57
Detailed Engineering Consultancy and Construction Supervision for Setting Up Nuclear Fuel Complex - Kota, at Rawatbhata, Kota, Rajasthan CENTRIFUGAL PUMPS (RAW WATER SERVICE) (Document No : A367-040-PA-MR-5001) Page 1 of 57

Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

Embed Size (px)

Citation preview

Page 1: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

Detailed Engineering Consultancy and Construction Supervision for Setting

Up Nuclear Fuel Complex - Kota, at Rawatbhata, Kota, Rajasthan

CENTRIFUGAL PUMPS (RAW WATER SERVICE)

(Document No : A367-040-PA-MR-5001)

Page 1 of 57

Page 2: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

Click on the Document Title to go to that section of the document

Table of ContentsDocument Number Rev. Document Title Page

NumberA367-040-PA-MR-5001

C CENTRIFUGAL PUMPS (RAW WATER SERVICE) 3

A545-040-82-41-SI-5001

B Special Instructions to Bidders 6

A367-040-82-41-TCL-5001

A Technical Compliance Statement 9

A367-040-82-41-DS-2201

B Pump Mechanical Datasheet 10

A367-040-16-47-1022

1 P&ID FOR CONSTRUCTION WATER SYSTEM 12

A367-040-82-41-SP-5001

C Job Specification (Mechanical) 13

A367-040-82-41-SL-5001

B Mandatory Spares Requirement 30

A367-040-82-41-SU-5001

A Site Data 31

A367-040-16-50-DS-5001

B MOTOR DATA SHEET(electrical) 33

A367-040-82-41-VR-5001

A Vendor Data & Drawing Requirement 35

A367-040-16-50-VR-5001

A VENDOR DATA REQUIREMENTS FOR (ELCTRICAL) RAWWATER INTAKE PUMP

38

A367-040-16-50-LL-5001

B CHECKLIST 41

6-78-0001 1 Specification for quality management system requirements frombidders

42

6-78-0003 1 Specification for documentation requirement from suppliers 49

Page 2 of 57

Page 3: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

ENGINEERS INDIA LIMITED

NEW DELHI Client: NUCLEAR FUEL COMPLEX , HYDERABAD

Project: DETAIL ENGG. CONSLT. & CONS. SUPERVISION,NFC KOTA

File Name: C:\Documents and Settings\a848\Desktop\5001.pdf

Thi

s dr

awin

g, d

esig

n an

d de

tails

giv

en o

n th

is f

orm

at a

re th

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat t

hey

will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n th

e lim

ited

way

per

mitt

ed b

y a

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.1

A4-

210x

297.

Sheet 1 of 3

ITEM DESCRIPTION: PUMP-CENTRIFUGAL.HORIZONTAL (GENERAL WATER SERVICE)

GROUP ITEM CODE: 04AC DESTINATION: As per Commercial Documents

MR CATEGORY: II DELIVERY PERIOD: As per Commercial Documents

DOCUMENT NUMBER( Always quote the Document Number given below as reference )

04/11/2015 82

JOB NO. UNIT/ AREA

MAINCOST

CENTRE

DOC.CODE

SR. NO. REV. DATE

41

DIVN. DEPT.

ORIGINATOR

NOTES :12

3

This page is a record of all the Revisions of this Requisition.The nature of the Revision is briefly stated in the "Details" column below, theRequisition in its entirety shall be considered for contractual purposes.Vendor shall note the MR category and shall submit his offer in line with therequirements included in attached 'Instructions to Bidders'.

REV. DATE BY CHK. APPD. DETAILS

A

B

C

26/08/2015

21/09/2015

04/11/2015

ISSUED FOR BIDS

ISSUED FOR BIDS

REVISED & ISSUED FOR BIDS

SG

SG

SG

ME

ME

ME

NALIN

NALIN

NALIN

MATERIAL REQUISITION (TOP SHEET)

040 PA MR 5001 CA367

This is a system generated approved document and does not require signature.

Page 3 of 57

Page 4: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

ENGINEERS INDIA LIMITED

NEW DELHI Client: NUCLEAR FUEL COMPLEX , HYDERABAD

Project: DETAIL ENGG. CONSLT. & CONS. SUPERVISION,NFC KOTA

File Name: C:\Documents and Settings\a848\Desktop\5001.pdf

Thi

s dr

awin

g, d

esig

n an

d de

tails

giv

en o

n th

is f

orm

at a

re th

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat t

hey

will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n th

e lim

ited

way

per

mitt

ed b

y a

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.1

A4-

210x

297.

Sheet 2 of 3

REQUISITION NO. REV.

CA367-040-PA-MR-5001

SR. NO.TAG NO/

ITEM CODE/ [ ID. NO. ] DESCRIPTION QUANTITY

01.00

02.00

03.00

04.00

05.00

06.00

07.00

08.00

09.00

Design, engineering, manufacture,procurement of materials and bought outcomponents, assembly at shop, inspection,testing at manufacturer's works, packing,& delivery of the following, includingsupply of all commissioning spares (Note-1), special tools and tackles (Note-2) &documentation as per the enclosed specialinstructions to bidders, jobspecification, data sheets etc. and othercodes and standards attached or referred.

<< DELETED >>

<< DELETED >>

Supply of Mandatory Spares as documentno. A367-040-82-41-SL-5001.

Quotation of Two Years Operation andMaintenance Spares (over & abovemandatory spares) , as per vendorrecommendation<< DELETED >>

<< DELETED >>

<< DELETED >>

Drawings and documents as per attachedVendor Data requirement (document no.A367-040-82-41-VR-5001 & A367-040-16-50-VR-5001) for all supplies and servicescovered above in Sr.Nos.1.00 toSr.No.8.00

Lot

Lot

Vendors shall quote prices in EIL Price Schedule except for Sr.No.9.00. Price fordocumentation is implied to be included in the prices quoted against Sr.No.1.00 toSr.No.8.00

Vendor to note that the numbers given in square '[]' and curly '{}' brackets arenot for their use and meant for store purpose only. Items shall be tagged as permain equipment Tag No. only.

01.01

01.02

04.01

04.02

040-PU-2201 A

040-PU-2201 B

{04}040-PU-2201 A

{04}040-PU-2201 B

Raw Water Transfer Pump

Raw Water Transfer Pump

For Sr. No. 01.01

For Sr. No. 01.02

1 Nos

1 Nos

1 Lot

1 Lot

A1

A1

A1

A1

Note:Bidder to note that,one fixed price is to be quoted for grouped items. The groupsof items are identified by A1 where A1 indicates one group and so on.Grouped items shall not be split ordered.

Page 4 of 57

Page 5: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

ENGINEERS INDIA LIMITED

NEW DELHI Client: NUCLEAR FUEL COMPLEX , HYDERABAD

Project: DETAIL ENGG. CONSLT. & CONS. SUPERVISION,NFC KOTA

Sheet 3 of 3

File Name: C:\Documents and Settings\a848\Desktop\5001.pdf

Thi

s dr

awin

g, d

esig

n an

d de

tails

giv

en o

n th

is f

orm

at a

re th

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat t

hey

will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n th

e lim

ited

way

per

mitt

ed b

y a

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.1

A4-

210x

297.

REQUISITION NO. REV.

CA367-040-PA-MR-5001

LIST OF ATTACHMENTS

SL.No. DOCUMENT TITLE DOCUMENT NO.

REVISION

REV. REV. REV. REV.DATE DATE DATE DATE

In case of any subsequent revision of MR or PR, only revised sheets of theattachments listed above shall be issued alongwith the revision.

GENERAL NOTES:NOTE-1. Bidders are required to submit a list of commissioning spares (as recommendedby them) along with the offer, which shall be supplied along with the pump package.Any spares consumed over and above the spares supplied along with the pump package,shall be furnished by the bidder at the time of commissioning without any time / costimplication to the purchaser. Any un-used spare(s) shall be retained at purchaser'send without any cost implication.

NOTE-2. Bidders are required to submit a list of special tools and tackles (asrecommended by them) along with the offer which shall be supplied along with the pumppackage. If no special tools / tackles are required for normal operation andmaintenance of pump package, the same shall be categorically indicated in the bid.

1

Page 5 of 57

Page 6: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

SPECIAL INSTRUCTIONS TO BIDDERS

CENTRIFUGAL PUMPS (WATER SERVICE)

SPECIFICATION No.

A367-040-82-41-SI-5001 Rev-B

Page 1 of 3

B 21.09.2015 Revised & Issued with MR SG ME NK

A 26.08.2015 Issued with MR SG ME NK

Rev. No

Date Purpose Prepared

by Checked

by Approved

by

Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved

SPECIAL INSTRUCTION TO BIDDERS

CENTRIFUGAL PUMPS (WATER SERVICE)

PROJECT :

DETAILED ENGINEERING CONSULTANCY &

CONSTRUCTION SUPERVISION FOR NUCLEAR

FUEL COMPLEX – KOTA

PURCHASER : M/s NUCLEAR FUEL COMPLEX – HYDERABAD

LOCATION : KOTA, RAJASTHAN, INDIA

CONSULTANT : ENGINEERS INDIA LIMITED

EIL JOB No. : A367

Page 6 of 57

Page 7: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

SPECIAL INSTRUCTIONS TO BIDDERS

CENTRIFUGAL PUMPS (WATER SERVICE)

SPECIFICATION No.

A367-040-82-41-SI-5001 Rev-B

Page 2 of 3

Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved

1.0 SCOPE

This document is intended to outline the procedures envisaged for execution of this

enquiry including pre-bid and in-bid requirements.

2.0 SPECIAL REQUIREMENTS

2.1 Pre-Bid Stage:

i) The bidders shall be invited for an extensive pre-bid meeting after floating of

enquiry. This pre-bid meeting shall include discussion/ finalization of following:

- Bidder’s Deviations to data sheets / specifications / codes & standards.

- Bidder’s clarifications / recommendations (if any) w.r.t. scope of supply.

- Utility requirements for the Pump package. - Detailed GA for pump package.

ii) Bidder shall submit their deviations/ exceptions/ clarifications at a consolidated

place in their bids under “List of Deviations / Clarifications”. Bidder to note that

only equipment specific or technically infeasible deviations shall only be discussed

during PRE- BID meeting provided a suitable justification for the same is

furnished. Purchaser’s decision on such deviations shall be treated as FINAL.

Deviations, which can be complied either with extra cost and or with time

implications, shall not be permitted. iii) Conflicts, if any, between various documents attached in the material requisition

shall be highlighted by the bidder during pre-bid meeting and purchaser’s decision

shall be final. Any conflict brought to purchaser’s notice during in-bid & post bid

stage shall be subject to purchaser’s clarification/ decision during that stage and

the same shall be complied to by the bidder without any cost/ time implications.

iv) Based on the clarifications during pre-bid meeting, necessary addendum /

amendment to the enquiry document or revised MR (if required) shall be issued

prior to submission of the bids.

However in a rare case, if any of the bidders has not attended the PRE- BID meeting,

it shall be understood that the bidder does not have any comments/ deviations to RFQ

requirements. But, bidder shall endeavour to submit the above mentioned documents

by Pre-bid meeting due date.

2.2 Bidder shall furnish the un-priced EIL price schedule format duly filled in without any

markings/ alterations/ comments/ clarifications except for writing ‘Quoted’ in the

applicable space provided. Initial fill, Commissioning spares and special tools &

tackles shall be part of the base price. The mandatory spares shall be quoted as

indicated in the price schedule attached in the enquiry.

2.3 Bidder, in his bid, shall necessarily furnish duly filled in & signed / stamped Technical

Compliance statement (doc. # A367-040-82-41-TCL-5001).

2.4 Bidder shall furnish pump datasheets filled in EIL format only (doc. # A367-040-82-

41-DS-2201). Datasheets in any other format shall not be considered for evaluation.

2.5 Bidder shall note that under mandatory spares, only the spares (Mechanical) as

specified in the document no. A367-040-82-41-SL-5001 shall be included and quoted.

No other spares of any type shall be included in this list of mandatory spares. If any

Page 7 of 57

Page 8: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

SPECIAL INSTRUCTIONS TO BIDDERS

CENTRIFUGAL PUMPS (WATER SERVICE)

SPECIFICATION No.

A367-040-82-41-SI-5001 Rev-B

Page 3 of 3

Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved

additional spare is included, the same will not be taken cognizance of. If vendor wishes

to quote for any spares over and above those specified, the same shall be quoted as part

of the Two years normal operation spares.

2.6 Bidder shall furnish in the offer, the maximum maintenance weight and minimum hook

height required for the maintenance purpose. This data shall be treated as FINAL so

that procurement of EOT/ CP Block can be carried out at their end.

Page 8 of 57

Page 9: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

Doc. No. A367-040-82-41-TCL-5001

TECHNICAL COMPLIANCE STATEMENT (TO BE SIGNED BY VENDOR'S PRINCIPAL CORPORATE LEVEL SIGNATORY ON COMPANY LETTERHEAD)

I, ON BEHALF OF M/s CONFIRM THAT THE PROPOSAL OF ------------

----------------------------------------QUOTED BY M/s FOR PROJECT #

DETAILED ENGINEERING CONSULTANCY & CONSTRUCTION SUPERVISION FOR

NUCLEAR FUEL COMPLEX – KOTA AGAINST MATERIAL REQUISITION

/TENDER/PACKAGE No. -------------------------------------------------- IS IN TOTAL

COMPLIANCE TO THE SCOPE AS WELL AS ALL THE TECHNICAL SPECIFICATION

AND NO DEVIATION, VARIATION OR RESERVATION WHATSOEVER HAS BEEN

MENTIONED IN THE TECHNICAL OFFER. IT IS FURTHER AGREED THAT THE

TECHNICAL DETAILS FURNISHED IN OUR OFFER WILL BE REVIEWED BY

EIL/DORC DURING DETAILED ENGINEERING STAGE AFTER ORDER AND ANY

CHANGE REQUIRED TO MEET THE REQUIREMENTS OF ENQUIRY SPECIFICATION

INCLUDING AMENDMENT(S) (IF ANY) WILL BE INCORPORATED BY US WITHOUT

ANY PRICE AND TIME IMPLICATION.

(SIGNATURE WITH SEAL)

Page 9 of 57

Page 10: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

Format No. 1645-DS-101 Rev. 0 Copyrights EIL – All rights reserved

Document No. A367-040-82-41-DS-2201

Rev. B Page 1 of 2

CENTRIFUGAL PUMP (HORIZONTAL-GENERAL WATER

SERVICE)

1

GENERAL

2

Project: NUCLEAR FUEL COMPLEX, KOTA Job No.: A367

3

Owner: M/s Nuclear Fuel Complex - Hyderabad Site: Kota 4

Purchaser: M/s Nuclear Fuel Complex - Hyderabad Unit: Utilities Unit No: 040

5

Item No.: A367-PU

A367-040-PU-2201 A/B Service: Raw Water 6

No. Reqd.: 2 (Two) Working: 1 (One) Standby: 1 (One) Parallel Operation Required: Yes No

7

Applicable to Proposal Purchase As Built

8 Scope option & Information specified by purchaser Information Reqd. from & option left to vendor. Vendor to cross the selected option.

9

Driver: Working E. MOTOR Standby E. MOTOR Driver Supplied & Mounted By: Pump Mfr. Other

10

OPERATING CONDITIONS (Refer Process Package)

11

Liquid Handled Water Capacity (m3/hr): Min/Nor/Rated: 200 / 200 / 200

12

Pumping Temp. (C): Normal Ambient Max. Discharge Pressure (kg/cm²,G): 9.0

13

Specific Gravity at P.T./15C: 1 Suction Pressure: Nor./ Max. (kg/cm²,G): 0.0 / --

14

Vapour Pressure at P.T. (kg/cm²,A): 0.04 Diff. Pressure (kg/cm²) @ Rated Capacity: 9.0

15

Viscosity at 20°C (cP/cst): 1 Corr./Eros. By: NIL Diff. Head (m) @ Rated Capacity: 90

16

Solids in suspension Yes No Size: NA % NPSH Available (m): Flooded

17

MANUFACTURERS SPECIFICATIONS

18

Pump Manufacturer: Model No.:

19

CONSTRUCTION PERFORMANCE

20

Casing Mounting: Centerline Foot Inline Proposal Curve No.

21

Casing Split: Axial Radial Visc. Corr. Factor: C CQ CH

22

Type: Single Volute Double Volute Diffuser NPSH Reqd. (Water) (m): F/L Speed (rpm):

23

Casing Connection: Vent Drain Gauge No. of stages: Efficiency (%):

24

Nozzles Size ANSI Rating Facing Position Rated BKW(0% Tol.): kW Max.BKW rtd. Imp.: kW

25

Suction 250 # (Rem. 11) RF BKW @ MCF(=1.0): kW Rec. Driver Rating: (kW) kW

26

Discharge 250 # (Rem. 11) RF Max.head rtd imp.(m): Cap@ BEP(m3/hr):

27

Imp. (mm) Max: Rated: Min: Type: Closed MCF (m3/hr):Stable Thermal

28

Brg.: Type/No. Radial: Thrust: Lub: Oil M.A.W.P @ 15C/P.T./Design Temp.(kg/cm²,G):

29

Cplg.:Make/Type: Fleximetl w spacer Nonspark Guard Yes No Hydrostatic Test pressure (kg/cm²,G):

30

Driver Half cplg. mounted by: Pump Mfr. Others Rotation facing coupling end: CW CCW

31

Packing Type: Size: No. of rings: Seal flush/ Quench plan: Material: 32

Mech. Seal: NA Make Model: API Code: Ext. seal flush fluid: LPM: @ Kg/cm²G/ C

33

Base Plate Drain Rim Type : Yes No Fdn. Bolts: Yes No Seal Barrier fluid: LPM: @ Kg/cm²G/ C

34

Throat Bush: Yes No No Matl.: Bal. Device: Yes No Ext. quench fluid: LPM: @ Kg/cm²G/ C

35

Materials (API-610 Matl. Class): MOC ASTM Grades C.W. Plan : LPM: @ Kg/cm²G/ C

36

I - Cast Iron (Ductile) Casing I Weight(kg): Pump+Base+Coupling: Driver:

37

B – Bronze Impeller B/L (Rem. 10) AUXILIARY PIPING INTERFACE CONNECTIONS (All interface conn.shall be termntd.with a f/l. block valve) 38

S - Carbon Steel Inner Case parts (All interface conn.shall be termntd.with a flng. block valves)

39

C - 11-13% Chr. Stl. Sleeve Packed Size Rating(ANSI) Facing

40

h – Hardened Sleeve Seal Lantern Ring Inlet/Outlet

41

f – Faced Casing ring H-BHN Ext. Seal flush fluid Inlet/Outlet

42

K -SS 304 Impeller ring 50(min) Seal Quench fluid Inlet

43

L -SS 316 Shaft Seal pot vent/ drain

44

X - AISI 410 Throttle Bush Casing vent/ drain

45

Y Throat Bush C.W Inlet/ Outlet

46

Z Balance Drum Base plate drain (only flanged)

47 Driver suitable for Pump starting with open Disc. Valve condition. Casing steam jacket

48

INSPECTION & TESTS

49

Witness Observe Witness Observe

50 Shop Test / Inspection NPSH As Reqd. Per Spec. Mandatory

51 Material Certificates Dismantle Insp. & Re-assembly after Test

52 Hydrostatic Unitisation/Dimensional Check

53 Performance/Sound Level Check for direction of rotation of pump & driver.

54

Applicable Specification: Job Specification # A367-040-82-41-SP-5001.

55

REMARKS:- 1) Max. allowable casing working pressure shall not be less than 13.5 kg/cm²g @ 65 °C.

56

2) Down Stream Design Pressure is 13.5 kg/cm²g. Maximum shut-off, considering max suction pressure, including all tolerances shall not exceed this value.

57

3) Accessories and Instrumentation shall be as per EIL approved vendors only.

58

4) Unitisation of Pump and Driver shall be done in pump manufacturer's shop.

59

5) Matching flanges (for both suction & discharge) along with nuts, bolts, gaskets shall be provided along with pumps, as per A21A Class 60 (Refer Annexure A of job specification # A367-040-82-41-SP-5001).

61 6) Pump and motor shall be suitable for end of curve operation.

62 7) Pump shall be capable of starting against an open discharge 63 8) Refer P&ID No. A367-040-16-47-1022.

Page 10 of 57

Page 11: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

Format No. 1645-DS-101 Rev. 0 Copyrights EIL – All rights reserved

Document No. A367-040-82-41-DS-2201

Rev. B Page 2 of 2

CENTRIFUGAL PUMP (HORIZONTAL-GENERAL WATER

SERVICE)

64 9) Pump sealing shall be done through packing (Refer clause # 11.13 of Job spec. # A367-040-82-41-SP-5001). 65 10) Refer clause # 11.15.1 of Job spec. # A367-040-82-41-SP-5001.

66 11) Pump flanges shall be of 250# rating, however drilled according to150# rating.

21.09.15 B SG / ME NK

26.08.15 A SG / ME NK

Date Rev Job Engineer Rev. & Approved By

Page 11 of 57

Page 12: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

NOTES :-

A36

7-04

0-16

-47-

1-02

2

CONSTRUCTION/ RAW WATER SYSTEM FROM HW PLANTPIPING & INSTRUMENTATION DIAGRAM

izLrqr v

kjs[k ,oa blesa fufgr fMt+kbu bathfu;LkZ bafM;k fyfeVsM dh LkaifRr gSA ;s ek= m/kkj fn, x, gSa vkSj m/kkjdrkZ us ;g Li"V Lke>kSrk fd;k gS fd u rks mUgsa iqu% eqfnzr fd;kk tk,xk] u udy dh tk,xh]

u m/kkj fn, tk,axs] u iznf'kZr fd, tk,axs v

kSj u gh

Lkhfer vkSj fut

h iz;ksx d

s vykok budk dksbZ vU; iz;ksx gksxk vkSj ;g iz;ksx m/kkj nsus okys

}kjk m/kkjdrkZ dks fyf[kr :i esa nh xbZ Lkgefr Lks gksxk A

NOTES :-

PEM/PC

REV.

CHKDREVISIONS

DWG. NO.DEPT.UNITJOB NO. DIVN.

DATEREV.

SCALE

APPD

The

draw

ing,

des

ign

and

deta

ils g

iven

on

this

form

at a

re th

e pr

oper

ty o

f EN

GIN

EE

RS

IND

IA L

IMIT

ED

. Th

ey a

re m

erel

y lo

aned

on

the

borr

ower

's e

xpre

ss a

gree

men

t tha

tth

ey w

ill n

ot b

e re

prod

uced

, cop

ied,

exh

ibite

d or

use

d, e

xcep

t in

the

limite

d w

ay p

erm

itted

by

a w

ritte

n co

nsen

t giv

en b

y th

e le

nder

to th

e bo

rrow

er fo

r the

inte

nded

use

.

N

3-1641-0501 REV.2 A1-841x594

REFERENCE DRAWING TITLEREF. DWG. NO.

BY

FUEL FABRICATION FACILITYKOTA

NUCLEAR FUEL COMPLEX

U;wfDy;j ba/ku dkWEiysDl

ba/ku fuekZ.k bdkbZ dksVk

Pag

e 12

of

57

AutoCAD SHX Text
ISSUED FOR COMMENTS
AutoCAD SHX Text
A
AutoCAD SHX Text
16.07.14
AutoCAD SHX Text
PI
AutoCAD SHX Text
1. ALL REDUCERS ARE ECCENTRIC TYPE WITH FLAT TOP.
AutoCAD SHX Text
2. TOTAL NOS. OF PUMPS ARE 1 WORKING + 1 STANDBY.
AutoCAD SHX Text
3. SIGNALS SHALL BE TRANSMITTED TO UTILITY CONTROL ROOM IN HW PLANT.
AutoCAD SHX Text
4. PUMP SHALL BE PROVIDED WITH A LOW LEVEL TRIP.
AutoCAD SHX Text
01
AutoCAD SHX Text
PI
AutoCAD SHX Text
02
AutoCAD SHX Text
PT
AutoCAD SHX Text
03
AutoCAD SHX Text
CAP.: 200 M /Hr.
AutoCAD SHX Text
DRIVE: ELECTRIC
AutoCAD SHX Text
CONSTRUCTION/RAW WATER PUMP
AutoCAD SHX Text
3
AutoCAD SHX Text
PI
AutoCAD SHX Text
03
AutoCAD SHX Text
LEGEND:-
AutoCAD SHX Text
PI : PRESSURE INSTRUMENT
AutoCAD SHX Text
: GATE VALVE OPEN
AutoCAD SHX Text
: CHECK VALVE
AutoCAD SHX Text
: REDUCER/ENLARGER
AutoCAD SHX Text
: LOCAL INSTRUMENT
AutoCAD SHX Text
YL : RUNNING IND.
AutoCAD SHX Text
M : MOTOR
AutoCAD SHX Text
: UTILITY CONTROL ROOM IN HW PLANT
AutoCAD SHX Text
FI : FLOW INDICATOR
AutoCAD SHX Text
5. ALL THE VALVES SHALL BE LOCK-OPEN POSITION UNLESS OTHERWISE
AutoCAD SHX Text
6. ALL INSTRUMENT TAGS TO BE PREFIXED BY UNIT NO.04022
AutoCAD SHX Text
TP : TAPPING POINT
AutoCAD SHX Text
SPECIFIED.
AutoCAD SHX Text
FT : FLOW TRANSMITTER
AutoCAD SHX Text
PUMP NO. A367-040-PU-2201 A/B
AutoCAD SHX Text
PIPING MATERIAL SPEC
AutoCAD SHX Text
LINE NO.
AutoCAD SHX Text
UNIT NO.
AutoCAD SHX Text
SERVICE FLUID IDENTIFICATION
AutoCAD SHX Text
LINE SIZE
AutoCAD SHX Text
FT
AutoCAD SHX Text
01
AutoCAD SHX Text
01
AutoCAD SHX Text
FI
AutoCAD SHX Text
01
AutoCAD SHX Text
FE
AutoCAD SHX Text
: GATE VALVE CLOSED
AutoCAD SHX Text
HEAD: 9Kg/cm g
AutoCAD SHX Text
2
AutoCAD SHX Text
16
AutoCAD SHX Text
15
AutoCAD SHX Text
14
AutoCAD SHX Text
13
AutoCAD SHX Text
12
AutoCAD SHX Text
11
AutoCAD SHX Text
10
AutoCAD SHX Text
9
AutoCAD SHX Text
8
AutoCAD SHX Text
7
AutoCAD SHX Text
6
AutoCAD SHX Text
5
AutoCAD SHX Text
4
AutoCAD SHX Text
3
AutoCAD SHX Text
2
AutoCAD SHX Text
16
AutoCAD SHX Text
15
AutoCAD SHX Text
14
AutoCAD SHX Text
13
AutoCAD SHX Text
12
AutoCAD SHX Text
11
AutoCAD SHX Text
10
AutoCAD SHX Text
9
AutoCAD SHX Text
8
AutoCAD SHX Text
7
AutoCAD SHX Text
6
AutoCAD SHX Text
5
AutoCAD SHX Text
4
AutoCAD SHX Text
3
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
A
AutoCAD SHX Text
1
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
C
AutoCAD SHX Text
D
AutoCAD SHX Text
E
AutoCAD SHX Text
F
AutoCAD SHX Text
G
AutoCAD SHX Text
H
AutoCAD SHX Text
I
AutoCAD SHX Text
J
AutoCAD SHX Text
K
AutoCAD SHX Text
L
AutoCAD SHX Text
M
AutoCAD SHX Text
N
AutoCAD SHX Text
O
AutoCAD SHX Text
P
AutoCAD SHX Text
B
AutoCAD SHX Text
C
AutoCAD SHX Text
D
AutoCAD SHX Text
E
AutoCAD SHX Text
F
AutoCAD SHX Text
G
AutoCAD SHX Text
H
AutoCAD SHX Text
I
AutoCAD SHX Text
J
AutoCAD SHX Text
K
AutoCAD SHX Text
L
AutoCAD SHX Text
M
AutoCAD SHX Text
N
AutoCAD SHX Text
O
AutoCAD SHX Text
P
AutoCAD SHX Text
(A Govt. of India Undertaking)
AutoCAD SHX Text
~
AutoCAD SHX Text
A
AutoCAD SHX Text
3
AutoCAD SHX Text
6
AutoCAD SHX Text
7
AutoCAD SHX Text
0
AutoCAD SHX Text
4
AutoCAD SHX Text
0
AutoCAD SHX Text
1
AutoCAD SHX Text
6
AutoCAD SHX Text
4
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
0
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
200-WR-040-2202-A21A
AutoCAD SHX Text
200-WR-040-2204-A21A
AutoCAD SHX Text
250-WR-040-2205-A21A
AutoCAD SHX Text
TO RAW WATER RESERVOIR IN NFC
AutoCAD SHX Text
A367-040-16-47-1-031
AutoCAD SHX Text
250-WR-040-2201-A21A
AutoCAD SHX Text
KC
AutoCAD SHX Text
RBT
AutoCAD SHX Text
RKS
AutoCAD SHX Text
250-WR-041-2210-A21A
AutoCAD SHX Text
MOTOR RATING: 65 KW (APPROX.)
AutoCAD SHX Text
WR : RAW WATER/CONSTRUCTION WATER
AutoCAD SHX Text
REVISED AS PER NFC COMMENTS & ISSUED FOR APPROVAL
AutoCAD SHX Text
B
AutoCAD SHX Text
25.07.14
AutoCAD SHX Text
KC
AutoCAD SHX Text
RBT
AutoCAD SHX Text
RKS
AutoCAD SHX Text
7. MOTOR UP TO RATING 160KW ARE CONSIDERED AS LT & ABOVE
AutoCAD SHX Text
THIS KW RATING CONSIDERED AS HT.
AutoCAD SHX Text
REVISED AS PER NFC COMMENTS & ISSUED FOR ENGG.
AutoCAD SHX Text
0
AutoCAD SHX Text
15.06.15
AutoCAD SHX Text
KC
AutoCAD SHX Text
RBT
AutoCAD SHX Text
DCB
AutoCAD SHX Text
600 EXISTING PIPE HEADER IN
AutoCAD SHX Text
RAW WATER PUMP HOUSE OF HW PLANT
AutoCAD SHX Text
200-WR-040-2201-A21A
AutoCAD SHX Text
200-WR-040-2203-A21A
AutoCAD SHX Text
P
AutoCAD SHX Text
M
AutoCAD SHX Text
: UTILITY CONTROL ROOM IN HW PLANT
AutoCAD SHX Text
YL
AutoCAD SHX Text
01
AutoCAD SHX Text
YL
AutoCAD SHX Text
01
AutoCAD SHX Text
: DRAIN
AutoCAD SHX Text
P
AutoCAD SHX Text
M
AutoCAD SHX Text
YL
AutoCAD SHX Text
02
AutoCAD SHX Text
YL
AutoCAD SHX Text
02
AutoCAD SHX Text
: EXPANSION BELLOW
AutoCAD SHX Text
: T-TYPR STRAINER
AutoCAD SHX Text
1
AutoCAD SHX Text
REVISED AS PER NFC COMMENTS & ISSUED FOR ENGG.
AutoCAD SHX Text
1
AutoCAD SHX Text
08.09.15
AutoCAD SHX Text
KC
AutoCAD SHX Text
RA/RBT
AutoCAD SHX Text
DCB
Page 13: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

JOB SPECIFICATION (MECHANICAL)

FOR CENTRIFUGAL PUMPS (WATER

SERVICE)

DOCUMENT No.

A367-040-82-41-SP-5001 Rev. C

Page 1 of 17

C 03.11.2015 Revised & Issued with MR SG ME NK

B 21.09.2015 Revised & Issued with MR SG ME NK

A 26.08.2015 Issued with MR SG ME NK

Rev. No.

Date Purpose Prepared

by Checked

by Approved

by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

JOB SPECIFICATION (MECHANICAL)

FOR

CENTRIFUGAL PUMPS (WATER SERVICE)

PROJECT :

DETAILED ENGINEERING CONSULTANCY &

CONSTRUCTION SUPERVISION FOR NUCLEAR

FUEL COMPLEX – KOTA

PURCHASER : M/s NUCLEAR FUEL COMPLEX – HYDERABAD

LOCATION : KOTA, RAJASTHAN, INDIA

CONSULTANT : ENGINEERS INDIA LIMITED

EIL JOB No. : A367

Page 13 of 57

Page 14: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

JOB SPECIFICATION – (MECHANICAL)

FOR CENTRIFUGAL PUMPS (WATER SERVICE)

DOCUMENT No.

A367-040-82-41-SP-5001 Rev. C

Page 2 of 17

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

1.0 SCOPE

1.1 This specification along with the equipment data sheet and other standards as referred

elsewhere describes the minimum requirements for design, manufacture, testing,

supply, supervision of erection and commissioning of the following Centrifugal

Pump:-

Pump Item # A367-040-PU-2201 A/B

1.2 Selection of Rotating Equipment

Selection of Rotating Equipment shall be based upon the following considerations:

Suitability for the specified duty conditions

Standard Models under vendor's regular range of manufacture.

Proven Track record in similar service as specified under acceptance criterion.

Optimum operating and maintenance costs.

Maximum Interchangeability of parts.

Ease of operation and maintenance.

1.3 In case of any conflict between this job specification and other inquiry documents, the

following preferential order shall govern:

i) Mechanical datasheets

ii) This Job Specification

iii) Other EIL Standard specifications as enclosed elsewhere

iv) International Standards referred to

In case of any ambiguity in the above documents, the vendor / bidder shall ask for

clarifications in consolidated form during pre-bid meeting. After which any ambiguity

brought out, the stringent of the same shall be applicable and the decision of the

Consultant / Purchaser shall be final.

2.0 UNITISATION OF PUMP & DRIVER

The pump manufacturer shall be SPRV (single point responsibility vendor) for the

complete equipment package including driver, driven equipment & all other associated

auxiliary systems, instrumentation & controls etc.

Unitization of Pump and Driver shall be done at respective pump manufacturer’s shop

before dispatch to check mechanical integrity of complete train. All pumps and their

respective Drivers shall be supplied as skid mounted units with all on skid accessories,

auxiliaries along with auxiliary piping duly mounted on a single skid.

3.0 SITE DATA

Specification No. A367-040-82-41-SU-5001 shall be referred for Site Data.

4.0 EQUIPMENT QUALIFICATION CRITERIA

4.1 All pumps shall be sourced from vendors enlisted in the vendor list attached

elsewhere; having adequate design, engineering, packaging, manufacturing and testing

facilities. Offered pump model shall be within the manufacturing range of the vendor,

Page 14 of 57

Page 15: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

JOB SPECIFICATION – (MECHANICAL)

FOR CENTRIFUGAL PUMPS (WATER SERVICE)

DOCUMENT No.

A367-040-82-41-SP-5001 Rev. C

Page 3 of 17

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

shall have sufficient proven track record without any problems and shall not be a

prototype machine or a scaled version of existing equipment (Equipment is not

considered to be prototype if at least 3 units of similar type and size have each

accumulated an operating experience of at least 1 year in a similar duty).

In support of the above, contractor to submit general reference list for all the offered

pump models (item tag wise) indicating process & design parameters along with year

of supply/commissioning.

5.0 ASSOCIATED ACCESSORIES AND AUXILIARY SYSTEMS

5.1 All rotating equipment, drivers & auxiliary systems shall be provided with all

necessary electrical and safety devices as applicable or required for safe and reliable

operation of the unit.

5.2 Motors, electrical/ instrument components and electrical/instrument installations shall

be suitable for the area classification specified by the Purchaser, and shall meet the

requirements as defined in the electrical specification attached with the relevant

sections of the enquiry document.

5.3 All drains shall be terminated with a flanged valve at the equipment skid edge.

6.0 DRIVE ARRANGEMENT

All rotating equipment shall be directly driven.

7.0 ALLOWABLE NOISE LEVEL

7.1 Unless elsewhere mentioned, equipment noise level (Driver + Driven equipment train

+ auxiliaries) shall not exceed 88 dBA when measured at One-meter distance from the

equipment skid in any direction.

7.2 Acoustic hoods shall not be used for any equipment.

8.0 EQUIPMENT STORAGE

All rotating equipment shall be suitably packed for an outdoor storage period of

twelve (12) months. Rotating Equipment, procured from abroad, must be provided

with sea worthy packing.

Equipment vendor to ensure the following before despatch:

- All the openings shall be plugged & sealed condition during dispatch

- Instruments like gauges, speed indicators, probes, oiler etc shall be removed

from the main equipment and dispatched separately to avoid the damage of

these components during transportation handling and erection.

In addition to normal packing the pump and motor skids shall be separately covered

with transparent polythene cover with opening for piping.

Page 15 of 57

Page 16: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

JOB SPECIFICATION – (MECHANICAL)

FOR CENTRIFUGAL PUMPS (WATER SERVICE)

DOCUMENT No.

A367-040-82-41-SP-5001 Rev. C

Page 4 of 17

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

9.0 INSTALLATION CRITERIA

9.1 All rotating equipment shall be suitable for outdoor installation at grade. No

equipment shelter is envisaged.

9.2 All rotating equipment shall be grouted using non shrink cementitious grout, unless

recommended otherwise by equipment vendor.

9.3 Only Stainless Steel shims shall be used for equipment alignment. Shim thickness

shall be maximum 3mm.

10.0 INITIAL FILL

The initial fill of lubricants & other consumables for start-up & commissioning shall

be included in the bidder’s scope of supply.

11.0 DESIGN REQUIREMENTS

11.1 Two stage pumps shall be of in-between bearing types. Inducers shall not be used in

pumps.

11.2 Pumps where difference between NPSHA and NPSHR from quoted minimum flow to

rated flow is less than 0.6 meter are not acceptable. The said NPSHR value shall

correspond to the maximum value of NPSHR from rated flow down to the

recommended minimum stable flow specified by the vendor.

11.3 Pumps that have stable head/capacity curves (continuous head rise to shut-off) are

preferred for all applications and are required when parallel operation is specified.

11.4 Pumps shall be capable of atleast 5 percent head increase at rated condition and pump

rated speed by replacing with a new impeller or impellers. Offered impeller shall in

no case be less than the minimum diameter impeller.

11.5 The best efficiency point for the furnished impeller is preferred between the rated

point and the normal point. However in no case the rated point shall be beyond 110

percent of the best efficiency point of the rated impeller.

11.6 Lifting lugs/eye hooks shall be provided for ease of lifting of complete pump as well

as the heavy maintenance components of the pump (e.g. Top half casing cover of

axially split pump).

11.7 The guaranteed parameters shall be demonstrated during shop test without any coating

on impellers or casings.

11.8 Casing vents along with vent valves, as per manufacturer standards, for all pumps

shall be provided. Casing drain with isolation valve and flanged piping terminated at

the skid edge shall be provided. Baseplate shall also be provided with flanged drain

connection.

Page 16 of 57

Page 17: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

JOB SPECIFICATION – (MECHANICAL)

FOR CENTRIFUGAL PUMPS (WATER SERVICE)

DOCUMENT No.

A367-040-82-41-SP-5001 Rev. C

Page 5 of 17

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

11.9 Pressure Casing Design

11.9.1 Maximum allowable working pressure (MAWP) for all pressure containing parts shall

in no case be less than the maximum discharge pressure produced by the pump at

shut-off (including tolerances), at the maximum suction pressure, for the maximum

impeller diameter and the maximum continuous speed.

11.9.2 MAWP shall also not be less than the specified downstream design pressure.

11.9.3 These pressure containing parts shall be suitable for hydrostatic test pressure of 1½

times the MAWP.

11.9.4 Pumps shall have suction and discharge flanges designed for same rating. Flanges

shall be machined and drilled conforming to ANSI B16.5 standard.

11.9.5 Pumps shall be provided with Flanged nozzles.

11.9.10Unless otherwise specified, all pumps shall be supplied with companion flanges with

rating conforming to applicable specification of ANSI, drilled and faced in accordance

with pump suction and discharge flanges alongwith gaskets and fasteners.

11.9.11For pumps with casing material as cast iron (CI), the companion flanges shall be of

slip-on (SO) type [for flange sizes 50 mm (2 inches) & above] or socket welded (SW)

type [for flanges of size 15 mm (0.5 inches) to 40 mm (1.5 inches)] with flat face (FF)

& of carbon steel material. The gasket shall be of full face type.

11.10 Impeller, Shafts and Shaft Sleeves

11.10.1Impellers shall be cast as one piece.

11.10.2Shaft shall be provided with sleeves under the packing and shall be locked to the shaft.

The material of sleeve shall be 12 percent chrome steel (hardened).Where the size of

pump makes the use of shaft sleeve impracticable, the shaft shall be constructed of 12

percent chrome steel (hardened).

11.11 Wear Rings

Unless otherwise specified, renewable wear ring shall be furnished at least on the

casings.

Mating wear surfaces of hardenable materials shall have a difference in Brinell

hardness number of at least 50. Integral impeller wear surfaces shall have higher

hardness than that of the casing wear rings, when only casing wear rings are provided.

11.12 Dynamics

The following vibration limits shall be applied at rated speed and at flow of ±10

percent of rated flow.

11.12.1Unfiltered vibration velocity for horizontal pumps upto 3000 rpm with antifriction

bearing or sleeve bearings when measured at the bearing housing in horizontal or

vertical direction shall not exceed 4.0 mm/sec (0.16 inch/sec).

Page 17 of 57

Page 18: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

JOB SPECIFICATION – (MECHANICAL)

FOR CENTRIFUGAL PUMPS (WATER SERVICE)

DOCUMENT No.

A367-040-82-41-SP-5001 Rev. C

Page 6 of 17

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Bearing housings shall be suitable to permit measurement of vibration.

11.12.2The vibration limits as specified above shall be applied for pumps only. The vibration

limits for the drivers shall be as per their respective applicable standards. Where

respective applicable standards do not specify such limits for the associated drivers,

the driver manufacturer’s recommendation shall be applied for acceptance of the

driver. Such acceptable limits shall be indicated by the vendor in their proposal.

11.13 Packing

Pump shall be supplied with packing. Stuffing box shall have minimum five packing

rings plus lantern ring. Packing ring size shall be 3/8" or larger.

11.14 BEARINGS

11.14.1Antifriction bearings shall be of standard type and shall meet minimum L-10 rating

life of either 25000 hours with continuous operation at rated conditions or 16000

hours at maximum axial and radial loads and rated speed.

11.14.2The rise in bearing grease/oil temperature with continuous running of the pump shall

be within the allowable limits which shall not exceed 30°C for grease and 39°C for oil

lubricated bearings above ambient. Cooling arrangements shall be provided if

required. Bearings shall be equipped with constant level oilers, vent breather & drain

point for oil lubricated arrangements.

11.15 Materials

11.15.1The material of construction of parts shall be as specified in the pump mechanical

datasheet. Vendor shall furnish the equivalent material as per ASTM.

For impellers in bronze construction, the tip speed shall be limited to 40 meters/sec.

Unless otherwise specified, for tip speeds exceeding 40 meters/sec, the material of

impellers shall be stainless steel.

As an alternate, vendor may suggest suitable material proven for higher impeller tip

speeds.

11.15.2Material test certificates (chemical and mechanical properties) shall be supplied for

impeller, shaft, shaft sleeve, wearing rings and casings.

11.15.3The repair of pressure castings by peening, plugging, impregnating or by the use of

plastic or cement compound is prohibited. The Inspector's prior approval shall be

obtained for the repair of castings. When authorised, repair shall be carried out in

accordance with applicable ASTM Specification. Weld repair of pressure containing

parts of Cast Iron construction is not permitted.

11.16 Driver Sizing

Electrical motor drivers as per (IEC/IS) shall be rated for continuous duty (Duty type

S1) whereas motor as per American Standards shall be designed to operate at a service

Page 18 of 57

Page 19: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

JOB SPECIFICATION – (MECHANICAL)

FOR CENTRIFUGAL PUMPS (WATER SERVICE)

DOCUMENT No.

A367-040-82-41-SP-5001 Rev. C

Page 7 of 17

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

factor of 1.0.Rating shall not be less than the following unless higher rating is dictated

by the Note1.

Motor Name Plate

Rating

Motor MCR (% of Pump Rated BKW Guaranteed with

+0% tolerance)

Less than 22 kW: To suit maximum BKW indicated on pump data sheet or

125% of rated pump BKW, whichever is higher.

22 kW - 55 kW: 115% of rated pump BKW.

Higher than 55 kW: 110% of rated pump BKW.

Note:

1. The motor nameplate rating for pumps under parallel operation shall not be

less than the max. BKW indicated on pump data sheet (i.e. the power at End of

the curve for the rated impeller) or shall have the specified margin as per this

clause whichever is greater. The pump motors shall also be suitable for start-up

under open discharge valve condition.

2. The motor nameplate rating for applications where the specific gravity of the

pumped fluid is less than 1% shall either be 100% of the BKW of the pump at

minimum continuous stable flow with clean cold water of sp. gravity of 1.0 or

shall have the specified margin as per this clause, whichever is greater.

11.17 Coupling

11.17.1Connection between pump and driver shall be made by a flexible metallic coupling.

A spacer (127 mm minimum normal length), shall be used to permit the removal of

coupling, bearings and/or rotor as applicable without disturbing the driver, the suction

and discharge piping, or the casing top cover.

The coupling shall be rated using a service factor of not less than 1.25 for flexible

element coupling.

11.17.2Removable coupling guard shall be provided which shall be fabricated from non-

sparking material, and shall be open at the bottom to permit manual shaft rotation. The

guard shall be sufficiently rigid to withstand deflections as a result of bodily contact of

nominally 100 kgs.

11.18 Baseplate

11.18.1Baseplate shall extend under the pump and motor driver and shall be fully machined

for mounting the above equipment. Baseplate shall be steel fabricated and shall have

sufficient rigidity to avoid vibration and distortion. Baseplate shall be so designed as

to facilitate proper grouting (Vent holes where required shall be provided). Baseplate

shall be cleaned (sand blasted) inside and outside and coated with suitable

anticorrosion paint.

Page 19 of 57

Page 20: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

JOB SPECIFICATION – (MECHANICAL)

FOR CENTRIFUGAL PUMPS (WATER SERVICE)

DOCUMENT No.

A367-040-82-41-SP-5001 Rev. C

Page 8 of 17

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

11.18.2The baseplate shall be provided with lifting lugs for at-least a four point lift. Lifting

the baseplate complete with all equipment mounted shall not permanently distort or

otherwise damage the baseplate or machinery mounted on it.

11.18.3For driver trains over 75 kW, alignment positioning screws shall be provided for each

drive element to facilitate longitudinal and transverse horizontal adjustments. The lugs

holding these positioning screws shall be attached to the baseplate so that they do not

interfere with the installation or removal of the drive element.

11.18.4Vertical leveling screws, spaced for stability shall be provided on the outside

perimeter of the baseplate. These shall be numerous enough to carry the weight of the

baseplate, pump and driver without excessive deflection.

12.0 INSPECTION AND TESTING (ALSO REFER PUMP MECHANICAL

DATASHEET ATTACHED ELSEWHERE)

12.1 General

- Purchaser's or their authorised representative shall have access to the plant including

sub vendors plants where work on or testing of equipment is being performed.

- No surfaces of parts of pumps are to be painted until the inspection is completed.

- Vendor shall give to the purchaser atleast 15 days notice prior to commencement of

testing. Vendor shall carry out all running tests and mechanical checks and satisfy

himself prior to purchaser's arrival for inspection and shall maintain desired log of

tests.

- Acceptance of shop test shall not constitute a waiver of requirement to supply

equipment as per specification and/or to meet field test under operating condition, nor

does inspection relieve the manufacturer of his responsibility in any way whatsoever.

12.2 Tests

As a minimum following tests shall be performed. The basic reference standard shall

be the latest edition of Hydraulic Institute Standard or IS:5120.

- Hydrostatic Test

Pressure casings including column pipe and discharge head shall be hydrostatically

tested with water at ambient temperature at 1½ times the maximum allowable working

pressure specified in the data sheet.

Hydrostatic test shall be maintained for a minimum period of 30 minutes.

Hydrostatic test is under non-witness category & only review of manufacturer’s shop

test reports is required.

- Performance Test

Performance test for centrifugal pumps shall be carried out as per following:-

Page 20 of 57

Page 21: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

JOB SPECIFICATION – (MECHANICAL)

FOR CENTRIFUGAL PUMPS (WATER SERVICE)

DOCUMENT No.

A367-040-82-41-SP-5001 Rev. C

Page 9 of 17

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Pumps with drivers upto 55KW Non witnessed. Only review of

manufacturer’s shop test reports are

required

Pumps with drivers from 55KW to

160KW

One pump per tag/item no. to be

witnessed

Pumps with drivers above 160 KW All pump units in an item to be witnessed

Pump shall be tested at the rated speed specified in the data sheet with calibrated

motors, at least for four hours. During the four hour run test, complete data including

pressure, capacity, power, vibration levels, bearing temperatures and noise levels shall

be recorded and guaranteed parameters verified.

Prior to start of test, manufacturer shall furnish the certificate of latest calibration / re-

calibration of driver and measuring instruments. Unless electrical or mechanical

failure occurs, driver used for shop testing need not be recalibrated and original

calibration certificate shall remain valid. Duration of recalibration for all measuring

instruments shall be as per the recommendations of HI Standards and/or relevant

standards of the country of origin of the pump manufacturer.

The pump shall be tested with water at ambient temperature. Suitable rust inhibitor

shall be added in the water used during any internal testing / performance testing of

the pumps, to prevent rusting of pump internals.

The performance test for the pumps shall be in accordance with Indian Standard

IS:5120 latest edition and the tolerance of the guaranteed parameters shall be as

follows:

Rated head: Zero negative tolerance.

Shut-off head: Positive tolerance permitted so long as it does

not exceed downstream design pressure.

Negative tolerance permitted so long as the

curve is

continuously rising to shut off without any

drooping & min 110% head rise to shut off shall

be available for pumps in parallel operation.

NPSH(r): Zero Positive Tolerance.

Rated BKW: Zero Positive Tolerance

At least four to six values between duty point and shut off and two values on the right

of duty point including one point with discharge valve fully open, shall be measured

and recorded during tests. All the instruments used for conducting the tests shall be

calibrated before tests and calibration certificates furnished from a recognised testing

institution to the Inspector.

Sound level test shall also be witnessed during performance testing of pump.

- NPSH Test

NPSH test shall be carried out as per following (in case difference between NPSHA

and NPSHR is less than or equal to 1.0m):

Page 21 of 57

Page 22: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

JOB SPECIFICATION – (MECHANICAL)

FOR CENTRIFUGAL PUMPS (WATER SERVICE)

DOCUMENT No.

A367-040-82-41-SP-5001 Rev. C

Page 10 of 17

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

For pumps with driver rating upto 55KW Not Applicable

For pumps with driver rating between

55KW to 160KW

One pump tag / item to be witnessed

For pumps with driver rating above

160KW

All pump units to undergo witness test

- Vibration Measurement

During performance test vibration shall be measured on the bearing housing for the

capacity range of ±10 percent of rated capacity.

- Dismantling Inspection

Dismantle Inspection of pump after performance test shall be applicable only in case

of abnormality in mechanical behaviour (such as excessive noise & vibration, bearing

temperature rise etc.) during performance test.

12.3 Final Inspection

After the performance/dismantle test the pump and the job driver shall be unitised on

the job base plate, aligned and coupled to make a complete unit. The pump will then

be checked for visual inspection to confirm compliance to the GA drawings, nozzle

dimension, elevations, anchor bold position, direction of rotation etc.

If it is necessary to dismantle a pump after the performance test for the sole purpose of

machining impellers to meet the tolerances for differential head, no re-test will be

required unless the reduction in diameter exceeds 5 percent of the original diameter.

The diameter of the impeller at the time of shop test, as well as the final diameter of

the impeller, shall be recorded on a certified shop test curve that shows the operating

characteristics after the diameter of the impeller has been reduced.

If it is necessary to dismantle a pump for some other correction, such as improvement

of power, NPSH, or mechanical operation, the initial test will not be acceptable, and

the final performance test shall be run after the correction is made.

13.0 SPARES & SPECIAL TOOLS

13.1 Mandatory Spares

Mandatory spares as specified in doc. # A367-040-82-41-SL-5001 are included in the

Vendor’s scope of supply. Cost of these shall be added to the total cost for commercial

evaluation purposes.

13.2 Recommended spares for two years normal operation (over & above mandatory

spares)

Vendor shall furnish along with the bid an itemized list of recommended spare parts

with unit prices for two years normal and continuous operation of the complete

pumping unit (including mechanical, electrical and instrumentation spares) together

with, part no., name of the parts, cost and recommended quantity of spare against the

installed quantity, required over and above mandatory spares. Vendor to ensure that

Page 22 of 57

Page 23: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

JOB SPECIFICATION – (MECHANICAL)

FOR CENTRIFUGAL PUMPS (WATER SERVICE)

DOCUMENT No.

A367-040-82-41-SP-5001 Rev. C

Page 11 of 17

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

critical spares of all system & sub systems shall also form the part of quotation of

spares for two years operation.

13.3 Commissioning Spares

Bidder shall include in his scope, sufficient spares required for commissioning of each

equipment item as per their experience / recommendation & furnish a list for the same.

If however, any additional spare is consumed over and above the listed commissioning

spares, during commissioning, the same shall be provided free of cost, by the bidder.

Any leftover spares after commissioning shall be handed over to Purchaser.

13.4 Special Tools/Tackles

Special tools and tackles required, if any, for erection, site assembly & maintenance of

equipment shall be bidder’s scope of supply.

14.0 SUPERVISION OF ERECTION & COMMISSIONING

The vendor shall provide his services for supervision during erection &

commissioning of the pump packages.

15.0 VENDOR DATA AND DRAWING

15.1 Vendor data and drawings shall be furnished in accordance with document # A367-

040-82-41-VR-5001.

15.2 The successful Vendor shall complete & forward a document "DOCUMENT

CONTROL INDEX" through EDMS/VDOCS in soft (details of the same shall be

shared during post order stage). This document shall list out in consolidated form all

drawings and documents required by purchaser (As specified in Data Sheets,

Specifications and Vendor Data Requirement forms enclosed with the order). Against

each drawing/document vendor shall indicate the vendor's drawing numbers, titles,

Rev. No., category (whether for information or approval) and schedule of submission.

This shall be the first document to be submitted by vendor within two weeks of order.

No drawing shall be taken up for review till DCI for the inquiry/order is finalized by

vendor.

15.3 All drawings and data shall have a title block (in addition to vendor's standard title

block) which shall as a minimum contain the following contract information:

i) Purchaser's and Consultant's Corporate Name

ii) Project Name.

iii) Equipment Name and Item No.

iv) Purchase Order No.

v) Purchase Requisition No.

Title Block on drawings shall be placed on the lower right hand corner.

15.4 All vendor data/drawings/documents shall be in English Language and in Metric

Systems.

Page 23 of 57

Page 24: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

JOB SPECIFICATION – (MECHANICAL)

FOR CENTRIFUGAL PUMPS (WATER SERVICE)

DOCUMENT No.

A367-040-82-41-SP-5001 Rev. C

Page 12 of 17

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

15.5 Data specified in the VDR is the minimum requirements of Purchaser. Any additional

document/data required or requested by Purchaser for engineering or construction

shall also be made available by the vendor.

15.6 Whether or not specified the vendor shall furnish the following, before shipment:

- As built running clearances and when applicable; thrust bearing and radial bearing

running clearances.

- A supplementary list of spare parts other than those included in his original proposal.

The supplementary list shall include recommended spare parts, cross-sectional or

assembly type drawings, parts numbers, materials, prices and delivery period. The

vendor shall forward this supplementary list to the purchaser promptly after receipt of

the reviewed drawings and in time to permit order and delivery of parts before field

start-up.

- A parts list for all equipment supplied. The list shall include pattern, stock, or

production drawing numbers and materials of construction. The list shall completely

identify each part so that the purchaser may determine the interchangeability of the

parts with other equipment furnished by the same manufacturer. Standard purchased

items shall be identified by the original manufacturer's name and part number.

- At least 8 weeks before shipment, the vendor shall submit his preservation,

packaging and shipping procedures to the purchaser's for his review.

15.7 Co-ordination Meeting

If required, a co-ordination meeting shall be held at Purchaser's / Consultant’s office,

preferably within 4 weeks of order.

An agenda shall be prepared for this meeting and would include the following points

related to technical aspects.

a. Any clarifications required by the vendor on purchaser's order.

b. Document Control Index (DCI).

c. Vendor Data Review/approval modalities.

d. Sub-vendor lists proposed by vendor.

f. Preliminary General Arrangement & layout drawings & purchaser's interface

drawings.

15.8 Drawings

Drawing review shall be through EDMS/VDOCS in soft as per the details provided

elsewhere in the inquiry document.

The purchaser's review of the vendor's drawings shall not constitute permission to

deviate from any requirements in the purchase order/specifications unless specifically

agreed upon in writing.

Drawings/documents with following titles shall contain as a minimum the following

information:

- General Arrangement Drawing

A general arrangement drawing shall indicate:

Page 24 of 57

Page 25: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

JOB SPECIFICATION – (MECHANICAL)

FOR CENTRIFUGAL PUMPS (WATER SERVICE)

DOCUMENT No.

A367-040-82-41-SP-5001 Rev. C

Page 13 of 17

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

i) Outline dimensions (minimum three views) (All principal dimensions).

ii) Allowable forces and moments on suction and discharge nozzles.

iii) Location (in all three planes), size, type, rating and identification of all

purchaser's interface connections including those of vents, drains lubricating oil,

cooling water, steam & Electrical/Instrumentation.

iv) Direction of rotation viewing from the driving end.

v) Weight of each assembly/component.

vi) The weight & location of center of gravity of the heaviest

assembly/components that must be handled for erection.

vii) Identification and weight, dimensions of the heaviest assembly / subassembly /

component required to be handled for maintenance.

viii) Maintenance clearances and dismantling clearances.

ix) Speeds of Driven Equipment and driver and driver rating. Location of driver

terminal box

xi) Make, Type and Size of couplings and the location of guards and their

coverage.

xii) A list of reference drawings if any.

xiii) A list of any special weather-protection and climatic features.

- Foundation Drawings

A foundation drawing shall indicate complete information required for foundation

design by purchase including the following:

i) Foundation bolt sizes, pipe sleeve details, pocket sizes and locations and also

distance between the first/ nearest anchor bolt and pump suction and discharge nozzle

centrelines.

ii) Grouting thickness and other necessary technical details.

iii) Static weight of each skid/independently grouted item and location of center of

gravity of each of such skid/items in all three planes.

iv) Weight distribution for each bolt/subsole plate location and total static weight.

v) Dynamic loading caused due to various items grouted independently.

vi) The direction and magnitude of unbalance forces and moments generated by

each such item at the worst operating condition and short circuit moments of motor

drivers at the C.G. of the pump-motor baseplate.

vii) GD² value of each item resolved to driver speed.

viii) Maximum permissible amplitude of vibration on the foundation at base level.

ix) Total mass of rotating parts.

x) Total mass of reciprocating parts.

xi) Suggested dynamic factor and ratio of foundation weight to weight of

skid/equipment as per vendor experience.

- Cross-sectional Drawing (with Bill of Materials)

The vendor shall supply cross-sectional or assembly type drawings for all equipment

furnished showing all parts, design assembly and running clearances, and balancing

data required for erection and maintenance. Each part shall be numbered which shall

correspond to the part number on the bill of materials. The bill of materials shall

include the part no., name of component, materials quantity installed per unit & sizes

where applicable (say for bolts, nuts, rings, gaskets etc.). All boughtout items shall

also be indicated with make and brief specifications.

Page 25 of 57

Page 26: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

JOB SPECIFICATION – (MECHANICAL)

FOR CENTRIFUGAL PUMPS (WATER SERVICE)

DOCUMENT No.

A367-040-82-41-SP-5001 Rev. C

Page 14 of 17

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

- Performance Characteristic Curves

a) The vendor shall provide complete performance curves to encompass the map

of operations, with any limitations indicated thereon.

b) All curves submitted prior to final performance testing shall be marked

"PREDICTED". Any set of curves resulting from a test shall be marked

"TESTED".

Certified test curves and data shall be submitted within 15 days after testing and shall

include head, power recalculated to the proper specific gravity and efficiency plotted

against capacity. If applicable, viscosity corrections shall be indicated. If NPSHR test

is specified, the water NPSHR curve (drawn upto minimum continuous flow) shall

also be included. The curve sheet shall include the maximum and minimum diameters

of the impeller design supplied, the eye area of the first stage impeller, the

identification number of the impeller or impellers and the pump serial number.

- Data Sheet

The Vendor shall provide completely filled in data sheets, first for "as purchased" and

then for "as built". This shall be done by the vendor correcting and filling out the data

sheets and submitting copies to the purchaser.

- Technical Data Manual/Mechanical Catalogues

a) Technical Data Manual/Mechanical Catalogue is a compilation of "as built"

drawings and data, manufacturing and test records, installation, operating and

maintenance instructions.

b) Not later than two weeks after successful completion of all specified tests, the

vendor shall furnish the required number of Technical Data

Manual/Mechanical Catalogues for the equipment, any auxiliaries and

instruments that the vendor is providing. The Technical Data

Manual/Mechanical Catalogue shall include the following documents as a

minimum:

i) All drawings and data as listed in the vendor data index & schedule. (For

drawings, where purchaser's approval is required, the final certified drawings

shall be attached.)

Sections shall be organised in a manner that data & drawings related to one

subject is grouped together such as Mechanical, Electrical etc.

ii) All manufacturing, inspection and test data and records.

iii) Installation and Instruction Manual

The vendor shall provide sufficient written instructions, including a cross-

reference list of all drawings, to enable the purchaser to correctly install the

equipment and prepare the equipment for start-up. It shall include any special

information required for proper installation that is not on the drawings, special

alignment or grouting procedures, utility specifications (including quantity)

and all installation data. It shall also contain the following information:

Page 26 of 57

Page 27: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

JOB SPECIFICATION – (MECHANICAL)

FOR CENTRIFUGAL PUMPS (WATER SERVICE)

DOCUMENT No.

A367-040-82-41-SP-5001 Rev. C

Page 15 of 17

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

(a) Instructions for erecting, piping, aligning (including the expected

thermally induced shaft centerline shift between normal site ambient

temperature position and that at normal equipment operating

temperature).

(b) A description of rigging procedures, including the lifting of the

assembled equipment, and methods of disassembly, repair, adjustment,

inspection and reassembly of the equipment and auxiliaries.

(c) Pre-commissioning/commissioning/functional test procedures and

acceptance criterion.

iv) Operation and Maintenance Manual

This manual shall provide sufficient written instructions and data to enable

purchaser to correctly operate and maintain the equipment ordered. It shall

include a section to cover special instructions for operation at extreme

environmental and/or extreme operating conditions. The following shall be

included in this manual:

(a) Instructions covering start-up, normal shutdown, emergency shutdown,

operating limits and routine operational procedures.

(b) A description of equipment construction features and the functioning of

component parts or systems (such as control, lubrication etc.).

(c) Outline and sectional drawings, schematics and illustrative sketches in

sufficient details to identify all parts and clearly show the operation of all

equipment and components and the methods of inspection and repair.

Standardised sectional drawings are acceptable only if they represent the actual

construction of the equipment.

(d) All the bought out item details like make, model no, mounting

dimension etc (if applicable).

(e) The following maintenance information:

i. Maximum and minimum bearing clearances including any other

clearance between moving and stationary parts of the equipment affecting

proper running and maintenance of the equipment.

ii. Instructions for measuring and adjusting cold clearances, shaft runout,

concentricity etc.

iii. Rotor float allowance.

iv. Interference fits on parts that are required to be removed or replaced for

maintenance of normally consumable spares.

v. Balancing data with permissible tolerances.

vi. Lubricating schedules indicating recommended grades of oil, their

properties, replacement period etc.

vii. Normal maintenance procedure.

viii. Preventive maintenance schedules and criterion for replacement of

parts.

ix. Trouble - shooting procedures.

(f) The following reassembly information:

1. Bolting sequence and torque values for all bolts affecting equipment

performance/integrity/safety.

2. Reassembly sequences together with required inspection checks.

3. Adjustment procedures to achieve required positions, clearances, float

and so forth.

Page 27 of 57

Page 28: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

JOB SPECIFICATION – (MECHANICAL)

FOR CENTRIFUGAL PUMPS (WATER SERVICE)

DOCUMENT No.

A367-040-82-41-SP-5001 Rev. C

Page 16 of 17

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

4. Detailed procedures for pre-operational checks, including settings and

adjustments.

5. Packing and coupling installation procedures.

6. Parts list indicating cross-sectional drawings of various assemblies and

sub-assemblies, part numbers, materials of construction (ASTM) etc.to

facilitate identification of parts and for procurement of spares.

v) Following information shall also be included in the Technical Data

Manual/Mechanical Catalogue:

1. Storage instructions for storing and preserving the equipment

(including driver and all the auxiliary units) at the plant site before installation

of the same.

2. Instructions for preserving the equipment after it has been installed.

This is particularly required in cases where a long time gap is expected

between equipment installation and commissioning.

3. Field performance test procedures and acceptance criterion.

15.8.1 Technical Data Manual/Mechanical Catalogue shall be in Hard board folder(s) of size

265 mm x 315 mm (10½" x 12½") and shall not be more than 90 mm thickness; it may

be of several volumes and each volume shall have a volume number, index of volumes

& index of contents of that particular volume.

15.8.2 Title sheet (Top sheet) of each volume of Technical Data Manual/Mechanical

Catalogue shall contain the contract informations as defined under 5.2.1.2 besides the

volume number.

15.8.3 In case order contains more than one item, separate dedicated mechanical catalogues

shall be submitted for each item.

15.8.4 Two (2) sets of Final / “As Built” drawings & documents shall also be submitted as

electronic files on secondary storage media (i.e. CD-ROM / DVD-ROM disk).

Page 28 of 57

Page 29: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

JOB SPECIFICATION – (MECHANICAL)

FOR CENTRIFUGAL PUMPS (WATER SERVICE)

DOCUMENT No.

A367-040-82-41-SP-5001 Rev. C

Page 17 of 17

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Annexure – A (PMS – A21A)

Page 29 of 57

Page 30: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

MANDATORY SPARE PARTS FOR

CENTRIFUGAL PUMPS

(WATER SERVICE)

DOCUMENT No.

A367-040-82-41-SL-5001 Rev. B

Page 1 of 1

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Equipment Item Number: A367-040-PU-2201 A/B

S.

No. Description Description of Mandatory Spares

Quoted [Yes/No]

Remarks

1. Centrifugal Pump (General Water Service)

FOR EACH PUMP TAG ITEM

1.1 Mechanical

1. One Set of Impeller

2. Shaft With keys

3. One Set of gland packing

4. One Set of bearings

1.2 Electrical NIL NA

Remarks:

(1) The word ‘Set’ means the quantity required for full replacement of that part in one machine. (2) The bidder shall quote for all the Mandatory spares as defined above & as applicable to the

proposed design of the equipment. In case any spare which is listed above but not applicable due to specific construction/ design of the equipment, the same shall be highlighted as ‘Not Applicable’ against that spare supported with proper technical explanation.

(3) Spare parts shall be identical in all respects to the parts fitted on the main equipment, including dimensions, material of construction & heat treatment.

(4) The bidder shall furnish this checklist of Mandatory spares duly filled in separately for each equipment Item included in the enquiry.

(5) The cost of these Mandatory Spares shall be added to the ‘Total Cost' for commercial evaluation of the offer.

(6) The offers, not including the quotation for mandatory spare parts in the commercial section & the unpriced quotation for mandatory spare parts in the technical section shall be considered as incomplete offers and shall be liable for prima-facia rejection. The Bidder is advised to furnish the above checklist, duly completed & consolidated, along with the techno-commercial offer (i.e. both unpriced & priced copies).

B SG / ME NK NK

A SG / ME NK NK

Rev. No. PREPARED BY CHECKED BY APPROVED BY

Page 30 of 57

Page 31: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

SITE DATA

DOCUMENT No.

A367-040-82-41-SU-5001 Rev. A

Page 1 of 2

A 26.08.15 Issued with MR SG NK NK

Rev. No

Date Purpose Prepared

by Checked

by Approved

by

Format No. EIL-1641-1924 Rev. 1 Copyright EIL – All rights reserved

SITE DATA

PROJECT :

DETAILED ENGINEERING CONSULTANCY &

CONSTRUCTION SUPERVISION FOR NUCLEAR

FUEL COMPLEX – KOTA

PURCHASER : M/s NUCLEAR FUEL COMPLEX – HYDERABAD

LOCATION : KOTA, RAJASTHAN, INDIA

CONSULTANT : ENGINEERS INDIA LIMITED

EIL JOB No. : A367

Page 31 of 57

Page 32: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

SITE DATA

DOCUMENT No.

A545-111-82-41-SU-5345 Rev A

Page 2 of 2

Format No. EIL-1641-540 Rev. 1 Copyright EIL – All rights reserved

1. SITE DATA INFORMATION

Site locations and Climate:

Plant Location : Rawatbhata

State : Rajasthan

Nearest Important Town : Kota (50 Km from Project Site)

Nearest Railway Station : Kota (50 Km from Project Site)

Nearest Port : Mumbai

Nearest Airport : Udaipur / Jaipur

Nearest National Highway : NH-12

Temperature, Relative humidity and Wind data for the plant site are as follows:

Parameter

Minimum

Normal /

Average

Maximum /

Design

METEOROLOGICAL DATA Ambient temperature, 0C

tmin= 2.58

tnor = Amb

tmax=50.73

Relative humidity, %

2%@ tmin

@ tnor

100%@ tmax

DATA FOR EQUIPMENT DESIGN Outdoor air temperature for design of

Ventilation and Air Conditioning Systems, 0С

DBT WBT

Summer 45.0 23.9

Monsoon 37.2 26.7

Winter 7.2 5.0 Wind data

(a) Wind velocity

(b) Prevailing wind direction

a) Normal (Minimum) wind speed

8.3 m/sec at 90 m height:

10.5 m/sec at 120 m height.

Extreme wind speeds

49.79 m/sec at 10 m

54.82 m/sec at 30 m

57.83 m/sec at 60 m and

b)Wind direction: WSW with respect to

true North

Low ambient temperature for Minimum Design

Metal Temp. (MDMT), 0C

2.58

Seismic Data

Seismic forces shall be as per IS: 1893 for zone-II.

Page 32 of 57

Page 33: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

A. Site conditions

1 Ambient temperature, minimum: 2.58 °C 3 Atmospheric condition:

maximum: 46.8 °C 4 Altitude:

design: 40 °C 5 Location:

2 Relative humidity: 30-100 % 6

B. Technical particulars

1 Motor tag no.: A367-040-PU-2201 A/B 2 Driven equipment name: Raw water intake pump

3 Voltage: 16 Hazardous area classification:

4 Phase: 17 Gas group:

5 Frequency: 18 Type of explosion protection:

6 Fault level: 19 Type of ingress protection:

7 Method of starting: 20 Color shade:

8 Winding connection: 21 Thermisters:

9 No.of terminals: 22 RTD:

10 Cable size: Later mm² 23 BTD:

11 Cable type:

12 Temperature rise: 80 °C

13 Cooling:

14 Insulation class: 25 Applicable specification:

15 (temp rise limited to class B) 26

1 Suggested motor rating: kW 9 Torque required, starting: mkg

2 Manufacturer: maximum: mkg

3 BkW at full load: kW 10 GD2 of eqpt., including flywheel: kgm

2

4 kW at end of curve: kW excluding flywheel: kgm2

5 Speed: RPM 11 Thrust, up: kg

6 Rotation viewed from coupling end: down: kg

7 Driven equipment: 12 Starting condition:

8 Coupling type:

1 Rating: kW 16 Space heater (above 22kW) - voltage & power:

2 Manufacturer: 17 Efficiency at, 75% Load: %

3 No. of poles: 100% Load: %

4 Frame designation: 18 Power factor at, 75% Load:

5 Full load speed: RPM 100% load:

starting:

6 Mounting: 19 Moment of inertia, GD2: kgm

2

7 Full load torque (FLT): mkg 20 NDE bearing type & no.:

8 Starting torque: % of FLT 21 DE bearing type & no.:

9 Break down or pull out torque: % 22 Type of lubrication:

10 Full load current (FLC): A 23 Weight of motor: kg

11 Starting current at 100% voltage: % of FLC 24 Thermisters, quantity: no.

12 Rotation viewed from coupling end: make: type:

13 Starting time at, 75% voltage: sec. 25 RTD, quantity: no.

100% voltage: sec. make: type:

14 Locked rotor withstand time (cold/hot) at, 26 BTD, quantity: no.

75% voltage: sec. make: type:

100% voltage: sec. 27 Shaft voltage: V

15 Time (Te) for Increased Safety motors sec. 28 Critical speed, 1st/2

nd stage: RPM

at 100% Voltage 29 Canopy :

24

DRIVEN EQUIPMENT MANUFACTURER's DATA

PURCHASER's DATA

Revised and Reissued with MR SS

MEDIUM VOLTAGE SQUIRREL CAGE

INDUCTION MOTOR

Datasheet No.

A367-040-16-50-DS-5001

Rev : B

Page 1 of 2

MOTOR MANUFACTURER's DATA

RTD/BTD monitoring device:

Shirali SA

A 25.08.2015 Issued with MR SS Shirali SA

B 08.09.2015

Checked by Approved byRev. No. Date Purpose Prepared by

Humid & highly corrosive

Outdoor

< 1000 m

Three

50 kA

D.O.L.

Delta

3

Cu/Al cond. PVC insulated

F

Safe Area

Safe Area

IP 55

Latest relevant IS

415 V ±10%

±3%

1. Recommended quantity and unit price of maintenance spares for two years operation shall be furnished for each rating and type of motor

2. Starting time calculations shall be based on operating conditions specified on Material Requisition eg. open valve ccondition/

closed valve condition, at no load/full load, as applicable.

50 Hz

TEFC

632 as per IS 5

Format No. 1650-687 Rev.3 Copyrights EIL - All rights reservedPage 33 of 57

Page 34: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

EIL-approved Vendor List

S.No

1 Motors (Induction) MV

(Safe Area)ABB Ltd. (Banglore), ABB Ltd. (faridabad), Bharat Bijlee Limited,

Crompton Greaves Ltd., Kirloskar Electric Co. Ltd., Siemens., L&T

MEDIUM VOLTAGE SQUIRREL CAGE

INDUCTION MOTOR

Datasheet No.

A367-040-16-50-DS-5001

Rev : B

Page 2 of 2

Equipments Make

Format No. 1650-687 Rev.3 Copyrights EIL - All rights reservedPage 34 of 57

Page 35: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

VENDOR DATA REQUIREMENTS

FOR

CENTRIFUGAL PUMPS (WATER SERVICE)

A 25-AUG-2015 ISSUED WITH MR SG/ME NK NK

Rev.No.

Date Purpose Prepared by Checked by Approved by

VENDOR DATA REQUIREMENTSFOR

CENTRIFUGAL PUMPS (WATER SERVICE) of 3

Document No.A367-040-82-41-VR-5001

Rev. A

Page 1

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 35 of 57

Page 36: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

VENDOR DATA REQUIREMENTS

The following drawings/documents marked " " shall be furnished by the bidder.

S.NO.

DESCRIPTIONWITHBID

POST ORDER

REMARKSFORREVIEW

FORRECORD

WITHDATABOOK(FINAL)

1. Duly filled-in & signed / stamped TechnicalCompliance Statement (Document # A367-040-82-41-TCL-5001).

2. Data Sheets alongwith performance curves forPumps

3. List of Mandatory Spares(indicating exact name of the part, part no. andmaterial of construction)

4. List of recommended commissioning spares(indicating exact name of the part, part no. andmaterial of construction)

5. List of recommended Special Tools & Tackles(indicating exact name of the part and part no.)

6. Quotation for recommended spare parts for twoyears of normal operation (indicating exactname of the part, part no. and material ofconstruction)

7. List of Clarifications / recommendationsfinalised during Pre-Bid Meeting

8. General Reference List for all the quoted pumpmodel.

9. General Arrangement & Foundation drawingshowing arrangement of PUMP as well as allassociated equipment (driver, seal plans,cooling plans, quenching plans etc.) along withinterface connections, maintenance space,table of termination points etc. as well asdetails of foundation bolts, their location,foundation bolt pocket dimensions, foundationload data (static & dynamic), recommendedgrout thickness.

10. Cross Sectional Drawings (with Bill of Materials& Part Nos.) for Pump

11. Tabulation of Utility consumption data includingelectric load data, schedule of lubricants,chemicals & consumables with specifications

12. Allowable forces and moments and thermalmovements at pump suction and dischargenozzles

13. Test Procedure(s) : Witness tests as specifiedin data sheets / other specs enclosed in theinquiry / MR or as required by approved ITP /QAP.

14. Precommissioning & commissioningprocedures for the complete pump package

VENDOR DATA REQUIREMENTSFOR

CENTRIFUGAL PUMPS (WATER SERVICE) of 3

Document No.A367-040-82-41-VR-5001

Rev. A

Page 2

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

@

Page 36 of 57

Page 37: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

Notes :

1. "TICK" denotes applicability.

2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).

3. All post order documents shall be submitted / approved through EIL eDMS portal.

4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to

submission through EIL eDMS.

5. Refer - 6-78-0001: Specification for quality management system from Bidders.

6. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall

be submitted in exceptional circumstances or as indicated in the MR/Tender.

7. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.

8. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /

contractor / supplier during finalization of Document Control Index (DCI).

9. Bill of Material shall form part of the respective drawing.

10. Also refer other department's VDR :-

11. Electrical

S.NO.

DESCRIPTIONWITHBID

POST ORDER

REMARKSFORREVIEW

FORRECORD

WITHDATABOOK(FINAL)

15. Installation, Operation & Maintenance manuals- Pump

VENDOR DATA REQUIREMENTSFOR

CENTRIFUGAL PUMPS (WATER SERVICE) of 3

Document No.A367-040-82-41-VR-5001

Rev. A

Page 3

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

@ - MOM signed during Pre-Bid Meeting shall also be furnished as part of propsal & all the documents

mentioned shall be as per the same.

Page 37 of 57

Page 38: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

VENDOR DATA REQUIREMENTS

FOR

(ELCTRICAL) RAW WATER INTAKE PUMP

A 25-AUG-2015 ISSUED WITH MR SS SA SA

Rev.No.

Date Purpose Prepared by Checked by Approved by

VENDOR DATA REQUIREMENTSFOR

(ELCTRICAL) RAW WATER INTAKE PUMP of 3

Document No.A367-040-16-50-VR-5001

Rev. A

Page 1

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 38 of 57

Page 39: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

VENDOR DATA REQUIREMENTS

The following drawings/documents marked " " shall be furnished by the bidder.

MV MOTOR

Notes :

S.NO.

DESCRIPTION WITHBID

POST ORDERREMARKSFOR

REVIEWFOR

RECORD

WITHDATABOOK

(FINAL)

1. Schedule of Vendor Documents

2. Confirmation of Technical Compliance

3. Data Sheets (Duly filled-in)

4. Dimensional/Assembly Drawings : GA DrawingFor motors < 75kW

5. Dimensional/Assembly Drawings : GA DrawingFor motors >= 75kW

6. Dimensional/Assembly Drawings : InstallationPlan/Mounting Details

7. Dimensional/Assembly Drawings : TerminalBox Arrangement

8. Dimensional/Assembly Drawings : Name PlateDrawing

9. Performance Curves : Speed Torque Curves

10. Performance Curves : Speed-Current/TimeCurves

11. Performance Curves : Thermal WithstandCurves (Hot & Cold)

12. Performance Curves : P.f. & Efficiency Curves

13. Inspection & Test Plan (ITP) -For review byInspection Dept.

Refer Note-'*'

14. Test Records

15. Type Test Certificates for similar equipment

16. List of Commissioning Spares

17. List of Maintenance Spares

18. List of Mandatory Spares

19. List of Special Tools & Tackles

20. Data Books/ Manuals : Installation Manual

21. Data Books/ Manuals : Operating/ MaintenanceManual

22. Data Books/ Manuals : Catalogues/ Brochures

23. Equipment storage procedure at site

VENDOR DATA REQUIREMENTSFOR

(ELCTRICAL) RAW WATER INTAKE PUMP of 3

Document No.A367-040-16-50-VR-5001

Rev. A

Page 2

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 39 of 57

Page 40: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

1. "TICK" denotes applicability.

2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).

3. All post order documents shall be submitted / approved through EIL eDMS portal.

4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to

submission through EIL eDMS.

5. Refer - 6-78-0001: Specification for quality management system from Bidders.

6. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.

7. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall

be submitted in exceptional circumstances or as indicated in the MR/Tender.

8. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /

contractor / supplier during finalization of Document Control Index (DCI).

9. "@" indicates submission of documents to Inspection Agency.

10. Bill of Material shall form part of the respective drawing.

VENDOR DATA REQUIREMENTSFOR

(ELCTRICAL) RAW WATER INTAKE PUMP of 3

Document No.A367-040-16-50-VR-5001

Rev. A

Page 3

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 40 of 57

Page 41: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

Checklist – Electrical

DOCUMENT No.

A367-040-16-50-LL-5001 Rev. B

Page 1 of 1

B 08.09.2015 Revised and Reissued with MR SS Shirali SA

A 25.08.2015 Issued with MR SS Shirali SA

Rev. No Date Purpose Prepared

by Checked

by Approved by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

S.No. CHECK POINT / QUERY BIDDER’S

CONFIRMATION/ANSWERS 1.

Have you filled up the relevant motor data sheet as per the format A367-040-16-50-DS-5001 for each motor?

2. Please inform the makes of all equipments/materials. Please note that all the offered equipment shall have valid type test certificates and Proven track record which shall be reviewed during detailed engineering.

3. Earth terminals for connection to main plant earth grid shall be provided on Motor. Purchaser shall do the connection to main plant earth grid. Please note and confirm compliance.

4. Please inform if the offered motors require any spares during two years of operation & maintenance. Have you attached the list of such spares with unit price? Confirm compliance.

5. Cable glands and lugs for all the motors shall be supplied by you. Details of purchaser-supplied cables shall be provided during detail engineering. Please note and confirm compliance.

6. Confirm that cable glands to be supplied with motors shall meet all requirements as per IS/IEC-60079.

7. Confirm that offered motor shall comply with latest relevant IS. For Imported motor, please attach confirmation of compliance with IS/IEC, as applicable for technical specifications and testing requirements. Deviations (if any) shall be listed in a separate deviation list. Apart from deviations listed in the separate deviation list, it shall be presumed that motor complies with all other spec. requirements. Confirm compliance.

8. Canopy for each motor are required to be the part of supply. Confirm compliance.

Page 41 of 57

Page 42: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

QMSStandardsCommittee

1 12.03.15 General Revision

QMS

QMS0 04.06.09 Issued as Standard Specification

Standards

Standards SCT

NDCommittee

Committee

Rev.No Date Purpose Prepared by Checked

by

StandardsCommitteeConvener

StandardsBureau

Chairman

QMSStandardsCommittee

MPJ

SC

ENGINEERSlakgINDIA LIMITED

(A Gavt at India Undertaking)

SPECIFICATION FOR QUALITYMANAGEMENT SYSTEMREQUIREMENTS FROM

BIDDERS

STANDARD SPECIFICATION No.

6-78-0001 Rev. 1Page 1 of 7

mren ewaire mjvam)

64)(11 Chrlf qu i ciall -51-04ffu tea aliikrrat t ?drift'

SPECIFICATION FOR QUALITYMANAGEMENT SYSTEM

REQUIREMENTS FROM BIDDERS

Approved by

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reservedPage 42 of 57

Page 43: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED SYSTEM 6-78-0001 Rev. 1lft2 (AG'"ind'Undelt6ung) REQUIREMENTS FROM BIDDERS Page 2 of 7

Abbreviations:

CV Curriculum Vitae

ISO International Organization for Standardization

MR Material Requisition

PO Purchase Order

PR Purchase Requisition

QA Quality Assurance

QMS Quality Management System

QMS Standards Committee

Convener: Mr. M.P. Jain

Members: Mr. A.K. Chaudhary (Insp.)Mr. S.K. Kaul (C&P)Mr. R.K. Trivedi (Engg.)Mr. Ravindra Kumar (Const.)Mr. Tilak Raj (Projects)Mr. Vinod Kumar (CQA)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 43 of 57

Page 44: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED SYSTEM 6-78-0001 Rev.'A

Govt At ' nth' Und"k"V) REQUIREMENTS FROM BIDDERS Page 3 of 7Igar llks

Oiren

CONTENTS

Clause Title Page

No.

1.0 SCOPE 4

2.0 DEFINITIONS 4

3.0 REFERENCE DOCUMENTS 4

4.0 QUALITY MANAGEMENT SYSTEM — GENERAL 4

5.0 QUALITY SYSTEM REQUIREMENTS 4

6.0 AUDITS 7

7.0 DOCUMENTATION REQUIREMENTS 7

Copyright EIL — All rights reservedFormat No. 8-00-0001-F1 Rev. 0Page 44 of 57

Page 45: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

el ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

$1g-zg faReg INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1

own 120.2 .I J40.9) IA GOVt of India Undertaking) REQUIREMENTS FROM BIDDERS Page 4 of 7

1.0 SCOPE

This specification establishes the Quality Management System requirements to bemet by BIDDER for following purpose:

• QMS requirements to be met by suppliers/contractors after award of work/during contract execution.

2.0 DEFINITIONS

2.1 Bidder

For the purpose of this specification, the word "BIDDER" means the person(s), firm,company or organization who is under the process of being contracted by EIL /Owner for delivery of some products (including service). The word is consideredsynonymous to supplier, contractor or vendor.

2.2 Project Quality Plan

Document tailored from Standard Quality Management System Manual of BIDDER,specifying how the quality requirements of the project will be met.

2.3 Owner

Owner means the owner of the project for which services / products are beingpurchased and includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS

6-78-0002

Specification for Documentation Requirements fromContractors

6-78-0003

Specification for Documentation Requirements from Suppliers

4.0 QUALITY MANAGEMENT SYSTEM — GENERAL

Unless otherwise agreed with EIL / Owner, the BIDDER proposed quality systemshall fully satisfy all relevant requirements of ISO 9001 "Quality ManagementSystems — Requirements." Evidence of compliance shall be current certificate ofquality system registration to ISO 9001 or a recent compliance audit recommendingregistration from a certification agency. The quality system shall provide theplanned and systematic control of all quality related activities for execution ofcontract. Implementation of the system shall be in accordance with BIDDER'SQuality Manual and PROJECT specific Quality Plan.

5.0 QUALITY SYSTEM REQUIREMENTS

5.1 BIDDER shall prepare and submit for review / record, Project Quality Plan / QualityAssurance Plan for contracted scope / job. The BIDDER'S Quality Plan shalladdress all of the applicable elements of ISO 9001, identify responsible partieswithin BIDDER'S organization, for the implementation / control of each area,reference the applicable procedures used to control / assure each area, and verifythe documents produced for each area. The Project Quality Plan shall necessarilydefine control or make reference to the relevant procedures, for design andengineering, purchase, documentation, record control, bid evaluation, inspection,production/manufacturing, preservation, packaging and storage, quality control at

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reservedPage 45 of 57

Page 46: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1(A Gavt of India undertaking' REQUIREMENTS FROM BIDDERS Page 5 of 7

construction site, pre-commissioning, commissioning and handing over (asapplicable) in line with contract requirement and scope of work.

5.2 BIDDER shall identify all specified or implied statutory and regulatory requirementsand communicate the same to all concerned in his organization and his subcontractor's organization for compliance.

5.3 BIDDER shall deploy competent and trained personnel for various activities forfulfillment of PO / contract. BIDDER shall arrange adequate infrastructure and workenvironment to ensure that the specification and quality of the deliverable aremaintained.

5.4 BIDDER shall do the quality planning for all activities involved in delivery of order.The quality planning shall cover as minimum the following:

ResourcesProduct / deliverable characteristics to be controlled.Process characteristics to ensure the identified product characteristics are

realizedIdentification of any measurement requirements, acceptance criteriaRecords to be generatedNeed for any documented procedure

The quality planning shall result into the quality assurance plan, inspection and testplans (ITPs) and job procedures for the project activities in the scope of bidder.These documents shall be submitted to EIL/Owner for review/approval, beforecommencement of work.

5.5 Requirements for sub-contracting / purchasing of services specified in contract /tender shall be adhered to. In general all outsourced items will be from approvedvendors of EIL. Wherever requirements are not specified, or approved sub vendorsdo not exist, the sub-contractor shall establish and maintain a system for purchasing/ sub-contracting to ensure that purchased product / service conforms to specifiedrequirements. Criteria for selection of sub-contractor, evaluation, re-evaluation,maintenance of purchasing data and verification of purchased product (sub-contractor services), constitute important components of this requirement.

5.6 BIDDER shall plan and carry production and service provision under controlledconditions. Controlled conditions shall include, as applicable

the availability of information that describes the characteristics of the productthe availability of work instructionsthe use of suitable equipmentthe availability and use of monitoring and measuring devicesthe implementation of monitoring and measurementthe implementation of release, delivery and post-delivery activities

5.7 BIDDER shall validate any processes for production and service provision whereresulting output cannot be verified by subsequent monitoring and measurement.This includes any process where deficiencies become apparent only after theproduct is in use or service has been delivered.

5.8 BIDDER shall establish a system for identification and traceability of product /deliverable throughout product realization. Product status with respect to inspectionand testing requirements shall be identified.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 46 of 57

Page 47: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

ei ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

lge.ji id5fez INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1IA Govt of India undettaking) REQUIREMENTS FROM BIDDERS Page 6 of 7

Oren erRRIZ .71.1.113,70

5.9 BIDDER shall identify, verify, protect and safeguard EIL / Owner property (material /document) provided for use or incorporation into the product. If any Owner / EILproperty is lost, damaged or otherwise found to be unsuitable for use, this shall bereported to the EIL / Owner.

5.10 BIDDER shall ensure the conformity of product / deliverable during internalprocessing and delivery to the intended destination. Requirements mentioned in thetender shall be adhered to.

5.11 BIDDER shall establish system to ensure that inspection and testing activities arecarried out in line with requirements. Where necessary, measuring equipmentsshall be calibrated at specified frequency, against national or internationalmeasurement standards; where no such standard exists, the basis used forcalibration shall be recorded. The measuring equipments shall be protected fromdamage during handling, maintenance and storage.

5.12 BIDDER shall ensure effective monitoring, using suitable methods, of the processesinvolved in production and other related processes for delivery of the scope ofcontract.

5.13 BIDDER shall monitor and measure the characteristics of the product/deliverable toverify that product requirement has been met. The inspection (stage as well asfinal) by BIDDER and EIL / Owner personnel shall be carried out strictly as per theITPs forming part of the contract. Product release or service delivery shall notproceed until the planned arrangements have been satisfactorily completed, unlessotherwise approved by relevant authority and where applicable by Owner / EIL.

5.14 BIDDER shall establish and maintain a documented procedure to ensure that theproduct which does not conform to requirements is identified and controlled toprevent its unintended use or delivery

5.15 All non-conformities (NCs) / deficiencies found by the BIDDER'S inspection /surveillance staff shall be duly recorded, including their disposal action shall berecorded and resolved suitably. Effective corrective and preventive action shall beimplemented by the BIDDER so that similar NCs including deficiencies do not recur.

5.16 All deficiencies noticed and reported by EIL / Owner shall be analyzed by theBIDDER and appropriate corrective and preventive actions shall be implemented.BIDDER shall intimate EIL / Owner of all such corrective and preventive actionimplemented by him.

5.17 BIDDER should follow the standards, specifications and approved drawings.Concessions/Deviations shall be allowed only in case of unavoidable circumstances.In such situations Concession/deviation request must be made by the BIDDERthrough online system of EIL eDMS. URL of EIL eDMS ishttp://edocx.eil . co . in/vportal.

5.18 BIDDER shall have documented procedure for control of documents.

5.19 All project records shall be carefully kept, maintained and protected for any damageor loss until the project completion, then handed over to EIL / Owner as per contractrequirement (Refer Specification Nos. 6-78-0002 - Specification for DocumentationRequirements from Contractors and 6-78-0003 - Specification for DocumentationRequirements from Suppliers), or disposed as per relevant project procedure.

Copyright EIL—All rights reservedFormat No. 8-00-0001-F1 Rev. 0Page 47 of 57

Page 48: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1(A Goof of India UndertakIngi REQUIREMENTS FROM BIDDERS Page 7 of 7

eiJrIft kif51ft.wirer riraxem3Tmil

6.0 AUDITS

BIDDER shall plan and carry out the QMS audit for the job. Quality audit programmeshall cover design, procurement, construction management and commissioning asapplicable including activities carried out by sub-vendors and sub-contractors. Thisshall be additional to the certification body surveillance audits carried out underBIDDER'S own ISO 9001 certification scheme.

The audit programmes and audit reports shall be available with bidder for scrutinyby EIL / Owner. EIL or Owner's representative reserves the right to attend, as awitness, any audit conducted during the execution of the WORKS.

In addition to above EIL, Owner and third party appointed by EIL/Owner may alsoperform Quality and Technical compliance audits. BIDDER shall provide assistanceand access to their systems and sub-contractor / vendor systems as required for thispurpose. Any deficiencies noted shall be immediately rectified by BIDDER.

7.0 DOCUMENTATION REQUIREMENTS

BIDDER shall submit following QMS documents immediately after award of work(Within one week) for record / review by EIL / Owner.

Organization chart (for complete organization structure and for the project)Project Quality Plan/Quality Assurance PlanJob specific Inspection Test Plans, if not attached with PRJob ProceduresInspection/Test Formats

In addition to above QMS documents, following documentation shall be maintainedby the BIDDER for submission to EIL / Owner on demand at any point of time duringexecution of the project.

Quality ManualCertificate of approval for compliance to ISO: 9001 standardProcedure for Control of Non-conforming ProductProcedure for Control of DocumentsSample audit report of the QMS internal and external audits conducted duringlast one yearCustomer satisfaction reports from at least 2 customers, during the last oneyearProject QMS audit reportTechnical audit reports for the projectCorrective action report on the audits

Documents as specified above are minimum requirements. BIDDER shall submitany other document/data required for completion of the job as per EIL/Ownerinstructions.

Copyright EIL—All rights reservedFormat No. 8-00-0001-F1 Rev. 0Page 48 of 57

Page 49: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

1 12.03.15 General Revision

C)(415----2QMS QMS

Standards StandardsCommittee Committee

SC

∎31 ENGINEERSligar lafgesW INDIA LIMITED

(411W1 292,51V MIJ‘10571) Govt o India Undertalongj

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

STANDARD SPECIFICATION No.

6-78-0003 Rev. 1Page 1 of 8

affrirewufat 74ER

*mat t feituSPECIFICATION FOR

DOCUMENTATION REQUIREMENTSFROM SUPPLIERS

QMS QMS0 04.06.09 Issued as Standard Specification

Standards Standards SCT NDCommittee Committee

Rev.No Date Purpose Prepared Checked

by by

Standards StandardsComm ifte BureauConvener Chairman

Approved by

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reservedPage 49 of 57

Page 50: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1Page 2 of 8

(t,ft. ENGINEERS1i laWGNIIY INDIA LIMITEDogire, efiTIWAnowAl (A Govt of Into Undertaking(

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

Abbreviations:

DCI - Document Control Index

eDMS - Electronic Document Management System

FOA Fax of Acceptance

HOD Head of Division / Department

IC Inspection Certificate

IRN Inspection Release Note

ITP Inspection and Test Plan

LOA Letter of Acceptance

MOU Memorandum of Understanding

MR Material Requisition

PO Purchase Order

PR Purchase Requisition

PVC Polyvinyl Chloride

QMS Quality Management System

TPIA Third Party Inspection Agency

URL Universal Resource Locator

QMS Standards Committee

Convener: Mr. M.P. Jain

Members: Mr. A.K. Chaudhary (Insp.)Mr. S.K. Kaul (C&P)Mr. R.K. Trivedi (Engg.)Mr. Ravindra Kumar (Const.)Mr. Tilak Raj (Projects)Mr. Vinod Kumar (CQA)

Copyright EIL — All rights reservedFormat No. 8-00-0001-F1 Rev. 0Page 50 of 57

Page 51: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1Page 3 of 8

ei ENGINEERSOaez idiWIeg INDIA LIMITED

011E71 ewaxedaagem) (A Govt of India Undertaking)

CONTENTS

Clause Title PageNo.

1.0 SCOPE 42.0 DEFINITIONS 43.0 REFERENCE DOCUMENTS 44.0 DOCUMENTATION REQUIREMENTS 4

Attachments

Format for completeness of Final Documentation Format No. 3-78-0004

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reservedPage 51 of 57

Page 52: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

ENGINEERSINDIA LIMITED(A Govt of Intha Undertakongt

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROM

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1dol

5'gzir tlf5ltuI.VOM

SUPPLIERS Page 4 of 8

1.0 SCOPE

This specification establishes the Documentation Requirements from Suppliers.

All documents/data against the PO / PR / MR shall be developed and submitted toEIL/Owner by the suppliers for review / records, in line with this specification.

2.0 DEFINITIONS

2.1 Supplier

For the purpose of this specification, the word "SUPPLIER" means the person(s),firm, company or organization who is under the process of being contracted by EIL /Owner for delivery of some products (including service). The word is consideredsynonymous to bidder, contractor or vendor.

2.2 Owner

Owner means the owner of the project for which services / products are beingpurchased and includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS

6-78-0001 Specification for Quality Management System Requirementsfrom Bidders

4.0 DOCUMENTATION REQUIREMENTS

4.1 Documents/Data to be Submitted by the Supplier

4.1.1 The Supplier shall submit the documents and data against the PO/PR/MR as per thelist given in respective PO/PR/MR.

4.1.2 Review of the supplier drawings by EIL would be only to review the compatibility withbasic designs and concepts and in no way absolve the supplier of hisresponsibility/contractual obligation to comply with PR requirements, applicablecodes, specifications and statutory rules/regulations. Any error/deficiency noticedduring any stage of manufacturing/execution/installation shall be promptly correctedby the supplier without any time and cost implications, irrespective of comments onthe same were received from EIL during the drawing review stage or not.

4.1.3 Unless otherwise specified, submission of documents for Review/Records shallcommence as follows from the date of Fax of Intent / Letter of Intent/ Fax ofAcceptance (FOA)/ Letter of Acceptance (LOA):

QMS - 1 weekDrawing/Document Control Index - 2 weeksOther Documents/Drawings - As per approved Drawing/Document Control

Index/Schedule

4.1.4 Documents as specified in PO/PR/MR are minimum requirements. Supplier shallsubmit any other document/data required for completion of the job as per EIL/Ownerinstructions.

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reservedPage 52 of 57

Page 53: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

'7f 11I OfiTt cYeawlnn

ENGINEERSINDIA LIMITED(A Govt of India UndenakIngi

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1Page 5 of 8

4.2 Style and Formatting

4.2.1 All Documents shall be in ENGLISH language and in M.K.S System of units.

4.2.2 Before forwarding the drawings and documents, contractor shall ensure that thefollowing information are properly mentioned in each drawing:

Purchase Requisition NumberName of Equipment / PackageEquipment / Package Tag No.Name of ProjectClientDrawing / Document TitleDrawing / Document No.Drawing / Document Revision No. and Date

43 Review and Approval of Documents by Supplier

4.3.1 The Drawing/Documents shall be reviewed, checked, approved and dulysigned/stamped by supplier before submission. Revision number shall be changedduring submission of the revised supplier documents and all revisions shall behighlighted by clouds. Whenever the supplier require any sub-supplier drawings to bereviewed by EIL, the same shall be submitted by the supplier after duly reviewed,approved and stamped by the supplier. Direct submission of sub-supplier's drawingswithout contractor's approval shall not be entertained.

4.4 Document Category

4.4.1 Review Category

Following review codes shall be used for review of supplier Drawings/Documents:

Review Code 1 No comments. Proceed with manufacture/fabrication as per the document.

Review Code 2 Proceed with manufacture/fabrication as percommented document. Revised documentrequired.

Review Code 3 Document does not conform to basicrequirements as marked. Resubmit for review

R Document is retained for Records. Proceedwith manufacture/fabrication.

V Void

4.5 Methodology for Submission of Documents to EIL/Owner

4.5.1 Document Control Index (DCI)

Supplier shall create and submit Document Control Index (DCI) for review based onPO/PR/MR along with schedule date of submission of each drawing/document on EILeDMS. The DCI shall be specific with regard to drawing/document no. and the exacttitle. Proper sequencing of the drawings/documents should be ensured in scheduledate of submission.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 53 of 57

Page 54: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

r1.7-14 ENGINEERS51g-a feff5leg INDIA LIMITED

1.17,124ifflsrefloJOORI1 IA GUN. of India Undertaking,

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1Page 6 of 8

4.5.2 Submission of Drawings/Documents

Drawings/documents and data shall be uploaded on the EIL eDMS Portal as per DCI.The detail guidelines for uploading documents on EIL eDMS Portal are available onfollowing URL

http://edocx.eil.co.in/vportal

4.5.3 Statutory Approvals

Wherever approval by any statutory body is required to be taken by Supplier, theSupplier shall submit copy of approval by the authority to EIL.

4.5.4 Details of Contact Persons of Supplier

After placement of order supplier shall assign a Project Manager for that order. Thedetails are to be filled online through the portal. The details include e-mail address,mailing address, telephone nos., fax nos. and name of Project Manager. All the systemgenerated emails pertaining to that order shall be sent to the assigned ProjectManager.

4.5.5 Schedule and Progress Reporting

Supplier shall submit monthly progress report and updated procurement, engineeringand manufacturing status (schedule vs. actual) every month, beginning within 2 weeksfrom FOA/LOA. In case of exigencies, EIL/Owner can ask for report submission asrequired on weekly/fortnightly/adhoc basis depending upon supply status and suppliershall furnish such reports promptly without any price implication. Format for progressreport shall be submitted by the Supplier during kick off meeting or within one week ofreceiving FOA/LOA, whichever is earlier.

4.5.6 Quality Assurance Plan/Inspection and Test Plan

Inspection and test plans (ITP) attached if any, to the MR/PR are to be followed.However for cases wherein ITPs have not been attached with MR/PR, Supplier shallsubmit within one week of receiving FOA/LOA, the Quality Assurance Plan formanufacturing, covering quality control of critical bought out items/materials,inspection & testing at various stages of production, quality control records and siteassembly & testing as may be applicable to the specific order and obtain approvalfrom concerned Regional procurement Office of EIL/third party inspection agency, asapplicable.

For Package equipment contracts, the supplier shall prepare a list of items/equipments and their inspection categorization plan for all items included in the scopeof supply immediately after receipt of order and obtains approval for the same fromEIL. The items shall be categorized into different categories depending upon theircriticality for the scope of inspection of TPIA and/or EIL.

4.5.7 Inspection Release Note (IRN)/ Inspection Certificate (IC)

IRN/ IC shall be issued by EIL Inspector/ third party inspection agency on the basis ofsuccessful inspection, review of certificates as per specifications & agreed quality plan(as applicable) and only after all the drawings/documents as per DCI are submittedand are accepted under review code-1 or code R. Supplier shall ensure that necessarydocuments/manufacturing and test certificates are made available to EIL/TPIA as andwhen desired.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 54 of 57

Page 55: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

ENGINEERSOgell 0151jeg INDIA LIMITED

IA Govt of India Unclettalong)1.127, owtore o43frosso

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1Page 7 of 8

Note: Non fulfilling above requirement shall result into appropriate penalty or with-holding of payment as per conditions of PO/PR/MR.

4.5.8 Transportation Plan

Transportation Plan for Over Dimensional Consignments (ODC), if any, shall besubmitted within 2 weeks of receiving FOA/LOA, for approval. Consignment withparameters greater than following shall be considered as over dimensional.

Dimensions: 4 meters width x 4 meters height x 20 meters length

Weight : 32 MT

4.6 Final Documentation

4.6.1 As Built Drawings

Shop changes made by Supplier after approval of drawings under `Code 1' by EIL anddeviations granted through online system , if any, shall be marked in hard copies ofdrawings which shall then be stamped 'As-built' by the supplier. These 'As-built'drawings shall be reviewed and stamped by EIL Inspector/ TPIA also. Supplier shallprepare scanned images files of all marked — up 'As — built' drawings. SimultaneouslySupplier shall incorporate the shop changes in the native soft files of the drawingsalso.

4.6.2 As Built Final Documents

As built final documents shall be submitted as listed in PO/PR/MR.

4.6.3 Packing/Presentation of Final Documents

Final Documents shall be legible photocopies in A4, A3 size only. Drawings will beinserted in plastic pockets (both sides transparent, sheet thickness minimum 0.1 mm)with an extra strip of 12 mm wide for punching so that drawings are well placed.

Final Documentation shall be bound in Hard board Plastic folder(s) of size 265 mm x315 mm (10 1 /2 inch x 12 1 /2 inch) and shall not be more that 75 mm thick. It may be ofseveral volumes and each volume shall have a volume number, index of volumes andindex of contents of that particular volume. Where number of volumes are more,90mm thickness can be used. Each volume shall have top PVC sheet of minimum0.15 mm thick duly fixed and pressed on folder cover and will have 2 lever clip. Incase of imported items documents, 4 lever clip shall also be accepted. All four cornersof folders shall be properly metal clamped. Indexing of contents with page numberingmust be incorporated by supplier. Spiral/Spico bound documents shall not beacceptable. As mentioned above, books should be in hard board plastic folders withsheets punched and having 2/4 lever clips arrangement.

Each volume shall contain on cover a Title Block indicating package Equipment TagNo. & Name, PO/Purchase Requisition No., Name of Project and Name of Customer.Each volume will have hard front cover and a reinforced spine to fit thickness of book.These spines will also have the title printed on them. Title shall include also volumenumber (say 11 of 15) etc.

4.6.4 Submission of Soft Copies

Supplier shall submit to EIL, the scanned images files as well as the native files ofdrawings/documents, along with proper index.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL—AIL rights reserved

Page 55 of 57

Page 56: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1Page 8 of 8

C,'(L:ED'D ENGINEERSINDIA UMITEDIA Govt of India Undertaking)

ligar idf5lesI MT riernfO7IJOCFAI

In addition to hard copies, Supplier shall submit electronic file (CD-ROM) covering softcopies of all the final drawings and documents, all text documents prepared oncomputer, scanned images of all important documents (not available as soft files), allrelevant catalogues, manuals available as soft files (editable copies of drawings/textdocuments, while for catalogues/manuals/proprietary information and data, PDF filescan be furnished).

All the above documents shall also be uploaded on the EIL eDMS portal.

4.6.5 Completeness of Final Documentation

Supplier shall get the completeness of final documentation verified by EIUTPIA andattach the Format for Completeness of Final Documentation (Format No. 3-78-0004)duly signed by EIL Inspector or TPIA as applicable to the document folder.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 56 of 57

Page 57: Detailed Engineering Consultancy and Construction ...hrpu.etenders.dae.gov.in/tnduploads/hrpu/tnditem/TND... · Detailed Engineering Consultancy and Construction Supervision for Setting

$afg7:11 tel5legMen eRali• 4,30.0

ENGINEERS COMPLETENESS OF FINAL

INDIA LIMITED DOCUMENTATION(A Gort of hula Undertakog)

fEr)

COMPLETENESS OF FINAL DOCUMENTATION

Name of Supplier/Contractor

Customer

Project

EIL's Job No.

Purchase Order No./Contract No.

Purchase Requisition No./Tender No. Rev. No. :

Name of the Work/Equipment

Tag. No.

Supplier's/ Contractor'sWorks Order No.

Certified that the Engineering Documents/ Manufacturing & Test Certificates submitted by thesupplier are complete in accordance with the Vendor Data Requirements of PurchaseRequisition.

Signature

Date

Name

Designation

Department

Signature

Date

Name

Designation

Department

Supplier/Contractor EIL/TPIA

arTilittl/APPROVED

gTffTeR/ Sig eilegiltktvi .

4/ Name: ......... .. . ......................

f4-41--/ Date: ..... ••••••• .... ........................

Copyright EIL — All rights reservedFormat No. 3-78-0004, Rev. 1/ 12.03.2015Page 57 of 57