Sei sulla pagina 1di 8

CLARIFICATION TO TECHNICAL SPECIFICATION (SECTION VI)

A B C D E F G H

1
SPECIFICATION REFERENCE
S. NO. SPECIFICATION REQUIREMENT BIDDER'S QUERY NTPC'S CLARIFICATION

2
SEC/PART SUB SEC. PAGE NO. CLAUSE NO.
Bhilai (2X250 MW) II-A5-6- As per the Drg. No. PE-DG-239-100-002 REV.1 sheet 4 of 4 - Pipe cable trestle layout section PR-13 & PR-
Pipe Cable Trestle Layout 14 - pile/cable trestle top is (+)9.55 M & (+)12.95 M., where as, during site visit the pipe /cable trestle
are found to be routed at elevation of (+)2.2m (TOS) over which pipes of 400 nb(max) are routed ( refer
reference drg. no. PE-DG-239-100-002 REV.1 -sheet 2 of 4) ). Bidder presumes and considers to route
3 1 - - - Observation during site visit the FGD duct clearing the existing the pipe routing as per the site conditions and as per drg no. PE-DG-
239-100-002 REV.1 -sheet 2 of 4) . Please check and confirm.

Space provided by NTPC is not sufficient to accommodate all the FGD facilities. During site visit bidder
has noticed that free space available with in the c o-ordinates between E 9000 & E 9200 and N 2000 & N
1800.
Bidder requsts NTPC to provide above additional space for Limestone handling conveyor, Crusher, Bulk &
Day Silos, Mill building and slurry preparaion of FGD System and equipment. Please confirm.
4 2

Bhilai (2X250 MW): GENERAL LAYOUT PLAN


Bhilai (2X250 MW) II-A5-1- DRG. NO. B/TS/PLOT, SHT 1 of 1, Rev.
General Layout Plan.pdf 0
Space provided by NTPC is not sufficient to accommodate all the FGD facilities. During site visit bidder
has noticed that free space available with in the c o-ordinates between E 9000 & E 9200 and N 1800 & N
1600 .
Bidder requests NTPC to re-routing of road and provide additional space beside Waste water Holding
Tank as indicated.
5 3

Bhilai (2X250 MW): GENERAL LAYOUT PLAN


Bhilai (2X250 MW) II-A5-1- DRG. NO. B/TS/PLOT, SHT 1 of 1, Rev.
General Layout Plan.pdf 0
Bidder requests NTPC to Shift existing Scooter parking Shed to some other place and provide space
beside BMD Maintenance bay/stores for FGD System. Bidder request NTPC to provide space between
the co-ordinates E 9400 & E 9600 and N 2000 & N 1800.

6 4

Bhilai (2X250 MW): GENERAL LAYOUT PLAN


Bhilai (2X250 MW) II-A5-1- DRG. NO. B/TS/PLOT, SHT 1 of 1, Rev.
General Layout Plan.pdf 0
Space provided by NTPC is not sufficient to accommodate all the FGD facilities.
Bidder requests NTPC to provide additional space of 140m x60 m required for Limestone handling
conveyor, Crusher, Bulk & Day Silos, Mill building and slurry preparaion of FGD System.
7 5
Rourkela PP-II (1X250 MW): PLOT PLAN
Rourkela (1X250 MW) II-A7- DRG. NO. PE-DG-427-100-M001, SHT
1-General Layout Plan.pdf 1 of 1, Rev. 09
NTPC to provide following drawings, which are not received along with the tender document.
1. Existing coal conveyor 16A/B
2. Existing coal conveyor 5A/B
3. Equipment Layout Plan
Sipat-I (3X660 MW) II-A6-1- The above drawing were asked in earlier clarification on draft tender, which are extremely essential for
8 6 General Layout Plan planning of FGD facilities.

NTPC to note that in the provided FGD space, existing railway track is passing. hence, entire space can
not be utilised for FGD facilities. Bidder requests NTPC to provide additional space of Approx. 150m
length x 70m wide as marked in the below snap to accomodate all the facilities.

Sipat-I (3X660 MW) II-A6-1-


9 7 General Layout Plan

LOT-2 PROJECTS - FGD SYSTEM PACKAGE BID DOC. NO.:CS-0011-109(2)-9 Page 1 of 8


CLARIFICATION TO TECHNICAL SPECIFICATION (SECTION VI)

A B C D E F G H

1
SPECIFICATION REFERENCE
S. NO. SPECIFICATION REQUIREMENT BIDDER'S QUERY NTPC'S CLARIFICATION

2
SEC/PART SUB SEC. PAGE NO. CLAUSE NO.
Bidder requests owner to provide following drawings
1. Stage-I, ID system elevation and plan drawing
2. Stage-I, Equipment Layout Plan of stage-I facilities
3. Stage-I, Pipe Cable Trestle Layout with foundation details
4. Existing coal conveyor 18A/B, 19A/B & 20A/B (i.e. Conveyors between TP-18, TP-19, TP-20 & TP-21)
5. Existing coal conveyor 6A/B (i.e. Conveyor between TP-4 & TP-5)
6. AHP key plan of Stage-II AHP facilities to check interference with existing AHP facilities.
Simhadri-II (2X500 MW) II- The above drawing were asked in earlier clarification on draft tender, which are extremely esential for
10 8 A5-1-General Layout Plan planning of FGD facilities.

To accommodate the FGD facilities within the available space, Bidder requests NTPC to provide yellow
marked space as indicated in below snap near stage-II AHP area.

Simhadri-II (2X500 MW) II-


11 9 A5-1-General Layout Plan

NTPC to note that stage-I existing facilities like existing duct, pipe racks, ID fans, duct from ESP to ID fans,
10 Simhadri-II (2X500 MW) II- existing workshop building etc are not shown in the GLP received along with tender. NTPC is requested
12
A5-1-General Layout Plan
to provided the updated GLP to plan FGD layout at our end.

NTPC to provide Coal conveyor drawings between TP5 & TP6 for planning of FGD facilities.

11 NTECL Vallur (3X500 MW) -


13 Vallur GLP

As per GLP, Bidder noticed there are Conveyor, FO Tanks, Rail tracks and PIPE CUM CABLE RACK across
FGD Space allocated area.
Bidder requests NTPC to provide detail elevation drawings of the same.
1. Stage-I, ID system elevation and plan drawing
2. Stage-I, Equipment Layout Plan
3. Stage-I, Pipe Cable Trestle Layout with foundation details
4. Stage-II, Equipment layout plan
5. Stage-II, Pipe Cable Trestle Layout with foundation details
6. Conveyor drawings between TP3 & TP4, TP15 & TP16 and TP23 & TP24.
NTPC Talcher Kaniha (6X500 7. PIPE CUM CABLE RACK across FGD Space allocated area.
12 MW) - 8. AHP key plan of Stage-I, Stage-II and stage-III AHP facilities.
14
9. Stage-II & stage-III ESP swithgear room GA drawing along with foundation details drawing.
Talcher GLP The above drawing were asked in earlier clarification on draft tender, which are extremely esential for
planning of FGD facilities.

NTPC to note that stage-I existing facilities like existing duct, pipe racks, ID fans, duct from ESP to ID fans,
NTPC Talcher Kaniha (6X500 ESP swithgear building, other AHP faclites etc are not shown in the GLP received along with tender.
MW) - NTPC is requested to provided the updated GLP to plan FGD layout at our end.
15 13
Talcher GLP

LOT-2 PROJECTS - FGD SYSTEM PACKAGE BID DOC. NO.:CS-0011-109(2)-9 Page 2 of 8


CLARIFICATION TO TECHNICAL SPECIFICATION (SECTION VI)

A B C D E F G H

1
SPECIFICATION REFERENCE
S. NO. SPECIFICATION REQUIREMENT BIDDER'S QUERY NTPC'S CLARIFICATION

2
SEC/PART SUB SEC. PAGE NO. CLAUSE NO.
NTPC to note that provided space for FGD is not sufficient to accommodate all 6 units absorber along
with chimney. Hence, to accommodate all the absorber within the allocated space bidder request NTPC
to shift the existing road by 15m towards the railway track. please refer below snap for further
clarification.

NTPC Talcher Kaniha (6X500


MW) -
16 14
Talcher GLP

To accommodate the FGD facilities within the available space, Bidder requests NTPC to provide following
additional space (Grid E 600-900, N 300- 600)

NTPC Talcher Kaniha (6X500


MW) -
17 15
Talcher GLP

GLP for Lot-2 Bidder has considered the space as allocated in the general layout plan drawing and based on the site
visit.This is done to accomodate various equipments / system of FGD as per tender specificaiton. Bidder
18 16 For LOT-2 Layouts General tender for all requests NTPC to provide the space as identified,which is clear without any obstruction at the time of
projects. award of contract. Please confirm.

GLP for Lot-2 As seen from the GLP of various projects the space earmarked for FGD system is inadequate. To
19 17 For LOT-2 Layouts -- -- tender for all accommodate FGD system, some facilities like roads are to be relocated. Bidder request owner to take a
projects. note of the same and make necessary arrangment for such re-locations.

14.00.00 07 of 09 The contractor scope shall also include the provision of FGD trestle Due to space constraint in the Layout , Bidder has considered existing Owner's pipe racks for routing
for routing of air & water lines, slurry lines, steam line, waste water, pipes / cables ( tapping from terminal points) related to FGD system. In other areas with in FGD, new
etc. .. required for the complete trestle as required. Please confirm.
SECTION-VI, PART-A process operations.
20 18 SUB-SECTION-III-A1
(FGD)

21 19 For LOT-2 Layouts Bidder has considered that the GLP provided by NTPC are final and the sizes and orientations of the
buildings/structures indicated in the same are 'not to exceed'. Bidder shall plan FGD system facilities and
duct layouts accordingly. Any modification required in duct layout due to variation in building/structure
- - - - size shall be compensated by Owner.
Section- VI, Part-B Bid Doc. Sub-Section I-M6 - Limestone & 6 of 41 .4.04.00 Dust Extraction system - Venturi Scrubber Type For limestone handling system, it is generally recommended to provide dry type DE system and the
No. CS-0011-109(2)-9 Gypsum Handling system same is followed in NTPC - LOT-1A &1B tenders. Please confirm.

22 20

LOT-2 PROJECTS - FGD SYSTEM PACKAGE BID DOC. NO.:CS-0011-109(2)-9 Page 3 of 8


CLARIFICATION TO TECHNICAL SPECIFICATION (SECTION VI)

A B C D E F G H

1
SPECIFICATION REFERENCE
S. NO. SPECIFICATION REQUIREMENT BIDDER'S QUERY NTPC'S CLARIFICATION

2
SEC/PART SUB SEC. PAGE NO. CLAUSE NO.
Section- VI, Part-A Bid Doc. Sub-Section III-A5- Limestone & 3.04.00 Complete dust extraction system …
No. CS-0011-109(2)-9 Gypsum Handling system
23 21 As gypsum generated is with moisture of 10% (max.), there shall not be any dry dust. Dust extraction
system will work only for the dry material. Hence we do not recommended to provide any kind of dust
3 of 4 extraction system for gypsum handling system. Please confirm.
Section- VI, Part-B Bid Doc. Sub-Section I-M6 - Limestone & 1.7.0 Datasheet of Limestone crusher - Limestone feeding arrangement - As the two clauses are contradictory, Bidder presumes that vibrating feeder to be considered. NTPC to
24
No. CS-0011-109(2)-9 Gypsum Handling system through vibrating screen feeder arrangement. please check and confirm.
28 if 41
22
Section- VI, Part-B Bid Doc. Sub-Section I-M6 - Limestone & In limestone crusher house, limestone from each incoming conveyor
25
No. CS-0011-109(2)-9 Gypsum Handling system shall pass through (1) no. of dedicated vibrating feeder….
2 of 41 3.1.3
- - - - Sieve analysis & Material CharacteristicS / Physical properties for the Please furnish us feed sieve analysis, material characteristics / Physical properties and typical
limestone as received input distribution of limestone (unloaded through trucks) for selection of the limestone crusher.
26 23

Sub-Section I-M1 - Limestone & 25 of 46 7.04.09 Gypsum cake from each belt filter shall be discharged through a Gypsum cake from the vacuum belt filter shall be directly fed to the dedicated belt conveyor through the
24 Gypsum Handling system hopper onto belt conveyor being provided by the contractor. chute. Hence, Hopper arrangement is not required. NTPC to confirm.
27 Section-VI, Part-B Bid Doc.
No. CS-0011-109(2)-9

(ix) Pressure drop considered for FGD & De-NOx systems in existing
28 25 SECTION – VI, PART-B SUB-SECTION-I-M1 (FGD) 4.01.02 10 OF 52 ID fan in: Please clarify whether this pressure drop is with margin or without margin..
550 mmWC

However, 3 x 50% Gas Cooling Pumps instead of Slurry Recirculation Please modify the clause as "3 x 50% or 2x100% Gas Cooling Pumps instead of Slurry Recirculation shall
29 26 SECTION – VI, PART-B SUB-SECTION-I-M1 (FGD) 5.01.00 B 15 OF 52 shall be provided. be provided." The best option shall be selected by the bidder.
Absorber Oxidation Systems: Bidder request NTPC to modify the clause as,
30 27 SECTION – VI, PART-B SUB-SECTION-I-M1 (FGD) 5.03.02 16 OF 52 Head: For Bubbling Type process…………..or minimum 3500 mmwc "Absorber Oxidation Systems:
whichever is higher. Head: For Bubbling Type process…………..or minimum 3000 mmwc whichever is higher."

The Screens shall be made of made of Alloy 59 /C276 or abrasion Bidder request NTPC to modify the clause as,
31 28 SECTION – VI, PART-B SUB-SECTION-I-M1 (FGD) 5.06.23 21 OF 52 resistant FRP/Polypropylene (in case Contractor/Collaborator has "The Screens shall be made of made of Alloy 59 /C276 or SS 316L or abrasion resistant
proven experience). FRP/Polypropylene (in case Contractor/Collaborator has proven experience)."

Absorber includes side entry agitators, the contractor shall offer and
demonstrate mixing arrangement such that n-1 number of agitators Bidder request NTPC to modify the clause as,
are sufficient to avoid the "In case vertical agitators in Absorber are offered, one complete mechanical assembly of agitator shall
32 29 SECTION – VI, PART-B SUB-SECTION-I-M1 (FGD) 5.02.00 15 OF 52 slurry settlement in the absorber tank in case of one agitator under be supplied as warehouse spare for each Absorber or shall offer and demonstrate mixing arrangement
breakdown (ntotal no. of working agitators). In case vertical agitators such that n-1 number of agitators are sufficient to avoid the slurry settlement in the absorber tank in
in Absorber are offered, one complete mechanical assembly of case of one agitator under breakdown (n, total no. of working agitators >3)."
agitator shall be supplied as warehouse spare for each Absorber.

30 SECTION-VI, PART-A SUB-SECTION-III-A4 6.03.00 6 of 88 g) Interconnection between the clarified water outlet channel and Kindly provide the location at which FGD clarifier outlet is to be connected to existing clarifier outlet.
33
outlet channel Existing clarifier.

(i) Kindly furnish terminal point location, terminal point parameters like flow, pressure, temperature,pipe
i) Necessary piping, valves, control and instrumentation etc
31 SECTION-VI, PART-A SUB-SECTION-III-A4 6.03.00 6 of 88 arrangement for Tap off from the existing chlorine dosing system of size, dosage rate, etc of existing chlorine dosing sytem.
34 (ii) Since chlorination is not in Bidder's scope, Bidder understands that no approval from statutory body
St-I/St-II.
like CCOE is in Bidder's scope. Please confirm Bidder's understanding.

32 SECTION-VI, PART-A SUB-SECTION-III-A4 6.05.00 7 of 88 a) Preparation and dosing system equipments shall be installed in the Please provide the tentative routing of dosing lines from existing chemical house to FGD PT plant.
35
existing chemical house of the stage-II.

(VII) –
Horizontal Raw water Pump:
36 33 SECTION-VI, PART-A SUB-SECTION-III-A4 14 of 88 Please furnish tentative routing for raw water supply line to FGD PT plant which Bidder can follow/utilise.
Centrifugal Raw (sweet water) water pump house of St-II (2X500MW)
Pump

LOT-2 PROJECTS - FGD SYSTEM PACKAGE BID DOC. NO.:CS-0011-109(2)-9 Page 4 of 8


CLARIFICATION TO TECHNICAL SPECIFICATION (SECTION VI)

A B C D E F G H

1
SPECIFICATION REFERENCE
S. NO. SPECIFICATION REQUIREMENT BIDDER'S QUERY NTPC'S CLARIFICATION

2
SEC/PART SUB SEC. PAGE NO. CLAUSE NO.
b) 1) The chemical tank which is proposed to be used for preparation Generally for PT plant, all chemical tanks outlet valves are manual valves and the same is also shown in
37 34 SECTION-VI, PART-A SUB-SECTION-III-A4 Chemical 21 of 88 and supply of chemicals at any instant shall be selectable through NTPC's tender P&IDs.
House control system. Hence, please eloborate this requirement.

23)Chlorination (if required) shall be suitably taped off from the Kindly furnish the location, tentative routing and terminal point parameters like flow, pressure,
38 35 SECTION-VI, PART-A SUB-SECTION-III-A4 7.06.00 28 of 88 existing CW chlorination system located nearby CW pump house temperature,pipe size, dosage rate, etc of existing chlorine dosing sytem.
alongwith necessary piping, valve, control & instrumentation etc.

25) Required number of lifting bar, dial type load indicator, Please note that chlorination system is not in Bidder's scope. Hence, handling for chlorine tonners shall
39 36 SECTION-VI, PART-A SUB-SECTION-III-A4 7.06.00 28 of 88 electrically operated mono rail hoists for handling chlorine tonners not be in Bidder's scope. Please confirm.

i) Please furnish the flow, pressure, temperature available at terminal point and its location.
40 37 Sea water PT & Desalination plant applicable for Vallur TPP: ii) Please furnish the terminal point pressure at which Bidder shall terminate the discharge and its
location.
i) Contractor shall take a tap off suitably from the existing CW blow
down header (To CMB) available near the proposed Sea water PT &
Desalination plant (as indicated in GLP).
ii) Contractor shall terminate the discharge of backwash, cleaning &
SUB-SECTION-IV chemical waste and PT plant sludge into the existing CW blow down
TERNINAL POINTS & header (To CMB) available at 200 meter downstream of intake point
SECTION-VI, PART-A EXCLUSIONS 1.05.00 2 of 3 to sea water PT & desalination plant.
41 Please provide the value of NOx in flue gas composition
SUB-SECTION-V 1.00.00 1 0f 21 SALIENT DESIGN DATA
42 38 SUB-SECTION-V 2.00.00 3 0f 21 SALIENT DESIGN DATA Please provide the value of NOx in flue gas composition
43 SUB-SECTION-V 3.00.00 A 5 0f 21 SALIENT DESIGN DATA Please provide the value of NOx in flue gas composition
44 SECTION-VI, PART-A SUB-SECTION-V 3.00.00 B 7 0f 21 SALIENT DESIGN DATA Please provide the value of NOx in flue gas composition

FGD facilities for Bhilai Package:


45 39 VI - A II - A5 22 of 30 Annexure IV -- Bidder requests NTPC to share borehole details for locations adjacent to identified FGD space.

40 VI - A II - A3 21 of 29 Annexure III -- FGD facilities for Sipat Package:


46 Bidder requests NTPC to share borehole details for locations adjacent to identified FGD space.

Sipat-I & Vallur: Two numbers 11kV motors per unit shall be fed from
SECTION – VI /PART-E 0011-109(2)-P0E-J-001/B Note no. 10 existing spare feeders in station boards as indicated in tech. spec.
47
Necessary augmentation and modification required in switch gear
panels for this purpose shall be in scope of bidder.

41 Rourkela:Two numbers spare panels in owners station switchgears


48 SECTION – VI /PART-E 0011-109(2)-P0E-J-001/F Note no. 10 shall be suitably modified to DE type for feeding of 6.6 kv FGD tie Request Employer to share the drawings- GA and SLD of existing Switchgear. Same is required for
switchgears. estimating the cost of augmentation and modification of these feeders.

Bhilai: Two numbers 6.6 kv motors per unit shall be fed from existing
SECTION – VI /PART-E 0011-109(2)-P0E-J-001/E Note no. 10 spare feeders in unit boards as indicated in SLD. Necessary
49
augmentation and modification required in switch gear panels for
this purpose shall be in scope of bidder.

42 SECTION – VI /PART-E 0011-109(2)-P0E-J-001/C Talcher STPP-I &II : 11 KV FGD Switchgear Scheme Bidder proposes to have single 11 KV tie Switchgear and 3.3 KV tie Switchgear for all the four units in
50
3.3 KV FGD Switchgear Scheme line with other LOT-2 projects. Please concur.
Talcher STPP I & II: Three numbers DG set for entire FGD plant shall Bidder proposes to have only single DG for entire FGD system as a whole in line with other LOT2
51 43 SECTION – VI /PART-E 0011-109(2)-P0E-J-001/C Note no. 8 be provided by the bidder for meeting the emergency load
envisaged. projects. This DG shall feed the emergency MCC(common for entire Plant).Please concur

Talcher STPP I & II:Bidder shall provide 03 nos. DC system of


52 44 SECTION – VI /PART-E 0011-109(2)-P0E-J-001/E Note no. 7 Bidder proposes to have only 01 nos 220 V DC system for entire FGD system as a whole. Please concur
adequate capacity for meeting DC loads in FGD area.

For Step and Touch potential the following parameters shall be


considered Bidder understands that separate touch & step potential calculation is not required for FGD package.
53 45 SECTION – VI, PART-B SUB SECTION II-E-19 38 of 44 8.07.05 c) i) Current distribution factor – 1(One) However necessary supporting calculations shall be submitted for maintaining the ground grid Bidder understanding is correct.
ii) Duration of fault current - 0.5 sec resistance less than 1 ohm. Please confirm.
iii) Human body weight - 50kg

LOT-2 PROJECTS - FGD SYSTEM PACKAGE BID DOC. NO.:CS-0011-109(2)-9 Page 5 of 8


CLARIFICATION TO TECHNICAL SPECIFICATION (SECTION VI)

A B C D E F G H

1
SPECIFICATION REFERENCE
S. NO. SPECIFICATION REQUIREMENT BIDDER'S QUERY NTPC'S CLARIFICATION

2
SEC/PART SUB SEC. PAGE NO. CLAUSE NO.

Process Water Employer to note that in general,process water tap off point are quite away from space provided for
For process water requirement, Contractor shall take a tap off FGD. Hence, Bidder requests Employer that whereever applicable, process water booster pump (in FGD
54 46 SECTION – VI /PART-A SUB-SECTION-IV 2 OF 3 1.04.00 suitably from the existing blow down header available near FGD area scope) can be fed from near by client switchgear in case the tap off point is far away from FGD area.
except for coastal projects(Simhadri STPP & Vallur TPP). Employer to concur.

Lightning protection system shall conform to IS:2309. It shall Please note that IS 2309 has been withdrawn. Bidder understands that IEC-62305 shall be used for
55 47 SECTION – VI /PART-B SUB-SECTION-II-E21 13 of 17 5.07.01 comprise vertical air termination, horizontal air termination, down lightining protection system design in absence of IS. Employer to confirm.
conductor, test links, earth connections and earth electrodes.

Bidder understands that outdoor lighting panels shall have IP55 degree of protection. However, IP54
SUBSECTION-II-E15
56 48 Section-VI, Part-B LIGHTING 7 of 18 4.00.00 ; 10 (a) Lighting panels shall have min. IP55 degree of protection. shall be provided for indoor lighting panels.
Owner is requested to confirm.

LP-1
3No. 415V, 32 A, TP MCB
(31/2Cx70sq.mm cable)
LP-2 Bidder understands Cable size requirement mentioned in lighting panel section is indicative only.
49 Section-VI, Part-B SUBSECTION-II-E15 8 of 18 4.00.00 ; 10 (i)
57
LIGHTING 3No. 415V, 32 A, TP MCB Bidder shall select required size of cables as per sizing criteria.
(31/2Cx35sq.mm cable) Please confirm.

LP-D1
1No. 220V,32 A, DP Isolator
(2Cx35sq.mm cable)

Occupancy based Passive Infra-red sensors Please note that as per general industrial practice,Bidder will consider occupancy based passive Infra-
50 Section-VI, Part-B SUBSECTION-II-E15 11 of 18 4.07.00 The sensors shall be recess mounted, programmable type suitable red sensors in area like Office, Conference room & Control Room.
58
LIGHTING for lighting load of 6A
with variable off delay settings. Owner is requested to confirm.

FOR COAL HANDLING PLANT/FGD PLANT AREA THE FOLLOWING


SHALL ALSO BE APPLICABLE:-
51 SECTION – VI /PART-B SUB-SECTION-II-E6 5 of 23 3.02.05 (a) All overhead cable routes shall be along the route of the conveyor Please note that for Talcher STPP, there shall be cables coming from Switchyard area to FGD area.
59 gallery on separate supporting structures and cable shall be laid in Employer is requested to suggest cable route and raceway for the same.
vertical trays. .......Directly buried cable, if essential shall not have
concentration of more than 4 cables on one route

PROVENNESS CRITERIA FOR ELECTRICAL EQUIPMENTS


4.03.07 SWITCHYARD 220KV EQUIPMENT
220kV Circuit Breakers being offered should be from Manufacturer As per this clause of proveness criteria, bidder understands that for extension of 220kV bay in Talcher, it
60 52 SECTION – VI /PART-A SUB-SECTION-I 16 OF 21 4.03.00 who has manufactured and supplied atleast five(5) nos. of three is not necessary to have switchyard equipment of same make as that of exisiting switchyard equipment Bidder Understanding Is Correct
phase circuit breakers suitable for Air Insulated Substation/ make. Please confirm.
Switchyard of 220 kV or above class which should have been in
successful operation for at least two(2) years.

Terminal points of Contractor's electrical scope, applicable for all


systems/subsystems described in relevant clauses for SCOPE is given For TSTPS,Bidder proposes that if there is spare availability(of adequate capacity) in the existing
61 53 SECTION- VI, PART-A SUB-SECTION-IV 3 OF 3 1.13.01 below: station/Unit switchgear then modification/extension of transformer bay in existing switchyard may not
i) Employer's HT switchgear be required.Request employer to please check and confirm the same.
ii) Employer 220kV Bus at Switchyard (For TSTPS only)

54 TSTPS-I&II (6X500 MW) II- 400KV SWITCHYARD


62 Please note that referred two drawings are contradictory. General layout indicates 400KV switchyard and
A1-1-General Layout Plan
SLD indicates 220kV. Please clarify.
63 55 SECTION – VI /PART-E 0011-109(2)-P0E-J-001/C 230KV SWITCHYARD
Please note that there shall be no FGD loads that needs 33kV voltage supply. Hence, Bidder propose to
64 56 SECTION – VI /PART-E 0011-109(2)-P0E-J-001/C 220/34.5kV have 220/11kV transformer that shall further feed 11kV switchgear. Instead of having 33kV voltage
intermediate switchgear in between. Please concur.

TSTPS-I&II (6X500 MW) II- General layout of Talcher does not indicate any space allocated for extension of switchyard for FGD, and
65 57 further placement of 220/34.5kV transformer and 33kV switchgear. Request employer to indicate the
A1-1-General Layout Plan same.

Twisted pair with round steel wired armour (SWA), Type A fieldbus
cable complying to 61158 (detailed Specification as per PART-B), …
66 VI/A IIIC 3 of 19 1.02.01 (F) for fieldbus based instruments and actuators shall be provided by
the contractor under this package Bidder understands that Fieldbus Trunk cable shall be Single pair as per IEC-61158 Type-A specification.
Accordingly, Instrumentation cables other than Fieldbus cables, shall be minimum 4 pair type for
58 connection between field/JB and DDCMIS.
Kindly confirm / clarify.

LOT-2 PROJECTS - FGD SYSTEM PACKAGE BID DOC. NO.:CS-0011-109(2)-9 Page 6 of 8


CLARIFICATION TO TECHNICAL SPECIFICATION (SECTION VI)

A B C D E F G H

1
SPECIFICATION REFERENCE
S. NO. SPECIFICATION REQUIREMENT BIDDER'S QUERY NTPC'S CLARIFICATION

2
Bidder understands that Fieldbus Trunk cable shall be Single pair as per IEC-61158 Type-A specification.
SEC/PART SUB SEC. PAGE NO. CLAUSE NO. Accordingly, Instrumentation cables other than Fieldbus cables, shall be minimum 4 pair type for
58 connection between field/JB and DDCMIS.
Minimum 4 pair Instrumentation Cables shall be used for connection Kindly confirm / clarify.
67 VI/B III-C5 18 of 22 8.03.08 (b) between field/JB and DDCMIS marshalling cabinet …

Common system process blocks:


i. Gypsum De watering Handling common system block.
ii. Lime stone preparation and handling common system block. Bidder understands that a common process block can be considered including all common systems like
68 59 VI/A IIIC 4 of 19 2.02.01 (b) iii. Other associated common system including RO based Gypsum Dewatering / handling, Limestone preparation / handling, water treatment system etc.
Kindly confirm / clarify.
Desalination system, Water treatment system (as applicable)

Cabling from ACDB to FGD OWS (located in CCR) shall be in bidder's


69 60 VI/A IIIC 5 of 19 2.04.02 scope of supply. Kindly inform the cable route length to be considered for the same.

Marshalling cabinets separate from system cabinets for terminating


inputs from field, MCC/SWGR etc., for further wiring to control
70 VI/A IIIC 7 of 19 2.10.00 (b) system and for terminating outputs from control system to
MCC/SWGR etc.

Bidder understands that either separate marshalling cabinet or system cabinet with partition for
61 marshalling, can be considered as per OEM's standard & proven practice.
In case DDCMIS supplier can provide system cabinet with suitable Kindly confirm / clarify.
partition to create separate marshalling area on the rear side of the
VI/A IIIC 7 of 19 2.10.00 (e) system cabinet, ensuring that dust ingression does not take place in
71
system area, the same can also be accepted subject to Employer’s
approval during detailed engineering stage.

Analyzers mentioned in S.No. 1 to 7 of the above list of flue gas


62 VI/A IIIC 12 of 19 3.03.01, Notes: analyzers for CEMS are not applicable for NSPCL Rourkela Bidder understands that for NSPCL Rourkela (1X250MW) project, all CEMS related supply and services
72 9 (1x250MW) project. are excluded from Bidder's scope. Kindly confirm / clarify.

Bidder shall connect analysers instruments of his scope and provide


single point/port for connection with Employer's cloud server. Bidder understands that Bidder's Terminal point for the same shall be at a single point/port near
73 63 VI/A IIIC 12 of 19 3.03.02 Further connection to Employer's cloud server shall be in the scope Bidder's CEMS. Kindly confirm / clarify.
of Employer.

VI/A IIIC 16 of 19 10.00.00 Interfacing with Employer's DDCMIS


74

A redundant station-wide LAN for ... connecting to Employer's


Station LAN through firewall. This shall include all cables and Bidder understands that necessary hardware / software modifications as required at Employer's System
75 VI/A IIIC 5 of 19 2.04.02 accessories required for connecting Contractor's system upto the end, to interface with Bidder's system, shall be in Employer's scope.
64 Employer's systems such as Station LAN, etc. Kindly confirm / clarify.

Redundant Master Clock are located in CER. Interconnecting cables


76 VI/A Appendix-I to Part- A 2 of 2 Note:3 shall be on as required basis.

Hardwired signal exchange between BOP DDCMIS/ CHP DDCMIS


77 VI/A IIIC 16 of 19 10.01.00 (under Employer's scope) and FGD DDCMIS Bidder understands that with respect to Limestone unloading through road, Limestone Handling system
shall be independent of Coal Handling System. Accordingly, no interface of FGD DDCMIS is envisaged
65 with CHP DDCMIS.
Kindly confirm / clarify.
Limestone will be received to power plant through road by trucks…
78 VI/A III-A5 1 of 4 2.01.01

Cabling from DCDB to RIO panel (located in CER) shall be in bidder's Kindly inform the cable route length to be considered for the same.
79 66 VI/A IIIC 16 of 19 10.01.00 scope of supply.

In order to achieve above, following shall be redundant with


automatic change-over (including the associated software), as a
minimum:
80 VI/B III-C5 2 of 22 1.06.04 …
Output modules

Bidder understands that Output redundancy shall be considered as specified in Volume-VIA, Sub-
67 Section-IIIC Cl.No.2.15.00.
Kindly confirm / clarify.

LOT-2 PROJECTS - FGD SYSTEM PACKAGE BID DOC. NO.:CS-0011-109(2)-9 Page 7 of 8


CLARIFICATION TO TECHNICAL SPECIFICATION (SECTION VI)

A B C D E F G H

1
SPECIFICATION REFERENCE
S. NO. SPECIFICATION REQUIREMENT BIDDER'S QUERY NTPC'S CLARIFICATION

2
SEC/PART SUB SEC. PAGE NO. CLAUSE NO. Bidder understands that Output redundancy shall be considered as specified in Volume-VIA, Sub-
67 Section-IIIC Cl.No.2.15.00.
Kindly confirm / clarify.
Output redundancy is applicable for 10% of drives including MOVs,
VI/A IIIC 9 of 19 2.15.00 Pneumatic On/Off / Control valves, Electrical breakers etc.
81
distributed in various functional groups. Exact application shall be
finalized during detailed engineering.

Specification of the Vibration Monitoring System


82 VI/B I-M6 28/29 of 41 4.0.0
Bidder understands that Vibration Monitoring system specification for complete FGD system (including
Crushers), shall be as specified in Volume-VIB Sub-section III-C2. Accordingly, VMS specification in Sub-
68 section I-M6 Cl.No.4.0.0 shall be superseded.
Vibration Monitoring System Kindly confirm / clarify.
83 VI/B III-C2 32 of 40 12.00.00

Limestone & Gypsum Handling Plant Main Control Room Bidder understands that no separate Control room is envisaged for Limestone/ Gypsum Handling, and
84 69 VI/B I-M6 31 of 41 6.3.01 the same shall instead be read as 'FGD Control Room'.
… Kindly confirm / clarify.

Status indications in Large Video Screen


85 VI/B I-M6 36 of 41 6.06.02 Following individual status indications shall be provided in LVS with
individual ON/OFF/TRIP indications on CRT.
70 Bidder understands that no LVS is envisaged for the FGD system as per Appendix-I to Part- A, Section-VI.
Kindly confirm / clarify.
The contract quantity of hardware and peripherals of HMIPIS,
programming station etc. shall be as per Appendix-I to Part- A,
86 VI/A IIIC 3 of 19 2.01.00
Section-VI of Technical specification read in conjunction with detailed
technical specification.

DDCMIS/Control desk shall be provided with adequate number of


87 VI/B I-M6 36 of 41 6.07.00 facia type annunciation windows operating through DDCMIS for the
following audio-visual fault annunciation purposes.
Bidder understands that all annunciations are envisaged through OWS, and no hardwired facia type
71 annunciation is envisaged for the same.
The OWS annunciation will replicate in software the salient features Kindly confirm / clarify.
of conventional hardware annunciations facia (for permanent
88 VI/B III-C5 14 of 22 5.02.01 viewing i.e., not operator changeable) while presenting more
flexibility.

Bidder understands that no mimic lamp related arrangement on Control Desk is envisaged dedicatedly
… Further Mimic lamps for HT and LT SLDs shall be provided on the
89 72 VI/B I-M6 36 of 41 6.06.02 (m) control desk. for Handling system SLDs, inline with NIT VI-A Sub-Section-IIIC. Kindly confirm / clarify.

LOT-2 PROJECTS - FGD SYSTEM PACKAGE BID DOC. NO.:CS-0011-109(2)-9 Page 8 of 8

Potrebbero piacerti anche