Upload
duongnga
View
217
Download
0
Embed Size (px)
Citation preview
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
'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
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
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
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
$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