 3.12.2 11 OF In PLC, the controls shall be provided for the following.


196 • HT Switchboard - incomers, Bus coupler and all outgoing breaker feeders Noted and however all functional and technical
• 415V PMCC/MCC - incomers, buscoupler, all motor feeders and outgoing requirements of the specification shall be met by the
breaker feeders Bidder envisages, bidders own proven DCS for control and bidder.
monitor of FGD systems including electrical switchboards in
SURATGARH
place of PLC. Further the proposed microprocessor based CAS
Please clarify shall have a connectivity to the proposed FGD DCS.

The proposal shall be subject to the approval.

2 II 3.7.1 9 OF 196 ... The Switchgear shall feed LV Service


SURATGARH 3
Transformers and motors rated >200 kW.
II 3.8.4 72 OF Motors rated below 90 KW shall be contactor operated and shall be fed from Bidder envisages LT motor raing upto 200 KW. Motors rated up to 160 kW shall be considered as LT
196 MCCs. All motors rated 90 KW up to and including 160 KW shall be breaker Please clarify motors.
SURATGARH 3
controlled. For motors rated 75 kW up to and including 160 KW shall be given
with numerical motor protection relay.
3 II 2 5.3.5 11 OF 24 Bypass dampers: For this project, new wet stack arrangement is envisaged as
. . The blades and frames of the dampers provided at the per tender specification. For new wet stack arrangement,
Inlet/outlet of Booster fan in the untreated gas path shall be made of carbon the FGD outlet treated flue gas is directly going to new wet
steel. The bypass damper and damper in the FGD outlet treated gas path, the stack and will never come in contact with FGD Bypass
frame of the damper shall be made of Carbon steel of minimum 7mm damper (which is located in the untreated gas path between
thickness cladded with 2mm (thickness) Alloy C276/Alloy 59. The blades shall ID Fans and existing stack). Therefore, please confirm that
be made of SS317LMN or better material and the seals shall be made of blades and frames of FGD Bypass Damper can be made of
Alloy C-276 or better material Carbon Steel similar to those provided at Booster Fan Inlet
SURATGARH 2.1 & Booster Fan Outlet. This is the practice followed for all Noted.
recent FGD retrofit projects where New wet stack
arrangement is envisaged.

Please note that FGD Bypass Damper will be exposed to


treated flue gas only when the FGD Outlet Duct comes and
joins the duct to the existing stack (only in case of Existing
Stack Arrangement for FGD. But Chhabra is a New Wet
Stack Arrangement)
4 II Drawing: FLOW DIAGARAM FOR DESULPHURISATI As per the Flow diagram, new wet stack is applicable for
ON SYSTEM -DWG No: FCE- 1117155-ME-DWGPFD- FGD system. Damper at Outlet of Absorber serves no
3440-004.REV.R0 purpose in case of new wet stack arrangement where the
In the Flow Diagram for FGD System Drawing, Damper is shown in the FGD FGD treated flue gas enters the new stack. Please note that
Outlet Duct between the Absorber & New Wet Stack Damper at Outlet of Absorber is required for isolation of
SURATGARH 6 FGD system only when the FGD Outlet Duct comes and Damper at Outlet of Absorber is not required.
joins the duct to the existing stack (in case of Existing Stack
Arrangement). For all recent FGD retrofit projects where
New Wet Stack is applicable, Absorber Outlet Damper is
not applicable.
Please clarify.

Page : 62 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
5 II 19.2 80 of 223 DESIGN AND GUARANTEE CONDITIONS Clarification:
SURATGARH 1
SO2 concentration in flue gas at FGD inlet: 1910 mg/Nm3(wet) After conversion from SO2 (% v/v wet) to SO2 concentration in
Bidder to follow Vol-II, Sec-1, Cl 19.2, 80 of 223.
6 II 19.2 82 of 223 Annex‐1.2 Flue Gas Analysis Flue Gas Composition at FGD system inlet: d) mg/Nm3(wet), the concentration (mg/Nm3) is not matching. Bidder
SURATGARH 1
SO2 (% v/v wet) : 0.062 requests customer/consultant to review and confirm.
7 II 19.2 80 of 223 DESIGN AND GUARANTEE CONDITIONS
Clarification:
Flue gas flow at FGD inlet
Bidder requesting customer/ consultant to confirm the units in wet or
dry basis for flue gas flow rate. In addition, HCl and HF content in Flue HCL - 45ppm ( wet) and HF - 12ppm ( wet) may be
SURATGARH 1
gas has got implication on Limestone consumption, FGD Equipment considered.
sizing, Recirculation flow rate and waste water quantity. Bidder
requests owner to provide HCl and HF Content in flue gas .
8 II 5.1.0 8 of 24 The ducts from Absorber outlet to stack shall be made of Carbon steel of
Clarification:
minimum 7 mm thickness cladded with 2mm (minimum) thickness Alloy
As per poven practice, the duct from Absorber outlet to stack shall be
C276/Alloy 59.
provided with cladded sheet of minimum 2 mm thickness of Titanium
SURATGARH 2 Bid specification prevails
(Grade 2 as per ASME SB265). In NTPC FGD tenders, titanium
cladded sheet is allowed for Absorber outlet duct.
Kindly accept.
9 II 5.1.0 7 of 24 For the agitators a flushing system for startups shall be provided Clarification:
Maximum Slurry concentration is 30% in Limestone Slurry & Auxiliary
Absorbent Tanks. Agitator Impeller will be kept well above slurry
SURATGARH 2 Bid specification prevails
sedimentation level (above LL). Hence Emergency flushing system
during start up is not required for all slurry tanks.
Kindly Accept
10 II 4.13.0 10 of 18 All the pipes handling slurry shall be provided with replaceable rubber lining of
Clarification:
proven quality. The Bidder can provide slurry pipes of size lower than 3” made
As per proven practice, all the pipes handling slurry shall be provided
up of FRP material if it has previous experience of providing the same
with FRP material. FRP pipes are highly corrosive & abrasion resistant
SURATGARH 2 Bid specification prevails
material and widely used for slurry application. Since we are using
spray headers inside Absorber made up of FRP. Requesting customer
to allow all pipes handling slurry with FRP option also.
11 II 5.1.0, xviii 6 of 24 Sufficient number of agitators, as per the proven practice of the contractor,
Clarification:
shall be provided for thorough mixing of the recirculating slurry. The
As per our FGD design, under normal FGD operation, the Jet Air
contractor shall offer and demonstrate mixing arrangement such that n‐1
Sparger (JAS) works to keep the slurry in suspension and no agitators
number of agitators is sufficient to avoid the slurry settlement in the absorber
SURATGARH 2 are required to be in operation. The Agitators are required only during Bid specification prevails
tank in case of one agitator under breakdown (n‐total no. of working
FGD stoppage to prevent the deposit settlement. For this purpose, we
agitators).
are offering two numbers of Agitators. However, to meet tender
requirement, we offer one spare as a ware house spare
12 II 2 5.0.2 7 of 24 Velocity of the Gas in the Absorber: Maximum 3.0 m/s.
Clarification:
As per proven practice, the Absorber will be sized for velocity of
SURATGARH 4.0 m/s. This is being followed in North Chennai (1x800MW) & all Refer Amendment-1.
the current FGD tenders . Bidder requests Owner/ Consultant to
review and accept the velocity inside absorber as 4.0 m/s.

13 II 2 5.1.0, vii 5 of 24 All internal members shall be with minimum 2mm Alloy 59/C276. All metallic
Clarification:
fasteners provided inside the absorber/ absorber wet‐dry interface ducting
We understand that this specification is for the support members
shall be of Alloy 59/C276.
of internals (i.e Mist Eliminator supports, Spray Pipe supports)

As per proven design practice, since spray pipes are in contact


SURATGARH Bid specification prevails
with slurry we will provide C276/Alloy59 2 mm lining whereas the
mist eliminator area is not in contact with slurry. However to take
care of corrosion, it is proposed to use Carbon steel support
members with 4mm thk rubber / 2mm thk Glass flake lining. This
is being installed in many FGD plants and working successfully
14 II 4.11.0 9 of 18 Emergency Slurry Tank:
Clarification:
Sufficient number of agitators shall be provided in the tank by the contractor
As per proven practice, vertical agitators used for all slurry tanks
to prevent the solids from settling down. There shall be at least one redundant
except Absorber. Side entry agitator will be used for Absorbers.
agitator for this purpose
As per design pratice, redundant agitators will be provided for
SURATGARH 2 Bid specification prevails
Absorber as warehouse spares whereas in Emergency slurry tank
redundant agitator is not required since emerency slurry tank
agitator will be used during maintenance of absorber only.
This is being followed in all NTPC tenders. Kindly accpet
15 II 1.1.1 vi 156 of Hydraulic coupling of booster fan shall be checked for string test i.e.,
Offered Booster Fans are constant speed Axial Reaction type with
223 operational check of one fan assembly using hydraulic coupling to check
constants speed Motor. Coupling envisaged are spacer coupling
SURATGARH 1 temperature rise, smooth operation, vibration and noise level. Dry run test Noted.
instead of Hydraulic Coupling for these type of Fans and hence
shall preferably be carried out during string test.
Hydraulic Couplings are envisaged for the Booster Fans

Page : 63 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
16 II 5.4.0 12 of 24 The fan rotors are over speed tested to at least 10% above the maximum
The Booster Fans for FGD system are driven by constant speed HT
operating speed and are dynamically balanced to VDI 2060 code.
motor. The Fan shall always run below the synchronous speed of
the HT motor and hence over speed test is not required and not
SURATGARH 2 Bid specification prevails
envisaged by bidder.
Dynamic balancing of fan rotor shall be done as per ISO 1940
standard
17 II 5.4.0 12 of 24 Overhung runners are not acceptable. Offered Booster Fans are constant speed axial reaction fans and
SURATGARH 2 Noted.
are of overhung design
18 II 2.1.1 21 of 24 Booster Fan:
2x50% (sized for 60% BMCR flue gas flow) for each absorber. Bidder has the following understanding in sizing the Booster Fan.
Margin over flow: 20 % a) Booster Fan Test Block point 1 is arrived by taking 20 % margin
Power supply frequency : 47 Hz over 50 % BMCR flow requirement and power supply frequency
considered for Test block point 1 is 50 Hz
SURATGARH B2 & 3 Bid specification prevails
b) Booster Fan test block point 2 is for single stream operation i.e
60 % BMCR flow and power supply frequency considered for Test
block point 2 is 47 Hz as well as 50 Hz.
Pl confirm our understanding

19 II 2.1.1 21 of 24 Booster Fan: Fan casing material and plate


The Booster Fans for these FGD projects are of similar
Thickness ‐ Abrasion and wear resistant, high BHN steel having minimum 8.0
construction to that of axial reaction ID fans and is handling the
mm
same flow and flue gas parameter as that of ID fans. The casing
thickness or 12mm mild steel with liner
for the ID fans for this project is of mild steel only and without any
of thickness 10mm (min.)
liners.
Bidder would like to clarify that offered FGD Booster Fans casing/
SURATGARH B10 housing shall be with mild steel without liners and with thickness Bid specification prevails
as per our proven practice of Fan manufacturing. These type of
Fans with above material of construction in ID application is
already installed/ offered by Bidder in RRVUNL Suratgarh 2x660
MW, NTPC Barh 2x660 MW, APPDCL Krishnapatanam 2x800 MW,
RPCL Yeramarus 2x800 MW, KPCL Bellary 1x700 MW, PPGCL Bara
3x660 MW, LPGCL Lalitpur 3x660 MW etc
1 II 3.2.1 11 of 223 x) Vibration isolation system for Limestone crushers and
SURATGARH 1 The referred clauses are contradictory with respect to vibration
Booster fans and further detailed in Civil specification isolation system (VIS) for Booster fans. Kindly clarify the Bidder to follow Vol-II, Sec 1, Cl 3.2.1, 11 of 222.
II 3.13 13 of 71 Booster Fan foundations shall be RCC block foundation directly resting
SURATGARH 5 applicability/requirement of VIS for Booster fans.
on virgin soil / pile below Ground level
2 II 2.0 5 of 71 GEOTECHNICAL INVESTIGATION
The Contractor shall carry out his own geotechnical investigation in all work
Please furnish the Geotechnical Investigation Report of the proposed
SURATGARH 5 areas under Contractor’s scope for establishing the subsurface conditions Refer Amendment-1.
FGD area.
and to decide type of foundations for the structures envisaged, construction
methods..
3 II 7.2.1 34 of 223 Soil Profile
The Detailed geotechnical Investigation and setting out survey may be
Bidder to visit the site and get the required
SURATGARH 1 performed by the contractor for the detailed engineering for the project. The Please furnish the Topographical Survey of the proposed FGD area.
information.
geotechnical report shall contain recommendations for foundation design
during detailed engineering
4 II 22.3 46 of 71 Backfilling, Disposal and Stacking of materials
The backfill under the rail lines and roads shall be compacted to minimum 95 Compaction criteria for backfilling around foundations etc. is
% of the standard proctor density at OMC unless otherwise stated by rail not mentioned.
Authorities Backfilling around foundations, trenches, pipe pedestals etc. shall be
SURATGARH 5 Bidder understanding is correct.
done with excavated earth in layers of 300 mm compacted thickness
so as to achieve 90% standard proctor density for cohesive soil and
75% relative density for cohesionless soil. Please confirm.

5 II 3.2.2 12 of 223 b) Micro leveling of the site.


Site in present condition will be handed over to the
contractor.
SURATGARH 1
The referred clauses are contradictory. Kindly clarify.
All required grading and leveling of the site shall be in
Since leveling and grading of proposed FGD area shall be
the scope of the contractor.
done by owner, bidder understands that following works are
II 3.2.2 12 of 222 b) Site leveling of the FGD area as required. excluded from bidder's scope:
The scope of following works shall be included in
1. Dismantling of any existing temporay/permanent structures
bidder's scope:
and clearing debris.
SURATGARH 1 1. Dismantling of any existing temporay/permanent
2. Slope protection
structures
3. Cutting of trees
and clearing debris.
4. Diversion of any existing facilities/structures, nalla, etc.
2. Slope protection
5. Disposal of stacked materials/equipments etc. if any, located
3. Cutting of trees
at proposed FGD area
4. Diversion of any existing facilities/structures, nalla,
Please confirm.
etc.
5. Disposal of stacked materials/equipments etc. if
any, located at proposed FGD area

Page : 64 of100
Since leveling and grading of proposed FGD area shall be
the scope of the contractor.
done by owner, bidder understands that following works are
excluded from bidder's scope:
The scope of following works shall be included in
1. Dismantling of any existing temporay/permanent structures
bidder's scope:
and clearing debris.
1. Dismantling of any existing temporay/permanent
2. Slope protection
structures
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications 3. Cutting of trees Bidder's Query RRVUNL Response
and clearing debris.
4. Diversion of any existing facilities/structures, nalla, etc.
II 5.0 25 of 222 Following are the provisions / supplies by the Owner: 2. Slope protection
5. Disposal of stacked materials/equipments etc. if any, located
• Graded land within the property line limits as indicated in the plot plan 3. Cutting of trees
at proposed FGD area
4. Diversion of any existing facilities/structures, nalla,
Please confirm.
SURATGARH 1 etc.
5. Disposal of stacked materials/equipments etc. if
any, located at proposed FGD area

6 II 2.00 7 of 223 The treated flue gas from the FGD shall be led to the separate wet chimney
Height shall be 100 metres or H=6.902
SURATGARH 1 of 150 m height for each unit / a single twin-flue wet chimney of 150 m height
(Qx0.277)^0.555 whichever is more. Separate wet
common for both units.
These clauses are contradictory in nature. chimney for each unit / or single twin-flue wet
II 3.2.1 ( C ) 10 of 223 separate wet chimney of 150m height for each unit / a single twinflue wet
Please clarify “two single flue chimney of 150m height each” or chimney common for both units shall be considered.
SURATGARH 1 chimney of 150 m height common for both units, designed as per EPRI
“one twin flue chimney of 150m height is to be considered Where,
guideline with RCC shell, ……….
Q = Emission rate of SO2 in kg/hr
II 3.14.1 14 of 71 Single-flue chimney(s) shall be provided. Chimney shall be of reinforced
SURATGARH 5 H = Physical stack height in meter
concrete construction. There shall be one flue (liner) for each unit
7 SURATGARH II 1 2.00 7 of 222 Wet stack shall be located far away from the existing Chimney
Bidder understands that the center of new chimney / chimneys
II 3.14.1 14 of 71 the centre to centre distance between the proposed chimney(s) and the shall be minimum 150m away from center of existing chimney. Bidder understanding is correct.
SURATGARH 5 existing chimney(s) in any direction shall not be less than 150 metres Kindly confirm
8 II 3.2.1 ( C ) 10 of 223 ………………..steel flue with corrosion resistant C-276 alloy / Alloy 59 over 8
mm thick(minimum) mild steel base metal of flue liner. Please provide the following details for C-276 alloy / Alloy 59
cladding:
• Thickness of C-276 alloy / Alloy 59 clad-ding over 8 mm
thick(minimum) mild steel base metal.
• Material code to be followed for C-276 alloy / Alloy 59.
• Cladding specification/ASTM to be fol-lowed for C-276 alloy /
Alloy 59 clad-ding.
• Permissible tolerances on thickness of clad sheet and base
material.
• Permissible tolerances on flatness for clad sheet and base
SURATGARH 1 Will be furnished during detail engineering
material.
• Specify the quality tests which will be conducted on the clad
sheet for as-sessing mechanical and chemical properties and
on the chimney cans after fabrication.
• Indicate any special requirements applicable for welding and
fabrica-tion of chimney at site.
• Indicate any restriction in size of base metal and clad plate to
be used for fabrication of flue cans.
• Mention tensile and yield strength of the cladded material to
be achieved

9 II 3.14.0 (4) 19 of 71 The inside surface of chimney shell above roof, horizontal surface of shell at
top, underside of concrete roof slab etc. shall be painted with epoxy phenolic Bidder understands that no painting is required on inner surface of
SURATGARH 5 Bidder understanding is correct.
coating system having total 220 microns DFT. concrete chimney shell below roof. Kindly confirm.

10 I 6 30 of 55 xxi) Ventilation System


In absence of any list of equipment to be considered for Aux.
power consumption calculation for ventilation system , it is
proposed to consider following equipment only ;
SURATGARH 4, SCC Bid specification prevails
1.0 Axial fan for MCC room of FGD control room.
2.0 Axial fan for cable vault of FGD control room.
Please confirm
11 II 2.7 3.0.0 1 of 9 a) N+1 (N working + 1 stand-by) of suitable capacity airconditioning units by
means of adequate number of separate DX plant (water cooled) or water
cooled package air conditioner (with cooling towers & pumps), air handling
SURATGARH 2 fan condenser, Refrigerant pipes and fittings for interconnecting the
equipment for FGD Control
There is contradiction in redundancy of the air conditioners.
Building. Split Air-conditioners for Other auxiliary control room / control room
Hence following redundancy criteria is being considered for
buildings is also covered in the scope of Bidder
various types of AC system in line with clause no. 3.0.0-a), Bidder shall consider the following:
II 2.7 Annex 2.7.1 8 of 9 A. AIR CONDITIONING SYSTEM
Section - 2 / Sub Section 2.7 Air - Conditioning, Volume-ll. A) Water cooled DX type Air Conditioner or Water
S.no. Description Unit Data
A) Water cooled DX type Air Conditioner or Water Cooled Cooled package air conditioner with N+1 (N working +
1.0 Water Cooled Ductable Air Conditioning units
package air conditioner with N+1 (N working + 1 stand-by) 1 stand-by) redundancy.
a) Area Served Control Room redundancy. 2) Split type Air Conditioner : 100 % redundancy shall
b) Redundancy 1W+1S 2) Split type Air Conditioner with N+1 (N working + 1 stand-by) be considered.
c) Capacity TR * redundancy.
SURATGARH 2
Please review and confirm
2.0 Split Air Conditioners
Areas Served As per specification requirement
Redundancy 100% redundancy shall be
considered
Type Air cooled type

Page : 65 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
12 II 2.7 3.0.0 1 of 9 a) N+1 (N working + 1 stand-by) of suitable capacity air-conditioning units by
means of adequate number of separate DX plant (water cooled) or water
cooled package air conditioner (with cooling towers & pumps), air handling
SURATGARH 2 fan condenser, Refrigerant pipes and fittings for interconnecting the
equipment for FGD Control Building. Split Airconditioners for Other auxiliary
control room / control room buildings is also covered in the scope of Bidder.
Bidder understand that type of the Air Conditioning system
shall be as per the following;
II 2.7 4.0.0 4 of 9 4.0.0 TECHNICAL REQUIREMENTS OF AIR CONDITIONING SYSTEM 1.0 Water cooled DX Type or Package air conditioner ( with
Air conditioning requirement shall be met using following types Air cooling towers & pumps) type air conditioners for FGD control
Conditioning units as required. For various rooms, Vendor shall choose Bidder understanding is correct.
room
appropriate system, based on the heat load. 2.0 Air Cooled Split Air Conditioners for other air conditioned
Water cooled ductable air conditioning system shall be provided for control areas depending on the room layout.
room. Please review and confirm
SURATGARH 2
Required number of Ductable split type AC units with air cooled outdoor
condensing unit with semi hermetic/ hermetic compressors including
refrigerant pipes, controls, thermostats, filters, outlet dampers, etc.
Required number of High wall type split AC units complete with air cooled
outdoor condensing unit having hermetically sealed compressor and high wall
type indoor evaporator unit with cordless remote controller
13 II 2.7 4.1.0 4 of 9 Each water cooled ductable split air conditioning units shall be designed to
provide free delivery of conditioned air to the conditioned space. The indoor
unit shall be suitable for mounting on the ceiling concealed above the false
Please note that energy efficiency rating criteria is applicable
ceiling. Cooling tower unit can be placed on the roof/floor of outside building.
for split type air conditioners only. Hence energy efficiency
Each unit shall include a primary source of refrigeration for cooling and
rating of 5 Star shall not applicable for DX type machine and
SURATGARH 2 dehumidification, means for circulation and cleaning air. It shall have energy Confirmed.
package type.
efficiency rating of 5 star
Energy efficiency rating of 5 Star shall be envisaged for split
6 of 9 4.2.0 4.2.0 High wall type split AC units It shall have energy efficiency rating of 5
AC only. please review and confirm.
star
4.2.0 6 of 9 4.2.0 High wall type split AC units
It shall have energy efficiency rating of 5 star.
14 II 2.7 5.1.0 6 of 9 The speed of the fans shall be 1500rpm for impeller diameter 450mm or less Due to constraints of availability of fans in market, general
General and 1000rpm for impeller diameter above 450 mm. criteria of fan RPM and size shall be followed: -
The speed of the fan shall not exceed 960 rpm for fan with
impeller diameter above 450 mm and 1400 rpm for fan with
impeller diameter 450 mm or less. However, for fans having
SURATGARH 2 Bid Specification prevails.
static pressure of 30 mm WC or above the speed of the fan
shall not exceed 1440 rpm for fan with impeller diameter of
above 450 mm and 2800 rpm for fan with impeller diameter of
450 mm or less.
Please review and confirm
15 II 4.0, 4.1 b) 22 of 223 Make-up water: The water required for the FGD plant shall be sourced from
Please clarify the tapping point (location) in clarified water Bidder to visit the site and get the required
SURATGARH 1 plant CMB /filtered water system. Pumps (2x100%) if required shall be
system from where make up water is to be taken. information.
included in Bidder’s scope
16 II 4.1 (k) 22 of 223 DM Water: DM water (if required) for make-up of CCW system of FGD, shall Please clarify the tapping point (location) for DM water along
Bidder to visit the site and get the required
SURATGARH 1 be sourced from existing DM water header with pressure available from where make up water is to be
information.
taken.
17 II 4.1.b 22 of 223 Make-up water: The water required for the FGD plant is sourced from plant
CT blowdown tank /clarified water system and further distribution within FGD
Specification/ details for Filtered/clarified water system and Bidder to visit the site and get the required
SURATGARH 1 plant shall be by the Contractor. Pumps (2x100%) if required shall be
scope are not available. Please provide. information.
included in Bidder’s scope

18 II 4.1 (k) 22 of 223 DM Water: DM water (if required) for make-up of CCW system of FGD, shall Specification/ details for CCW/ DMCW water system and scope
DMCW system shall be in bidder's scope.Make up for
be sourced from existing DM water header are not available. There is no mention about Primary and
DMCW to be tapped off from nearest header.
SURATGARH 1 secondary side of water and equipments detail. Please provide
Specification for DMCW system shall be furnished
the details for CCW system and equipments to be considered in
with Amendment No.1
CCW system
19 II Specification for Cooling water system and Filtered water
/clarified water (system) is not available. Kindly provide detailed Bidder to visit the site and get the required
SURATGARH 2
specification for Cooling water system and Filtered water /clarified information.
water (system).
20 II 3.17 4.1.0 170 of Elevators shall be provided for the following buildings & structures.
Bidder to consider Elevators for the buildings &
196 • 544 kg Passenger elevator for the building
structures as follows:
As per referred clause, it is understood that 544 kg Passenger • 544 kg Passenger elevator for the Limestone slurry
SURATGARH 3 elevator is required for the "FGD Control Room" building. preparation building
Kindly confirm • 1088 kg Passenger elevator for limestone crusher
house
• 1088 kg Passenger elevator for absorber tower

Page : 66 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
21 II Annex 1.5 96 of 223 LIME STONE AND GYPSUM HANDLING Bidder understands that Mandatory Spares for Electric Hoists
List of H) ELECTRIC HOISTS are to be provided only for Electric Hoists in LIME STONE
SURATGARH 1 Bid specification prevails
mandatory AND GYPSUM HANDLING area.
spares Kindly confirm
22 SURATGARH II 4 3.1.2 8 of 190 The Instrumentation and Control equipment system called for in this DDCMIS(hardware in line with FGD DCS) based control Noted and however all functional and technical
specification consists of a fully coordinated and integrated PLC based system system is being proposed for FGD I/L, O/L Bypass etc.(as requirements of the specification shall be met by the
for…. applicable) & systems like HVAC, Condensate collection bidder.
system, water cooling system(if applicable) in place of PLC.
Further compressed air system shall be microprocessor based Further the proposed microprocessor based CAS
system. Please confirm shall have a connectivity to the proposed FGD DCS.

The proposal shall be subject to the approval by


RRVUNL.

23 II Sec 4, 3.16.0 11 of 186, Temperature elements RTD & TC shall be connected directly to PLC without
transmitters.

Sec 1 15 of 223 All field instruments and sensors for remote measurement viz. Flow meters,
As per cl no: 3.16.0, Temperature transmitter is not applicable.
3.2.4 (j) Smart Transmitters, RTD, Process Switches, Temperature Transmitters and
However as per cl no: 3.2.4(j) & 10.3.1(k) temperature
analysers with all accessories shall be supplied as per attached PIDs and
SURATGARH transmitter needs to be supplied. Bid Specification prevails.
detailed specification for the completeness of the system
Temperature transmitters are not considered in bidder's scope
of supply. Kindly confirm.
86 of 190 Temperature transmitters shall be supplied along with 3 Nos. of hand
Sec 4 10.3.1(k) held/portable mV source generators.

24 II Annex 7 11.11.4 132 of As per Inst. Drawing for flow measurement, size of root valve for low There is contradiction between the two clause nos.
SURATGARH 4 186 mesaurement (orifice) is 1/2". But as per cl no: 11.11.4 (Flow Measurement), Bidder is considering 1/2" root valve for flow orifice as per Root valve size shall be 25 NB.
root valve size is 25NB. Annexure-7. Kindly confirm.
25 II 13.4.4 156 of IPR shall be placed in LCR
SURATGARH 4 IPR shall be part of MCC. please confirm. Bid Specification prevails.
190
26 II Annex 1.5 Annex 1.5 In Annex- 1. Mandatory spare for Instruments/C&I items specific for AIR C&I Mandatory spares are considered as specified along with the
(i) For AC system, Mandatory spare shall be as per
List of 1.5- CONDITIONING AND VENTILATION SYSTEM, COMPRESSED AIR package & NOT as indicated in LIST OF C&I
cl no:
mandatory cl no: 1.00.00: SYSTEM ETC. are provided. MANDATORY SPARE ( cl no: 1.00.00 Annes-1.5, Section-1 or
3.0 of Air conditioning & Ventilation system of Annex-
spares 15.0.0 1. page 15.0.0, Section-4)
1.5.
no:100 2. LIST OF MANDATORY SPARES (CONTROL AND i.e (i) For AC system, Mandatory spare shall be as per cl no:
(ii) For Ventilation system, Mandatory spare shall be
of 223 INSTRUMENTATION) provided at sh no: 112 of 224 of vol-II, section-1 & sh 3.0 of Air conditioning & Ventilation system of Annex-1.5.
as per cl
2. page no: 187 of 190 of vol-II, section-4. (ii) For Ventilation system, Mandatory spare shall be as per cl
no: 5.0 of Air conditioning & Ventilation system of
no: 107 no: 5.0 of Air conditioning & Ventilation system of Annex-1.5.
Annex-1.5.
of (iii) For Compressed air system, Mandatory spare shall be as
(iii) For Compressed air system, Mandatory spare
223 per cl no: 3.3 of Compressed Air System of Annex-1.5.
SURATGARH 4 shall be as
3. page
per cl no: 3.3 of Compressed Air System of Annex-
no: 112 For others system, LIST OF C&I MANDATORY SPARE (cl no:
1.5.
of 224, Annex-1.5- page no: 112 of 222 (Control & Instrumentation)
(iv) For Fire Detection and Protection system,
187 of shall be followed.
Mandatory spare shall be as
190 Kindly confirm.
per cl no: 7.0 of Annex-1.5.
(v) For others system, LIST OF C&I MANDATORY
SPARE (cl no: 15.0.0
Vol-II, Sec-4, page no: 183 of 186 (Control &
Instrumentation) shall be followed.
27 II Annex 1.5 112 of 1. LIST OF MANDATORY SPARES (CONTROL AND
(i) For AC system, Mandatory spare shall be as per
List of 223 (C&I) INSTRUMENTATION) provided at sh no: 112 of 223 of vol-II, section-1 & sh
cl no: 3.0 of Air conditioning & Ventilation system of
mandatory no: 187 of 190 of vol-II, section-4.
Annex-1.5.
spares &
(ii) For Ventilation system, Mandatory spare shall be
187 of
as per cl no: 5.0 of Air conditioning & Ventilation
Cl.15.0.0 190
As mandatory spare list for C&I items are provided at two system of Annex-1.5.
places i.e at pg. no: 112 of 223 of vol-II, section-1 & pg. no: (iii) For Compressed air system, Mandatory spare
187 of 190 of vol-II, section-4. shall be as per cl no: 3.3 of Compressed Air System
SURATGARH 4
Bidder is following the mandatory spare list as per cl no: of Annex-1.5.
Annex-1.5- page no: 112 of 223 (Control & Instrumentation). (iv) For Fire Detection and Protection system,
kindly confirm. Mandatory spare shall be as per cl no: 7.0 of Annex-
1.5.
(v) For others system, LIST OF C&I MANDATORY
SPARE (cl no: 15.0.0 Vol-II, Sec-4, page no: 183 of
186 (Control & Instrumentation) shall be followed.

28 II 15.0.0 188 of Sl. No-1.8 Flow Element: 10% for each type, size and FE is a static element & hence we are not considering FE as
SURATGARH 4 190 range or minimum 2 nos. whichever is higher Bid Specification prevails.
mandatory spare. Kindly confirm.

Page : 67 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
29 I 10.3.2 31 of 59 Five Year Operation & Maintenance of all Mechanical,
Electrical,Instrumentation & Hydraulic systems within the battery limits of
FGD System for RVUN Plants, included in the scope of this Tender
Specification including the O&M of common Limestone Handling & Crushing
system for respective RVUN Power Plants being installed under
the scope of this Tender, shall be quoted in BOQ Schedule No 4). The scope
shall include providing

SURATGARH Engineers, Supervisors, Skilled, Semiskilled and unskilled workmen for the
O&M activities including Safety Personnels, for the purpose of Round the
Clock execution of O&M contract as per the instructions and requirement of
Engineer In Charge of RRVUNL. All required O&M Spares, chemicals,
2 glasswares, reagents, all analytical lab instruments, Lubricants & other There is contradiction regarding O&M spares in the referred
consumables etc. (except Limestone) and Tools & Tackles required for clauses. Please clarify whether supply of O&M spares is in Bid specification prevails
undertaking regular maintenance activities are included in the scope. bidder's scope.

Engineers, Supervisors, Skilled, Semiskilled and unskilled workmen for the


O&M activities including Safety Personnels, for the purpose of Round the
Clock execution of O&M contract as per the instructions and requirement of
SURATGARH Engineer In Charge of RRVUNL. All required O&M Spares, chemicals,
glasswares, reagents, all analytical lab instruments, Lubricants & other
consumables etc.(except Limestone) and Tools & Tackles required for

undertaking regular maintenance activities are included in the scope.


SURATGARH
II 9.2 38 of 223 RECOMMENDED SPARES/O & M SPARES
SURATGARH 1
Not Applicable
II 3.2.1 11 of 223 Mechanical: q)
One number common stack drain condensate system for both the 660 MW Condensate formed inside chimney duct shall be routed to
units comprising of condensate tank to hold 12 hrs of stack condensate with absorber sump by gravity and then routed to absorber by
suitable chemical storage and dosing system for neutralization, and 2x100% Sump Pump where condensate will be neutralised.
SURATGARH 1 Bid Specification prevails.
transfer pumps for transferring the neutralized condensate to the existing Hence separate collection and neutralisation system for
ETP/CMB. Provision shall be chimney condensate is not required.
given for pumping the condensate to the absorber with suitable pumps BHEL requests same may please be accepted
(2x100%), piping
1 II 3.10 3.0.0 122 of DC operated LED lamps can remain continuously ON along with AC lighting As per market availability, DC LED fixture of reputed manufacturer is Please follow Tender Specfication
SURATGARH 3 196 system. not available in market. Hence DC fixtures with CFL / Fluorescent
lamp is considered
2 II 4.3.0 123 of Load on each lighting circuit and single phase receptacle circuit shall be Since power consumption of LED fixtures is less, hence "Load on Please follow Tender Specfication
196 limited to about 1500 W and the number of luminaries connected to lighting each lighting circuit and single phase receptacle circuit shall be limited
SURATGARH 3 circuit shall be limited to about fifteen (15). to about 2000 W and the number of luminaries connected to lighting
circuit shall be limited to about twenty (20)."
Please confirm.
3 II 5.1.5 124 of Each Street lighting pole/Flood lighting pole shall be provided with MCB Each Street lighting pole/Flood lighting pole is controlled from MCB in Please follow Tender Specfication
SURATGARH 3
196 protection. street light panel. Please confirm.
4 II 5.1.6 124 of For DC lighting LED lights shall be used. As per market availability, DC LED fixture of reputed manufacturer is Please follow Tender Specfication
196 not available in market.
SURATGARH 3
Hence DC fixtures with CFL / Fluorescent lamp is considered.
Please confirm
5 II 3.10 5.10.0 127 of Lighting Masts Quantity of Lighting Masts shall be decided by the
Quantity of Lighting Masts may please be specified by customer or its
SURATGARH 3 196 bidder and is subject to RRVUNL's approval during
requirement shall be decided by the bidder
detail enginnering.
6 II 3.10 6.11.0 131 of Lighting Panel to Switch box : 2.5 sq.mm copper Since junction box is provided in between fixture and lighting panel, Please follow Tender Specfication
196 Switch box to lighting Fixtures : 1.5 sq.mm copper hence following is considered
SURATGARH 3
Lighting Panel to Switch box/ JB : 2.5 sq.mm copper Switch box/ JB to
lighting Fixtures : 1.5 sq.mm copper
7 II 3.10 6.14.0 131 of Wiring for lighting circuits of Normal AC system, Emergency AC System and Noted.
SURATGARH 3 Emergency AC lighting System in not required as per specification
196 DC system shall run in separate conduits
8 II 3.10 6.20.0 132 of Lighting circuits shall be routed in electrical metallic tubing ( EMT) for indoor Noted.
Rigid conduits are considered for lighting circuits of indoor and
196 areas, rigid conduit for hazardous and outdoor areas
outdoor areas in line with specification clause 5.13.0,Vol II, Section 3,
SURATGARH 3
Page : 129 of 196.
Please confirm

Page : 68 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
9 II 3.7.9 10 of 196 Minimum load of 400kW for DeNox system, 200kW for Water system and As specfied, Minimum load of 400kW for DeNox
50kW for Mercury system removal shall be considered by the Bidder for each system, 200kW for Water system and 50kW for
We understand that as per tender SLD, only FGD system is to be
unit, for transformer sizing. Mercury system removal shall be considered by the
quoted/installed for Suratgarh tender. Since the loads referred here i.e
Bidder for each unit, for transformer sizing.
Minimum load of 400kW DeNox system, 200kW Water system and
SURATGARH 3
50kW Mercury system, does not pertains to FGD system, the same
are not being considered in LT transformer Sizing.
Please review & confirm

10 II 1.0.0, (x) 8 of 196 Feeders for NOx system, Mercury & Water system from As specified, Feeders for NOx system, Mercury &
Please review & confirm the requirement as per above clarification
a. HT Switchgear, if applicable Water system from
(S.no-9). If the same is applicable,
b. 415V Common FGD MCC a. HT Switchgear, if applicable
Feeder ratings and no. of feeders required for NOx system, Mercury &
c. DCDB b. 415V Common FGD MCC
Water system may be provided seperately each for
d. UPS DB c. DCDB
a. HT Switchgear, if applicable
SURATGARH 3 d. UPS DB
b. 415V Common FGD MCC
c. DCDB
d. UPS DB
Accordingly bidder shall consider un-cabled feeder for above systems
in switchgear
11 II Power 3.7.0 / 3.7.2 9 of 194 To supply LT motors (rated up to 200 kW) and other loads, required numbers
supply / 3.9.0 / & 10 of of LV Service transformers shall be provided.
SURATGARH 3 3.3.0 194 & 24 Motors rated above 160 kW : 11 kV supply, 50Hz Customer to clarify the cut off rating for LT motors Motors rated upto160 kW are LT motors
of 194 Motors rated upto160 kW : 415V, 50Hz
415 V : >0.2 kW and up to 160 kW
12 II Spare 3.11.0 11 of 196 For HT Switchgear/ 415V PMCC/MCC/DBs, 10% spare feeders with a For HT Switchgear, 10% spare feeders with a
feeders minimum of one each of each type and rating shall be provided. Customer is requested to consider one highest rated motor feeder minimum of one each of each type and rating shall be
and one highest rated transformer feeder (as applicable) as spare provided.
feeder in HT switchgear due to layout constraint.
SURATGARH 3 For HT Switchgear, At least 20% of feeder modules
415V PMCC/MCC/DBs, 10% spare feeders with a minimum of one
each of each type and rating shall be provided. covering the range of motors/ outgoing feeders used
Please confirm. subject to minimum of one module in each bus
section shall be provided as spare.
13 II 3.6 3.6.0 70 of 196 The continuous current rating of the incomers/tie feeders/main bus bars of As already 10% margin has been taken in sizing of Please follow Tender Specfication
Current Power Cum Motor Control centre (PMCC) shall be based on the name plate transformer. 20% margin is too high for continuous rating of
SURATGARH 3 rating/ 3.6.3 rating of the upstream transformer with 20% margin at design ambient incomers/tie/main bus bars of PMCC. Bidder recommends
condition, rounded off to next higher standard 10% margin instead of 20%.Customer is requested to review
rating unless specified otherwise the requirement again
14 II 3.7 4.1.0 100 of Battery sizing shall be carried out as per IEEE: 485 For sizing of battery minimum electrolyte temperature is Minimum site ambient of -2.8 deg C shall be
SURATGARH 3 196 considered
required. Please specify
15 II 3.8 3.0.0 103 of SMPS based float cum boost charger Mostly SMPS based chargers are suitable for 24V & 48V Please follow Tender Specfication
196 application. So SCR based charger shall be allowed in place of
SURATGARH 3
SMPS based charger fro 220V DC application . Please
confirm
16 II Annex.15(Sl. 111 of Neutral grounding resistor w/o supporting structure As per Single line diagram of proposed FGD system (R1, Vol-
no. 80) 223 II, Section 6) there is no 11/3.3kV or 11/6.6kV transformer and
SURATGARH 1 therefore no NGR has been shown in the SLD. Hence, Noted.
mandatory spares for Nuetral grounding resistor is not
applicable.
17 II 1.0.0, (i) 7 of 196 Extension of communication system in FGD area including communication Please clarify whether PA system is applicable for the tender or not as Details of existing communication system will be
SURATGARH 3 cables specification, bill of material, type of PA system is not available with provided to the successful Bidder during detail
the tender specification. engineering

18 II 1.0.0 (v) 8 pf 196 Provision of Mosaic Type Control panel Bidder shall provide DDCMIS for FGD Electrical distribution same is Please follow Tender Specfication
SURATGARH 3
for the FGD Electrical distribution. inline with other FGD projects. Please confirm.
19 II 3.11 3.28.0 137 of Cables shall be supplied in non-returnable steel drums of heavy
196 construction. All ferrous parts shall be treated with suitable rust protective
finish or coating to avoid rusting during transit and storage. The surface of the
drum and the outer most cable layer shall be covered with waterproof layer.
Both the ends of the cables Bidder understand that both wooden/Steel drums are allowed. Cables shall be supplied in non-returnable steel
SURATGARH 3
shall be properly sealed with heat shrinkable PVC/rubber caps, secured by Please confirm drums.
`U’ nails so as to eliminate ingress of water during transportation, storage and
erection. Wood preservative anti-termite treatment shall be applied to the
entire drum. Wooden drums shall comply with IS 10418

Page : 69 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
20 II 3.15 1.0.0 / 3.1.0 149 of Buried earth mat for the FGD system.
196 Bidder shall provide earth mat of spacing 5 m x 5m below Buried earth mat shall be considered and will be
Customer is requested to confirm whether buried earth mat has to be
SURATGARH 3 switchgear/MCC room/Switchyard and transformers. Suitable number of earth subject to RRVUNL's approval during detail
considered or perimeter earthing around building.
electrodes shall be provided. Perimeter earthing shall be provided around the engineering
building
1 II 2.2 4.13.0 6 of 19 PLC shall be provided for limestone handling system Lime and Gypsum handling system will be controlled from
SURATGARH 2 FGD control room through FGD DDCMIS only, please Control shall from FGD PLC/DDCMIS.
confirm
2 II 2.2 5.17.0, vi 12 of 19 Crusher shall be provided with vibration monitoring (VMS) Vibration monitoring (VMS) system has been considered
SURATGARH 2 Bid specification prevails
system for Crushers only.please confirm.
3 II 3.0 3.7.1 3.7.2 10 of 196 LT Motors Both the clauses are contradicting, Motors rated upto 200
Motors rated up to 160 kW shall be considered as LT
SURATGARH 3 and KW or 160 KW shall be considerd as LT Motors (415V
motors.
3.9.0 opetared
4 II 3.1 3.17.0 28 of 196 Leads of all simplex type motor winding RTDS and motor
bearing RTDS shall be wired up to respective switchgear
RTDS will be directly wired to PLC and tripping logic will be
SURATGARH 3 metering & protection compartment. From which one set of RTDS will be Bid specification prevails
generated in PLC
connected to numerical protection relay and another set shall be kept free for
PLC connectivity
5 II 3.0 3.13.1 12 of 196 Cable vault shall be provided for the Switchgear rooms &
SURATGARH 3
Control rooms
In the Electrical cum Control building of FGD, Cable
II 3.16 4.1.0 160 of In the plant building, switchgear rooms, control rooms etc., power and control Both the clauses are contradicting, Please clarify whether
vault shall be provided for the Switchgear rooms &
196 cables shall be laid on cable trays installed in concrete trenches, Overhead Cable Trench or cable Vault to be considered for MCC
Control rooms. In other auxiliary plant buildings, cable
SURATGARH 3 trays, cable rooms.
trench can be considered for MCC rooms.
vaults, cable shafts or along building and structures as the case may be.

6 II Annex 1.5 93 of 223 LIME STONE AND GYPSUM HANDLING


For LHP and GHP systems, Electrical and C&I Mandatory
List of
SURATGARH 1 Spares specified in Confirmed.
mandatory
Sl.no A to Q only are considered, please confirm.
spares
7 General Lime and Gypsum handling system cables will be routed through
Lime and Gypsum handling system cables shall be
SURATGARH Conveyor gallery; Separate Cable Trestle is not considered for the
routed through separate Cable Trestle
same. Please confirm
8 General Explosion/Flame Proof Type Electrical equipments
Explosion/Flame Proof Type Electrical and C&I items are not
SURATGARH shall be provided as per hazardous area
considered for Lime and Gypsum handling systems. Please confirm
classification.
9 General We have not considered any Control cabinets/panels/Desks ECP’s,
SURATGARH Bid specification prevails
MIMIC Panels for LHP&GHP Systems. Please confirm
10 II 3.2 3.0.0 32 of 194 ELECTRICAL ACTUATORS WITH INTEGRAL STARTERS Kindly clarify the location of Starters for LHP&GHP Flap
SURATGARH 3 gates, RPG Gates etc. whether to consider with integral Integral starters shall be considered.
starter or starter to be located in MCC
11 II 3.10 3.1.0 121 of Emergency DC Lighting in control rooms and critical areas. Kindly provide us the locations of LHP&GHP areas for providing Locations of LHP&GHP areas will be finalised during
SURATGARH 3 194 Emergency DC Lighting detail engineering
1 II 3.2.2 12 of 223 Civil Scope Please provide us with Geotechnical survey data, borelog
SURATGARH 1 Refer Amendment-1.
details etc. of existing site.
2 II 2.2 4.10.0 5 of 19 Crushed Limestone shall be stored in two (2) nos. RCC bulk limestone silo IS:4995 codal stipulations will be followed by us for design
SURATGARH 2 Confirmed.
with 4 mm…………. of RCC Bulk Limestone silo. Please confirm
3 II 3.5 10 of 71 Control buildings : These shall be steel framed building with RCC roof and These shall be steel/RC framed building with RCC roof and floor.
SURATGARH 5 Noted and confirmed.
floor. Please confirm.
4 II 2.2 4.10.0 5 of 20 Crushed Limestone shall be stored in two (2) nos. RCC bulk limestone silo Please confirm whether paving is required around Bulk Limestone
Paving shall be provided around bulk limestone silo.
SURATGARH 2 with 4 mm…………. silos? If needed, then please provide us with minimum width of paving
Paving thickness shall be as per specification.
around the silos.
5 II 10 32 of 71 Roads Single lane roads shall be 4m wide with 1m wide
shoulder on both sides.
Please provide us with the width of rigid pavement roads
SURATGARH 5
and shoulders applicable for this project
Two lane roads shall be 7.5 m wide with 2.5 m wide
shoulder on both sides.
1 II 2.2 5.15.00 12 of 19 Hoods over the conveyor head pulleys shall be made of
SURATGARH 2
suitably stiffened minimum 2 mm M.S.
Please clarify which size of plate is to be considered by Bidder to follow Vol-II, Sec 2.2, Annex 2.2.1 / Sr.
2 II 2.2 Annex 2.2.1 15 of 19 Discharge Hoods over head pulleys:‐ 4 mm thk M.S. with rubber curtain
bidder. No.11/e, 16 of 20.
SURATGARH 2 / Sr. No.11/e

3 II 2.2 Annex 2.2.1 17 of 19 Deck plate:‐


Please confirm, whether it is to provided all over the length of
SURATGARH 2 / Sr. Min. 3.15 mm shall be provided at feeding point and discharge point. Bid Specification prevails.
conveyor.
No.15/m/ii)
4 II 2.2 Annex 2.2.1 17 of 19 Conveyor life: 7000 hrs (min) Bidder to consider the bearing life as follows:
SURATGARH 2 / Sr. Please clarify conveyor life, whether it is idler, belt or pulley?? a. Idler: 60000 hrs
No.15/n/iv) b. Pulley : 30000 hrs
5 FCE‐1117155‐ME‐DWG‐PFD‐3440‐008 R00
As per flow diagram, there is not shown any vibrofeeder after 7 days As per specification, vibrofeeder or rotary feeder shall
SURATGARH
storage SILO. Please confirm whether It is to be considered or not be considered.
6 FCE‐1117155‐ME‐DWG‐PFD‐3440‐008 R00 Since crusher house will be constructed above ground, so DP ( drain
SURATGARH Bid Specification prevails
pump is not required ) . Please confirm.

Page : 70 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
7 II 2.2 5.12.00 10 of 19 Flap Gates As per flow diagram, flapgate is not required. Please clarify, where it is
SURATGARH 2 Flap gate is not required.
o be provided
8 II 2.2 5.13.00 11 of 19 Inline Suspended Magnetic Separators shall be provided for continuous and
automatic extraction and discharge of tramp magnetic pieces from limestone As per bidder understanding, this is Inline magnetic seprator. Bider is
SURATGARH 2 being discharged from conveyors as specified. Confirmed.
not considering any suspended magnet. Please confirm

9 II 2.2 3.5.0 4 of 19 The conveyor shall discharge lime stone to surge hopper in crusher house.
Limestone is coming through underground hopper, so again surge
The capacity of surge hopper shall be 10 min. storage of conveyor capacity.
hopper is not required before scree, since it will not solve any purpose.
Also on considering surge hopper in crusher house, height of crusher
SURATGARH 2 Bid specification prevails
house will go up and it will be difficult to achieve such height with 12
degree of conveyor inclination. Bidder request owner to consider
flapgate before screen. Please confirm
10 II 2.2 3.4.0 4 of 19 Vibrating screen feeder shall be provided at the outlet of
As per bidder understanding, specification is asked
SURATGARH 2 unloading hopper for extracting limestone and feed on the Bidder understanding is correct.
vibrating feeder below hopper. Please confirm.
conveyor
11 SURATGARH II 2 2.2 5.3.0 7 of 19 Idlers Please confirm bearing life. Bidder to consider idler bearling life 60000 hrs
12 II 2.2 5.3.0/e 7 of 19 Carrying idlers shall be placed at 500mm distance within the skirt board
SURATGARH 2 Carrying idler shall be place at 1000mm. Please confirm. Bid specification prevails
length apart from the feeding zone.
13 I 4, SCC 6 29 of 55 Auxiliary Power consumption
Bidder isconsidering duty factor based on Limestone
conveyor running hrs of 8 Hr. So Duty factor will be
SURATGARH Confirmed.
8/24=0.33
Gypsum conveyor duty factor will be 1.0 Please confirm.
14 General
Please clarify, whether any dozer/ pay loader is to be considered by Dozer/ pay loader is in bidder scope for limestone
SURATGARH
bidder for limestone handling system. handling system.

15 General For gypsum/ gypsum storage shed Plain water dust suppression
SURATGARH Bid Specification prevails.
system is to be considered by bidder. Please confirm
16 General
Based on flow diagram and bidder understanding, there is
SURATGARH Bidder understanding is correct.
single stream conveyor only. Please confirm.
17 II 2 2.2 5.18.0 13 of 19 Dust Control System
Dust Suppression System (cold fog type)
SURATGARH Location of spray : At hopper
Please clarify , whether Dust extraction system or dust suppression
18 II 2 2.2 3.1.1.0 4 of 20 Dust extraction system shall be provided at Underground system is to be considered by bidder for hopper. Since both clause are Bidder to follow Vol.II, Sec 2.2, Cl 3.11.0, 4 of 20.
hopper shed, Crusher house & transfer points for minimizing the dust contradictoty
SURATGARH nuisance. It shall consist of suction hoods with dampers, ducting, bag filters
and fans with all accessories such as isolation/shut off gate, drive equipment,
rotary feeder, to make the system complete in all respects.
19 II 2.3 4.15.0 11 of 18 The gypsum cake from the belt filter will be discharged through a hopper to a
Hopper is not required between gypsum belt filter and gypsum
belt conveyor. The belt conveyor will transport the gypsum to the gypsum
conveyor. It will also increase bulding height unnecessarily. Since
storage shed.
SURATGARH 2 gypsum conveyor is discharging gypsum into the storage shed just Noted.
after the gypsum dewatering building. So Bidder is considering direct
feeding from belt filter to conveyor with hopper in between
20 II 2.3 5.20.0 13 of 19 Service Water System For small plant of LHP GHP, 3 No of working point at a
SURATGARH 2 Bid specification prevails.
No. of valves operated simultaneously : 6 nos. time is sufficient . Please confirm.
21 II 2.3 4.12.0 5 of 19 Bulk Limestone Silo / Day Limestone Silo shall have the
following accessories minimum.
Please clarify, whether dust extraction system of dust
SURATGARH 2 a) Unloading spout with all accessories such drive equipment, rotary feeder, Bidder to consider Dust extraction system.
suppression is to be provide at belt feeder. Please confirm.
limit switches, dust suppression unit etc for unloading limestone into belt
feeder.
22 II 2.3 R 18 of 18 WHEEL TYPE DOZER For gypsum storage, the capacity of dozer is very high.
SURATGARH 2 Engine Power HP Shall not be less than 416 HP Bidder recommends of minimum capacity of 300 FHP of Bid specification prevails.
BEML (BD30W‐1) or equivalent
23 II 2.2 5.21.0 14 of 20 The equipment to be covered shall include (but not limit to) all conveyor drive
units, all pulleys, in line magnetic separators, sampling units, various Please clarify , whether any limestone sampling unit is required for
SURATGARH 2 Bid specification prevails.
DS/service water/potable water pumps, gravity take up units, suspended Limestone handling system.
magnet, Belt drum at transfer houses /Silo floors etc
1 II 6.1.19 ( C ) 25 of 233 Oxidation Blowers: Customer is requested to amend the clasue as follows.
SURATGARH 1 Application:Wet Limestone based FGD application in "Wet Limestone based FGD application in Coal fired power plant or Bid specification prevails.
Coal fired power plant or any other process application any other process application otherthan FGD"

Page : 71 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
2 II 6.1.5 (ii) 27 of 233 Incase, the bidder or proposed sub vendor is not a
manufacturer of proven Wet Limestone Grinding Mills as Customer is requested to modify the clause inline with NTPC FGD
per clause 6.1.1 (d) above, but have designed, Tenders. Extract from NTPC latest tender is produced below.
manufactured & supplied dry Grinding Ball Tube mills for "In case, the bidder or proposed sub vendor is not a manufacturer of
at least 500 MW pulverized coal fired power plant, the proven Wet Limestone Grinding Mills as per clause 4.26.1 (c) above,
Bidder or the proposed sub-vendor can also but have designed, manufactured & supplied dry Grinding Ball Tube
manufacture Wet limestone Grinding Mills provided it mills for at least 500 MW pulverized coal fired power plant, the Bidder
has a licensing agreement with a Wet limestone or the proposed sub-vendor can also manufacture Wet limestone
Grinding mills manufacturer who meet the requirements Grinding Mills provided it has a licensing agreement with a Wet
SURATGARH 1 stipulated at clause 6.1.1(d) above for the Wet limestone limestone Grinding mills manufacturer who meet the requirements Bid specification prevails.
Grinding mills and provides extended warranty of three stipulated at clause 4.26.1 (c) above for the Wet limestone Grinding
(3) years for the Wet Limestone Grinding Mills. In such mills and provides extended warranty of three (3) years for the Wet
a case Bidder shall provide an additional on demand Limestone Grinding Mills. In addition, the Bidder shall be required to
bank guarantee for INR 10 Million (Indian Rupees furnish a letter of support from Collaborator(s) / Licensor / Technology
Ten Million only) for each project. provider for successful performance of the equipment valid up to the
end of defect liability period of the contract as per the format enclosed
in the bidding document, at the time of placement of order on the
approved sub-vendor."

3 II Annex-2.1.1 D (3) 23 of 24 Type:Single stage, integrally geared, single or dual vane centrifugal type
oxidation blowers complete with integral gearbox, lube oil system,
Type:Single stage/Multi Stage , integrally geared/Beam Type , single
instrumentation and accessories. The blowers will be used for supplying a
or dual vane or suction throttling centrifugal type oxidation blowers
variable volume of air to the absorber reaction tank
SURATGARH 2 complete with integral gearbox/Separate gearbox , lube oil system, Bid specification prevails.
instrumentation and accessories. The blowers will be used for
supplying a variable volume of air to the absorber reaction tank

1 II 3,6 3.8.1 72 of 196 Incomers and bus sections of PMCCs shall be breaker
controlled. Outgoing feeders of PMCC shall be controlled
SURATGARH 3 by breakers / moulded case circuit breakers (MCCBs)
/Motor protection circuit breakers (MPCBs) /contactors Incomers and outgoings in SL. No. 1&2 has indicated SCPD (short
depending on their ratings /applications circuit protection device) as MPCB/MCCB as per rating and
2 II 3,6 3.8.2 72 of 196 Incomers and bus sections (if applicable) of MCCs shall applications however in SL. No. 3 , SFU is indicated belo 400A. Kindly Incomers feeders & outgoing feeders rated up to and
SURATGARH 3 be breaker controlled.Outgoing feeders of MCCs shall be clarify whether MPCB/MCCB OR SFU to be condidered as SCPD including 400A shall be MCCB/MPCB controlled.
controlled by MCCBs / contactors / applications (short circuit protection device) for moter feeders and Outgoing
3 II 3,6 3.8.3 72 of 196 Incomers feeders & outgoing feeders rated up to and feeders(Non-motor feeders).
including 400A shall be switch fuse controlled. Above
SURATGARH 3
400 A, all incomers and outgoing feeders shall be
breaker (ACB) controlled
4 II 3,6 4.1.6 73 of 196 Working height shall be limited between 200mm and
SURATGARH 3 1800mm. However, for MCC modules minimum height We propose working height shall be limited
shall be limited to 400mm.. between 200mm and 2000mm. However, for
Please follow tender specification
5 II 3,6 4.2.11 76 of 196 The arrangement of the feeders shall ensure that MCC modules minimum height shall be limited to
SURATGARH 3 operating handle of the switch/breaker shall be above 300mm
350mm but below 1800mm from finished floor level.
6 II 3,6 4.1.15 75 of 196 At least 20% of feeder modules covering the range of
motors/ outgoing feeders used subject to minimum of
20% or min 1 no. spare feeders will be as per below:-
one module in each bus section shall be provided as
a. Unidirectional and Bidirectional motor feeder: Spare feeders based
spare.
on physical size of the module.b. Supply feeders: Based on
SURATGARH 3 Please follow tender specification
SFU/MCCB rating. c. No spare breaker (ACB) feeder (OGs)
shall be provided except outgoing motor feeder. d.No spare feeders
shall be provided for Incomer/Bus coupler .

1 II Table A, 18 of 196 Circuit Breaker make


Vendlirst list, Customer is requested to consider BHEL make VCB also (HT
SURATGARH 3 Noted
Sl.No.14 switchgear)

1 II 3.18 3.13.0 176 of Diesel engine shall be directly coupled to a generator, We propose to place DG set with acoustic enclosure outdoor. DG Please follow tender specification
SURATGARH 3 194 mounted on a common steel base and installed in the Control panels shall be located inside the enclosure and fuel tanks
DG room. shall be located outside
2 II 3.18 3.17.0 179 of The DG breaker shall be normally open and the DG I/C Please follow tender specification
As, DG is an emergency system , we propose to connect the
196 breaker to emergency MCC shall also be in open.
SURATGARH 3 alternator to DG I/C in EMCC through cables. Hence a separate
breaker in DG AMF Panel is not required.
3 II 3.18 3.30.1 184 of The DC supply required for startup of prime mover, Please follow tender specification
196 relays, controls, annunciation.circuits etc. shall be
1 set of suitably rated battery and battery charger shall be enough for
provided by a DC system consisting of 2X100% battery
SURATGARH 3 engine starting requirement. DG Control panel supply shall be on
and 2X100% float cum boost charger of suitable capacity
220 V DC. Please confirm
for each DG set separately. The battery shall be sized for
one hour load cycle

Page : 72 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
4 II 3.18 3.31.3 184 of 6 Nos. duplex or 12 nos. simplex RTDs in stator windings We propose to offer 2 nos simplex type RTD per phase in stator Please follow tender specification
SURATGARH 3
196 windings as the same shall be sufficient for the requirements.
5 II 3.18 3.31.10 185 of DG sets rated 1000KVA and above shall be connected Please follow tender specification
We propose to connect the alternator to DG I/C in EMCC through
SURATGARH 3 196 through non segregated.phase bus duct to the respective
cables. Hence a separate breaker in DG AMF Panel is not required.
AMF panel. Busduct entry shall be from the top.
6 II 3.18 4.0.0 192 of Final shade shall be ONAN green for engine, generator The paint shade of engine , generator and fuel tank shall be as per Please follow tender specification
SURATGARH 3
196 and fuel tank. manufacturer standards

1 KALISINDH II 3.12.2 11 OF In PLC, the controls shall be provided for the following. Bidder envisages, bidders own proven DCS for control and
196 • HT Switchboard - incomers, Bus coupler and all outgoing breaker feeders monitor of FGD systems including electrical switchboards in Noted and however all functional and technical
• 415V PMCC/MCC - incomers, buscoupler, all motor feeders and outgoing place of PLC. requirements of the specification shall be met by the
breaker feeders Please clarify bidder.
3
Further the proposed microprocessor based CAS
shall have a connectivity to the proposed FGD DCS.

The proposal shall be subject to the approval.

2 II 3.7.1 9 OF 196 ... The Switchgear shall feed LV Service


KALISINDH 3
Transformers and motors rated >200 kW.
II 3.8.4 72 OF Motors rated below 90 KW shall be contactor operated and shall be fed from Bidder envisages LT motor raing upto 200 KW. Motors rated up to 160 kW shall be considered as LT
196 MCCs. All motors rated 90 KW up to and including 160 KW shall be breaker Please clarify motors.
KALISINDH 3
controlled. For motors rated 75 kW up to and including 160 KW shall be given
with numerical motor protection relay.
3 II 5.3.5 11 OF 25 Bypass dampers:
For this project, new wet stack arrangement is envisaged as
. . The blades and frames of the dampers provided at the
per tender specification. For new wet stack arrangement,
Inlet/outlet of Booster fan in the untreated gas path shall be made of carbon
the FGD outlet treated flue gas is directly going to new wet
steel. The bypass damper and damper in the FGD outlet treated gas path, the
stack and will never come in contact with FGD Bypass
frame of the damper shall be made of Carbon steel of minimum 7mm
damper (which is located in the untreated gas path between
thickness cladded with 2mm (thickness) Alloy C276/Alloy 59. The blades shall
ID Fans and existing stack). Therefore, please confirm that
be made of SS317LMN or better material and the seals shall be made of
blades and frames of FGD Bypass Damper can be made of
Alloy C-276 or better material
Carbon Steel similar to those provided at Booster Fan Inlet
KALISINDH 2 & Booster Fan Outlet. This is the practice followed for all Noted.
recent FGD retrofit projects where New wet stack
arrangement is envisaged.

Please note that FGD Bypass Damper will be exposed to


treated flue gas only when the FGD Outlet Duct comes and
joins the duct to the existing stack (only in case of Existing
Stack Arrangement for FGD. But Chhabra is a New Wet
Stack Arrangement)
4 II Drawing: FLOW DIAGARAM FOR DESULPHURISATI As per the Flow diagram, new wet stack is applicable for
ON SYSTEM -DWG No: FCE- 1117155-ME-DWGPFD- FGD system. Damper at Outlet of Absorber serves no
3440-004.REV.R0 purpose in case of new wet stack arrangement where the
In the Flow Diagram for FGD System Drawing, Damper is shown in the FGD FGD treated flue gas enters the new stack. Please note that
Outlet Duct between the Absorber & New Wet Stack Damper at Outlet of Absorber is required for isolation of
KALISINDH 6 FGD system only when the FGD Outlet Duct comes and Damper at Outlet of Absorber is not required.
joins the duct to the existing stack (in case of Existing Stack
Arrangement). For all recent FGD retrofit projects where
New Wet Stack is applicable, Absorber Outlet Damper is
not applicable.
Please clarify.
5 II 19.2 80 of 222 DESIGN AND GUARANTEE CONDITIONS Clarification:
KALISINDH 1
SO2 concentration in flue gas at FGD inlet: 1910 mg/Nm3(wet) After conversion from SO2 (% v/v wet) to SO2 concentration in
Bidder to follow Vol-II, Sec-1, Cl 19.2, 80 of 222.
6 II 19.2 82 of 222 Annex‐1.2 Flue Gas Analysis Flue Gas Composition at FGD system inlet: d) mg/Nm3(wet), the concentration (mg/Nm3) is not matching. Bidder
KALISINDH 1
SO2 (% v/v wet) : 0.062 requests customer/consultant to review and confirm.
7 II 19.2 80 of 222 DESIGN AND GUARANTEE CONDITIONS
Flue gas flow at FGD inlet Clarification:
Bidder requesting customer/ consultant to confirm the units in wet or
dry basis for flue gas flow rate. Indicated flow is in Wet condition.
Flue Gas Flow in Nm3/s given in tender (Design & Guarantee Point)
seems to be very higher for 660 MW plant. Kindly review and confirm. Bid specification prevails
KALISINDH 1
In addition, HCl and HF content in Flue gas has got implication on HCL - 45ppm ( wet) and HF - 12ppm ( wet) may be
Limestone consumption, FGD Equipment sizing, Recirculation flow considered.
rate and waste water quantity. Bidder requests owner to provide HCl
and HF Content in flue gas .

Page : 73 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
8 II 5.1.0 7 of 25 The ducts from Absorber outlet to stack shall be made of Carbon steel of
Clarification:
minimum 7 mm thickness cladded with 2mm (minimum) thickness Alloy
As per poven practice, the duct from Absorber outlet to stack shall be
C276/Alloy 59.
provided with cladded sheet of minimum 2 mm thickness of Titanium
KALISINDH 2 Refer Amendment-1
(Grade 2 as per ASME SB265). In NTPC FGD tenders, titanium
cladded sheet is allowed for Absorber outlet duct.
Kindly accept.
9 II 5.1.0 7 of 25 For the agitators a flushing system for startups shall be provided Clarification:
Maximum Slurry concentration is 30% in Limestone Slurry & Auxiliary
Absorbent Tanks. Agitator Impeller will be kept well above slurry
KALISINDH 2 Bid specification prevails
sedimentation level (above LL). Hence Emergency flushing system
during start up is not required for all slurry tanks.
Kindly Accept
10 II 4.13.0 10 of 18 All the pipes handling slurry shall be provided with replaceable rubber lining of
Clarification:
proven quality. The Bidder can provide slurry pipes of size lower than 3” made
As per proven practice, all the pipes handling slurry shall be provided
up of FRP material if it has previous experience of providing the same
with FRP material. FRP pipes are highly corrosive & abrasion resistant
KALISINDH 2 Bid specification prevails
material and widely used for slurry application. Since we are using
spray headers inside Absorber made up of FRP. Requesting customer
to allow all pipes handling slurry with FRP option also.
11 II 5.1.0, xviii 6 of 25 Sufficient number of agitators, as per the proven practice of the contractor,
Clarification:
shall be provided for thorough mixing of the recirculating slurry. The
As per our FGD design, under normal FGD operation, the Jet Air
contractor shall offer and demonstrate mixing arrangement such that n‐1
Sparger (JAS) works to keep the slurry in suspension and no agitators
number of agitators is sufficient to avoid the slurry settlement in the absorber
KALISINDH 2 are required to be in operation. The Agitators are required only during Bid specification prevails
tank in case of one agitator under breakdown (n‐total no. of working
FGD stoppage to prevent the deposit settlement. For this purpose, we
agitators).
are offering two numbers of Agitators. However, to meet tender
requirement, we offer one spare as a ware house spare
12 II 5.0.2 7 of 25 Velocity of the Gas in the Absorber: Maximum 3.0 m/s. Clarification:
As per proven practice, the Absorber will be sized for velocity of
KALISINDH 2 4.0 m/s. This is being followed in North Chennai (1x800MW) & all Refer Amendment-1
the current FGD tenders . Bidder requests Owner/ Consultant to
review and accept the velocity inside absorber as 4.0 m/s.
13 II 5.1.0, vii 5 of 25 All internal members shall be with minimum 2mm Alloy 59/C276. All metallic Clarification:
fasteners provided inside the absorber/ absorber wet‐dry interface ducting We understand that this specification is for the support members
shall of internals (i.e Mist Eliminator supports, Spray Pipe supports)
be of Alloy 59/C276. As per proven design practice, since spray pipes are in contact
KALISINDH 2 with slurry we will provide C276/Alloy59 2 mm lining whereas the Bid specification prevails
mist eliminator area is not in contact with slurry. However to take
care of corrosion, it is proposed to use Carbon steel support
members with 4mm thk rubber / 2mm thk Glass flake lining. This
is being installed in many FGD plants and working successfully
14 II 4.11.0 9 of 18 Emergency Slurry Tank:
Clarification:
Sufficient number of agitators shall be provided in the tank by the contractor
As per proven practice, vertical agitators used for all slurry tanks
to prevent the solids from settling down. There shall be at least one redundant
except Absorber. Side entry agitator will be used for Absorbers.
agitator for this purpose
As per design pratice, redundant agitators will be provided for
KALISINDH 2 Bid specification prevails
Absorber as warehouse spares whereas in Emergency slurry tank
redundant agitator is not required since emerency slurry tank
agitator will be used during maintenance of absorber only.
This is being followed in all NTPC tenders. Kindly accpet
15 II 1.1.1 vi 156 of Hydraulic coupling of booster fan shall be checked for string test i.e.,
Offered Booster Fans are constant speed Axial Reaction type with
222 operational check of one fan assembly using hydraulic coupling to check
constants speed Motor. Coupling envisaged are spacer coupling
KALISINDH 1 temperature rise, smooth operation, vibration and noise level. Dry run test Noted.
instead of Hydraulic Coupling for these type of Fans and hence
shall preferably be carried out during string test.
Hydraulic Couplings are envisaged for the Booster Fans
16 II 5.4.0 12 of 25 The fan rotors are over speed tested to at least 10% above the maximum
The Booster Fans for FGD system are driven by constant speed HT
operating speed and are dynamically balanced to VDI 2060 code.
motor. The Fan shall always run below the synchronous speed of the
KALISINDH 2 HT motor and hence over speed test is not required and not Bid specification prevails
envisaged by bidder. Dynamic balancing of fan rotor shall be done as
per ISO 1940 standard
17 II 5.4.0 12 of 25 Overhung runners are not acceptable.
Offered Booster Fans are constant speed axial reaction fans and
KALISINDH 2 Noted.
are of overhung design

Page : 74 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
18 II 2.1.1 21 of 25 Booster Fan:
2x50% (sized for 60% BMCR flue gas flow) for each absorber. Bidder has the following understanding in sizing the Booster Fan.
Margin over flow: 20 % a) Booster Fan Test Block point 1 is arrived by taking 20 % margin
Power supply frequency : 47 Hz over 50 % BMCR flow requirement and power supply frequency
considered for Test block point 1 is 50 Hz
KALISINDH B2 & 3 Bid specification prevails
b) Booster Fan test block point 2 is for single stream operation i.e
60 % BMCR flow and power supply frequency considered for Test
block point 2 is 47 Hz as well as 50 Hz.
Pl confirm our understanding

19 II 2.1.1 21 of 25 Booster Fan: Fan casing material and plate


The Booster Fans for these FGD projects are of similar
Thickness ‐ Abrasion and wear resistant, high BHN steel having minimum 8.0
construction to that of axial reaction ID fans and is handling the
mm
same flow and flue gas parameter as that of ID fans. The casing
thickness or 12mm mild steel with liner
for the ID fans for this project is of mild steel only and without any
of thickness 10mm (min.)
liners.
Bidder would like to clarify that offered FGD Booster Fans casing/
KALISINDH B10 housing shall be with mild steel without liners and with thickness Bid specification prevails
as per our proven practice of Fan manufacturing. These type of
Fans with above material of construction in ID application is
already installed/ offered by Bidder in RRVUNL Suratgarh 2x660
MW, NTPC Barh 2x660 MW, APPDCL Krishnapatanam 2x800 MW,
RPCL Yeramarus 2x800 MW, KPCL Bellary 1x700 MW, PPGCL Bara
3x660 MW, LPGCL Lalitpur 3x660 MW etc
1 II 3.2.4 8 of 190 The Instrumentation and Control equipment system called for in this
Noted and however all functional and technical
specification consists of a fully coordinated and integrated PLC based system
requirements of the specification shall be met by the
for…. DDCMIS(hardware in line with FGD DCS) based control
bidder.
system is being proposed for FGD I/L, O/L Bypass etc.(as
applicable) & systems like HVAC, Condensate collection
KALISINDH Further the proposed microprocessor based CAS
system, water cooling system(if applicable) in place of PLC.
shall have a connectivity to the proposed FGD DCS.
Further compressed air system shall be microprocessor based
system. Please confirm
The proposal shall be subject to the approval by
RRVUNL.
2 II 3.16.0 11 of 186, Temperature elements RTD & TC shall be connected directly to PLC without
Sec 4, transmitters.
All field instruments and sensors for remote measurement viz. Flow meters,
As per cl no: 3.16.0, Temperature transmitter is not applicable.
15 of 222 Smart Transmitters, RTD, Process Switches, Temperature Transmitters and
However as per cl no: 3.2.4(j) & 10.3.1(k) temperature
Sec 1 3.2.4 (j) analysers with all accessories shall be supplied as per attached PIDs and
KALISINDH transmitter needs to be supplied. Bid Specification prevails.
detailed specification for the completeness of the system
Temperature transmitters are not considered in bidder's scope
of supply. Kindly confirm.
83 of 186 Temperature transmitters shall be supplied along with 3 Nos. of hand
Sec 4 10.3.1(k) held/portable mV source generators.

3 II 4 Annex 7 11.11.4 133 of As per Inst. Drawing for flow measurement, size of root valve for low There is contradiction between the two clause nos.
KALISINDH 186 mesaurement (orifice) is 1/2". But as per cl no: 11.11.4 (Flow Measurement), Bidder is considering 1/2" root valve for flow orifice as per Root valve size shall be 25 NB.
root valve size is 25NB. Annexure-7. Kindly confirm.
4 II 4 13.4.4 153 of IPR shall be placed in LCR
KALISINDH IPR shall be part of MCC. Kindly confirm. Bid Specification prevails.
186
5 II 4 Annex 1.5 Annex 1.5 In Annex- 1. Mandatory spare for Instruments/C&I items specific for AIR C&I Mandatory spares are considered as specified (i) For AC system, Mandatory spare shall be as per
List of cl no: 1.5- CONDITIONING AND VENTILATION SYSTEM, COMPRESSED AIR along with the package & NOT as indicated in LIST OF C&I cl no: 3.0 of Air conditioning & Ventilation system of
mandatory 15.0.0 1.00.00: SYSTEM ETC. are provided. MANDATORY SPARE ( cl no: 1.00.00 Annes-1.5, Section-1 or Annex-1.5.
spares 1. page 15.0.0, Section-4) (ii) For Ventilation system, Mandatory spare shall be
no:102 2. LIST OF MANDATORY SPARES (CONTROL AND as per cl no: 5.0 of Air conditioning & Ventilation
of 222 INSTRUMENTATION) provided at sh no: 112 of 222 of vol-II, section-1 & sh i.e (i) For AC system, Mandatory spare shall be as per cl no: system of Annex-1.5.
2. page no: 183 of 186 of vol-II, section-4. 3.0 of Air conditioning & Ventilation system of Annex-1.5. (iii) For Compressed air system, Mandatory spare
no: 108 shall be as per cl no: 3.3 of Compressed Air System
of (ii) For Ventilation system, Mandatory spare shall be as per cl of Annex-1.5.
KALISINDH 222 no: 5.0 of Air conditioning & Ventilation system of Annex-1.5. (iv) For Fire Detection and Protection system,
3. page Mandatory spare shall be as
no: 112 (iii) For Compressed air system, Mandatory spare shall be as per cl no: 7.0 of Annex-1.5.
of 222 per cl no: 3.3 of Compressed Air System of Annex-1.5. (v) For others system, LIST OF C&I MANDATORY
183 of SPARE (cl no: 15.0.0
186 For others system, LIST OF C&I MANDATORY SPARE (cl no: Vol-II, Sec-4, page no: 183 of 186 (Control &
Annex-1.5- page no: 112 of 222 (Control & Instrumentation) Instrumentation)
shall be followed. Kindly confirm. shall be followed.

Page : 75 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
6 II 4 Annex 1.5 112 of 1. LIST OF MANDATORY SPARES (CONTROL AND (i) For AC system, Mandatory spare shall be as per
List of 222 (C&I) INSTRUMENTATION) provided at sh no: 112 of 222 of vol-II, section-1 & sh cl no: 3.0 of Air conditioning & Ventilation system of
mandatory no: 183 of 186 of vol-II, section-4. Annex-1.5.
spares & (ii) For Ventilation system, Mandatory spare shall be
183 of as per cl no: 5.0 of Air conditioning & Ventilation
Cl.15.0.0 186 As mandatory spare list for C&I items are provided at two system of Annex-1.5.
places i.e at pg. no: 112 of 223 of vol-II, section-1 & pg. no: (iii) For Compressed air system, Mandatory spare
183 of 186 of vol-II, section-4. shall be as per cl no: 3.3 of Compressed Air System
KALISINDH
Bidder is following the mandatory spare list as per cl no: of Annex-1.5.
Annex-1.5- page no: 112 of 222 (Control & Instrumentation). (iv) For Fire Detection and Protection system,
kindly confirm. Mandatory spare shall be as per cl no: 7.0 of Annex-
1.5.
(v) For others system, LIST OF C&I MANDATORY
SPARE (cl no: 15.0.0 Vol-II, Sec-4, page no: 183 of
186 (Control & Instrumentation) shall be followed.

7 II 4 15.0.0 183 of Sl. No-1.8 Flow Element: 10% for each type, size and FE is a static element & hence we are not considering FE as
KALISINDH Bid Specification prevails.
186 range or minimum 2 nos. whichever is higher mandatory spare. Kindly confirm.
1 II 1 4.0 22 of 222 DM Water: DM water (if required) for makeup of CCW system of FGD, shall Specification for CCW system of FGD is not available. Kindly
DMCW system shall be in bidder's scope.Make up for
be sourced from existing DM water header. provide detailed specification & drawing for CCW system of
DMCW to be tapped off from nearest header.
KALISINDH FGD.
Specification for DMCW system shall be furnished
Also provide terminal point location, flow and pressure
with Amendment No.1
available at Terminal Poin
2 II 1 4.0, 4.1 b) 22 of 222 Make-up water: The water required for the FGD plant shall be sourced from The water analysis is indicative only and
plant CMB /filtered water system. Pumps (2x100%) if required shall be Specification for Filtered water system of FGD is not available. bidder shall visit the site and collect the required
included in Bidder’s scope Kindly provide detailed specification & drawing for Filtered samples & analyzed for submitting their bids.
KALISINDH water system of FGD. Primary water source for FGD system makeup
Also provide terminal point location, flow and pressure shall be from CT blowdown collection tank.
available at Terminal Point Additional water required shall be tapped from
filtered water system.
3 II 2 The water analysis is indicative only and
bidder shall visit the site and collect the required
Specification for Cooling water system and Filtered water
samples & analyzed for submitting their bids.
/clarified water (system) is not available. Kindly provide detailed
KALISINDH Primary water source for FGD system makeup
specification for Cooling water system and Filtered water /clarified
shall be from CT blowdown collection tank.
water (system).
Additional water required shall be tapped from
filtered water system.
1 II 3 3.17 4.1.0 170 of Elevators shall be provided for the following buildings & structures. Bidder to consider Elevators for the buildings &
196 • 544 kg Passenger elevator for the building structures as follows:
As per referred clause, it is understood that 544 kg Passenger • 544 kg Passenger elevator for the Limestone slurry
KALISINDH elevator is required for the "FGD Control Room" building. preparation building
Kindly confirm • 1088 kg Passenger elevator for limestone crusher
house
• 1088 kg Passenger elevator for absorber tower
2 II 1 Annex 1.5 96 of 223 LIME STONE AND GYPSUM HANDLING Bidder understands that Mandatory Spares for Electric Hoists
List of H) ELECTRIC HOISTS are to be provided only for Electric Hoists in LIME STONE
KALISINDH Bid Specification prevails.
mandatory AND GYPSUM HANDLING area.
spares Kindly confirm
1 I 6 30 of 55 xxi) Ventilation System In absence of any list of equipment to be considered for Aux.
power consumption calculation for ventilation system , it is
proposed to consider following equipment only ;
KALISINDH 4, SCC Bid Specification prevails.
1.0 Axial fan for MCC room of FGD control room.
2.0 Axial fan for cable vault of FGD control room.
Please confirm

Page : 76 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
2 II 2 2.7 3.0.0 1 of 9 a) N+1 (N working + 1 stand-by) of suitable capacity airconditioning units by
means of adequate number of separate DX plant (water cooled) or water
cooled package air conditioner (with cooling towers & pumps), air handling
fan condenser, Refrigerant pipes and fittings for interconnecting the
equipment for FGD Control
Building. Split Air-conditioners for Other auxiliary control room / control room
buildings is also covered in the scope of Bidder There is contradiction in redundancy of the air conditioners.
Hence following redundancy criteria is being considered for
various types of AC system in line with clause no. 3.0.0-a), Bidder shall consider the following:
A. AIR CONDITIONING SYSTEM Section - 2 / Sub Section 2.7 Air - Conditioning, Volume-ll. A) Water cooled DX type Air Conditioner or Water
S.no. Description Unit A) Water cooled DX type Air Conditioner or Water Cooled Cooled package air conditioner with N+1 (N working +
KALISINDH
Data package air conditioner with N+1 (N working + 1 stand-by) 1 stand-by) redundancy.
1.0 Water Cooled Ductable Air Conditioning units redundancy. 2) Split type Air Conditioner : 100 % redundancy shall
a) Area Served Control Room 2) Split type Air Conditioner with N+1 (N working + 1 stand-by) be considered.
b) Redundancy 1W+1S redundancy.
c) Capacity TR * Please review and confirm
2.0 Split Air Conditioners
Areas Served As per specification
requirement
Redundancy 100% redundancy shall be
considered
Type Air cooled type
3 II 2 2.7 3.0.0 1 of 9 a) N+1 (N working + 1 stand-by) of suitable capacity air-conditioning units by
Annex 2.7.1 means of adequate number of separate DX plant (water cooled) or water
cooled package air conditioner (with cooling towers & pumps), air handling
KALISINDH 8 of 9 fan condenser, Refrigerant pipes and fittings
for interconnecting the equipment for FGD Control Building. Split
Airconditioners for Other auxiliary control room / control room buildings is also Bidder understand that type of the Air Conditioning system
covered in the scope of Bidder. shall be as per the following;
II 2.7 4.0.0 4 of 9 4.0.0 TECHNICAL REQUIREMENTS OF AIR CONDITIONING SYSTEM 1.0 Water cooled DX Type or Package air conditioner ( with
Air conditioning requirement shall be met using following types Air cooling towers & pumps) type air conditioners for FGD control
Conditioning units as required. For various rooms, Vendor shall choose Bidder understanding is correct.
room
appropriate system, based on the heat load. 2.0 Air Cooled Split Air Conditioners for other air conditioned
Water cooled ductable air conditioning system shall be provided for control areas depending on the room layout.
KALISINDH room. Please review and confirm
Required number of Ductable split type AC units with air cooled outdoor
condensing unit with semi hermetic/ hermetic compressors including
refrigerant pipes, controls, thermostats, filters, outlet dampers, etc.
Required number of High wall type split AC units complete with air cooled
outdoor condensing unit having hermetically sealed compressor and high wall
2 type indoor evaporator unit with cordless remote controller
4 II 2.7 4.1.0 4 of 9 Each water cooled ductable split air conditioning units shall be designed to Please note that energy efficiency rating criteria is applicable Confirmed
provide free delivery of conditioned air to the conditioned space. The indoor for split type air conditioners only. Hence energy efficiency
unit shall be suitable for mounting on the ceiling concealed above the false rating of 5 Star shall not applicable for DX type machine and
KALISINDH 2 ceiling. Cooling tower unit can be placed on the roof/floor of outside building. package type.
Each unit shall include a primary source of refrigeration for cooling and Energy efficiency rating of 5 Star shall be envisaged for split
dehumidification, means for circulation and cleaning air. It shall have energy AC only. please review and confirm.
efficiency rating of 5 star
II 2.7 4.2.0 6 of 9 4.2.0 High wall type split AC units
KALISINDH 2
It shall have energy efficiency rating of 5 star.
5 II 2.7 6 of 9 5.1.0 The speed of the fans shall be 1500rpm for impeller diameter 450mm or less Due to constraints of availability of fans in market, general
General and 1000rpm for impeller diameter above 450 mm. criteria of fan RPM and size shall be followed: -

The speed of the fan shall not exceed 960 rpm for fan with
impeller diameter above 450 mm and 1400 rpm for fan with
KALISINDH 2 impeller diameter 450 mm or less. However, for fans having Bid specification prevails
static pressure of 30 mm WC or above the speed of the fan
shall not exceed 1440 rpm for fan with impeller diameter of
above 450 mm and 2800 rpm for fan with impeller diameter of
450 mm or less.
Please review and confirm
1 II 3.2.1 11 of 223 x) Vibration isolation system for Limestone crushers and
KALISINDH 1 The referred clauses are contradictory with respect to vibration
Booster fans and further detailed in Civil specification isolation system (VIS) for Booster fans. Kindly clarify the Bidder to follow Vol-II, Sec 1, Cl 3.2.1, 11 of 222.
II 3.13 13 of 71 Booster Fan foundations shall be RCC block foundation directly resting
KALISINDH 5 applicability/requirement of VIS for Booster fans.
on virgin soil / pile below Ground level
2 II 2.00 7 of 222 The treated flue gas from the FGD shall be led to the separate wet chimney
Height shall be 100 metres or H=6.902
KALISINDH 1 of 150 m height for each unit / a single twin-flue wet chimney of 150 m height
(Qx0.277)^0.555 whichever is more. Separate wet
common for both units.
These clauses are contradictory in nature. chimney for each unit / or single twin-flue wet
II 3.2.1 ( C ) 10 of 223 separate wet chimney of 150m height for each unit / a single twinflue wet
Please clarify “two single flue chimney of 150m height each” or chimney common for both units shall be considered.
KALISINDH 1 chimney of 150 m height common for both units, designed as per EPRI
“one twin flue chimney of 150m height is to be considered Where,
guideline with RCC shell, ……….
Q = Emission rate of SO2 in kg/hr
H = Physical stack height in meter

Page : 77 of100
2
Height shall be 100 metres or H=6.902
(Qx0.277)^0.555 whichever is more. Separate wet
These clauses are contradictory in nature. chimney for each unit / or single twin-flue wet
Please clarify “two single flue chimney of 150m height each” or chimney common for both units shall be considered.
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications “one twin flue chimney of 150m heightQuery
Bidder's is to be considered RRVUNL Response
Where,
Q = Emission rate of SO2 in kg/hr
II 3.14.1 14 of 71 Single-flue chimney(s) shall be provided. Chimney shall be of reinforced
KALISINDH 5 H = Physical stack height in meter
concrete construction. There shall be one flue (liner) for each unit
3 KALISINDH II 1 2.00 7 of 222 Wet stack shall be located far away from the existing Chimney Bidder understands that the center of new chimney / chimneys
shall be minimum 150m away from center of existing chimney. Bidder understanding is correct.
II 3.14.1 14 of 71 the centre to centre distance between the proposed chimney(s) and the
KALISINDH 5 Kindly confirm
existing chimney(s) in any direction shall not be less than 150 metres
4 II 3.2.1 ( C ) 10 of 222 ………………..steel flue with corrosion resistant C-276 alloy / Alloy 59 over 8 Please provide the following details for C-276 alloy / Alloy 59
mm thick(minimum) mild steel base metal of flue liner. cladding:
• Thickness of C-276 alloy / Alloy 59 clad-ding over 8 mm
thick(minimum) mild steel base metal.
• Material code to be followed for C-276 alloy / Alloy 59.
• Cladding specification/ASTM to be fol-lowed for C-276 alloy /
Alloy 59 clad-ding.
• Permissible tolerances on thickness of clad sheet and base
material.
• Permissible tolerances on flatness for clad sheet and base
KALISINDH 1 Will be furnished during detail engineering
material.
• Specify the quality tests which will be conducted on the clad
sheet for as-sessing mechanical and chemical properties and
on the chimney cans after fabrication.
• Indicate any special requirements applicable for welding and
fabrica-tion of chimney at site.
• Indicate any restriction in size of base metal and clad plate to
be used for fabrication of flue cans.
• Mention tensile and yield strength of the cladded material to
be achieved
5 II 3.14.0 (4) 19 of 71 The inside surface of chimney shell above roof, horizontal surface of shell at
Bidder understands that no painting is required on inner surface of
KALISINDH 5 top, underside of concrete roof slab etc. shall be painted with epoxy phenolic Bidder understanding is correct.
concrete chimney shell below roof. Kindly confirm.
coating system having total 220 microns DFT.
6 II 22.3 46 of 71 Backfilling, Disposal and Stacking of materials
Compaction criteria for backfilling around foundations etc. is
The backfill under the rail lines and roads shall be compacted to minimum 95
not mentioned.
% of the standard proctor density at OMC unless otherwise stated by rail
Backfilling around foundations, trenches, pipe pedestals etc. shall be
KALISINDH 5 Authorities Bidder understanding is correct.
done with excavated earth in layers of 300 mm compacted thickness
so as to achieve 90% standard proctor density for cohesive soil and
75% relative density for cohesionless soil. Please confirm.
7 II 22.3 46 of 71 Backfilling, Disposal and Stacking of materials Backfill under the rail lines and roads shall be done in
The backfill under the rail lines and roads shall be compacted to minimum 95 layers of 300 mm compacted thickness so as to
KALISINDH 5 % of the standard proctor density at OMC unless otherwise stated by rail achieve 95% standard proctor density for cohesive soil Bidder understanding is correct.
Authorities and 80% relative density for cohesionless soil. Please
confirm
8 II 3.2.2 12 of 222 b) Site leveling of the FGD area as required. Site in present condition will be handed over to the
Please furnish the finished ground level for the contractor.
proposed FGD area. The referred clauses are
contradictory. Kindly clarify. All required grading and leveling of the site shall be in
KALISINDH 1 Since leveling and grading of proposed FGD area the scope of the contractor.
shall be done by owner, bidder understands that
following works are excluded from bidder's scope: The scope of following works shall be included in
1. Dismantling of any existing temporay/permanent bidder's scope:
structures and clearing debris. 1. Dismantling of any existing temporay/permanent
II 5.0 24 of 222 Following are the provisions / supplies by the Owner: 2. Slope protection structures
• Graded land within the property line limits as indicated in the plot plan 3. Cutting of trees and clearing debris.
4. Diversion of any existing facilities/structures, nalla, 2. Slope protection
etc. 3. Cutting of trees
KALISINDH 1 5. Disposal of stacked materials/equipments etc. if 4. Diversion of any existing facilities/structures, nalla,
any, located at proposed FGD area etc.
Please confirm. 5. Disposal of stacked materials/equipments etc. if
any, located at proposed FGD area
8 General Please furnish the available Geotechnical Investigation
KALISINDH Refer Amendment-1.
data/Report of the proposed FGD area
9 General Please furnish the available contour detail/Topographical Survey of the Bidder to visit the site and get the required
KALISINDH
proposed FGD area. information.

Page : 78 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
I 10.3.2 31 of 59 Five Year Operation & Maintenance of all Mechanical,
Electrical,Instrumentation & Hydraulic systems within the battery limits of
FGD System for RVUN Plants, included in the scope of this Tender
Specification including the O&M of common Limestone Handling & Crushing
system for respective RVUN Power Plants being installed under
the scope of this Tender, shall be quoted in BOQ Schedule No 4). The scope
shall include providing

1 KALISINDH 2 Engineers, Supervisors, Skilled, Semiskilled and unskilled workmen for the There is contradiction regarding O&M spares in the referred
O&M activities including Safety Personnels, for the purpose of Round the clauses. Please clarify whether supply of O&M spares is in Bid specification prevails
Clock execution of O&M contract as per the instructions and requirement bidder's scope.
of Engineer In Charge of RRVUNL. All required O&M Spares, chemicals,
glasswares, reagents, all analytical lab instruments, Lubricants & other
consumables etc. (except Limestone) and Tools & Tackles required for
undertaking regular maintenance activities are included in the scope.

II 9.2 38 of 223 RECOMMENDED SPARES/O & M SPARES


2 KALISINDH 1
Not Applicable
II 3.2.1 11 of 223 Mechanical: q)
One number common stack drain condensate system for both the 660 MW Condensate formed inside chimney duct shall be routed to
units comprising of condensate tank to hold 12 hrs of stack condensate with absorber sump by gravity and then routed to absorber by
suitable chemical storage and dosing system for neutralization, and 2x100% Sump Pump where condensate will be neutralised.
3 KALISINDH 1 Refer Amendment-1
transfer pumps for transferring the neutralized condensate to the existing Hence separate collection and neutralisation system for
ETP/CMB. Provision shall be chimney condensate is not required.
given for pumping the condensate to the absorber with suitable pumps BHEL requests same may please be accepted
(2x100%), piping
1 II 1.0.0, (x) 8 of 196 Feeders for NOx system, Mercury & Water system from Please furnish the number and rating of feeders required for Ratings of the referred equipment are to be decided
a. HT Switchgear, if applicable following by the Bidder for the offered system.
b. 415V Common FGD MCC a. HT Switchgear, (if applicable, please confirm)
c. DCDB b. 415V Common FGD MCC
KALISINDH 3 d. UPS DB c. DCDB
e. Emergency MCC d. UPS DB
e. Emergency MCC
Accordingly bidder shall consider un-cabled feeder for above
systems in switchgear
2 II 4.3 & 2.0.0 22 of 222 2 nos. earth rod riser will be provided near FGD Customer to clarify the location of interconnection of
& 8 of switchgear building for interconnection of FGD area FGD below ground earth mat with existing earth mat
KALISINDH 1&3 196 earth mat with plant main earth grid. as both clause are contradictory Motors rated upto160 kW are LT motors
Earthing - FGD area earth mat shall be interconnected
with existing plant main earth mat near Chimney
3 II Power 3.7.2 / 3.9.0 9 of 196 To supply LT motors (rated up to 200 kW) and other loads, …. Bus sections Load factor for motors depends upon BKW & rated
Customer to clarify the cut off rating of HT & LT Motors
supply of PMCC output of motor. For intermittant loads, load factor will
KALISINDH 3 as both clause specify different rating of motors for LT
Motors rated upto160 kW : 415V, 50Hz be reviewed depending upon type of load, during
& HT consideration
detail engineering.
4 II 3.6 70 of 196 Please provide the load factor for continous & Quantity of Lighting Masts shall be decided by the
KALISINDH 3 intermittent loads required for sizing of LT Switchgear bidder and is subject to RRVUNL's approval during
detail enginnering.
5 II 3.10 5.10.0 126 of Lighting Masts Quantity of Lighting Masts shall be decided by the
Quantity of Lighting Masts may please be specified by customer or its
KALISINDH 3 194 bidder and is subject to RRVUNL's approval during
requirement shall be decided by the bidder
detail enginnering.
6 II 3.2.3 13 of 222 Aging factor for lead acid plante battery is 1 as per OEM. Kindly clarify Noted.
KALISINDH 1
7 II 3.7 3.3.0 99 of 196 For FGD area no DC drive of seal oil pump is applicable. Kindly clarify Noted.
KALISINDH 3
8 II 3.7 3.0.0 99 of 196 For sizing of battery minimum electrolyte temperature Minimum site ambient of -2.8 deg C shall be
KALISINDH 3
is required. Please specify considered
9 II 3.8 3.4.0 103 of SMPS based float cum boost charger Mostly SMPS based chargers are suitable for 24V & Please follow Tender Specfication
196 48V application. So SCR based charger shall be
KALISINDH 3
allowed in place of SMPS based charger fro 220V DC
application . Please confirm
10 II 3.10 3.2.0 122 of Lux Level in Control Room of 500 Lux is too high. Please review. Please follow Tender Specfication
KALISINDH 3
196
11 II 3.2.3 13 of 222 Addition of MIMIC, controls, indication Kindly provide details of existing control panel for Details of existing panel system will be provided to
addition of MIMIC, controls, indication in the existing the successful Bidder during detail engineering
KALISINDH 1
Mosaic Type Control panel for the two numbers 11kV
feeder extension
12 II 1.0.0, (i) 11 of 196 Extension of communication system in FGD area including communication Details of existing communication system will be
Please provide the details of existing communication system.
KALISINDH 3 cables provided to the successful Bidder during detail
Such as make, type (IP based/digital) etc
engineering

Page : 79 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
13 II Spare 3.11.0 11 of 196 For HT Switchgear/ 415V PMCC/MCC/DBs, 10% spare feeders with a "For HT Switchgear, 10% spare feeders with a
feeders minimum of one each of each type and rating shall be provided. minimum of one each of each type and rating shall be
Customer is requested to consider one highest rated motor feeder
provided.
and one highest rated transformer feeder (as applicable) as spare
feeder in HT switchgear due to layout constraint.
KALISINDH 3 For HT Switchgear, At least 20% of feeder modules
415V PMCC/MCC/DBs, 10% spare feeders with a minimum of one
covering the range of motors/ outgoing feeders used
each of each type and rating shall be provided.
subject to minimum of one module in each bus
Please confirm.
section shall be provided as spare."

14 II 3.13.4 12 of 196 For installation of two rows of HT switchgear or one row of HT and one row of Minimum clearance of 2500mm between HT or HT &LT front is Please follow Tender Specfication
KALISINDH 3 LT switchboard facing each other minimum clearance of 3000mm shall be kept as a standard practice in different thermal power plants.
maintained in between front boards Customer is requested to review the requirement again
15 II 3,1 3.6.3 71 of 196 The continuous current rating of the incomers/tie feeders/main bus bars of As already 10% margin has been taken in sizing of Please follow Tender Specfication
Power Cum Motor Control centre (PMCC) shall be based on the name plate transformer. 20% margin is too high for continuous rating of
KALISINDH 3 rating of the upstream transformer with 20% margin at design ambient incomers/tie/main bus bars of PMCC. Bidder recommends
condition, rounded off to next higher standard 10% margin instead of 20%.Customer is requested to review
rating unless specified otherwise the requirement again
16 II 3.10 6.14.0 131 of Wiring for lighting circuits of Normal AC system, Emergency AC System and Noted.
KALISINDH 3 Emergency AC lighting System in not required as per specification
196 DC system shall run in separate conduits
17 II Annex.15 110 of Electrical mandatory Spares As per Single line diagram of proposed FGD system (R1, Vol-
222 II, Section 6) there is no 11/3.3kV or 11/6.6kV transformer and
KALISINDH 1 therefore no NGR has been shown in the SLD. Hence, Noted.
mandatory spares for Nuetral grounding resistor is not
applicable.
18 II 3.11 3.28.0 136 of Cables shall be supplied in non-returnable steel drums of heavy construction.
194 All ferrous parts shall be treated with suitable rust protective finish or coating
to avoid rusting during transit and storage. The surface of the drum and the
outer most cable layer shall be covered with waterproof layer. Both the ends
of the cables Bidder understand that both wooden/Steel drums are allowed. Cables shall be supplied in non-returnable steel
KALISINDH 3
shall be properly sealed with heat shrinkable PVC/rubber caps, secured by Please confirm drums.
`U’ nails so as to eliminate ingress of water during transportation, storage and
erection. Wood preservative anti-termite treatment shall be applied to the
entire drum. Wooden drums shall comply with IS 10418

11 II 3.10 3.0.0 122 of DC operated LED lamps can remain continuously ON along with AC lighting As per market availability, DC LED fixture of reputed manufacturer is
KALISINDH 3 196 system. not available in market. Hence DC fixtures with CFL / Fluorescent Please follow Tender Specfication
lamp is considered
12 II 3.10 6.20.0 132 of Lighting circuits shall be routed in electrical metallic tubing ( EMT) for indoor Rigid conduits are considered for lighting circuits of indoor and
KALISINDH 3 Noted.
196 areas, rigid conduit for hazardous and outdoor areas outdoor areas in line with specification clause 5.13.0
1 II 2.2 4.13.0 6 of 19 PLC shall be provided for limestone handling system Lime and Gypsum handling system will be controlled from
KALISINDH 2 FGD control room through FGD DDCMIS only, please Control shall from FGD PLC/DDCMIS.
confirm
2 II 2.2 5.17.0, vi 12 of 19 Crusher shall be provided with vibration monitoring (VMS) Vibration monitoring (VMS) system has been considered
KALISINDH 2 Bid specification prevails
system for Crushers only.please confirm.
3 II 3.0 3.7.1 3.7.2 10 of 196 LT Motors Both the clauses are contradicting, Motors rated upto 200
Motors rated up to 160 kW shall be considered as LT
KALISINDH 3 and KW or 160 KW shall be considerd as LT Motors (415V
motors.
3.9.0 opetared
4 II 3.1 3.17.0 28 of 196 Leads of all simplex type motor winding RTDS and motor
bearing RTDS shall be wired up to respective switchgear
RTDS will be directly wired to PLC and tripping logic will be
KALISINDH 3 metering & protection compartment. From which one set of RTDS will be Bid specification prevails
generated in PLC
connected to numerical protection relay and another set shall be kept free for
PLC connectivity
5 II 3.0 3.13.1 12 of 196 Cable vault shall be provided for the Switchgear rooms &
KALISINDH 3
Control rooms
In the Electrical cum Control building of FGD, Cable
II 3.16 4.1.0 160 of In the plant building, switchgear rooms, control rooms etc., power and control Both the clauses are contradicting, Please clarify whether
vault shall be provided for the Switchgear rooms &
196 cables shall be laid on cable trays installed in concrete trenches, Overhead Cable Trench or cable Vault to be considered for MCC
Control rooms. In other auxiliary plant buildings, cable
KALISINDH 3 trays, cable rooms.
trench can be considered for MCC rooms.
vaults, cable shafts or along building and structures as the case may be.

6 II Annex 1.5 93 of 223 LIME STONE AND GYPSUM HANDLING


For LHP and GHP systems, Electrical and C&I Mandatory
List of
KALISINDH 1 Spares specified in Confirmed.
mandatory
Sl.no A to Q only are considered, please confirm.
spares
7 General Lime and Gypsum handling system cables will be routed through
Lime and Gypsum handling system cables shall be
KALISINDH Conveyor gallery; Separate Cable Trestle is not considered for the
routed through separate Cable Trestle
same. Please confirm
8 General Explosion/Flame Proof Type Electrical equipments
Explosion/Flame Proof Type Electrical and C&I items are not
KALISINDH shall be provided as per hazardous area
considered for Lime and Gypsum handling systems. Please confirm
classification.
9 General We have not considered any Control cabinets/panels/Desks ECP’s,
KALISINDH Bid specification prevails
MIMIC Panels for LHP&GHP Systems. Please confirm

Page : 80 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
10 II 3.2 3.0.0 32 of 194 ELECTRICAL ACTUATORS WITH INTEGRAL STARTERS Kindly clarify the location of Starters for LHP&GHP Flap
KALISINDH 3 gates, RPG Gates etc. whether to consider with integral Integral starters shall be considered.
starter or starter to be located in MCC
11 II 3.10 3.1.0 121 of Emergency DC Lighting in control rooms and critical areas. Kindly provide us the locations of LHP&GHP areas for providing Locations of LHP&GHP areas will be finalised during
KALISINDH 3
194 Emergency DC Lighting detail engineering
1 II 3.2.2 b) 12 of 222 Site levelling of the FGD as required Site in present condition will be handed over to the
contractor.

All required grading and leveling of the site shall be in


the scope of the contractor.

The scope of following works shall be included in


We understand that the earmarked area FGD/LHP/GHP is bidder's scope:
KALISINDH 1 already graded and only micro leveling/grading will be 1. Dismantling of any existing temporay/permanent
required. Please confirm structures
and clearing debris.
2. Slope protection
3. Cutting of trees
4. Diversion of any existing facilities/structures, nalla,
etc.
5. Disposal of stacked materials/equipments etc. if
any, located at proposed FGD area
2 II 3.2.2 12 of 223 Civil Scope Please provide us with Geotechnical survey data, borelog
KALISINDH 1 Refer Amendment-1.
details etc. of existing site.
3 II 2.2 4.10.0 5 of 19 Crushed Limestone shall be stored in two (2) nos. RCC bulk limestone silo IS:4995 codal stipulations will be followed by us for design
KALISINDH 2 Noted.
with 4 mm…………. of RCC Bulk Limestone silo. Please confirm
4 II 3.5 10 of 71 Control buildings : These shall be steel framed building with RCC roof and These shall be steel/RC framed building with RCC roof and floor.
KALISINDH 5 Noted and confirmed.
floor. Please confirm.
5 II 2.2 4.10.0 5 of 20 Crushed Limestone shall be stored in two (2) nos. RCC bulk limestone silo Please confirm whether paving is required around Bulk Limestone
Paving shall be provided around bulk limestone silo.
KALISINDH 2 with 4 mm…………. silos? If needed, then please provide us with minimum width of paving
Paving thickness shall be as per specification.
around the silos.
6 II 10 32 of 71 Roads Single lane roads shall be 4m wide with 1m wide
shoulder on both sides.
Please provide us with the width of rigid pavement roads
KALISINDH 5
and shoulders applicable for this project
Two lane roads shall be 7.5 m wide with 2.5 m wide
shoulder on both sides.
1 II 2.2 5.15.00 12 of 19 Hoods over the conveyor head pulleys shall be made of
KALISINDH 2
suitably stiffened minimum 2 mm M.S.
Please clarify which size of plate is to be considered by Bidder to follow Vol-II, Sec 2.2, Annex 2.2.1 / Sr.
2 II 2.2 Annex 2.2.1 15 of 19 Discharge Hoods over head pulleys:‐ 4 mm thk M.S. with rubber curtain
bidder. No.11/e, 16 of 20.
KALISINDH 2 / Sr. No.11/e

3 II 2.2 Annex 2.2.1 17 of 19 Deck plate:‐


Please confirm, whether it is to provided all over the length of
KALISINDH 2 / Sr. Min. 3.15 mm shall be provided at feeding point and discharge point. Bid specification prevails
conveyor.
No.15/m/ii)
4 II 2.2 Annex 2.2.1 17 of 19 Conveyor life: 7000 hrs (min) Bidder to consider the bearing life as follows:
KALISINDH 2 / Sr. Please clarify conveyor life, whether it is idler, belt or pulley?? a. Idler: 60000 hrs
No.15/n/iv) b. Pulley : 30000 hrs
5 II 2.2 5.12.00 10 of 19 Flap Gates As per flow diagram, flapgate is not required. Please clarify, where it is
KALISINDH 2 Flap gate is not required.
o be provided
6 II 2.2 5.13.00 11 of 19 Inline Suspended Magnetic Separators shall be provided for continuous and
As per bidder understanding, this is Inline magnetic seprator. Bider is
KALISINDH 2 automatic extraction and discharge of tramp magnetic pieces from limestone Noted.
not considering any suspended magnet. Please confirm
being discharged from conveyors as specified.
7 II 2.2 3.5.0 4 of 19 The conveyor shall discharge lime stone to surge hopper in crusher house. Limestone is coming through underground hopper, so again surge
The capacity of surge hopper shall be 10 min. storage of conveyor capacity. hopper is not required before scree, since it will not solve any purpose.
Also on considering surge hopper in crusher house, height of crusher
KALISINDH 2 Bid Specification prevails
house will go up and it will be difficult to achieve such height with 12
degree of conveyor inclination. Bidder request owner to consider
flapgate before screen. Please confirm
8 II 2.2 3.4.0 4 of 19 Vibrating screen feeder shall be provided at the outlet of
As per bidder understanding, specification is asked
KALISINDH 2 unloading hopper for extracting limestone and feed on the Bidder understanding is correct.
vibrating feeder below hopper. Please confirm.
conveyor
9 KALISINDH II 2 2.2 5.3.0 7 of 19 Idlers Please confirm bearing life. Bidder to consider idler bearling life 60000 hrs
10 II 2.2 5.3.0/e 7 of 19 Carrying idlers shall be placed at 500mm distance within the skirt board
KALISINDH 2 Carrying idler shall be place at 1000mm. Please confirm. Bid specification prevails
length apart from the feeding zone.
11 I 6 29 of 55 Auxiliary Power consumption Bidder isconsidering duty factor based on Limestone
conveyor running hrs of 8 Hr. So Duty factor will be
KALISINDH 4, SCC Confirmed.
8/24=0.33
Gypsum conveyor duty factor will be 1.0 Please confirm.
12 Plot plan
KALISINDH Please furnish autocad drawing of plot plan Shall be furnished during detail engineering

Page : 81 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
13 FCE‐1117155‐ME‐DWG‐PFD‐3440‐007 R00 Please clarify no of stream is t be considered for gypsum
KALISINDH 2 (1W+1S) streams shall be considered.
handling.
14 FCE‐1117155‐ME‐DWG‐PFD‐3440‐008 R00
As per flow diagram, there is not shown any vibrofeeder after 7 days As per specification, vibrofeeder or rotary feeder shall
KALISINDH
storage SILO. Please confirm whether It is to be considered or not be considered.
15 FCE‐1117155‐ME‐DWG‐PFD‐3440‐008 R00 Since crusher house will be constructed above ground, so DP ( drain
KALISINDH Bid Specification prevails
pump is not required ) . Please confirm.
16 General Please clarify, whether any dozer/ pay loader is to be considered by Dozer/ pay loader is in bidder scope for limestone
KALISINDH
bidder for limestone handling system. handling system.
17 General For gypsum/ gypsum storage shed Plain water dust suppression
KALISINDH Bid Specification prevails
system is to be considered by bidder. Please confirm
18 II 2.2 5.18.0 13 of 20 Dust Control System
KALISINDH 2 Dust Suppression System (cold fog type)
Location of spray : At hopper
Please clarify , whether Dust extraction system or dust suppression
19 II 2.2 3.1.1.0 4 of 20 Dust extraction system shall be provided at Underground
system is to be considered by bidder for hopper. Since both clause are Bidder to follow Vol.II, Sec 2.2, Cl 3.11.0, 4 of 20.
hopper shed, Crusher house & transfer points for minimizing the dust
contradictoty
KALISINDH 2 nuisance. It shall consist of suction hoods with dampers, ducting, bag filters
and fans with all accessories such as isolation/shut off gate, drive equipment,
rotary feeder, to make the system complete in all respects.
20 II 2.3 4.15.0 11 of 18 The gypsum cake from the belt filter will be discharged
Hopper is not required between gypsum belt filter and gypsum
through a hopper to a belt conveyor. The belt conveyor will transport the
conveyor. It will also increase bulding height unnecessarily. Since
gypsum to the gypsum storage shed.
KALISINDH 2 gypsum conveyor is discharging gypsum into the storage shed just Noted.
after the gypsum dewatering building. So Bidder is considering direct
feeding from belt filter to conveyor with hopper in between
21 II 2.3 5.20.0 13 of 20 Service Water System For small plant of LHP GHP, 3 No of working point at a
KALISINDH 2 No. of valves operated simultaneously : 6 nos. Bid Specification prevails
time is sufficient . Please confirm.
22 II 2.3 4.12.0 5 of 19 Bulk Limestone Silo / Day Limestone Silo shall have the
following accessories minimum.
Please clarify, whether dust extraction system of dust
KALISINDH 2 a) Unloading spout with all accessories such drive equipment, rotary feeder, Bidder to consider Dust extraction system.
suppression is to be provide at belt feeder. Please confirm.
limit switches, dust suppression unit etc for unloading limestone into belt
feeder.
23 II 2.3 R 18 of 18 WHEEL TYPE DOZER For gypsum storage, the capacity of dozer is very high.
KALISINDH 2 Engine Power HP Shall not be less than 416 HP Bidder recommends of minimum capacity of 300 FHP of Bid Specification prevails
BEML (BD30W‐1) or equivalent
24 II 2.2 5.21.0 13 of 19 The equipment to be covered shall include (but not limit to) all conveyor drive
units, all pulleys, in line magnetic separators, sampling units, various
Please clarify , whether any limestone sampling unit is required for
KALISINDH 2 DS/service Bid Specification prevails
Limestone handling system.
water/potable water pumps, gravity take up units, suspended magnet, Belt
drum at transfer houses /Silo floors etc
1 II 6.1.19 ( C ) 25 of 233 Oxidation Blowers:
Customer is requested to amend the clasue as follows.
Application:Wet Limestone based FGD application in
KALISINDH 1 "Wet Limestone based FGD application in Coal fired power plant or Bid specification prevails.
Coal fired power plant or any other process application
any other process application otherthan FGD"
2 II 6.1.5 (ii) 27 of 233 Incase, the bidder or proposed sub vendor is not a Customer is requested to modify the clause inline with NTPC FGD
manufacturer of proven Wet Limestone Grinding Mills as Tenders. Extract from NTPC latest tender is produced below.
per clause 6.1.1 (d) above, but have designed, "In case, the bidder or proposed sub vendor is not a manufacturer of
manufactured & supplied dry Grinding Ball Tube mills for proven Wet Limestone Grinding Mills as per clause 4.26.1 (c) above,
at least 500 MW pulverized coal fired power plant, the but have designed, manufactured & supplied dry Grinding Ball Tube
Bidder or the proposed sub-vendor can also mills for at least 500 MW pulverized coal fired power plant, the Bidder
manufacture Wet limestone Grinding Mills provided it or the proposed sub-vendor can also manufacture Wet limestone
has a licensing agreement with a Wet limestone Grinding Mills provided it has a licensing agreement with a Wet
Grinding mills manufacturer who meet the requirements limestone Grinding mills manufacturer who meet the requirements
KALISINDH 1 stipulated at clause 6.1.1(d) above for the Wet limestone stipulated at clause 4.26.1 (c) above for the Wet limestone Grinding Bid specification prevails.
Grinding mills and provides extended warranty of three mills and provides extended warranty of three (3) years for the Wet
(3) years for the Wet Limestone Grinding Mills. In such Limestone Grinding Mills. In addition, the Bidder shall be required to
a case Bidder shall provide an additional on demand furnish a letter of support from Collaborator(s) / Licensor / Technology
bank guarantee for INR 10 Million (Indian Rupees provider for successful performance of the
Ten Million only) for each project. equipment valid up to the end of defect liability period of the
contract as per the format enclosed in the bidding document, at
the time of placement of order on the approved sub-vendor."

3 II Annex-2.1.1 D (3) 23 of 24 Type:Single stage, integrally geared, single or dual vane


Type:Single stage/Multi Stage , integrally geared/Beam Type , single
centrifugal type oxidation blowers complete with integral
or dual vane or suction throttling centrifugal type oxidation blowers
gearbox, lube oil system, instrumentation and
KALISINDH 2 complete with integral gearbox/Separate gearbox , lube oil system, Bid specification prevails.
accessories. The blowers will be used for supplying a
instrumentation and accessories. The blowers will be used for
variable volume of air to the absorber reaction tank
supplying a variable volume of air to the absorber reaction tank

Page : 82 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
1 II 3,6 3.8.1 72 of 196 Incomers and bus sections of PMCCs shall be breaker
controlled. Outgoing feeders of PMCC shall be controlled
KALISINDH 3 by breakers / moulded case circuit breakers (MCCBs)
/Motor protection circuit breakers (MPCBs) /contactors Incomers and outgoings in SL. No. 1&2 has indicated SCPD (short
depending on their ratings /applications circuit protection device) as MPCB/MCCB as per rating and
2 II 3,6 3.8.2 72 of 196 Incomers and bus sections (if applicable) of MCCs shall applications however in SL. No. 3 , SFU is indicated belo 400A. Kindly Incomers feeders & outgoing feeders rated up to and
KALISINDH 3 be breaker controlled.Outgoing feeders of MCCs shall be clarify whether MPCB/MCCB OR SFU to be condidered as SCPD including 400A shall be MCCB/MPCB controlled.
controlled by MCCBs / contactors / applications (short circuit protection device) for moter feeders and Outgoing
3 II 3,6 3.8.3 72 of 196 Incomers feeders & outgoing feeders rated up to and feeders(Non-motor feeders).
including 400A shall be switch fuse controlled. Above
KALISINDH 3
400 A, all incomers and outgoing feeders shall be
breaker (ACB) controlled
4 II 3,6 4.1.6 73 of 196 Working height shall be limited between 200mm and
KALISINDH 3 1800mm. However, for MCC modules minimum height We propose working height shall be limited
shall be limited to 400mm.. between 200mm and 2000mm. However, for
Please follow tender specification
5 II 3,6 4.2.11 76 of 196 The arrangement of the feeders shall ensure that MCC modules minimum height shall be limited to
KALISINDH 3 operating handle of the switch/breaker shall be above 300mm
350mm but below 1800mm from finished floor level.
6 II 3,6 4.1.15 75 of 196 At least 20% of feeder modules covering the range of 20% or min 1 no. spare feeders will be as per below:-
motors/ outgoing feeders used subject to minimum of a. Unidirectional and Bidirectional motor feeder: Spare feeders based
one module in each bus section shall be provided as on physical size of the module.b. Supply feeders: Based on
KALISINDH 3 Please follow tender specification
spare. SFU/MCCB rating. c. No spare breaker (ACB) feeder (OGs)
shall be provided except outgoing motor feeder. d.No spare feeders
shall be provided for Incomer/Bus coupler .
1 II 3.2.3 3 of 222 Extension of bus bars by providing additional feeders at (1) We shall be offering MV Switchgear of BHEL
1) Noted and is subject to RRUVNL approval during
KALISINDH 1 existing 11 kV Unit Switchgear located in the main plant make only. The extension panels required for existing
detail engineering.
building Switchboards shall be joined using BHEL make
2 II 3.7.1 9 of 196 HT power supply for FGD shall be provided from Owner’s adaptor panels, which shall be included in our offer. 2) Details of existing switchgear will be provided to
unit switchgear located in the switchgear room of Power house building, by (2) Customer is requested to confirm the Make & the successful Bidder during detail engineering
KALISINDH 3
extending the bus bars and providing additional feeders, for feeding FGD furnish the GA, Layout, scheme drawings of existing
switchgear switchgear, to enable us to ascertain the extension
1 II 3.18 3.13.0 178 of Diesel engine shall be directly coupled to a generator, We propose to place DG set with acoustic enclosure outdoor. DG Please follow tender specification
KALISINDH 3 196 mounted on a common steel base and installed in the Control panels shall be located inside the enclosure and fuel tanks
DG room. shall be located outside
2 II 3.18 3.17.0 179 of The DG breaker shall be normally open and the DG I/C Please follow tender specification
We propose to connect the alternator to DG I/C in EMCC through
KALISINDH 3 196 breaker to emergency MCC shall also be in open.
cables. Hence a separate breaker in DG AMF Panel is not required
3 II 3.18 3.30.1 184 of The DC supply required for startup of prime mover, Please follow tender specification
196 relays, controls, annunciation.circuits etc. shall be
provided by a DC system consisting of 2X100% battery 1 set of battery and battery charger shall be enough for engine starting
KALISINDH 3 and 2X100% float cum boost charger of suitable capacity requirement. DG Control panel supply shall be on 220 V DC.
for each DG set separately. The battery shall be sized for
one hour load cycle

4 II 3.18 3.31.3 184 of 6 Nos. duplex or 12 nos. simplex RTDs in stator windings We propose to offer 2 nos simplex type RTD per phase in stator Please follow tender specification
KALISINDH 3
196 windings as the same shall be sufficient for the requirements.
5 II 3.18 3.31.10 185 of DG sets rated 1000KVA and above shall be connected Please follow tender specification
We propose to connect the alternator to DG I/C in EMCC through
KALISINDH 3 196 through non segregated.phase bus duct to the respective
cables. Hence a separate breaker in DG AMF Panel is not required.
AMF panel. Busduct entry shall be from the top.
6 II 3.18 4.0.0 192 of Final shade shall be ONAN green for engine, generator The paint shade of engine , generator and fuel tank shall be as per Please follow tender specification
KALISINDH 3
196 and fuel tank. manufacturer standards

The seal air fan for motorized guillotine type dampers is not
considered, as the seal air system is not needed by guillotine type
All type of dampers shall be provided with 2x100% pressurization fans to
1 ii 2 2.1 5.3.2 9 of 25 damper. Bid specification prevails
achieve 100% sealing efficiency
Common Seal Air fan system shall be considered for Biplane
dampers.
As per bidder's vendor proven practice the highest possible efficiency
Both fans shall operate with highest possible
Both fans shall operate with highest possible efficiency which shall be nearly both at the Guarantee point flow and test block points for booster fan
2 ii 2 2.1 5.4.0 13 of 25 efficiency which shall be nearly equal at the
equal at the Guarantee point flow and test block points. may not be guaranteed. Since there is a big difference between the
Guarantee point flow points.
required parameters of test block points and Guarantee point
4 Nos. (2W+2S) Slurry Recirculation pumps and 2x100% Gypsum/Slurry
3 ii 1 3.2.1 10 of 222 The number. of spray levels depends on the technology aspects. Also
Bleed pumps for each absorber.
stand-by Recirculation pumps shall be as per the clause no. 5.1.0 of Noted.
Alternatively, the Bidder may offer a spare spray level with each spray level
4 ii 2 2.1 5.1.0 4 of 25 Vol II, Section 2.
served by an independent 100% capacity pump.
4 Nos. (2W+2S) Slurry Recirculation pumps and 2x100% Gypsum/Slurry We shall consider Gypsum Slurry bleed pumps to empty Absorber
5 ii 1 3.2.1, I) 10 of 222 Noted.
Bleed pumps for each absorber. during emergency.

Page : 83 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Inter-connecting pipes/cables between various facilities of FGD plant shall be
6 ii 2 2.3 4.16.0 12 of 18 routed on the steel trestles to be provided by the Contractor. The clear head
room for the same shall be minimum 8 M. we are envisaging 7 M clear head room across road crossing and Bidder to follow Vol.II, Section 2 Sec.2.8 Piping and
2.3M clear in other areas.. Valves Specialities, CL 3.0.0, 4 of 11.
Overhead piping/ Ducting is to have a minimum vertical clearance of 3 metres
7 ii 2 2.8 3.0.0 4 of 11
above walkways and working areas and 7 meters above roadways.

Steel flue with corrosion resistant C-276 alloy / Alloy As we propose to use alternative solution of Borosilicate glass blocks
8 ii 1 3.2.1 , C) 10 of 222 Refer Amendment-1
59 over 8 mm thick(minimum) mild steel base metal of flue liner or 2mm thk titanium lining over 8mm thk MS for wet stack lining.
II Request to provide Geotechnical investigation report for FGD Area for
9 1 3.2.2, a) 10 of 222 Geotechnical investigation Refer Amendment-1.
estimation.

Site in present condition will be handed over to the


contractor.

All required grading and leveling of the site shall be in


the scope of the contractor.

The scope of following works shall be included in


Only mico Grading (+/-)100 MM shall only be considered for FGD bidder's scope:
10 ii 1 3.2.2, b) 10 of 222 Site levelling of the FGD area as required
Area. 1. Dismantling of any existing temporay/permanent
structures and clearing debris.
2. Slope protection
3. Cutting of trees
4. Diversion of any existing facilities/structures, nalla,
etc.
5. Disposal of stacked materials/equipments etc. if
any, located at proposed FGD area

Request to provide the detail drawing of the existing underground


11 ii 1 3.2.2, C) 10 of 222 existing below ground structures, Bidder to visit the site and get required information.
structures, pipes etc. in the proposed FGD Area.
Necessary pipe rack/ cable rack to route the piping and cables among FGD we shall route the pipes/ cables on the existing pipe rack wherever
12 ii 1 3.2.1, v) 10 of 222 Bidder understanding is correct.
systems, Reagent preparation plants and boiler there is no possibility of providing the support.
We shall provide supporting documents for MOEF Clearance. But
13 ii 1 3.2.1, gg) 10 of 222 MoEF clearance for SO2 abatement. Bid specification prevails
necessary approvals will be part of Client Scope.
14 ii 1 3.2.4,g) 10 of 222 CCTV system Request to provide the QTY of CCTVs to be considered for FGD Area. 20 nos. for each unit shall be considered.
We consider the reactive CaCO3 as 79% for design and 89% for
15 ii 1 3.2.4,g) 10 of 222 DESIGN LIMESTONE ANALYSIS Bid specification prevails
guarantee and reactive MgO as 0% for all the calculations.
The complete absorber vessel (absorber oxidation tank, absorber …….
The Bidder proposes wall papering with Alloy of minimum 2 mm
16 ii 2 2.1 5.1.0 5 of 25 explosion bonding or hot rolling, having…... Bid specification prevails
thickness instead of cladding for chimney (only if applicable)
minimum 7 mm thick carbon steel as base material
We will request you to consider the fact that Plant O&M comprises of
Bidder must comply for O & M for five (05) years with specified very different nature of work compared to EPC job. Hence as an EPC
17 ii 1 3.1 7 of 222 Bid specification prevails
payment philosophy. company we request you to kindly exclude 5 years O&M from the EPC
Bidder’s scope. Please confirm
The ducts from Absorber outlet to stack shall be made of Carbon steel of
The Bidder proposes wall papering with Alloy of minimum 2 mm
18 ii 2 2.1 5.2.0 8 of 25 minimum 7 mm thickness cladded with 2mm (minimum) thickness Alloy Bid specification prevails
thickness instead of cladding.
C276/Alloy 59.
We recommend ME made of PP (Polypropylene) as per
19 ii 2 2.1 6.7.0 19 of 25 Three stage ME made of polysulphone or stainless steel…. manufacturer’s standard and proven practice and which are installed in Bid specification prevails
many FGD plants around the world and performing well.
Density and PH measurement will be situated in recirculation line from
ANNEX – Provision of Online pH meter, Density meter, Level, Temperature in the Slurry
20 ii 2 2.1 23 of 25 gypsum bleed pumps to absorber. PH and Density measurement in Bid specification prevails
2.1.1 Sump
the absorber sump not possible.
Cake washing and Cloth washing will by clarified water only and not be
21 ii 2 2.1 & 2.3 4.9.0 8 of 18 Filtrate water provided for wash water requirements of belt filter. Bid specification prevails
filtrate water.
n-1 number of agitators is sufficient to avoid the slurry settlement in the
Bidder clarifies that the agitators will be designed for (N-1) clause for a
22 ii 2 2.1 5.1.0 6 of 25 absorber tank in case of one agitator under breakdown (n-total no. of working Bid specification prevails
short duration occurs during maintenance of Agitators.
agitators).
The headroom of 2200 mm mentioned for Mist eliminator is based on
Roof type arrangement;
23 ii 2 2.1 6.7.0 20 of 25 The headroom shall have a height of more than 2200 mm Bid specification prevails
However bidder clarifies that minimum headroom of 1500 mm will be
provided (Similar to Spray bank header distance) for flat type Mist
eliminator design.

Page : 84 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

The walkway of 300 mm wide mentioned for Mist eliminator is based


on Roof type arrangement;
The mist eliminator support beams shall be designed to act as maintenance
24 ii 2 2.1 6.7.0 20 of 25 walkways approximately 300 mm wide and shall allow for a minimum 500 Bid specification prevails
However bidder clarifies that there will not be any specific walkway &
Kg/m2 load
the complete mist eleminator modules shall be used for handling /
walking for flat type Mist eliminator design.

Steel flue with corrosion resistant C-276 alloy / Alloy The Bidder proposes wall papering with Alloy of minimum 2 mm
25 ii 1 3.2.1 , C) 10 of 222 Bid specification prevails
59 over 8 mm thick(minimum) mild steel base metal of flue liner thickness instead of cladding for chimney (only if applicable)

The mist eliminator wash piping / header shall be constructed of rubber lined We recommend wash piping / header made of PP as this is the proven
26 ii 2 2.1 6.7.0 20 of 25 Bid specification prevails
carbon steel or glass fiber reinforced plastics. practice of the Contractor. Client to kindly accept the proposal.
FCE- All the schemes are tentative only and finalisation of schemes along
1117155- 841 of with instruments and valves shall be during detail engineering stage as Bidder understanding is correct.
27 ii Scheme of FGD Absorber system
ME-DWG- 957 per technology partner process requirements.
PFD-3440-
For double stream conveyor gallery, two side and one central walkway of
width 800 mm and 1100 mm respectively shall be provided. The width of two We would propose to have a walkway width of 1000mm instead of
28 ii 5 3.2 8 of 71 Bid specification prevails
side walkways for single stream conveyor gallery shall be 800 mm and 1100 1100mm.
mm respectively.
Gypsum Storage Shed grade level Heavy duty paving shall be provided We do not envisage any paving in the area. As after the frequent
29 ii 5 3.7 11 of 71 Bid specification prevails
inside the shed. vechler movement the gypsum shall itself act as hard surface.
Booster Fan foundations shall be RCC block foundation directly resting on
30 ii 5 3.13 11 of 71
virgin soil / pile below Ground level. we are not envisaging any vibration isolation system for limestone Bidder to follow Vol. II, Section 1 General Technical
Vibration isolation system for Limestone crushers and Booster fans and crushers and booster fans Specification, 3.2.1 x), 11 of 222.
31 ii 1 3.2.1 x) 11 of 222
further detailed in Civil specification
As the clean gas leaving the absorber is less that 60 deg C. so there is
32 ii 5 3.14.8 18of 71 Thermal insulation (Applicable in case of C-276 / Alloy 59 Flue Liner) Bid specification prevails
no need of Thermal insulation for wet stack
Contractor’s scope shall also include construction of necessary culverts under we do not envisage any culverts under the rail lines / roads as per
33 ii 5 4.1 23of 71 the rail lines / roads as per railway / I. R. C. standards and approval of railway / I. R. C. standards and approval of Railway culverts from Bid specification prevails
Railway culverts from concern Railway authorities. concern Railway authorities in bidder scope of work.
The finished top (crest) of all roads shall be 350 mm above the surrounding
34 ii 5 10 32of 71 all roads shall be 200mm above the surrounding finished ground level. Bid specification prevails
finished ground level.
Single lane roads shall be 4m wide with 1m wide
shoulder on both sides.
35 ii 5 10 32of 71 Road width & shoulders etc. Please clarify the scope for roads and details to be considered .
Two lane roads shall be 7.5 m wide with 2.5 m wide
shoulder on both sides.
36 ii 5 18 43of 71 RCC paving Please clarify the areas were RCC paving to be done. For all process buildings.
The contractor shall demonstrate that the purity of the gypsum produced shall
not be less than 90%, chloride content shall not be more than 100ppm and The gypsum purity of 90% can be demonstrated at guaranteed lime
37 ii 1 19.1.5.2 74 of 222 Bid specification prevails
the moisture content shall not be more than 10% for the range of specified stone quality of 89% purity.
coal(s) and limestone.
Fire water shall be tapped off from the existing fire water pumping system for Fire water shall be tapped off from the existing nearest fire network Bidder shall visit the site and get the required
38 ii 2 2.6 4.0.0 5 of 23
the fire water ring main network. header. information.
As there will be local control room for FGD we do not envisage Inert Noted.
39 ii 2 2.6 4.5.0 9 of 23 Inert gas extinguishing system Gas extinguishing system. We shall provide alarm system with
portable fire extinguishers.
Type of valve Manual or pneumatic or motorised shall be decided by Noted. Subject to approval of Owner during detail
40 General P&ID Drawings
using technology partner process requirements. engg stage.
Request to provide AutoCAD copy of Layout to carry out FGD layout Shall be furnished during detail engineering
41 General Plot plan
preparation.
We have not considered any Dust suppression system for Limestone Noted and confirmed.
42 General Dust suppression system
& Gypsum conveying system.

Scope of Work
Separate wet chimney of 150m height for each unit / a single twin-flue wet
30 II 1 3.2 c 10 of 222 chimney of 150 m height common for both units, designed as per EPRI Bidder request to consider BoroSilicate lining for Wet Chimney Refer Amendment-1.
guideline with RCC shell, steel flue with corrosion resistant C-276 alloy / Alloy
59 over 8 mm thick(minimum) mild steel base metal of flue liner

Three stage chevron type Mist Eliminators (ME) made of Polysulfone or Bidder request to consider Polypropelene also as MOC for Mist
31 II 2 6.7.0 19 of 25 Bidder specification prevails
stainless steel shall be provided at the exit of the absorber Eliminators

Page : 85 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

Bidder needs clarity on Waste water treatment


Provision to correct the pH of the waste water by lime dosing shall be
provided and the effluent shall be discharged once desired pH is achieved. A Bidder understand that only pH correction is envisaged and no other
32 II 2 2.3 4.10.0 9 of 18 Bidder specification prevails
pH monitor shall be provided at the discharge of the pumps for measurement water treatment is envisaged in waste water treatment plant.
and control.
Customer to confirm the bidder understanding.

Supply and installation of lining material as necessary in the existing duct is Bidder understands that there is no requirement of lining in the existing
1 II 1 3.2.1 a) 9 of 222 Bidder specification prevails.
also in bidder’s scope. duct. Owner is requested to confirm bidder’s understanding.
Separate wet chimney of 150m height for each unit / a single twin-flue wet
chimney of 150 m height common for both units, designed as per EPRI
2 II 1 3.2.1 c) 10 of 222 Kindly also consider Titanium Gr. II as lining material for chimney flue. Refer Amendment-1
guideline with RCC shell, steel flue with corrosion resistant C-276 alloy /
Alloy59
4 Nos. (2W+2S) Slurry Recirculation pumps and 2x100% Gypsum/Slurry
Bleed pumps for each absorber.
10 of 222
3.2.1 i) In case the Bidder offers an absorber with multiple levels of spray nozzles,
Bidder has considered no. of RC pumps as per cl. no. 5.1.0 as n+1,
3 II 1 each spray level shall be provided with independent 2x100% pumps. Bidder specification prevails.
where n is the no. of working pumps. Kindly confirm.
5.1.0, A ii) Alternatively, the Bidder may offer a spare spray level with each spray level
4 of 25
served by an
independent 100% capacity pump.

One number common stack drain condensate system for both the 660 MW
units comprising of condensate tank to hold 12 hrs of stack condensate with
Bidder request owner to also give option to directly route the stack
suitable chemical storage and dosing system for neutralization, and 2x100%
4 II 1 3.2.1 q) 11 of 222 drain to the absorber through gravity without collecting into a Refer Amendment-1
transfer pumps for transferring the neutralized condensate to the existing
condensate tank and further pumping to absorber.
ETP/CMB. Provision shall be given for pumping the condensate to the
absorber with suitable pumps (2x100%), piping.
Fire water for hydrant system- Main Header will be available at one point near
Bidder shall visit the site and get the required
5 II 1 4.1 h) 22 of 222 the FGD area and Preparation Plant area. Installation of Fire Water Pumps (if Kindly provide the terminal point pressure for fire hydrant system
information.
applicable) shall be in the scope of the FGD supplier.
Kindly also identify the TP for clarified cooling water that will be used in Bidder shall visit the site and get the required
6 II 1 4.1 22 of 222 The available utility parameters at the terminal points are listed below:
the secondary circuit. information.
Bidder wish to inform that given limestone consumption limit can be
met only when the calculation is done by considering input from the
tender as ‘Sulphur content and coal flow rate’.

Limestone consumption calculation can also be done by taking input


as ‘SO2 concentration and flue gas flow rate’, and in this case the lime
7 II 1 19.2.13 80 of 222 Lime stone consumption <7.0 TPH consumption will be around 10 tph. Bidder specification prevails.

So, in order to guarantee the specified limestone consumption, bidder


will consider the 1st method based on Sulphur content in coal and
accordingly ignore the SO2 concentration specified in the tender.
Kindly clarify or confirm bidder’s assumption.

Kindly clarify whether Chinese codes and standards are allowed or


8 II 2 2.0.0 1 of 25 CODES AND STANDARDS Bid Specificaiton prevails
not.
Flue gas duct inlet to FGD shall be sized for flue gas flow mentioned in
9 II 2 6.0.0 4 of 25 The duct shall be sized for 30 % to 150 % of the rated flow. Confirmed
the design case as 893.2 Nm3/s. Kindly clarify or confirm.
Storage capacity of 24 hrs is too high. Four(4) hrs storage of process
xiii) Process water tanks with a capacity of 24 hrs requirement of FGD
10 II 2 5.1.0, xiii 6 of 25 water is sufficient and normally adopted in all FGD plants. Kindly Bidder specification prevails.
system shall be provided. The tank level shall be controlled by control valve.
confirm.
Bidder recommends the max. flue gas velocity allowed for absorber
4. Maximum flue gas velocity through sizing shall be 4 m/s.
11 II 2 5.2.0, xiii 7 of 25 the Absorber (M/sec): Not more than 3.0 m/s at Design Point Conditions Higher flue gas velocity has advantages of better efficiency and more Refer Amendment-1
economical design.

The ducts from Absorber outlet to stack shall be made of Carbon steel of
Additionaly, cladding material for treated flue gas duct shall be
12 II 2 5.2.0, xiii 8 of 25 minimum 7mm thickness cladded with 2mm (minimum) thickness Alloy Bidder specification prevails.
Titanium Gr. II. Kindly confirm.
C276/Alloy 59.
The seal material shall be high nickel alloy
equivalent or better than haste alloy C-276 (ASTM B575, UNS 10276) or As bypass duct handle untreated flue gas, so C-276 seal is not
13 II 2 5.3.5, a 10 of 25 Bidder specification prevails.
Inconel 625 required and SS seal will suffice the requirement. Kindly confirm.

Page : 86 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
5. Dampers at the Outlet Duct of
FGD; There is no requirement of damper at the absorber outlet. It will just
14 II 2 Annex 2.1.1 24 of 25 Noted.
Multi louver damper (Motor Operated) add cost and pressure drop. Kindly review and remove this damper.

FGD PLC system shall be provided with one no. Operator station (24” LED
FGD PLC system shall be provided with one no. Operator station (24” LED
monitor), one no. Operator cum Engineering station (24” LED monitor) with
one no. A3 colour laser printer in the FGD local control room. Also one no. Bidder is requested to consider as per plot plan. All
.Bidder requested to indicate tentative route length from FGD Control
15 II 1 3.2.4 b) 14 of 222 operator station with 80” LED monitor shall be provided in the FGD local necessary cable engineering shall be under the scope
room to Main Control room.
control room. of bidder. Also, Bidder to visit site.
One no. operation station (24” LED monitor) for FGD along with A4 Colour
laser printer shall be provided in the Central Control Room for monitoring.

Bidder shall also consider necessary preparation / modification of logics and


graphics in the respective Plant DDCMIS due to the inclusion of FGD .Bidder requested to exclude modification of existing system of
Bid Specification prevails.
systems to the plant. Necessary field and DCS expert to perform this function DDCMIS as it is specific to the particular make. If select separate
shall also be hired and necessary work shall also be included in the scope of make of PLC System for FGD System w.r.t to the existing make of
16 II 1 3.2.4 f) 15 of 222 Bidder shall consider all necessary hardware/software
work of bidder. DDCMIS then different vendor to engage for modification of existing
and all required modification in existing DDCMIS due
This work shall be performed till satisfactory to owner and successful handing DDCMIS system. So, Bidder requested to exclude the same from
to the inclusion of FGD.
over of the plant scope of work.

CCTV system shall be provided with Operating station at FGD control room
for CCTV monitoring. FGD CCTV system shall be interfaced with the Bidder requested to indicate existing CCTV Make and Model no. Bidder to visit site and get the required inputs from
17 II 1 3.2.4 g) 15 of 222
respective existing plant CCTV system located in the respective unit CCR if details. the owner.
necessary without any commercial implications
Bidder understand that cable termination of Equip supplied by FGD
. Supply, laying, glanding and termination of all cables between:
supplier under bidders cope and cable termination at 3rd party The same shall be decided during detail engineering
18 II 1 3.2.4 m) (i) 15 of 222 i. Power, Control, Instrumentation / Core cables & special cables: Where any
equipment shall be done under the supervision of 3rd party equipment with the OWNER.
one end equipment/ instruments/ items are in their scope
supplier.
Training of Purchasers engineering personnel for PLC programming, trouble Bidder requested to indicate training details i.e. duration, no. of
19 II 1 3.2.4 (u) 15 of 222
shooting, graphic and logic development personnel, theoretical and practical class room training. Will be discussed during detailed engineering
Mandatory spares in Sec 4 shall be considered.
1112 of Bidder indicated that Mandatory spares list of Control &
CONTROL AND INSTRUMENTATION Mandatory Spare list & Mandatory For the auxiliary packages mandatory spares list in
20 II 1&4 Annex 1.5 15.0.0 222 & Instrumentation is appearing in under both clauses. Bidder requested
Spare list of Control & Instrumentation section. Sec 1 shall be considered.
183/186 to know which shall be considered.

The design of the control systems and related equipment shall adhere to the
principle of “fail safe” operation at all system level. “Fail Safe Operation”
Bidder understand that SIL certified PLC and Non-SIL PLC I/O module
21 II 4 4.9.1 21 of 186 signifies that the loss of signal, loss of power or failure of any component will Bid Specification prevails.
is acceptable. Please confirm.
not cause a hazardous condition and at the same time prevent occurrence of
false trips.

To ensure smooth and optimal maintenance easy interchangeability and


efficient spare parts management of various C&I instruments/equipment,
uniformity shall be maintained in all 4-20mA electronic transmitters/ Bidder requested to indicate existing C&I instrument/equipment details Bidder to visit site and get the required inputs from
22 II 4 4.12.0 23 of 186
transducers, control hardware, control valves, actuators and other to maintain uniformity across plat for spare inventory purpose. the owner during detail engineering.
instruments/ local devices etc. being furnished by the Bidder. The Bidder shall
ensure that they are of the same make, series and family of hardware.
5.5.1, Point Functional Safety – Safety Instrumented System for Process Sector – IEC Bidder understand that SIL certified PLC & IO modules not required for
23 II 4 30 of 186 Bid Specification prevails.
No.2 –61151 FGD Project.
Bidder understand that FGD is a safe area normal instrument
24 II 4 5.5.8 31 of 186 Apparatus, enclosures and installation practices in hazardous areas Bid Specification prevails.
enclosure shall be used. Please confirm.
Safety related Instrumentation and Control shall be designed with a failsafe Bidder understand that SIL certified PLC & IO modules not required for
25 II 4 6.3.0.11(g) 37 of 186 Bid Specification prevails.
made. FGD Project. Please confirm.
The PLC shall be provided with the capacity and capability to handle either
10% additional modules for each type of modules or 10% over and above the
specified number of modules connected to the system bus without any
additional hardware or software requirements. These additions shall not result
Bidder shall consider 10% additional modules for
in decrease in system response time (i.e. control response time, display
Bidder requested to explain these clauses. Bidder understand that each type of modules and in addition to this 10% or
6.19.1 & response time, SOE resolutions etc.).
26 II 4 48 of 186 total 20% spare card of each module need to be considered. Please minimum one no. extra assigned complete spare
6.19.4
confirm. cards (whichever is more) fully wired mounted in the
In addition to this 10% or minimum one no. extra assigned complete spare
cabinets for each type of I/O modules
cards (whichever is more) fully wired mounted in the cabinets for each type of
I/O modules shall also to be provided. The spare channel and cards shall be
fully wired up to termination cabinets

Bidder requested whether it will be 27” or 24” as HMI Monitor size is


27 II 4 9.4.1 76 of 186 Server Cum Operation station Unit----- LED based 24” sized Monitors. 27” HMI monitor shall be considered.
considered 27”.Please confirm.

Page : 87 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

100 of Bidder understand that FGD is safe area explosion proof enclosure will
28 II 4 10.3.16 Housing : IP-65 (Explosion proof for NEC Class-1, Division 1 Bid Specification prevails.
186 not be applicable. Please confirm.

Bidder indicated that 4 wire in addition to 2 wire is also acceptable.


101 of
29 II 4 10.3.17 Type : ULTRA SONIC, 2-wired Bidder also understand that clamp-on type ultrasonic flowmeter is also Bid Specification prevails.
186
acceptable. Please confirm.

Electromagnetic flow meters shall have separate transmitter having accuracy


±0.2% with zero stability feature, electrode material SS-316, liner material
102 of Teflon and enclosure IP65, local digital display, 4-20 mA output HART signal Bidder understand that electrode material ss316 & linear material
30 II 4 10.3.19 Bid Specification prevails.
186 with zero and span field adjustable. Application – DM Water and for other Teflon is acceptable for slurry application. Please confirm.
application as decided by owner.

All valves shall be of globe / Butterfly body design & straightaway pattern with
single or double port, unless otherwise specified or recommended by the
102 of Bidder understand that rotary plug/pinch valve shall be acceptable for
31 II 4 10.4.3 manufacturer to be of angle body type. Rotary valve may alternatively be Bid Specification prevails.
186 slurry line application. Please confirm.
offered when pressure and pressure drops permit.

121 of Bidder indicate that Annubar/Sapbar/Krellbar flow element is


32 II 4 10.5.0 Flow Elements: Bid Specification prevails.
186 acceptable for Flow measurement of Flue gas.

PLC shall be supplied with independent redundant UPS power supply, all
system devices requiring 24V/48V DC power shall be arranged by bidder by
providing 100% parallel redundant with automatic change over 240V AC UPS
to 24/48V DC converter. AC to DC convertor shall be SMPS based and shall
Bidder understand that parallel ups with common battery bank is
181 of have wide range of AC/DC input voltage (85-264 V AC & 90-350 VDC). It 2X100% battery bank shall be provided for UPS
33 II 4 4.3.0(B) acceptable. Please furnish UPS Specification details indicating battery
186 shall have the necessary diagnostic functions like indications for DC OK, system for each FGD Unit
type and battery back-up time etc.
automatic overload monitoring etc. The MTBF for the power supplies shall not
be less than 500,000 hours (in Accordance with (IEC – 1709). UPS and
battery bank for FGD plant shall be separate and the same shall be in Bidders
scope. Alarm for any disturbance in UPS system shall be in PLC system

Bidder shall also guarantee supply of spares for at least 15 (Fifteen) years Bidder indicated that guarantee for 15 years for automation equipment
after commissioning of the plant. In case of future upgradation of a product in is not possible due to dynamic change and upgradation of automation
34 II 4 4.1.8 15 of 186 Bid Specification prevails.
terms of hardware, bidder shall remain committed to upgrade the supplied system and OEMs are also not accepting the same. Bidder request to
system you to check this clause again.
181 of Bidder requested to indicate training details i.e. duration, no. of
35 II 4 14.7.0 Training Shall be decided during detail engineering.
186 personnel, theoretical and practical class room training.
Bidder indicated that Rittal provides RAL 7035 instead of RAL 7032 as
150 of -------Exterior colour shall be as per shade no. RAL 7032 and Interior colour
36 II 4 13.2.1 per RITTAL Standard and Rittal is also indicated in the preferred Bid Specification prevails.
186 shall be Brilliant white.
make list of TS. Please check and confirm.

Bid specification prevails


General Complete scope of Dismantling/ Demolition or modification of existing Bidder requests Owner to consider the dismantling / demolition or
1 CHHABRA II 1 Technical 3.1 o) 10 facility if required for the project implementation. Bidder to identify such modification of existing facility, if required for the project
Specification requirement during pre-bid stage and consult with Owner implementation in Owner's scope.
Bidder requests Owner to accept borosilicate lining in addition to Refer Amendment-1
Separate wet chimney of 150m height for each unit / a single twin-flue wet corrosion resistant C-276 alloy / Alloy 59.
chimney of 150 m height common for both units, designed as per EPRI Also, for the top flue liner above the roof slab, bidder requests
guideline with RCC shell, steel flue with internal corrosion resistant C-276 Owner to accept Titanium grade II in addition to C276/Alloy 59 of
General alloy minimum 10 mm thickness. The flue gas velocity inside chimney
2 CHHABRA II 1 Technical 3.2.1 c) 11 / Alloy 59 over 8 mm thick(minimum) mild steel base metal of flue liner. The shall be as per EPRI guideline for the lining material considered.
Specification flue shall have external insulation suitably to avoid condensation of the
saturated flue gas. The top flue liner above the roof slab shall be made of
solid C276/Alloy 59 of minimum 10 mm thickness. The flue gas velocity
inside chimney shall be <16.8 m/s for C276-Alloy 59 lining.

2 Common Limestone conveying system including 2x100% Limestone Bidder proposes to consider the MOC of bulk limestone storage silo as Bid specification prevails
3 CHHABRA II 2.2 3.2.1 d) 12 Crushers & Screens, Crushed limestone silos (2 Nos. RCC bulk limestone MS.
storage silos, 2 Nos. MS Day limestone silos) & Mills
Crushed Limestone shall be stored in two (2) nos. RCC bulk limestone silo
with 4 mm thick SS304 lining in the complete cones. Silo shall be sized to
4 CHHABRA II 1 4.10.0 257
meet the Seven (7) days requirement of 2x660 MW units for 100% Gas
Treatment at design efficiency.

Page : 88 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
2 Common 2 Nos. (2x100%) Waste water pumps and its piping for Bidder proposes to remove the ZLD requirement as the waste water Waste water is to be discharged after neutralization to
5 CHHABRA II 2.3 3.2.1 g) 12 discharging into the RO based Zero liquid discharge (ZLD) plant by Bidder. generated from WFGD is in less quantity. However, lime neutralization existing ETP/CMB.
shall be done as per the tender requirement.
Waste water tank shall be sized for 8 hrs. storage of waste water with
2x660 MW units operating at BMCR and no out flow from the tank. 2x100%
horizontal centrifugal pumps shall be provided for pumping the waste water
to ZLD plant.
6 CHHABRA II 1 4.10.0 281
Lime tank for neutralization shall be of 2 Cum capacity in carbon steel
construction with epoxy painting. The tank shall be provided with SS
dissolving basket, agitator of SS construction, drain, overflow and dosing
connection
Two Nos. (1W+1S) emergency DG sets for two FGDs Bidder proposes to consider one DG set, as bidder doesn’t forsee Bid specification prevails
7 CHHABRA II 1 3.2.3 g) 15
the requirement of Stand-by DG set.
Graded land within the property line limits as indicated in the plot plan. Bidder understands that the Owner shall provide the levelled and Site in present condition will be handed over to the
graded land, free from any obstruction/trees/ underground network contractor.
for the FGD marked area. Any tree cutting/ dismantling / demolition All required grading and leveling of the site shall be in
8 CHHABRA II 1 5 27
or modification of existing facility in the FGD area shall be done by the scope of the contractor.
the Owner. Please confirm, on bidder's understanding.

The Project is scheduled to be commissioned in 24 months from the date of Considering the EPC scope of the project inclusing New stack and Bid specification prevails
award of EPC contract Limestone Handling System, bidder requests Owner to revise the
milestone schedule for Commencement & Completionas follows:
9 CHHABRA II 1 17.1 53
1. Unit 1: 33 months from date of award of contract
2. Unit 2: 36 months from date of award of contract

(xvi) Particulate matter in flue gas Bidder would like to clarify that guarantee on particulate matter <30 Bid specification prevails
Bidder’s design shall ensure that the particulate emission at chimney inlet mg/Nm3 is applicable only for guarantee case 100% TMCR and not
10 CHHABRA II 1 19.1.5.2 (xvi) 78
shall not be more than 30 mg/Nm3 or as per the values specified for all the on all specified operating conditions.Owner to confirm on the same
specified operating conditions.
The performance tests shall be carried out in accordance with ASME PTC Bidder wish to clarify that the performance tests shall be carried out Confirmed.
11 CHHABRA II 2 2.1 19.1.5.4 80 40 (1991) code. in accordance with ASME PTC 40 (2017) code. Please confirm.

The slurry sump for absorber tower shall be Carbon steel with internal Alloy Bidder proposes to consider the RCC slurry sump with rubber lining Bid specification prevails
12 CHHABRA II 2 2.1 5.1.0 A viii) 232 59/C276 lining. Bidder to design the supplied equipment/ system for a life of as per bidder's proven practice.
minimum 25 years
ANNEX – E. 2) Number of standby agitator : 1 no. As per bidder's design, all agitators are in working condition. However, Bid specification prevails
13 CHHABRA II 2 2.1 250
2.1.1 in bidder's design, n-1 number of agitators is sufficient to avoid the
Sufficient number of agitators, as per the proven practice of the contractor, slurry settlement in the absorber tank in case of one agitator under
shall be provided for thorough mixing of the re-circulating slurry. The breakdown (n-total no. of working agitators) as per requirement in
contractor shall offer and demonstrate mixing arrangement such that n-1 clause no 5.1.0 A xviii).
14 CHHABRA II 1 5.1.0 A xviii) 233
number of agitators is sufficient to avoid the slurry settlement in the
absorber tank in case of one agitator under breakdown (n-total no. of
working agitators).
Flue gas flow at FGD inlet Bidder requests Owner to check and confirm on the flue gas flow For guarantee case, flue gas flow rate is 837 m3/s
rate with correct units. For guarantee case is it 837 Nm3/s or 837 and for design case, flue gas flow rate is 893.2 m3/s.
15 CHHABRA II 1 19.2 6) 82
m3/s and for design case is it 893.2 Nm3/s or 893.2 m3/s.

Limestone consumption Bidder understand that guaranteed limestone consumption specified Bid specification prevails
in the technical specification document as <7 TPH is applicable for
16 CHHABRA II 1 19.2 13) 82
1X660 MW unit. Request owner to confirm on the same

Aux power consumption Bidder understand that guaranteed auxiliary power consumption Bid specification prevails
specified in the technical specification document as <8600 KW is
17 CHHABRA II 1 19.2 14) 82
applicable for 1X660 MW unit. Request owner to confirm on the
same
FLUE GAS ANALYSIS Bidder requests Owner to specify HF and HCL content in the flue
ANNEX –
18 CHHABRA II 1 84 gas analysis. HCL - 45ppm ( wet) and HF - 12ppm ( wet) may be
1.2
considered.
Flue gas composition - NOx Bidder wish to clarify that flue gas desulfurisation design doesn’t Bidder understanding is correct.
Annex-1.2
19 CHHABRA II 1 84 include Nox removal and so it is not considered for our design.
Sno: g
Annex-1.3 Makeup water/Filtered water analysis Bidder requests Owner to specify the temperature of filtered water Ambient tamperature to be considered.
20 CHHABRA II 2 2.1 85
Table A that can be used for FGD system.
C. 2) Velocity of the Gas in the Absorber: Maximum 3.0 m/s Bidder requestes owner to note that GE has several experiences Refer Amendment-1
operating with flue gas velocity through absorber of 4 to 4.3 m/s
ANNEX –
21 CHHABRA II 2 2.1 249 under design conditions as a optimum point for foot print & capital
2.1.1
cost savings. Request owner to reconsider the maximum flue gas
velocity through absorber <4.3 m/s.

Page : 89 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Centrifugal type slurry re-circulation pumps shall be provided for circulating Bidder proposes to consider silicon carbide (SiC)/hi-chrome impeller Bid specification prevails
the slurry to the Absorber. The Pumps shall have 10 % margin on Capacity and SiC lining for casing material construction or full hi-chrome
and Head. The Pumps shall be Silicon carbide (SiC)/hi-chrome impeller and casing (without any lining) as per bidder's/ sub-vendor's proven
22 CHHABRA II 2 2.1 5.1.0 A ix) 232
SiC lining for casing material construction and suitable for handling experience.
limestone slurry at lower pH. Bidder shall alternatively suggest Suitable
MOC.
C. 5) Number of Spray header in Absorber : By Bidder with a provision of As per bidder standard practice, bidder shall provide one stand-by Bid specification prevails
ANNEX – Future Expansion. spray level in addition to the working levels, which can used for
23 CHHABRA II 2 2.3 249
2.1.1 future requirements, if any. Thus, bidder does not forsee any
addition provision to be considered.
Mill separation tank shall be RCC with lining. This shall be Twin Bidder proposes to consider the MOC of mill seperation tank as MS Bid specification prevails
compartment so that the Outlet from Hydro cyclones shall be connected to with suitable lining. There shall be two mill seperation tanks, one for
24 CHHABRA I 5 ECC 4.3.0 277
both the compartments. each ball mill instead of a twin compartment tank as per bidder's
standard offering.
Contractor shall make all arrangements himself for the supply of Bidder understanding is correct.
construction water as well as potable water for labour and other personnel
at the worksite/colony.
These clauses are contradictory. Bidder understands that Construction
25 CHHABRA II 1 32.4 231 However, drawl of construction / potable water from bore-well shall be
and portable water shall be provided by Owner at one point, the further
permitted if found suitable. Any statutory clearance required shall be
distribution shall be done by bidder.
obtained by the contractor. Assistance, if required shall be provided by the
owner
Construction water shall be provided by the Owner to the Contractor at free
26 CHHABRA II 1 8.2 36 of cost at one point. Bidder shall mention the construction water
requirement at various phases of construction, in the bid document.
19.1.3 Acceptance of Guarantee Test Results Bidder understands that the Rejection clause shall not be applicable Bid specification prevails
(i) For Category-I Guarantees for O&M contract.
In case during performance guarantee test(s) it is found that the
equipment/system has failed to meet the guarantees, the Contractor shall
carry out all necessary modifications and/or replacements to make the
equipment/system comply with the guaranteed requirements at no extra
cost to the Owner and re-conduct the performance guarantee test(s) with
Owner’s consent. In case the specified performance guarantee(s) are still
not met but are achieved within the Acceptable Shortfall Limit as specified
27 CHHABRA II 1 19.1.3 69 in Cl.19.1.4, of this sub-section &Vol I SCC Owner will accept the
equipment/system/plant after levying liquidated damages as per Vol.I SCC.
However, if, the demonstrated performance guarantee(s) continue to be
beyond the stipulated Acceptable Shortfall Limit, even after the above
modifications/replacements within ninety (90) days or a reasonable period
allowed by the Owner, after the tests have been completed, the Owner will
have the right to either of the following:
Reject the equipment / system / plant and recover from the Contractor the
payments already made

19.1.4 AMOUNT OF LIQUIDATED DAMAGES (LD) APPLICABLE FOR


28 CHHABRA II 2 2.1 19.1.4.2 72 GUARANTEES
19.1.4.2 Liquidated Damages for FGD availability
The lining material shall be guaranteed for an uninterrupted minimum life of Bidder shall not give a guarantee of 25 years on lining material. We Bid specification prevails
29 CHHABRA II 2 2.1 5.1.0 A vii) 232 25 years. shall supply the absorber lining as per specification requirements
from the Owner.
The ducts from Absorber outlet to stack shall be made of Carbon steel of Bidder requests Owner to allow the options of Flake glass lining / Ti Refer Amendment-1
30 CHHABRA II 2 2.1 5.2.0 235 minimum 7 mm thickness cladded with 2mm (minimum) thickness Alloy clad in addition to Alloy C276/Alloy 59 based on bidder's proven
C276/Alloy 59. practice.
Bypass dampers shall be quick acting biplane damper single flap/double Bidder shall not recommend any corrosion resistant special alloy Noted.
flap construction with flexible duplex seals mounted on the flap itself. The steel material for bypass dampers since bypass damper shall be
31 CHHABRA II 2 2.1 5.3.5 a) 237 seals shall have minimum life of 3 years. The seal material shall be high located at bypass duct which is under hot gas loop and temperature
nickel alloy equivalent or better than haste alloy C-276 (ASTM B575, UNS shall be above flue gas acid dew point temperature. Hence there will
10276) or Inconel 625. be no chance of corrosion / acid condensation.
All type of dampers shall be provided with 2x100% pressurization fans to Bidder shall provide common seal air system for booster fans inlet Bid specification prevails
32 CHHABRA II 2 2.2 5.3.2 a) 236 achieve 100% sealing efficiency and booster fans outlet dampers as per bidder's standard practice.

Unloading spout with all accessories such drive equipment, rotary feeder, Bidder proposes to consider dust extraction system instead of dust Noted.
limit suppression system.
33 CHHABRA II 2 2.2 4.12.0 257
switches, dust suppression unit etc. for unloading limestone into belt
feeders.
34 CHHABRA II 2 2.2 5.17.0 viii) 265 Bidder shall provide a suitable dust suppression system.
Dust Suppression System (cold fog type)
35 CHHABRA II 2 2.1 5.18.0 265

Page : 90 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
All pumps shall be designed to withstand 1.5 times the pump shut off Bidder understands that 1.5 times the shutoff head requirement is for Bidder understanding is correct
pressure, under maximum suction pressure conditions. Pumps shall be hydraulic testing purposes.
36 CHHABRA II 2 2.1 6.2.0 243
designed for 110% of nominal flow and shall be capable of at least 10%
head increase at rated condition by installing new impeller Also, bidder understand that 10% margin on pressure is on the The slurry recirculation pumps shall have a minimum
ANNEX – Slurry Recirculation Pumps: Design - For 1.5 times the shutoff head at frictional loss only. margin of 10% of flow and head, over the actual
37 CHHABRA II 1 2.1.1 251 Max. suction pressure. 110% flow at rated conditions with 10% in pressure requirement.
H 2)
Design ambient conditions for FGD Bidder request Owner to provide atmospheric pressure and Bidder to visit the site and get the required
38 CHHABRA General 7.3.1 36 maximum, minimum ambient temperatures prevailing site information.
conditions.
Borelog data/ Geotechnical report Bidder requests Owner to provide the existing borelog data/
39 CHHABRA General geotechnical report for the FGD marked area. Also, bidder requests Refer Amendment-1.
existing chimney foundation drawing.
Topograhical survey drawing Bidder requests Owner to provide existing Topograhical survey Bidder to visit the site and get the required
40 CHHABRA General
drawing. information.
Terminal Points Bidder requests Owner to mark the terminal point marking with co- Bidder to visit the site and get the required
41 CHHABRA General
ordinates in the plot plan provided. information.
Plot Plan Bidder requests Owner to provide the AutoCad version of Plot plan Shall be furnished during detail engineering
42 CHHABRA II 1
provided in the tender specifications.

Complete scope of Dismantling/ Demolition or modification of existing Bidder requests Owner to consider the dismantling / demolition or Bid specification prevails
1 SURATGARH II 1 3.1 o) 10 facility if required for the project implementation. Bidder to identify such modification of existing facility, if required for the project
requirement during pre-bid stage and consult with Owner implementation in Owner's scope.

Separate wet chimney of 150m height for each unit / a single twin-flue wet Bidder requests Owner to accept borosilicate lining in addition to Refer Amendment-1
chimney of 150 m height common for both units, designed as per EPRI corrosion resistant C-276 alloy / Alloy 59.
guideline with RCC shell, steel flue with internal corrosion resistant C-276 Also, for the top flue liner above the roof slab, bidder requests
alloy / Alloy 59 over 8 mm thick(minimum) mild steel base metal of flue Owner to accept Titanium grade II in addition to C276/Alloy 59 of
2 SURATGARH II 1 3.2.1 c) 12 liner. The flue shall have external insulation suitably to avoid condensation minimum 10 mm thickness. The flue gas velocity inside chimney
of the saturated flue gas. The top flue liner above the roof slab shall be shall be as per EPRI guideline for the lining material considered.
made of solid C276/Alloy 59 of minimum 10 mm thickness. The flue gas
velocity inside chimney shall be <16.8 m/s for C276-Alloy 59 lining.

Common Limestone conveying system including 2x100% Limestone Bidder proposes to consider the MOC of bulk limestone storage silo as Bid specification prevails
3 SURATGARH II 2 2.2 3.2.1 d) 12 Crushers & Screens, Crushed limestone silos (2 Nos. RCC bulk limestone MS.
storage silos, 2 Nos. MS Day limestone silos) & Mills
Crushed Limestone shall be stored in two (2) nos. RCC bulk limestone silo
with 4 mm thick SS304 lining in the complete cones. Silo shall be sized to
4 SURATGARH II 1 4.10.0 257
meet the Seven (7) days requirement of 2x660 MW units for 100% Gas
Treatment at design efficiency.
Common 2 Nos. (2x100%) Waste water pumps and its piping for Bidder proposes to remove the ZLD requirement as the waste water Waste water is to be discharged after neutralization to
5 SURATGARH II 2 2.3 3.2.1 g) 12 discharging into the RO based Zero liquid discharge (ZLD) plant by Bidder. generated from WFGD is in less quantity. However, lime neutralization existing ETP/CMB.
shall be done as per the tender requirement.
Waste water tank shall be sized for 8 hrs. storage of waste water with
2x660 MW units operating at BMCR and no out flow from the tank. 2x100%
horizontal centrifugal pumps shall be provided for pumping the waste water
to ZLD plant.
6 SURATGARH II 1 4.10.0 279
Lime tank for neutralization shall be of 2 Cum capacity in carbon steel
construction with epoxy painting. The tank shall be provided with SS
dissolving basket, agitator of SS construction, drain, overflow and dosing
connection
Two Nos. (1W+1S) emergency DG sets for two FGDs Bidder proposes to consider one DG set, as bidder doesn’t forsee Bid specification prevails
7 SURATGARH II 1 3.2.3 g) 15
the requirement of Stand-by DG set.
Graded land within the property line limits as indicated in the plot plan. Bidder understands that the Owner shall provide the levelled and Bid specification prevails
graded land, free from any obstruction/trees/ underground network
for the FGD marked area. Any tree cutting/ dismantling / demolition
8 SURATGARH II 1 5 26
or modification of existing facility in the FGD area shall be done by
the Owner. Please confirm, on bidder's understanding.

The Project is scheduled to be commissioned in 24 months from the date of Considering the EPC scope of the project inclusing New stack and Bid specification prevails
award of EPC contract Limestone Handling System, bidder requests Owner to revise the
milestone schedule for Commencement & Completionas follows:
9 SURATGARH II 1 17.1 53 1. Unit 1: 33 months from date of award of contract
2. Unit 2: 36 months from date of award of contract

(xvi) Particulate matter in flue gas Bidder would like to clarify that guarantee on particulate matter <30 Bid specification prevails
Bidder’s design shall ensure that the particulate emission at chimney inlet mg/Nm3 is applicable only for guarantee case 100% TMCR and not
10 SURATGARH II 1 19.1.5.2 (xvi) 78 shall not be more than 30 mg/Nm3 or as per the values specified for all the on all specified operating conditions.Owner to confirm on the same
specified operating conditions.

Page : 91 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
The performance tests shall be carried out in accordance with ASME PTC Bidder wish to clarify that the performance tests shall be carried out Confirmed.
11 SURATGARH II 2 2.1 19.1.5.4 80 40 (1991) code. in accordance with ASME PTC 40 (2017) code. Please confirm.

The slurry sump for absorber tower shall be Carbon steel with internal Alloy Bidder proposes to consider the RCC slurry sump with rubber lining Bid specification prevails
12 SURATGARH II 2 2.1 5.1.0 A viii) 233 59/C276 lining. Bidder to design the supplied equipment/ system for a life of as per bidder's proven practice.
minimum 25 years
ANNEX – E. 2) Number of standby agitator : 1 no. As per bidder's design, all agitators are in working condition. However, Bid specification prevails
13 SURATGARH II 2 2.1 250
2.1.1 in bidder's design, n-1 number of agitators is sufficient to avoid the
Sufficient number of agitators, as per the proven practice of the contractor, slurry settlement in the absorber tank in case of one agitator under
shall be provided for thorough mixing of the re-circulating slurry. The breakdown (n-total no. of working agitators) as per requirement in
contractor shall offer and demonstrate mixing arrangement such that n-1 clause no 5.1.0 A xviii).
14 SURATGARH II 1 5.1.0 A xviii) 233
number of agitators is sufficient to avoid the slurry settlement in the
absorber tank in case of one agitator under breakdown (n-total no. of
working agitators).
Design ambient conditions for FGD Bidder request Owner to provide atmospheric pressure and Bidder to visit the site and get the required
15 SURATGARH II 1 7.3.1 36 maximum, minimum ambient temperatures prevailing site information.
conditions.
Limestone consumption Bidder understand that guaranteed limestone consumption specified Bid specification prevails
in the technical specification document as <7 TPH is applicable for
16 SURATGARH II 1 19.2 13) 82
1X660 MW unit. Request owner to confirm on the same

Aux power consumption Bidder understand that guaranteed auxiliary power consumption Bid specification prevails
specified in the technical specification document as <9200 KW is
17 SURATGARH II 1 19.2 14) 82
applicable for 1X660 MW unit. Request owner to confirm on the
same
ANNEX – FLUE GAS ANALYSIS Bidder requests Owner to specify HF and HCL content in the flue HCL - 45ppm ( wet) and HF - 12ppm ( wet) may be
18 SURATGARH II 1 84
1.2 gas analysis. considered.
Flue gas composition - Nox Bidder wish to clarify that flue gas desulfurisation design doesn’t Noted.
Annex-1.2
19 SURATGARH II 1 84 include Nox removal and so it is not considered for our design.
Sno: g
Annex-1.3 Makeup water analysis Bidder requests Owner to specify the temperature of clarified Ambient tamperature to be considered.
20 SURATGARH II 2 2.1 85
Table A water/CT blowdown that can be used for FGD system.
C. 2) Velocity of the Gas in the Absorber: Maximum 3.0 m/s Bidder requestes owner to note that GE has several experiences Refer Amendment-1
operating with flue gas velocity through absorber of 4 to 4.3 m/s
ANNEX –
21 SURATGARH II 2 2.1 250 under design conditions as a optimum point for foot print & capital
2.1.1
cost savings. Request owner to reconsider the maximum flue gas
velocity through absorber <4.3 m/s.
Centrifugal type slurry re-circulation pumps shall be provided for circulating Bidder proposes to consider silicon carbide (SiC)/hi-chrome impeller Bid specification prevails
the slurry to the Absorber. The Pumps shall have 10 % margin on Capacity and SiC lining for casing material construction or full hi-chrome
and Head. The Pumps shall be Silicon carbide (SiC)/hi-chrome impeller and casing (without any lining) as per bidder's/ sub-vendor's proven
22 SURATGARH II 2 2.1 5.1.0 A ix) 233
SiC lining for casing material construction and suitable for handling experience.
limestone slurry at lower pH. Bidder shall alternatively suggest Suitable
MOC.
C. 5) Number of Spray header in Absorber : By Bidder with a provision of As per bidder standard practice, bidder shall provide one stand-by Bid specification prevails
ANNEX – Future Expansion. spray level in addition to the working levels, which can used for
23 SURATGARH II 2 2.3 250
2.1.1 future requirements, if any. Thus, bidder does not forsee any
addition provision to be considered.
Mill separation tank shall be RCC with lining. This shall be Twin Bidder proposes to consider the MOC of mill seperation tank as MS Bid specification prevails
compartment so that the Outlet from Hydro cyclones shall be connected to with suitable lining. There shall be two mill seperation tanks, one for
24 SURATGARH I 5 ECC 4.3.0 276
both the compartments. each ball mill instead of a twin compartment tank as per bidder's
standard offering.
Contractor shall make all arrangements himself for the supply of These clauses are contradictory. Bidder understands that Construction Bidder understanding is correct.
construction water as well as potable water for labour and other personnel and portable water shall be provided by Owner at one point, the further
at the worksite/colony. distribution shall be done by bidder.
25 SURATGARH II 1 32.4 231 However, drawl of construction / potable water from bore-well shall be
permitted if found suitable. Any statutory clearance required shall be
obtained by the contractor. Assistance, if required shall be provided by the
owner
Construction water shall be provided by the Owner to the Contractor at free
26 SURATGARH II 1 8.2 36 of cost at one point. Bidder shall mention the construction water
requirement at various phases of construction, in the bid document.

Page : 92 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
19.1.3 Acceptance of Guarantee Test Results Bidder understands that the Rejection clause shall not be applicable Bid specification prevails
(i) For Category-I Guarantees for O&M contract.
In case during performance guarantee test(s) it is found that the
equipment/system has failed to meet the guarantees, the Contractor shall
carry out all necessary modifications and/or replacements to make the
equipment/system comply with the guaranteed requirements at no extra
cost to the Owner and re-conduct the performance guarantee test(s) with
Owner’s consent. In case the specified performance guarantee(s) are still
not met but are achieved within the Acceptable Shortfall Limit as specified
27 SURATGARH II 1 19.1.3 70 in Cl.19.1.4, of this sub-section &Vol I SCC Owner will accept the
equipment/system/plant after levying liquidated damages as per Vol.I SCC.
However, if, the demonstrated performance guarantee(s) continue to be
beyond the stipulated Acceptable Shortfall Limit, even after the above
modifications/replacements within ninety (90) days or a reasonable period
allowed by the Owner, after the tests have been completed, the Owner will
have the right to either of the following:
Reject the equipment / system / plant and recover from the Contractor the
payments already made

19.1.4 AMOUNT OF LIQUIDATED DAMAGES (LD) APPLICABLE FOR


28 SURATGARH II 2 2.1 19.1.4.2 72 GUARANTEES
19.1.4.2 Liquidated Damages for FGD availability
The lining material shall be guaranteed for an uninterrupted minimum life of Bidder shall not give a guarantee of 25 years on lining material. We Bid specification prevails
29 SURATGARH II 2 2.1 5.1.0 A vii) 233 25 years. shall supply the absorber lining as per specification requirements
from the Owner.
The ducts from Absorber outlet to stack shall be made of Carbon steel of Bidder requests Owner to allow the options of Flake glass lining / Ti Refer Amendment-1
30 SURATGARH II 2 2.1 5.2.0 236 minimum 7 mm thickness cladded with 2mm (minimum) thickness Alloy clad in addition to Alloy C276/Alloy 59 based on bidder's proven
C276/Alloy 59. practice.
Bypass dampers shall be quick acting biplane damper single flap/double Bidder shall not recommend any corrosion resistant special alloy Noted.
flap construction with flexible duplex seals mounted on the flap itself. The steel material for bypass dampers since bypass damper shall be
31 SURATGARH II 2 2.1 5.3.5 a) 238 seals shall have minimum life of 3 years. The seal material shall be high located at bypass duct which is under hot gas loop and temperature
nickel alloy equivalent or better than haste alloy C-276 (ASTM B575, UNS shall be above flue gas acid dew point temperature. Hence there will
10276) or Inconel 625. be no chance of corrosion / acid condensation.
All type of dampers shall be provided with 2x100% pressurization fans to Bidder shall provide common seal air system for booster fans inlet Bid specification prevails
32 SURATGARH II 2 2.2 5.3.2 a) 237 achieve 100% sealing efficiency and booster fans outlet dampers as per bidder's standard practice.

Unloading spout with all accessories such drive equipment, rotary feeder, Bidder proposes to consider dust extraction system instead of dust Noted.
33 SURATGARH II 2 2.2 4.12.0 257 limit switches, dust suppression unit etc. for unloading limestone into belt suppression system.
feeders.
34 SURATGARH II 2 2.2 5.17.0 viii) 265 Bidder shall provide a suitable dust suppression system.
35 SURATGARH II 2 2.1 5.18.0 265 Dust Suppression System (cold fog type)
All pumps shall be designed to withstand 1.5 times the pump shut off Bidder understands that 1.5 times the shutoff head requirement is for Bidder understanding is correct
pressure, under maximum suction pressure conditions. Pumps shall be hydraulic testing purposes. Also, bidder understand that 10% margin
36 SURATGARH II 2 2.1 6.2.0 244
designed for 110% of nominal flow and shall be capable of at least 10% on pressure is on the frictional loss only.
head increase at rated condition by installing new impeller
ANNEX – Slurry Recirculation Pumps: Design - For 1.5 times the shutoff head at The slurry recirculation pumps shall have a minimum
37 SURATGARH General 2.1.1 252 Max. suction pressure. 110% flow at rated conditions with 10% in pressure margin of 10% of flow and head, over the actual
H 2) requirement.
Borelog data/ Geotechnical report Bidder requests Owner to provide the existing borelog data/
38 SURATGARH General geotechnical report for the FGD marked area. Also, bidder requests Refer Amendment-1.
existing chimney foundation drawing.
Topograhical survey drawing Bidder requests Owner to provide existing Topograhical survey Bidder to visit the site and get the required
39 SURATGARH General
drawing. information.
Terminal Points Bidder requests Owner to mark the terminal point marking with co- Bidder to visit the site and get the required
40 SURATGARH General
ordinates in the plot plan provided. information.
Plot Plan Bidder requests Owner to provide the AutoCad version of Plot plan Shall be furnished during detail engineering
41 SURATGARH II 1
provided in the tender specifications.

Complete scope of Dismantling/ Demolition or modification of existing Bidder requests Owner to consider the dismantling / demolition or Bid specification prevails
facility if required for the project implementation. Bidder to identify such modification of existing facility, if required for the project
1 KALISINDH II 1 3.1 o) 10
requirement during pre-bid stage and consult with Owner implementation in Owner's scope.

Page : 93 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Separate wet chimney of 150m height for each unit / a single twin-flue wet Bidder requests Owner to accept borosilicate lining in addition to Refer Amendment-1
chimney of 150 m height common for both units, designed as per EPRI corrosion resistant C-276 alloy / Alloy 59.
guideline with RCC shell, steel flue with internal corrosion resistant C-276 Also, for the top flue liner above the roof slab, bidder requests
alloy Owner to accept Titanium grade II in addition to C276/Alloy 59 of
/ Alloy 59 over 8 mm thick(minimum) mild steel base metal of flue liner. The minimum 10 mm thickness. The flue gas velocity inside chimney
2 KALISINDH II 1 3.2.1 c) 11 flue shall have external insulation suitably to avoid condensation of the shall be as per EPRI guideline for the lining material considered.
saturated flue gas. The top flue liner above the roof slab shall be made of
solid C276/Alloy 59 of minimum 10 mm thickness. The flue gas velocity
inside chimney shall be <16.8 m/s for C276-Alloy 59 lining.

Common Limestone conveying system including 2x100% Limestone Bidder proposes to consider the MOC of bulk limestone storage silo as Bid specification prevails
3 KALISINDH II 2 2.2 3.2.1 d) 12 Crushers & Screens, Crushed limestone silos (2 Nos. RCC bulk limestone MS.
storage silos, 2 Nos. MS Day limestone silos) & Mills
Crushed Limestone shall be stored in two (2) nos. RCC bulk limestone silo
with 4 mm thick SS304 lining in the complete cones. Silo shall be sized to
4 KALISINDH II 1 4.10.0 257
meet the Seven (7) days requirement of 2x660 MW units for 100% Gas
Treatment at design efficiency.
Common 2 Nos. (2x100%) Waste water pumps and its piping for Bidder understands that lime neutralization system only needs to be Waste water is to be discharged after neutralization to
5 KALISINDH II 2 2.3 3.2.1 g) 12 discharging considered as waste water treatment system. No other special system existing ETP/CMB.
into waste water treatment plant by Bidder is required.
Waste water tank shall be sized for 8 hrs. storage of waste water with the
2x600 MW units operating at BMCR and no out flow from the tank. 2x100%
6 KALISINDH II 1 4.10.0 279
horizontal centrifugal pumps shall be provided for pumping the waste water
to waste water treatment plant
Two Nos. (1W+1S) emergency DG sets for two FGDs Bidder proposes to consider one DG set, as bidder doesn’t forsee Bid specification prevails
7 KALISINDH II 1 3.2.3 g) 15
the requirement of Stand-by DG set.
Graded land within the property line limits as indicated in the plot plan. Bidder understands that the Owner shall provide the levelled and Site in present condition will be handed over to the
graded land, free from any obstruction/trees/ underground network contractor.
for the FGD marked area. Any tree cutting/ dismantling / demolition
8 KALISINDH II 1 5 26
or modification of existing facility in the FGD area shall be done by All required grading and leveling of the site shall be in
the Owner. Please confirm, on bidder's understanding. the scope of the contractor.

The Project is scheduled to be commissioned in 24 months from the date of Considering the EPC scope of the project inclusing New stack and Bid specification prevails
award of EPC contract Limestone Handling System, bidder requests Owner to revise the
milestone schedule for Commencement & Completionas follows:
9 KALISINDH II 1 17.1 53
1. Unit 1: 33 months from date of award of contract
2. Unit 2: 36 months from date of award of contract

(xvi) Particulate matter in flue gas Bidder would like to clarify that guarantee on particulate matter <50 Bid specification prevails
Bidder’s design shall ensure that the particulate emission at chimney inlet mg/Nm3 is applicable only for guarantee case 100% TMCR and not
10 KALISINDH II 1 19.1.5.2 (xvi) 77
shall not be more than 50 mg/Nm3 or as per the values specified for all the on all specified operating conditions.Owner to confirm on the same
specified operating conditions.
The performance tests shall be carried out in accordance with ASME PTC Bidder wish to clarify that the performance tests shall be carried out Confirmed.
11 KALISINDH II 2 2.1 19.1.5.4 79 40 (1991) code. in accordance with ASME PTC 40 (2017) code. Please confirm.

The slurry sump for absorber tower shall be Carbon steel with internal Alloy Bidder proposes to consider the RCC slurry sump with rubber lining Bid specification prevails
12 KALISINDH II 2 2.1 5.1.0 A viii) 232 59/C276 lining. Bidder to design the supplied equipment/ system for a life of as per bidder's proven practice.
minimum 25 years
E. 2) Number of standby agitator : 1 no. As per bidder's design, all agitators are in working condition. However, Bid specification prevails
in bidder's design, n-1 number of agitators is sufficient to avoid the
ANNEX – slurry settlement in the absorber tank in case of one agitator under
13 KALISINDH II 2 2.1 250 breakdown (n-total no. of working agitators) as per requirement in
2.1.1
clause no 5.1.0 A xviii).

Sufficient number of agitators, as per the proven practice of the contractor,


shall be provided for thorough mixing of the re-circulating slurry. The
contractor shall offer and demonstrate mixing arrangement such that n-1
14 KALISINDH II 1 5.1.0 A xviii) 233
number of agitators is sufficient to avoid the slurry settlement in the
absorber tank in case of one agitator under breakdown (n-total no. of
working agitators).
Design ambient conditions for FGD Bidder request Owner to provide atmospheric pressure and Bidder to visit the site and get the required
15 KALISINDH II 1 7.3.1 35 maximum, minimum ambient temperatures prevailing site information.
conditions.
16 KALISINDH II 1 19.2 7) 81 SO2 concentration in flue gas at FGD inlet Please note that SO2 mg/Nm3 (wet) is specified as 1900 in page 79 of Bidder to follow Vol. II - Section 1 , Cl 7.3.1, page 35
f) Inlet SO2 (mg/Nm3-wet) : 1910 222 and 1910 mg/Nm3 (wet) in Annexure-1.2 flue gas analysis page
17 KALISINDH II 2 2.1 ANNEX - 1.2 84
82 of 222. Please clarify which SO2 level has to be considered for
All pumps shall be designed to withstand 1.5 times the pump shut off Bidder understands that 1.5 times the shutoff head requirement is for Bidder understanding is correct
pressure, under maximum suction pressure conditions. Pumps shall be hydraulic testing purposes.
18 KALISINDH II 2 2.1 6.2.0 243
designed for 110% of nominal flow and shall be capable of at least 10%
head increase at rated condition by installing new impeller Also, bidder understand that 10% margin on pressure is on the
frictional loss only. The slurry recirculation pumps shall have a minimum
margin of 10% of flow and head, over the actual
requirement.
Page : 94 of100
Bidder understands that 1.5 times the shutoff head requirement is for Bidder understanding is correct
hydraulic testing purposes.
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
Also, bidder understand that 10% margin on pressure is on the
ANNEX – Slurry Recirculation Pumps: Design - For 1.5 times the shutoff head at frictional loss only. The slurry recirculation pumps shall have a minimum
19 KALISINDH II 1 2.1.1 252 Max. suction pressure. 110% flow at rated conditions with 10% in pressure margin of 10% of flow and head, over the actual
G 2) requirement.
Limestone consumption Bidder understand that guaranteed limestone consumption specified Bid specification prevails
in the technical specification document as <6.6 TPH is applicable for
20 KALISINDH II 1 19.2 13) 82
1X660 MW unit. Request owner to confirm on the same

Aux power consumption Bidder understand that guaranteed auxiliary power consumption Bid specification prevails
specified in the technical specification document as <7600 KW is
21 KALISINDH II 1 19.2 14) 82
applicable for 1X660 MW unit. Request owner to confirm on the
same
FLUE GAS ANALYSIS Bidder requests Owner to specify HF and HCL content in the flue
ANNEX –
22 KALISINDH II 1 84 gas analysis. HCL - 45ppm ( wet) and HF - 12ppm ( wet) may be
1.2
considered.
Flue gas composition - NOx Bidder wish to clarify that flue gas desulfurisation design doesn’t Bid specification prevails
Annex-1.2
23 KALISINDH II 1 84 include Nox removal and so it is not considered for our design.
Sno: g
Annex-1.3 Makeup water analysis Bidder requests Owner to specify the temperature of filtered water Ambient tamperature to be considered.
24 KALISINDH II 2 2.1 85
Table A system /CT blowdown that can be used for FGD system.
C. 2) Velocity of the Gas in the Absorber: Maximum 3.0 m/s Bidder requestes owner to note that GE has several experiences Refer Amendment-1
operating with flue gas velocity through absorber of 4 to 4.3 m/s
ANNEX –
25 KALISINDH II 2 2.1 249 under design conditions as a optimum point for foot print & capital
2.1.1
cost savings. Request owner to reconsider the maximum flue gas
velocity through absorber <4.3 m/s.
Centrifugal type slurry re-circulation pumps shall be provided for circulating Bidder proposes to consider silicon carbide (SiC)/hi-chrome impeller Bid specification prevails
the slurry to the Absorber. The Pumps shall have 10 % margin on Capacity and SiC lining for casing material construction or full hi-chrome
and Head. The Pumps shall be Silicon carbide (SiC)/hi-chrome impeller and casing (without any lining) as per bidder's/ sub-vendor's proven
26 KALISINDH II 2 2.1 5.1.0 A ix) 232
SiC lining for casing material construction and suitable for handling experience.
limestone slurry at lower pH. Bidder shall alternatively suggest Suitable
MOC.
C. 5) Number of Spray header in Absorber : By Bidder with a provision of As per bidder standard practice, bidder shall provide one stand-by Bid specification prevails
ANNEX – Future Expansion. spray level in addition to the working levels, which can used for
27 KALISINDH II 2 2.3 249
2.1.1 future requirements, if any. Thus, bidder does not forsee any
addition provision to be considered.
Mill separation tank shall be RCC with lining. This shall be Twin Bidder proposes to consider the MOC of mill seperation tank as MS Bid specification prevails
compartment so that the Outlet from Hydro cyclones shall be connected to with suitable lining. There shall be two mill seperation tanks, one for
28 KALISINDH I 5 ECC 4.3.0 276
both the compartments. each ball mill instead of a twin compartment tank as per bidder's
standard offering.
Contractor shall make all arrangements himself for the supply of These clauses are contradictory. Bidder understands that Construction Confirmed.
construction water as well as potable water for labour and other personnel and portable water shall be provided by Owner at one point, the further
at the worksite/colony. distribution shall be done by bidder.
29 KALISINDH II 1 32.4 231 However, drawl of construction / potable water from bore-well shall be
permitted if found suitable. Any statutory clearance required shall be
obtained by the contractor. Assistance, if required shall be provided by the
owner
Construction water shall be provided by the Owner to the Contractor at free
30 KALISINDH II 1 8.2 36 of cost at one point. Bidder shall mention the construction water
requirement at various phases of construction, in the bid document.
19.1.3 Acceptance of Guarantee Test Results Bidder understands that the Rejection clause shall not be applicable Bid specification prevails
(i) For Category-I Guarantees for O&M contract.
In case during performance guarantee test(s) it is found that the
equipment/system has failed to meet the guarantees, the Contractor shall
carry out all necessary modifications and/or replacements to make the
equipment/system comply with the guaranteed requirements at no extra
cost to the Owner and re-conduct the performance guarantee test(s) with
Owner’s consent. In case the specified performance guarantee(s) are still
not met but are achieved within the Acceptable Shortfall Limit as specified
in Cl.19.1.4, of this sub-section &Vol I SCC Owner will accept the
31 KALISINDH II 1 19.1.3 69
equipment/system/plant after levying liquidated damages as per Vol.I SCC.
However, if, the demonstrated performance guarantee(s) continue to be
beyond the stipulated Acceptable Shortfall Limit, even after the above
modifications/replacements within ninety (90) days or a reasonable period
allowed by the Owner, after the tests have been completed, the Owner will
have the right to either of the following:
Reject the equipment / system / plant and recover from the Contractor the
payments already made

19.1.4 AMOUNT OF LIQUIDATED DAMAGES (LD) APPLICABLE FOR


32 KALISINDH II 2 2.1 19.1.4.2 71 GUARANTEES
19.1.4.2 Liquidated Damages for FGD availability

Page : 95 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
The lining material shall be guaranteed for an uninterrupted minimum life of Bidder shall not give a guarantee of 25 years on lining material. We Bid specification prevails
33 KALISINDH II 2 2.1 5.1.0 A vii) 232 25 years. shall supply the absorber lining as per specification requirements
from the Owner.
The ducts from Absorber outlet to stack shall be made of Carbon steel of Bidder requests Owner to allow the options of Flake glass lining / Ti Refer Amendment-1
34 KALISINDH II 2 2.1 5.2.0 236 minimum 7 mm thickness cladded with 2mm (minimum) thickness Alloy clad in addition to Alloy C276/Alloy 59 based on bidder's proven
C276/Alloy 59. practice.
Bypass dampers shall be quick acting biplane damper single flap/double Bidder do not recommend any corrosion resistant special alloy steel Noted.
flap construction with flexible duplex seals mounted on the flap itself. The material for bypass dampers since bypass damper shall be located
35 KALISINDH II 2 2.1 5.3.5 a) 237 seals shall have minimum life of 3 years. The seal material shall be high at bypass duct which is under hot gas loop and temperature shall be
nickel alloy equivalent or better than haste alloy C-276 (ASTM B575, UNS above flue gas acid dew point temperature. Hence there will be no
10276) or Inconel 625. chance of corrosion / acid condensation.
All type of dampers shall be provided with 2x100% pressurization fans to Bidder shall provide common seal air system for booster fans inlet Bid specification prevails
36 KALISINDH II 2 2.2 5.3.2 a) 236 achieve 100% sealing efficiency and booster fans outlet dampers as per bidder's standard practice.

Unloading spout with all accessories such drive equipment, rotary feeder, Bidder proposes to consider dust extraction system instead of dust Noted and confirmed.
37 KALISINDH II 2 2.2 4.12.0 257 limit switches, dust suppression unit etc. for unloading limestone into belt suppression system.
feeders.
38 KALISINDH II 2 2.2 5.17.0 viii) 265 Bidder shall provide a suitable dust suppression system.
39 KALISINDH General 5.18.0 265 Dust Suppression System (cold fog type)
Borelog data/ Geotechnical report Bidder requests Owner to provide the existing borelog data/
40 KALISINDH General geotechnical report for the FGD marked area. Also, bidder requests Refer Amendment-1.
existing chimney foundation drawing.
Topograhical survey drawing Bidder requests Owner to provide existing Topograhical survey Bidder to visit the site and get the required
41 KALISINDH General
drawing. information.
Terminal Points Bidder requests Owner to mark the terminal point marking with co- Bidder to visit the site and get the required
42 KALISINDH General
ordinates in the plot plan provided. information.
Plot Plan Bidder requests Owner to provide the AutoCad version of Plot plan Shall be furnished during detail engineering
43 KALISINDH
provided in the tender specifications.

Unloading spout with all accessories such drive equipment, rotary feeder, limit Crushed limestone from bulk silos shall be fed to outgoing belt
switches, conveyors using dedicated vibrating feeder. Suitable nos. of air
& blasters shall be provided for bulk and day silos.
a), c) & m)
5 & 6 of Adequate numbers of air canons at the necessary location, capable of
1 CHHABRA II 2 2.2 of Bid specification prevails
20 removing/clogging/blockage in the silo. One number Vibrating feeder shall be provided for feeding of
4.12.0
& limestone below the each bulk silo.
2 nos. silo vibrators and 2 nos. vibrating feeders in each silo shall be provided
for smooth material flow from silo. Owner is requested to confirm.

As recommended by the hammer mill OEM's, it is generally


recommended to go with V-belt drive instead of scoop coupling with
gear box.
We have following advantages:
a) V belt acts as shock absorber, when crusher rotor is jam due to any
tramp iron piece comes in between rotor, v belt will slip and damage to
n) of the motor is avoided.
Drive - Limestone crusher
13. b) There is service factor - 1.2, in such case there shall be loosening
2 CHHABRA II 2 2,2 16 of 20 Bid specification prevails
ANNEX – of one or two belts balance v-belts will take and power and crusher will
Electric motor, scoop type hydraulic coupling and gear box.
2.2.1 run, in case of scoop coupling the crusher has to stopped.
OEM' s have supplied in most of the Cement Plant using v belt
transmission for Limestone crushers of near about capacities (150 -
200 tph). NTPC has accepted for the same in FGD tenders and
ongoing operating jobs.

Bidder request owner to accept the same.

Page : 96 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
The limestone as received in the plant will be expected to be of (-) 300 mm
size. Single stream of conveyor shall feed the limestone to the screen via
surge hopper to separate (-) 25 mm before feeding to crusher. Over size (+)
25 mm limestone shall be fed to crusher for reducing to (-) 25 mm size.
3.6.0
AND
AND

FCE-111155-
4 of 20 Vibrating screen feeder shall be used for extraction of limestone below
ME-DWG-
the surge hopper as regular practice.
3 CHHABRA II 2 2,2 PFD-3440- Bid specification prevails
AND
008
- Owner is requested to confirm.
Flow
Diagram for
Lime Stone
Handling
System

Bidder request Owner to furnish the ID fan outlet duct (from ID fan
4 CHHABRA II 6 - - - outlet to Chimney inlet) plan & sectional drawing for planning of FGD Shall be furnished during detailed engineering
system duct tapping point.

Unloading spout with all accessories such drive equipment, rotary feeder, limit
switches,
Crushed limestone from bulk silos shall be fed to outgoing belt
&
conveyors using dedicated vibrating feeder. Suitable nos. of air
blasters shall be provided for bulk and day silos.
a), c) & m) Adequate numbers of air canons at the necessary location, capable of
5 & 6 of
1 KALISINDH II 2 2.2 of removing/ Bid specification prevails
19 One number Vibrating feeder shall be provided for feeding of
4.12.0 clogging/blockage in the silo.
limestone below the each bulk silo.
&
Owner is requested to confirm.
2 nos. silo vibrators and 2 nos. vibrating feeders in each silo shall be provided
for smooth material flow from silo.
As recommended by the hammer mill OEM's, it is generally
recommended to go with V-belt drive instead of scoop coupling with
gear box.
We have following advantages:
a) V belt acts as shock absorber, when crusher rotor is jam due to any
tramp iron piece comes in between rotor, v belt will slip and damage to
Drive of the motor is avoided.
Drive - Limestone crusher
13. b) There is service factor - 1.2, in such case there shall be loosening
2 KALISINDH II 2 2.2 15 of 19 Bid specification prevails
ANNEX – of one or two belts balance v-belts will take and power and crusher will
Electric motor, scoop type hydraulic coupling and gear box.
2.2.1 run, in case of scoop coupling the crusher has to stopped.
OEM' s have supplied in most of the Cement Plant using v belt
transmission for Limestone crushers of near about capacities (150 -
200 tph). NTPC has accepted for the same in FGD tenders and
ongoing operating jobs.

Bidder request owner to accept the same.

Page : 97 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response
The limestone as received in the plant will be expected to be of (-) 300 mm
size. Single stream of conveyor shall feed the limestone to the screen via
surge hopper to separate (-) 25 mm before feeding to crusher. Over size (+)
3.6.0 25 mm limestone shall be fed to crusher for reducing to (-) 25 mm size.
AND AND
FCE-
4 of 19 Vibrating screen feeder shall be used for extraction of limestone below
1117155-ME-
the surge hopper as regular practice.
3 KALISINDH II 2&6 2.2 DWG-PFD- Bid specification prevails
AND
3440-008
- Owner is requested to confirm.
Flow
Diagram for
Lime Stone
Handling
System

During Site Visit Bidder Notice that, Existing Compressor House is


Part Plot
there where FGD auxilary building No-6 (Electrical swithgear cum
Plan
4 KALISINDH II 6 - - Control Building.) is indicated. Also facility marked with No. 42 is not Refer Amendment-1
(Dwg. )
there at site. Kindly provide the latest Plot Plan With Facilities at
proposed FGD Area.

Part Plot During Site Visit Bidder Notice that, There is a Nalla Crossing and a
Plan drain across the FGD-Waste water treatment plant area, and also find
5 KALISINDH II 6 - - Refer Amendment-1
(Dwg. ) one more additional Pipe Rack in the same proposed location. Kindly
provide the latest Plot Plan With Facilities at proposed FGD Area.

Page : 98 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

Part Plot
During Site Visit Bidder Notice that, the the proposed FDG area for
Plan FGL to be maintained in this area shall be as per the
6 KALISINDH II 6 - - item Nos. 2,3,9 & 10 are at elevated level. Bidder is requested to
(Dwg. ) FGL of existing plant
owner provide the FGL to be maintained in this area for FGD facilities.

Part Plot
Please furnish the details of lines (grey colour) passing from the FGD
Plan Bidder shall visit the site and get the required
7 KALISINDH II 6 - - area along the exisitng road. Bidder request owner to furnsh the details
(Dwg. ) information.
of this.

Provided space is not sufficient to accommodate all the facilities of the


FGD system, Bidder request owner to furnish the additional space as
marked in the below snap.

Part Plot
Plan Bidder to accommodate facilities of FGD system as
8 KALISINDH II 6 - - Additional space required for FGD system
(Dwg. ) per the area marked in the tender drawing.

Bidder request Owner to furnish the ID fan outlet duct (from ID fan
9 KALISINDH II 6 - - - outlet to Chimney inlet) plan & sectional drawing for planning of FGD Shall be furnished during detailed engineering
system duct tapping point.

Unloading spout with all accessories such drive equipment, rotary feeder, limit
switches, Crushed limestone from bulk silos shall be fed to outgoing belt
conveyors using dedicated vibrating feeder. Suitable nos. of air
& blasters shall be provided for bulk and day silos.
a), c) & m)
5 & 6 of Adequate numbers of air canons at the necessary location, capable of
1 SURATGARH II 2 2.2 of Bid specification prevails
19 removing/ One number Vibrating feeder shall be provided for feeding of
4.12.0
clogging/blockage in the silo. limestone below the each bulk silo.
&
2 nos. silo vibrators and 2 nos. vibrating feeders in each silo shall be provided Owner is requested to confirm.
for smooth material flow from silo.

Page : 99 of100
S.No. Project Name Volume Section Sub section Clause No. Page No. Tender Specifications Bidder's Query RRVUNL Response

As recommended by the hammer mill OEM's, it is generally


recommended to go with V-belt drive instead of scoop coupling with
gear box.
We have following advantages:
a) V belt acts as shock absorber, when crusher rotor is jam due to any
tramp iron piece comes in between rotor, v belt will slip and damage to
k) of the motor is avoided.
Drive - Limestone crusher
13. b) There is service factor - 1.2, in such case there shall be loosening
2 SURATGARH II 2 2.2 15 of 19 Bid specification prevails
ANNEX – of one or two belts balance v-belts will take and power and crusher will
Electric motor, scoop type hydraulic coupling and gear box.
2.2.1 run, in case of scoop coupling the crusher has to stopped.
OEM' s have supplied in most of the Cement Plant using v belt
transmission for Limestone crushers of near about capacities (150 -
200 tph). NTPC has accepted for the same in FGD tenders and
ongoing operating jobs.

Bidder request owner to accept the same.

The limestone as received in the plant will be expected to be of (-) 300 mm


size. Single stream of conveyor shall feed the limestone to the screen via
3.6.0 surge hopper to separate (-) 25 mm before feeding to crusher. Over size (+)
25 mm limestone shall be fed to crusher for reducing to (-) 25 mm size.
AND
AND
FCE-111155-
4 of 19 Vibrating screen feeder shall be used for extraction of limestone below
ME-DWG-
the surge hopper as regular practice.
3 SURATGARH II 2&6 2.2 PFD-3440- Bid specification prevails
AND
008
- Owner is requested to confirm.
Schematic
Diagram for
Limestone
Handling
System

Bidder request Owner to furnish the ID fan outlet duct (from ID fan
4 SURATGARH II 6 - - - outlet to Chimney inlet) plan & sectional drawing for planning of FGD Shall be furnished during detailed engineering
system duct tapping point.
Bidder request owner to furnish the exisitng coal conveyor plan &
sectional drawing for planning of FGD facilities.
5 SURATGARH II 6 - - Plot plan Shall be furnished during detailed engineering
1. Exisitng conveyor from JNT-2 to JNT-3
2. Existing conveyor towards power block side from JNT-2

Signature Not Verified


Digitally signed by AJAY KUMAR SHARMA
Date: 2019.08.22 16:58:27 IST
Location: Rajasthan
Page : 100 of100

Potrebbero piacerti anche