Technical Specification 1601291135
Technical Specification 1601291135
FGMBNGN:AGITATORS:ROO
SPECIFICATION NO : FGD:BNGN:AGITATORS
END CUSTOMER NTPC
PROJECT BONGAIGAON 3X250 MW
BUYER (EPC) BHEL RANIPET
APPLICATION : WET LIMESTONE FGD
This document is meant for the exclusive purpose of bidding against this specification and
shall not be transferred, reproduced or otherwise used for purposes other than that for
which it is specifically issued.
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
Purpose
Sl. Offer part
Description
No.
1. Documents for meeting the Pre- Part -1 Qualification requirement
Qualification Requirement (3K format has to for considering the offer
be submitted along with supporting
documents)
2. Reference list – Annexure-I Part -1 Qualification requirement
for considering the offer
3. Compliance to the technical specification Part-1 Technical evaluation
(Complete Specification with Signature and
Seal along with filled Annexures)
4. Data sheet of all Agitators (As per Part -1 Technical evaluation
Annexure-II)
5. GA drawing, Exploded view with Material of Part -1 Technical evaluation
construction, total weight of all Agitators
models offered
6. Performance curve & TS curve of Agitators Part -1 Technical evaluation
Page 2 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
Page 3 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
CONTENTS:
MAIN SUPPLY
Page 4 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
Page 5 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
1. POWER SUPPLY
The following voltage levels shall apply:
3 phase, 3.3 kV AC ,50 Hz Voltage for motors equal to / bigger than
200KW and for power distribution within
the plant.
3 phase, 415 V, AC , 50 Hz Standard voltage for power supplies to
electric power consumers and motors
Above 0.2 KW and upto 200 kW.
240V AC / 3 phase 415 V AC, 50 Hz Standard voltage for power supplies to
electric power consumers and motors
Upto 0.2 kW.
1. All equipments shall be suitable for rated frequency of 50 Hz with a variation of + 3%
& -5%, and 10 % combined variation of voltage and frequency unless specifically
brought out in the specification.
2. Bidder shall design and supply the equipment suitable for satisfactory operation
under above mentioned power supply condition.
Page 6 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
Page 7 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
agitators shall be complete with motor, gearbox, agitator shaft, coupling, safety guards,
mechanical seal (for side entry agitators), impeller, support legs, agitator mounting flange
including bolts nuts and gasket etc.
All agitator parts and accessories in contact with the stirred fluid shall be constructed of
4. materials specifically designed for the conditions and nature of the stirred fluid and be
resistant to erosion and corrosion.
MOC of various agitator parts shall be as per Cl 4.0 . This does not release the bidder of the
5.
responsibility for selecting the correct materials.
Each agitator and its associated equipment shall be arranged in such a manner as to
permit easy access for operation, maintenance and agitator removal without
6.
interrupting plant operation. It shall be possible to remove the sealing devices of the
Agitators of the absorber vessel without having to drain completely the absorber.
To prevent mechanical blocking load start-up after standstill of pumps, piping and
7.
agitators for slurries shall be applied with C-hose connection.
Lifting lugs and eyes and other special tackle shall be provided as necessary to
8.
permit easy handling of the agitators and their components.
Static and dynamic (as far as applicable) balancing of all agitators shall be carried
9.
out after assembly.
All agitator parts and components shall be designed and calculated for fatigue life,
considering maximum bending loads, induced by fluctuating hydraulic forces and
10. torsional loads, based on the installed motor power. For side entry agitators the
alternating bending moment resulting from impeller and shaft weight has to be
considered additionally.
11. All exposed moving parts shall be covered by guards.
The shape of the impeller blades of side entry agitators shall be designed to avoid
wear on the impellers which will affect the agitator performance as specified for a
12. minimum period of 2 years of continuous operation under design conditions for the
range of coal & limestone specified in the specification. In order to avoid excessive
wear impeller tip speeds must not exceed 12 m/s
Belt drives (if applied) shall be properly designed to provide a minimum lifetime of 2
13.
years under design conditions
It shall be noted that all Agitators are meant for keeping the solid particles in suspended
14. mode in liquid with “Full off-Bottom Suspension” of solid particles to 98% of liquid column
to virtually “Uniform Solid Concentration”. No chemical reaction will takes place.
Maintaining a uniform concentration over the 95% of liquid column, Absolute sweeping of
solid particle from tank bottom is a must for all Agitators. If speed is required to be
15.
increased to guarantee the above requirements; the same can be increased by vendor.
Bidder's machines that consume less power will be in an advantageous position.
It is to be noted that in continuous process any deposit at tank bottom is the loss of material
16. which are not getting converted as per process. Hence, total loss of material by
sedimentation is a loss to FGD Process & determines the “In efficiency of the Agitator”.
Vendor should ensure nil settlement; utilization of solid material shall be a guaranteed
17. parameter and will be assessed in percentage (%) term to net wet of solid mass of inflow or
out flow. This is one of the guarantee parameter.
Agitator and its driver shall perform on the test stand at shop and on the Agitator’s
18. permanent location at site within vibration limit the vibration of combined unit will be the
responsibility of Agitator manufacturer. Agitator manufacturer is to ensure that Site
Page 8 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
performance of vibration is one of the “Acceptance Criteria” of the equipment. Please note
vibration at test stand can only be taken as for information.
Every Tank will have a pump whose suction line shall be connected to tank. These pumps are
to operate continuously at the lowest operating level which is decided by Process
19. requirement. Hence, the minimum operating level of liquid in every tank for every Agitator
is a must to assess the combined operation of Agitator as well as that of pump alone. The
Tank water level is indicated as per “Technical Information of Agitators”.
Agitator must have low-pitch propeller with low solidity ratio and Power Number of 0.3-0.35
(preferably). The Maximum Input Power at motor terminal shall be considered as a
guaranteed parameter under “Schedule of Guaranteed Parameters” in “Annexure-V-
Schedule of Guarantees”- and the same shall be calculated for maximum liquid level in tank.
A calculation of power specifying the hydraulic power of Agitator, Seal loss, Gear box and
20.
Motor internal loss must be submitted along with the offer. A characteristics curve showing
power versus liquid level should be submitted from the lowest liquid level, required for
Agitator to maximum liquid level in the tank. Motor should be selected based on the
highest power demand with a margin (refer clause 5.3.1) at maximum liquid level, taking
into account frequency variation.
Bidder shall provide the design and arrangement of baffle plates in circular tanks.
21.
Baffle plates are in BHEL scope.
22. All agitators have to be designed for outdoor condition.
Page 9 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
film at seal face, including temperature, pressure and flow, shall be jointly established by
Agitator manufacturer and seal manufacturer, and shall be noted in data sheet submitted in
tender. If mechanical seal is offered by bidder, the mechanical seal should be as per ISO-
21049 / API 682.
C) SHAFT
Use of dissimilar material at flange joint shall be avoided to eliminate any crevice corrosion.
Spacing of the shaft joint should not be more than 3.0 m for easy assembly if it is more than
40kg. If welding is used for joining two tubes, welding joint must be 100% radio graphed. If
split shaft is proposed for larger tanks , shaft flange at the joining interface has to be rubber
lined at manufacturer’s works and necessary fasteners have to be provided.
Page 10 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
G) GEAR BOX
Gear box should be vertical flange mounted solid shaft type (Vertical Agitators),
reducing speed type, specially designed for the requirement of Slurry mixing and to
be manufactured by the Agitator supplier. Complete up-thrust and down-thrust,
developed by Agitator shall be taken by thrust bearing housing of Gear Box. Rating
of at Gear box shall be at least 1.5 times the rated torque of Agitator.
H) COUPLING & COUPLING GUARD
Coupling and coupling guard should be supplied between driver and driven
I.
equipment.
II. Coupling should be designed taking into consideration adequate service factor.
Design rating of the coupling (excluding service factor) should be indicated in data
III.
sheet.
Coupling must be having locking screw so that it does not slide over shaft in due course
IV.
operation.
Vertical Agitators - Coupling between Motor and Gear Box shall be Spacer-type flexible
coupling, made of Cast Iron. Spacer length shall be of sufficient length so than Motor and
V.
Gear Box shall be able to run independently at no-load condition by detaching the
respective coupling.
It is desirable that for servicing of seal, coupling half should not be removed. Coupling
VI.
should be dynamically balanced to Gr: G6.3, ISO-1940.
Removable coupling guard shall conform to the requirements of all applicable national,
VII.
industrial or statutory regulations.
I) PLATE AND FASTENING BOLTS
Base plate shall be interpreted as the component of Agitator assembly through
which the whole load will be transmitted to the Sole Plate/Nozzle over which the
I. equipment will be mounted. The Base plate shall be fabricated with mild steel of
structural quality (UTS=42N/sq mm minimum) with anti-corrosive paint of sufficient
dry-film thickness.
Base plate must have provision of leveling on its intended mounting place. Sole plate
II. is not in the scope of supply of Agitator manufacturer. It should be noted that Sole
plate will be rubber lined to prevent any leakage of corrosive gases
Alignment between Gear Head Shaft and Agitator shaft shall be within the
permissible limit of Gear Box. Similarly, misalignment between Motor shaft and Gear
III.
Box Shaft shall be within 0.050 micron (radial) and 2 degree (angular) or better as
per requirement of Motor and Gear Box
Sole plate with desired number of hole, will be machined on one side. Sole Plate shall be
IV. welded to the structure after leveling, as recommended by Agitator manufacturer and
rubber lining is completed before placing the equipment in its desired location.
Page 11 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
J) OTHER COMPONENTS
All fasteners used in wetted condition must be of Alloy 926 or better material so that even if
it comes in contact with liquid by swelling of rubber, thread remains unaffected. Raw
material of fastener must undergo Inter-granular Corrosion test as per ISO-3651, Part-1 for
Nitric Acid test.
TOP ENTRY AGITATORS IN OTHER SLURRY TANKS & DRAIN PITS:
I.
All Agitators shall be designed for continuous operation.
II.
The Material of Construction (MOC) of Top Entry Agitators shall be as per Cl 4.0
III.
It should be roof mounted.
Agitators shall be vertical mounted type and shall be driven by motor with reducing speed
gear box of rigid type, solid shaft coupling between gear box and agitator and flexible
IV. coupling of spacer type coupling between Motor and Gear Box. Both Gear Box and Motor
should be vertically/horizontally flange mounted type with a common frame of the whole
equipment. The entire thrust load of agitator should be transmitted to the thrust bearing of
Gear box.
V. Cable entry to the Motor terminal box should preferably be from top when motor is
vertically mounted at its position and it should be easily accessible.
VI. Nozzle size, on which Agitator shall be mounted, shall have enough opening to Insert
rotating assembly from top.
VII. Impeller should be dynamically balanced to Gr: G16: ISO-1940 after rubber lining of shaft.
5.3 MOTOR
Degree of Protection
Degree of protection for various enclosures shall be as follows:
a) Outdoor motors : IP 55
b) Cable box-Outdoor area : IP 55
Codes and Standards
a) Three phase induction motors : IS325
b) Single phase AC : IEC 60034
Painting
Paint shade shall be as per RAL5012
Efficiency Class
Motors have to be of IE3 efficiency class.
Page 12 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
AC Motors:
All AC motor shall be Squirrel cage induction motor and, shall be suitable for direct –
on-line starting. Rating of the motor should of Type S1 (Continuously rated) as per
ISO-60034, Part-1. Rating of motor must be selected with minimum margin( as per
the below table) above the maximum load demand of the driven equipment under
entire operating range including voltage and frequency variation:
Agitator Rated BKW Motor Margin
<22KW 125% of Agitator Rated BKW
22KW-55KW 115% of Agitator Rated BKW
>55KW 110% of Agitator Rated BKW
a. All motors, the maximum temperature rise shall be 700 C by resistance method
for both class B & F insulation.
b. For motors with starting time up to 20secs at minimum permissible voltage
during starting, the locked rotor withstand time under hot condition at highest
voltage limit shall be 3 second more than the starting time at minimum rated
voltage(85%). For motors with starting time more than 20secs and up to 45secs
at minimum voltage during starting, the locked rotor withstand time under hot
condition at highest voltage limit shall be at least 5secs more than starting time
at minimum rated voltage(85%). For motors with starting time more than 45secs
at minimum permissible voltage during starting, the locked rotor withstand time
under hot condition at high voltage limit shall be more than starting time at
minimum rated voltage(85%) by at least 10% of the starting time. Speed switch
mounted on the motor shall be provided in cases where above requirements are
not met.
c. Accelerating torque at any speed with the lowest permissible starting voltage
shall be at least 10% motor full load torque. Pull-out torque at rated voltage shall
not be less than 205%of full load torque.
d. Starting voltage requirement will be 85% of rated voltage up to 1500kw rating
motor.
e. Single phase space heaters suitable for 240 v AC shall be provided on motors
rated 30kw and above to maintain winding in dry condition when motor is
standstill. Separate terminal box for space heater (As per clause no: 5.3.2) and
RTDs shall be provided.
f. All motors shall be Totally Enclosed Fan Cooled (TEFC), for Motors below 30 kw,
winding shall be suitable for heating at 24v, 1 phase AC.
g. Winding and Insulation shall be of type Non-hygroscopic, Oil and Flame resistant.
It shall be capable two hot starts in succession with initially at normal running
temperature. The insulation shall be Class B or better.
h. Noise level of all motor shall be limited to 85 dB(A). Vibration shall be limited
within the limit prescribed by IS12075, Part-14. Motor shall withstand the
Page 13 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
a. LT Motors shall be of type tested quality. For each type and rating of LT
Motors, rated above 50KW,the vendor shall submit for Owner's approval the
report of all type tests as per relevant standards and carried out within last five
(5) years from the date of Purchase Order(PO). These reports should be for the
test conducted on the equipments similar to those proposed to be supplied
under this contract , and the tests should have been either conducted at an
independent laboratory or should have been witnessed by client.
Page 14 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
b. In case vendor is not able to submit the report of the type tests, conducted
within last five (5) years from the date of PO or in case the type tests report are
not found to be meeting the specification requirements, the vendor shall
conduct all such tests under this contract free of cost to the ultimate purchaser
(or NTPC) and submit the reports for approval.
c. All acceptance and routine tests as per the specification and relevant standards
shall be carried out. Charges for these shall be deemed to be included in the
equipment price.
d. All Motors shall be so designed that maximum inrush currents and locked
rotors and pull-out torque developed at extreme voltage and frequency
variation do not endanger the motor and driven equipments.
e. Terminal boxes of breaker operated LT Motors above 160kw shall be capable
of withstanding system fault level 31MVA for 0.12 second.
f. The size and number of cables to be intimated to successful bidder during
detail engineering and the contractor shall provide terminal box suitable for
the same.
S.No Description
Metric unit shall be used in the drawings and in the any displays on the equipment’s. Special
1.
attention should be taken that the unit of pressure shall be in dual scales of kPa and kg/cm2G. For
instance the pressure gauges should have dual unit’s indication.
2. Descriptions in the drawings, in the documents, and in the displays shall be in English
All rotating parts such as coupling shall be covered with suitable protective guards. Guards shall be
3.
easily removable type.
The equipment shall be designed to withstand the corrosive and moist environment in which these
4.
are proposed to operate.
Noise level produced by any rotating equipment individually or collectively shall not exceed 85 dB
5.
measured at a distance of 1.0 meters from the source in any direction and 1.5m above operating
floor.
Corrosion allowance: Corrosion allowance for entire equipment shall be in accordance with latest
9.
applicable Indian / International standard.
Page 15 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
S.No Description
Unless otherwise specified , flanges shall be in accordance with ANSI B16.5 Class 150
10.
Name plate: All equipment shall be provided with nameplates indicating the item number and
11.
service name. Name plates shall be of 304 Stainless steel plate and placed at a readily visible
location. Nameplate of main equipment shall have enough information, which will be confirmed
during engineering phase. Stainless steel nameplates for all instruments and valves shall be
provided.
Rotation arrows shall be cast in or attached with stainless steel plate on each item of rotation
12.
equipment at a readily visible location.
Unless otherwise specified, all equipment items where the weight exceeds 15 kg shall be provided
13.
with suitable lifting lugs, ears or ring bolts or tapped holes for lifting rings. Minimum shock factor
for lifting lugs shall be minimum 2.0. The position of lifting lugs and reference dimension shall be
shown on GA and/or outline drawings. NDT shall be conducted for lifting lugs. When any spreader
bars are required for lifting and laydown, the bidder shall provide spreader bar with equipment.
Skid Mount/Transportation: Equipment shall be fabricated as skid mount design as much as
14.
practical to minimize erection at the site.
If the driver/driven equipment train is in the resonance condition or any vibration problems occur,
15.
the bidder shall solve the problems in a timely manner.
17. All the surfaces of the carbon steel should be rust prevented before shipment for the period of at
least 12 months for storage and construction.
Bidder to provide capacity of crane or hoist required for material handling and the details of
18.
heaviest component to be handled.
The list of all Bought out items with makes and country of origin to be mentioned along with offer
19.
to be submitted.
Page 16 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
S.No Description
BHEL, the same may be replaced with another NTPC/BHEL approved sub-vendor only, without any
price implications to BHEL.
The modalities of inspection (Stage, Final, In-process) shall be finalized during detail engineering
25.
after submission of quality assurance plan (QAP). It shall be reviewed by the NTPC and BHEL.
Bidder shall follow the procedures of inspection as per the approved QAP. Bidder has to submit the
following documents along with inspection call and if any other documents required as per
approved QAP.
- Raw material inspection certificate
- Internal test reports
- Statutory certificates as required.
- All inspection & testing shall be carried out based on the following documents:
b. Relevant Standards
c. Specifications
d. Approved drawings
e. Data Sheets
f. Calibration certificate for all the measuring instruments
g. Bidder should also coordinate in getting the MDCC’s (Material Dispatch clearance
certificate) and all types of IC’s (Inspection Certificates) from the NTPC along with
BHEL.
During detail engineering, bidder to strictly adhere to BHEL/NTPC drawing formats, document
26.
numbering, quality plan & FQP formats
The identification and numbering of equipment, systems, items, etc. of supply, as well as of all
27.
documents and drawings shall be in accordance with reference Designation System for Power
Plants - KKS system.
Complete detail engineering drawings, calculations, selection of components etc. shall be reviewed
28.
& subject to approval of BHEL/NTPC during detail engineering
Bidder shall furnish necessary inputs & drawings of all equipment in editable Auto CAD/ MS-Word
29.
/Excel format.
During detail engineering, successful bidder shall ensure flow of drawings/documents as per
30.
schedule. Any comments from BHEL/NTPC should be addressed timely by the bidder.
Bidder to note that list above is not exhaustive and any work /items required for completing the
31.
smooth operation and ensuring satisfactory running of the machines till final hand over to the end
user shall also be in the scope of the bidder.
Bidder shall submit the signed and stamped copy of all the pages which constitutes this technical
32.
enquiry specification signed by authorized signatory and clearly mentioning each clause under
following two categories to avoid any ambiguity in scope understanding & the scope division along
with technical offer.
a. “Accepted without deviation and considered in scope of work”
Page 17 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
S.No Description
b. “Not considered in scope of work”
Page 18 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
S.No Description
Each package or shipping units shall be clearly marked or stenciled on at least two sides as per the
8.
dispatch instruction givens during the contract:
In addition, each package or shipping unit shall have the symbol painted in red on at least two
sides of the package, covering one fourth of the area of the side.
Each part of the equipment which is to be shipped as a separate piece or smaller parts packed
9.
within the same case shall be legibly marked to show the unit of which it is part, and match marked
to show its relative position in the unit, to facilitate assembly in the field. Unit marks and match
marks shall be made with steel stamps and with paint.
Each case shall contain a packing list showing the detailed contents of the package. When any
10.
technical documents are supplied together with the shipment of materials no single package shall
contain more than one set of such documents. Shipping papers shall clearly indicate in which
packages the technical documents are contained.
The case number shall be written in the form of a fraction, the numerator of which is the serial
11.
number of the case and the denominator the total number of case in which a complete unit of
equipment is packed.
Wherever necessary besides usual inscriptions the cases shall bear special indication such as “Top”,
12.
“Do not turn over”, “Care” , “Keep Dry” etc. as well as indication of the center of gravity (with red
vertical lines) and places for attaching slings (with chain marks)
Marking for Safe handling: To ensure safe handling, packing case shall be marked to show the
13.
following:
a. Upright position
b. Sling position and center of Gravity position
c. Storage category
d. Fragile components ( to be marked properly with a clear warning for safe handling)
Each crate or package is to contain a packing list in a waterproof envelope. All items are to be
14.
clearly marked for easy identification against the packing List. All cases, packages etc. are to be
clearly marked on the outside to indicate the total weight where the weight is bearing and the
correct position of the slings are to bear an identification mark relating them
to the appropriate shipping documents. All stencil marks on the outside of
cases are either to be made in waterproof material or protected by shellac or varnish to prevent
obliteration in transit.
The packing slip shall contain the following information: -
15.
Customer name, Name of the equipment, Purchase Order number with Date, Address of the
delivery site, Name and Address of the Sender, Serial Number of Agitator, BHEL item Code, Gross
Weight and Net weight of Supplied items.
Prior to transport from manufacturer’s work to destination, components of the unit shall be
16.
completely cleaned to remove any foreign particles. Flange faces and other machined surfaces
shall be protected by an easily removable rust preventive coating followed by suitable wrapping.
All necessary painting, corrosion protection & preservation measures shall be taken as specified in
17.
painting schedule. Supplier shall consider the coastal environment zone which is defined as “very
Page 19 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
S.No Description
severe” during final finishing/shipping.
Successful bidder shall furnish the detail packing /shipment box details with information like
18.
packing box size, type of packing, weight of each consignment, sequence no. of dispatch, no. of
consignment for each deliverable item against each billing break up units/ billable blocks. Without
these details the BBU shall not be approved during detail engineering.
Also, complete billing break-up with above mentioned details shall be submitted within 10days of
LOI.
All items/equipment shall be dispatched in properly packed condition (i.e. no item shall be
19.
dispatched in loose condition such that it becomes difficult to store/identify its location at site at a
later stage).
Cases which cannot be marked as above shall have metal tags with the necessary markings on
20.
them. The metal tags shall be securely attached to the packages with strong steel binding wire.
Each piece, Skid, Case or package shipped separately shall be labelled or tagged properly.
8.0 SUPERVISION OF ERECTION, TESTING AND COMMISSIONING
1. The erection of Agitators will be done by owner as per Erection Manual and check List. However,
the bidder shall make visit as per enquiry/PO for the supervision of erection, pre-commissioning &
post- commissioning check-up, start-up, testing and trial runs of all the items covered under the
scope of supply.
3. All TA/DA, Site Expenses, Travel charges boarding and lodging shall be borne by the bidder and
shall be inclusive in supervision portion.
4. Price comparison for evaluating the lowest bid will be considered all main supply, supervision of
E&C charges and mandatory spares price all together.
9.0 EXCLUSION
Bidder shall furnish written copies of shop production, fabrication and quality test procedures and
1.
drawings to be used on the Agitators for review by BHEL/NTPC prior to manufacture.
The Bidder shall furnish performance test procedure along with standard. The test procedure will
2.
be reviewed and approved by the BHEL/NTPC.
Since there is no standard for “Acceptance Test Procedure” for Agitator, Agitator manufacturer is
3.
to submit a test procedure and Quality Plan, clearly indicating that equipment will meet the
Page 20 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
S.No Description
desired parameter.
Power consumption at motor terminal and vibration of equipment will be conducted at site.
4.
Vendor to indicate other material tests that are to be conducted as per their practice in their
Quality plan.
No liquid should enter the tube through any flange joint. “O”-ring used in the flange joint will
5.
deteriorate at a highly chlorinated and acidic environment of medium at a maximum operating
temperature unless right quality of rubber is used. Hydrostatic testing of tube assembly is required
at a pressure of twice that of maximum liquid column in any tank or 30m whichever is higher. The
hydro test duration will be for a minimum of 1 hr to check sweating at any flange. Hydrostatic test
is meant in part for a check of equipment joint at new condition only. It is cannot be considered as
a guarantee of functional objective of rubber used.
6. DYNAMICS
7.1
CRITICAL SPEED
7.1.1
Operation speed of the Agitator motor shall be at least 25% below the first critical speed
7.1.2
Additional to the requirement of the critical speed of Agitator, as specified above. Agitator
manufacturer is to analyze the torsional critical speed of combined system of Agitator, Gear Box
and Motor to establish that the torsional critical speed is well off the operating speed by 20% from
the operating speed.
7.2
VIBRATION SEVERITY
7.2.1
During performance test, unfiltered vibration measurements shall be made with running of
Agitator in Air. Measurement shall be taken on the Gear Box thrust bearing housings as well in
motor top.
7.2.2
Guaranteed Site vibration of the equipment on its own pedestal, at commissioning with normal
level of liquid and with maximum liquid at respective tank, Vibration limit at site will be as per ISO-
10816, 1.5-2.3mm/sec even if Motor rating falls below 15kw.
7.2.3
Vibration measurements of bearing housing shall be made in root mean square (RMS) velocity.
7.2.5
Vibration levels measured on the non-rotating parts shall not exceed the zone limit “B” as defined
in ISO 10816 at steady conditions and shall not exceed the zone limit “C” as defined in ISO 10816 at
transient conditions.
8. For surfaces with rubber lining Welding shall be visually inspected to verify the absence of rough
area and unacceptable transition between surfaces which prevent the adequate adherence of
rubber. The acceptance criteria shall be as per latest standard.
9. For surfaces with rubber lining, degree of cleaning shall be visually checked before the application
of the coating. There must be no area with oxidation, dirt or partially or generalized corrosion
defects.
Page 21 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
S.No Description
10. Test certificates shall be issued for each lot of raw material used in the coating, corresponding to
specific weight and traction resistance.
11. For surfaces with rubber lining, adherence test shall be conducted on production samples.
Adherence test shall be conducted on the actual surface through hammering. In order to verify the
absence of air packets (or) surface without adherence.
12. For surfaces with rubber lining, Coating thickness shall be checked at 100%. A High voltage porosity
test will be conducted on 100 % of the coated surface.
Out of all Agitators One Number of each type will be inspected at the Bidder’s works before
13.
dispatch or where the test facilities are available.
The Bidder shall conduct performance test for the remaining Agitators and submit the reports.
14.
Contract shaft mechanical seals shall be used during shop tests, unless the seal design is
15.
unsuitable for the shop-test condition, if applicable.
Agitators shall not be released for shipment, until shop tests data and performance tests curves
16.
have been approved by Owner.
Bidder should furnish performance guarantee as per applicable standard guarantee for the design,
17.
manufacture, material and safe operation of the equipments.
BHEL shall witness the test at Bidder's works and a notice of minimum three (3) weeks shall be
18.
given for attending the inspection.
20. Mechanical running and the performance test shall be carried out. Bidder to arrange Motor of
same / higher rating for the shop test and inspection.
11.0 PAINTING
Page 22 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
S.No Description
Lettering: To be informed during contract stage
2. Rust preventive paint after inspection at shop floor before dispatch shall be in bidder’s scope
Corrosion protection, coating and galvanizing, painting shall be taken care by the bidder. Bidder
3.
shall submit the painting scheme during detail Engg in line with the specification and shall be
subject to approval of BHEL / NTPC.
Bidders shall also furnish the recommended spares list along with the offer required for 3
years of normal operation of the plant and should be independent of the list of the
mandatory spares. Prices of recommended spares will not be used for evaluation of the
bids. The price of these spares will remain valid up to 6 months after placement of
Notification of Award for the main equipment
Page 23 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
S.No Description
storage in a dry weatherproof building.
All spares supplied under this contract shall be strictly inter-changeable with the parts for which
they are intended for replacements. All the Initial spares shall be manufactures along with the
main equipment components as a continuous operation as per same specification and quality plan.
Any special tools & tackles required for the entire equipment to disassemble, assemble or maintain
the units, they shall be included in the quotation and furnished as part of the initial supply of the
machine. List of special tools & tackles shall be decided by bidder as per his proven practice. When
special tools are provided, they shall be packaged in separate, boxes with lugs and marked as
“Special Tools for (tag / item number).” Each tool shall be stamped or tagged to indicate its
intended usage. Levers and eye bolts for the removal of parts to be serviced shall be submitted
with special tools.
13.0 PERFORMANCE GUARANTEE
a) All performance tests for Agitators shall be carried out in accordance with any latest
international codes/standards.
b) Bidder shall furnish Performance guarantee for the design, manufacture, material, safe and
trouble-free operation of the Agitators and its accessories
c) The Bidder shall ensure a design of the equipment to achieve an average target availability
of 98% for 120 days and average target availability of 95% for 1 year.
d) Noise level ≤85 dB (A) at 1m horizontal distance from equipment/enclosures and 1.5m
above operating floor is to be guaranteed.
e) Vibration levels measured on the non-rotating parts shall not exceed the zone limit “B” as
defined in ISO 10816 at steady conditions and shall not exceed the zone limit “C” as
defined in ISO 10816 at transient conditions.
f) Acceptance tests to be carried out as per the procedure defined by the bidder which shall
be submitted for BHEL/ NTPC approval.
g) In the event that the performance test is unsuccessful, bidder shall take necessary
remedial action at his cost and the performance test shall be repeated.
1. POWER GUARANTEE
Bidder to specify the total guaranteed power per Agitators operating at the rated capacity in their
offer.
Page 24 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
S.No Description
Adjustment factor for excess power consumption for each agitator= (GPC-BV) X PL
GPC- Guaranteed Power Consumption quoted by bidder in KW
BV- Base Value . Bidder shall refer to the “Technical Information of Agitators”
PL- Power Loading per KW . Bidder shall refer to the “Technical Information of Agitators”
Base value and Power Loading will be as per the “Technical Information for Agitators”.
However, the maximum loading will be limited to 10% of the equipment value.
If actual Power Consumption during prove out (or) PG Test operating at the duty point exceeds the
value guaranteed by the bidder, liquidated damages for shortfall in performance shall be deducted
from contract price as per the formula given below
Liquidated damage deductible = (APC-GPC) X P X Total no of Working agitators
Where
GPC- Guaranteed Power Consumption quoted by bidder in KW
APC- Actual Power Consumption in KW
N- Total Number of Agitators
P- Penalty per KW
Note :
1. LD will be levied after conducting performance test as above subjected to the maximum 10% of
the main equipment value. LD will be adjusted from the pending bills payable to the bidder.
2.For conducting PG test at project site for demonstrating the guaranteed parameters of Agitator,
vendor has to make their own arrangement for TA/DA and hotel charges, which is to be considered
while submitting the offer.
1. The Bidder warrants that the equipment’s/items shall be free from defects in the design,
engineering, materials and workmanship of the Plant and Equipment supplied and of the work
executed. The Warranty Period shall be twenty four (24) months from the date of Supply or
eighteen (18) months from the date of commissioning, whichever first occurs. If during the
Warranty/Defect Liability Period any defect should be found in the design, engineering, materials
and workmanship of the Plant and Equipment supplied or of the work executed by the Bidder, the
Bidder shall promptly, in consultation and agreement with BHEL regarding appropriate remedying
of the defects, and at its cost, repair, replace or otherwise make good (as the Bidder shall, at its
discretion, determine) such defect as well as any damage to the Facilities caused by such defect.
2. In case of failure of the equipment to meet the guarantee, NTPC/BHEL reserves the right to reject
the equipment. However, NTPC/BHEL reserves the right to use the equipment until new
equipment supplied by bidder meets the guaranteed requirement .
Page 25 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
S.No Description
18.0 TRAINING
Successful bidder shall provide comprehensive training for NTPC/BHEL Engineering, O&M, Erection
& Commissioning staffs at site covering all aspects of the Agitators - Operation & Maintenance,
Troubleshooting etc.
19.0 CONFLICT
Bidder’s equipment shall be designed for and shall meet the service, performance and minimum
level of quality requirements specified. Bidder shall be solely responsible for advising NTPC in
writing of any conflicts between the specifications and Bidder’s design, including performance and
levels of quality. Bidder agrees that its obligations, liabilities and warranties shall not be diminished
or extinguished due to its meeting the requirements of the Specification.
20.0 DOCUMENTATION
The Bidder shall submit all documents, drawings, diagrams and all such information, which are
necessary to fully understand the offer for techno – commercial Offer. Vendors are requested to
comply with above in all respect.
Page 26 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
S.No Description
drawings / documents. If the design has not developed enough to resolve some of the comments
or questions, bidder shall place a “hold” on those items or areas of design. NTPC/ BHEL reserves
the right to return drawings unprocessed to bidder if there exists any evidence that bidder has not
acknowledged all comments and questions.
All necessary GA drawings, sections, sub-assembly drawings, specifications of main and sub
components and necessary set of operation & maintenance manual as asked by NTPC must be
furnished by bidder in soft and hard copy forms. For all documents softcopy format shall be
searchable pdf, however in addition all drawings, diagrams shall be supplied in ACAD or other
editable format and all lists in Excel format. Further break up of technical documents will be
discussed during finalization of the purchase contract.
Unless agreed otherwise, Ten (10) hard copies and five (05) sets of electronic copies of all
documents are to be submitted in the English language. Electronic Copies shall be submitted in
primary original data format (e.g. DOC, XLS, DWG) as well as in a printable non-proprietary
document format (e.g. PDF). Especially P&IDs shall be submitted as DWG files and PDF files. Bidder
to ensure submission of hard copies as per NTPC requirement for all engineering drg/doc and for all
subsequent revisions along with a soft copy through email to concerned project team.
Page 27 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
REFERENCE LIST as per format shown below. (Atleast two reference plant details for Horizontal
and Vertical Agitators)
Coal Wet
Project fired Limest
Name , Yes/No one Type /
Size of Speed Year of
S.No Customer Based Model Hor / Qty
Tank rpm Commg
& Plant FGD Vertical
capacity Yes/No
Note :
Bidders shall submit reference list of Horizontal and Vertical agitators for various
tanks as per the format given above.
DESIGNATION :___________________________
DATE :___________________________
Page 28 of 36
BIDDER SIGN WITH SEAL AND DATE:
Annexure-II- TECHNICAL DATASHEET FOR AGITATORS
Project
Enquiry/PO No:
SUMP AGITATOR
SUMP AGITATOR
TANK AGITATOR
WASTE WATER
AGITATOR
AGITATOR
AGITATOR
AGITATOR
AGITATOR
Sl.no General Units
1.1 Project
1.2 Ultimate Customer
1.3 Location
1.4 Order Number/Enquiry No
1.5 Agitator Name
1.6 Service
1.7 Installation
1.8 No. of Agitator per Tank
1.9 Total No’s of Agitator for all the units
1.10 Type of Agitator TOP ENTRY/VERTICAL TOP ENTRY/VERTICAL TOP ENTRY/VERTICAL TOP ENTRY/VERTICAL TOP ENTRY/VERTICAL TOP ENTRY/VERTICAL TOP ENTRY/VERTICAL TOP ENTRY/VERTICAL TOP ENTRY/VERTICAL TOP ENTRY/VERTICAL
j, Impeller diameter mm
Minimum clearance required below impeller
k. mm
centre line
Maximum liquid level over propeller centre
l. line up to which Agitator can work without mm
overloading of motor at 50Hz
3 Construction Features
3.1 Impeller
a) Type
b) Diameter(tip to tip) mm
c) Hub diameter mm
d) No of blade per Impeller
e) Thickness of blade mm
3.2 Tube thickness, if any mm
3.3 Shaft diameter at coupling (GH-Agitator) mm
4 Material of Construction
a. Blade of Impeller
b. Hub of Impeller
c. Base Plate/Gear head Stand
d. Line Shaft & Line shaft Coupling
e. Impeller Shaft
f. Top Shaft
g. Gland Sleeve
h. Location of Thrust bearing
i. Coupling guard
j. Fasteners in Wet region
k. Fasteners in Dry region
l. Stuffing Box
m. Gland
n. Gland packing
5 Weight
a) Bare Agitator weight Kgs
b)Rotating Assembly weight Kgs
c) Motor weight Kgs
d) Gear Head weight Kgs
e)Wt. of the equipment, (a+c+d)
f) Heaviest single piece component of
Agitator to be handled. Kgs
Annexure-III MOTOR SIZING CALCULATION (TO BE FILLED FOR EACH AGITATOR)
S.No Parameters Absorber Agitator Auxiliary Absorbent Tank Limestone Slurry Storage Primary Hydrocyclone Feed Secondary Filtrate Water tank Waste Water tank Lime Dosing Tank Agitator Absorber Area Drain Gypsum Area Drain Agitator Limestone Area Drain Tank
Agitator tank Agitator tank Agitator Hydrocyclone Feed tank Agitator Agitator Agitator Agitator
Agitator
1 Tank size (Dimension in m)
2 Specific Gravity of Slurry ρ
4 AGITATOR SPEED(RPM) n
8 GEARBOX EFFICIENCY η1
9 BEARING TRANSMISSION EFFIFICIENCY η2
10 EFFICIENCY DUE TO ANY OTHER LOSSES η3
11 MECHAINCAL POWER REQUIRED(X) X= P/(η1*η2*η3)
12 MOTOR EFFICIENCY η
13 Rated Input Power at Motor Terminal at Normal Agitator BKW = X/η
water level and at Normal voltage and Frequency
or Agitator BKW
SUMP AGITATOR
SUMP AGITATOR
TANK AGITATOR
TANK AGITATOR
WASTE WATER
AGITATOR
AGITATOR
AGITATOR
AGITATOR
SLNO Description(Motor for )
LT MOTORS
A. GENERAL
1. Manufacturer & Country of origin.
2. Equipment driven by motor
3. Motor type
4. Quantity
1. Frame size
2. Type of duty
3. Type of enclosure /Method of cooling/ Degree of protection
f. Cable glands & lugs details (shall be suitable for power cable)
3. Type of DE/NDE Bearing
4. Motor Paint shade
5. Weight of
a. Motor stator (KG)
b. Motor Rotor (KG)
c. Total weight (KG)
D. List of accessories.
SECONDARY HYDROCYCLONE
LIMESONE SLURRY STORAGE
SUMP AGITATOR
SUMP AGITATOR
TANK AGITATOR
AGITATOR
AGITATOR
AGITATOR
AGITATOR
Sl. No. Description Unit
5 Anti-friction Bearing life 25000 hrs. 25000 hrs. 25000 hrs. 25000 hrs. 25000 hrs. 25000 hrs. 25000 hrs. 25000 hrs. 25000 hrs. 25000 hrs. 25000 hrs.
TECHNICAL SPECIFICATION OF AGITATORS FOR NTPC BONGAIGAON
FGD:BNGN:AGITATORS:R00
0
*We hereby accept to the Technical Specification for agitators and all the parameters for this
project
SIGNATURE OF BIDDER --------------------
NAME -------------------
DESIGNATION ---------------------
(OR)
Sl Clause Page
Description of Deviation
No No No
NAME -------------------
DESIGNATION ---------------------
Page 36 of 36
BIDDER SIGN WITH SEAL AND DATE:
TECHNICAL SPECIFICATION OF AGITATORS – NTPC PROJECTS
FGD:BNGN:AGITATORS:R00
Bidder has to meet the Qualification requirement given by NTPC and the same is reproduced below.
NTPC DESCRIPTION
CLAUSE NO
4.01.00 The Bidder / Bidder's sub-vendor(s) is required to meet the provenness criteria
and/or qualification requirement for critical equipments, auxiliaries, systems and
bought out items as per criteria stipulated below
4.01.01 Agitators for the Wet Limestone based Flue Gas Desulphurisation (FGD) System
offered by the Bidder shall be only from such manufacturer(s) who has previously
designed (either by itself or under collaboration / licensing agreement),
manufactured / got manufactured the respective equipment(s) of the type,
application and minimum equipment rating as stipulated below such that the
respective equipment(s) should have been in successful operation in at least one (1)
plant for a period not less than one(1) year as on Part-I bid opening date:
Type and Rating for Qualification
Name of Type of Equipment Application Equipment
Equipment Rating
FGD:BNGN:AGITATORS:R00
6LJQDWXUHRIDXWKRUL]HGVLJQDWRU\
ATTACHMENT - 3K
PAGE 2 OF 114
1.00.00 (Applicable for Bidder/his sub vendors seeking qualification as per clause no. 4.01.01, Sub section-I, Part-A of Section-VI. Bidder
shall furnish the required data only for those equipments / auxiliaries which are proposed to be sourced under this route.)
We, hereby furnish the data on proveness criteria for critical equipment, auxiliaries, systems and Bought Out Items such as Booster
Fans, *Slurry Recirculation Pumps, Oxidation Blowers, Wet Limestone Grinding Mills, Slurry Pumps, & Agitators which have been
designed (either by self manufacturer or under valid ongoing collaboration and technology transfer agreement), *manufactured/
*got manufactured and supplied by us /Manufacturer (or manufactured/ got manufactured & supplied by our proposed sub-
vendors) and these are in successful operation in at least one (1) plant for a period not less than one year reckoned as on the date
of consideration for approval but not later than six months to award date of contract to the Main bidder. The details of type and
minimum equipment rating of such equipment are given below :
A. For Booster Fans: We declare that, we/our Sub-Vendor, have designed (either by itself or under collaboration / licensing
agreement),*manufactured/*got manufactured and supplied at least one (1) number of Booster Fan of required flow & head of the
offered Booster Fan with Fan Speed 900 rpm (maximum), Axial type with variable pitch control working in a Coal fired power plant and
which has been in successful operation for minimum one(1) year reckoned as on the date of consideration for approval but not later than
six months to award date of contract to the Main bidder, as per the details furnished below:
--------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Reference Work
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
1. Name of the reference plant & location:
F. Agitators: We declare that, we/our Sub-Vendor, have designed (either by itself or under collaboration / licensing
agreement),*manufactured/*got manufactured and supplied at least one (1) number of Agitators with rating not less than that supplied for
500 MW or higher size unit for similar application, Vertical/Horizontal type working in Wet Limestone based FGD application in Coal fired
power plant and which has been in successful operation for minimum one(1) year reckoned as on the date of consideration for approval
but not later than six months to award date of contract to the Main bidder, as per the details furnished below::
----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Reference Work
-------------------------------------------------------------------------------------------------------------------------------------
----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Reference Work
----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
12. Flue gas Desulphurization system details: *Technical extract/ *paper letter/ *email/
*Drwaing from user or *contract docu
ment or *scheme or *any document in
public domain enclosed at annexure....to
Attachment-3K
-------------------------------------------------------------------------------------------------------------------------------------
*2.00.00 Applicable for Bidder/his sub vendors seeking provenness criteria as per clause no. 4.01.02, Sub section-I, Part-A of
Section-VI.
2.01.00 We, hereby confirm that we/our sub-vendors are a regular manufacturer of Booster Fan for units of atleast 195 MW rating and the
details in this regard on provenness criteria as per clause 4.01.01, sub-section-I, Part-A, Section-VI are hereby furnished below:
2.02.00 We further confirm that details in respect of collaboration / valid licencing agreement for the aforesaid equipment as per 2.01.00
above who meets the requirement stipulated at clause 4.01.01, sub-section-I, Part-A, Section-VI are enclosed at Annexure-…….
to this Attachment. The data in respect of proveneness criteria for these equipment which are in successful operation in at least
one (1) plant for a period not less than one reckoned as on the date of consideration for approval but not later than six months to
award date of contract to the Main bidder are furnished below. We further confirm that we/ our sub vendor(s) have created
manufacturing and testing facilities at our/ their works as per collaborator’s/ Licensor’s design, manufacturing & quality control
system for these equipment(s)/ Auxiliary(ies).
*3.00.00 Applicable for JV Company/Subsidiary Company meeting provenness criteria as per clause no. 4.01.03, Sub section-I,
Part-A of Section-VI.
3.01.00 We, hereby confirm that JV company/ Subsidiary company (Strike off whichever is not applicable) formed for manufacturing and
supply of equipment(s) (*Booster Fans, *Slurry Recirculation Pumps, *Oxidation Blowers, *Wet Limestone Grinding Mills, *Slurry
Pumps, *Agitators, *Vacuum Belt Filters) has a valid ongoing collaboration and technology transfer agreement for design,
engineering, manufacturing of such equipment(s) in India with a qualified equipment manufacturer who meets the requirements
stipulated at clause 4.01.01 of sub-section-I, Part-A, Section VI of bidding documents (or the technology provider of the qualified
equipment manufacturer). Further, in such a case, such qualified equipment manufacturers is having, directly or indirectly through
its holding company/subsidiary company, at least 26% equity participation in the Indian Joint Venture Company/subsidiary
company, which shall be maintained for a lock-in period of seven (7) years from the date of incorporation of such Joint Venture /
Subsidiary or up to the end of defect liability period of the contract, whichever is later. Before taking up the manufacturing of such
equipment(s) (*Booster Fans, *Slurry Recirculation Pumps, *Oxidation Blowers, *Wet Limestone Grinding Mills, *Slurry
Pumps,*Agitators, *Vacuum Belt Filters), we/ our sub vendor(s) *will create /*have created manufacturing facilities at his works as
per collaborator’s/licenser's design, manufacturing and quality control system.
We further confirm that details in respect of collaboration / valid licencing agreement for the aforesaid equipment(s) (*Booster
Fans, *Slurry Recirculation Pumps, *Oxidation Blowers, *Wet Limestone Grinding Mills, *Slurry Pumps, *Agitators, *Vacuum Belt
Filters) who meets the requirement stipulated at clause 4.01.01, sub-section-I, Part-A, Section-VI for are enclosed at Annexure-
……. to this Attachment.
*4.00.00 Applicable for Bidder/his sub vendors seeking provenness criteria as per clause no. 4.01.04, Sub section-I, Part-A of
Section-VI.
4.01.00 We, hereby confirm that *we/*our sub-vendors is a manufacturer of Blowers/compressors for minimum 50 NM3/min capacity.
(Details of references enclosed at Annexure …………………)
4.02.00 We further confirm that details in respect of collaboration / valid licencing agreement for the Oxidation Blower between *us/*our
sub-vendors, as per 4.01.00 above, and with qualified Oxidation Blower manufacturer, who meets the requirement stipulated at
clause 4.01.01, sub-section-I, Part-A, Section-VI are enclosed as per Annexure-I to this Attachment. The data in respect of
proveneness criteria for the qualified Oxidation Blower manufacturer, which are in successful operation in at least one (1) plant for
a period not less than one reckoned as on the date of consideration for approval but not later than six months to award date of
contract to the Main bidder are furnished below. We further confirm that we/ our sub vendor(s) have created manufacturing and
testing facilities at our/ their works as per collaborator’s/ Licensor’s design, manufacturing & quality control system for the Oxidation
Blowers.
We further confirm that before taking up the manufacturing of such Oxidation Blower *we/ *our sub vendor(s) *will create /*have
created manufacturing facilities at his works as per collaborator’s/licenser's design, manufacturing and quality control system.
We further confirm that details in respect of collaboration / valid licencing agreement for the Oxidation Blowers who meets the
requirement stipulated at clause 4.01.01, sub-section-I, Part-A, Section-VI for are enclosed at Annexure-……. to this Attachment.
*5.00.00 Applicable for Bidder/his sub vendors seeking provenness criteria as per clause no. 4.01.05 (i), Sub section-I, Part-A of
Section-VI.
5.01.00 We, hereby confirm that *we/*our sub-vendors is a manufacturer of Dry Grinding Mills for minimum 20 T/h capacity. (Details of
references enclosed at Annexure …………………)
5.02.00 We further confirm that details in respect of collaboration / valid licencing agreement for the Wet Grinding Mills between *us/*our
sub-vendors, as per 5.01.00 above, and with qualified Wet Grinding Mill manufacturer, who meets the requirement stipulated at
clause 4.01.01, sub-section-I, Part-A, Section-VI are enclosed at Annexure-….. to this Attachment. The data in respect of
proveneness criteria for the qualified Wet Grinding Mill manufacturer, which is in successful operation in at least one (1) plant for
a period not less than one reckoned as on the date of consideration for approval but not later than six months to award date of
contract to the Main bidder are furnished below.
We further confirm that before taking up the manufacturing of such Wet Grinding Mill *we/ *our sub vendor(s) *will create /*have
created manufacturing facilities at his works as per collaborator’s/licenser's design, manufacturing and quality control system.
In addition, the Bidder along with our sub-vendors, as per 5.01.00 above (if applicable) and the qualified Wet Grinding Mill
manufacturer and its holding/ subsidiary Company, as applicable, shall furnish Letter of Support as per the format enclosed at
Annexure-I.
*6.00.00 Applicable for Bidder/his sub vendors seeking provenness criteria as per clause no. 4.01.05 (ii), Sub section-I, Part-A of
Section-VI.
6.01.00 We, hereby confirm that *we/*our sub-vendors have designed, manufactured & supplied dry Grinding Ball Tube mills for at least
500 MW pulverized coal fired power plant. (Details of references enclosed at Annexure …………………)
6.02.00 We further confirm that details in respect of valid licencing agreement for the Wet Grinding Mills between *us/*our sub-vendors,
as per 6.01.00 above, and with qualified Wet Grinding Mill manufacturer, who meets the requirement stipulated at clause 4.01.01,
sub-section-I, Part-A, Section-VI are enclosed at Annexure-….. to this Attachment. The data in respect of proveneness criteria
for the qualified Wet Grinding Mill manufacturer, which is in successful operation in at least one (1) plant for a period not less than
one reckoned as on the date of consideration for approval but not later than six months to award date of contract to the Main
bidder are furnished below.
We further confirm that *we/*our sub-vendors shall provide an extended warranty of three (3) years for the Wet
Limestone Grinding Mills
*7.00.00 Applicable for Bidder/his sub vendors seeking provenness criteria as per clause no. 4.01.06, Sub section-I, Part-A of
Section-VI.
7.01.00 We, hereby confirm that *we/*our sub-vendors is a manufacturer of a manufacturer of Agitators for similar process/duty
application in petrochemical or metals and mining industry. (Details of references enclosed at Annexure …………………)
7.02.00 We further confirm that details in respect of collaboration / valid licencing agreement for the Agitator between *us/*our sub-vendors,
as per 6.01.00 above, and with qualified Agitator manufacturer, who meets the requirement stipulated at clause 4.01.01, sub-
section-I, Part-A, Section-VI are enclosed at Annexure-….. to this Attachment. The data in respect of proveneness criteria for the
qualified Agitator manufacturer, which is in successful operation in at least one (1) plant for a period not less than one reckoned
as on the date of consideration for approval but not later than six months to award date of contract to the Main bidder are furnished
below.
We further confirm that before taking up the manufacturing of such Agitator, *we/ *our sub vendor(s) *will create /*have created
manufacturing facilities at his works as per collaborator’s/licenser's design, manufacturing and quality control system.
*8.00.00 Applicable for Bidder/his sub vendors seeking provenness criteria as per clause no. 4.01.07, Sub section-I, Part-A of
Section-VI.
8.01.00 We, hereby confirm that *we/*our sub-vendors is a manufacturer of a manufacturer of Slurry Pumps who meets the requirements
stipulated at clause 4.01.01 (e), sub-section-I, Part-A, Section-VI.
(Details of references enclosed at Annexure …………………)
8.02.00 We further confirm that details in respect of collaboration / valid licencing agreement for the *Slurry Recirculation Pumps/*Slurry
Pumps, between *us/*our sub-vendors, as per 7.01.00 above, and with qualified Slurry Recirculation Pump manufacturer, who
meets the requirement stipulated at clause 4.01.01, sub-section-I, Part-A, Section-VI are enclosed at Annexure-……. to this
Attachment. The data in respect of proveneness criteria for the qualified Slurry Recirculation Pump manufacturer, which is in
successful operation in at least one (1) plant for a period not less than one reckoned as on the date of consideration for approval
but not later than six months to award date of contract to the Main bidder are furnished below.
We further confirm that before taking up the manufacturing of such *Slurry Recirculation Pumps/*Slurry Pumps, *we/ *our sub
vendor(s) *will create /*have created manufacturing facilities at his works as per collaborator’s/licenser's design, manufacturing
and quality control system.
MOTORS
1.02.00 All equipments shall be suitable for rated frequency of 50 Hz with a variation
of +3% & -5%, and 10% combined variation of voltage and frequency unless
specifically brought out in the specification.
1.04.00 All the equipment, material and systems shall, in general, conform to the latest
edition of relevant National and international Codes & Standards, especially the
Indian Statutory Regulations.
1.05.00 The auxiliary AC voltage supply arrangement shall have 6.6 kV and 415V
systems. It shall be designed to limit voltage variations as given below under
worst operating condition :
1.07.00 Fault level shall be limited to 40kA RMS for 1 second for 6.6kV system and
45 kA RMS 1 second for 415V system. 415V system shall be solidly
grounded and 220 VDC system shall be isolated type.
1.08.00 Paint shade shall be as per RAL 5012 (Blue) for indoor and outdoor
equipment.
1.09.00 The responsibility of coordination with electrical agencies and obtaining all
necessary clearances shall be of the contractor.
i) Indoor motors - IP 54
4) DC motors/generators : IS:4722
3.00.00 TYPE
3.01.00 AC Motors:
(b) Crane duty motors shall be slip ring/ squirrel cage Induction motor as
per the requirement.
4.00.00 RATING
(a) Continuously rated (S1). However, crane motors shall be rated for S4
duty, 40% cyclic duration factor.
(b) Whenever the basis for motor ratings are not specified in the
corresponding mechanical specification sub-sections, maximum
continuous motor ratings shall be at least 10% above the maximum
load demand of the driven equipment under entire operating range
including voltage and frequency variations.
Water cooled
6.01.01 For motors with starting time upto 20 secs. at minimum permissible voltage
during starting, the locked rotor withstand time under hot condition at highest
voltage limit shall be at least 2.5 secs. more than starting time.
6.01.02 For motors with starting time more than 20 secs. and upto 45 secs. at
minimum permissible voltage during starting, the locked rotor withstand time
under hot condition at highest voltage limit shall be at least 5 secs. more than
starting time.
6.01.03 For motors with starting time more than 45 secs. at minimum permissible
voltage during starting, the locked rotor withstand time under hot condition at
highest voltage limit shall be more than starting time by at least 10% of the
starting time.
6.01.04 Speed switches mounted on the motor shaft shall be provided in cases
where above requirements are not met.
6.02.01 Accelerating torque at any speed with the lowest permissible starting voltage
shall be at least 10% motor full load torque.
6.02.02 Pull out torque at rated voltage shall not be less than 205% of full load torque.
It shall be 275% for crane duty motors.
7.01.00 Suitable single phase space heaters shall be provided on motors rated 30KW
and above to maintain windings in dry condition when motor is standstill.
Separate terminal box for space heaters & RTDs shall be provided.
7.02.00 All motors shall be either Totally enclosed fan cooled (TEFC) or totally
enclosed tube ventilated (TETV) or Closed air circuit air cooled (CACA) type.
However, motors rated 3000KW or above can be Closed air circuit water
cooled (CACW). CW motors can be screen protected drip proof (SPDP) type.
Motors located in hazardous areas shall have flame proof enclosures
conforming to IS:2148 as detailed below
(b) Hydrogen generation : Group - IIC (or Group-I, Div-II as per NEC)
plant area
7.04.00 Motors rated above 1000KW shall have insulated bearings to prevent flow of
shaft currents.
7.05.00 Motors with heat exchangers shall have dial type thermometer with adjustable
alarm contacts to indicate inlet and outlet primary air temperature.
7.06.00 Noise level for all the motors shall be limited to 85dB(A). Vibration shall be
limited within the limits prescribed in IS:12075 . Motors shall withstand
vibrations produced by driven equipment. HT motor bearing housings shall
have flat surfaces, in both X and Y directions, suitable for mounting
80mmX80mm vibration pads.
7.07.00 In HT motors, at least four numbers simplex / two numbers duplex platinum
resistance type temperature detectors shall be provided in each phase stator
winding. Each bearing of HT motor shall be provided with dial type
thermometer with adjustable alarm contact and two numbers duplex platinum
resistance type temperature detectors.
7.08.00 Motor body shall have two earthing points on opposite sides.
7.09.00 HT motors can be offered with either elastimould termination or dust tight
phase separated double walled (metallic as well as insulated barrier) cable
boxes. In case elastimould terminations are offered, then protective cover and
trifurcating sleeves shall also be provided. In case cable box is offered, then
Employer shall provide termination kit. Removable gland plates of thickness 3
mm (hot/cold rolled sheet steel) or 4 mm (non magnetic material for single
core cables) shall be provided in case of cable boxes.
7.10.00 The spacing between gland plate & centre of terminal stud shall be as per
Table-I.
7.11.00 All motors shall be so designed that maximum inrush currents and locked
rotor and pullout torque developed by them at extreme voltage and frequency
variations do not endanger the motor and driven equipment.
7.12.00 The motors shall be suitable for bus transfer schemes provided on the 6.6 kV/
415V systems without any injurious effect on its life.
7.13.00 For motors rated 2000 KW & above, neutral current transformers of PS class
shall be provided on each phase in a separate neutral terminal box.
7.14.00 6.6KV motor Terminal Box shall be suitable for fault level of 500MVA for 0.12
sec.
Terminal boxes of breaker operated LT motors above 160KW shall be capable
of withstanding system fault level of 31MVA for 0.12 second.
7.15.00 The size and number of cables (for HT and LT motors) to be intimated to
the successful bidder during detailed engineering and the contractor shall
provide terminal box suitable for the same.
7.16.00 The ratio of locked rotor KVA at rated voltage to rated KW shall not exceed
the following (without any further tolerance)
8.01.00 HT MOTORS
8.01.01 The contractor shall carry out the type tests as indicated in the "LIST OF
TYPE TESTS TO BE CONDUCTED " on the equipment mentioned there in.
The Bidder shall indicate the charges for each of these type tests separately
in the relevant schedule of BPS and the same shall be considered for the
evaluation of the Bids. The type test charges shall be paid only for the
test(s) actually conducted successfully under this contract and upon
certification by the Owner’s Engineer.
8.01.02 The type tests shall be carried out in presence of the Owner’s representative,
for which minimum 15 days notice shall be given by the Contractor. The
Contractor shall obtain the Owner’s approval for the type test procedure
before conducting the type test. The type test procedure shall clearly specify
the test set-up, instruments to be used, procedure, acceptance norms,
recording of different parameters, interval of recording, precautions to be taken
etc. for the type test(s) to be carried out.
8.01.03 In case the contractor has conducted such specified type test(s) within last
five years as on the date of bid opening, he may submit the reports of the
type tests indicated in the "LIST OF TYPE TESTS TO BE CONDUCTED " to
the owner for waival of conductance of such type test(s).These reports should
be for the tests conducted on the equipment similar to those proposed to be
supplied under this contract and the test(s) should have been either conducted
at an independent laboratory or should have been witnessed by a client. The
Owner reserves the right to waive conducting of any or all of the specified
type test(s) under this contract. In case type tests are waived, the type test
charges shall not be payable to the contractor.
8.01.04 Further the Contractor shall only submit the reports of the type tests as listed
in "LIST OF TESTS FOR WHICH REPORTS HAVE TO BE SUBMITTED" and
carried out within last five years from the date of bid opening. These reports
should be for the tests conducted on the equipment similar to those proposed
to be supplied under this contract and the test(s) should have been either
conducted at an independent laboratory or should have been witnessed by a
client. In case the Contractor is not able to submit report of the type test(s)
conducted within last five years from the date of bid opening, or in case the
type test report(s) are not found to be meeting the specification requirements,
the Contractor shall conduct all such tests under this contract free of cost to
the Owner and submit the reports for approval.
The following type tests shall be conducted on each type and rating of
HT motor
(a) No load saturation and loss curves upto approximately 115% of rated
voltage
(e) Temperature rise test at rated conditions. During heat run test, bearing
temp., winding temp., core temp., coolant flow and its temp. shall also
be measured. In case the temperature rise test is carried at load other
than rated load, specific approval for the test method and procedure is
required to be obtained. Wherever ETD’s are provided, the temperature
shall be measured by ETD’s also for the record purpose.
(f) Surge withstand test on the sample coil after placing it in stator core
at (4U + 5 KV) and with at least five impulse of 1.2/50 micro sec.
Wave, where U is the line to line voltage in kV.
(g) Surge-withstand test at 20KVp with 0.3/3 micro sec. wave on each
type of 6.6 KV motor coils respectively with at least five such impulses,
followed by one minute power frequency high voltage test on turn to
turn insulation, after cutting the coil and bringing out the turns suitably.
The power frequency test voltage shall be decided during detailed
engineering.
(a) Degree of protection test for the enclosure followed by IR, HV and no
load run test.
(b) Terminal box-fault level withstand test for each type of terminal box of
HT motors only.
8.02.00 LT Motors
8.02.01 LT motors shall be of type tested quality. For each type & rating of LT motors
rated above 50 KW, the contractor shall submit for Owner’s approval the
reports of all the type tests as per relevant standards and carried out within
last five years from the date of bid opening. These reports should be for the
tests conducted on the equipment similar to those proposed to be supplied
under this contract and the test(s) should have been either conducted at an
independent laboratory or should have been witnessed by a client.
8.02.02 In case the Contractor is not able to submit report of the type test(s)
conducted within last five years from the date of bid opening, or in case the
type test report(s) are not found to be meeting the specification requirements,
the Contractor shall conduct all such tests under this contract free of cost to
the Owner and submit the reports for approval.
8.03.00 All acceptance and routine tests as per the specification and relevant
standards shall be carried out. Charges for these shall be deemed to be
included in the equipment price.
TABLE - I
Above 3 KW - upto 7 KW 85
For HT motors the distance between gland plate and the terminal studs shall
not be less than 500 mm
NOTE: Minimum inter-phase and phase-earth air clearances for LT motors with
lugs installed shall be as follows:.
UP to 110 KW 10mm
SLURRY STORAGE
LIMESTONE AREA
FILTRATE WATER
ABSORBER AREA
TANK AGITATOR
TANK AGITATOR
TANK AGITATOR
TANK AGITATOR
HYDROCYCLONE
HYDROCYCLONE
GYPSUM AREA
DRAIN SUMP
DRAIN SUMP
DRAIN SUMP
SECONDARY
ABSORBENT
FEED TANK
FEED TANK
ABSORBER
AUXILIARY
AGITATOR
LIMESONE
AGITATOR
AGITATOR
AGITATOR
AGITATOR
AGITATOR
AGITATOR
PRIMARY
SLNO Description
1 Agitaor slno 1 2 3 4 5 6 7 8 9 10 11
2 Parameters
Vertical Type – (Center Vertical Type – (Center Vertical Type – (Center Vertical Type – (Center Vertical Type – (Center Vertical Type – (Center Vertical Type – (Center Vertical Type – (Center Vertical Type – (Center Vertical Type – (Center
a. Type Vertical Type
Mounted) Mounted) Mounted) Mounted) Mounted) Mounted) Mounted) Mounted) Mounted) Mounted)
b. Medium to be handled Gypsum slurry Gypsum slurry Limestone slurry Gypsum slurry Gypsum slurry Gypsum slurry Gypsum slurry Gypsum slurry Gypsum slurry Gypsum slurry Gypsum slurry
c. Mechanical Seal Type Not required Not required Not required Not required Not required Not required Not required Not required Not required Not required Not required
d. Duty Continuous Continuous Continuous Continuous Continuous Continuous Continuous Continuous Continuous Continuous Continuous
e. Agitator location Outdoor Outdoor Outdoor Outdoor Outdoor Outdoor Outdoor Outdoor Outdoor Outdoor Outdoor
Whenever FGD is under
f. Operation Continuous. Continuous. Continuous. Continuous. Continuous. Continuous. Continuous. Continuous. Continuous. Continuous.
maintenance
3 Tank Details
a. Tank shape Rectangular Circular Circular Circular Circular Circular Circular Circular Rectangular Rectangular Rectangular
PRIMARY SECONDARY
AUXILIARY ABSORBENT LIMESTONE SLURRY LIME FEED TANK ABSORBER AREA DRAIN GYPSUM AREA DRAIN LIMESTONE AREA DRAIN
b. Tank Name ABSORBER HYDROCYCLONE FEED HYDROCYCLONE FEED FILTRATE WATER TANK WASTE WATER TANK
TANK STORAGE TANK AGITATOR SUMP SUMP SUMP
TANK TANK
c. Capacity of slurry (in m3) 908.16 m3 2052 m3 1215 m3 296 m3 2652 m3 683 m3 746 m3 2.4 m3 13 m3 17 m3 11 m3
d. Dimension (m) 12.9 W x12.8 L x11.0 H 16.5 Dia X 10.173 H 11.5 Dia X 12.29 H 7.0 Dia X8.2 H 16.0 Dia X13.6 H 10 Dia X9.06 H 10 Dia X9.775 H 1.4 Dia X1.69 H 3 W X3 L X1.6 H 4 W X3 L X1.6 H 3.0 W X2.0 L X2.1 H
Impeller blades shall be Impeller blades shall be Impeller blades shall be Impeller blades shall be Impeller blades shall be Impeller blades shall be Impeller blades shall be Impeller blades shall be Impeller blades shall be Impeller blades shall be Impeller blades shall be
made of Alloy 926 or made of Alloy 926 or made of Alloy 926 or made of Alloy 926 or made of Alloy 926 or made of Alloy 926 or made of Alloy 926 or made of Alloy 926 or made of Alloy 926 or made of Alloy 926 or made of Alloy 926 or
better material. better material. better material. better material. better material. better material. better material. better material. better material. better material. better material.
e. MOC of Agitator Agitator shaft shall be Agitator shaft shall be Agitator shaft shall be Agitator shaft shall be Agitator shaft shall be Agitator shaft shall be Agitator shaft shall be Agitator shaft shall be Agitator shaft shall be Agitator shaft shall be Agitator shaft shall be
carbon steel Rubber carbon steel Rubber carbon steel Rubber carbon steel Rubber carbon steel Rubber carbon steel Rubber carbon steel Rubber carbon steel Rubber carbon steel Rubber carbon steel Rubber carbon steel Rubber
Lined. Lined. Lined. Lined. Lined. Lined. Lined. Lined. Lined. Lined. Lined.
f. Minimum liquid level in the tank 4.2 1.0 1.0 1.0 1.0 1.0 1.0 0.5 0.6 0.6 0.6
g Normal liquid level in the tank 5.5 9.4 11.5 7.5 13.0 8.5 9.3 1.3 1.3 1.3 1.7
h. Maximum liquid level in the tank 6.5 9.6 11.7 7.7 13.2 8.7 9.5 1.5 1.4 1.4 1.8
DETAIL - X
1200
Agitator Nozzle
12900
ABSORBER MAXIMUM LIQUID LEVEL (6500MM)
11000
X
ABSORBER NORMAL LIQUID LEVEL (5500MM)
Agitator Nozzle
ABSORBER MINIMUM LIQUID LEVEL (4200MM)
Baffle Wall
5000mm(min)
RC PUMP SUCTION PIPE
JAS
1300
1000
Vendor to specify
2200 2200
12800
4650 8150
12800
Elevation view
Plan view
00 2020.07.27
NOTE:
1. 2 Nos of Agitators in Absorber Tank - FGD SYSTEM PACKAGE
FLUE GAS DESULPHURIZATION SYSTEM
2. Vendor has to specify the location of the agitator inside the Absorber
3. Vendor shall note that only 1200mm space is available at the top of the tank.
4. Flanges at coupling shall be rubber lined at vendor works along with the shaft.
5. Fasterners connecting the flanges shall be Alloy 926. For each bolt (alloy926), 2Nos of alloy 926 washers, BHARAT HEAVY ELECTRICALS LTD.
2Nos of rubber washer and 1 No of Alloy 926 nut to be provided.
NTS
2020.07.27
Note 6&7
ROOF
b
* NOZZLE dia (dN)
DETAIL - X
Tank (I.D)
vendor to specify
X Roof Slope
S.NO Tank Name Tank Dia in mm(ID) Total Height in mm (H) HEIGHT (h2) in TANK NOZZLE DIA in mm Approx b
mm* (dN)*
Tank Height(H)
1 AUXILIARY ABSORBENT TANK AGITATOR 16500 10173 500 700 1 deg
2 LIMESTONE SLURRY STORAGE TANK AGITATOR 11500 12290 360 700 1 deg
3 PRIMARY HYDROCYCLONE FEED TANK AGITATOR 7000 8200 1200 323.9 5 deg
4 SECONDARY HYDROCYCLONE FEED TANK AGITATOR 16000 13600 600 700 1 deg
NOTE:-
1. Diameter of the Agitator blade and height of agitator rod has to be specified by Vendor.
2. * Tentative Dimensions.
3. Vendor has to design the agitator by considering the scope of the Tank Roof and Nozzle height
4. Location of the baffle plate along with sizes to be specified by vendor,
BHEL will provide the baffles plates.
5. Arrangement of agitator is typical.
6. Flanges at coupling shall be rubber lined at vendor works along with the shaft.
7. Fasterners connecting the flanges shall be Alloy 926. For each bolt (alloy926), 2Nos of alloy 926 washers,
2Nos of rubber washer and 1 No of Alloy 926 nut to be provided.
GA OF CIRCULAR TANKS
WITH AGITATOR
* 330
Equipment
340
1. Diameter of the Agitator blade and height of agitator ROD has to be specified by Vendor.
2. * Tentative Dimensions.
*330
Equipment
340
1. Diameter of the Agitator blade and height of agitator ROD has to be specified by Vendor.
2. * Tentative Dimensions.
*330
1. Diameter of the Agitator blade and height of agitator ROD has to be specified by Vendor.
2. * Tentative Dimensions.
Equipment
340
MANDATORY SPARE LIST FOR AGITATORS OF BONGAIGAON
S. No Material code Description QTY Unit MODEL NO Unit price Total price
1 RFW008860001 Impeller Assembly for AUXILIARY ABSORBENT TANK AGITATOR (1 No of each 1 ST
type and size)
2 RFW008860002 Bearing Assembly for AUXILIARY ABSORBENTTANK AGITATOR (1 No of each 1 ST
type and size)
3 RFW008860003 Motor for AUXILIARY ABSORBENT TANK AGITATOR 1 NO
4 RFW008860004 Complete Belt and Pulleys or Coupling between Motor and Gearbox (if 1 ST
applicable) forAUXILIARY ABSORBENT TANK AGITATOR
5 RFW008860005 Gear Box Assembly (If Applicable) forAUXILIARY ABSORBENT TANK AGITATOR 1 ST
44 RFW008860044 Bearing Assembly for LIME DOSING AGITATOR (1 No of each type andsize) 1 ST
71 RFW008860071 Impeller Assembly for ABSORBER AGITATOR (1 No of each type and size) 1 ST
72 RFW008860072 Bearing Assembly for ABSORBER AGITATOR (1 No of each type and size) 1 ST
Note: Vendor has to quote all spares along with model nos as tabulated above for all the agitators.If spares for two or more agitators are of same
type and size, then BHEL will decide required quantity of spares and order shall be only for one no of each type and size.
Venkateswarlu M
Dear Sir.,
Sub: Procurement of Agitators for NTPC Bongaigaon (3x250 M W) FGD Project
Ref:- 1) Indent no: RFW00880, RFW00881, RFW00882, RFW00883, RFW00886 for NTPC Bongaigaon (3x250 M W) FGD
Project - BHEL W.O No: G305, G306 and G307
2) Quality requirements furnished by QA-M echanical vide mail to M M dt 18.09.2020 (copy attached)
***
W.r.t above, follow ing are the Quality Requirements for the supply of LT M otors being used in Agitators meant for
NTPC Bongaigaon (3x250 M W) FGD Project.
Specific confirmation / documents shall be obtained from all the OEM vendors.
(Confirm
01 OEM vendor shall meet all t he requirement s as in Annexure-I and also OEM Vendor shall
endorse (Signat ure and St amp in all t he pages) in at t ached CONTRACT QUALITY
REQUIREM ENTS (CQR) for LT M OTORS(IE3) Up t o 200KW used in
Agit at ors (DOC.NO: BAP/ QR/ G305/ G306/ G307/ BONGAIGAON/ LTM / AGITATOR: 001 Rev.
No.00 dt 22.09.2020) and send us t he same t o follow / ensure all t he requirement s in t he
event of an order.
02 OEM vendor shall ensure Credent ials of design and M anufact uring capabilit ies w .r.t . LT
M ot ors by t heir LT M ot or manufact ure.
1
03 OEM Supplier shall submit ot her det ails like t hat t hey are already approved vendor
by Ultimate Customer – NTPC (National Thermal Power Corporation Limited) specifically
for proposed supply of LT M ot or against BHEL/ Ranipet . The det ails of PO already execut ed
preferably t hrough various ot her BHEL unit s for any NTPC project s w it h CHP/ M DCC
including t echnical cat alogue, PO received so far for sim ilar supply of LT M ot ors may also be
submit t ed.
04 Accordingly OEM vendor shall be suit ably informed t hat If Ultimate Customer – NTPC
(National Thermal Power Corporation Limited) vendor approvals is not t here / not
available, t hen t heir offer w ill not be considered for furt her processing / ordering for t he
supply of LT M ot ors t o t ake care of overall equipment / system requirement s.
05 No mat erial shall be dispat ched w it hout BHEL/ Ultimate Customer – NTPC (National
Thermal Power Corporation Limited) inspect ion - CHP/ M DCC clearances.
(Confirm
01 OEM vendor shall meet all t he requirement s as in Annexure-II and also OEM Vendor shall
endorse (Signat ure and St amp in all t he pages) in at t ached CONTRACT QUALITY
REQUIREM ENTS (CQR) for LT M OTORS(IE3) Up t o 200KW used in
Agit at ors (DOC.NO: BAP/ QR/ G305/ G306/ G307/ BONGAIGAON/ LTM / AGITATOR: 002 Rev.
No.00 dt 22.09.2020) and send us t he same t o follow / ensure all t he requirement s in t he
event of an order.
02 OEM vendor shall ensure Credent ials of design and M anufact uring capabilit ies w .r.t . LT
M ot ors by t heir LT M ot or manufact ure.
03 OEM Supplier shall submit ot her det ails like t hat t hey are already approved vendor
by Ultimate Customer – NTPC (National Thermal Power Corporation Limited) specifically for
proposed supply of LT M ot or against BHEL/ Ranipet . The det ails of PO already execut ed
preferably t hrough various ot her BHEL unit s for any NTPC project s w it h CHP/ M DCC including
t echnical cat alogue, PO received so far for sim ilar supply of LT M ot ors may also be
submit t ed.
04 Accordingly OEM vendor shall be suit ably informed t hat If Ultimate Customer – NTPC
(National Thermal Power Corporation Limited) vendor approvals is not t here / not available,
t hen t heir offer w ill not be considered for furt her processing / ordering for t he supply of LT
M ot ors t o t ake care of overall equipment / syst em requirement s.
05 No mat erial shall be dispat ched w it hout BHEL/ Ultimate Customer – NTPC (National Thermal
Power Corporation Limited) inspect ion - CHP/ M DCC clearances.
Subject t o the above specific confirmation from all the OEM vendors (ie for sl no: I & II) and also for Engg (bot h Electrical
and M echanical ) requirements including Quality Requirements furnished by QA-M echanical vide mail to M M dt
18.09.2020 (copy at tached), OEM Vendors offers w ill be acceptable w .r.t Quality Requirements.
Purchase shall ensure all the above Quality requirements w hile releasing the PO on successful bidder on specific
confirmation from all the OEM vendors on t he above .
2
Important Note:
Engg shall ensure customer approved LT M otor data sheet/ drg/ spec (As applicable) to obtain CHP/ M DCC from NTPC.
Regards
Ramnandha M
ET-Quality Assurance- Electrical and C& I
BHEL-BAP Ranipet
Ph: 3126
3
Annexure-I
CONTRACT QUALITY REQUIREMENTS (CQR) for LT MOTORS(IE3) Up to 200KW
(For INDIGENOUS OEM VENDOR ONLY)
PROJECT: NTPC BONGAIGAON CONTRACT QUALITY DOC.NO: ##Enquiry No:
THERMAL POWER PROJECT REQUIREMENTS (CQR) for
LT MOTORS(IE3) - Up to 200KW used BAP/QR/G305/G306/G3
(3 X 250 MW) ## OEM Supplier Name &
07/BONGAIGAON/
in AGITATORS Address:
LTM/ AGITATOR: 001
(WO No. G305, G306, G307) Rev NO.: 00 ##Offer reference:
PAGE : Page 1 of 6
CONTRACTOR: BHEL - RANIPET DATE: 22.09.2020
##Date:
NTPC BONGAIGAON Thermal
CONTRACT NO: CS-4610-101-2- Power Project Contact Official Name:
FC-COA-5066-AMDT-04 for (3 x 250 MW) Mobile no:
Bongaigaon FGD (3 x 250MW (WO No. G305, G306, G307) Email id:
SUB CONTRACTOR (OEM) &
ADDRESS:
Sl. DESCRIPTION BHEL and Ultimate Customer - NTPC (National Thermal Power ##Specific confirmations
NO. Corporation)., India Quality Requirements by the vendor
ITEM: LT Motors (IE3) Up to 200KW
01 Type Test A. Vendor shall submit the type test reports of all the type tests as listed
Requirements in SL NO: 01 (D) below and carried out within 10 years from the data
of ultimate NTPC COA Amendment 4 dt 11.11.2019. These reports
should be for the test conducted on the identical/similar LT Motors to
those proposed to be supplied under this enquiry and test (s) either
should have been conducted at an independent laboratory (or) should
have been witnessed by BHEL AIA (BHEL Appointed Inspection
Agency) / BHEL (or) Ultimate client NTPC at respective LT Motor
Manufacture of OEM vendor.
B. However, if vendor is not able to submit the similar / identical type
test report as per above condition (or) in the case of type test reports
are not found to be meeting the specification requirement, the vendor
shall conduct all the tests at no additional cost to BHEL either at third
party lab (or) own lab in the presence of BHEL AIA (BHEL
Appointed Inspection Agency) / BHEL /Ultimate client NTPC and
submit the reports for review & approval.
C. Type Test reports review and approval by BHEL AIA (BHEL
Appointed Inspection Agency) / BHEL / Ultimate client NTPC is
must in line with NTPC approved data sheet / BOM/GA Drawing etc.
Annexure-I
CONTRACT QUALITY REQUIREMENTS (CQR) for LT MOTORS(IE3) Up to 200KW
(For INDIGENOUS OEM VENDOR ONLY)
PROJECT: NTPC BONGAIGAON CONTRACT QUALITY DOC.NO: ##Enquiry No:
THERMAL POWER PROJECT REQUIREMENTS (CQR) for
LT MOTORS(IE3) - Up to 200KW used BAP/QR/G305/G306/G3
(3 X 250 MW) ## OEM Supplier Name &
07/BONGAIGAON/
in AGITATORS Address:
LTM/ AGITATOR: 001
(WO No. G305, G306, G307) Rev NO.: 00 ##Offer reference:
PAGE : Page 2 of 6
CONTRACTOR: BHEL - RANIPET DATE: 22.09.2020
##Date:
NTPC BONGAIGAON Thermal
CONTRACT NO: CS-4610-101-2- Power Project Contact Official Name:
FC-COA-5066-AMDT-04 for (3 x 250 MW) Mobile no:
Bongaigaon FGD (3 x 250MW (WO No. G305, G306, G307) Email id:
SUB CONTRACTOR (OEM) &
ADDRESS:
Sl. DESCRIPTION BHEL and Ultimate Customer - NTPC (National Thermal Power ##Specific confirmations
NO. Corporation)., India Quality Requirements by the vendor
ITEM: LT Motors (IE3) Up to 200KW
01 Type Test D. The following Type test reports to be submitted covering the
Requirement following for above 50KW LT Motor as per relevant Indian standards
…….Contd etc
E. The TCs / Type Test reports shall also be given as PDF file with
index sheet & page control through Email & Soft Copy (File size to
less than 9MB).
Annexure-I
CONTRACT QUALITY REQUIREMENTS (CQR) for LT MOTORS(IE3) Up to 200KW
(For INDIGENOUS OEM VENDOR ONLY)
PROJECT: NTPC BONGAIGAON CONTRACT QUALITY DOC.NO: ##Enquiry No:
THERMAL POWER PROJECT REQUIREMENTS (CQR) for
LT MOTORS(IE3) - Up to 200KW used BAP/QR/G305/G306/G3
(3 X 250 MW) ## OEM Supplier Name &
07/BONGAIGAON/
in AGITATORS Address:
LTM/ AGITATOR: 001
(WO No. G305, G306, G307) Rev NO.: 00 ##Offer reference:
PAGE : Page 3 of 6
CONTRACTOR: BHEL - RANIPET DATE: 22.09.2020
##Date:
NTPC BONGAIGAON Thermal
CONTRACT NO: CS-4610-101-2- Power Project Contact Official Name:
FC-COA-5066-AMDT-04 for (3 x 250 MW) Mobile no:
Bongaigaon FGD (3 x 250MW (WO No. G305, G306, G307) Email id:
SUB CONTRACTOR (OEM) &
ADDRESS:
Sl. DESCRIPTION BHEL and Ultimate Customer - NTPC (National Thermal Power ##Specific confirmations
NO. Corporation)., India Quality Requirements by the vendor
ITEM: LT Motors (IE3) Up to 200KW
02 Quality Plan 1. RQP or MQP is applicable for these LT Motor.
Requirement
2. RQP/MQP (Manufacturing Quality Plan) is applicable for
these LT Motors and accordingly Actual LT Motor
Manufacture and OEM shall submit the RQP/MQP in
ultimate customer – NTPC format.
Sl. DESCRIPTION BHEL and Ultimate Customer - NTPC (National Thermal Power ##Specific confirmations
NO. Corporation)., India Quality Requirements by the vendor
ITEM: LT Motors (IE3) Up to 200KW
04 Inspection LT Motors up to 30KW – Inspection Categorization: III
Methodology
to be adopted All Routine tests on LT Motors are to be ensured by OEM Vendor &
at Actual LT same are to be inspected & witnessed by OEM Vendor / BHEL / BHEL
Motor AIA (BHEL authorized inspection Agency) at LT Motor manufacture
Manufacture works as per approved MQP & approved data sheet / drg / spec/ as per
works by OEM relevant Indian standards and all the Routine Test Reports with Inspection
vendor report (IR) to be submitted for BHEL/Ultimate Customer – NTPC for
review and to obtain inspection and dispatch clearance .
All Routine & Type Tests if any on LT Motors are to be ensured by OEM
Vendor and same shall be offered to BHEL/ BHEL AIA (BHEL
authorized inspection Agency) / Ultimate Customer-NTPC for
inspection & witnessing including review of Degree of Protection Test
Reports as per approved MQP /RQP with endorsement sheet / approved
data sheet / drg / spec / as per relevant Indian standards and all the
Routine Test Reports , Type test Reports including Degree of protection
test report with Inspection report (IR) to be submitted for BHEL/Ultimate
Customer – NTPC for review and to obtain inspection and dispatch
clearance.
BHEL/ BHEL AIA (BHEL authorized inspection Agency) / Ultimate
Customer-NTPC to witness / perform inspection at LT Motor Supplier
works and submit all the inspection documents and routine & Type test
reports including Degree of Protection Test Reports (IP 55) as per
approved MQP & approved data sheet / drg / spec / as per relevant Indian
standards.
Annexure-I
CONTRACT QUALITY REQUIREMENTS (CQR) for LT MOTORS(IE3) Up to 200KW
(For INDIGENOUS OEM VENDOR ONLY)
PROJECT: NTPC BONGAIGAON CONTRACT QUALITY DOC.NO: ##Enquiry No:
THERMAL POWER PROJECT REQUIREMENTS (CQR) for
LT MOTORS(IE3) - Up to 200KW used BAP/QR/G305/G306/G3
(3 X 250 MW) ## OEM Supplier Name &
07/BONGAIGAON/
in AGITATORS Address:
LTM/ AGITATOR: 001
(WO No. G305, G306, G307) Rev NO.: 00 ##Offer reference:
PAGE : Page 5 of 6
CONTRACTOR: BHEL - RANIPET DATE: 22.09.2020
##Date:
NTPC BONGAIGAON Thermal
CONTRACT NO: CS-4610-101-2- Power Project Contact Official Name:
FC-COA-5066-AMDT-04 for (3 x 250 MW) Mobile no:
Bongaigaon FGD (3 x 250MW (WO No. G305, G306, G307) Email id:
SUB CONTRACTOR (OEM) &
ADDRESS:
Sl. DESCRIPTION BHEL and Ultimate Customer - NTPC (National Thermal Power ##Specific confirmations
NO. Corporation)., India Quality Requirements by the vendor
ITEM: LT Motors (IE3) Up to 200KW
04 Inspection No material shall be dispatched without BHEL / BHEL AIA and Ultimate
Methodology Customer – NTPC Inspection and dispatch clearance.
to be adopted
at Actual LT
Motor
Manufacture
works by OEM
vendor............
Contd
05 Painting Painting requirement like paint shade and painting thickness including no
Requirements of coats if any are to be ensured by the OEM vendor for these LT Motors
as per BHEL/ Ultimate Customer -NTPC approved data
sheet/drg/spec (As applicable).
06 Packing Packing shall be as per Specification / Drg. / Data sheet including sea
worthy packing if any to avoid any transit & handling damages.
07 For Inspection Inspection call by OEM Vendor for LT Motor inspection at Actual LT
call Motor Manufacture works to be raised for BHEL/BHEL AIA inspection
/ Ultimate Customer – NTPC including for type test witnessing if any to
be ensured / addressed to Mr R Kesavan., DGM (QC-Proc)., Mobile no:
+91 9443006303., Email id: kesavan@bhel.in and Mr Kovarathanan.,
DM (QC-Proc)., Mobile no: +91 8903502628., Email id: kovak@bhel.in
including for inspection related activities for immediate response /
resolution.
08 Document Specific confirmation for Document Package in the event of an order (3 hard
Package / copies + soft copies in PDF file) is to be given containing the following with
Dossier proper linkages (.)
(i) Index Sheet
(ii) MQP/RQP/Endorsement sheet
(iii) TCs identified by BHEL/NTPC for record for “CHP”
(Customer Hold Point) Verification & Witness “W” portion
as given in MQP / RQP / MQP (as applicable).
(iv) Final Inspection Report + TC
(v) BHEL AIA (BHEL Appointed Inspection Agency) /
BHEL report + TC
(vi) Ultimate customer NTPC (National Thermal Power Corporation)
CHP (Customer Hold Point) / MDCC (Material Dispatch
Clearance Certificate)
(vii) Type test reports conducted/submitted with approval with
approved data sheet and BOM with actual make used with
Customer approved drgs.
Annexure-I
CONTRACT QUALITY REQUIREMENTS (CQR) for LT MOTORS(IE3) Up to 200KW
(For INDIGENOUS OEM VENDOR ONLY)
PROJECT: NTPC BONGAIGAON CONTRACT QUALITY DOC.NO: ##Enquiry No:
THERMAL POWER PROJECT REQUIREMENTS (CQR) for
LT MOTORS(IE3) - Up to 200KW used BAP/QR/G305/G306/G3
(3 X 250 MW) ## OEM Supplier Name &
07/BONGAIGAON/
in AGITATORS Address:
LTM/ AGITATOR: 001
(WO No. G305, G306, G307) Rev NO.: 00 ##Offer reference:
PAGE : Page 6 of 6
CONTRACTOR: BHEL - RANIPET DATE: 22.09.2020
##Date:
NTPC BONGAIGAON Thermal
CONTRACT NO: CS-4610-101-2- Power Project Contact Official Name:
FC-COA-5066-AMDT-04 for (3 x 250 MW) Mobile no:
Bongaigaon FGD (3 x 250MW (WO No. G305, G306, G307) Email id:
SUB CONTRACTOR (OEM) &
ADDRESS:
Sl. DESCRIPTION BHEL and Ultimate Customer - NTPC (National Thermal Power ##Specific confirmations
NO. Corporation)., India Quality Requirements by the vendor
ITEM: LT Motors (IE3) Up to 200KW
09 Important Inspection Categorization: I
notes
Inspection by BHEL/BHEL AIA and also by Ultimate Customer – NTPC
based on MQP/RQP approved and as in sl no:04
Inspection Categorization: II
I. That the item/ component is identical to that considered for SQP approval. √ The MQP/RQP/SQP is endorsed for this project
II. That there are minor changes in the item/ component with respect to that considered for MQP/RQP/SQP approval, however without any change
the same do not affect the contents of MQP/RQP/SQP
III. That there are minor changes in the item/ component with respect to that considered for MQP/RQP/SQP approval, however The SQP is endorsed for this project with changes
the same affect the MQP/RQP/SQP slightly, as indicated below / in attached sheet. as indicated.
DISTRIBUTION OF ENDORSEMENT OF
A) MQP/RQP/SQP:
1. MAIN SUPPLIER (WITH A COPY OF
MQP/RQP/SQP)
2. MANUFACTURER
3. RIO
4. CQA-SPL
5. CQA-O/C
B) RFQP/SFQP:
1. MAIN SUPPLIER (with a copy of MQP/RQP/SQP
2. MANUFACTURER
3. NTPC FQA (with a copy of MQP/RQP/SQP
4. NTPC Erection (with a copy of MQP/RQP/SQP
5. CQA-SPL
6. CQA-O/C
6.Tan Delta (If Major Electrical 1 sample/lot --do-- --do-- Insp report/ Supplier P V
applicable) TC EC gr purity:-99.6%
1.2 Aluminum Ingots 1.Chemical Major Chemical 1 sample/lot --do-- --do-- Supplier Tc P V
composition
1.3 FAN 1.Diameter Major Mechanical 1 sample/lot --do-- --do-- Inspection Report P V
(ID&OD)
1.4 Bearings(SKF 1.Type & Make Major Visual 100% --do-- --do-- Inspection Record P V
OR FAG)
2.Proof voltage test Major Electrical Plant std. --do-- --do-- Inspection Report P V
MQP:E:LTM:NTPC BONGAIGAON :AGITATOR:001
OEM SUPPLIER MANUFACTURING QUALITY PLAN FOR REV:NO:00
To be filled by LT MOTOR ( Up to TO 200KW) - FGD Application DATE: 22.09.2020
BHEL OEM Supplier Page :
BAP/ RANIPET /
TAMIL NADU LT MOTOR
INDIA Manufacture
To be filled by OEM
Supplier
S1.No. COMPONET/A CHARACTE- CLASS TYPE OF QUANUTM OF REFERENCE DOCUMENT ACCEPTANCE STANDARD FORMAT OF REC AGENCY REMARKS
SSEMBLY/OP RISTIC CHECK CHECK
D M BHEL/
ERATION/TES
BHEL
TS
AIA
1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12.
INPROCESS INSPCETIONS:
2.1 Stator core 1.Core length dia Major Mechanical 100% --do-- --do-- Inspection Record P V
2.2 Die cast rotor 1.Core length Major Mechanical 100% --do-- --do-- Inspection Record P V
2.3 Wound stator (if 1.Resistance Major Electrical 100% --do-- --do-- Inspection Record P V
applicable)
4.No load run test Major Electrical 100% --do-- --do-- Inspection Record P W
5.Vibration test Major Mechanical 100% --do-- --do-- Inspection Record P W
6.Name plate recheck Major Visual 100% --do-- --do-- Inspection Record P W
7.Paint shade Major Visual & 100% --do-- --do-- Inspection Record P W
thickness & adhesion Measurement
8.Moutings & Overall Major Mechanical 100% --do-- -do- Inspection Record P W
dimensions
3.2 TYPE TESTS ###
3.3 Preservation and 1.Completeness Major Review 100% --do-- --do-- Inspection Record P V
Packing
MQP:E:LTM:NTPC BONGAIGAON :AGITATOR:001
OEM SUPPLIER MANUFACTURING QUALITY PLAN FOR REV:NO:00
To be filled by LT MOTOR ( Up to TO 200KW) - FGD Application DATE: 22.09.2020
BHEL OEM Supplier Page :
BAP/ RANIPET /
TAMIL NADU LT MOTOR
INDIA Manufacture
To be filled by OEM
Supplier
S1.No. COMPONET/A CHARACTE- CLASS TYPE OF QUANUTM OF REFERENCE DOCUMENT ACCEPTANCE STANDARD FORMAT OF REC AGENCY REMARKS
SSEMBLY/OP RISTIC CHECK CHECK
D M BHEL/
ERATION/TES
BHEL
TS
AIA
1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12.
2.Motors covered with Major Visual 100% --do-- --do-- Inspection Record P V
polythene sheets
SL. COMPONENT & CHARACTERISTICS CLASS TYPE OF QUANTUM REFERENCE ACCEPTANCE FORMAT OF AGENCY REMARKS
NO OPERATIONS CHECK OF CHECK DOCUMENT NORMS RECORD
M C/N M C N
1. 2. 3. 4. 5. 6. 7. 8. 9. D* ** 10. 11.
LEGEND: * RECORDS, INDENTIFIED WITH “TICK” ( ) SHALL BE DOC. NO.: REV…… CAT…..
ESSENTIALLY INCLUDED BY SUPPLIER IN QA DOCUMENTATION.
** M: OEM MANUFACTURER/LT MOTOR SUB-SUPPLIER
C: MAIN SUPPLIER – BHEL/BHEL AIA , N: NTPC
OEM MANUFACTURER/ MAIN (BHEL) P: PERFORM W: WITNESS AND V: VERIFICATION. AS APPROPRIATE, FOR
LT MOTOR SUPPLIER SUPPLIER CHP: NTPC SHALL IDENTIFIED IN COLUM “N” AS ‘ W” NTPC
SIGNATURE USE REVIEWED BY APPROVED BY APPROVAL
SEAL
FORMAT NO.: QS-01-QAI-P-09/F1-R1 1/1 ENGG. DIV./QA&I