procurement, fabrication, supply, erection … · steam drum, tes equipment, structures, process...
TRANSCRIPT
PROCUREMENT, FABRICATION,
SUPPLY, ERECTION AND
COMMISSIONING OF ESTABLISHING
SOLAR THERMAL ENERGY
COLLECTOR WITH PHASE CHANGE
MATERIAL (PCM) BASED THERMAL
ENERGY STORAGE (TES)
Tender Number – 201601521
Indian Institute of Technology Bombay
Tender Document 201601521, MMD, IIT Bombay Sheet 1 of 221
Contents
Section – 1: Invitation to the Bidders ..................................................................................... 3
Section – 2: Introduction ......................................................................................................... 7
2.1. Project Brief ................................................................................................................ 8
2.2. Project Site Location ................................................................................................... 9
2.3. General Layout .......................................................................................................... 10
2.4. Schematic of the Plant ............................................................................................... 11
2.5. Broad Scope of Supply & Services ........................................................................... 12
Section – 3: Instruction to the Bidders ................................................................................. 13
Section – 4: Technical Bid ..................................................................................................... 23
4.1. Pre-qualification Criteria ........................................................................................... 24
4.2. Scope of Work ........................................................................................................... 27
4.2.1. Civil and Site Infrastructure Work ............................................................................27
4.2.2. Construction of Solar Energy Collector ....................................................................28
4.2.3. Steam Drum, TES equipment, Structures, Process equipment and Piping ...............30
4.2.4. Electrical, Instrumentation and Controls ..................................................................33
4.3. Technical Information ............................................................................................... 36
4.3.1. Civil and Site Infrastructure Work ............................................................................36
4.3.2. Construction of Solar Energy Collector ....................................................................42
4.3.3. Steam Drum, TES Equipment, Structures and Piping ..............................................56
4.3.4. Electrical, Instrumentation and Controls ..................................................................81
4.4. Technical Deviations ................................................................................................. 98
Section – 5: Technical Specifications.................................................................................... 99
Section – 6: Price Bid ........................................................................................................... 112
6.1. Civil Foundation Work............................................................................................ 113
6.1.1. Land Excavation, Refilling, Leveling, Compaction and Trench Work ..................113
6.1.2. Footing Foundation .................................................................................................113
6.1.3. Plinth Beam .............................................................................................................115
6.1.4. Pedestal ...................................................................................................................115
6.1.5. Civil and Structural Work for Shed ........................................................................117
6.1.6. Concrete Bolt & Fasteners List ...............................................................................118
6.2. Construction of Solar Energy Collector .................................................................. 120
6.2.1. Supply of Fabrication Items ....................................................................................120
6.2.2. Supply of Bought Out Items ...................................................................................132
6.2.3. Assembly and Erection Items .................................................................................135
6.2.4. Supply of Manpower for Assembly and Erection & Commissioning Support ......136
6.3. Steam drum, TES equipment, structures and piping ............................................... 137
6.3.1. Supply of Bought Out Items ...................................................................................137
6.3.2. Supply of Evacuated Tube Collector ......................................................................141
6.3.3. Fabrication of Equipment and Structure .................................................................141
6.3.4. Erection of Equipment and Structure ......................................................................142
Tender Document 201601521, MMD, IIT Bombay Sheet 2 of 221
6.3.5. Fabrication and Erection of Pipes ...........................................................................144
6.4. Electricals, Instrumentation and Controls ............................................................... 145
6.4.1. Supply of Items .......................................................................................................145
6.5. Service Work for Instruments ................................................................................. 149
6.6. Spares for Operation & Maintenance ...................................................................... 151
ANNEXURES ....................................................................................................................... 165
Annexure – 1 .......................................................................................................................... 166
Annexure – 2 .......................................................................................................................... 167
Annexure – 3 .......................................................................................................................... 168
Annexure – 4 .......................................................................................................................... 170
Annexure – 5 .......................................................................................................................... 190
Annexure – 6 .......................................................................................................................... 191
Annexure – 7 .......................................................................................................................... 201
Annexure – 8 .......................................................................................................................... 202
Annexure – 9 Deviation Statement Form .............................................................................. 203
Annexure – 10 Integrity Pact ................................................................................................. 204
Annexure – 11 Format For Earnest Money Deposit / Bid Bond ........................................... 214
Annexure – 12 Format for Performance Guarantee Bond ..................................................... 216
Annexure – 13 Format for Deviations / Exclusions schedule................................................ 218
Annexure – 14 Previous Supply Order Format...................................................................... 220
Annexure – 15 Checklist ........................................................................................................ 221
Tender Document 201601521, MMD, IIT Bombay Sheet 3 of 221
Section – 1: Invitation to the Bidders
Tender Document 201601521, MMD, IIT Bombay Sheet 4 of 221
Tender Details
Tender Number: 201601521
Tender Type: Open
No. of Covers: 2
Tender Date: -05.06.2017
Form of Contract: Supply
Payment Instruments
Payment Mode : Offline
Instrument Type:
As per Tender Document
Covers Information
Cover. No Cover Type Description Document
Type
1 Technical Tender Document,
Pre-qualification responses
Tender Fee, EMD,
Integrity Pact and
Technical Specification
Site
visit/Inspection/Examination
Certificate
2 Commercial Commercial Bid / Price Bid
Tender should be submitted on the schedule to tender and returned with your covering
letter in the enclosed form duly signed. Tender should be sent in the sealed cover super
scribed with 'Tender Number' and Due Date.
Two Bid System :
The two bid system will be followed for this tender. In this system bidder must submit their
offer in separate sealed envelopes as – Technical Bid and Commercial Bid. Separate technical
bid and commercial bid envelopes should be clearly marked as "Envelope No. 1 – Technical
Bid" and "Envelope No. 2 - Commercial Bid". Both these sealed covers are to be put in a
bigger cover which should also be sealed and duly superscribed with our Tender No. & Due
Date and to be submitted to the concern department/section mentioned in tender document.
Tender Document 201601521, MMD, IIT Bombay Sheet 5 of 221
Note: The technical offer should not contain any price information. If the price quoted is
submitted in technical bid the tender will be rejected at the sole discretion of IIT
Bombay.
Initially Technical Bids will be opened and evaluated by the purchase committee. Commercial
bids of only Technically qualified bidders will be opened later.
Contract/ Purchase Order will be awarded to the lowest bidder (L1) among them.
Tender Fee Details
Tender Fee (INR)
500/-
Payable to : The Registrar, IIT Bombay
Payable at : Mumbai
Earnest Money Deposit Details
EMD Fee (INR):
8,60,000/-
In favour of : The Registrar, IIT Bombay
EMD Fee Type:
Fixed
Payable at: Mumbai
Item Details /Item
Name
Item Description
Procurement,
Fabrication, Supply,
Erection and
Commissioning of
Establishing Solar
Thermal Energy
Collector with Phase
Change Material
(PCM) based Thermal
Energy Storage (TES)
This Tender document is for ‘Linear Fresnel Reflector (LFR) based
collector development with receiver and steam storage’ which
includes development of Indigenous Efficient and Economical LFR
system and Thermal Energy Storage. This project will be
implemented at NTPC NETRA at Greater NOIDA, Uttar Pradesh for
testing and performance evaluation. Basic and detailed engineering of
the Solar Thermal Energy Collector and Thermal Energy Storage has
been carried out by IITB and its Detailed Engineering Consultant
(DEC). The bidder is expected to carry out the required procurement,
fabrication, supply, erection and commissioning of establishing Solar
Thermal Energy Collector with Phase Change Material (PCM) based
Thermal Energy Storage. This has to be done as per detailed
engineering documents, drawings and Bill of Materials (BOM).
Pre-Qualification: As Per Tender
Document
Bid Validity
(Days)
180
Period of Work/
Delivery Period
48 weeks Product Sub
Category
Tender Document 201601521, MMD, IIT Bombay Sheet 6 of 221
Product Category Others Pre Bid Meeting
Date & Time
15th June , 2017
2.30 PM
Contract Type Tender Pre Bid Meeting
Address
Materials Management
Division, IIT Bombay
Location
Pincode
IIT Bombay
Campus, 400076
Critical Dates
Bid Submission End
Date and Time
4th July, 2017
1.00 PM
Bid Opening Date
and Time
4th July, 2017
3.00 PM
Place of Submission Materials
Management
Division, IIT
Bombay
Bid opening place Materials Management
Division, IIT Bombay
Other Condition: Suppliers should provide previous purchase order details in the
technical bid as per Pre-qualification criteria stated in the tender document.
Warranty : Warranty as per mentioned in technical specifications
Technical Clarification
Name
Department
Contact No.
Prof. Shireesh B. Kedare
Department of Energy Science & Engineering.
022-25767835
Tender Inviting Authority
Name
Address
Date: -------------
Joint Registrar
Materials Management Division, IIT Bombay,
Powai, Mumbai 400076
Signing Authority:
Joint Registrar (MM)
Tender Document 201601521, MMD, IIT Bombay Sheet 7 of 221
Section – 2: Introduction
Tender Document 201601521, MMD, IIT Bombay Sheet 8 of 221
2.1. Project Brief
This project is targeted towards development and setup of indigenous 3.5 MWe x 24 hour/day
Solar Thermal Power Plant. The research and development component of the targeted initiative
was divided into several projects over the last 2 to 3 years. Each of these projects were
formulated in tune with the overall perspective and handled independent of each other
involving various faculty members across the departments at IIT Bombay.
Setting up of the above mentioned indigenous Solar Thermal Power Plant would now require
development and testing of prototypes of various Concentrated Solar Power (CSP) components
conceptualized till now and experimented with. This prototype development and testing is
being taken up as three R&D projects mentioned below;
Linear Fresnel Reflector (LFR) based collector development with receiver and steam
storage.
Molten salt loop with central receiver, salt storage and heat exchanger.
Heliostat reflector development with tracking and flux measurement.
These R&D projects are being taken up in parallel.
This Tender Document is for the LFR PCM project i.e ‘Linear Fresnel Reflector (LFR) based
collector development with receiver and with Phase Change Material (PCM) based steam
storage’ which includes Development of Indigenous Efficient and Economical LFR system and
Thermal Energy Storage. This project will be implemented at NETRA NTPC, Greater NOIDA,
Uttar Pradesh for testing and performance evaluation.
General Classification of the Scope:
Civil and site infrastructure work
Construction of solar energy collector
Steam drum, TES equipment, structures and piping
Electrical, Instrumentation and Controls
Tender Document 201601521, MMD, IIT Bombay Sheet 9 of 221
2.2. Project Site Location
Greater Noida has a hot and humid climate for most of the season. The city climate becomes
very hot during the month of June which is followed by monsoon and it continues till
September. Monsoon is quite unpredictable where you can’t predict which way they will turn.
Winter in Noida is very chilly which peaks in at the start of November. Winter season continues
till the month of February. The foggy and chilly weather during winters makes Greater Noida’s
climate a tough one to confront with.
According to the Bureau of Indian Standards, the town falls under seismic zone-III, in a scale
of I to V (in order of increasing proneness to earthquakes) while the wind and cyclone zoning
is “very high damage risk”, according to UNDP report.
Address : NETRA NTPC Limited
E-3, Ecotech II, Udyog Vihar, Greater Noida, Uttar Pradesh 201306
Location : 28°30’10”N 77°27’57”E
Summer : In summer i.e. from March to June the weather remains hot and
temperature ranges from maximum of 45°C (i.e. 113°F) to minimum of
23°C (73°F).
Monsoon : Monsoon season prevails during mid-June to mid-September with an
average rainfall of 93.2 cm (36.7 inches), but sometimes frequent heavy
rain causes flood.
Winter : The cold waves from the Himalayan region makes the winters in Greater
Noida very chilly. Temperatures fall substantially down to as low as 3 to
4º C at the peak of winter. Greater Noida is not aloof to the problems of
fog and smog. In January, dense fog envelopes the city, reducing visibility
on the streets.
Tender Document 201601521, MMD, IIT Bombay Sheet 10 of 221
2.3. General Layout
Note:
a. All dimensions are in meter.
b. The boundary limit for the plant i.e., 150 m X 48 m has to be leveled for the civil work.
Tender Document 201601521, MMD, IIT Bombay Sheet 11 of 221
2.4. Schematic of the Plant
Tender Document 201601521, MMD, IIT Bombay Sheet 12 of 221
2.5. Broad Scope of Supply & Services
The broad scope of supply and services are following:
Supply of items listed in BOQ as per the indicated specifications
Fabrication including QA and conducting all shop acceptance tests as required
Packing, loading, transportation and unloading of material at site including all
clearances from concerned authorities
Receipt, storage and preservation of equipment at the site
Civil, mechanical, structural, process equipments/vessels, electrical and C&I erection
including conducting all field tests in coordination with the technical consultant for
detailed engineering.
Supply of skilled manpower to carry out specific tasks as explained in the technical
information section.
Compliance of all statutory requirements
It is not the intent to specify herein all aspects of engineering and construction. The Bidder
shall be responsible for providing all materials, equipment and services, specified or otherwise
(unless specifically excluded) which are required to fulfill the intent of ensuring operability
and the reliability of the complete system covered under this specification. Sub-vendors for all
bought out and out sourced items shall be finalized in consultation with IITB and DEC.
Tender Document 201601521, MMD, IIT Bombay Sheet 13 of 221
Section – 3: Instruction to the Bidders
Tender Document 201601521, MMD, IIT Bombay Sheet 14 of 221
1. Bidder must be a qualified entity (firm / company).
2. Bidder shall submit the list of jobs intended to be sub-contracted along with the details
of sub-bidders. The bidder in the event of his tender being accepted, shall not assign or
delegate the contract or any part thereof, without the prior approval of IITB.
3. Bidder shall submit financial statements such as balance sheets and P&L statements of
the last 3 financial years.
(Note: The word ‘Bidder’ used in the document is as per the definition stated in
point 1 above)
4. The site will be offered on AS IS WHERE IS for the execution of this job and it will
be the sole responsibility of the bidder to ensure that they abide by the various rules and
regulations, bye-laws and other statutory requirements, etc., imposed by the
Government / semi-Government and / or other local authorities governing execution of
this job.
5. Before submitting the bid, the bidder is advised to visit, inspect and examine the site
and its surroundings. The bidder has to submit in writing that he has indeed visited,
inspected and examined the site and its surrounding. The bidder to look at access to
the site and evaluate the site conditions of operation at his own cost. The bidder before
tendering should clearly understand the scope of work and must satisfy himself with
the required quantities of material, accommodation as may be required and no claim
subsequently on account of ignorance shall be entertained. No consequent extra claims
on any misunderstanding or otherwise shall be allowed by the IIT Bombay.
(Site address for visit: NTPC Energy Technology Research Alliance (NETRA)
Plot No. 3, block E, Ecotech-II, UdhyogVihar,
Greater Noida, GautamBudh Nagar, (UP) 201 306
INDIA
Bidder has to provide specific date for visit at site to IITB project office. Office will
convey contact of local person & other arrangement as required.
Tender Document 201601521, MMD, IIT Bombay Sheet 15 of 221
Bidders are requested to carefully examine and understand the specifications and seek
clarifications, if required, to ensure that they have understood the specifications.
Bidder’s offer should not carry any sections like clarifications, interpretations and/or
assumptions. However, if the bidder feels that, in his opinion, certain features brought
out in his offer are superior to what has been specified, these may be highlighted
separately.
6. The bid shall be evaluated as complete package and not on the basis of individual items.
7. The quantities of the various items mentioned in the schedule are approximate and may
vary up to any extent or be deleted altogether. The quoted rates of each item shall
remain firm.
8. The bidder will have to make his own arrangement to transport the required materials
outside and inside the working place and leaving the premises in a neat and tidy
condition after the completion of the job to the satisfaction of the IITB Engineer and
the Detailed Engineering Consultant (DEC).
9. The bidder will have to arrange for site office and temporary shed on his own expense
for safe keeping of his materials and should provide necessary security arrangements
for safe guarding the materials. IITB will not be responsible for any claims in this
regard.
10. As far as possible, the bidders should endeavor not to stipulate any counter terms /
conditions or modifications of tender clauses and should quote strictly as per tender
conditions. IITB reserves the right to reject offers not meeting its technical requirements
and commercial conditions.
11. The bidder shall get prior approval from DEC and IITB for release of purchase order to
sub-vendors and bidders.
12. The bidder shall furnish to the DEC and IITB the duplicate copies of all purchase
orders placed for this project and the test reports received from the vendor to the DEC’s
check and information.
Tender Document 201601521, MMD, IIT Bombay Sheet 16 of 221
13. The bidder shall arrange at his own expense for concerned Engineers to attend pre-bid
meetings, technical discussions and project progress review scheduled by IITB. The
venue for the meetings will be at IITB campus or at the project site.
14. All material constructed or otherwise, shall be considered as the property of bidder till
the handover of the project.
Preparation and Submission of offers:
15. The Quotation MUST BE ENCLOSED IN A SEALED COVER superscribing Tender
number / due date & should reach the undersigned on or before due date mentioned in
the tender notice. If the quotation cover is not sealed, it will be rejected.
16. Tender should be dropped in the tender box kept in the office of concerned Department
/ Section or to Indenter. No tender is to be handed over to our staff personally unless
otherwise specified. All communications are to be addressed to the undersigned only.
In case due date happens to be holiday the tender will be accepted and opened on the
next working day.
17. The bid can be submitted in person or through post/ courier (IITB shall not be
responsible for any postal delays or any other reason for not submitting the bid in the
specified time and resulting in disqualification / rejection of any bid) so as to reach on
or before the due date and time.
18. The leaflets catalogue, etc. should be sent invariably so that a proper evaluation of the
equipment offered is possible.
Cost of Bidding:
19. The Bidder shall bear all costs associated with the preparation and submission of its
Bid and the Purchaser shall not be responsible or liable for those costs regardless of the
conduct or outcome of the bidding process.
Tender Document 201601521, MMD, IIT Bombay Sheet 17 of 221
Validity of the Bid:
20. 180 Days from the last date of submission of bid.
Amendment of Bidding Documents:
21. At any time prior to the deadline for submission of bids, IITB may, for any reason,
whether on its own initiative or in response to the clarification request by a prospective
BIDDER may modify the bid document.
22. All prospective BIDDERs who have downloaded the bidding document may visit IITB,
website for amendments / modifications which will be binding on them.
Deadline for Submission of Bids:
23. Bids must be received by IITB before the due date and time at the address specified in
the tender document. In the event of the specified date for the submission of bids being
declared as a holiday for IITB the bidclosing deadline will stand extended to the next
working day up to the same time.
Late Bids:
24. IIT Bombay will not be responsible:
i) For delayed / late quotations submitted / sent by post / courier etc.
ii) For submission / delivery of quotations at wrong places other than the
mentioned in the tender.
iii) Fax / Email / Telegraphic / Telex tenders will not be considered.
iv) Any bid inadvertently received by IIT Bombay after the deadline i.e. due
date & time for submission of bids, will not be accepted and returned
unopened to the BIDDER.
Tender Document 201601521, MMD, IIT Bombay Sheet 18 of 221
Confidentiality:
25. Information relating to the evaluation of Bids, and recommendation of Contract award,
shall not be disclosed to Bidders or any other persons not officially concerned with such
process until information on Contract award is communicated to all Bidders.
26. Any attempt by a Bidder to influence the Purchaser in the evaluation of the Bids or
Contract award decisions may result in the rejection of its Bid.
27. Notwithstanding, from the time of Bid opening to the time of Contract award, if any
Bidder wishes to contact the Purchaser on any matter related to the bidding process, it
shall do so in writing.
Deviation, Reservations and Omissions:
28. During the evaluation of Bids, the following definitions apply:
(a) “Deviation” is a departure from the requirements specified in the Bidding
Documents.
(b) “Reservation” is the setting of limiting conditions or withholding from
complete acceptance of the requirements specified in the Bidding Documents.
(c) “Omission” is the failure to submit part or all of the information or
documentation required in the Bidding Documents.
Correction of Arithmetical Errors:
29. Provided that the Bid is substantially responsive, the Purchaser shall correct
arithmetical errors on the following basis:
(a) if there is a discrepancy between the unit price and the line item total that is obtained
by multiplying the unit price by the quantity, the unit price shall prevail and the line
item total shall be corrected, unless in the opinion of the Purchaser there is an obvious
Tender Document 201601521, MMD, IIT Bombay Sheet 19 of 221
misplacement of the decimal point in the unit price, in which case the line item total as
quoted shall govern and the unit price shall be corrected.
(b) if there is an error in a total corresponding to the addition or subtraction of subtotals,
the subtotals shall prevail and the total shall be corrected.
(c) if there is a discrepancy between words and figures, the amount in words shall
prevail, unless the amount expressed in words is related to an arithmetic error, in which
case the amount in figures shall prevail subject to (a) and (b) above.
Bidders shall be requested to accept correction of arithmetical errors. Failure to accept
the correction in accordance with the same, shall result in the rejection of the Bid.
Evaluation of Bid:
30. IITB evaluate technical and commercial acceptable offers on landed net Price basis.
31. In case any BIDDER is silent on any clauses mentioned in this tender documents, IITB
shall construe that the BIDDER had accepted the clauses as per the invitation to tender
no further claim will be entertained.
32. No revision in the terms and conditions quoted in the offer will be entertained after the
last date and time fixed for receipt of tenders.
Corrupt & Fraudulent Practices:
33. IITB requires that bidders, suppliers, contractors and consultants, if any, observe the
highest standard of ethics during the procurement and execution of such contracts. In
pursuit of this policy,
(a) The terms set forth below are defined as follows:
Tender Document 201601521, MMD, IIT Bombay Sheet 20 of 221
i. “Corrupt practice” means the offering, giving, receiving, or soliciting, directly
or in directly, of anything of value to influence the action of a public official
in the procurement process or in contract execution.
ii. “Fraudulent practice” means a misrepresentation or omission of facts in order
to influence a procurement process or the execution of a contract.
iii. “Collusive practice” means a scheme or arrangement between two or more
bidders, designed to establish bid prices at artificial, noncompetitive levels.
iv. “Coercive practice” means harming or threatening to harm, directly or
indirectly, persons or their property to influence their participation in the
procurement process or affect the execution of a contract.
(b) IITB will reject a proposal for award if it determines that the Bidder recommended
for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive
or coercive practices in competing for the Contract in question.
Communication for Nonparticipation of Tenders:
34. For registered vendors with IITB, in case you choose not to participate in the tender a
regret letter by way of fax/letter/email may be submitted before the due date duly
superscribing “Regret” and tender No. If no communication received by the due date
and time, it shall be inferred that you are not interested in participation and your name
is liable to be removed from the vendor's list.
Cancellation of Tender:
35. Notwithstanding anything specified in this tender document, Purchaser / IITB in his
sole discretion, unconditionally and without having to assigned any reasons, reserves
the rights:
a) To accept OR reject lowest tender or any other tender or all the tenders.
b) To accept any tender in full or in part.
Tender Document 201601521, MMD, IIT Bombay Sheet 21 of 221
c) To reject the tender offer not confirming to the tenders terms.
36. To give purchase preference to Public Sector undertakings when applicable as per Govt.
Policy/ Guidelines.
37. Offer which deviates from the vital conditions (as illustrates below) of the tender shall
be rejected:
(a) Nonsubmission of complete offers.
(b) Receipt of offers after due date and time and or by email / fax (unless specified
Otherwise).
(c) Receipt of offers in open conditions.
Price Bid:
38. Bid Prices MUST BE SUBMITTED IN ENCLOSED PRICE BID FORM ONLY.
39. If the price is not quoted in Price Bid Form provided in tender document then,
IITB will reject bid. If supplier wish to give pricing details may be attached in
separate sheet.
40. Any new taxes and duties liable on the subject contract due to change in legislation
during the contract period shall be reimbursed subject to the applicability of the said act
to the satisfaction of the purchaser and the production of documentary evidence after
availing of statutory concession, benefits etc.
41. The supplier shall pay and bear all other liabilities, taxes and duties not specifically
agreed by the Purchaser in the contract.
Tender Document 201601521, MMD, IIT Bombay Sheet 22 of 221
42. VAT/Other Govt. Taxes : Excise Duty (ED), other taxes, levies, like Service Tax (ST),
Education Cess, etc., are to be indicated separately. BIDDER should mention Central
and State Sales Tax/VAT Registration, PAN Number are to be necessarily indicated in
the offer.
43. IITB are not authorised to issue any Sales Tax forms like form “C” & “D”.
Legal Matter:
44. All Domestic and International disputes are subject to Mumbai Jurisdiction Only.
Transfer and Subletting:
45. The seller shall not sublet, transfer, assign or otherwise part with the acceptance to the
tender or any part thereof, either directly or indirectly, without the prior written
permission of the Purchaser.
Force majeure:
46. Force Majeure will be accepted on adequate proof thereof.
Penalty/ Liquidated Damages:
47. Timely delivery is essence of the contract and hence if any consignment be delayed,
liquidated damages at the rate 0.5% of the price of the delayed consignment, for each
week or part whereof shall be levied and recovered subject to maximum of 5% of total
purchase order value.
48. IITB reserves the right to cancel the order in case the delay is more than 10 weeks .
Penalties if any will be recovered by forfeiting PBG.
Any deviation from the clauses of the tender, technical and financial, should be compiled in
Annexure - 9. The deviations will be discussed during the pre-bid meeting and the outcome
of the meeting will be taken as final.
Tender Document 201601521, MMD, IIT Bombay Sheet 23 of 221
Section – 4: Technical Bid
Tender Document 201601521, MMD, IIT Bombay Sheet 24 of 221
4.1. Pre-qualification Criteria
Pre-qualification criteria and process along with details and format of data to be submitted for
selection:
Twobid system will be followed wherein the technical bid will be opened first and evaluated.
Bidders whose technical criteria are acceptable as per the selection criteria (elaborated below),
will be considered for opening of the respective price bids. All bids qualifying the
prequalification criteria will be stand eligible for opening of commercial bid. Bidder with
lowest commercial bid will be awarded the contract.
The technical bid provided by the bidder should contain the details outlined below :
Technical capability: The bidder should furnish the details of in-house or outsourced
resources like tools, machinery and skills related to fabrication structural and
mechanical systems involved in the project.
Financial capability: The bidder should have successfully executed at-least one
multidisciplinary procurement, construction and commissioning project of value not
less than INR 1,00,00,000/- during last five years ending 31st March, 2017.
Qualification Requirement: Detailed format for the data to be submitted for the
qualification requirement is given under different headings below. The bidder who does
not have any experience in Concentrated Solar Thermal projects can also bid for the
present tender.
Heading A: Experience in Civil and Structural work: The bidder should have
successfully completed at least one work of procurement, construction and erection
such as civil works like Industrial sheds, buildings, RCC floorings / foundations,
Masonry works, steel structural works, equipment support structural, piping support
and Pipe Rack Truss. The bidder is required to submit a list of such assignments
undertaken over the last 5 years (maximum) giving details of the nature of job with
appropriate documentary proof. Any of these may be verified by IITB by contacting
the corresponding client. The list should mention the following details:
a. Name of the client with corporate address, site address
b. Name of contact person/s and phone/email of the contact person
Tender Document 201601521, MMD, IIT Bombay Sheet 25 of 221
c. Category of job (industrial sheds, buildings, RCC floorings / foundations, Masonry
works, industrial steel structural, piping supports and mechanical systems and
installation)
d. Nature of job (whether procurement, construction and erection etc).
e. Order value in Indian Rupees
f. Year of start and job completion
g. Nature of documentary evidence provided, like copy of POs, reports, appreciation
letters, etc.
Heading B: Experience in Mechanical and Process Equipment, Piping and Process
related work: The bidder should have successfully completed at least two projects
where in they have manufactured, supplied, installed and commissioned pressure
vessel equipment, power and process piping, Machinery / Sheet metal / Structural
with high degree of skills and accuracy using standard fixtures for welding and
assembly and Quality Assurance. The bidder is required to submit a list of such
assignments undertaken over the last 5 years (maximum) giving details of the nature of
job with appropriate documentary proof. Any of these may be verified by IITB by
contacting the corresponding client. The list should mention the following details:
a. Name of the client with corporate address, site address
b. Name of contact person/s and phone/email of the contact person
c. Category of job (industrial sheds, buildings, RCC floorings / foundations, Masonry
works, industrial steel structural, piping supports and mechanical systems and
installation)
d. Nature of job (whether procurement, construction and erection etc).
e. Order value in Indian Rupees
f. Year of start and job completion
g. Nature of documentary evidence provided, like copy of POs, reports, appreciation
letters, etc
Tender Document 201601521, MMD, IIT Bombay Sheet 26 of 221
Heading C: Experience in Electrical, Controls and Instrumentation: The Bidder
should have successfully completed at least one work of supplied, installed and
commissioned on PLC based Control & Instrumentation system, Electrical panels
and cables with all equipment and accessories for reliable operation of the plant. Any
of these may be verified by IITB by contacting the corresponding client. The list should
mention the following details:
a. Name of the client with corporate address, site address
b. Name of contact person/s and phone/email of the contact person
c. Category of job (manufacturing specialized equipment / machinery/ Sheet metal /
Structural / welding and assembly fixtures).
d. Nature of job
e. Order value in Indian Rupees
f. Year of start and job completion
g. Nature of documentary evidence provided, like copy of POs, reports, appreciation
letters, etc.
For ease of processing, the bidder is required to present this data in tabular form
separately for each heading under the columns as mentioned.
The details provided by the bidder will be analyzed by the approved purchase
committee to check the fulfillment of the above prequalification and selection
requirements. Decision of the purchase committee shall be final and binding.
Tender Document 201601521, MMD, IIT Bombay Sheet 27 of 221
4.2.Scope of Work
4.2.1. Civil and Site Infrastructure Work
The civil and site infrastructure work detail is following below:
Clearing of land (removal of weeds, vegetation, building debris etc.)
Land excavation, refilling, leveling and compaction for solar field area
Laying of footing foundation, plinth as per drawing
Pedestal for pipe support structures and pumps
Civil and structural fabrication work for the work shed
Fixing of Concrete bed bolt
Scope Matrix
S. No. Work Package
Responsibility
Bidder DEC Client
(IITB)
1 Overall, Detailed and Weekly planning
Schedule R A A
2
Effective project Management for the part of
supply & service portion, to ensure smooth
project execution and completion of various
project activities on schedule and to the desired
quality standards
R - -
3 Engineering drawings for the foundation work - R A
4 Engineering support for marking of foundations
and verification of dimensional accuracy R S,I,A I
5 Grid power and water supply will be provided at
a certain specified point in the site - - R*
6
Temporary access road to be built for mobility
of the construction materials and workers to the
construction site
R A A
7 Levelling the plant area R S, I W
8 Distribution of power and water supplied from
the specified point to the local area R - -
9 Supply of all construction materials,
employment of required equipments and R I, A I
Tender Document 201601521, MMD, IIT Bombay Sheet 28 of 221
machinery and transportation up to the
construction site
10 Storage of the construction material R A W
11 Skilled and un-skilled manpower R I, A I
R : Responsible for the activity / document
A : Has the approving / acceptance authority
I : Inspection
S : Consulting / Monitoring supervision, Site supervision on day-to-day basis for all purposes
by bidder
W : Witness
*R: Bore well water supply & electricity shall be provided free of cost at site at one point.
Subsequent distribution required within site shall be done by the bidder at their cost. The Bore
well water available on site is not suitable for construction purpose. Raw water for construction
& erection work and potable water shall be arranged by bidder at their cost. Client does not
take any responsibility for delays or damages that may occur in the event of unavailability of
power & water due to any reasons. It will be bidder’s responsibility to make stand-by
arrangement for power & water in case it is not available at site due to any reason.
4.2.2. Construction of Solar Energy Collector
The solar energy collector essentially consists of girders mounted on concrete foundation,
reflector unit, tracking mechanism, gear box, A-frame and receiver support structure. The
bidder shall quote the price for the fabricated items, bought out items and their erection charges.
Manpower should be supplied as per the details provided below for supporting assembly and
installation of secondary reflector and primary reflector. This shall not be considered a part of
erection. The detail engineering document containing technical specifications of all system
components, production drawings and erection procedures will be provided at the time of
award of contract.
This specification covers the requirements for material, storage, fabrication, assembly,
Tender Document 201601521, MMD, IIT Bombay Sheet 29 of 221
tests/examinations, transportation, erection, supply of manpower for critical components of
LFR and painting of all types of bolted and/or welded structural steel works for general
construction work.
Scope Matrix
S. No. Work Package
Responsibility
Bidder DEC Client
(IITB)
1 Overall, Detailed and Weekly planning Schedule R A A
2
Effective project Management for the part of
supply & service portion, to ensure smooth
project execution and completion of various
project activities on schedule and to the desired
quality standards
R - -
3 Prepare procurement plan based on the master
schedule R A A
4 Preparation of final specification sheet for
procurement R A A
5 Selection of vendors R Sup,
A A
6 Procurement of the items based on the
procurement plan R I I
7 Procurement of Mirrors - I, A R
8 Procurement of evacuated tube collector R I, A A
9 Safety of the mirror and evacuated tube from the
time it reaches site till the commissioning. R S, A I, A
10
Procurement of secondary concentrator material
and delivery at a fabrication unit in Coimbatore
for forming CPC
R A -
11 General Arrangement (GA) / Plant plot plan
drawing - R A
12
Fixture drawings for primary reflector
fabrication A-frame, receiver structure, girders,
tracking mechanism and Mirror Gluing
- R A
Tender Document 201601521, MMD, IIT Bombay Sheet 30 of 221
13
Fixtures for fabrication of primary reflector, A-
frame, receiver structure, girders, tracking
mechanism and Mirror Gluing
R I, A I
14
LFR components manufacturing drawings. CAD
drawings for necessary components requiring
laser cutting
- R -
15 Guidelines for fabrication, assembly and
installation of fabricated components - R -
16 Fabrication of secondary concentrator at a
fabrication unit in Coimbatore. - R -
17
Packing and forwarding of the fabricated
secondary concentrator to transport to site and
handing over to bidder.
- R I
18 Transportation of all the bought-out, fabrication
items and any required materials up to site R A Sup
19 Field assembly drawing - R A
20 Erection of LFR components R S, I ,A W
21
Optical alignment of primary and secondary
reflector, and receiver. Welding quality test and
Hydro test
R, L S, I, A W
R : Responsible for the activity / document
A : Has the approving / acceptance authority
I : Inspection
S : Consulting / Monitoring supervision, Site supervision on day-to-day basis for all
purposes by bidder
W : Witness
L : Labour supply only to make fine adjustments with hand tools
Sup : Support as and when required
4.2.3. Steam Drum, TES equipment, Structures, Process equipment and Piping
This scope of work shall covers the fabrication, P&F, Transportation, unloading at site and
erection of Steam drum, TES equipment (Accumulator & PCM tank) with support structure,
piping system, pipe rack truss and bought out items as listed in the respective BOM. The bidder
shall quote the price for the fabricated items, bought out items and their P&F, transportation
Tender Document 201601521, MMD, IIT Bombay Sheet 31 of 221
and erection charges. The detail engineering document containing technical specifications of
all system components, production drawings and erection procedures will be provided at the
time of award of contract.
This specification covers the general requirements like supply of material, storage, fabricated
components, bought out items, IBR approval of fabrication drawings and Calculation
documents (only for Pressure Part Component), fabrication, assembly, tests/examinations,
transportation, erection and painting of all types of bolted and/or welded structural steel works
for general construction work.
Scope Matrix:
S. No. Work Package
Responsibility
Bidder DEC Client
(IITB)
1 Overall, Detailed and Weekly planning Schedule R A A
2
Effective project Management for the part of supply
& service portion, to ensure smooth project execution
and completion of various project activities on
schedule and to the desired quality standards
R - -
3
IBR Calculation documents for the steam drum,
accumulator, Phase Change Material (PCM) module
and piping
R A A
4
Fabrication drawings (CAD), BOM, specification for
steam drum, accumulator, Phase Change Material
(PCM) module, piping and structures
- R A
5 IBR approval for pressure parts fabrication drawing
and IBR calculation documents R Sup, I I
5 Procurement of bought-out items R Sup, I,
A A
6 Material test certificates R I, A A
7 Prepare procurement plan based on the master
schedule R A A
8 Preparation of final specification sheet for
procurement R A A
9 Selection of vendors R Sup, A A
Tender Document 201601521, MMD, IIT Bombay Sheet 32 of 221
10 Procurement of the items based on the procurement
plan R I I
11
Fabrication of steam drum, accumulator, Phase
Change Material (PCM) module, Blow down tank,
HP dosing, structures, piping
R I -
12
Stage-wise inspection of steam drum, accumulator,
Phase Change Material (PCM), blow down tank,
pump, HP dosing, piping and structures at vendor
place as per approved QAP
R I -
13
Conducting pneumatic/hydro test for steam drum,
accumulator, Phase Change Material (PCM) module,
blow down tank, pump, HP dosing and control valves
before dispatch from vendor manufacturing industry
R I, A W
14 Transportation of all the bought-out, fabrication items
and any required materials up to site R Sup, A Sup
15 Purity of Salt testing. Random testing of samples is
required R I, A W
16 Replacement of the Salt bag if the purity is not met
with the requirement without any additional charges R I, A W
17
Erection of steam drum, accumulator, Phase Change
Material (PCM) module, blow down tank, pump, HP
dosing, piping and structures
R S, I, A I
18
Insulation of steam drum, accumulator, Phase
Change Material (PCM) module, blow down tank
and process pipes
R S, I, A A
19 Site hydro test for overall plant R, L S, I, A W
R : Responsible for the activity / document
A : Has the approving / acceptance authority
I : Inspection
S : Consulting / Monitoring supervision, Site supervision on day-to-day basis for all
purposes by bidder
W : Witness
L : Labour supply only to make fine adjustments with hand tools
Sup : Support as and when required
Tender Document 201601521, MMD, IIT Bombay Sheet 33 of 221
4.2.4. Electrical, Instrumentation and Controls
Bidder’s scope shall include supply of complete PLC based Control & Instrumentation
system with all accessories, auxiliaries and associated instruments / equipments, cables,
inspection and testing at supplier’s works, packing, forwarding to site, unloading, storage,
erection, supply of manpower for testing & commissioning of Control, Instrumentation and
electrical equipments/systems and works as required to safe, efficient and reliable
operation of the plant.
Logic diagrams / Cause and effect diagrams development for programming shall be under
the scope of detail engineering consultant of IITB. The C&I system shall be able to
effectively control the entire process which tentatively includes 38 transmitters/switches, 4
Control valves, 8 Pneumatically operated Isolation valves in the process line, and 36
stepper motors with their encoder and limit switch feedbacks for solar tracking system.
The bidder shall quote the prices for the bought out items, Panels, cables and their erection
charges. The detail engineering document containing detail technical specification of
system components, Instrument hookup drawings / erection procedure will be provided at
the time of award of contract.
The C&I system shall meet operational requirements and correctly interface with the main
process. The basic design requirements to achieve these factors are as below.
Fail-safe operation: Loss of signal, loss of excitation or failure of any component shall
not cause a hazardous condition.
Redundancy: A single failure shall not cause any stoppage of system.
Reliability and Availability: Each component of the system and the system as a whole
shall be of established reliability such that the availability of the complete C&I system
is assured for 99.7%.
Hardware Uniformity: It is preferred to have various C&I items from same make, series
and family.
Easy Maintainability: The system design to be done to achieve good sound
maintainability.
Obsolescence: The equipment/system shall ensure provision of latest proven state of art
technology to guard against obsolescence.
Tender Document 201601521, MMD, IIT Bombay Sheet 34 of 221
Scope Matrix:
S. No. Work Package
Responsibility
Bidder DEC Client
(IITB)
1 Overall, Detailed and Weekly planning Schedule R A A
2
Effective project Management for the part of supply
& service portion, to ensure smooth project execution
and completion of various project activities on
schedule and to the desired quality standards
R - -
3 Basic design for Electrical and Control system
configuration - R A
4
Detailed engineering of Electrical panel, control
system panels and Preparation of wiring diagrams
and BOM for all panels
R I,A -
5 Preparation of PLC I/O List - R A
6 Prepare procurement plan based on the master
schedule R A A
7 Preparation of final specification sheet for
procurement R A A
8 Selection of vendors R Sup, A A
9 Procurement of the items based on the approved
procurement plan R I I
10 Panel Internal wiring, Testing of Panels as per
approved wiring diagrams R I,A A
11 Preparation of Logic diagram/Cause and Effect
diagram - R I, A
12
Programming of PLC, making of graphics from
P&ID, SCADA Screen development, Alarms,
Trends, Data logging
R S, I, A -
13 Testing of PLC Logic, SCADA Screen, Data logging,
Alarms, Trends R I, A W
14
Supply of Transmitters and Gauges, All panels, (with
all their components and internal wirings) Electrical
Tracking accessories, Cables and Cable trays, UPS,
computer and accessories, Pneumatic Line fitting,
Earthing /Grounding items as per Bill of Materials
(BOM)
R I, A I
Tender Document 201601521, MMD, IIT Bombay Sheet 35 of 221
15 Supply of software for PLC, SCADA, Computer R I, A I
16 Preparation of Cable schedule/ Termination schedule
and Cable rooting plan - R A
17 Instrument List/ Location plan/ Hookup Plan - R A
18
Installation and erection of instruments like
Transmitters, gauges, Panels, computer, pneumatic
line, UPS, Grounding as per approved plan
R S, I, A -
19 Laying of cables and accessories like trays, glands,
conduits, etc as per approved plan R S -
20 Cable Termination as per Termination Schedule R I,A W
21 Electrical and Instrument cables loop checking as per
wiring diagram R I,A -
22 Commissioning of Control system L R, S, I,
A W
23
If and when required manpower mobilization and
demobilization to and from site should taken care by
bidder without any additional cost during non-
sunshine month i.e., between November to March.
R, L S, A W
24 Provision of manpower for mirror cleaning R, L A -
25 Instruction guidelines for correction / modification in
PLC Logic and SCADA screens R I, A -
26 Operation Manual / Instruction for PLC and SCADA R A A
27
Submission of complete documentation including As
built Drawing, Datasheets, Test certificates, Factory
Acceptance test for bought out items, Inspection
certificates, Warranty certificates etc.,
R I, A A
R : Responsible for the activity / document
A : Has the approving / acceptance authority
I : Inspection
S : Consulting / Monitoring supervision, Site supervision on day-to-day basis for all
purposes by bidder
W : Witness
L : Supply of qualified manpower to support the commissioning activities
Sup : Support as and when required
Tender Document 201601521, MMD, IIT Bombay Sheet 36 of 221
4.3.Technical Information
4.3.1. Civil and Site Infrastructure Work
General
BIDDER shall furnish all tools, plants, instruments, qualified supervisory personnel, labor,
materials, any temporary works, consumables, anything and everything necessary, whether
or not such items are specifications stated herein, for completion of the job in accordance
with specification and requirements.
BIDDER shall carryout the survey of the site before commencing excavation and set
properly all lines and establishes levels for various works such as earthwork in excavation
for foundations, plinth filling, roads, drains, cable trenches, pipelines, etc. Such survey shall
be carried out by studying thoroughly the drawings for the existing plant and modus
operandi shall be discussed with Engineer of DEC/IITB. Ground levels shall be taken and
properly recorded by the BIDDER and shall be checked and certified by ENGINEER. If
required, grown shrubs, etc. Have to be cut to take levels at no additional cost.
The excavation shall be done to correct lines and levels. This shall also include, where
required, proper shoring to maintain excavations and also the furnishing, erecting and
maintaining of substantial barricades around excavated areas and warning lamps at night
to ensure safety.
The rates quoted shall also include for dumping of excavated materials in required heaps,
riprap with regular slope as directed by ENGINEER, within the lead specified and leveling
the same so as to provide natural drainage. Soil excavated shall be stacked properly as
directed by ENGINEER. As a rule, as often material shall be laid along the center of heaps,
the harder and more weather resisting materials forming the casing on the sides and the top.
Survey and Setting
All traverse stations and reference points shall be clearly marked and protected to the
satisfaction of the Engineer. The Bidder shall provide the Engineer with all necessary
assistance for checking the setting out, agreement of levels and any other survey or
Tender Document 201601521, MMD, IIT Bombay Sheet 37 of 221
measurement which the Engineer needs to carry out in connection with the works during
the entire period of Contract. Such assistance shall include:
Provisions of suitably qualified surveyors to work under the direction of the Engineer as
required. The survey equipment shall be of the quality approved by the Engineer.
Excavation
Excavation for permanent work shall be taken out to such widths, lengths, depths, and
profiles of P.C.C. as are shown on the drawings or such other lines and grades as may be
specified by Engineer-in-Charge of DEC. Initially excavation shall be carried out to a depth
150 mm above the final level. The balance shall be excavated with special care. Soft
pockets shall be removed even below the final excavation, if so instructed by DEC, and
shall be carried out just prior to laying the P.C.C. BIDDER may, to facilitate his work or
for similar other reasons excavate and also backfill later, if so approved by EIC, at his own
cost, outside the lines shown on the drawings or directed by DEC. Should any excavation
be taken below the specified elevation, BIDDER shall fill it up, with concrete of the grade
specified on drawings, up to the required elevation. No extra shall be paid to BIDDER on
this account.
Fill and backfilling
All fill material will be subject to DEC’s approval. If any material is rejected by DEC, the
bidder shall remove the same from the site at no extra cost to the CLIENT. Surplus fill
material shall be deposited / disposed off as directed by ENGINEER after the fill work is
complete.
Materials for standard concrete
The ingredients to be used in the manufacture of standard concrete shall consist solely of a
standard type Portland cement, clean sand, natural coarse aggregate, clean water, and
admixtures, if specially called for on drawings and/or specifications.
Tender Document 201601521, MMD, IIT Bombay Sheet 38 of 221
Cement
BIDDER shall make his own arrangements for the storage of adequate quantity of cement.
If supplies are arranged by CLIENT, cement will be issued in quantities to cover work
requirements of one month or less, as deemed fit by the DEC and it will be the responsibility
of BIDDER to ensure adequate and proper storage Cement bags shall be stored in a dry
enclosed shed (storage under tarpaulin will not be permitted), well away from the outer
walls and insulated from the floor to avoid contact with moisture from ground & walls, and
so arranged as to provide ready access. Damaged or reclaimed or partly set cement will not
be permitted to be used and shall be removed from the site. Not more than 12 bags shall be
stacked in any tier. The storage arrangement shall be approved by DEC. Consignment of
cement shall be stored as received and shall be consumed in the order of their receipts at
site. Cement will be tested as per schedule of testing given in the tender document &
manufacturer’s test certificate alone will not suffice.
Cement held in storage for a period of ninety (90) days or longer shall be tested. If DEC
has reasons to consider that any cement is defective, then irrespective of its origin, date of
manufacture and/or manufacturer’s test certificate, such cement shall be tested immediately
at BIDDER’s cost at a National Test Laboratory/approved laboratory and until the results
of such tests are found satisfactory, it shall not be used in any work. BIDDER shall not be
entitled to any claim of any nature of this account.
Aggregate
a. “Aggregate” in general designates both fine and coarse inert materials used in the
manufacture on concrete
b. “Fine Aggregates” are aggregates most of which pass through 4.75 mm IS sieve
c. “Coarse aggregates” are aggregate most of which retain on 4.75 mm IS sieve
Tender Document 201601521, MMD, IIT Bombay Sheet 39 of 221
Steel
The reinforcement shall be TMT bars conforming to IS: 1786-1985.
If the reinforcing rods/bars have to be stored for a long duration, they shall be coated with
cement wash before stacking and / or be kept under cover or stored as directed by DEC.
Fabricated reinforcement shall be carefully stored to prevent damage, distortion, corrosion
and deterioration.
All reinforcement shall be clean, free from grease, oil, paint, dirt, loose mill scale, loose
rust, dust, bituminous material or any other substances that will destroy or reduce the
bound. All rods shall be thoroughly cleaned before being fabricated. Pitted and defective
rods shall not be used. All bars shall be rigidly held in position before concreting. No
welding of rods to obtain continuity shall be allowed, unless approved by DEC.
Laps
Laps and splices for reinforcement shall be as shown on the drawings. Splices in adjacent
bars shall be staggered and the locations of all splices, except those specified on the
drawings, shall be approved by ENGINEER. The bars shall not be lapped unless the length
required exceeds the maximum available length of bars at site.
Bending
Reinforcing bars supplied bent or in coils, shall be straightened before they are cut to size.
Straightening of bars shall be done in cold and without damaging the bars. This is
considered as a part of reinforcement bending fabrication work and bidder’s rates are
deemed to include this work.
Cover
Clear concrete cover for reinforcement shall be as stated on drawings. The minimum clear
distance between reinforcing bars shall be in accordance with IS 456:2000, or as shown in
drawings.
Tender Document 201601521, MMD, IIT Bombay Sheet 40 of 221
Inspection
Erected and secured reinforcement shall be inspected and approved by DEC prior to
placement of concrete.
Use of vibrators
The exact manner of application and the most suitable machines for the purpose must be
carefully considered and operated by experienced men. Immersion vibrators shall be
inserted vertically at points not more than 450 mm apart and withdrawn when air bubbles
cease to come to the surface. Immersion vibrators shall be withdrawn very slowly. In no
case shall immersion vibrators be used to transport concrete inside the forms. Particular
attention shall be paid to vibration at the top of a lift e.g. in a column or wall.
Penetration of vibrator
The immersion vibrator shall penetrate the layer being placed and also penetrate the layer
below while the under layer is still plastic, to ensure good bond and homogeneity between
the two layers and prevent the formation of cold joints.
External Finishes
Plastering
External surfaces of brick walls shall receive 16 mm thick (1:6) sand faced cement plaster.
Painting
External plastered surface of the foundations shall be painted with cement based paint
(SNOWCEM or equivalent)
List of approved brands of materials for civil work
(Only approved brand of materials as mentioned below shall be used in the work.
Equivalent brands are applicable only in the case non‐availability of the approved brands).
Tender Document 201601521, MMD, IIT Bombay Sheet 41 of 221
S. No. Descriptions Details
1 Portland Cement
BIRLA/ACC/UltraTech/RAMCO/Ambuja/DLF/ or
equivalent Brand With prior approval from Engineer‐
in‐charge.
2 Tor/Mild Steel
SAIL/RINL/ TISCO or any equivalent brand with
TSRI approval with prior approval of Engineer‐in‐
charge.
3 Structural steel SAIL/ TISCO or equivalent brand with prior approval
of Engineer‐in‐charge
4 Roofing sheets Jindal, Tata Blue Scope or equivalent brand with prior
approval of Engineer-in-Charge of DEC
5
Paint:
Water proof
Cement Paint
Synthetic Enamel
Paint
Red‐oxide
‘SNOWCEM’/’SUPERCEM’ or equivalent brand
with prior approval of Engineer‐in‐charge
ICI / ‘ASIAN’/ ‘NEROLAC’ or equivalent brand with
prior approval of Engineer‐in‐charge
‘SHALIMAR’ or equivalent brand with prior approval
of Engineer‐in‐charge
Applicable Codes
The following Indian Standard codes, unless otherwise specified herein, shall be
applicable. In all cases, the latest revision of the codes shall be referred to:
S. No. IS Standards Descriptions
1 IS-1200 Method of Measurement of Building Works
2 IS‐3764 Safety code for excavation work
3 IS-6313 (Part II) Pre-Constructional chemical treatment measures
4 IS 456:2000 Plain and reinforced concrete code of practice
5 IS:1786-1985 High strength deformed steel bars and wires for concrete
reinforcement
6 IS-3764 Code of safety for excavation work
7 IS-1200 Pt.1-
1992 Method of measurement of Earth work
8 IS-4081-1986 Safety code for related drilling operations
Tender Document 201601521, MMD, IIT Bombay Sheet 42 of 221
4.3.2. Construction of Solar Energy Collector
This specification covers the general requirements for supply of materials, fabricated
components, bought out items, assembly of sub components and erection work
Reference Codes
BIS Codes
IS: 800 : 2007 : Code of Practice for general construction in Steel
IS: 802 Part 2 : 1978 :
Code of Practice for use of Structural Steel in Overhead
Transmission Towers-Fabrication, Galvanizing, Inspection
and Packing
IS: 808 : 1989 : Dimensions for Hot Rolled Steel Beam, Column, Channel
and Angle Sections
IS:1161 : 1998 : Specification For Steel Tubes for Structural Purposes.
IS:1363 Part 1 & 3 :
2002 :
Black Hexagonal Headed Bolts, Screws, Nuts & Locknuts
of Product
Grade C- Hexagon Head Bolts (M5-M64)
IS:1367 Part 1 To 3 &
5 To 7 : 2002 : Technical Supply Conditions for Threaded Steel Fasteners
IS:1852 : 1985 : Rolling and Cutting Tolerances for Hot Rolled Steel
Products
IS:2062 : 1999 : Steel For General Structural Purposes- Specification
IS:3757 : 1985 : High Strength Friction Grip Structural Bolts
IS:5369 : 1975 : General Requirements for Plain Washers and Lock
Washers.
IS:6639 : 2005 : Specification for Hexagon Bolts for Steel Structures
IS:7205 : 1974 : Safety Code for Erection of Structural Steel Work
IS:7215 : 1974 : Tolerances for Fabrication of Steel Structures
IS:8500 : 1991 : Weldable structural steel (Medium and High Strength
qualities)
IS:9595 : 1996 : Recommendation for metal arc welding of carbon
manganese steel
IS:12843 : 1989 : Tolerances for Erection of Steel Structures
In case of conflict between the clauses mentioned in this specification and those in the
Indian Standards, this specification shall govern. Any special provision as shown or noted
on the design drawings shall govern over the provisions of this specification.
Tender Document 201601521, MMD, IIT Bombay Sheet 43 of 221
Materials
a. Structural Steel
All structural steel shall be of tested quality. The material of all Indian rolled section
and plates shall conform to IS 2062 Grade - A designation Fe410WA specified therein.
Wherever the material is procured by the bidder, the bidder shall submit to DEC / IITB
the test certificates conforming to the relevant Indian standards of all steel materials
used for fabrication. All structural steel shall be free from blisters, rust, scales, seams,
lamination, cracks, fissures and other surface defects.
Long plates shall be straightened by passing through a mangle or leveling rolls and
structural shapes by the use of mechanical or hydraulic bar/section straightening
machines. Heating and/or forging shall not be resorted to without the prior approval of
the ENGINEER in writing.
Cutting may be carried out by shearing, cropping, sawing and machine flame cutting,
if permitted by the ENGINEER. However, bidder shall adhere to the cutting method
specified in the specification of items in the BOM.
All re‐entrant corners shall be shaped to a radius mentioned in the drawing. Sheared or
cropped edges shall be dressed to a neat workman like finish flame and shall be free
from distortion and burrs. The cutting machine flame cut edges shall be removed.
Carbon steel pipes/tubes for structural purposes shall be as per IS: 4923. In case mild
steel is available according to latest IS: 2062, steel to grade A, B & C will be used as
applicable.
Tender Document 201601521, MMD, IIT Bombay Sheet 44 of 221
b. Bolts and Nuts
Bolts and nuts shall conform to IS: 1363 or IS: 1364: 2002 as applicable and as shown
in the drawing. Unless otherwise specified nuts and bolt heads shall be hexagonal.
Property class of nuts and bolts shall be compatible. The bidder shall submit test
certificates when called for. Wherever shown in the drawing high strength friction grip
bolts (HSFG bolts) and nuts conform to IS: 3757 and IS: 6623: 2004 respectively shall
be used. Nuts shall be of at least the strength grade appropriate to the grade of bolts or
other threaded elements with which they are used.
c. Washers
Plain washers shall be made of mild steel conforming to IS: 5369 unless noted
otherwise. Minimum one washer shall be supplied for each bolt and in case of special
types of bolts more than one washer as required for the purpose shall be supplied.
Helical spring washer conforming to IS: 6755: 1980 shall be provided for bolts carrying
dynamic or fluctuating loads and those in direct tension. Tapered washers conforming
to IS: 5372 & IS: 5374 shall be used for channels & beams respectively. Washers for
high strength friction bolts shall conform to IS: 6649: 1985
d. Welding Consumables
Covered electrodes (for metal arc welding of structural steel) shall conform to IS: 814
& IS: 2062.
Filler rods & wires for gas welding shall conform to IS: 1278: 1972.
Base wire electrodes (in submerged arc welding of structural steel) shall conform to IS:
7280: 1974.
The combination of wire and flux shall comply with the requirements of IS: 3613: 1974.
Filler rods & base electrodes (for gas shield arc welding of structural steel) shall
conform to IS: 6419: 1996
Tender Document 201601521, MMD, IIT Bombay Sheet 45 of 221
Welding consumables & procedures shall be such that the mechanical properties of
deposited weld metal are not less than the respective minimum values for the parent
metal being welded.
e. Receipt & Storing of Materials
Each section shall be marked for identification and each lot shall be accompanied by
manufacturer's test/quality certificate, chemical analysis and mechanical
characteristics.
All sections shall be checked, sorted out and arranged by grade and quality in the store.
Any instruction given by the Engineer-in-Charge of DEC in this respect shall be strictly
followed.
All material shall be free from surface defects such as pitting, cracks, laminations,
twists etc.
Defective material shall not be used and all such rejected material shall be immediately
removed from the store/site. The decision of the Engineer-in-Charge of DEC in this
regard shall be final and binding.
Welding wires and electrodes (packed in their original cartons) shall be stored
separately by quality and lots inside a dry and enclosed room in compliance with IS:
9595 and as per the instructions given by the Engineer-in-Charge of DEC. Electrodes
shall be kept perfectly dry to ensure satisfactory operation and weld metal soundness.
Each lot of electrodes, bolts, nuts etc. shall be accompanied by manufacturer's
quality/test certificates.
All bolts (including nuts & washers) shall be checked, sorted out and arranged
diameter-wise by grade and quality in the store.
Tender Document 201601521, MMD, IIT Bombay Sheet 46 of 221
f. Material Tests
The Bidder shall submit manufacturers' quality certificates for all the materials supplied
by him. In case, quality certificates are not available or are incomplete or when material
quality differs from standard specifications, such materials shall not be used in the
construction. However, the Bidder shall get all appropriate tests conducted in approved
test houses for such materials as directed by the Engineer-in-Charge of DEC, at no extra
cost, and submit the same to Engineer-in-Charge of DEC for his approval.
The Bidder shall ensure that all materials brought to site are duly approved by the
Engineer-in-Charge of DEC. Rejected materials shall not be used and shall be removed
from site forthwith. Any material of doubtful quality for which specific tests are to be
carried out as per the instruction of the Engineer-in-Charge of DEC shall be separately
stacked and properly identified and shall not be used. These shall be removed from site
forthwith.
Fabrication
a. General
Fabrication of structures shall be done strictly as per "Approved for Construction"
fabrication drawings (prepared by the Bidder based on the latest design drawings) and
in accordance with IS: 800, 9595 & other relevant BIS Codes and BIS Hand Book SP:
6(1).
Prior to commencement of structural fabrication, undulations in the fabrication yard, if
any, shall be removed and area leveled and paved by the Bidder.
Any defective material used in the work shall be replaced by the Bidder at his own
expense.
Necessary care and precautions shall be taken so as not to cause any damage to the
structure during any such removal and replacement.
Tender Document 201601521, MMD, IIT Bombay Sheet 47 of 221
Any faulty fabrication pointed out at any stage of work by the Engineer-in- Charge,
shall be made good or replaced by the Bidder at his own cost.
Tolerances for fabrication of steel structures shall be as per IS: 7215.
b. Fabrication Procedure
Fixtures
Suitable fixtures shall be employed by bidder to ensure the accuracy for level, angle
and dimensions specified in the specification sheet. Bidder shall avail the approval from
DEC for fixtures used in the production settings before fabrication.
Client shall provide the fixture design for fabricating the components that comes under
Mirror Support Structure (MSS).
Straightening & Bending
All materials shall be straight and if necessary, before being worked shall be
straightened and/or flattened (unless required to be of curvilinear form) and shall be
free from twists.
Bending of rolled sections and plates shall be done by cold process to shape/s as shown
on drawings.
Clearances
The erection clearance for cleated ends of members shall be not greater than 2mm at
each end. The erection clearance at ends of beams without web cleats and end plates
shall be not more than 3mm at each end but where for practical reasons, greater
clearance is necessary, suitably designed seating approved by the Engineer-in-Charge
of DEC shall be provided.
Tender Document 201601521, MMD, IIT Bombay Sheet 48 of 221
Cutting
Prior to cutting, all members shall be properly marked showing the requisite cut
length/width, connection provisions e.g. location and dimensions of holes, welds, cleats
etc. Marking for cutting shall be done judiciously so as to avoid wastages or
unnecessary joints as far as practicable. Marking shall be done by placing the members
on horizontal supports/pads in order to ensure accuracy. Marking accuracy shall be
limited to + 1mm.
Cutting may be affected by shearing, cropping or sawing. Gas cutting by mechanically
controlled torch shall be permitted for mild steel. Hand flame cutting may be permitted
subject to the approval of the Engineer-in-Charge of DEC.
Except where the material is subsequently joined by welding, no loads shall be
transmitted into metal through a gas cut surface.
Shearing, cropping and gas cutting shall be clean, square, free from any distortion &
burrs, and should the Engineer-in-Charge of DEC find it necessary, the edges shall be
ground afterwards, to make the same straight and uniform at no extra cost to the
CLIENT.
Assembly
The component parts shall be assembled and aligned in such a manner that they are
neither twisted nor otherwise damaged, and shall be so prepared that the required
camber, if any, is provided. Proper clamps, clips, jigs and other fasteners (bolts and
welds) shall be placed in a balanced pattern to avoid any distortion in the members and
to ensure their correct positioning (i.e. angles, axes, nodes etc.). Any force fitting,
pulling/stretching of members to join them shall be avoided. Proper care shall be taken
for welding shrinkage & distortion so as to attain the finished dimensions of the
structure shown on the drawings.
Tender Document 201601521, MMD, IIT Bombay Sheet 49 of 221
Welding
a. General
All joints shall be welded unless noted otherwise on the design drawings.
Welding shall be in accordance with IS: 816, IS: 819: 1957, IS: 1024: 1999, IS:
1261: 1959, IS: 1323: 1982 and IS: 9595 as appropriate.
The Bidder shall make necessary arrangement for providing sufficient number of
welding sets of the required capacity, all consumables, cutting and grinding
equipment with requisite accessories/ auxiliaries, equipment & materials required
for carrying out various tests such as dye penetration, magnetic particle, ultrasonic
etc.
Adequate protection against rain, dust, snow & strong winds shall be provided to
the welding personnel and the structural members during welding operation. In the
absence of such a protection no welding shall be carried out. It shall be the
responsibility of the Bidder to ensure that all welding is carried out in accordance
with the terms of this specification and relevant BIS codes. The Bidder shall provide
all the supervision to fulfill this requirement.
b. Preparation of Member for Welding
Edge Preparation
Edge preparation/beveling of fusion faces for welding shall be done strictly as per the
dimensions shown in the drawings. In case, the same are not indicated, edges shall be
prepared (depending on the type of weld indicated in the drawing) as per the details
given in IS: 9595.
Cleaning
Welding edges and the adjacent areas of the members (extending up to 20mm) shall be
thoroughly cleaned of all oil, grease, scale and rust and made completely dry. Gaps
between the members to be welded shall be kept free from all foreign matter.
Tender Document 201601521, MMD, IIT Bombay Sheet 50 of 221
Preheating
Preheating of members shall be carried out as per IS: 9595 when the base metal
temperature is below the requisite temperature for the welding process being used.
Preheating shall be done in such a manner that the parts, on which the weld metal is
being deposited, are above the specified minimum temperature for a distance of not less
than 75mm on each side of the weld line. The temperature shall be measured on the
face opposite to that being heated. However, when there is access to only one face, the
heat source shall be removed to allow for temperature equalization (1 minute for each
25mm of plate thickness) before measuring the temperature.
Grinding
Column splices & butt joints of struts and compression members (depending on
contact for load transmission) shall be accurately ground and close-butted over
the whole section with a tolerance not exceeding 0.2 mm locally at any place.
In column caps & bases the ends of shafts together with the attached gussets,
angles, channels etc., shall be accurately ground so that the parts connected butt
over minimum 90% surface of contact. In case of connecting angles or channels,
care shall be taken so that these are fixed with such accuracy that they are not
reduced in thickness by grinding by more than 2 mm.
Ends of all bearing stiffeners shall be ground to fit tightly at both top and bottom.
Similarly bottom of the knife edge supports along with the top surface of column
brackets shall be accurately ground to provide effective bearing with a tolerance
not exceeding 0.2 mm locally at any place.
Slab bases and caps shall be accurately ground over the bearing surfaces and
shall have effective contact with the ends of stanchions. Bearing faces which
are to be grouted direct to foundations need not be ground if such faces are true
& parallel to the upper faces.
Tender Document 201601521, MMD, IIT Bombay Sheet 51 of 221
c. Welding Processes
Welding of various materials under this specification shall be carried out using Gas
Metal Arc Welding Process (GMAW) preferably MIG.
The welding procedure adopted and consumables used shall be specifically approved
by the Engineer-in-Charge of DEC. A combination of different welding processes or a
combination of electrodes of different classes/makes may be employed for a particular
joint only after qualifying the welding procedures to be adopted and obtaining the
written approval of the Engineer-in-Charge of DEC. Welding procedure shall cover the
following:
Type and size of electrodes
Position of welding
Current and arc voltage
Preparation of the parts
Welding sequence
d. Approval & Testing of Welders
The welders shall have satisfied the relevant requirements of IS: 7318 and 1S: 7310.
e. Inspection & Testing of Welds
The method of inspection shall be according to IS: 822: 1970 and extent of inspection
and testing shall be in accordance with the relevant applicable standard.
Visual Inspection
All finished welds (i.e. 100 %) shall be visually inspected for identification of
the following types of weld defects & faults.
Weld defects occurring at the surface such as blow holes, exposed porosity,
unfused welds etc.
Surface cracks in the weld metal or in the parent metal adjacent to it.
Damages to the parent metal such as undercuts, burning, overheating etc.
Profile defects such as excessive convexity or concavity, overlapping, unequal
Tender Document 201601521, MMD, IIT Bombay Sheet 52 of 221
leg lengths, excessive reinforcement, incompletely filled grooves, excessive
penetration beads, root grooves etc.
Distortion due to welding i.e., local shrinkage, camber, bowing, twisting,
rotation, wariness etc.
Linear eccentric, angular and rotational misalignment of parts.
Dimensional errors.
Dye Penetration Examination
The examination shall be done at random as directed by the Engineer-in- Charge.
Whenever such tests are directed, the tests shall be carried out on joints chosen by
him. The tests shall be carried out by employing approved testing procedure in
accordance with IS: 822.
f. Repair of Faulty Welds
No repair of defective welds shall be carried out without proper permission of the
Engineer-in-Charge of DEC and his approval for the corrective procedure.
Welds not complying with the acceptance requirements (as specified by BIS Codes as
revealed during inspection & testing of welds or erection or in-situ condition shall be
corrected either by removing & replacing or as follows:
a) Excessive
convexity Reduced to size by removal of excess weld metal.
b)
Shrinkage
cracks, cracks in
parent plates and
craters
Defective portions removed down to sound metal
and re-welded
c) Under cutting Additional weld metal deposited
d)
Improperly
fitted/ misaligned
parts
Welding cut & edges suitably prepared and parts.
e)
Members
distorted by heat
of welding
Member straightened by mechanical means or
careful application of limited amount of heat.
Temperature of such area shall be less than 650
degree Centigrade (dull red heat)
Tender Document 201601521, MMD, IIT Bombay Sheet 53 of 221
In removing defective parts of a weld, gouging, chipping, oxygen cutting or grinding
shall not extend into the parent metal to any substantial amount beyond the depth of
weld penetration, unless cracks or other defects exist in the parent metal. The weld or
parent metal shall not be undercut in chipping, grinding, gouging or oxygen cutting.
Marking for Identification
Each component shall be distinctly marked (with paint) before delivery in accordance
with the marking diagrams and shall bear such other marks as will facilitate erection.
For small members which are delivered in bundles or crates, the required marking shall
be done on small metal tags securely tied to the bundle.
Inspection & Testing of Structures
The Engineer-in-Charge of DEC (or his authorized representative) shall have free
access at all times to those parts of the Bidder's works which are concerned with the
fabrication of the steel work and shall be provided with all reasonable facilities for
satisfying himself that the fabrication is being undertaken in accordance with the
provisions of these specifications & other relevant BIS Codes.
Should any structure or part of a structure be found not to comply with any of the
provisions of this specification (or relevant BIS Codes as referred to), it shall be liable
to rejection. No structure or part of the structure, once rejected shall be resubmitted for
inspection, exception cases where the Engineer-in-Charge of DEC or his authorized
representative considers the defect as rectifiable.
Defects which may appear during/after fabrication/ erection shall be made good only
with the consent of the Engineer-in-Charge of DEC and procedure laid down by him.
All necessary gauges and templates shall be supplied free to the Engineer-in- Charge
by the Bidder whenever asked for during inspection. The Engineer-in- Charge may at
his discretion, check the test results obtained at the Bidder's works by independent tests
at a test house, and the cost of such tests shall be borne by the Bidder.
Tender Document 201601521, MMD, IIT Bombay Sheet 54 of 221
Packing
All items shall be suitably packed in case these are to be dispatched from the fabrication
shop to the actual site of erection so as to protect them from any damage/distortion or
falling during transit. Wherever necessary, slender projecting parts shall be temporarily
braced to avoid warping during transportation.
Small parts such as gussets, cleats etc., shall be securely wired on to their respective
main members.
Bolts, nuts washers etc. shall be packed in crates.
Transportation
Loading and transportation shall be done in compliance with transportation rules.
Site (Field) Erection
a. Plant & Equipment
The suitability and capacity of all plant and equipment used shall be to the complete
satisfaction of the Engineer-in-Charge of DEC.
b. Storing & Handling
All steel work shall be so stored and handled at site so that the members are not
subjected to excess stresses and any damage.
c. Setting Out
One set of reference axes and one bench mark level shall be furnished to the Bidder.
These shall be used for setting out of structures.
The Bidder shall assume complete responsibility for correct setting out of all steel work,
erecting it correctly as per alignment / levels shown in the drawings and plumb
(verticality) of vertical members.
Tender Document 201601521, MMD, IIT Bombay Sheet 55 of 221
d. Safety & Security during Erection
The bidder shall comply with IS: 7205 for necessary safety and adhere to safe erection
practices and guard against hazardous as well as unsafe working conditions during all
stages of erection.
Proper access, platform and safety arrangement shall be provided for working and
inspection, (at no extra cost to the CLIENT) whenever required.
List of recommended makes/manufacturers for steel and mechanical
The makes and manufactures shall be preferably from the following list. In case some
of the items not available in the market or some of the particular products are not
producing by the following manufacturer or in case of change in trade name etc.
equivalent makes or re‐designated product shall be used conforming to the specific IS
codes with the prior approval of CLIENT / consultant.
In case of some items not covered in this list like fasteners, fixtures etc. may be procured
form the market conforming to IS codes with test certificates and prior approval from
the CLIENT/ Consultant.
S. No. Item Manufacturer
1 Structural Steel SAIL, RINL, Tata Steel, Jindal, Essar or as
approved by DEC / IITB
2 Electrodes
Ador (Advani Oerlikon), D&H, ESAB or equivalent
approved Manufacturers As Approved by DEC /
IITB
3 Paint
Berger, Shalimar, Akzonobel, Sigma Coating, Asian
Paints, Grand Poly Coat or as approved by DEC /
IITB
Tender Document 201601521, MMD, IIT Bombay Sheet 56 of 221
4.3.3. Steam Drum, TES Equipment, Structures and Piping
Applicable Standards and Codes
IBR - 1950 : Indian Boiler Regulations
American Society of Mechanical Engineers (ASME)
ASME Section I Rules for Construction of Power Boilers
ASME Section II : Materials
ASME B 31.1 : Power Piping
ASME B 16.5 : Piping Flanges and Flanged Fittings
ASME B 16.9 : Factory-Made Wrought Steel butt welding Fittings
ASME B 16.11 : Forged Fittings, Socket-Welding and Threaded
ASME B 16.34 : Valves-Flanged, Threaded and Welding End
ASME B 36.10 : Welded and Seamless Wrought Steel Pipe
ASME, Sec. IX : Qualification standard for welding and Brazing Procedures,
welders, Brazes and welding and brazing
Bureau of Indian Standards (BIS)
IS: 800 : 2007 : Code of Practice for general construction in Steel
IS: 802 Part 2 : 1978 :
Code of Practice for use of Structural Steel in Overhead
Transmission Towers-Fabrication, Galvanizing, Inspection
and Packing
IS: 808 : 1989 : Dimensions for Hot Rolled Steel Beam, Column, Channel
and Angle Sections
IS:1161 : 1998 : Specification For Steel Tubes for Structural Purposes.
IS:1363 Part 1 & 3 :
2002 :
Black Hexagonal Headed Bolts, Screws, Nuts & Locknuts of
Product Grade C- Hexagon Head Bolts (M5-M64)
Tender Document 201601521, MMD, IIT Bombay Sheet 57 of 221
IS:1367 Part 1 to 3 &
5 To 7 : 2002 : Technical Supply Conditions for Threaded Steel Fasteners
IS:1852 : 1985 : Rolling and Cutting Tolerances for Hot Rolled Steel
Products
IS:2062 : 1999 : Steel For General Structural Purposes- Specification
IS:3757 : 1985 : High Strength Friction Grip Structural Bolts
IS:5369 : 1975 : General Requirements for Plain Washers and Lock Washers.
IS:6639 : 2005 : Specification for Hexagon Bolts for Steel Structures
IS:7205 : 1974 : Safety Code for Erection of Structural Steel Work
IS:7215 : 1974 : Tolerances for Fabrication Of Steel Structures
IS:8500 : 1991 : Weldable structural steel (Medium and High Strength
qualities)
IS:9595 : 1996 : Recommendation for metal arc welding of carbon
manganese steel
IS:12843 : 1989 : Tolerances for Erection of Steel Structures
Where codes and standards listed in above table do not cover the requirements of design,
only in those cases the bidder may refer to other international standards of design, however
such references should be made only with the approval of the Engineer-in-Charge of DEC.
Design
a. The bidder shall inform the Engineer-in-Charge of DEC / IITB if any deviation in
design and fabrication drawings and any alternative details proposed by him for
approval of the Engineer-in-Charge of DEC / IITB.
b. Use of any alternative details shall be subject to approval of the Engineer-in-Charge of
DEC. However, no extra payment will be entertained on account of this except as
specified in schedule of quantities.
c. The bidder will be required to carry out fabrication drawings and any detailed ‘shop
drawings’, get these approved from of DEC, and then carry out the fabrication work
based on approved drawings.
Tender Document 201601521, MMD, IIT Bombay Sheet 58 of 221
Drawings
a. In case of variations in ‘Drawings’ and ‘Specifications’, the decision of the Engineer-
in-Charge of DEC shall be final and binding. Should the Bidder during the execution
of his work, find discrepancies in the information furnished to him, he shall refer such
discrepancies to the Engineer-in-Charge of DEC before proceeding with such work.
b. Before submitting of shop drawings to the IBR approval and shop production, these
shall be checked by the bidders own Engineer.
c. Fabrication work for the pressure parts component shall not be started without IBR
approved fabrication drawings.
d. Fabrication work to be done by latest revision in the fabrication drawing.
Documents
The Bidder shall submit the following to the Engineer-in-Charge of DEC:-
a. All necessary certificate’s and licenses, permits and clearances required to carry out
this work from the respective statutory/local authorities are to be arranged by the bidder
as below:
i. Form II - Inspecting Authority's Certificate of Inspection during Construction
(Regulation 4(c) (i))
ii. Form III - Constructor's Certificate of Manufacture and Test (Regulation 4(c)
(iii))
iii. Form III-A - Certificate of Manufacture and Test for Steam Pipes (Regulation
4(e))
iv. Form III-C - Certificate of Manufacture and Test of Boiler mounting and
Fittings (Regulation 269)
v. Form III-D - Certificate of Manufacture and Test (Regulation 4(c))
vi. Form IV-A - Certificate of Manufacture and Results of Tests In lieu of Form IV
(Regulation 4(c) (iv))
b. The pressure parts component’s manufacturing / erection as per relevant provisions of
latest Indian boiler regulations and amendments/addenda thereof, if any.
Tender Document 201601521, MMD, IIT Bombay Sheet 59 of 221
c. Prior to the technical submittals, the bidder shall submit detailed baseline program and
methodology indicating the proposed overall schedule for documentation such as
calculations, shop / working drawings, plan/procedures and records. Submission of
samples, process of fabrication / delivery to site storage yard for the approval of the
Engineer-in-Charge of DEC / IITB.
d. Manufacturer’s mill test reports in respect of plate, tube, pipe, pipe fittings, steel
materials, bolts, nuts and electrodes, wires as may be applicable.
e. The total number of experienced personnel of each category, like fitters, welders,
riggers etc., which he intends to deploy on the project.
f. The bidder shall submit daily, weekly and monthly progress reports, manpower reports,
material reports, and other reports considered necessary by the Engineer-in-Charge of
DEC / IITB.
g. The manpower reports shall clearly indicate the manpower deployed category / wise
daily, specifying also the activities in which they are engaged.
h. Results of any tests, as and when conducted and as required by the Engineer-in-Charge
of DEC.
i. A detailed list of all constructional Plant & Equipment, such as cranes, derricks,
winches, welding sets etc. their makes, model, present condition and location, available
to the bidder and the ones he will employ on the job to maintain the progress of work
in accordance with the contract.
Materials
a. Structural Steel
i. All structural steel shall be of tested quality. The material of all Indian rolled section
and plates shall conform to IS 2062 Grade - A designation Fe410WA specified
therein.
ii. Wherever the material is procured by the bidder, the bidder shall submit the
test certificates conforming to the relevant Indian standards of all steel
materials used for fabrication. All structural steel shall be free from blisters, rust,
scales, seams, lamination, cracks, fissures and other surface defects.
iii. Carbon steel pipes/tubes for structural purposes shall be as per IS: 4923. In case
Tender Document 201601521, MMD, IIT Bombay Sheet 60 of 221
mild steel is available according to latest IS: 2062, steel to grade A, B & C will be
used as applicable.
iv. Long plates shall be straightened by passing through a mangle or leveling rolls and
structural shapes by the use of mechanical or hydraulic bar/section straightening
machines. Heating and/or forging shall not be resorted to without the prior approval
of the Engineer-in-Charge of DEC.
v. Bolts and nuts shall conform to IS: 1363 or IS: 1364: 2002 as applicable and as
shown in the drawing. Unless otherwise specified nuts and bolt heads shall be
hexagonal. Property class of nuts and bolts shall be compatible.
vi. Plain washers shall be made of mild steel conforming to IS: 5369 unless noted
otherwise. Minimum one washer shall be supplied for each bolt and in case of
special types of bolts more than one washer as required for the purpose shall be
supplied.
vii. Covered electrodes (for metal arc welding of structural steel) shall conform to IS:
814 & IS: 2062.
viii. Filler rods and wires for gas welding shall conform to IS: 1278: 1972
ix. Base wire electrodes (in submerged arc welding of structural steel) shall conform
to IS: 7280: 1974
x. The combination of wire and flux shall comply with the requirements of IS: 3613:
1974
xi. Filler rods & base electrodes (for gas shield arc welding of structural steel) shall
conform to IS:6419: 1996
xii. Welding consumables & procedures shall be such that the mechanical properties of
deposited weld metal are not less than the respective minimum values for the parent
metal being welded.
xiii. The Engineer-in-Charge of DEC may direct that substitution be made, when he
considers such substitution is necessary.
b. Steam Drum, TES Equipment and Piping
i. All materials shall conform to the latest editions of IBR, American National
Standard code for Pressure vessel codes, Power Piping, Process Piping, ANSI
B31.1, ANSI B16.11 and other applicable ASME, ANSI and state standards.
ii. All pressure parts materials shall conform to the IBR approved materials.
Tender Document 201601521, MMD, IIT Bombay Sheet 61 of 221
iii. All pipes and tubes shall be of seamless type conforming to ANSI B36.10 for
Schedule numbers, size and dimensions etc.
iv. All pressure parts materials specification shall be stenciled and stacked properly.
v. All the flanges shall be SA 105 and shall conform to ANSI B16.5.
vi. Spiral Wound Gaskets shall conform to ASME B16.20
vii. Bolt, nut and washer materials shall conform to ASME/ASTM
viii. All pipe fittings shall be forged steel and shall conform to ANSI B16.11.
ix. Rating of piping/fittings/valves etc. Is subjected to the final design pressure &
temperature during the detailed engineering.
x. Materials listed above shall be considered as minimum qualities for materials. An
equivalent or superior quality may be substituted. No substitution shall be made
without the written consent of Engineer-in-Charge of DEC. All materials shall be
new, first quality and of the type and grade specified.
Fabrication
a. Fabrication procedure for Structural Steel
i. General
Fabrication of structures shall be done strictly as per Approved fabrication
drawings and in accordance with IS: 800, 9595 & other relevant BIS Codes and
BIS Hand Book SP: 6(1).
Fabrication of structures shall be done as per approved QAP by the Engineer-in-
Charge of DEC.
Prior to commencement of structural fabrication, undulations in the fabrication
yard, if any, shall be removed and area leveled and paved by the Bidder.
Any defective material used in the work shall be replaced by the Bidder at his
own expense.
Necessary care and precautions shall be taken so as not to cause any damage to
the structure during any such removal and replacement.
Any faulty fabrication pointed out at any stage of work by the Engineer-in-
Charge, shall be made good or replaced by the Bidder at his own cost.
Tolerances for fabrication of steel structures shall be as per IS: 7215.
Tender Document 201601521, MMD, IIT Bombay Sheet 62 of 221
ii. Fixtures
Suitable fixtures shall be employed by bidder to ensure the accuracy for level, angle
and dimensions specified in the specification sheet. Bidder shall avail the approval from
DEC for fixtures used in the production settings before fabrication.
iii. Straightening & Bending
All materials shall be straight and if necessary, before being worked shall be
straightened and/or flattened (unless required to be of curvilinear form) and shall be
free from twists. Bending of rolled sections and plates shall be done by cold process to
shape/s as shown on drawings.
iv. Clearances
The erection clearance for cleated ends of members shall be not greater than 2mm at
each end. The erection clearance at ends of beams without web cleats and end plates
shall be not more than 3mm at each end but where for practical reasons, greater
clearance is necessary, suitably designed seating approved by the Engineer-in-Charge
of DEC shall be provided.
v. Cutting
Prior to cutting, all members shall be properly marked showing the requisite cut
length/width, connection provisions e.g. location and dimensions of holes, welds, cleats
etc. Marking for cutting shall be done judiciously so as to avoid wastages or
unnecessary joints as far as practicable. Marking shall be done by placing the members
on horizontal supports/pads in order to ensure accuracy. Marking accuracy shall be
limited to + 1mm.
Cutting may be affected by shearing, cropping or sawing. Gas cutting by mechanically
controlled torch shall be permitted for mild steel. Hand flame cutting may be permitted
subject to the approval of the Engineer-in-Charge of DEC.
Except where the material is subsequently joined by welding, no loads shall be
Tender Document 201601521, MMD, IIT Bombay Sheet 63 of 221
transmitted into metal through a gas cut surface.
Shearing, cropping and gas cutting shall be clean, square, free from any distortion &
burrs, and should the Engineer-in-Charge of DEC find it necessary, the edges shall be
ground afterwards, to make the same straight and uniform at no extra cost to the
CLIENT.
b. Fabrication procedure for Steam Drum, TES equipment and Piping
i. General
Fabrication of pressure part component shall be done strictly as per IBR
Approved fabrication drawings and in accordance with IBR - 1950 Indian Boiler
Regulations and other relevant pressure vessel codes.
Fabrication of pressure part and Non pressure part component (steam drum,
Accumulator, Phase Change Material (PCM) module and piping) shall be done
as per approved QAP by the Engineer-in-Charge of DEC.
All fabrication work involving material identification, marking, cutting, rolling
and welding shall be done accordance with this job procedure.
The bidder shall prepare new edges or recondition the edges by grinding or
chamfering to match the corresponding tubes and pipes. No gas cutting will be
permitted.
Installation & protection during fabrication of the components shall be in
accordance with the manufacturer’s installation instructions.
Any defective material used in the work shall be replaced by the Bidder at his
own expense.
Necessary care and precautions shall be taken so as not to cause any damage to
the equipments during any such removal and replacement.
Any faulty fabrication pointed out at any stage of work by the Engineer-in-
Charge, shall be made good or replaced by the Bidder at his own cost.
Tender Document 201601521, MMD, IIT Bombay Sheet 64 of 221
ii. Fixtures:
Jig and fixtures shall be used to align the shell plates. To avoid shrinkage first complete
all the welds and then remove the fixtures.
Fixture shall be taken care during welding to avoid the peaking and the roundness
distortion of the shell plates.
Suitable fixtures shall be used in the production settings before fabrication.
iii. Straightening & Bending:
All materials shall be straight and if necessary, before being worked shall be
straightened and/or flattened (unless required to be of curvilinear form) and shall be
free from twists.
Bending of rolled sections and plates shall be done by cold process to shape/s as shown
on drawings.
iv. Cutting:
All material shall be cut to size and shape prefer ably by thermal cutting or machining.
However, for plates less than 25 mm thick, it is permissible to use cold shearing
provided that the cut edges are dressed back mechanically by not less than 1.5 mm to
provide a suitable surface to permit a satisfactory examination of the edges prior to
welding.
It is permissible for plates less than 10 mm thick, which are cold, sheared, not to be
dressed where the cut edges are to be subsequently welded.
Where preheat is specified for welding the type of material being cut by a thermal
process, it may also be necessary to preheat during cutting.
Pipe material damaged in the process of cutting to size and preparation of edges shall
be removed by machining, grinding or chipping back to undamaged metal.
Tender Document 201601521, MMD, IIT Bombay Sheet 65 of 221
Prior to cutting, all members shall be properly marked showing the requisite cut
length/width, connection provisions e.g. location and dimensions of holes, welds, cleats
etc. Marking for cutting shall be done judiciously so as to avoid wastages or
unnecessary joints as far as practicable. Marking shall be done by placing the members
on horizontal supports/pads in order to ensure accuracy. Marking accuracy shall be
limited to + 1mm.
Cutting may be affected by shearing, cropping or sawing. Gas cutting by mechanically
controlled torch shall be permitted for mild steel. Hand flame cutting may be permitted
subject to the approval of the Engineer-in-Charge of DEC.
Except where the material is subsequently joined by welding, no loads shall be
transmitted into metal through a gas cut surface.
Shearing, cropping and gas cutting shall be clean, square, free from any distortion &
burrs, and should the Engineer-in-Charge of DEC find it necessary, the edges shall be
ground afterwards, to make the same straight and uniform at no extra cost to the
CLIENT.
v. Forming of shell sections and plates:
Prior to forming, a visual examination of all plates shall be carried out, followed by
measurement of the thickness. As far as practicable, all hot and cold forming shall be
done by machine; local heating or hammering shall not be used.
Heavy scale remaining after any hot forming operation shall be removed by a suitable
de-scaling process which will not impair the quality of the material or have an adverse
effect on the corrosion resistance of the exposed surfaces.
It is permissible to butt weld plates together prior to forming provided that the joint is
non-destructively tested after forming by a method agreed between the Company and
manufacturer.
Since welds in items subjected to hot forming temperatures, or normalized, will
generally suffer significant strength education, the manufacturer shall ensure that the
filler metal used will satisfy the weld joint design requirements after such heat
Tender Document 201601521, MMD, IIT Bombay Sheet 66 of 221
treatment.
Shell plates shall be formed to the correct contour to ensure compliance with tolerances
specified in the applicable code.
Where practicable, head plates and ends shall be made from one plate. Dishing and
peripheral flanging of end plates shall be done by machine, flanging preferably being
done in one operation. Sectional flanging is permitted provided that it is agreed between
the company and the manufacturer. The flanges shall be cylindrical, of good surface
and free from irregularities.
vi. Welding
Welding of steel plates and other structures and accessories shall be carried out in
accordance with approved procedures by qualified welders/ welding operators.
Welding Responsibility
The bidder is responsible for the welding done by welders employed by him. Tests
required qualifying welding procedure and to qualify the welders and if, necessary
qualification of welders and welding operators shall be conducted with the approval of
the Engineer-in-Charge of DEC.
Welding Qualifications
o Qualifications Requirements
Qualification for welding procedures and welders shall be in accordance with
the requirements of IBR and ASME Code Section IX.
o Procedure Qualification by Others
Engineer-in-Charge of DEC is responsible for acceptance of any welding
procedure that will be used. Welding procedure qualified by others may be used,
subject to the specific approval of the Engineer-in-Charge of DEC / Inspector
Tender Document 201601521, MMD, IIT Bombay Sheet 67 of 221
provided that the following conditions are met.
The proposed welding procedure specification (WPS) has been
prepared, qualified and executed by a responsible, recognized
organization with expertise in the field of welding and the bidder has not
made any change in the welding procedure.
Impact testing is not required
The materials to be welded are in the thickness range between 5mm to
40mm. Post weld heat treatment is not required.
The design pressure is atmospheric and the design temperature is in the
range -4 °C to 50°C
The welding process in SMAW or GTAW or a combination thereof.
The electrodes for the SMAW process shall be E 60 and E 70
classification series (E 6010, E 6013, E 7018) in AWS A 5.1.
The bidder accepts written responsibility for both i.e. the welding
procedure specifications (WPS) and the procedure qualification record
(PQR).
The bidder has at least currently employed welder or welding operator,
who has met with the following requirements:
While in employment, the welder has to satisfactorily pass a
performance qualification test using the procedure and the P-
Number material specified in the WPS.
The performance bend test, required by ASME section IX QW-
302, shall be used for this purpose.
Qualification by radiography is acceptable.
o Performance Qualification of Welders
Site-in-charge may accept a performance qualification made by certified
agencies with the specific approval of the Engineer-in-Charge of DEC.
Tender Document 201601521, MMD, IIT Bombay Sheet 68 of 221
The bidder shall obtain a copy from the certified agencies of the
performance qualification test record and submit the same to Engineer-
in-Charge of DEC with specific recommendation and approval of
Inspector with the following details.
The name of the agency
The name of the welder or welding operator
The procedure identification
The date of successful qualification
The data regarding individuals last work on tank fabrication
o Qualification Records
The bidder shall maintain a self-certified record, available to the Engineer-in-
Charge of DEC and the Inspector. The records will have the following details:
The procedures used.
The welders and welding operators employed, showing the date and
results of procedure and performance qualifications.
The identification symbol assigned to each welder and welding operator.
Preparation for Welding
o Cleaning
Internal and external surfaces to be thermally cut or welded materials shall be
cleaned. They shall be free from paint, oil, rust, scale and other material that
would be detrimental to either the weld or the base metal when heat is applied.
o Edge Preparation
Edge preparations are acceptable only if the surface is reasonably smooth and
true and slag from oxygen or arc cutting is cleaned from thermally cut surfaces.
Discoloration remaining on a thermally cut surface is not considered detrimental
oxidation.
Tender Document 201601521, MMD, IIT Bombay Sheet 69 of 221
Edge preparation/beveling of fusion faces for welding shall be done strictly as
per the dimensions shown in the drawings. In case, the same are not indicated,
edges shall be prepared (depending on the type of weld indicated in the drawing)
as per the details given in as per welding standards or as specified which meets
the WPS is acceptable.
o Alignment
Circumferential welds: Inside surface of steel plate ends to be joined shall be
aligned within the dimensional limits in the WPS and the engineering design.
If the external surfaces of the steel plates are not aligned, the weld shall be
tapered between them.
o Pre-heating
The manufacturer shall state the proposed preheat temperature to avoid hard
zone cracking in the heat affected zone, for each type of weld including those
for all attachments and tack welds. No welding shall be carried out when the
temperature of the parent metal within 200 mm of the joint is less than 5°C.
Austenitic steels do not require preheat for welding.
Where preheat is specified welding shall continue without interruption. If,
however, continuity is affected, preheat shall be maintained or the joint shall be
slowly cooled under an insulation blanket. Before recommencing welding
preheat shall be applied.
The preheat area shall be at least 200 mm wide, where possible, centered about
the weld and shall extend around the entire circumference.
Welding procedure
The welding procedure adopted and consumables used shall be specifically approved
by the Engineer-in-Charge of DEC. A combination of different welding processes or a
combination of electrodes of different classes/makes may be employed for a particular
joint only after qualifying the welding procedures to be adopted and obtaining the
Tender Document 201601521, MMD, IIT Bombay Sheet 70 of 221
written approval of the Engineer-in-Charge of DEC. Welding procedure shall cover the
following:
o Type and size of electrodes
o Position of welding
o Current and arc voltage
o Preparation of the parts
o Welding sequence
Post-Weld Heat Treatment (PWHT)
Welded vessels shall be stress relieved if required by the ASME Code and with
regards to the following:
o Vessels subject to stress corrosion
o Vessels with unusual configurations
o Vessels in which high stresses may develop in the welds because of restraint
Where post-weld heat treatment is required because of process or service condition,
the temperature range and the holding time shall be as specified by the Company.
vii. Tolerances
General
As a general rule, the limits of dimensional acceptability will be defined by the
tolerances specified in this Standard.
For vessels fabricated from pipe, the diameter and out-of roundness tolerances shall
be in accordance with relevant IBR and ASME Code specification
Shell tolerances
Tolerances for vessels under external pressure shall be as specified in IBR and
ASME Code Section VIII, Division I.
Tender Document 201601521, MMD, IIT Bombay Sheet 71 of 221
Tolerances for vessels subject to internal pressure shall be as follow:
o Tolerances for inside nominal shell diameter as measured by external strapping
shall be as shown in the following table:
Nominal I.D. mm < 1200 > 1200 TO
2100
> 2100 TO
4800 > 4800
Tolerance in mm 3 5 6 8
o Circularity (out-of-roundness)
The difference between the maximum and minimum internal diameters shall be
in accordance with the following table:
Nominal Internal Diameter of
vessel mm
Difference between maximum and
minimum Internal Diameters
To 800 incl. 0.8% of nominal internal diameter
Over 800 to 3000 0.5% of nominal internal diameter
Over 3000 to 5000 20 mm or 0.5% of nominal internal
diameter, whichever is the smaller
Over 5000 25 mm or 0.4% of nominal internal
diameter, whichever is the smaller
Straightness
The maximum deviation measured at the outside surface of the cylindrical parent
plate from a straight line parallel to the vessel axis shall not exceed 1 mm per 1000
mm shell length, with a maximum of 25 mm.
Length
Tolerance on overall length measured between the tangent lines shall be in
accordance with the following table:
Tender Document 201601521, MMD, IIT Bombay Sheet 72 of 221
Length mm Tolerance mm
To 1000 incl. ± 2.0
Over 1000 to 4000 ± 4.0
Over 4000 to 10000 ± 8.0
Over 10000 ± 13.0
Note: Tangent lines to be punch-marked on the dished heads, both externally and
internally at the intersection of knuckle with the cylindrical section.
Tolerance for formed heads
Tolerances for formed heads shall be as specified in the ASME, Section VIII,
Division I.
Nozzles in Shells and Dish Ends (except for nozzles for level instruments):
o Position - Measured from tangent line, ±6 mm.
o Projection - For nozzles on shell measured from shell curvature, and for nozzles
on dish end measured from tangent line, ±6 mm.
o Alignment - Of nozzle flange face with the indicated plane, maximum ½ degree
in any direction.
o Radial orientation - Measured from reference center line to center line of
nozzle, ±1 degree with a maximum circumferential tolerance of 15 mm.
o Bolt hole orientation - Maximum rotation 1.5 mm measured at bolt circle.
o Note: Bolt holes to straddle center lines, if not indicated otherwise.
o Deviation of nozzle center line in head - Not to exceed 3 mm.
o Note: Nozzles and supports for stacked heat exchangers shall be checked for
correct alignment during fabrication-due allowance being made for the gaskets
specified.
Nozzles for Level Instruments:
o Distance - Measured from center to center ±1.5 mm.
Tender Document 201601521, MMD, IIT Bombay Sheet 73 of 221
o Projection difference - For each pair of flanges, measured from shell curvature
1.0 mm.
o Alignment - Of Nozzle flange face with the indicated plane maximum ¼ degree
in any direction.
Manholes:
o Position - Measured from bottom tangent line ±12 mm.
o Height - Measured from shell curvature ±12 mm.
o Alignment - Of flange face maximum l degree in any direction.
Vessel Supports:
o Support height
Distance from lower tangent line to base or support mm Tolerance mm
To 1000 incl. ± 2.0
Over 1000 to 4000 ± 4.0
Over 4000 to 10000 ± 8.0
o Base ring or support out of levelness - 0.2% of nominal diameter with a
maximum of 12 mm.
o Foundation bolt pitch circle - ±3 mm, for ID of vessel < 2100 mm; ±6 mm, for
ID of vessel ≥ 2100 mm.
o Distance between legs (horizontal vessel) - Max. ±3 mm.
o Height of leg (horizontal vessel) - Max. ±5 mm.
c. Assembly
The component parts shall be assembled and aligned in such a manner that they are
neither twisted nor otherwise damaged, and shall be so prepared that the required
camber, if any, is provided. Proper clamps, clips, jigs and other fasteners (bolts and
welds) shall be placed in a balanced pattern to avoid any distortion in the members and
to ensure their correct positioning (i.e. angles, axes, nodes etc.). Any force fitting,
Tender Document 201601521, MMD, IIT Bombay Sheet 74 of 221
pulling/stretching of members to join them shall be avoided. Proper care shall be taken
for welding shrinkage & distortion so as to attain the finished dimensions of the
structure shown on the drawings.
d. Inspection and Testing
General
The term inspector, as used in this Standard, refers to the inspector assigned by the
company.
Manufacturer’s data reports shall be made available to the inspector at the time of
inspection.
When the code symbol stamping is not required to the vessels, the items of
inspection and testing which are designated to be performed by the manufacturer in
the code are considered as the same as the case of the code symbol stamping.
An inspection and testing plan shall be prepared in accordance with the test
descriptions described in this specification.
The fabricator shall notify the company representative at least 10 working days
prior to the start of fabrication and to the scheduled time of each test to be
conducted.
The responsibility for inspection of the vessel in accordance with the IBR and
ASME code rests with the fabricator. The company representative will inspect the
vessels at any time during fabrication to ensure that the vessel materials and
workmanship are in accordance with this specification and the IBR and ASME
code.
Tender Document 201601521, MMD, IIT Bombay Sheet 75 of 221
All reinforcing pads or each segment thereof shall be air tested to 345 kPa (50 psig)
prior to post weld heat treating and/or hydrostatic testing. All welds shall be
inspected inside and outside during the test. Test holes shall be open during the
hydrostatic test and plugged with a non-hardening sealant or heavy grease after the
hydrostatic test.
All covers, gaskets, bolting, apparatus and tools for inspection and testing shall be
prepared by the manufacturer.
Material Inspection
The material inspection shall be conducted to confirm the material certificates or
mill test reports of pressure retaining parts.
Where hydrogen or wet H2S service is specified, all plate materials to be used for
pressure retaining portion shall be subjected to an ultrasonic examination. The
method and acceptance criteria of ultrasonic examination for the plates material to
be used for the vessels shall be in accordance with ASTM Standard Specification
A 578, acceptance "level 1".
Heat Treated Materials
Specimens for testing shall be prepared from actual vessel material which has been
subjected to an equivalent total thermal treatment as the vessel material in the final
fabricated condition.
Welding Inspection
o Visual Inspection
All finished welds (i.e. 100 %) shall be visually inspected for identification
of the following types of weld defects & faults.
Weld defects occurring at the surface such as blow holes, exposed porosity,
un-fused welds etc.
Surface cracks in the weld metal or in the parent metal adjacent to it.
Damages to the parent metal such as undercuts, burning, overheating etc.
Tender Document 201601521, MMD, IIT Bombay Sheet 76 of 221
Profile defects such as excessive convexity or concavity, overlapping,
unequal leg lengths, excessive reinforcement, incompletely filled grooves,
excessive penetration beads, root grooves etc.
Distortion due to welding i.e., local shrinkage, camber, bowing, twisting,
rotation, wariness etc.
Linear eccentric, angular and rotational misalignment of parts.
Dimensional errors.
o Magnetic Particle / Dye Penetration
The examination shall be done at random as directed by the Engineer-in-
Charge. Whenever such tests are directed, the tests shall be carried out on joints
chosen by him. The tests shall be carried out by employing approved testing
procedure in accordance with IS: 822.
o Radiographic Examination
100% radiography according to ASME code Section VIII, Division 1,
Paragraph UW-51, or
Division 2, Article L-5 is required for vessels with shell thickness greater than
50 mm. Spot
Radiography shall be applied for thicknesses of 50 mm. and lower upon
approval of the company.
The radiographic examination shall be carried out before post weld heat
treatment, except when the code specifies that examination is to be performed
after heat treatment.
Skirt butt welds shall be inspected as follows:
Finished weld shall be inspected by spot radiography.
Tender Document 201601521, MMD, IIT Bombay Sheet 77 of 221
At least one radiograph shall be made for every two girth seams, and one
for every two vertical seams, at locations selected by the inspector. At least
two radiographs shall be taken of each welder’s work.
In lieu of spot radiography, magnetic particle examination shall be used on
any back gouged area prior to re-welding and on the OD and ID cover pass.
Radiographs shall have a density between 2.0 and 3.0 high definition, high
contrast film shall be used. Fluorescent intensifying screen shall not be used.
If a weld is to be subjected to forming operations, as might occur in a welded
head, radiographic examination shall be performed after forming.
According to ASME Code if the radiographs show unacceptable defects, the
defective welding shall be cut out and re-welded.
o Ultrasonic Examination
Where ultrasonic examination is specified, it shall be carried out before post
weld heat treatment where this is to be conducted, except when the code
specifies that the examination is performed after heat treatment. The portion of
the examination may be specified by the inspector at the shop.
Magnetic particle examination (MT) and liquid penetrant examination (PT).
Magnetic particle examination and acceptance criteria shall be per ASME code
Section VIII,
Division 1, Appendix 6. The D-C prod method shall be used prior to final post
weld heat treatment, and the a.c. yoke or coil method after final post weld heat
treatment.
Magnetic particle examination of welds shall include a bond of base metal at
least 25 mm wide on each side of the welds.
Liquid penetrant examination of welds shall include a bond of base metal at
least 25 mm wide on each side of the weld.
Tender Document 201601521, MMD, IIT Bombay Sheet 78 of 221
Fillet welds on intermediate heads shall be given a magnetic particle or liquid
penetrant examination after hydrostatic testing.
Shall have all attachment welds and all areas fit-up bars etc. Were temporarily
attached examined by magnetic particle techniques before final PWHT and after
hydrostatic testing.
Repair of Faulty Welds
No repair of defective welds shall be carried out without proper permission of the
Engineer-in-Charge of DEC and his approval for the corrective procedure.
Welds not complying with the acceptance requirements (as specified by BIS Codes
as revealed during inspection & testing of welds or erection or in-situ condition
shall be corrected either by removing & replacing or as follows:
a) Excessive convexity Reduced to size by removal of excess weld
metal.
b)
Shrinkage cracks, cracks
in parent plates and
craters
Defective portions removed down to sound
metal and re-welded
c) Under cutting Additional weld metal deposited
d) Improperly fitted/
misaligned parts
Welding cut & edges suitably prepared and
parts.
e) Members distorted by
heat of welding
Member straightened by mechanical means
or careful application of limited
amount of heat.
Temperature of such area shall be less than
650 degree Centigrade (dull red heat).
In removing defective parts of a weld, gouging, chipping, oxygen cutting or
grinding shall not extend into the parent metal to any substantial amount beyond
the depth of weld penetration, unless cracks or other defects exist in the parent
metal. The weld or parent metal shall not be undercut in chipping, grinding, gouging
or oxygen cutting.
Tender Document 201601521, MMD, IIT Bombay Sheet 79 of 221
e. Hydrostatic Testing
After fabrication of the vessel is completed and the vessel stress relieved, a hydrostatic
test shall be conducted as per ASME Code.
All hydrostatic tests shall be made in the presence of an authorized ASME Code
inspector or at the discretion of purchaser, the company representation. Vessels shall
not have been previously tested by the fabricator.
Horizontal vessels shall be supported on the saddle supports during hydrostatic testing.
The minimum test water temperature and metal temperature shall be 10°C. If the design
temperature is below 10°C, the minimum water temperature may be equal to the design
temperature. After the final hydrostatic test, vessel shall be drained and dried
completely.
Vessel with solid or lined austenitic stainless components shall have test water with a
chloride content not exceeding 150 ppm. The test pressure shall be held not less than
30 minutes. Pneumatic test for vessels partially or completely filled with air may be
performed with prior approval. No abnormal deformation or leak of test medium shall
be acceptable.
f. Inspection and Testing Records
The manufacturer’s inspection and testing records shall be prepared the following data
shall be submitted in the forms as per Standard.
Dimensional inspection records
Radiographic examination record
Ultrasonic examination record
Magnetic particle examination record
Liquid penetrant examination record
Tender Document 201601521, MMD, IIT Bombay Sheet 80 of 221
g. Preparation for Shipment
Cleaning and Blanking
Vessel shall be free of loose scale, dirt and foreign material. Liquid used for testing
or cleaning shall be completely drained. Vessel openings shall be blanked.
The vessels shall be blown dry with air, and all nozzle, manhole; vent and
connection openings shall be blanked, plugged or capped to prevent the entry of
moisture.
Machined or threaded exterior surfaces of carbon steel and ferrous alloys with a
nominal chemistry of 12 Cr and below, shall be protected from corrosion during
shipment and subsequent storage by coating with a rust preventive of a type:
o To provide protection during outdoor storage for a period of twelve months
exposed to a normal industrial environment, and
o To be removable with mineral spirits or any standard solvent.
Protection from Salt water
Austenitic stainless steels used in vessels shall not be exposed to wetting by salt
water or salt spray. Protective coating or coverings used to prevent such exposure
shall be approved by the company.
Temporary supports in contact with vessels, for shipping and storage, shall not be
of a moisture retaining material such as raw wood.
h. Paint and Protection
Painting requirements shall be as specified in the purchase order. The entire vessel shall
be primed and/or painted. Nozzles shall be painted on the flange edges, inside bolt
holes, and up to the gasket surface. Prior to shipping, vessel shall be internally purged
with pressurized inert gas.
Tender Document 201601521, MMD, IIT Bombay Sheet 81 of 221
Exposed edges of shells shipped in 2 or more pieces shall be protected by welding ring
angles extending beyond the edges.
Each loose piece or assembly shall be properly protected to prevent damage during
normal shipping and handling.
i. Marking
All parts shall be marked for identification and preparation for shipment.
Each removable piece of equipment that will be shipped separately from the vessel shall
be identified with a metal tag. The tag shall be securely wired to each item with stainless
steel wire.
The identification tag shall be metal die stamped with the item number, platform
number, piece number, and total number of pieces. The identification tag shall include
the vessel tag number to which each piece corresponds.
4.3.4. Electrical, Instrumentation and Controls
Applicable Codes and Standards:
S. No. Items Description Codes/Standards
1 Motors
3 phase / 1 Phase induction motor IS: 325, IEC:60034
Energy Efficient Motors IS 12615, IEC:60034-30
VFD Driven Motors IEC: 60034-18-41/42
2
Variable
Frequency
Drive
Harmonics and EM Compatibility IEEE:519/IEC:6100
3 Conduits
Coupling and Elbows IS: 9537 Part-I (1980)
and Part-II (1981)
Fittings IS: 2667, 1976:
Tender Document 201601521, MMD, IIT Bombay Sheet 82 of 221
4 Power cables
Pairing and twisting VDE 0815:
Conductors VDE 0815
Insulation VDE 0207 Part 4
Outer sheath VDE 207 Part 5:
Complete Cable Assembly SEN-SS 4241475 class
F3
5 Contactors/S
witches/Fuses IEC: 60947, IS: 13947
6 LT Switch
Gear
IEC: 60947, IS: 13947,
IEC: 60439, IS: 8623,
IEC: 61850
7 LT Cables
Recommended Current Rating IS:3961
Test under fire IEC-332
Conductor for Insulated cables IS:8130
PVC Insulation and sheath IS: 3975
Method of test IS: 10810
PVC insulated electric cable <1100V IS:1554-1
a. PROGRAMMABLE LOGIC CONTROL SYSTEM
Bidder shall supply, erect and commission a PLC based Control & Instrumentation
system with all accessories, auxiliaries and associated equipments and cables for the
safe, efficient and reliable operation of the plant.
The C&I system shall meet operational requirements and correctly interface with the
main process.
Tender Document 201601521, MMD, IIT Bombay Sheet 83 of 221
b. HARDWARES
i. PLC COTROLLER-CPU:
Dual processor based PLC system, shall be provided with two processors on the
same back plane / chassis. One for normal operation and one as hot standby. In case
of failure of working processor, there shall be an appropriate alarm and
simultaneously the hot standby processor shall take over the complete plant
operation automatically. The transfer from main processor to standby processor
shall be totally bump less and shall not cause any plant disturbance whatsoever. In
the event of both processors failing, the system shall revert to fail safe mode. It shall
be possible to keep any of the processors as master and other as standby. The
standby processor shall be updated in line with the changes made in working
processor.
PLC system shall be of modular and field expandable design with self-monitoring
and diagnostic functions.
All hardware of the Programmable Controller shall operate at a temperature of 0 to
60 degrees C (32 to 140 degrees F), with a temperature rating for storage of –20 to
+85 degrees C.
The Programmable Controller hardware shall function continuously in the relative
humidity range of 5% to 95% with no condensation.
The programmable controller system shall be designed and tested to operate in a
high electrical noise environment.
All system modules including the processor shall be HOT SWAPPABLE.
The processor memory shall be selected as such the total loading of the processor
vis-à-vis the present application shall not exceed 60%.
Calculation & indication of processor loading shall be available on HMI.
Tender Document 201601521, MMD, IIT Bombay Sheet 84 of 221
The processor should have a real-time clock. All below data should be consider as
minimum requirement:
I/O Discrete points: >400
Analog I/O: >100
Internal coils: >5000
Timer / Counter: >50
User Memory: > 2MB
Selectable Scan time up to 500 msec. for inputs
The processor shall have capability to implement all the control functions required
to implement the logic functions for the close loop controlling functions.
Watchdog timer shall be a software device. Watchdog timer shall continuously
monitor the healthiness of processors.
Any hardware or software problem in the processor system, which shall include,
CPU, Memory, power supply, communication interface etc. shall cause the watch
dog timer to report processor failure
Option for Third party communication through mod-bus protocol should be
provided.
The status of the battery shall be shown on the HMI through a system status graphic.
In case of low battery condition, the same shall generate a repetitive system alarm,
which can be reset only after changing the battery. Replacing of the battery shall be
possible on line.
ii. INPUT/OUTPUTS MODULES:
Each input and output module shall be a self-contained unit housed within an
enclosure (Type: Field IO Modules-FIO) and support the following diagnostics
/ features as a minimum
o I/O status indication is required for each channel.
Tender Document 201601521, MMD, IIT Bombay Sheet 85 of 221
o The I/O shall be able to go to the predetermined fail safe mode in case of
loss of I/O Communication with proper alarm/massage.
o Each channel shall have indication to notify healthy and fault status
o Reverse polarity protection
o HOT SWAPPING of I/O Modules.
o Module level power or function failure detection
o Point-Level electronic fusing for discrete IO modules.
Electrical isolation of 1.5kV with optical couplers between the plant
input/output and controller shall be provided on the I/O Cards and ensure that
any inadvertent voltage or voltage spikes hall not damage or mal-operated the
internal processing equipment.
Individually fused output circuit with the blower fuse indicator shall be
provided.
All I/O points shall have quick disconnect terminations allowing for card
replacement without disconnection of external wiring and without switching of
power supply.
iii. DIGITAL INPUT MODULES:
Input voltage : 24V DC.
Minimum 4 & maximum 32 nos. of inputs per module shall be provided & shall
withstand inrush current of 10 times the rated load.
I/O isolation type : Optical
Status LED on module: Needed for all channels.
iv. DIGITAL OUTPUT MODULES:
No. of outputs/module: Min 4 output/module & max 32 output/modules.
Output voltage : 24 Volt DC
Output type : Relay card driven type
Current rating per O/P : 200 mA per channel minimum.
Module shall withstand inrush current of 10 times the rated load.
Tender Document 201601521, MMD, IIT Bombay Sheet 86 of 221
Max. Current ratings : As per requirement
I/O isolation type : Optical
Status LED on module: Needed for each channel.
v. ANALOG INPUT MODULE:
Input (isolated): 4-20mA from transmitter/converter (2 wire inputs).
Polarity Protection required by fused terminal blocks
No. of Inputs/Module : Min 4 input/module & max 16 Input/module
Input update rate: 100 ms (Max.)
Resolution : 16 bits minimum.
Diagnostic LED status: Manufacturer’s standard
vi. ANALOG OUTPUT MODULE:
No. of Output/Module : Min 4 output/module & max 12 output/module
Output type(isolated) : 4-20mA
Load Impedance for current o/p: 500 ohms
Resolution : 12 Bit plus sign resolution minimum.
vii. REMOTE I/O RACKS
The I/O racks shall contain the I/O modules, rack power supply modules and
communication modules / communication links, all interconnected through a
common back plane.
The back plane shall be expandable by adding independent base units via
interconnection terminals. The modules shall be mounted on these base units.
viii. COMMUNICATION MODULES
Communication between PLC and third party devices will be through Hi-speed
Ethernet.
Communication between the remote I/O in field and PLC controller in the
control room will be through Control net /device net /Ethernet based
communication media
Tender Document 201601521, MMD, IIT Bombay Sheet 87 of 221
Bidder shall provide the communication module to communicate between
remote I/O racks and PLC CPU and Data transmitting speed shall be sufficient
to meet the responses of the system in terms of display control etc, plus 25%
spare capacity shall be available for future expansion.
Build in diagnostics/indication shall be provided for easy fault detection.
Bidder should provide the details regarding communication system like
communication protocol, bus utilization calculation etc.
ix. POWER SUPPLY
Power Supplies shall be rated sufficiently to supply power to fully loaded
cabinets and/or the field transmitters.24VDC power supply shall be used with
30% spare capacity. Hook-up for 2-wire transmitters, LED Indication Lamps
etc.
Redundant power supply should be provided. The failed power supply shall be
removable without interrupting power to the system or affecting control.
Power supply shall be packaged properly, so that heat generated by it can be
removed in order to prevent overheating,
Bidder should provide 230 V AC, ±10%, 50HZ, ±3Hz UPS. It shall be bidder’s
responsibility to provide power distribution network required for the system and
instruments on the PLC cubicle for CPU, I/O rack. For panel light, services plug
(230 VOLT UPS AC) etc. system should be devised with sufficient current and
should be with separate MCB & fuses where ever necessary
c. SOFTWARES
i. Bidder should provide latest PLC programming software which has all the
programming functionality required for programming and licensed for lift time
validity.
ii. The HMI package shall have two versions, RUNTIME and DEVELOPMENT
Software should be loaded on engineering station along with life time license.
iii. Software License: The Bidder shall provide software license for all software
being used in Bidder’s System and it shall not be hardware/machine-specific.
Tender Document 201601521, MMD, IIT Bombay Sheet 88 of 221
All licenses shall be valid for the continuous service life of the plant. All these
software shall be licensed to Client.
iv. Any software not envisaged, however for the functionality, if it is required shall
be provided by bidder.
v. Synchronized command shall be available to take as input or output as per
system design.
d. ENGINEERING CUM OPERATING STATION
The engineering station shall be capable of handling all the programming tools for PLC
systems shall have features like upload and down load the control programs, editing
functions etc.
Engineering station shall be loaded with builder tools / development version for the
HMI package wherein, the development of all HMI related applications like graphics,
trends, history, alarm summary and playback etc of all monitoring data is done.
Specification of Engineering cum operating station as follows:
CPU Latest generation CPU
Main drive 2 GB expandable to 8 GB
Drives 48x CD/DVD R/W drive or better
Hard disk 1 TB
Removable bulk storage
drive(MOD/DVD/DAT)
6 GB (minimum)
Monitor 20" minimum LED Flat screen
Graphic memory 16MB
Communication port 2 serial, 4 USB port, Dual 100 M bps Ethernet
Expansion slots 3
Tender Document 201601521, MMD, IIT Bombay Sheet 89 of 221
Peripheral Keyboard, Optical mouse, 5000 VA smart UPS,
Software
General MS Office, Adobe Acrobat, Virus McAfree or
equivalent, etc.,
Application software - to suit project specific requirement
Interfacing requirements Interface with PLC and separate PC/systems with OPC
compliant interfacing
Functional requirements
Ability to operate drives locally using function keys
Ability to do programming
Graphics display including alarms and operator guidance
messages
e. PLC PROGRAMMING
PLC programming should be done as be control philosophy of the plant/system. Detail
control philosophy will be shared to bidder after award of contract. Logic development,
Testing, Simulation should be done at bidder place and final Inspection will be done by
client.
Programming feature
i. Programming of PLC will be in ladder logic / Function Block (FB)/ Instruction List
(IL) and the system shall have the capabilities to store a description for each tag.
On-line programming and on line graphic development should be possible.
ii. It should be possible to take online backup of the control program on the
engineering PC’s hard disk or a removable storage media like DVD/USB pen drive.
iii. The ability to program logic via tags of the Programmable Controller shall exist.
iv. It shall be possible to insert relay ladder diagram rungs/FB/IL anywhere in the
program, so far as there is sufficient memory to accommodate these additions.
v. The Programmable Controller shall have the capability to remove an entire logic
into an edit buffer where individual parameters may be easily altered.
vi. It shall be necessary to issue a two part command in order to delete all relay ladder
rungs/ FB/IL from memory. This will provide a safeguard wherein the operator
must verify their intentions before erasing the entire program.
Tender Document 201601521, MMD, IIT Bombay Sheet 90 of 221
vii. A Real time clock feature shall be included within the CPU. Access to the time shall
be from the programming terminal or user program.
viii. The system shall have the capability to enter rung comments above ladder logic
rungs/FB/IL. These comments may be entered at the same time the logic is entered.
ix. PID Controller with minimum possible scan time shall be implemented. An
instruction shall be supported to incorporate closed loop control systems. The
"proportional", "integral", and "derivative" elements shall be accessible to the user
in order to tune a closed loop system. This instruction must fully support floating
point math.
x. Built-in function blocks shall be available for analog input scaling, creating process
indicators, PID controllers, calculation blocks, linearization blocks etc for
configuring control and monitoring loops.
xi. On-line programming and upload / downloads of control programs shall be able to
occur over the network.
xii. On-line edits shall be possible in the ladder / FBD. Test function shall be available
to check the edits before assembling them in the control program. This function
shall facilitate testing of all edits on the subject rung / FBD; check the status of the
corresponding outputs before assembling the same in the program. Once assembled,
the edits will become part of the running program.
xiii. On line forcing of inputs shall be possible. There should a facility to view all the
active forces with a single command.
xiv. The control program shall be based on tag data base, where all the I/O are assigned
tag numbers, tag descriptions, scaling for analog inputs, engineering units etc. Once
such tag data base is ready, the control program can be built on aliasing the
particular I/O with the given tag number, such that the I/O number and tag
description can be attached on to the ladder or FBD whichever the case may be.
This tag shall be universal and shall be used in all programming tools in the
processor.
f. SCADA/ HMI
i. The SCADA system shall offer data display in the form of mimics, trends,
alarms & reports and should have facility to store the acquired data into the
PC and to print the data as & when required.
Tender Document 201601521, MMD, IIT Bombay Sheet 91 of 221
ii. SCADA package should have 15 display and unlimited tags with the following
user functions as a minimum:
Data logging and Report generation
Graphics
Trends
Alarm Summary
Log reports
Event log
Maintenance
Print-out of alarms and reports as per our requirement.
g. DATA LOGGING AND REPORT GENERATION
i. Capability to store instantaneous values for all necessary variables for minimum (7)
days and with a sampling rate of 20 secs.
ii. All values shall be stored in engineering units.
iii. Report Generation shall be possible for the stored data for required interval of time.
iv. Trend/Graph Generation shall be possible for selected variables.
h. GRAPHICS
i. The SCADA shall be capable of displaying plant graphics with dynamic digital and
graphical representation of data and plant parameters in the form of text, bar graphs
etc.
ii. The graphic builder functions shall reside in the existing engineering station
Engineering station of the package. Once the graphics have been developed in the
engineering station, the same shall be down loaded on Operator interface terminal
for its run time version. The runtime shall display all the data links with dynamic
values and other standard forms of graphical representation of the same like bar
graphs etc.
iii. Standard instrument face plates shall be available as a standard tool in the graphic
builder, with drag and drop functionality. All standard symbols like vessels,
Tender Document 201601521, MMD, IIT Bombay Sheet 92 of 221
exchangers, pumps, fans, turbines etc with dynamic data linkage shall be available
in the builder library, with drag and drop facility for building graphics.
iv. One system status screen shall be available which shall show the complete system
hardware as per the configuration in dynamic format. All healthy components shall
be shown in green and failed shall be shown in red colour.
i. TRENDS
i. The SCADA shall be capable recording, storage and display of trends for all Digital
and analog data inputs/Outputs.
ii. Typically, the trends are categorized into two categories, Real Time or Historical.
The real time trends shall have scan time typically one second.
iii. Long term data archive of real time trends shall be available.
iv. Historical trends can have typical scan rate of 01 minute (user configurable) with
duration of storage shall be minimum 01 month.
v. Trend for Customized or user configurable tags shall also be available.
j. ALARMS
i. Alarm boxes shall be provided in each display to alert the operator about an alarm
when he is viewing some other picture. No of alarm boxes shall be for each process
area and each priority there in. Alarm system shall be provided with audio facility
(beep/tone generator).
ii. The system shall display history of alarms in chronological order. The HMI shall
have the capability to store a minimum of 100 alarms each with paging features
allowing the operator to view any page. The system shall have all alarm functions
and related function keys like alarm acknowledge, reset, paging, summaries etc.
The alarm display/report format shall be as approved by the Client.
First-Out Alarm Summary: In the event of system/Equipment trip, the system shall
be able to provide the first alarm which caused such trip.
Tender Document 201601521, MMD, IIT Bombay Sheet 93 of 221
System Alarm Summary: These category alarms are diagnostic in nature pertaining
to control system hardware. All the alarms generated on the running calendar dates
shall be displayed under the banner at any given instant as a minimum.
Process Alarm Summary: These are general category process alarms for analog
I/Os and status change for digital I/Os. All the alarms generated on the running
calendar dates shall be displayed under the banner at any given instant, as a
minimum. All Alarm summary banners on the HMI shall have sort and filter
functions available on date, time, tag and area. The time filter shall have both
“From” and “To” selections.
k. LOG REPORTS
i. Hourly data of the given tags shall be gathered in the MS Excel format, for duration
of 8 hours.
ii. The tags names and corresponding tag descriptions shall be in rows.
iii. The hourly time scale will be in the columns.
iv. Additional columns shall be there for Average, total, Minimum, Maximum data
values.
v. Report heading, format number, data and time shall be in the heading area.
vi. The reports will be stored in a “SHIFT REPORTS” folder in specified location on
hard disk, with date and time stamp and suitable naming methodology, for easy
identification and differentiation from other reports.
l. EVENT LOG
The system shall provide event log with time stamping in resolution of milliseconds,
which shall include all the operational events like control modes, sequence status etc.
The log shall be stored on the hard disk and shall provide historical data upon scroll or
selection of duration with date and time.
m. PANELS
i. Client will provide the two numbers of 3 phase 4-wire 415 V AC power supply and
1 phase 3 Wire 230V 10A UPS source at one location in site with suitable LT power
Tender Document 201601521, MMD, IIT Bombay Sheet 94 of 221
cable. Any other voltage level required for the system shall be arranged by the
bidder at the time of erection/operation of plant.
ii. All components shall conform, in all aspects, to high standards of engineering
design and workmanship and be capable of performing continuous trouble free
operation up to bidder’s guarantee in a manner acceptable to the purchaser who will
interpret the meaning of the specification and shall have the right to reject any
material which in his judgment are not in full accordance therewith.
iii. The following function should be implemented in panel
Auto/manual selection
Power on indication
Power on/Off Control
Cooling facility
Local operation
iv. The suitability/ acceptance report shall only be given after extensive trial of the
control panel with the solar hardware system.
v. Bidder has to supply the other electrical accessories if required while installation/
commissioning work of the control panel.
vi. The supplied Panel shall be guaranteed for minimum One Year.
vii. The PLC, Power supply Unit, I/O, Interface Module etc. shall be of Siemens, GE,
Allen Bradley, ABB etc. make
viii. The relay module/ contactor etc. shall be of Omron/ Weidmuller / Phoenix / Wago
/ Murr / Finder etc make.
ix. The connector used for control wiring connection should be of reputed brand like
Wago / Phoenix / Lapp etc. make.
x. The control cable used for control wiring shall be of reputed brand like Lapp /
Polycab etc
xi. Enclosure for control panel shall be made of special grade CRCA sheet & painted
with epoxy polyester & polyester resin based powder paint.
xii. The material will be accepted on manufacturer’s guarantee certificate to be sent to
the Client. If any defects observed or material found unsuitable, then the same will
be returned to the supplier for free replacement.
Tender Document 201601521, MMD, IIT Bombay Sheet 95 of 221
xiii. The purchaser will carry out Pre-dispatch inspection before the delivery of the
product.
xiv. The vendor shall intimate the purchaser at least 15 days in advance for Pre-dispatch
inspection. If product is found to be in compliance with the specification, work
completion certificate will be furnished to the vendor by the purchaser. No material
shall be dispatched without getting work completion certificate document signed by
the competent authority.
xv. Within the cabinet, processor racks, power supplies any other accessories shall be
grounded to meet the standard specifications.
xvi. The total power supply system shall be designed as such that loading shall not
exceed 60% of the actual capacity of the power supplies, cabling, MCBs etc
whichever are connected in the power supply and distribution system inside the
panel.
xvii. The front end of the panel shall be provided with panel mounted Selector switches,
Operator interface unit, push buttons and Indication lamps etc as required.
n. GROUNDING
Panels shall be provided with a continuous bare copper ground bus. The ground bus
shall be bolted to the panel structure on bottom on both sides. The bolts shall face inside
of panels.
The system ground shall be isolated from the panel ground with suitable isolators. All
internal component grounds or common shall be connected to the system ground, which
shall be fabricated for copper flat (size 25 mm x 6 mm min, Length as applicable).
Shield on instrumentation cables shall be grounded on panel side. System and shield
ground shall be connected to employer provided earthing strip using suitable size of
cable to be provided by the bidder.
Panel shall be grounded at two points with separate electronic earth pit, which shall be
connected to the nearest employer provided electronic earth pit (if any).
Tender Document 201601521, MMD, IIT Bombay Sheet 96 of 221
The cabinets shall be IP-55 protection for indoor units and IP-65 in case of outdoor
units, class of reputed make. The Bidder shall ensure that the packaging density of
equipment in these cabinets is not excessive and abnormal temperature rise, above the
cabinet temperature during normal operation or air-conditioning failure, is prevented
by careful design. If blowers are required for satisfactory system operation, dual
blowers with blower failure alarm shall be provided in each cabinet with proper
enclosure and details shall be furnished with proposal. Suitable louvers with wire mesh
shall be provided on the cabinet. The cabinets shall be designed for front access to
system modules and wiring and shall be designed for bottom entry of the cables. The
cabinets shall be totally enclosed, free standing type.
i. Necessary Filters/Fans/Lights & Locks shall be provided inside the cabinets
ii. Thickness of the Cabinet and Mounting Plate shall be selected as per optimum
requirement which can withstand weight of the component mounted.
iii. All lamps/switches/Pushbuttons shall be labelled properly to identify the function
of the same.
iv. All wiring, internal and external to the cabinets, shall be of general-purpose type.
v. All wiring shall be housed in covered non-flammable plastic raceways so arranged
for easy maintenance. Raceways shall have 10% spare capacity.
vi. All terminals shall be of screw type. Self-insulating crimping wire lugs shall be used
for all terminations on terminal blocks. Whereas forked tongue type lugs shall be
used for termination on screwed terminals such as on relays, push buttons, lamp,
etc. Size of the terminals shall be 2.5 sq.mm or of suitable size to accept the wire
gauge of the wire terminated.
vii. Terminal block shall be rated for minimum 600V.AO/DO signals’ terminals will
have FUSED TBS on +ve terminals only for safety purpose.
viii. Generally no more than two wires shall be terminated on a single terminal. Where
ever required duplication of signals double Decker terminals shall be used for
looping if necessary.
ix. Use of shorting links for looping shall be avoided.
x. Wire colour code for panel wiring shall be as follows (As per IEC60364):
Power supply Phase - Red
Power Supply neutral - Black
Tender Document 201601521, MMD, IIT Bombay Sheet 97 of 221
Ground - Yellow-Green/Green
PLC Wiring - Blue/Orange/White/Grey
All electrical terminals and equipment on the panel and other accessories shall be identified
with appropriate tag, cable marker etc. All terminals in a terminal strip shall be identified
by their individual numbers located integral with the terminal itself. Each group of terminal
strip shall have maximum 200 terminals. Maximum number of terminals in one side of a
cabinet shall be 400. Wiring at terminals shall be identified by the terminal numbers and
termination services at the panel
o. MEASURING INSTRUMENTS
Technical Requirements
i. All instruments shall be of reputed make, proven reliability, accuracy, and
repeatability requiring a minimum of maintenance and shall comply with the
acceptable international standards and shall be subject to Employer's approval.
ii. Every panel-mounted instrument requiring power supply shall be provided with a
pair of easily replaceable glass cartridge fuses of suitable rating. Every instrument
shall be provided with a grounding terminal and shall be suitably connected to the
panel grounding bus.
iii. All transmitters, sensors, and switches for parameters like pressure, temperature,
level, flow etc. as required for the safe and efficient operation and maintenance as
well as for operator and management information (including all computation) of
equipment in the system under the scope of specification shall be provided as
indicated in the P&ID. The exact value shall be provided by Employer during
detailed engineering.
iv. The necessary root valves, impulse piping, drain cocks, gauge-zeroing cocks, valve
manifolds and all the other accessories required for mounting/erection of these local
instruments shall be furnished, all instruments would be suitably mounted on local
racks with weather protection canopy, even if not specifically asked for, on as
required basis. The proposal shall include the necessary cables, flexible conduits,
junction boxes and accessories for the above purpose.
v. All instruments shall be provided with durable epoxy coating for housings and all
exposed surfaces of the instruments.
Tender Document 201601521, MMD, IIT Bombay Sheet 98 of 221
4.4.Technical Deviations
1. Any deviation or variation from the scope, requirement and/or intent of this
specification shall be clearly defined under Deviation Schedules of the relevant Bid
forms irrespective of the fact that such deviations/ variations may be standard practice
or a possible interpretation of the specification by the Bidder.
2. Except for those deviations/ variations covered under Deviation Schedules which are
accepted by the Owner / IITB / DEC before the award of the Contract, it will be the
responsibility of the bidder to fully meet the intent and the requirements of the
specification within the quoted price.
3. In case of any conflicts / contradiction among various sections / annexure / chapters /
appendices, the same shall be referred to the Employer for clarifications whose decision
shall be final and binding. No extra claims shall be allowed on this account.
4. If there is any deviation in the work as felt necessary by the Client (IITB) &
communicated so officially then this will be charged at the rate previously quoted
in the price bid. Maximum 5% of the Purchase Order (PO) Value will be allowed
for rise in the cost due to deviations.
Tender Document 201601521, MMD, IIT Bombay Sheet 99 of 221
Section – 5: Technical Specifications
Tender Document 201601521, MMD, IIT Bombay Sheet 100 of 221
5.1. Specification for Pressure, differential pressure transmitters
PRESSURE, DIFFERENTIAL PRESSURE TRANSMITTERS
Type 2 wire type
Sensor Type Capacitive / Piezo resistive/Diaphragm
Ambient Temperature, Deg C 0 to 55 deg C
Zero and Span drift +/- 0.015% per deg. C at max span.
+/-0.11% per deg. C at min. span.
Span and Zero
Continuous, tamper proof, Remote as well as adjust ability
manual from instrument with zero suppression and
elevation facility
Accuracy ± 0.1% of calibrated span (minimum)
Stability ± 0.1% of calibrated span for six months
Local Indication Required
Pressure Limits Over-pressure : 150 % of Operating pressure
Process Connections 1/2 Inch NPT(F)
Housing Weather proof as per NEMA 4X / IP-65 with durable
corrosion resistant coating
Casing Die Cast Aluminum
Manifold
2 valve manifold for absolute & Gauge pressure
transmitters, 3-valve manifold for vacuum pressure
transmitters, 5 Way for DP Transmitters
Power Supply 24V DC ± 10%.
Output 4-20 mA
Load impedance 500 Ω (min)
Communication Protocol HART
Tender Document 201601521, MMD, IIT Bombay Sheet 101 of 221
5.2. Specification for Temperature transmitters
TEMPERATURE TRANSMITTERS
Type
Dual - Input Temperature Transmitter with Indicator /
The temperature transmitter shall be fully compatible
with RTDs.
Measurement Type
These transmitters shall have bump less change over
facility to second sensor in case first sensor fails. This
changeover is to be alarmed.
Ambient Temperature, Deg
C 0 to 55
Accuracy
T/C-K type = <0.2% of 0-600 Deg C Span
RTD=<0.25% of 0-250 deg C span
CJC accuracy (for T/C)) shall be =< 1 deg C
Stability ± 0.1% of calibrated span for six months
Local Display Required
Housing Protection class shall be IP65 minimum
Power Supply 24V DC ± 10%.
Output 4-20 mA
Input The transmitter shall be capable to handle Pt-100 RTD
Communication Protocol HART
Tender Document 201601521, MMD, IIT Bombay Sheet 102 of 221
5.3. Specification for Level transmitters
LEVEL TRANSMITTERS
Type Differential Pressure Type, 2 wire type
Ambient Temperature, Deg C 0 to 55 deg C
Accuracy ± 0.25% of calibrated span (minimum)
Stability ± 0.25% of calibrated span for six months
Local Indication Required
Pressure Limits : Over-pressure : 150 % of Operating pressure
Process Connections 1/2 Inch NPT(F), SW to process pipeline
Housing Weather proof as per NEMA 4X / IP-65 with durable
corrosion resistant coating
Casing Die Cast Aluminum
Power Supply 24V DC ± 10%.
Output 4-20 mA
Load impedance 500 Ω (min)
Communication Protocol HART
5.4. Specification for Resistance Temperature detector
RESISTANCE TEMPERATURE DETECTOR (RTD)
Type of RTD Four wire, Pt-100 (100 Ohms resistance at zero degree Centigrade)
No. of element Duplex
Housing/Head IP-55/Die cast Aluminum. Plug in connectors are to be provided
for external signal cable connection.
Sheathing of RTD Metal sheathed, ceramic packed
Calibration and accuracy As per DIN-43760 Class-A for RTD
Tender Document 201601521, MMD, IIT Bombay Sheet 103 of 221
Characteristic Linear with respect to temp, within ±1/2 percent of top range
value.
Accessories Thermo well shall be spring loaded for positive contacts with the
well
Standard DIN-43760 for RTD and ASME PTC-19.3 for Thermo-well
5.5. Specification for Encoder
ENCODER
Location Field
Application Rotational Angle Measurement
Ambient Temperature, (deg C) 0 - 60
Max working temp,( deg C) 50
Type Incremental
Input Supply (V) 0-30 V DC (+/ 0.5%)
Pulse Per Revolution (PPR) 1024
Sensing Method Magnetic
Output signal A 90 deg B, N + inverted
Output signal range Push-Pull TTL
Clamping Flange type
Cable Gland SS 316 L
Cable Insulation PVC / XLPE shielded
Cable output entry Radial outwards
Operating speed (RPM) 500
Shaft dia (mm) 8
Housing Steel / Aluminum
Tender Document 201601521, MMD, IIT Bombay Sheet 104 of 221
Protection Category IP-65 or better
Mounting Brackets Required
Quantity 42 nos.
5.6. Specification for Stepper Motor
STEPPER MOTOR
Tag No SM-5001- to SM - 5002
Application Primary Drive to Gear box
Purpose Mirror Tracking application
Type of Drive Stepper Motor
Input Voltage 48V DC
Input Voltage variation 1%
Input Frequency >200Hz
Input Frequency variation +3%, -5%
Power Rating (W) 200 W
No of Phases 4
Insulation Class B
Holding Torque 8.7 Nm
Rotational speed (RPM) 150
Step Angle 1.8 Deg +/- 1%
Altitude Up to 1000 m without de rating
Atmospheric / working Temp 0-60 deg C / 55 deg C
Housing IP 65 or better
Harmonic limitation In Accordance with IEEE-519 (less than 5%)
Cable Gland Required
Tender Document 201601521, MMD, IIT Bombay Sheet 105 of 221
Cable Lead Length 1 m
Quantity 42 nos.
5.7. Specification for Limit Switch
LIMIT SWITCH
Service Limit Measurement
Normal temp, deg C 40
Operation mode ON/OFF
Contactors 2 NO +2 NC
Ambient Temperature, deg C 0 - 60
Application Auto trip of Motor
Mounting Wall Mounting
Material of enclosure Die cast aluminium
Electrical Connection 1 x M20 Gland
Protection class IP-65 or better
Switch rating required 5 A, 230 V
Actuation type Single Plunger / Linear Motion
No of micro switches 4
Quantity 42 nos.
Tender Document 201601521, MMD, IIT Bombay Sheet 106 of 221
5.8. INSTRUMENTATION AND POWER SUPPLY CABLES:
The Bidder shall furnish all material and services required for the completeness of the work
identified in his scope as per this specification.
a. Furnish & install all cable sub trays, rigid and flexible conduits, conduit fittings, cable
glands, junction boxes, and accessories.
b. Supply, unload, handle, store at site, install, check for continuity, terminate and test all
analog, binary & pulse signal instrumentation cables, control cables, power cables,
signal cables:
c. Interconnect instruments/devices/local panels/PLCs etc. from field either through field
JB etc. or directly from field devices/instruments to PLC marshalling/Terminal
cabinets/System cabinet TBs furnished under this specification by the Bidder.
d. Furnish, install, terminate and test all signal and prefabricated cables, which
interconnect between various equipments supplied by the Bidder under this
specification
e. Furnish, install, test, terminate and check for continuity all cables required for
grounding of control systems, cabinets, equipments etc. furnished under this
specification. All cables/isolated flats etc. used for grounding shall be of copper or
aluminum of proper size to avoid any increase in ground potential
f. All control & instrumentation cables shall be direct & cross ferruled on single sleeve
through ferrule printing machine. Scheme of ferruling shall be finalized in consultation
with site E/C.
g. PVC, grouted, colored long life route markers are to be provided for buried cables at
every 10 m interval at bends, at terminals, either end of road/culvert crossings etc.,
Common Requirements
Voltage Grade 225V (peak value), armored, FRLS
Codes and standard All instrumentation cables shall comply with VDE0815,
VDE 0207, Part 4, Part 5, Part 6, VDE 0816, VDE 0472
Tender Document 201601521, MMD, IIT Bombay Sheet 107 of 221
Special Requirements
Conductors
Cross section area 0.5 sq. mm
Conductor material High conductivity Annealed bare copper
Colour code As per VDE-815
Conductor Grade Electrolytic copper
Reference Standard VDE 0815
Insulation
Material PVC type YI 3
Reference Standard VDE 0207 Part 4
Pairing & Twisting
Max. lay of pairs 50
Conductor/pair VDE0815
Shielding
Type of shielding Al-Mylar tape
Individual pair shielding To be provided for F-type cable
Minimum thickness of Individual pair
shielding 28 micron
Minimum thickness of Overall cable
assembly shielding 55 micron
Shielding coverage 100% with at least 20% overlap
Outer Sheath
Material Extruded PVC compound YM1 with FRLS
Properties
Oxygen index as per ASTMD-2863 Not less than 29%
Tender Document 201601521, MMD, IIT Bombay Sheet 108 of 221
Temperature index as per ASTMD-2863 Not less than 250 deg. C
Acid gas generation by weight as per IEC-
60754-1 Maximum 20%
Smoke Density Rating as per
ASTMD-2843 Maximum 60% as per ASTMD-2843
Reference standard VDE207 Part 5
Electrical Parameters
Mutual Capacitance Between Conductors
At 0.8 KHz (Max.)
120 nF/km for F type
100 nF/km for G-type
Insulation Resistance(Min.) 100 M Ohm/Km
Cross Talk Figure (Min.) At 0.8 KHz 60 dB
Characteristic Impedance (Max) At 1KHz 320 ohm for F-type
340 ohm for G-type
Attenuation Figure At 1 KHz (Max) 1.2 db/km
Complete Cable
Complete Cable assembly Shall pass Swedish Chimney test as per
SEN-SS 4241475 class F3
Flammability
Shall pass flammability as per IEEE-383
read in conjunction to this specification
Accessories
Cable accessories of flame retardant quality
Yes (Accessories such as harnessing
components, markers, bedding, cable
jointer, binding tape etc.)
5.9. APPROVED MAKE/BRAND OF COMPONENTS / ITEMS
Items/Components Approved Make
MCB/MCCB/MCB-DB Schneider/L& T/ GE/Siemens/ ABB
PLC Siemens/Rockwell/GE/Honeywell/ABB
8 port unmanageable Ethernet
switch Reputed
Tender Document 201601521, MMD, IIT Bombay Sheet 109 of 221
Power Cables
CCI / Havell's / Gloster / Industrial/ Asian / NICCO
/Universal / RPG / Torrent/ Polycarb. (Must conform to IS
7098 Part-I or IS 6474 or IS 6380)
Wiring Cables Havells / Finolex / Plaza / Polycarb/ KEI. ( Must conform to
IS 694)
Light fittings Philips / GE / Crompton / Bajaj / Wipro/ Phoenix (Halonix)
Switch Gear/ Control Gear/
Overload Relay Siemens / L & T / Schneider / equip
Cable Glands Comet / Electromac/Siemens / Braco
Cable Lugs Dowell/ Johnson
Contactors/Fuses/isolators Siemens / GE Power / BCH / L& T/ ABB TC
Indicating meters MECO/ AE
CTs AE / Kappa/ Siemens/ L&T/Equiv.
Indic lamps/Push buttons Siemens/ Schneider/ L& T/Teknic/Vaishno
Terminal blocks Elemex / Connect well / WAGO / Phoenix
Relays GE/ Schneider/ ABB/ L&T
Meters MECO/ IMP/Equip
Start/Stop push button with
contact elements Siemens/ Schneider/L&T/Equiv.
Switch Mode power supply Meanwell/Schneider
Rotary operating handle Schneider, ABB, L&T
Panels Rittal, Schneider/ reputed make
Any other items not included above shall be supplied by bidder after obtaining the approval
for make, from our Engineer / Consultant.
Tender Document 201601521, MMD, IIT Bombay Sheet 110 of 221
5.10. EARTH
Ground/Earth for the system and equipments under bidder’s scope along with its
interconnection to the equipments and nearby earth points. Separate electronic earthing of
PLC and its interconnection if any, shall be bidder’s scope.
All the Panels/equipments shall be earthed to suitable size GI strip through suitable fined
copper braiding/copper flexible cable suitable lugged on either side.
The supplier should demonstrate full capabilities of system/equipment during
commissioning.
5.11. DOCUMENTATION
a. Documentation to be submitted after the award of contract
i. Detailed drawing of each component and overall General arrangement layout
drawing.
ii. Detailed specification of different components
iii. Detailed Quality Assurance Plan (QAP)
iv. Test procedures
v. Material test certificate of different components
vi. Inspection/Test report of different tests carried out
vii. Operation & maintenance and safety manual for the system
b. Vendor shall start the procurement/ fabrication/assembly of the different components of the
system only after approval of drawing, Layout drawing, Specification sheets of different
components and QAP.
c. Detailed procedures for all tests stated herein shall be submitted to the purchaser for
approval prior to actual testing
d. Material test certificate of different raw materials shall be submitted to the purchaser for
approval prior to actual testing
e. Along with shipment of the system, the vendor shall supply history docket (soft copy along
with 1 hard copy) consisting of all the documents supplied earlier related to the offered
product.
f. Bidder should submit the following documents during course of work
Catalogue for the various components involved in their scope
Technical datasheet for the different components. It shall at least cover the compliance
with the various requirement mentioned in this specification and complete list of
deviation from the specification, if any.
Guarantee certificate / Guarantee period
Delivery certificate / Delivery period
Tender Document 201601521, MMD, IIT Bombay Sheet 111 of 221
Other relevant information
g. All technical manuals, reference manuals, user’s guide etc., in English required for
modification/editing/addition/deletion of features in the software of the PLC System
shall be furnished.
h. All the software listings including Source code for application software, all special-
to-project data files etc shall be submitted by the Bidder.
5.12. GUARANTEE
a. The bidder shall guarantee that all the items are new and of high quality and that the
goods are free of defects in design, material, workmanship. The product shall be
guaranteed for the Performance for a period of Twelve months (12) from date of
delivery.
b. If within the expired time of the above stipulated guarantee period, the subject goods
or any parts thereof are found defective, the vendor at his own expense, replace or repair
and install replacement parts approved by purchaser.
c. The bidder shall obtain similar guarantees from each of his sub-vendors. However, the
overall responsibility shall lie with the vendor.
5.13. N- SITE SUPPORT
Any malfunction/failure in the supplied system after warranty period: Upon due intimation
from Client, bidder shall provide on-site support of the corresponding specialist at an
agreed field service rates to Client in troubleshooting & rectification.
Tender Document 201601521, MMD, IIT Bombay Sheet 112 of 221
Section – 6: Price Bid
Tender Document 201601521, MMD, IIT Bombay Sheet 113 of 221
6.1. Civil Foundation Work
6.1.1. Land Excavation, Refilling, Leveling, Compaction and Trench Work
S. No. Description Quantity Unit Unit
Rate Rs. Total Rs.
1 Land excavation / refilling 100 cu. m
2 Land leveling 7200 sq. m
3 Land compaction using dry roller 7200 sq. m
4 Plain concrete trench for drainage system 90 m
Total (Rs.)
Tax and duties (Rs.)
Total Cost (Rs.)
Notes:
Land leveling Accuracy +/- 75 mm local undulations. Overall slope < +/-0.05 deg for 100 m
length. Verification with Theodolite / Total Station
Drainage trench size: 0.4 m x 0.4 m (W x D)
6.1.2. Footing Foundation
S. No. Description of the work Quantity Unit
Unit
Rate
Rs.
Total Rs.
1
Marking of foundation using Total station.
Setting up temporary and permanent bench
marks points
75 nos.
2 Manually marking of foundation. Setting up
temporary and permanent bench marks points 21 nos.
3
Earth work excavation for all kinds of work
(without rock) preparing the bed for the
foundation, back filling, ramming with
watering, including shoring and shuttering
215 cu.m.
Tender Document 201601521, MMD, IIT Bombay Sheet 114 of 221
4
Filling in basement with river sand, including
cost of all materials and labour charges for
filling, leveling and compacting work
including pest control
200 cu.m.
5
Laying plain cement concrete using 1.5” over
size hand broken aggregate With 1:5:10 ratio
including cost of all materials, labour charges
for mixing placing of concrete and curing all
complete work
14 cu.m.
6
Steel work: Fabricating and placing in
position of HYSD 415N/mm2 steel bar for
all reinforced concrete works including cost
of all materials cutting, bending and tying of
bars as per drawing
5 tons
7 Shuttering work 140 sq.m.
8
Reinforced cement concrete grade M20
(1:1.5:3) for footing, columns and for all
beams using 20mm size aggregate including
cost of materials, laying, vibrating and
leveling, consolidating and curing work
41 cu.m.
9 Foundation bolt fixing using theodolite 96 nos.
10 Plastering in C.M.1:3 for all R.C.C. structures
including cost of all materials 85 sq.m.
Total Rs.
Tax and duties (Rs.)
Total Cost Rs
Tender Document 201601521, MMD, IIT Bombay Sheet 115 of 221
6.1.3. Plinth Beam
S.
No. Description of the work Quantity Unit
Unit
Rate
Rs.
Total Rs.
1
Laying plain cement concrete using 1.5” over
size hand broken aggregate With 1:5:10 ratio
including cost of all materials, labour charges
for mixing placing of concrete and curing all
complete work
6 cu.m.
2
Steel work: Fabricating and placing in position
of HYSD 415N/mm2 steel bar for all
reinforced concrete works including cost of all
materials cutting, bending and tying of bars as
per drawing
1 Tons
3 Shuttering work 22 sq.m.
4
Reinforced cement concrete grade M20
(1:1.5:3) for footing, columns and for all
beams using 20mm size aggregate including
cost of materials, laying, vibrating and
leveling, consolidating and curing work
6 cu.m.
5
Plastering in C.M.1:3 for all R.C.C. structures
like columns, beams, lintels, sunshades, roof
beams, brick work, etc including cost of all
materials
65 sq.m.
Total Rs.
Tax and duties (Rs.)
Total Cost Rs
Note:
Plinth beam size: 0.4 m x 0.3 m x 50 m
6.1.4. Pedestal
S.
No. Description of the work
Total
Quantity Unit
Unit
Rate
Rs.
Total Rs.
1 Manually marking of foundation. Setting up
temporary and permanent bench marks points 48 nos.
2
Earth work excavation for all kinds of work
(without rock) preparing the bed for the
foundation, back filling, ramming with
watering, including shoring and shuttering
4 cu.m.
Tender Document 201601521, MMD, IIT Bombay Sheet 116 of 221
3
Laying plain cement concrete using 1.5” over
size hand broken aggregate with 1:5:10 ratio
including cost of all materials, labour charges
for mixing placing of concrete and curing all
complete work
1.5 cu.m.
4 Shuttering work for lintel & sunshade, roof
slab, footing, plinth beam 20 sq.m.
5
Reinforced cement concrete grade M20
(1:1.5:3) for footing, columns and for all
beams using 20mm size aggregate including
cost of materials, laying, vibrating and
leveling, consolidating and curing work
5 cu.m.
6 Foundation bolt fixing using theodolite 48 nos.
7
Plastering in C.M.1:3 for all R.C.C. structures
like columns, beams, lintels, sunshades, roof
beams, brick work, etc including cost of all
materials
20 sq.m.
Total (Rs.)
Tax and duties (Rs.)
Total Cost (Rs.)
Note:
Total number of pipe support structure pedestal is 45 and the pedestal size is 0.3 m x 0.3
m x 1 m
Total number of platform is 2 nos. Sizes are 2 m x 2.5 x 0.3 m - 1 no. and 1 m x 1 m
x 0.3 m - 1 no.
Tender Document 201601521, MMD, IIT Bombay Sheet 117 of 221
6.1.5. Civil and Structural Work for Shed
S. No. Description Area Unit
Unit
Rate
Rs.
Total Rs.
1
Work shed size: 15 m x 6 m
Flooring type: Concrete workshop floor
Wall: 10 ft high Concrete hollow block. Rest
covered with PPGI sheet
Shed type: Steel support structure (pillars and
roof) With PPGI sheet roofing
Height of lintel: 2.5 m
Windows: as required
Door size: 2.5 m x 2.5 m
90 sq.m
Total Rs.
Tax and duties (Rs.)
Total cost Rs.
Tender Document 201601521, MMD, IIT Bombay Sheet 118 of 221
6.1.6. Concrete Bolt & Fasteners List
S.
No. Description Quantity Unit
Unit
Rate
Rs.
Total Rs.
1
M16 galvanized bolt, Qty. 276 nos.+20
No's
Total length: 300 mm plain rod for LFR
Total length :750 mm length rod for
Accumulator
Thread length: 125 mm
Individual bolts should be fabricated for
the following size and quantity.
Total LFR foundation Qty. 69 *4 No's
Total TES foundation Qty: 5* 4 No's
154.08 kg
2
M20 galvanized bolt, Qty. 36 nos+24
No's +6 No's
Total length: 750 mm plain rod
Thread length: 125 mm
Individual bolts should be fabricated for
the following size and quantity.
Total Steam drum and TES foundation
Qty. : 6 * 6 No's
Total pipe rack foundation Qty: 4 * 6 No's
Total blow down tank foundation Qty: 3
x 2 No's
118.8 kg
3 M16 galvanized nut with washer 49.8 kg
4 M16 galvanized nut with washer 51 kg
5 M20 galvanized nut with washer 23 kg
6 M20 galvanized nut with washer 11 kg
Tender Document 201601521, MMD, IIT Bombay Sheet 119 of 221
7 concrete anchor bolt for pumps
(L - 150 mm) 8 kg
8
Pedestal foundations:
M12 dia galvanized bolt, Qty. 180 nos
Total length: 450 mm plain rod
Thread length: 125 mm
Individual bolts should be fabricated for
the following size and quantity.
Fabricated Frame Size: 250m x 250 mm
Total pedestal foundation Qty. 45 * 4
No's
76 kg
9 M12 Galvanized nut with washer 72 kg
Total (Rs.)
Tax and duties (Rs.)
Total cost Rs.
Tender Document 201601521, MMD, IIT Bombay Sheet 120 of 221
6.2. Construction of Solar Energy Collector
6.2.1. Supply of Fabrication Items
S.
No. Items Specification
Qty in
nos.
Weigh
t in kg
Unit
Rate
(Rs.)
Amount
(Rs.)
1 Girder
Assembly
Rectangular ERW Tube (200 mm x
100 mm x 4 mm, L-6 m), with ARC
welded MS end plates 2 nos on each
(200 mm x 100 mm x 2 mm,) having
diameter of 10 mm hole on both sides
and arc welded MS base plates (140
mm x 50 mm x 8 mm) having two M8
tap holes at four locations.
Also at both ends in the 200 mm face
12 mm diameter through holes shall be
provided. Additionally twelve 6000
mm girders having diameter of 10 mm
through holes 2 numbers at 4 locations
on each girder.
The allowance for straightness of the
girder along the 6000 mm length
should not exceed ±2 mm. The
allowance for flatness of the girder on
top surface (100 mm width thru 6000
mm length) should not exceed ±1 mm.
The allowance for length of the girder
±2 mm.
The completed girders assembly shall
be hot dip galvanized as per standards
given.
48 5,345
2
Girder
Joining
Plate
Hot dip galvanized MS Plates (225
mm x 100 mm x 5 mm) having 2 slots
(in each MS plate)
64 58
3
Girder
guide base
support
with eye-
hook
Welding of 8 mm thick MS plate (185
mm x 75 mm x 8 mm) with Two L -
Angle (75 mm x 75 mm x 5 mm)
length of 205 mm facing each other,
the gap of 105 mm for girder entry.
Welding on slotted 8 mm plate (300
mm x 300 mm x 8 mm). Welding of
eye-hook plate (135 mm x 50 mm x 8
mm) on top.
18 150
Tender Document 201601521, MMD, IIT Bombay Sheet 121 of 221
The completed assembly shall be hot
dip galvanized as per standards given.
4
A-Frame
and Girder
bottom
support
setup
Welding of 8 mm thick MS plate (135
mm x 75 mm x 8 mm) with Two L –
shaped bent plate (205 mm x 65 mm x
5 mm) length of 130 mm facing each
other. The gap of 115 mm for girder
entry and welding on slotted 8 mm
plate (300 mm x 300 mm x 8 mm). 4
nos of stiffener plates (200 mm x 60
mm x 5 mm) welded for strength.
The completed assembly shall be hot
dip galvanized as per standards given.
22 150
5
Girder
bottom
support
setup
Welding of 8 mm thick MS plate (135
mm x 75 mm x 8 mm) with Two L-
Angle (75 mm x 75 mm x 5 mm)
length of 205 mm facing each other,
the gap of 105 mm for girder entry
The completed assembly shall be hot
dip galvanized as per standards given.
28 225
6 A-Frame
Part-Type 1
MS ERW Pipe of Diameter 88.9 mm,
3.8mm Thickness; Length - 6000 mm,
ARC Welded with 170 mm dia, 8mm
Thickness, flange having four 12 mm
diameter holes (125 mm PCD) at one
end and at the other end arc welded
with MS base plate 245 mm x 130
mm x 8 mm Thickness, having two
corner 14 mm holes.
Flange plate end of the pipe is cut at
an angle of 90 degree before welding.
Base plate end of the pipe is cut at 30
degrees before welding. Four
numbers of MS plate triangular
Stiffener having the 50 mm x 40 mm
x 5 mm Thickness shall be provided
at the 90 degree flange end. Four
numbers of MS plate triangular
Stiffener having the 100 mm x 67 mm
x 8 mm Thickness shall be provided
at the base plate end.
The allowance for straightness of the
ERW pipe along the 6000 mm length
should not exceed ±2 mm per 6000
mm. The allowance for length of the
pipe ±2 mm.
22 1,210
Tender Document 201601521, MMD, IIT Bombay Sheet 122 of 221
The completed items shall be
galvanized as per standards given.
7
Part of A-
Frame-Type
2
MS ERW two Pipes of Diameter 76.1
mm, 3. 2 mm Thickness, length 3650
mm, and Diameter 76.1 mm, 3.2 mm
Thickness, Length 501 mm should be
angular cut at 45 deg. at the both end.
Both pipes should be welded to each
other at the angular cut face.MS plate
of Diameter 170 mm, 8 mm
Thickness having four 12 mm
diameter holes at 125 mm PCD and
MS plate triangular Stiffener – 50 mm
x 40 mm x 5 mm Thickness are
prefabricated. MS plate is welded at
one end (straight end) of ERW pipe of
length 3650 mm along with MS plate
triangular Stiffener on four sides.
MS plate – 240 mm x 90 mm x 5mm
Thickness is welded at one end
(straight end) of ERW pipe of length
182 mm. MS ERW Pipe of Diameter
88.9 mm, 4.8mm Thickness, length
100 mm with both ends angular cut at
45 deg. MS plate 77 mm x 60 mm x 8
mm thickness, having 20 mm
diameter hole at the middle of the
plate is prefabricated. The plate
should be welded with MS ERW Pipe
of length 100 mm on three sides and
the same setup should be again
welded with MS ERW Pipe of length
3650mm.
The allowance for straightness of the
ERW pipe along the 3650 mm length
should not exceed ±2 mm. The
allowance for length of the pipe ±2
mm.
The completed items shall be hot dip
galvanized as per standards given.
11 660
Tender Document 201601521, MMD, IIT Bombay Sheet 123 of 221
8 Section
Clamp
MS ERW Pipe Diameter 88.9 mm,
4.8 mm Thickness length120 mm
Both ends are angular cut and split
into two semi cylindrical sections.MS
plate length of 120 mm, width of 40
mm and thickness of 8 mm should be
welded longitudinally with MS ERW
Pipe on both sides.MS plate length of
125 mm, width of 115 mm and
thickness of 8 mm should be welded
at the centre of MS ERW Pipe in the
longitudinal direction. MS Angle75
mm x 75 mm x 6 mm Thickness;
length 250 mm MS Angle should be
welded at one end of MS ERW
Pipe.MS plate Stiffener length of 65
mm, width of 30 mm and thickness of
5 mm Thickness.
MS plate Stiffener should be welded
in the middle part of MS ERW pipe.
The completed items shall be hot dip
galvanized as per standards given.
22 150
9
A-Frame
Base
Support
MS plate - (300 mm x 300 mm x 8
mm Thickness) and MS plate - 260
mm x 130 mm x 5 mm Thickness
should be welded together to form an
L-shape and weld the same with MS
plate of 250 mm length.
MS Plate Stiffener – 200 mm x 60
mm x 5 mm Thickness four numbers
welded in between MS Plate and L-
Shaped MS Plate.
The completed items shall be hot dip
galvanized as per standards given.
22 242
10
Welded
ERW tube
With
endplate
and collar
plate
ERW round tube: Dia 140 mm x 3.5
mm, Length 6010 mm.MS plate: 215
mm x 177 mm x 8 mm should be
welded on both sides of ERW tubes. .
The allowance for straightness of the
ERW round tube along the 6000 mm
length should not exceed ±2 mm per
6000 mm. The allowance for length
of the pipe ±2 mm
MS plate: 75 mm x 52.5 mm x 6 mm.
168 12,096
Tender Document 201601521, MMD, IIT Bombay Sheet 124 of 221
Weld the MS plates linearly in the
distance of 1000 mm at 6 times each
on both sides.
After welding process the above items
should be sent for Hot dip
galvanization.
11 Laser Cut
MS sheet
Length - 1070 mm, Height - 118 mm,
and Thickness - 2 mm. Quantity 1176
nos.
Triangular laser cut MS plate of 2 mm
thickness, width 1100 mm and height
200 mm. The allowable tolerance is ±
0.05 mm. At the bottom of the laser
cut sheet a semi-circle shaped 70 mm
radius to be Laser cut.
There are five 21.34 mm diameter
holes at 250 mm distance each. The
completed items shall be hot dip
galvanized as per standards given.
Tolerances for Laser Cutting: Overall
length and width tolerance: ± 0.2 mm,
Hole taper tolerance: 10% of material
thickness, Hole diameter: ± 0.1 mm
1,176 1,341
12 GI round
tube
Diameter – 21.30 mm, thickness – 2
mm and length - 6000 mm, Overall
length tolerance: + 0.2 mm
840 4,788
13 Fixture for
MSS
assembly
Length - 6.1 m, Width - 0.3 m and
Height- 0.75 m. ± 0.1 mm accuracy
should be maintained.
Fixture Base channels (200 mm x 75
mm x 5 mm, length 2325 mm) 5 nos.
Fixture Central Support (150 mm x
75 mm x 4 mm, length 1260 mm) 4
nos.
Fixture leg, Square Tube (80 mm x 80
mm x 3 mm, Length 535 mm) 10 nos.
Fixture leg top plate (140 mm x 110
mm x 16 mm) 10 nos.
Fixture leg base support plate (140
mm x 140 mm x 8 mm) 10 nos.
Aluminium extruded tube support MS
2 973
Tender Document 201601521, MMD, IIT Bombay Sheet 125 of 221
plate (150 mm x 50 mm x 6 mm) 10
nos.
L-Clamp (60 mm x 50 mm x 3 mm)
64 nos.
Bottom plate for L-clamp plate (65
mm x 25 mm x 3 mm) 32 nos.
Middle Torque Tube support leg (50
mm x 50 mm x 2 mm, L-420 mm) 3
nos.
Torque tube support plate (190 mm x
75 mm x 8 mm) 3 nos.
Torque tube support radius cut plate
(190 mm x 80 mm x 8 mm);
Z Clamp (75 mm x 25 mm x 2 mm)
32 nos.
14
Level bar
for mirror
assembly
Aluminium Extruded Structural
section (45 x 45, Length 3000 mm) 2 45
15
Receiver
Support
Structure
Type-1
Four numbers MS Angles - 40 mm x
40 mm x 3 mm length 12,314 mm;
Twenty four numbers MS Angles - 30
mm x 30 mm x 4 mm length 615mm;
Twelve numbers MS Angles - 50 mm
x 50 mm x 6 mm length 320mm; Two
numbers MS Angles - 50 mm x 50
mm x 6 mm length 400 mm; Two
numbers MS rod - Diameter 12 mm
length 12600 mm.
This rod should be bended as
continuous zig zag triangular shape.
Twenty one numbers MS Rod -
Diameter 12 mm length 450 mm are
prefabricated and assembled to
fabricate a Warren truss of size Span:
12314 mm; Height: 320 mm; Width:
520 mm using welding fixture.
The completed items shall be
galvanized as per standards given.
7 1,120
16 Receiver
Support
MS Angles - 40 mm x 40 mm x 3 mm
length 8000 mm, Qty. 4 nos.
2 204
Tender Document 201601521, MMD, IIT Bombay Sheet 126 of 221
Structure
Type-2
MS Angles - 30 mm x 30 mm x 4 mm
length 615 mm, Qty. 16 nos.
MS Angles - 50 mm x 50 mm x 6 mm
length 320 mm, Qty. 4 nos.
MS Angles – 50 mm x 50 mm x 6
mm length 400 mm, Qty. 2 nos.
MS Rod - Diameter 12mm length
8400 mm, Qty. 2 nos.
This rod should be bent as continuous
zig-zag triangular shape;
MS Rod - Diameter 12mm length 450
mm, Qty. 14 nos. are prefabricated
and assembled to fabricate a Warren
truss of size (span: 8,000 mm; Height:
320mm; Width: 520mm) using
welding fixture.
The completed items shall be
galvanized as per standards given.
17
Receiver
support
structure
coupler
MS Angles - 40 mm x 40 mm x 3 mm
length 150 mm, Qty. 4 nos.
MS Angles - 50 mm x 50 mm x 6 mm
length 320 mm, Qty. 4 nos.
MS Angles - 50 mm x 50 mm x 6 mm
length 400 mm, Qty. 2 nos.
MS Rod - Diameter 12 mm length
130 mm, Qty. 6 nos. are prefabricated
and assembled to fabricate a Warren
truss of size (span: 150 mm; Height:
320 mm; Width: 520 mm) using
welding fixture.
The completed items shall be
galvanized as per standards given.
1 16
18
Receiver
Support
Structure
connection
plate
MS Plate 225 mm x 80 mm x 5 mm
Thickness with 4 nos. of 12 mm
Diameter drilled holes. The
completed items shall be galvanized
as per standards given.
34 668
Tender Document 201601521, MMD, IIT Bombay Sheet 127 of 221
19 Z - type
clamp
Aluminium Sheet: 100 mm x 1015
mm x 2 mm Thickness; Qty: 200 nos.
Aluminium Sheet70 mm x 50 mm x 1
mm Thickness; Qty: 792 nos.
Both aluminium sheets should be
fabricated by bending the sheets for
forming ‘Z’ shape
992 120
20 Outer
Cavity
Galvanized sheet - 1130 mm x 3900
mm x 0.5 mm Thickness, Qty. 25 nos.
Galvanized sheet - 1130 mm x 255
mm x 0.5 mm Thickness, Qty. 16 nos.
Galvanized sheet - 1130 mm x 125
mm x 0.5 mm Thickness, Qty. 19 nos.
All galvanized sheets shall be
fabricated by bending the sheets for
forming ‘W’ shape
60 462
21
Tube
Support
Rail
A. 6 mm width Slot to be cut on the
square tube (40 mm x 40 mm x 2 mm
Thickness length 300 mm) on one
side throughout the length and for 30
mm length on the opposite side for
three set of pieces.
B. SS 316 Sheet - 130 mm x 33 mm
x 8mm Thickness
Three holes of Dia 6 mm at 40 mm
interval along the width should be
drilled using milling m/c.
Slot cut of 6 mm width x 50 mm
length should be cut longitudinally in
the middle part.
The sheet having two numbers of 8
mm diameter holes on both sides (10
mm from the edge)
B.1. SS 316 Rod - Diameter 36 mm
length 8 mm having the 8 mm
diameter hole in the centre. Both edge
should be chamfered.
B.2. SS 316 Rod - Diameter 5.8 mm
length 34 mm. Both edges are
chamfered.
68 94
Tender Document 201601521, MMD, IIT Bombay Sheet 128 of 221
B.3. SS 316 Rod - Diameter 12 mm
length 24 mm. Rod of 21 mm length
should be step turned to Diameter 8
mm and groove cut from one edge of
1 mm width 0.2 mm depth.
B.4. SS 304 Sheet – 85 mm x 70 mm
x 5 mm Thickness. L-shape bend, 8.5
mm width 20 mm length two nos of
slots and 8mm hole should be made
from the sheet.
B1 to B4 should be assembled with B
and this sub assembly should then be
assembled with A.
22
Tube
Support
Bottom
Clamp
SS 304 Sheet – 535 mm x 50 mm x
5mm Thickness having four bends &
one Curve bend width wise and 6 nos.
of Diameter 8.5 mm holes
27 29
23
Tube
Support
Top Clamp
SS 304 Sheet - 190 mm x 25 mm x
5mm Thickness having one Curved
bend in the middle and two nos. of
Diameter 8.5 mm holes
27 5
24
Receiver
End Tube
Support
Truss
MS ISA 5050 - Angles - 50 mm x 50
mm x 6 mm length 500 mm
MS ISA 5050 - Angles - 50 mm x 50
mm x 6 mm length 650 mm
Both angles should be welded
perpendicularly.
The completed items shall be
galvanized as per standards given.
8 32
25
Receiver
Holding
angles
MS ISA 7575 - Angles - 75 mm x 75
mm x 6 mm length 160 mm; Qty. 22
nos.
MS ISA 7575 - Angles - 75 mm x 75
mm x 6 mm length 90 mm, Qty. 44
nos.
The completed items shall be
galvanized as per standards given.
66 53
26
Receiver
structure
support
frames
MS ERW rectangular tube - 50 mm x
25 mm x 2.65 mm; Length 2000 mm,
with two holes diameter of 14 mm on
both sides of the tubes
11 130
Tender Document 201601521, MMD, IIT Bombay Sheet 129 of 221
27 Shaft for
gear box
MS Rod- Shaft Dia 33 mm x Length
115 mm with key way, key rod and
Circlips.
MS plate- Dia 120 mm x 8 mm with 4
holes in the 80 mm PCD.
Both sides of the MS rod shaft should
be welded with MS plates. After
fabrication process the above items
shall be sent for electro chrome
plating. After electro plating process
assemble the shaft, plates using
fasteners and assemble with gear box.
36 80
28 Encoder set
up
Bent L Plate (105 mm x 60 mm x 3
mm, Qty. 1 no.)
Fasteners (Bolt, Nut and Washer) -
(M3 x 12 mm, Qty. 3 nos.).
After fabrication process the above
items shall be sent for electro chrome
plating.
The completed items shall be hot dip
galvanized as per standards given.
36 6
29
MS Rod-
Shaft with
MS plates -
type I
Both sides of the MS rod (EN24, OD
33 x 115 mm Length) should be
welded with MS plate (Dia 120 mm x
8 mm Thickness) after turning the
materials in lathe.
The completed items shall be hot dip
galvanized as per standards given.
96 212
30
MS Rod-
Shaft with
MS plates -
type II
One side of the MS rod (EN24, OD
33 mm x 115 mm Length) should be
welded in shop with MS plate (Dia
120 mm x 8 mm Thickness) after
turning the materials in lathe.
The completed items shall be hot dip
galvanized as per standards given.
72 108
31 Aluminium
Flange
Aluminium Flange-Flange dia 115
mm, step-1dia 90 mm, step-3 dia 60
mm, centre bore dia 40mm and
overall thickness of 40 mm block
assembled on gear box to hold stepper
motor.
36 25.2
Tender Document 201601521, MMD, IIT Bombay Sheet 130 of 221
The allowance for circularity of the
flange should not exceed ±0.04 mm
32 MS shaft-
Adapter
Adapter dia 30 mm and step dia 13.2
mm and the length of 60 mm adapter,
connect gear box drive hollow shaft
and stepper motor shaft.
The completed items shall be hot
chrome plated as per standards given.
36 6
33
Mirror
Gluing set
up
H-type frame to be fabricated using
the below components. The frame
will rest on nylon rollers and will hold
5 nos. of adhesive guns for dispensing
adhesive for fixing mirror to the
structure.
Rectangular Tube (50 mm x 25 mm x
2 mm, 250 mm, Qty. 2 nos.)
Roller Top flat plate (63 mm x 6 mm,
L- 300 mm, Qty. 2 nos.)
Nylon Roller (Dia 50 mm x 50 mm,
Qty. 4 nos.)
Roller Bush (Dia 15 mm x 51 mm,
Qty. 4 nos.)
Fasteners (M6 x 12 mm, Qty. 16 nos.)
Tap Holes plate for Rectangular .tube
to L-Angle (50 mm x 75 mm x 6 mm,
Qty. 4 nos.)
L-Angle (25 Equal Angle x 3 mm, L-
1125 mm, Qty. 1 no.)
Adhesive gun holder ‘U’ Bolt (Dia 6
mm x 200 mm, Qty. 5 nos.)
L-Angle (35 Equal Angle x 3 mm, L-
6000 mm, Qty. 4 nos.)
1 34
34
Mirror
curing set
up
H-Frame should be fabricated using
the following components, for
holding the mirrors to the structure till
16 37
Tender Document 201601521, MMD, IIT Bombay Sheet 131 of 221
it cures.
MS L-Angle (38 Equal Angle x 3
mm, L-1080 mm, Qty. 1 no.)
Bent L plate (145 mm x 25 mm x 5
mm, Qty. 2 nos.)
Fasteners (Bolt, Nut and Washers) -
(M8 x 130 mm, Qty. 5 nos.)
The completed items shall be hot dip
galvanized as per standards given.
35
Truss for
mirror
cleaning
equipment
Warren Truss rail for cleaning the
mirror. It will connect girders in the
N-S direction.
(Rectangular tube Keel 50 mm x 25
mm x 2.5 mm, L - 20251 mm
Square tube-cross Member 25 mm x
25 mm x 2 mm, L - 17740 mm)
84 5880
36
Moving
platform for
Mirror
Cleaning
Drive cast nylon roller set- Dia 50
mm, thk 25 mm - Qty : 4 nos.
Idler cast nylon roller set - Dia 50
mm, thk 25 mm - Qty : 4 nos.
Platform support leg - 50 x 25 x 2.5
mm, Length - 0.9 m - Qty : 4 nos
Platform Frame 1 - 50 x 25 x 2.5 mm,
Length 3 m - Qty : 2 nos.
Platform Frame 2 - 50 x 25 x 2.5 mm,
Length 0.75 m - Qty :5 nos.
Support plate for motor - 150 x 100 x
19 mm - Qty : 2 nos.
1 24
Total (Rs.)
Tax and duties (Rs.)
Total Cost (Rs)
Tender Document 201601521, MMD, IIT Bombay Sheet 132 of 221
6.2.2. Supply of Bought Out Items
S.
No. Items Specification Qty UOM
Unit
Rate
(Rs.)
Amount
(Rs.)
1 High temperature
aluminum reflector
Dimensions: 1250 mm x
2000 mm x 0.75mm
Refer Specifications of
Aluminum based reflector
for Secondary Reflector
30 pcs
2 Aluminium plug -
nut M6 300 nos.
2 Adhesive
Terostat MS - 930 Gray or
equivalent
310 ml
Refer Specification of
Adhesive
640 nos.
3 Pneumatic
adhesive gun 310 ml catridge gun 5 nos.
4 Pneumatic pipe
and fittings
Dia - 10 mm Hose & 1”
fittings 5 nos.
5 GI-TVS Allen
Bolt, washer M6 x 18 1,344 nos.
6 GI-Nut M 16 272 nos.
7 GI-Bolt, nut and
washer M 12 x 140 mm 96 nos.
8 GI-Hex Bolt and
washer M 8 X 16 mm 432 nos.
9 Gear box -
Aluminium worm
Ratio 50:1 With flange
mounting; ~ C/C 50 mm 36 nos.
10 Keyrod Sq 5 mm x 25 mm 36 Nos.
11 Keyrod Sq 4 mm x 20 mm 36 Nos.
12 Plumber block-
Split type 1 1/4” Bore With collar 168 nos.
13 GI Hex bolt, nut &
double washer M10 x 80 mm 270 sets
14 GI Hex bolt, nut &
double washer M12 x 40 mm 165 sets
Tender Document 201601521, MMD, IIT Bombay Sheet 133 of 221
15 GI Hex bolt, nut &
double washer M16 x 40 mm 60 sets
16 GI Hex bolt, nut &
double washer M12 x 50 mm 105 sets
17 Eye bolt, nut &
double washer M12 12 sets
18
GI high tensile
steel core wire
rope
Φ 9 mm; 6 mm x 19 mm 750 m
19 GI forged steel
clamp Φ 10 mm 240 nos.
20 GI Thimble Φ 12 mm; 7/16 120 nos.
21 GI 'D' Shackle Φ 5/8 mm 180 nos.
22 GI turn buckle
With both end eye Φ M12 x 200 mm 75 nos.
23 Corroshield Self
thread screws 10-16 x 16 33 Lv-3 1,875 nos.
24 GI Hex bolt & nut M12 x 30 mm 250 sets
25 GI Hex bolt & nut M12 x 25 mm 208 sets
26 Thin Washer M12 417 sets
27 SS Hex bolt, nut &
double washer M6 x 16 mm 1,458 sets
28 SS Hex bolt, nut &
double washer M4 x 10 mm 1,042 sets
29
SS Hex bolt, nut,
plate & spring
washer
M8 x 20 mm 192 sets
30 GI Testal Steel
wire rope Φ 6 40 m
31 M.S.
Wheel(pulley) 4" 2 nos.
32 Mild steel block
(Dead weight) Φ 200 x 51 mm 50 kg
33 GI Hex bolt & nut M12 x 40 mm 50 sets
34 Cotton Gloves - 50 sets
35 Teflon tape ½” Tape 15 nos.
36 Rubber gloves - 100 sets
Tender Document 201601521, MMD, IIT Bombay Sheet 134 of 221
37 UPVC Pipe SCH-40, 32 mm 200 m
38 UPVC Tee fittings SCH-40, 32 mm 22 nos.
40 UPVC Elbow with
thread SCH-40, 32 mm 10 nos.
41 Quick release
coupling 1 Inch SS 23 nos.
42
Drive motor for
mirror cleaning
structure
p=0.75 HP, 415 V, 3 Phase,
50Hz and rpm 1440 with
gearbox 40 :1
2 nos
43 Cable Reel
4 core, 2.5 sq.mm, armoured
copper 40 m with automatic
rewind, splash proof (IP 55),
robust plastic housing
slewable upto 180 0
1 nos
45 High pressure
cleaning pump
Operating pressure 30-130
bar (adjustable)
Water O/P 10 l/min
4 nos
46 Hose
Steel braided high pressure L
- 8 m with quick release
coupling (female) 1 inch size
on both ends
1 nos
47 Cleaning brush
rollers
Dia 160 mm (minimum ),
cleaning width 1080 mm,
water consumption 5-10
l/min
4 nos
48 Power socket
Weather proof power socket,
15 Amps, 415 V , 3 phase
with switch local indication
15 nos
49 Power Cable
4 core x 2.5 Sq mm x
Armoured Copper cable for
Mirror cleaning setup
250 m
Total (Rs.)
Tax and duties (Rs.)
Total Cost (Rs.)
Tender Document 201601521, MMD, IIT Bombay Sheet 135 of 221
6.2.3. Assembly and Erection Items
S.
No. Items Description
Weight
(Kg)
Unit
Rate
(Rs.)
Amount
(Rs.)
1 Girder
Girder base plate and A-Frame support
assembly on footing foundation.
Positioning of girders on the footing
foundation and Girder alignment.
6,075
2 A-Frame A-Frame erection, winch erection and
de-erection 2,262
3 Receiver
structure
Positioning of receiver structure at the
height of 1 m from the ground below A-
Frame (9 nos.)
2,915
4 Mechanical
Tracking
Mechanical tracking system erection.
Alignment of MSS with client
supervision
500
Total (Rs.)
Tax and duties (Rs.)
Total Cost (Rs.)
Note :
Receiver Structure: Eleven winches each two tons capacity (30 m length steel core wire) with
control switches for 80 m length receiver erection.
Girder & A-frame: Suitable capacity crane shall provide to erect the girder & A-Frame in the
position.
Tender Document 201601521, MMD, IIT Bombay Sheet 136 of 221
6.2.4. Supply of Manpower for Assembly and Erection & Commissioning Support
S.
No. Work description
Manpow
er type
No. of
manpow
er
No.
of
days
Price
(Rs.)
1
Assembly of laser cut sheet and aluminum
round tube With reflector structure, Gluing
mirrors on to MSS and curing, plumber block
assembly, gearbox assembly and mirror
support structure erection in the field
Engineer 1 33
Rigger 6 33
Fitter 2 33
2
Erection and de-erection of receiver without
ETC tubes Rigger 4 15
Erection of receiver with ETC tubes Fitter 2 15
Total (Rs)
Tax and duties (Rs.)
Total Cost (Rs)
Note:
Well experienced qualified engineer and super-visor shall be deployed to follow the work at site
and support for commissioning.
Qualified fitter shall be deployed for mechanical based works.
All the laborers should wear the safety shoes, safety goggles and safety helmets.
Bidder shall strictly follow the Safety Code for Erection of Structural Steel Work as per -
IS:7205 : 1974
Tender Document 201601521, MMD, IIT Bombay Sheet 137 of 221
6.3. Steam drum, TES equipment, structures and piping
6.3.1. Supply of Bought Out Items
S.
No. Items Specification Qty UOM
Unit
Rate
(Rs.)
Amount
(Rs.)
A Equipment
1 Feed Water Pump
& Motor
Type: Triplex Plunger Pump
Flow Rate: 0.61 TPH
Feed Water Temperature: 80 °C
Differential Head: 1089 mWC
Motor Type: Induction Motor
Power: 3 Phase, 415 VAC
2 sets
2 Re Circulation
Pump & Motor
Type: Canned Motor Pump
Flow Rate: 1.2 TPH
Feed Water Temperature: 317 °C
Differential Head: 100 mWC
Motor type: Induction Motor
Power: 3 Phase, 415 VAC
2 sets
3 Cooling Water
Pump & Motor
Type: Centrifugal Pump
Flow Rate: 5 TPH
Water Temperature: 25 °C
Differential Head: 50 mWC
Motor type: Induction Motor
Power: 3 Phase, 415 VAC
2 sets
4 HP Dosing
system
Tank Capacity: 300 liter
Dosing Pump Flow: 0 - 5 LPH
Dosing Pump Pressure: 120 bar
Maximum Working Temp: 50 °C
1 no.
5 Flow Element -
Orifice assembly
Pipe Size: 1” (25 NB)
Element Material: SS316L
Process Connection: Flanged
Class: 1500#
5 nos.
6 Rupture disk
Medium : Salt - NaNO3
Volume of PCM salt : 4.6 m3
Design Temperature: 327 °C
Design Pressure : 1.5 bar
1 no.
7 Sample Cooler
Cooling Water inlet Pressure: 5
bar
Cooling Water inlet Temperature:
30 °C
Medium : Water / Steam
3 nos.
Tender Document 201601521, MMD, IIT Bombay Sheet 138 of 221
8 Thermowell Refer Thermowell specification 70 nos.
9 Cooling Tower
Equipments
Refer Specification of Cooling Tower
Equipment 1 nos.
B IBR Pipes
1 Seamless Pipe 50 NB - 40 SCH - SA 106 Gr. B 39 m
2 Seamless Pipe 50 NB - 80 SCH - SA 106 Gr. B 59 m
3 Seamless Pipe 25 NB - 80 SCH - SA 106 Gr. B 525 m
4 Seamless Pipe 15 NB - 80 SCH - SA 312 TP304 20 m
5 Seamless Pipe 15 NB - 80 SCH - SA 106 Gr. B 100 m
C Pipe Fittings
1 Seamless 90°
Elbow
LR - 50 NB - 40 SCH - BW - SA
234 Gr.WPB 23 nos.
2 Seamless 90°
Elbow
LR - 50 NB - 80 SCH - BW - SA
234 Gr.WPB 14 nos.
3 Seamless 90°
Elbow
LR - 25 NB - 80 SCH - BW - SA
234 Gr.WPB 79 nos.
4 Seamless 90°
Elbow
LR - 15 NB - 80 SCH - BW - SA
403 WP 304 10 nos.
5 Seamless 90°
Elbow
LR - 15 NB - 80 SCH - BW - SA
234 Gr.WPB 140 nos.
6 SORF Flange 50 NB - 900 Class - SA 234
Gr.WPB 25 nos.
7 SORF Flange 25 NB - 900 Class- SA 234
Gr.WPB 35 nos.
8
Seamless
Concentric
Reducer
50/32 NB - 40 SCH - BW - SA
234 Gr.WPB 5 nos.
9
Seamless
Concentric
Reducer
50/25 NB - 40 SCH - BW - SA
234 Gr.WPB 5 nos.
10
Seamless
Concentric
Reducer
50/25 NB - 80 SCH - BW - SA
234 Gr.WPB 5 nos.
11
Seamless
Concentric
Reducer
32/25 NB - 80 SCH - BW - SA
234 Gr.WPB 5 nos.
12
Seamless
Concentric
Reducer
25/15 NB - 80 SCH - BW - SA
234 Gr.WPB 10 nos.
Tender Document 201601521, MMD, IIT Bombay Sheet 139 of 221
13 Equal Tee 50 NB - 40 SCH - BW - SA 234
Gr.WPB 9 nos.
14 Equal Tee 25 NB - 80 SCH - BW - SA 234
Gr.WPB 11 nos.
15 Equal Tee 15 NB - 80 SCH - BW - SA 234
Gr.WPB 50 nos.
16 Spiral wound
gasket
50 NB - 2.5 Thickness - 900 Class
- SS 304 - CAF 25 nos.
17 Spiral wound
gasket
50 NB - 2.5 Thickness - 900 Class
- SS 304 - CAF 35 nos.
18 Bolt M24 - 125 LG - SA 193 GR.B8M 60 nos.
19 Nut M24 - SA 193 GR.B8M 60 nos.
20 Washer M24 - SS 120 nos.
21 Seamless Pipe
Nipple
15 NB - 80 SCH - 1/2" NB SW x
1/2"NPT(M) - SA 106 Gr. B 60 nos.
22 Condensate Pot
3" Shell - 1/2" NB SW Both
End,1/2" NPT(F) on Top &
Bottom with End Plug
20 nos.
23 Union 15 NB - 3000 Class - 1/2"NPT(F)
x 1/2"NPT(F) - SA 105 60 nos.
24 End Cap 15 NB - 3000 Class - 1/2"NPT(F)
- 25mm LG - SA 105 50 nos.
25 Siphon (Pig Tail) 15 NB - 80 SCH - 1/2"NPT(M) -
SA 106 Gr. B 17 nos.
26 Full Coupling 1" NPT x 3000 Class - SA 105 100 nos.
D Pipe Insulation
1 Hot Insulation 50 NB - 50 mm Thickness - Rock
wool with Aluminum Cladding 13.87 sq.m
2 Hot Insulation 50 NB - 75 mm Thickness - Rock
wool with Aluminum Cladding 25.36 sq.m
3 Hot Insulation 25 NB - 50 mm Thickness - Rock
wool with Aluminum Cladding 5.76 sq.m
4 Hot Insulation 25 NB - 60 mm Thickness - Rock
wool with Aluminum Cladding 5.69 sq.m
5 Hot Insulation 25 NB - 75 mm Thickness - Rock
wool with Aluminum Cladding 126.44 sq.m
6 Hot Insulation
25 NB - 150 mm Thickness -
Mineral wool with Aluminum
Cladding
63.36 sq.m
7 Hot Insulation
1160 mm Dia - 150 mm Thickness
- Rock wool with Aluminum
Cladding
14.4 sq.m
Tender Document 201601521, MMD, IIT Bombay Sheet 140 of 221
8 Hot Insulation
1470 Dia - 150 mm Thickness -
Rock wool with Aluminum
Cladding
17.63 sq.m
9 Hot Insulation
Sq 1700 mm - 150 mm Thickness
- Rock wool with Aluminum
Cladding
48.87 sq.m
E Valves
1 Control Valve -
Pneumatic Valve
25 NB - 1500# - BW - SA 216
WCB 4 nos.
2 On / Off
Pneumatic Valve
50 NB - 1500# - BW - SA 216
WCB 1 no.
3 On / Off
Pneumatic Valve
25 NB - 1500# - BW - SA 216
WCB 7 nos.
4 Hand operated
Gate Valve
50 NB - 1500# - BW - SA 216
WCB 7 nos.
5 Hand operated
Gate Valve
25 NB - 1500# - BW - SA 216
WCB 13 nos.
7 Hand operated
Gate Valve
15 NB - 1500# - SW - SA 216
WCB 92 nos.
8 Hand operated
Gate Valve
15 NB - 1500# - SW - SA 182
F304 1 no.
9 Non Return Valve 50 NB - 1500# - BW - SA 216
WCB 3 nos.
10 Non Return Valve 25 NB - 1500# - SW - SA 216
WCB 9 nos.
11 Non Return Valve 15 NB - 1500# - SW - SA 182
F304 1 no.
12 Strainer 50 NB - 1500# - SW - SA 216
WCB 3 nos.
13 Strainer 25 NB - 1500# - SW - SA 216
WCB 2 nos.
14 Safety Valve 25 NB - 1500# - SW - SA 216
WCB 3 nos.
16 3-way Gauge
Cock 15 NB - TE - SA 182 F316L 16 nos.
17 5-way Gauge
Cock 15 NB - TE - SA 182 F316L 9 nos.
Total (Rs.)
Taxes and Duties (Rs.)
Total Cost (Rs.)
Tender Document 201601521, MMD, IIT Bombay Sheet 141 of 221
6.3.2. Supply of Evacuated Tube Collector
S.
No. Items Specification Qty UOM
Unit
Rate
(Rs.)*
Amount
(Rs.)
1 Evacuated Tube
Collector
Please refer to the specification
sheet for Evacuated Tube
Collector
35 nos
6.3.3. Fabrication of Equipment and Structure
S. No Items Specification Quantity UOM Weight
Unit
Rate
(Rs)
Amount
(Rs.)
1 Steam Drum Refer Annexure - 1 1 kg 9000
2 Accumulator Refer Annexure - 2 1 kg 12000
3
Phase Change
Material (PCM)
Tank - Pressure
Parts Refer Annexure - 3
1 kg 19000
Phase Change
Material (PCM)
Tank - Non
Pressure Parts
1 kg 2500
4 Blow Down
Tank Refer Annexure - 4 1 kg 1500
5
Steam Drum &
Accumulator
Structure
Length : 5000 mm
Width : 4000 mm
Elevation : 8750 mm
1 kg 9000
6 PCM Tank
Structure
Length : 5000 mm
Width : 4000 mm
Elevation : 6000 mm
1 kg 6000
7
Pipe Rack Truss
-Number of
pieces as per
detailed drawing
Length : 450 mm
Width : 450 mm
Elevation : 60000
mm
1 kg 5000
Tender Document 201601521, MMD, IIT Bombay Sheet 142 of 221
8
Pipe Support -
Number of
pieces as per
detailed drawing
Base plate with shoe
support as per detail
design drawing
1 kg 1000
9 PCM salt
PCM salt : NaNO3
Volume of PCM salt
: 4.6 m3
Appr. Weight : 9500
kg
1 kg 9500
10
Heating unit for
melting the
PCM salt
Vessel type : SS 304
Volume : 0.5 m3
Support structure :
MS steel
Appr. Weight : 250
kg for holding vessel
Gas burner : Multiple
gas burner for
heating vessel with
PCM salt
1 No 1
11
Commercial
LPG cylinder
(19 kg)
- 1 Nos 20
Total (Rs.)
Taxes and Duties (Rs.)
Total Cost (Rs.)
6.3.4. Erection of Equipment and Structure
S. No Items Specification Quantity UOM Weight
(kg)
Unit
Rate
(Rs)
Amount
(Rs.)
1 Steam drum
Diameter : 1160 mm
Length : 2750 mm
Appr. Weight: 9000
kg
1 No 9000
2 Accumulator
Diameter : 1460 mm
Length : 3250 mm
Appr. Weight: 12000
kg
1 No 12000
3
Phase Change
Material (PCM)
Tank
Size : SQ 1750 mm
Height : 5800 mm
Appr. Weight :
21500 kg
1 No 21500
Tender Document 201601521, MMD, IIT Bombay Sheet 143 of 221
4 Blow Down Tank
Diameter : 1460 mm
Height : 3250 mm
Appr. Weight: 1500
kg
1 No 1500
5
Steam Drum &
Accumulator
Structure
Length : 5000 mm
Width : 4000 mm
Elevation : 8750 mm
1 kg 9000
6 PCM Tank
Structure
Length : 5000 mm
Width : 4000 mm
Elevation : 6000 mm
1 kg 6000
7
Pipe Rack Truss -
Number of pieces
as per detailed
drawing
Length : 450 mm
Width : 450 mm
Elevation : 60000 mm
1 kg 5000
8 Feed Water
Pump & Motor
Type: Triplex Plunger
Pump
Flow Rate: 0.61 TPH
Appr. Weight: 150 kg
2 set 150
9 Re Circulation
Pump & Motor
Type: Canned Motor
Pump
Flow Rate: 1.2 TPH
Appr. Weight: 300 kg
2 set 300
10 Cooling Water
Pump & Motor
Type: Centrifugal
Pump
Flow Rate: 1.2 TPH
Appr. Weight: 10 kg
2 set 10
11 HP Dosing
system
Tank Capacity: 300
liter
Dosing Pump Flow: 0
- 5 LPH
Dosing Pump
Pressure: 120 bar
Appr. Weight: 150 kg
1 No 150
12 Heating Unit
Vessel type : SS 304
Support structure :
MS steel
Appr. Weight: 250 kg
for holding vessel
1 No 250
Total (Rs.)
Taxes and Duties (Rs.)
Total Cost (Rs.)
Tender Document 201601521, MMD, IIT Bombay Sheet 144 of 221
6.3.5. Fabrication and Erection of Pipes
S.
No. Items Specification Qty UOM
Unit
Rate
(Rs.)
Amount
(Rs.)
A No. of welding joints
1 Pipe joint 65 NB - 80 SCH - SA 312
TP304 30 nos.
2 Pipe joint 50 NB - 40 SCH - SA 106 Gr.
B 200 nos.
3 Pipe joint 50 NB - 80 SCH - SA 106 Gr.
B 20 nos.
4 Pipe joint 25 NB - 80 SCH - SA 106 Gr.
B 220 nos.
5 Pipe joint 15 NB - 80 SCH - SA 312
TP304 24 nos.
6 Pipe joint 15 NB - 80 SCH - SA 106 Gr.
B 464 nos.
7 Pipe Support Base plate with shoe support
as per detail design drawing 1000 kg
8 Pipe Insulation Rock wool with Aluminum
Cladding 311.38 sq.m
Total (Rs.)
Taxes and Duties (Rs.)
Total Cost (Rs.)
Note:
Painting of the piping included welded portion i.e. two coats of red-oxide primer & two coats of
synthetic enamel paint as per standard procedure.
The Paint’s specification shall be confirmed during the fabrication.
Instrument pipe fittings will be confirmed during detailed engineering.
Tender Document 201601521, MMD, IIT Bombay Sheet 145 of 221
6.4. Electricals, Instrumentation and Controls
6.4.1. Supply of Items
S. No. Item Description Qty UOM
Unit
Rate
(Rs.)
Amount
(Rs.)
A Transmitters & Gauges
1 Temperature
Transmitter
Pt-100 Duplex 4 wire RTD type
with local indication;
0.1% accurate of calibrated span,
Design press. 120 bar;
HART, IP-65 or better, 500 Ω load
impedance
15 nos.
2 Pressure
Transmitter
Capacitive/Piezo
resistive/Diaphragm type with local
indication;
0.1% accurate of calibrated span,
Design press. 120 bar;
HART, IP-65 or better, 500 Ω load
impedance, Duplex
10 nos.
3 Level
Transmitter
Differential Pressure Type,
2 wire type with local indication;
0.25% accurate of calibrated span,
Design press. 120 bar
4 nos.
4 Flow
Transmitters
HART, IP-65 or better, 500 Ω load
impedance;
0.1% accurate of calibrated span,
Design press. 120 bar
5 nos.
5 Pressure
Switch
Design press. 120 bar, Medium:
Water + Steam, 1 Switch;
Application: Pressure High Alarm
& Pump ON
4 nos.
6 RTD
Pt-100,Duplex 4 - wire type,
0 to 500 deg C range, 0.5%
accuracy
71 nos.
7 Pressure
Gauge
Bourdon type, Design Press 120 bar,
Dial 125mm 7 nos.
8 Level Gauge Design Pressure 120 bar, Dial
700mm 4 nos.
B VFD
1 VFD
5.5kW , 415V, 50Hz, IP-22 or
better
(Refer Annexure - 5)
2 nos.
Tender Document 201601521, MMD, IIT Bombay Sheet 146 of 221
2 VFD
7 kW , 415V, 50Hz, IP-22 or
better
(Refer Annexure - 5)
2 nos.
C Electrical tracking accessories
1
Stepper Motor
With
Planetary
Gear box
Holding Torque 3.5 Nm, 1.8 deg
step angle , IP-65, backlash <2-3
arc min, gear ratio: 50:1
36 nos.
2
Encoder
(Magnetic
Incremental)
10-30V DC, Output Push pull A, B,
N, IP-65 36 nos.
3
Limit Switch
with
Mounting
plate
Side Plunger Limit Switch, 1 NC +
1 NO, 6A contact 36 nos.
D Panels
1 PLC panel
With all the items mentioned in
Annexure - 6 –Table – 1 with
internal wirings
1 no.
2 RTU-1 panel
With all the items mentioned in
Annexure – 6 Table -2 with
internal wirings 1 no.
3 RTU-2 panel
With all the items mentioned in
Annexure – 6 Table - 3 with
internal wirings 1 no.
4 VFD Panel
With all the items mentioned in
Annexure – 6 Table -4 with
internal wirings 1 no.
5
LV
Panel/MOV
Panel
With all the items mentioned in
Annexure – 6 Table - 5 with
internal wirings 1 no.
E Cables
1 Power Cables 10 sq.mm, 4 core, shielded,
Unarmored, Cu conductor 50 m
2 Power Cables 6 sq.mm, 4 core, shielded,
Unarmored, Cu conductor 300 m
3 Power Cables 2.5 sq.mm, 4 core, shielded,
Unarmored, Cu conductor
2,00
0 m
Tender Document 201601521, MMD, IIT Bombay Sheet 147 of 221
5 Power Cables 2.5 sq.mm, 3 core, shielded,
armored, Cu conductor 210 m
6 Instrument
Cables
1sqmm, 3 core, shielded, Flexible,
Cu conductor
1,15
0 m
7 Instrument
Cables
1sq.mm, 8 core, shielded, Flexible,
Cu conductor
2,00
0 m
9 RTD Cables 1 sq.mm, 4 core, shielded RTD
Compensation cable, Flexible 1700 m
10 Ethernet
Cable CAT-5 Ethernet Cable 450 m
11 Cable Glands DC type, MOC: SS 500 nos.
F Cable Tray
1 Power Cables
tray 50 mm GI Perforated cable tray 50 m
2 Instrument
Cables tray 100 mm GI Perforated cable tray 250 m
3 Instrument
Cables tray 150 mm GI Perforated cable tray 300 m
G UPS
Single phase, 20kVA inverter,
15kW, 230V, Online UPS, 0 to 40
deg C Ambient
(Refer Annexure - 7)
1 Lot
H Computer and accessories
1 Computer Refer Annexure - 8 1 no.
2 Furniture Refer Annexure - 8 1 Lot
I Software
1
PLC
programming
software
Latest version PLC Programming
Software with Min 2 Years
License
1 no.
2 SCADA
software
Min 10 screens, unlimited tags,
compatible With Windows 7 or
above with lifetime license
1 no.
J Pneumatic Line Fittings
1 GI pipe 3/4" OD, 2 mm thickness GI pipe
With pipe support 100 m
2 GI Tee 1/2 inch GI tee With inner thread 25 nos.
Tender Document 201601521, MMD, IIT Bombay Sheet 148 of 221
3 Connector Male connector With both side
threaded 25 nos.
4 Reducer 1/2 inch to 3/8th reducer 25 nos.
5 Shutoff valve Hand lever operated ball valves -
Inline Mounting 3/8 and 1/2 15 nos.
6 Union Union for 3/8th air pipe 30 nos.
7 Air pipe 3/8 Impulse pipe for Pneumatic air
line 100 m
8 Fittings Fittings for pneumatic line
As
requi
red
nos.
K Earthing/ Grounding Items
1 GI- strip 25 mm x 3 mm x 2400 mm flat GI
strap for earthing 8 nos.
2 Earth wire 10 sq. mm Copper wire for earthing 20 m
3 Earth strip 25 mm x 3 mm GI Earth Strip 200 m
4 Earth Rod 25 mm dia of GI pipe x 2400
mm Length 4 nos.
5 Earth Plate 600 mm x 600 mm x 6 mm GI
plate 4 nos.
6 Bolt, Nut GI Bolt, Nut, Washer
As
requi
re
nos.
7 Coal Charcoal for earthing
As
requi
re
kg
8 Salt Salt for earthing
As
requi
red
kg
Total (Rs.)
Taxes and Duties (Rs.)
Total Cost (Rs.)
The various components mentioned above are indicative. However, the bidder shall supply
additional components, if required in order to meet the functional requirements as mentioned
in this specification, operational requirements and to also meet the general safety requirements.
Tender Document 201601521, MMD, IIT Bombay Sheet 149 of 221
6.5. Service Work for Instruments
S.
No. Item Specification Qty UOM
Unit
Rate
(Rs.)
Amount
(Rs.)
1 Instrument erection Lot
1.1 Temperature
Transmitter
Erection of all instruments
as per Instrument Hook up
drawing provided by DEC
with all standards
accessories.
15 nos.
1.2 Pressure
Transmitter 10 nos.
1.3 Level Transmitter 4 nos.
1.4 Flow Transmitter 5 nos.
1.5 Pressure Switch 4 nos.
1.6 RTD 71 nos.
1.7 Pressure Gauge 7 nos.
1.8 Level Gauge 4 nos.
1.9 Panel Erection 5 nos.
2 Cabling, Termination and Pneumatic line erection
2.1 Cable tray
erection
50 mm GI Perforated cable
tray 50 m
100 mm GI Perforated cable
tray 250 m
150 mm GI Perforated cable
tray 300 m
2.2 Cable laying
1 sq.mm, 3core /8 core,
shielded, unarmored, Cu
conductor
3,300 m
2.5 sq.mm, 3 core /4 core,
shielded, unarmored, Cu
conductor
2,700 m
6 sq.mm/10 sq.mm ,4 core,
shielded, unarmored, Cu
conductor
500 m
1 sq.mm, 4 core, RTD,
shielded, unarmored, Cu
conductor
1,700 m
Tender Document 201601521, MMD, IIT Bombay Sheet 150 of 221
CAT 6 Ethernet cable 450 m
2.3 Cable termination
Termination, glanding and
tying of all instrument and
power cables as per cable
schedule document provided
by DEC
1 Lot
2.4 Pneumatic line
erection
Erection of pneumatic lines
as per specification and
quantities mentioned in
supply of materials
1 Lot
3 Manpower Supply during Commissioning work
3.1 Loop checking of
panels
Electrical Engineer /
Technician - 1 no. 5 nos.
Helper - 1 no. 5 nos.
3.2
PLC / SCADA
programming
(For 30 days)
Programmer - 1 no. 20 days
3.3
Testing and
commissioning at
site
C&I Technician - 1 no. 30 days
Programmer - 1 no. 30 days
4 Earthing/Grounding
4.1 Earthing/Grounding
Earthing of all the panels
and equipments as per
quantities mentioned in
supply of materials.
1 Lot
Total (Rs.)
Taxes and Duties (Rs.)
Total Cost (Rs.)
Tender Document 201601521, MMD, IIT Bombay Sheet 151 of 221
6.6. Spares for Operation & Maintenance
LFR Bought Out Items
S.
No. Items Specification Qty
UOM
Unit
Rate
(Rs.)
Amount
(Rs.)
1
High temperature
aluminum
reflector
Manufacturer : Almeco, Make:
VTS290, Dimensions: 1250 x 2000 x
0.75mm
5 pcs
2 Adhesive Loctite: Terostat MS - 930 Gray; 300
ml 32 nos.
3 GI-TVS Allen
Bolt, washer M6 x 18 50 nos.
4 GI-Nut M 16 20 nos.
5 GI-Bolt, nut and
washer M 12 x 140 mm 20 nos.
6 GI-Hex Bolt and
washer M 8 X 16 mm 50 nos.
7
Gear box -
Aluminium
worm
Ratio 50:1 With flange mounting; ~
C/C 50 mm 4 nos.
8 Plumber block-
Split type 1 1/4” Bore With collar 4 nos.
9 GI Hex bolt, nut
& double washer M10 x 80 mm 20 sets
10 GI Hex bolt, nut
& double washer M12 x 40 mm 20 sets
11 GI Hex bolt, nut
& double washer M16 x 40 mm 10 sets
12 GI Hex bolt, nut
& double washer M12 x 50 mm 10 sets
13 Eye bolt, nut &
double washer M12 2 sets
14
GI high tensile
steel core wire
rope
Φ 9 mm; 6 x 19 50 m
15 GI Forged steel
clamp Φ 10 mm 20 nos.
16 GI Thimble Φ 12 mm; 7/16 10 nos.
17 GI 'D' Shackle Φ 5/8 mm 10 nos.
Tender Document 201601521, MMD, IIT Bombay Sheet 152 of 221
18
GI turn buckle
With both end
eye
Φ M12 x 200 mm 10 nos.
19 Corroshield Self
thread screws 10-16 x 16 33 Lv-3 100 nos.
20 GI Hex bolt &
nut M12 x 30 mm 20 sets
21 GI Hex bolt &
nut M12 x 25 mm 20 sets
22 Thin Washer M12 x 1 mm 50 sets
23 SS Hex bolt, nut
& double washer M6 x 16 mm 50 sets
24 SS Hex bolt, nut
& double washer M4 x 10 mm 50 sets
25
SS Hex bolt, nut,
plate & spring
washer
M8 x 20 mm 50 sets
26 GI Testal Steel
wire rope Φ 6 10 m
27 M.S. Wheel
(Pulley) 4" 2 nos.
28 GI Hex bolt &
nut M12 x 40 mm 10 sets
29 UPVC Pipe SCH-40, 32 mm 20 m
30 UPVC Tee
fittings SCH-40, 32 mm 4 nos.
31 UPVC Elbow
with tread SCH-40, 32 mm 4 nos.
32 Quick release
coupling 1 Inch SS 4 nos.
Total (Rs.)
Tax and duties (Rs.)
Total Cost (Rs.)
Tender Document 201601521, MMD, IIT Bombay Sheet 153 of 221
Process Line & Equipment
S. No. Items Specification Qty UOM Unit Rate
(Rs.)
Amount
(Rs.)
1 IBR Pipes
Seamless Pipe 50 NB - 40 SCH - SA
106 Gr. B 5 m
Seamless Pipe 50 NB - 80 SCH - SA
106 Gr. B 5 m
Seamless Pipe 25 NB - 80 SCH - SA
106 Gr. B 25 m
Seamless Pipe 15 NB - 80 SCH - SA
312 TP304 2 m
Seamless Pipe 15 NB - 80 SCH - SA
106 Gr. B 10 m
Pipe Fittings 10% of each type and size As reqd.
2 Valves
Hand operated Gate
Valve
50 NB - 1500# - BW -
SA 216 WCB 1 no.
Hand operated Gate
Valve
25 NB - 1500# - BW -
SA 216 WCB 1 no.
Hand operated Gate
Valve
15 NB - 1500# - SW -
SA 216 WCB 10 nos.
Hand operated Gate
Valve
15 NB - 1500# - SW -
SA 182 F304 1 no.
Non Return Valve 50 NB - 1500# - BW -
SA 216 WCB 1 nos.
Non Return Valve 25 NB - 1500# - SW -
SA 216 WCB 1 nos.
Non Return Valve 15 NB - 1500# - SW -
SA 182 F304 1 no.
Strainer 50 NB - 1500# - SW -
SA 216 WCB 1 no.
Strainer 25 NB - 1500# - SW -
SA 216 WCB 1 no.
3 Pump bearing 1 set
4 Pump motor bearings 1 set
5 Shaft sleeve 1 set
Tender Document 201601521, MMD, IIT Bombay Sheet 154 of 221
6 Flow Element - Orifice
assembly
Pipe Size: 1” (25 NB)
Element Material:
SS316L
Process Connection:
Flanged
Class: 1500#
1 no.
7 Rupture disk
Medium : Salt - NaNO3
Volume of PCM salt : 4.6
m3
Design Temperature: 327
°C
Design Pressure : 1.5 bar
1 no.
8 Sample Cooler
Cooling Water inlet
Pressure: 5 bar
Cooling Water inlet
Temperature: 30 °C
Medium : Water / Steam
3 nos.
Total (Rs.)
Tax and duties (Rs.)
Total Cost (Rs.)
Instruments
S.
No. Item Description Qty UOM
Unit
Rate
(Rs.)
Amount
(Rs.)
A Transmitters & Gauges
1 Temperature
Transmitter
Pt-100 Duplex 4 wire RTD
type with local indication;
0.1% accurate of calibrated
span, Design press. 120
bar;
HART, IP-65 or better, 500
Ω load impedance
2 nos.
2 Pressure
Transmitter
Capacitive/Piezo
resistive/Diaphragm type
with local indication;
0.1% accurate of calibrated
span, Design press. 120
bar;
2 nos.
Tender Document 201601521, MMD, IIT Bombay Sheet 155 of 221
HART, IP-65 or better, 500
Ω load impedance, Duplex
3 Level
Transmitter
Differential Pressure Type,
2 wire type with local
indication;
0.25% accurate of
calibrated span, Design
press. 120 bar
1 no.
4 Flow
Transmitters
HART, IP-65 or better, 500
Ω load impedance;
0.1% accurate of calibrated
span, Design press. 120 bar
1 no.
5 Pressure Switch
Design press. 120bar,
Medium: Water + Steam, 1
Switch;
Application: Pressure High
Alarm & Pump ON
1 no.
6 RTD
Pt-100, Duplex 4 - wire
type, Design Pressure 120
bar;
0 to 500 deg C range, 0.5%
accuracy
4 nos.
7 Pressure Gauge Bourdon type, Design Press
120bar, Dial 125mm 2 nos.
8 Level Gauge Design Pressure 120 bar,
Dial 700mm 1 no.
B Electrical tracking accessories
1
Stepper Motor
With Planetary
Gear box
Holding Torque 8.7 Nm,
1.8 deg step angle, IP-65 2 nos.
2 Encoder 10-30V DC, Output Push
pull A, B, N, IP-65 2 nos.
3 Limit Switch Side Plunger Limit Switch 2 nos.
C Cables
Tender Document 201601521, MMD, IIT Bombay Sheet 156 of 221
1 Power Cables 2.5sq.mm, 4 core, shielded,
Unarmored, Cu conductor 100 m
2 Power Cables 10.sq.mm,4 core, shielded,
Unarmored, Cu conductor 5 m
3 Power Cables 6 sq.mm,4 core, shielded,
Unarmored, Cu conductor 20 m
4 Power Cables 2.5 sq.mm,4 core, shielded,
Unarmored, Cu conductor 50 m
5 Power Cables 2.5sq.mm,3 core, shielded,
armored, Cu conductor 20 m
6 Instrument
Cables
1sqmm,3 core, shielded,
Flexible, Cu conductor 50 m
7 Instrument
Cables
1sqmm, 8 core, shielded,
Flexible, Cu conductor 25 m
8 Instrument
Cables
1sqmm, 8 core, shielded,
Flexible, Cu conductor 50 m
9 RTD Cables
1sqmm, 4 core, shielded
RTD Compensation cable,
Flexible
50 m
10 Ethernet Cable CAT-5 Ethernet Cable 20 m
11 Cable Glands DC type, MOC: SS 25 nos.
D Cable Tray
1 Power Cables 50 mm GI Perforated cable
tray 10 m
2 Instrument
Cables
100 mm GI Perforated
cable tray 10 m
3 Instrument
Cables
150 mm GI Perforated
cable tray 10 m
E Pneumatic Line Fittings
1 GI pipe 3/4" OD, 2 mm thickness
GI pipe With pipe support 10 m
2 GI TEE 1/2 inch GI TEE With
inner thread 4 nos.
3 Connector Male connector With both
side threaded 4 nos.
4 Reducer 1/2 inch to 3/8th reducer 4 nos.
Tender Document 201601521, MMD, IIT Bombay Sheet 157 of 221
5 Shutoff valve
Hand lever operated ball
valves -Inline Mounting 3/8
and 1/2
2 nos.
6 Union Union for 3/8th air pipe 4 nos.
7 Air pipe 3/8 Impulse pipe for
Pneumatic air line 10 m
F Earthing/ Grounding Items
1 GI- strip 25 mm x 3 mm x 2400 mm
flat GI strap for earthing 1 no.
2 Earth wire 10 sq. mm Copper wire for
earthing 2 m
3 Earth strip 25 mm x 3 mm GI Earth
Strip 10 m
4 Earth Rod 25 mm dia of GI pipe x
2400 mm Length 1 no.
5 Earth Plate 600 mm x 600 mm x 6 mm
COPPER plate 1 no.
Total (Rs.)
Taxes and Duties (Rs.)
Total Cost (Rs.)
Fabricated Items - Spares
S.
No. Item
Qty in
nos.
Weight
in kg
Unit Rate
(Rs.)
Amount
(Rs.)
1 Section Clamp 4 28
2 Z type clamp 50 6
3 Tube Support Rail 7 9.8
4 Tube Support Bottom Clamp 2 2
5 Tube Support Top Clamp 2 0.4
9 Welded ERW tube with
endplate and collar plate 2 144
10 Laser Cut MS sheet 35 35
11 Aluminum round tube 20 25
Tender Document 201601521, MMD, IIT Bombay Sheet 158 of 221
12 Aluminum cylindrical rod -
Coupler 20 1
13 Shaft for gear box 4 9
14 Encoder set up 4 1
15 MS Rod-Shaft with MS plates 4 9
16 MS Rod-Shaft with MS plates 4 6
Total (Rs.)
Taxes and Duties (Rs.)
Total Cost (Rs.)
Safety towards Personal Protective Equipment
S.No. Personal Protective Equipment Quantity Unit Rate
(Rs.)
Amount
(Rs.)
1 Safety Helmet White 10
Yellow 5
2 Full face shield or Welding Mask. 2
3 Hearing Protection 5
4 Safety White Glasses 4
4 Safety Sun Glasses 10
5 Kevlar palm Gloves 4
6 Fire Retardant Jacket 2
7 High-visibility clothing or Vest 15
8 Full body Harness and absorber
lanyard 2
9 Protective Footwear 15
10 CO2 type 4.5 kg Fire extinguisher 2
11 Safety mask 15
Total (Rs.)
Taxes and Duties (Rs.)
Total Cost (Rs.)
Tender Document 201601521, MMD, IIT Bombay Sheet 159 of 221
PRICE BID SUMMARY:
S. No. Description Amount in Rs.
1 Civil and structural work
A Land excavation, refilling, leveling, compaction and trench work
B Footing Foundation
C Plinth beam
D Pedestal
E Civil and structural work for shed
F Concrete bolt & Fasteners list
2 Construction of solar energy collector
A Supply of fabrication items
B Supply of bought out items
C Assembly and Erection items
D Supply of manpower for assembly and erection and
commissioning support
3 Process line and equipment
a Supply of bought out items
b Supply of Evacuated Tube Collector
c Fabrication of equipment and structure
d Erection of equipment and structure
e Fabrication and Erection of Pipes
4 Electricals, Instrumentation and Controls
a Supply of items
b Service work for instruments
5 Spares
Total amount in Rs.
Tender Document 201601521, MMD, IIT Bombay Sheet 160 of 221
Sr.
No.
Description of Item &
Specification
Qty
&
Units
Qty
&
Units
Total
Price
(in Rs.)
VAT , WCT,
Service
Tax & other
taxes /
charges if
any please
specify
details
(%/ in Rs.)
Grand
Total
Price
(in Rs.)
1. Procurement, fabrication, supply,
erection and commissioning of
establishing solar thermal energy
collector with phase change
material (PCM) based thermal
energy storage (TES)
This project will be implemented at
NTPC, NETRA at Greater NOIDA,
Uttar Pradesh
1 No.
1. The bidder should quote the price on the total sum basis for the scope mentioned in
scope of work, materials, tools & tackles, manufacturing, fabrication, transportation,
construction, facilitation of intermittent & final inspection, including statutory
payments and compliances as applicable for and arising from the work ( no cost will be
borne by NTPC / IITB / DEC ), manpower, travel, boarding & lodging, construction
and potable water for labour, own and DEC / Client personnel, temporary power
arrangements etc. for the entire duration of the contract including extension, if any,
thereof.
2. The bidder is required to provide item rates in details vide separate sheet.
3. Bidder is requested to visit the site before bidding to inspect the site and its surroundings
and ascertain and satisfy himself in all respects to understand the site and surroundings,
the development necessary by way of site clearing, filling, drainage, access roads,
fences, sheds, material required for temporary and / or construction power and water,
permits and procedures etc. to estimate all costs related to the work. No extra claims of
any nature on any misunderstanding or otherwise shall be allowed. The site visit shall
be conducted entirely at bidder’s cost.
Tender Document 201601521, MMD, IIT Bombay Sheet 161 of 221
Validity - The bidder shall hold the bid valid for 180 days from the date of submission of
quotation/tender.
Delivery period ..........................days
PAN No:.....................................................
VAT/TIN Registration No:..........................
Signature: .................................................
Place: Name:........................................................
Date: Business Address:......................................
Affix Rubber Stamp:.................................
Note: Price Bid and Unit Rate details should be submitted in given format only. For
additional information / extra items above format may be typed and used.
Tender Document 201601521, MMD, IIT Bombay Sheet 162 of 221
Terms and Conditions:
4. Procurement, Construction and Commissioning (PCC) Contract for “Establishing Solar
Thermal Energy Collector with Phase Change Material (PCM) based Thermal Energy
Storage (TES)” shall be a TOTAL PRICE OF TENDER contract.
5. Bidder shall ascertain all work item quantities in conformity to Tender Document and
quote TOTAL PRICE OF TENDER. The price shall be inclusive of procurement,
construction, fabrication, erection, testing, commissioning including all labour costs,
taxes, duties, charges, loading, unloading, transport, storage, safe-keeping, insurance,
statutory payments towards material and labour etc. complete. The bidder shall also
submit prices of item rates as sought in the price bid. The prices shall remain firm for
six months from the date of submission of the bid. For successful bid, the prices shall
remain firm for the entire duration of the contract including any extension thereof.
6. The bidder is requested to visit the site before bidding to inspect the site and its
surroundings and ascertain and satisfy himself in all respects to understand the site and
surroundings, the development necessary by way of site clearing, filling, drainage,
access roads, fences, sheds, material required for temporary and / or construction power
and water, permits and procedures etc. to estimate all costs related to the work. No extra
claims of any nature on any misunderstanding or otherwise shall be allowed. The site
visit shall be conducted entirely at bidder’s cost.
7. It is not the intent to specify herein all aspects of engineering and construction. The
Bidder shall provide all materials, equipment and services, specified or otherwise
(unless specifically excluded) which are required to fulfill the intent of ensuring
operability and the reliability of the complete system covered under this specification.
8. The bidder shall state construction power in the bid document. The bidder shall arrange
for construction and potable water as stated elsewhere in this document.
9. The bidder shall submit Quality Assurance Plan for all items of supply and execution
along with the bid document. However, such plan shall not be limiting / binding on the
Tender Document 201601521, MMD, IIT Bombay Sheet 163 of 221
client for the bidder’s supplies / work to meet the stated / required quality of work and
shall be duly extended as per instructions and requirements to ensure compliance with
the requirements and specifications.
10. The bidder shall not state any clarifications, assumptions in the offer. Clarification, if
any required, shall be obtained by the bidder before submission of the bid.
11. Security of all materials at site for the project shall be in the bidder’s scope.
12. Any failure on the part of the bidder to progress with / complete the work / rectify work
defects including those informed during pre-commissioning as per schedule will entitle
the client / DEC to deploy resources as required to complete the work and recover all
such costs towards deployment of the resources at actuals incurred by the client from
pending bills or the security deposits of the contractor. The decision of the client in this
regard shall be final and binding on the contractor.
13. Since the project is a solar based power plant, there might be a chance that the solar
component cannot be operated/ tested owing to weather condition. During that phase
the manpower required for solar component requires demobilization till the next sunny
months as, would be informed by DEC. The bidder must arrange for demobilization
and subsequent remobilization of manpower at site depending on the requirement.
14. Bidder shall also furnish Item Rates and amount against all “Cost Driver Items of Price
Bid”. This shall form basis to arrive at compensation towards additional work ordered
/ reduction for deleted work, if any.
15. Bidder has to take labor license from licensing authority of Greater Noida.
16. Warranty shall be 12 months from the date of commissioning / 18 months from the date
of supply whichever is later, except where warranty is specifically stated otherwise than
above and ceases earlier than the general warranty stated above.
Tender Document 201601521, MMD, IIT Bombay Sheet 164 of 221
Payment Terms:
The following table shows the deliverable linked payment schedule. Bidder can raise ONE
INVOICE PER TWO CALENDAR MONTH, as per Delivery / Site Activity Linked
Payment Schedule.
Note: No Invoice will be considered against the incomplete work.
S. No Key Deliverables Timeline (weeks) Payment
%
1 Completion of the civil foundation work 7 5
2 Inspection of raw materials for steam drum,
accumulator, PCM & Piping 5 10
3 Completion of fabrication of structures and
transportation to site 12 10
4 Completion of Solar Energy Collector
fabrication and transportation to site 14 15
5
Completion of steam drum and TES
equipment fabrication and transportation to
site
23 15
6 Procurement of bought out items 27 5
7 Completion of piping fabrication and
transportation to site 32 10
8 Completion of erection work 45 10
9 Completion of cold and Hot commissioning 52 20
Start date from the date of issue of PO
Payment will be made within 30 days of submission of invoice to Material Management Division,
IIT Bombay for every successful completion of timeline.
Tender Document 201601521, MMD, IIT Bombay Sheet 165 of 221
ANNEXURES
Tender Document 201601521, MMD, IIT Bombay Sheet 166 of 221
Annexure – 1
Specification of Steam Drum
S. No. Description Value Unit
1 Capacity 0.61 TPH
2 Volume 1.66 m3
3 Design Pressure 120 bar
4 Hydro Test Pressure 180 bar
5 Design Temperature 327 °C
6 Operating Pressure 108 bar
7 Operating Temperature 317 °C
8 Material CS / A 515 / A 516
Nozzle
1 Process Connection Nozzle 50 NB 1 no.
25 NB 5 nos.
2 Instrument Nozzle 15 NB 12 nos.
3 Safety Valve Nozzle 25 NB 2 nos.
Accessories
1 Dished End 2 nos.
2 Manholes 2 nos.
3 Saddle Support 2 nos.
4 Lifting Lug 2 nos.
5 Internals Cyclone/ Turbo,
Scrubber, Demister
6 Name Plate 1 no.
All the process connection nozzles will be confirmed during detailed engineering Supplier
should supply with mating flange, bolt, nut and washer if it is flanged
Codes and Standards
1 Design, Manufacturing & Inspection IBR 1950 & latest amendments
2 Heat Treatment Applicable as per IBR
3 Radiography As per IBR
4 Flange - 900 Class ASME B 16.5
Tender Document 201601521, MMD, IIT Bombay Sheet 167 of 221
Annexure – 2
Specification of Accumulator
S. No. Description Value Unit
1 Volume 3.186 m3
2 Design Pressure 120 bar
3 Hydro Test Pressure 180 bar
4 Design Temperature 327 °C
5 Operating Pressure 108 bar
6 Operating Temperature 317 °C
7 Charging pressure 108 bar
8 Discharging pressure 108 bar
9 Charging maximum steam flow rate 0.06 kg/Sec
10 Discharge steam flow rate 0.02 kg/Sec
11 Material CS / A 515 / A 516
Nozzle
1 Process Connection Nozzle 50 NB 3 nos.
25 NB 1 no.
2 Instrument Nozzle 15 NB 13 nos.
Accessories
1 Dished End 2 nos.
2 Manholes 2 nos.
3 Saddle Support 2 nos.
4 Lifting Lug 2 nos.
5 Internals Chevron, distribution header
& Sparger pipe
6 Name Plate 1 no.
All the process connection nozzles will be confirmed during detailed engineering Supplier
should supply with mating flange, bolt, nut and washer if it is flanged
Codes and Standards
1 Design, Manufacturing & Inspection IBR 1950 & latest
amendments
2 Heat Treatment Applicable as per IBR
3 Radiography As per IBR
4 Flange - 900 Class ASME B 16.5
Tender Document 201601521, MMD, IIT Bombay Sheet 168 of 221
Annexure – 3
Specification of Phase Change Material Tank (PCM Tank)
S. No. Description Value Unit
Nozzle
1 Process Connection Nozzle
100 NB 4 nos.
50 NB 2 nos.
25 NB 1 no.
2 Instrument Nozzle 15 NB 50 nos.
Finned Tube
1 Tube Size: 25 NB/40 SCH, Length: 4605 mm;
Material: SA 210 Gr. A 484 nos.
2 Fin size: 3mm Thickness x 72 x 36; Material: IS 2062 Gr. A 73084 nos.
Bend Tube
1 Bend Tube Size: 25 NB/40 SCH; Length: 2315 mm;
Material: SA 210 Gr. A 484 nos.
Header Pipe
1 Pipe Size: 50 NB/40 SCH, Length: 1825 mm,
Material: SA 106 Gr. B 47 nos.
Shell
1
Size: Square 1615 mm; Length: 4120 mm;
Side plate: 5 mm Thickness;
Material: IS 2062 Gr. A
4 nos.
2
Size: Square 1615 mm;
End plate: 10 mm Thickness;
Material: IS 2062 Gr. A
2 nos.
3 Stiffener plate: 10 mm Thickness;
Material: IS 2062 Gr. A As required
4 Round Corner Rectangular expansion bellows joint
(Size: Square 1615 mm) 1 no.
5 Volume of the tank 10.74 Cub.m
All the process connection nozzles will be confirmed during detailed engineering. Supplier should
supply with mating flange, bolt, nut and washer if it is flanged
Codes and Standards
Tender Document 201601521, MMD, IIT Bombay Sheet 169 of 221
1 Design, Manufacturing & Inspection IBR 1950 & latest
amendments
2 Heat Treatment Applicable as per IBR
3 Radiography As per IBR
4 Flange - 900 Class ASME B 16.5
Note:
The Finned tubes as per the above given specification and it should be welded by high frequency
electric resistance welding.
Tender Document 201601521, MMD, IIT Bombay Sheet 170 of 221
Annexure – 4
Specification of Blow Down Tank
S. No. Description Value Unit
1 Capacity 18 kg/hr
2 Volume 0.5 m3
3 Design Pressure 100 bar
4 Hydro Test Pressure 130 bar
5 Design Temperature 110 °C
6 Operating Pressure 90 bar
7 Operating Temperature 100 °C
8 Material CS / A 515 / A 516
Nozzle
1 Process Connection Nozzle 50 NB 2 nos.
25 NB 1 no.
2 Instrument Nozzle 15 NB 2 nos.
3 Inlet Header 80 NB 1 no.
4 Vent Nozzle 200 NB 1 no.
Accessories
1 Dished End 2 nos.
2 Manholes 1 no.
3 Saddle Support 1 no.
4 Lifting Lug 2 nos.
5 Name Plate 1 no.
All the process connection nozzles will be confirmed during detailed engineering Supplier
should supply With mating flange, bolt, nut and washer if it is flanged
Codes and Standards
1 Design, Manufacturing & Inspection IBR 1950 & latest amendments
2 Heat Treatment Applicable as per IBR
3 Radiography As per IBR
4 Flange - 900 Class ASME B 16.5
Tender Document 201601521, MMD, IIT Bombay Sheet 171 of 221
Specification of Salt - NaNO3
General Description
1 Chemical Name Sodium Nitrate
2 Chemical Formula NaNO3
3 Appearance White Crystals
4 Anticaking agent None
Chemical Specification
5 Purity NaNO3 % 99.5 min
6 Total Chloride as CI % 0.1 max
7 Chloride CI % 0.08 max
8 Perchloride CIO4 % 0.035 max
9 Magnesium Mg % 0.02 max
10 Nitrite NO2 % 0.02 max
11 Sulfate SO4 % 0.1 max
12 Carbonate CO3 % 0.1 max
13 Hydroxil OH % 0.05 max
14 Insolubles % 0.05 max
15 Moisture % 0.1 max
Vendor Details
S. No Company Address
1 Shenzhen Enesoon Science &
Technology Co.,Ltd.
009#, High-tech South 1st Road
Shenzhen, 518057
China
Tel: +8615602948701
+8675526979445
Fax: +8675526077209
Contact: Andy Peng
Email: [email protected]
BASF Head Office & Western Zonal Office
BASF India Limited
Plot No.12, TTC Area, Thane Belapur
Road,
Turbhe, 400 705, Navi Mumbai, India
Tel: +91 22 67127777 / 67127600,
Fax: +91 22 67917358
Tender Document 201601521, MMD, IIT Bombay Sheet 172 of 221
Email: [email protected]
Northern Zonal Office
BASF India Limited
2 Flr,B Wing,Commercial Plaza
Radisson Hotel,Mahipalpur
NH-8, New Delhi - 110037
Tel : +91 11 41596400 , Fax:
+91 11 41596496
Eastern Zonal Office
BASF India Limted
DLF IT Park,Tower - A, 3rd Floor
Premises No.08
Block AF, Major Arterial Road
Newtown Rajarhat, Kolkata - 700156
Tel : +91 33 40283230, Fax: +91 33
40283229
Southern Zonal Office
BASF India Limited
29,Krishna Nagar Industrial Layout
Tavarekere Main Road, Off Hosur Road
Opp.Prestige Acropolis, Bengaluru -
560029
Tel : +91 80 25634138 , Fax : +91 80
25536859
SQM Coromandel SQM (India) Private Ltd. Coromandel House, 1-2-10, Sardar Patel
Road
Secunderabad- 500 003, Andhra Pradesh,
India
Phone: (91 40) 27842034
Fax: (91 40) 2784 4117
Email:
Tender Document 201601521, MMD, IIT Bombay Sheet 173 of 221
Specification of Feed Water pump
Pump
S.
No. Description Value Unit
1 Quantity 2 nos.
2 Type Triplex Plunger Pump
3 Medium Feed Water
4 Flow Rate 0.61 TPH
5 Feed Water Temperature 80 °C
6 Suction Head 11 mWC
7 Discharge Head 1100 mWC
8 Differential Head 1089 mWC
9 VFD Driven or Not VFD Driven
Motor
1 Type Squirrel Cage Induction Motor
2 Power 3 Phase, 415 VAC
3 Duty Continuous
4 Installation Outdoor
5 Protection IP-55 or better
6 Junction Box Capable of accepting armoured aluminium cable
Pump and Motor shall be mounted on the same base frame
Codes and Standards
Three Phase Induction Motor: IS 325, IEC: 60034
Energy Efficient Motors: IS 12615, IEC: 60034-30
VFD Driven Motor: IEC: 60034-18-41/42
Specification of Re-Circulation Pump
S.
No. Description Value Unit
Pump
1 Quantity 2 nos.
2 Type Canned Motor Pump
3 Medium DM Water
Tender Document 201601521, MMD, IIT Bombay Sheet 174 of 221
4 Flow Rate 1.2 TPH
5 Feed Water Temperature 317 °C
6 Suction Head 1080 mWC
7 Discharge Head 1180 mWC
8 Differential Head 100 mWC
9 VFD Driven or Not VFD Driven
Motor
1 Type Squirrel Cage Induction Motor
2 Power 3 Phase, 415 VAC
3 Duty Continuous
4 Installation Outdoor
5 Protection IP-55 or better
6 Junction Box Capable of accepting armoured
aluminium cable
Pump and Motor shall be mounted on the same base frame
Supplier should supply this inlet and outlet nozzle with mating flange, bolt, nut and washer
Codes and Standards
Three Phase Induction Motor: IS 325, IEC: 60034
Energy Efficient Motors: IS 12615, IEC: 60034-30
VFD Driven Motor: IEC: 60034-18-41/42
Specification of Cooling Water Pump
S. No. Description Value Unit
Pump
1 Quantity 2 nos.
2 Type Centrifugal Pump
3 Medium Feed Water
4 Flow Rate 5 TPH
5 Feed Water Temperature 25 °C
6 Suction Head 1 mWC
7 Discharge Head 51 mWC
8 Differential Head 50 mWC
Tender Document 201601521, MMD, IIT Bombay Sheet 175 of 221
Motor
1 Type Squirrel Cage Induction Motor
2 Power 3 Phase, 415 VAC
3 Duty Continuous
4 Installation Outdoor
5 Protection IP-55 or better
6 Junction Box Capable of accepting armoured aluminium
cable
Pump and Motor shall be mounted on the same base frame
Codes and Standards
Three Phase Induction Motor: IS 325, IEC: 60034
Energy Efficient Motors: IS 12615, IEC: 60034-30
VFD Driven Motor: IEC: 60034-18-41/42
Specification of HP Dosing System
S.
No. Description Value Unit
1 Quantity 1 no.
2 Dosing Flow Rate 0 - 5 LPH
3 Storage Tank Capacity 300 liter
4 No of Dosing Pump 2 nos.
5 Pump Type Positive Displacement
6 Dosing Pump Pressure 120 bar
7 Maximum Working Temperature 50 °C
8 Storage Tank MOC SS 304
9 Skid MOC SS 304
10 Pipe MOC SS 304
Accessories
1 Level Gauge 1 no.
2 Level Transmitter 1 no.
3 Relief Valve 2 nos.
4 Suction Strainer 2 nos.
5 Pressure Gauge 1 no.
6 Level Switch 1 no.
Tender Document 201601521, MMD, IIT Bombay Sheet 176 of 221
7 Gate Valve 4 nos.
8 Non Return Valve 2 nos.
9 Pipes & Fittings As required
Specification of Rupture Disk
S.
No. Description Value Unit
1 Quantity 1 no.
2 Fluid Salt - NaNO3
3 Fluid State Liquid
4 Volume of PCM salt 4.6 m3
5 Design Pressure 1.5 bar
6 Design Temperature 327 °C
7 Rupture Disc model Standard
8 Nominal Size 327 in
9 Material of Disk SS 316
10 Specified Burst Pressure 5 bar
11 Specified Burst Temperature 22 °C
12 Assembly Type Flanged
13 Material of Holder SS 316
Specification of Sample Cooler
Description Sample Cooler
Tag no. SC5001 SC5002 SC5003
Quantity 1 1 1
Fluid Water Steam Steam
Sample Flow rate (LPM) 1 1 1
Sample Inlet Pressure (bar) Operating 108 40 45
Design 120 45 50
Sample Inlet Temperature (°C) Operating 317 425 257
Design 327 435 267
Cooling water Inlet Pressure (bar) 5 5 5
Tender Document 201601521, MMD, IIT Bombay Sheet 177 of 221
Cooling water Inlet Temperature (°C) 30 30 30
Cooling water quality (ppm) 40 40 40
Shell Material SS 316
Tube Material SS 316
Sample Inlet / Outlet size 15 NB / 15 NB
Cooling Water Inlet / Outlet size 25 NB / 25 NB
Specification of Flow Element
Description Elements
Flow Element Orifice Orifice Orifice Orifice Orifice
Tag no. FE5001 FE5002 FE5003 FE5004 FE5006
Quantity 1 1 1 1 1
Fluid Feed Water Water
+Steam Steam Steam Steam
Flow rate (TPH) 0.61 1.22 0.61 0.2 0.05
Design Pressure
(bar(a)) 125 125 125 125 50
Design Temperature
(°C) 90 327 327 327 265
Operating Pressure
(bar(g)) 110 108 108 108 45
Operating Temperature
(°C) 80 317 317 317 257
Pipe Size (NB)/
Schedule (SCH) 25 / 80
Pipe Material SA 106 Gr. B
Process Connection /
Class Flange / 900
Flow Element Material SS 316L
Number of pair of
tapings 2 No
Tapping Size ½” NPT
Beta Ratio 0.2 to 0.7
Standard ISO-5167
Assembly Vendor shall provide the flow element complete With WNRF,
Fasteners, Gasket and Pressure Tappings
Tender Document 201601521, MMD, IIT Bombay Sheet 178 of 221
Specification of Thermowell
Type Threaded Straight Well
Material SS 304
Instruments Connection 1/2" NPT (F)
Process Connection 1" NPT (M)
Major Diameter 22 mm
Bore Diameter 9 mm
Head Type Round headed with spanner slots
Head Size 45 mm
Extension Length 50 mm
Insertion Length
Size Length Quantity in nos.
25 NB 65 mm 4
50 NB 85 mm 4
65 NB 95 mm 12
PCM Tank
500 mm 13
750 mm 13
1250 mm 12
1500 mm 12
Specification of Cooling Tower Equipment
A. Cooling Tower
1 Quantity 1 No
2 Type Induced Draft Counter Flow
3 Medium DM Water
4 Flow Rate 150 LPH
5 Hot Water Inlet Temperature 80 °C
6 Cold Water Outlet Temperature 35 °C
7 Wet blub Temperature 28 °C
B. Cooling water Tank
8 Capacity 3000 liters
Tender Document 201601521, MMD, IIT Bombay Sheet 179 of 221
9 Shape Cylinder
10 Temperature 80 °C
C. Cooling water Circulating pump
11 Type Centrifugal Pump
12 Medium Cooling Water
13 Flow Rate 100 m3 / hr
14 Feed Water Temperature 35 °C
D. Cooling tower Structure
15 Structure MS hot dip galvanized
16 Ladder
Codes and Standards
Three Phase Induction Motor: IS 325, IEC: 60034
Structure - Indian Standards IS-2629 & IS- 4795
Specification of Control Valves
Description Elements
Tag No. CV5001 CV5002 CV5003 CV5004
Quantity 1 1 1 1
Fluid Steam
Inlet pipe ( OD. / Sch. /
Thickness in mm ) 33.4 / 80 / 4.55
Outlet pipe ( OD. / Sch. /
Thickness in mm ) 33.4 / 80 / 4.55
Process Details
Process Medium Saturated Steam
Flow rate (TPH) 0.41 0.41 0.2 0.05
Inlet Pressure (bar(a)) 108 43 108 108
Inlet Temperature (°C) 317 255 317 317
Outlet Pressure (bar(a)) 43 40 108 45
Outlet Temperature (°C) 255 425 317 257
Valve Details
Operation Regulating
Tender Document 201601521, MMD, IIT Bombay Sheet 180 of 221
Type Gate
Rating 1500
End Connection Butt Weld (BW)
Body Material SA 216 WCB
Leakage Class Class III
Valve opening
Control valves shall be sized to pass normal flow at about 40%
valve opening.
At Maximum flow valve opening shall not exceed 75% and at
minimum flow the valve shall have more than 15% ~ 20%
opening so as to have good controllability over the entire flow
range from minimum to maximum.
Actuator Details
Type Pneumatic
Action Air to Open
On air fail Stayput
Enclosure IP - 65
Hand wheel Yes
Location of Hand wheel Top / Side
Positioner Details
Type Electro - pneumatic
Input 4-20 mA
Action Direct
Bypass Yes
Bill of Material - Pipes
S.
No. Items NB SCH MOC
Length
(m)
Quantity
(nos.)
Weight
(in kg)
1 CS Seamless Pipe -
IBR 50 40
SA 106 Gr.
B 39 1 212
2 CS Seamless Pipe -
IBR 50 80
SA 106 Gr.
B 59 1 441
Tender Document 201601521, MMD, IIT Bombay Sheet 181 of 221
3 CS Seamless Pipe -
IBR 25 80
SA 106 Gr.
B 525 1 1700
4 CS Seamless Pipe -
IBR 15 80
SA 312
TP304 20 1 32
5 CS Seamless Pipe -
Non IBR 15 80
SA 106 Gr.
B 100 1 162
Note: Exact pipe length will be confirmed during detailed engineering
Bill of Material - Pipe Fittings
S.
No. Items
NB /
Size
SCH /
Class
End
Conn MOC
Quantit
y (nos.)
IBR/Non
IBR
1 Seamless 90° Elbow 50 40 BW SA 234 Gr.
WPB 23 IBR
2 Seamless 90° Elbow
- LR 50 80 BW
SA 234 Gr.
WPB 14 IBR
3 Seamless 90°
Elbow - LR 25 80 BW
SA 234 Gr.
WPB 79 IBR
4 Seamless 90°
Elbow - LR 15 80 BW
SA 403 WP
304 10 IBR
5 Seamless 90°
Elbow -LR 15 80 BW
SA 234 Gr.
WPB 140 Non IBR
6 SORF Flange 50 900 - SA 234 Gr.
WPB 25 IBR
7 SORF Flange 25 900 - SA 234 Gr.
WPB 35 IBR
8 Seamless Concentric
Reducer
50 /
32 40 BW
SA 234 Gr.
WPB 5 IBR
9 Seamless Concentric
Reducer
50 /
25 40 BW
SA 234 Gr.
WPB 5 IBR
10 Seamless Concentric
Reducer
50 /
25 80 BW
SA 234 Gr.
WPB 5 IBR
11 Seamless Concentric
Reducer
32 /
25 80 BW
SA 234 Gr.
WPB 5 IBR
12 Seamless Concentric
Reducer
25 /
15 80 BW
SA 234 Gr.
WPB 10 Non IBR
13 Equal Tee 50 40 BW SA 234 Gr.
WPB 9 IBR
14 Equal Tee 25 80 BW SA 234 Gr.
WPB 11 IBR
Tender Document 201601521, MMD, IIT Bombay Sheet 182 of 221
15 Equal Tee 15 80 BW SA 234 Gr.
WPB 50 Non IBR
16 Spiral wound gasket 50 2.5 /
900 - SS 304 / CAF 25 Non IBR
17 Spiral wound gasket 25 2.5 /
900 - SS 304 / CAF 35 Non IBR
18 Bolt M24 - 125 SA 193
GR.B8M 60 Non IBR
19 Nut M24 - - SA 194
GR.B8M 60 Non IBR
20 Washer M24 - - SS 120 Non IBR
21 Seamless Pipe
Nipple 15 80
1/2" NB
SW x
1/2"NPT
(M)
SA 106 Gr. B 60 Non IBR
22 Condensate Pot 80 80
1/2" NB
SW Both
End,1/2"
NPT(F)
on Top &
Bottom
with End
Plug
SA 106 Gr. B 20 Non IBR
23 Union 15 3000
1/2"NPT(
F) x
1/2"NPT(
F)
SA 105 60 Non IBR
24 End Cap 15 3000
1/2"NPT(
F) - 25mm
LG
SA 105 50 Non IBR
25 Siphon (Pig Tail) 15 80 1/2"NPT(
M) SA 106 Gr. B 17 Non IBR
26 Full Coupling 25 3000 1" NPT SA 105 80 Non IBR
Note: The exact quantities of pipe fittings will be confirmed during detailed engineering
Tender Document 201601521, MMD, IIT Bombay Sheet 183 of 221
Bill of Material - Valves
S. No. Items Size Rating MOC End Conn. Quantity
(nos.)
1 Control Valve -
Pneumatic Valve 25 1500# SA 216 WCB BW 4
2 On / Off Pneumatic
Valve 50 1500# SA 216 WCB BW 1
3 On / Off Pneumatic
Valve 25 1500# SA 216 WCB BW 7
4 Hand operated Gate
Valve 50 1500# SA 216 WCB BW 7
5 Hand operated Gate
Valve 25 1500# SA 216 WCB BW 13
6 Hand operated Gate
Valve 15 1500# SA 216 WCB SW 92
7 Hand operated Gate
Valve 15 1500# SA 182 F304 SW 1
8 Non Return Valve 50 1500# SA 216 WCB BW 3
9 Non Return Valve 25 1500# SA 216 WCB SW 9
10 Non Return Valve 15 1500# SA 182 F304 SW 1
11 Strainer 50 1500# SA 216 WCB SW 3
12 Strainer 25 1500# SA 216 WCB SW 2
13 Safety Valve 25 1500# SA 216 WCB SW 3
14 3-way Gauge cock 15 - SA 182
F316L TE 19
15 5-way Gauge cock 15 - SA 182
F316L TE 9
Note: Rating of valves will be confirmed during detailed engineering
Tender Document 201601521, MMD, IIT Bombay Sheet 184 of 221
Bill of Material - Pipe Support
S.
No. Items
Size Length
(mm) Specification
Quantity
(nos.)
Weight
(in kg) Thickness
(mm)
Width
(mm)
1
Base Plate
& Top
Plate
12 1000 5000 IS 2062 Gr.A 1 471
2 Beam ISMB-150 15000 IS 2062 Gr.A 1 224
3 Channel ISMC-75 20000 IS 2062 Gr.A 1 136
4 Angle ISA-65 x 65 x 6 15000 IS 2062 Gr.A 1 84
5 U-Bolt M8 x 50NB - IS 730 - 1978 30 -
6 U-Bolt M8 x 25NB - IS 730 - 1978 75 -
7 Nut M8 - IS 1363 210 -
8 Washer M8 - IS 1363 210 -
Note:
The exact quantities of pipe supports will be confirmed during detailed engineering
2 coats of red oxide and 2 coats of enamel paint or equivalent anti -corrosion paint
shall be used on pipe support
Paint shall be of NTPC approved colour and shade
Specification of Adhesive
Characteristics
1 Technology Silane-modified polymer
2 Product Type Sealant
3 Components One-component
4 Cure Humidity
5 Application Assembly
6 Appearance White, Grey, Black
7 Consistency Pasty, Thixotropic
Technical Data
Tender Document 201601521, MMD, IIT Bombay Sheet 185 of 221
S.no Properties Specification Unit
1 Density Approx. 1.5 g/cm3
2 Skin formation time Approx. 10 to 40 minutes
3 Cure rate Approx. 4 mm/24hrs
4 Tensile strength Approx. 0.9 MPa
5 Stress at 100 % elongation 0.6 MPa
6 Application temperature 5 to 40 0 C
7 Service temperature -50 to +80 0 C
Adhesive properties shall be followed by ISO 37.
Specifications of Aluminium based reflector for Secondary Reflector
Geometric
Specifications
Width: 1250 ± 0.15 mm
Length: 2000 mm ± 1 mm/m
Thickness: 0.75 ± 0.03 mm
Quantity: 30 sheets (inc. spare)
Technical Data
Alloy: ALUMINUM ALLOY 1090 / 1050
Finishing: HIGH SPECULAR
PVD treatment: as per EN 573-3
Mechanical
Specifications
Temper: H 18 as per EN 515
Tensile strength: 140 – 180 N/mm2 as per EN 485-2
Proof stress 0.2 %: 120 – 160 N/mm2 as per EN 485 -2
Minimum elongation: 2 % as per EN 485-2
Optical Solar
Values
Total solar reflectance: 91% as per ASTM G173
Specular solar reflectance: 88 % as per ASTM G173
Optical Visible
Values
Total reflectance: 93% as per DIN 5036-3
Diffuse reflectance: 8 % as per DIN 5036-3
Specular reflectance: 90 % as per ISO 7668
Accelerated
Ageing Test
Temperature cycling test
8000 cycles (8000 cycles
(500 C – 300 0C Heating/
cooling approx. 1 minute))
< 1 % drop in specular reflectance
UV resistance
>500 hrs.
<3% drop in specular reflectance.
Sample should be exposed to UVA &
UVB radiation at 2500C & 85 W/m2
Corrosion resistance :
1000 h
<3% drop in specular reflectance as per
DIN EN ISO 9927
Tender Document 201601521, MMD, IIT Bombay Sheet 186 of 221
Damp Heat Test
1000 h, 850C, 85% RH
<1% drop in specular reflectance as per
IEC 60068-2-78
Condense Humidity
Resistance
1000 h, 500C, 100 % RH
with condensation
As per DIN EN ISO 9227
Vendor Details
S. No Contact Person Company
1 Mr. Gulu Adani;
Mr. Vijay Patki
Mr. Gian Giuseppe Vigo
Almeco,
India,
“UNIQUE”, 4TH FLOOR, OFF VEER
SAVARKAR MARG, PRABHADEVI,
MUMBAI – 400 025, INDIA.
TEL : (+91-22) 6662 4444
FAX : (+91-22) 6662 4455
EMAIL : [email protected]
WEBSITE : www.elektromag.com
Italy Customer Service & Sales Support
Phone (direct): +39 02 988963.42
Fax: +39 02 70048177
email: [email protected]
2 Alanod-Solar®
Egerstr. 12
58256 Ennepetal | Germany
Phone +49 2333 986-500
Fax +49 2333 986-525
3 Anomet
18 Regan Road, Unit 25
Brampton, Ontario,
Canada L7A 1C2
905-840-6868 Tel
905-840-6862 Fax
877-813-8300 Toll Free
Tender Document 201601521, MMD, IIT Bombay Sheet 187 of 221
Specification for Evacuated tube collector
S.
No Description Units Value
Design Parameters
1 Design Pressure bar (g) 137.5
2 Design Temperature °C 440
3 Operating Pressure bar (g) 110
4 Operating Temperature °C 430
5 Quantity pcs 35
Steel Pipe
5 Diameter of pipe mm 70 ± 0.5
6 Thickness of pipe mm 5
7 Length of pipe mm 4060 ± 1
8 Material specification of pipe - Seamless EN 1.4878 /
AISI 321
9 Surface finish Vendor to specify
10 Irradiated surface / Total surface >96.5% (Vendor to
specify)
Glass pipe
11 Diameter of pipe mm 125 ± 1.5
12 Thickness of pipe mm 3 ± 0.4
13 Length of pipe mm 3900 ± 3
14 Material specification of pipe -
Borosilicate glass ( AS
PER ASTM STANDARD
)
15 Transmittance of solar radiation % 91.6 ± 0.2
16 Transmittance of solar radiation
with anti-reflective coating 96.6 ± 0.2
Photo thermal parameters for spectrally selective coating
17 Solar radiation absorbance, % >95.0 ± 0.3
18 Radiation emissivity in the IR 400 % <10
Radiation emissivity in the IR 550 % (Vendor to Specify)
Functional Characteristics
19 Weight of the receiver kg Vendor to specify
Tender Document 201601521, MMD, IIT Bombay Sheet 188 of 221
20 Thermal vector fluid Super heated / Saturated
steam
21 Physical state of the thermal vector
fluid Liquid / Vapour
22 Thermal losses @ 400 deg C W/m Vendor to specify
Thermal losses @ 550 deg C W/m Vendor to specify
23 Vacuum enclosure pressure mbar 10-4 mbar
24 Expected life time Years >20
Vendor Details
S. No Contact Person Company
1 Ms. Elaine Wang Himin Solar Co.,Ltd
www.himinsun.com;
www.himinsolarpv.com
Tel.:- 0086-534-5089643
Mobile:- 0086-13365340507
Email: [email protected]
skype: elaine.wang1988
Wechat: elaine_wong_china
WhatsApp: 008613365340507
QQ: 445089408
2 Mr. Francesco Colelli
and Mr. Sandro Donnola ARCHIMEDE SOLAR ENERGY
villa s. faustino
06056 massa martana (pg) - italy
ph.: +39.075.8954.773
fax: +39.075.8954.873
Mobile: +39.335.1727964
www.archimedesolarenergy.it
3 Mr. Lei Ming
CSP Sales Director BayEnergy CSP
Franklinstraße 56, 60486 Frankfurt am Main,
Deutschland, Germany
Tel.: +49-69-50929198
Fax: +49-69-50929196
www.bayenergy.net or www.baysolar.ag
Tender Document 201601521, MMD, IIT Bombay Sheet 189 of 221
4
Mr. Thomas Ven (Sales Manager)
Huiyin Group
North of Gaodao Road, West of Longhai Road,
Xiaoguan Town, Wendeng City,
Shandong Province, China
Tel: +86 8966003
Fax: +86 8966009
Postcode:264402
Email: [email protected]
www.huiyin-group.com
Tender Document 201601521, MMD, IIT Bombay Sheet 190 of 221
Annexure – 5
VFD
S.
No. Parameter Specification
1 Type of drive IGBT
2 Input voltage 415v
3 Motor rated power 7kw for VFD 5001, VFD 5002,
5.5kw for VFD 5003, VFD 5004
4 Input voltage variation 10.00%
5 Input frequency 50Hz
6 Input frequency variation +3%, -5%
7 Altitude Up to 1000m without de-rating
8 Converter Full wave diode rectifier
9 Inverter type IGBT
10 Power factor At VFD i/p >0.9 at 100% load
11 Housing IP 22 or better
12 Harmonic limitation In accordance with IEEE-519 (less than 5%)
13 Communication Compatible with PLC control panel
14 Tag no. VFD 5001, VFD 5002, VFD 5003, VFD 5004
15 Quantity required 4 nos.
16 Service
VFD 5001, VFD 5002 - For feed water pump
VFD 5003, VFD 5004 - For recirculation pump
Any other items not included above shall be supplied by bidder after obtaining the approval for
make, from respective Engineer / Consultant.
Tender Document 201601521, MMD, IIT Bombay Sheet 191 of 221
Annexure – 6
PANELS:
PLC Panel Components
S.
No. Legends Item Description Quantity Unit
PLC Panel
1 CON Programmable Logic Controller 2MB user memory
(Redundant CPU) 1 nos.
2 PS 24V Power supply module with terminal module for CPU 3 nos.
3 COM Communication modules with terminal module 3 nos.
4 DI 8 Channel DI with terminal module 2 nos.
5 DO 8 Channel DO with terminal module 4 nos.
6 AI 6 Channel, 13 Bit analog with terminal module 2 nos.
7 AO 6 Channel, 13 Bit analog output with terminal module 1 no.
8 RTD 8 Channel RTD Input with terminal module 1 no.
9 ETH 8 Port Unmanageable Ethernet switch 1 no.
10 BASE Rack base plane/channel for PLC components 3 nos.
11 LED Panel on indication lamp red 220VAC 1 no.
12 SW Power selector switch 16A 2 Pole 2 Way 1 no.
13 TFR 1:1 Isolation Transformer 230V/230V 500VA 1 no.
14 SMPS 24V-6A Switch Mode Power Supply 1 no.
15 RC 8 Channel Relay card 1 no. + 1 NC 5 nos.
16 TB Terminal blocks with fuse (10 sq.mm, 4 sq.mm, 2.5 sq.mm) As reqd. nos.
17 LJB Local junction box with switch 1 no.
18 MCB 16A DP 10KA MCB C-Curve 2 nos.
Tender Document 201601521, MMD, IIT Bombay Sheet 192 of 221
19 MCB 10A DP 10KA MCB C- Curve 2 nos.
20 MCB 6A DP 10KA MCB C-C Curve 4 nos.
21 MCB 4A DP 10KA MCB C-C Curve 6 nos.
22 PSH Panel Space Heater 1 no.
23 LAMP Panel Lamp 1 no.
24 LSL Panel Door Limit Switch 1 no.
25 PAN Double door, front open, IP-65, smoke gray color, panel with
mounting plate, base plinth, back panel & lifting hooks 1 no.
26 CAB-ACC Internal wiring including cables, lugs, din rail, ferrules, cable
ties, cable tray, bus connector, jumpers etc As reqd.) 1 lot
Any other items not included above shall be supplied by bidder after obtaining the approval for make,
from respective Engineer / Consultant.
Table 1 : RTU-1 Panel
S.
No. Legends Item Description Quantity Unit
RTU-1 Panel -Field Instrument Panel
1 PS 24V Power supply module with terminal module for CPU 1 no.
2 COM Communication modules with terminal module 1 no.
3 DI 8 Channel DI with terminal module 4 nos.
4 DO 8 Channel DO with terminal module 3 nos.
5 AI 6 Channel, 13 Bit Analog input with terminal module 7 nos.
6 AO 6 Channel, 13 Bit analog output with terminal module 1 no.
7 RTD 8 Channel RTD Input with terminal module 7 nos.
8 BASE Rack base plane/channel for PLC Components 1 no.
9 LED Panel on indication lamp red 220VAC 1 no.
10 SW Power selector switch 16A 2 Pole 2 Way 1 no.
Tender Document 201601521, MMD, IIT Bombay Sheet 193 of 221
11 TFR 1:1 Isolation Transformer 230V/230V 500VA 1 no.
12 SMPS 24V-6A Switch Mode Power Supply 1 no.
13 RC 8 CHANNEL RELAY CARD 1 no. + 1 NC 3 nos.
14 TB Terminal blocks with fuse (10 sq.mm, 4 sq.mm, 2.5 sq.mm) As reqd. nos.
16 LJB Local Junction box with switch 1 no.
17 MCB 10A DP 10KA MCB C-Curve 2 nos.
18 MCB 6A DP 10KA MCB C-Curve 5 nos.
19 MCB 4A DP 10KA MCB C-Curve 3 nos.
20 PA Panel air conditioning as per cooling requirement 1 no.
21 PSH Panel Space Heater 1 no.
22 LAMP Panel Lamp 1 no.
23 LSL Panel Door Limit Switch 1 no.
24 PAN
Double door, front open, IP-65, smoke gray color, panel
with mounting plate, base plinth, back panel & lifting
hooks, cable entry from bottom, outdoor application
1 no.
25 CAB-ACC
Internal wiring including cables, lugs, din rail, ferrules,
cable ties, cable tray (as per standard practice), bus
connector, jumpers etc (As reqd.)
1 lot
Any other items not included above shall be supplied by bidder after obtaining the approval for make,
from Respective Engineer / Consultant.
Tender Document 201601521, MMD, IIT Bombay Sheet 194 of 221
Table 2: RTU-2 Panel
S.
No. Legends Item Description Quantity Unit
RTU-2-Panel-Field Tracking Panel
1 PS 24V Power supply module with terminal module for CPU 1 no.
2 COM Communication modules with terminal module 1 no.
3 DI 16 Channel DI with terminal module 8 nos.
4 DO 16 Channel DO with terminal module 6 nos.
5 RTD 8 Channel, 13 Bit Analog with terminal module 1 no.
6 RTD 8 Channel RTD Input with terminal module 1 no.
7 BASE Rack base plane/channel for PLC Components 1 no.
8 LED Panel on indication lamp red 220VAC 1 no.
9 SW Power selector switch 16A 2 Pole 2 Way 1 no.
10 TFR 1:1 Isolation Transformer 230V/230V 500VA 1 no.
11 SMPS 24V-6A Switch Mode Power Supply 1 no.
12 RC 8 Channel Relay card 1 no. + 1 NC 19 nos.
13 TB Terminal blocks with fuse (10 sq.mm, 4 sq.mm, 2.5
sq.mm) As reqd. nos.
14 SD 48V 6A Bipolar Stepper Driver 42 nos.
15 SDSMPS Stepper Driver SMPS 48V 42 nos.
16 LJB Local junction box with switch 1 no.
17 MCB 63A DP 10KA MCB C-Curve 2 nos.
18 MCB 6A DP 10KA MCB C- Curve 47 nos.
19 MCB 4A DP 10KA MCB C- Curve 4 nos.
20 SW Selector Switch for Local Operation 1 Stop 2 Release
With 2 no. + 2 NC Contact 42 nos.
Tender Document 201601521, MMD, IIT Bombay Sheet 195 of 221
21 PA Panel air conditioning as per cooling requirement 1 no.
22 PSH Panel Space Heater 1 no.
23 LAMP Panel Lamp 1 no.
24 LSL Panel Door Limit Switch 1 no.
25 PAN
Double side double door, front open, IP-65, smoke gray
color, panel with mounting plate, base plinth, back panel
& lifting hooks, cable entry from bottom
1 no.
26 CAB-
ACC
Internal wiring including cables, lugs, din rail, ferrules,
cable ties, cable tray, bus connector, jumpers etc (As
reqd.)
1 lot
Any other items not included above shall be supplied by bidder after obtaining the approval for make,
from respective Engineer / Consultant.
Table 3: VFD Panel
S. No. Legend Item Description Quantity Unit
VFD Panel
1 MCCB MCCB 63A with thermal magnetic based O/C, S/C
Release 1 no.
2 CONT. 25 A TP Contactor with 2 no. + 2NC AUX. Contact coil
100V AC 4 nos.
3 ROH Rotary Operating Handle 2 nos.
4 CL Castle Lock 2 nos.
5 OLR Thermal Over Load Relay 2 nos.
6 MFM Digital Type Multi Function Meter 1 no.
7 CT Metering CT'S 100A/5A 3 nos.
8 LED Phase Indication Lamp Red 220V AC 1 no.
9 LED Phase Indication Lamp Yellow 220V AC 1 no.
10 LED Phase Indication Lamp Blue 220V AC 1 no.
11 LED VFD ON Indication Lamp Green 4 nos.
Tender Document 201601521, MMD, IIT Bombay Sheet 196 of 221
12 LED VFD OFF Indication Lamp Red 4 nos.
13 LED VFD Trip Indication Lamp Amber 4 nos.
14 PB VFD Start Push Button Green With 1 no. Contact 4 nos.
15 PB VFD Stop Push Button Red With 1 no. Contact 4 nos.
16 PB VFD Speed Inc. Push Button Green With 1 no. Contact 4 nos.
17 PB VFD Dec. Push Button Red With 1 no. Contact 4 nos.
18 SW VFD Local/Remote Selector Switch 4 nos.
19 SW Pump Selection Switch 2 Way 2 nos.
20 CONT. 3PH 4P 16A Power Contactor AC3 duty with 2 no. + 2 NC
Aux. contact coil of 230V AC 4 nos.
21 CONT. 3PH 4P 25A Power Contactor AC3 duty with 2 no. + 2 NC
Aux. contact coil of 230V AC 2 nos.
22 LED Bypass selection indication lamp Red 110V AC 4 nos.
23 LED Bypass ON Indication Lamp Green 110V AC 4 nos.
24 LED Bypass OFF Indication Lamp Red 110V AC 4 nos.
25 LED Bypass Trip Indication Lamp Amber 110V AC 4 nos.
26 PB Bypass START Push Button Green with 1 no. contact 4 nos.
27 PB Bypass STOP Push Button Red with 1 no. contact 4 nos.
28 SW Bypass Selector Switch 4 nos.
29 PB Emergency Push Button 1 no.
30 PA Panel Air Conditioning as per Cooling requirement 1 no.
31 PSH Panel Space Heater 1 no.
32 LAMP Panel Lamp 1 no.
33 LSL Panel Door Limit Switch 1 no.
34 REL Auxiliary Relay 110V AC 2 nos.
Tender Document 201601521, MMD, IIT Bombay Sheet 197 of 221
35 TFR 415V/110V Control Transformer 1500 VA 1 no.
36 NL Neutral Link 1 no.
37 MCB 16A DP 10KA MCB C-Curve 3 nos.
38 MCB 6A DP 10KA MCB C-Curve 4 nos.
39 PAN
Fabrication in 14/16 SWG CRCA sheet, powder coating in
RAL 7035 Shade, channel base frame, cable entry will be
bottom suitable for cable, lock, rubber gasket, hardware
etc. Panel size: As per requirement 2000 mm (W) x 800
mm (D) x 2500 mm (H) Approx.
1 lot
40 CAB Internal wiring including cables, lugs, din rail, ferrules,
cable ties, cable tray (as per requirement) 1 lot
Any other items not included above shall be supplied by bidder after obtaining the approval for make,
from Respective Engineer / Consultant.
Table 4: LV Panel
S.
No. Legends Item Description Qty Unit
100A Incomer
1 MCCB 100A 4P 50KA with Microprocessor based O/C S/C and
earth fault release 2 nos.
2 CTS 100/5A Metering CT 15VA Resin cast type 6 nos.
3 EM 3PH 4wire 415V digital type energy meter, interface with
RS485 Port 2 nos.
4 LED 220V AC, Phase Indication Lamp Red 2 nos.
5 LED 220V AC, Phase Indication Lamp Yellow 2 nos.
6 LED 220V AC, Phase Indication Lamp Blue 2 nos.
7 CONT Auxiliary contactor with 220V AC 2 no. + 2NC 2 nos.
8 ROH Rotary Operating Handle 2 nos.
9 CL Castle Lock 2 nos.
10 SPR Spreader Terminal 100A 4P 2 nos.
Tender Document 201601521, MMD, IIT Bombay Sheet 198 of 221
11 LED ON Indication Lamp Red 220V AC 2 nos.
12 LED OFF Indication Lamp Green 220V AC 2 nos.
13 LED Trip Indication Lamp Amber 220V AC 2 nos.
14 MCB 6A 2P MCB 100KA C-Curve 2 nos.
15 MCB 6A 1P MCB 100KA C-Curve 6 nos.
16 NL Neutral Link 2 nos.
THREE PHASE BUS BAR
1 63A TP MCCB - 2 nos. (VFD DB - 1 no. + 1 no. Spare)
2 MCCB 20A TP 50KA MCCB with thermal magnetic based O/C,
S/C release 2 nos.
3 ROH Rotary Operating Handle 2 nos.
4 CL Castle Lock 2 nos.
5 PTR Power Terminal 10 sq.mm 8 nos.
6 AMP Ammeter 0-60A Direct 72mm x 72 mm (Analog) 2 nos.
7 LED ON Indication Lamp Red 220V AC 2 nos.
8 LED OFF Indication Lamp Green 220V AC 2 nos.
0.5KW DOL Starter 7 nos. (2 - Dosing Pump, 1 Spare)
1 MCCB 32A TP MCCB 50KA with thermal magnetic based S/C
Release & RHOM 7 nos.
2 CONT 9A TP Power Contactor AC3 duty with 2 no. + 2 NC
Aux. Contact Coil 110V AC 7 nos.
3 OLR (1.4-2.3) A Thermal Over Load Relay 7 nos.
4 LED ON Indication Lamp Red 110V AC 7 nos.
5 LED OFF Indication Lamp Green 110V AC 7 nos.
6 LED Trip Indication Lamp Amber 110V AC 7 nos.
Tender Document 201601521, MMD, IIT Bombay Sheet 199 of 221
7 PB Start Push Button 'Green' with 1 no. Contact 2 L & 7 nos.
8 PB Stop Push Button 'Red' with 1 NC Contact 7 nos.
9 PSW Pump Selector Switch 2P 2Way with 2 no. + 2 NC
Contact 7 nos.
10 A/M Auto Manual Selector Switch 2P 2Way 7 nos.
11 CONT Auxiliary Contactor 110V AC with 2 no. + 2 NC Aux.
Contact 7 nos.
12 MCB MCB 6A SP 10KA 'C-Curve' 7 nos.
13 NL Neutral Link 7 nos.
14 AMP Ampere Meter 0-60 Direct 72 mm x 72 mm (Analog) 7 nos.
15 PTR Power Terminal As reqd.
Control Transformer
1 MCB 6A DP MCB 10KA C-Curve 1 no.
2 MCB 16A DP MCB 10KA C-Curve 1 no.
3 TFR 415V/230V AC 10 KVA Control Transformer 1 no.
Single Phase Bus Bar
1 MCCB 63A DP 50KA C-Curve MCCB 2 nos.
2 MCB 20A DP 50KA C-Curve MCCB 4 nos.
UPS Bus
1 MCB 20A DP MCB 10KA C-Curve 8 nos.
Panel
1 PAN
Fabrication in 14/16 SWG CRCA sheet, powder coating
in RAL 7035 shade, channel base frame, cable entry will
be bottom suitable for cable, lock, rubber gasket,
hardware etc. Panel size: As per requirement 2000 mm
(W) x 800mm (D) x 2500 mm (H) Approx.
1 lot
2 BUS
BAR
400 AMP. Electro grade copper main bus bar, load wise
sub feeder bus bar, separate earth bus bar, color coated
heat stink bus bar sleeve, nut‐bolt, washer, hardware etc.,
1 lot
Tender Document 201601521, MMD, IIT Bombay Sheet 200 of 221
3 CAB Internal wiring including cables, lugs, din rail, ferrules,
cable ties, cable tray (as per requirement) 1 lot
Any other items not included above shall be supplied by bidder after obtaining the approval for make,
from Respective Engineer / Consultant
Tender Document 201601521, MMD, IIT Bombay Sheet 201 of 221
Annexure – 7
UPS and Accessories:
S. No. Item Specification Qty Unit
1
UPS Single phase, 20 kva inverter, 15 kw, 230v, online
ups, 0 to 40 deg c Ambient
1 no.
No of phases Single phase
Input voltage Single phase, 230v (120v to 300v )
Frequency 50hz ( 49-51hz)
Voltage and
regulation 230 v, 3% regulation on no load to full load
Output frequency 50hz +- 0.5hz when on inverter
Harmonics
distortion <5% of thd
Output waveform Pure sinusoidal ups
Monitoring feature Local display and computer communication
through interface port
2
Battery
1 no.
Capacity Min 625 ah (150 ah x 3no.)
Type Sealed-maintenance free long life battery
Run time 30 min on full load
Ambient
temperature 0 to 40 deg c
Expected life time 5 years
3 Stand Standard UPS stand 1 no.
Tender Document 201601521, MMD, IIT Bombay Sheet 202 of 221
Annexure – 8
Computer and Accessories:
S.
No. Item Specification Qty Unit
1
Operating station PC
1 no.
CPU Intel i5 processor
Main drive (ram) 4 GB
Drives 48 x CD/DVD R/W drive or better
Hard disk 500 GB
Removable bulk storage
drive 8 GB Minimum
Monitor 20" Minimum
Graphics Memory 16 MB
Communication port 2 serial, 4 USB port, dual 100 Mbps Ethernet
Expansion slots 3
Peripheral Keyboard, optical mouse
Software’s
Window's 7, Microsoft Office, adobe acrobat
reader, antivirus (2 years warranty)
Application software- to suit project specific
requirements
Interfacing requirements Interface with plc and separate PC /system
with OPC compliant interfacing
2
Printer
1 no.
Make HP/Canon
Output Color printout/ black and white
Printing method Laser/inkjet
Features Multifunction- print/scan/copy
USB support Required
3
Furniture
Computer table Standard computer table 1 no.
Chairs Standard chairs 2 nos.
Tender Document 201601521, MMD, IIT Bombay Sheet 203 of 221
Annexure – 9 Deviation Statement Form
Deviation Statement Form
Following are the Technical deviations and variations from the Technical specifications
S. No. Item Statement of deviations/variations
The following are the particulars of the deviations from the requirements of the tender
document terms and conditions:
S. No. Item Statement of deviations/variations
These deviations and variations are exhaustive. Except these deviations and variations, the
entire work shall be performed as per your specifications and documents.
Signature of bidder
Date
Note:
The technical compliance/deviation should be supported by relevant technical literature.
If specification in Superior/inferior than asked for the enquiry, it should be clearly
brought out in the justification.
If the bidder offers more than one model, then the technical compliance statement must
be enclosed for each and every model separately.
Tender Document 201601521, MMD, IIT Bombay Sheet 204 of 221
Annexure – 10 Integrity Pact
(To be printed on Supplier's letterhead)
INTEGRITY PACT
General
This pre-bid pre-contract Agreement hereinafter called the Integrity Pact is made on
............................ day of the month of .................................. , between, on one hand, the
President of India acting through Joint Registrar, Materials Management Division of Indian
Institute of Technology, Bombay hereinafter called the “BUYER” of the First Part and
M/s.......................................................................................................represented by Shri
...............................................................,Director /Chief Executive Officer/ General Manager
hereinafter called the“BIDDER/Seller” of the Second Part.
WHEREAS the BUYER proposes to procure
................................................................................................. (Name of the
Stores/Equipment/Item) and the BIDDER/Seller is willing to offer/has offered the stores and
WHEREAS the BIDDER is a private company/public company/Government
undertaking/partnership/registered export agency, constituted in accordance with the relevant
law in the matter and the BUYER is an Autonomous Body/Department of the Government of
India performing its functions on behalf of the President of India.
NOW, THEREFORE, to avoid all forms of corruption by following a system that is fair,
transparent and free from any influence/prejudiced dealings prior to, during and subsequent to
the currency of the contract to be entered into with a view to :-Enabling the BUYER to obtain
the desired said stores / equipment at a competitive price in conformity with the defined
specifications by avoiding the high cost and the distortionary impact of corruption on public
procurement, and Enabling BIDDERs to abstain from bribing or indulging in any corrupt
practice in order to secure the contract by providing assurance to them that their competitors
will also abstain from bribing and other corrupt practices and the BUYER will commit to
prevent corruption, in any form, by its officials by following transparent procedures. The
parties hereto hereby agree to enter into this Integrity Pact and agree as follows:
Tender Document 201601521, MMD, IIT Bombay Sheet 205 of 221
Commitments of the BUYER
1.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly
with the contract will demand, take a promise for or accept, directly or through
intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial
benefit or any other advantage from the BIDDER, either for themselves or for any person,
organization or third party related to the contract in exchange for an advantage in the
bidding process, bid evaluation, contracting or implementation process related to the
Contract.
1.2 The BUYER will, during the pre-contract stage, treat all BIDDERs alike, and will provide
to all BIDDERs the same information and will not provide any such information to any
particular BIDDER which could afford an advantage to that particular BIDDER in
comparison to other BIDDERs.
1.3 All the officials of the Buyer will report to the appropriate Government office any attempted
or completed breaches of the above commitments as well as any substantial suspicion of
such a breach.
2. In case any such preceding misconduct on the part of such official (s) is reported by the
BIDDER to the BUYER, with full and verifiable facts and the same is prima facie found to
be correct by the BUYER, necessary disciplinary proceedings, or any other action as
deemed fit, including criminal proceedings may be initiated by the BUYER and such a
person shall be debarred from further dealings related to the contract process. In such a case
while an enquiry is being conducted by the BUYER the proceedings under the contract
would not be stalled.
Commitments of BIDDERs:
3. The BIDDER commits itself to take all measures necessary to prevent corrupt practices,
unfair means and illegal activities during any stage of its bid or during any pre-contract or
post-contract stage in order to secure the contract or in furtherance to secure it and in
particular commit itself to the following:
3.1. The BIDDER will not offer, directly or through intermediaries, any bribe,
consideration, gift, reward, favour, any material or immaterial benefit or other
advantage, commission, fees, brokerage or inducement to any official of the BUYER,
connected directly or indirectly with the bidding process, or to any person, organization
Tender Document 201601521, MMD, IIT Bombay Sheet 206 of 221
or third party related to the contract in exchange for any advantage in the bidding,
evaluation, contracting and implementation of the Contract.
3.2. The BIDDER further undertakes that it has not given, offered or promised to give,
directly or indirectly any bribe, gift, consideration, reward, favour, any material or
immaterial benefit or other advantage, commission, fees, brokerage or inducement to
any official of the BUYER or otherwise in procuring the Contract or forbearing to do
or having done any act in relation to the obtaining or execution of the Contract or any
other Contract with the Government for showing or forbearing to show favour or
disfavour to any person in relation to the Contract or any other Contract with the
Government.
3.3. BIDDERs shall disclose the name and address of agents and representatives and Indian
BIDDERs shall disclose their foreign principals or associates.
3.4. BIDDERs shall disclose the payments to be made by them to agents / brokers or any
other intermediary, in connection with this bid/contract.
3.5. The BIDDER further confirms and declares to the BUYER that the BIDDER is the
original manufacturer/ integrator/ authorized government sponsored export entity of
the defense stores and has not engaged any individual or firm or company whether
Indian or foreign to intercede, facilitate or in any way to recommend to the BUYER,
or any of its functionaries, whether officially or unofficially to the award of the contract
to the BIDDER, nor has any amount been paid, promised or intended to be paid to any
such individual, firm or company in respect of any such intercession, facilitation or
recommendation.
3.6. The BIDDER, either while presenting the bid or during pre-contract negotiations or
before signing the contract, shall disclose any payments he has made, is committed to
or intends to make to officials of the BUYER or their family members, agents, brokers
or any other intermediaries in connection with the contract and the details of services
agreed upon for such payments.
3.7. The BIDDER will not collude with other parties interested in the contract to impair the
transparency, fairness and progress of the bidding process, bid evaluation, contracting
and implementation of the contract.
3.8. The BIDDER will not accept any advantage in exchange for any corrupt practice,
unfair means and illegal activities.
3.9. The BIDDER shall not use improperly, for purposes of competition or personal gain,
or pass on to others, any information provided by the BUYER as part of the business
relationship, regarding plans, technical proposals and business details, including
information contained in any electronic data carrier. The BIDDER also undertakes to
exercise due and adequate care lest any such information is divulged.
Tender Document 201601521, MMD, IIT Bombay Sheet 207 of 221
3.10. The BIDDER commits to refrain from giving any complaint directly or through any
other manner without supporting it with full and verifiable facts.
3.11. The BIDDER shall not instigate or cause to instigate any third person to commit any
of the actions mentioned above.
3.12. If the BIDDER or any employee of the BIDDER or any person acting on behalf of the
BIDDER, either directly or indirectly, is a relative of any of the officers of the
BUYER, or alternatively, if any relative of an officer of the BUYER has financial
interest/stake in the BIDDER's firm, the same shall be disclosed by the BIDDER at
the time of filing of tender.
The term relative for this purpose would be as defined in Section 6 of the Companies Act
1956.
3.13. The BIDDER shall not lend to or borrow any money from or enter into any monetary
dealings or transactions, directly or indirectly, with any employee of the BUYER.
4. Previous Transgression
4.1. The BIDDER declares that no previous transgression occurred in the last three years
immediately before signing of this Integrity Pact, with any other company in any country
in respect of any corrupt practices envisaged hereunder or with any Public Sector
Enterprise in India or any Government Department in India that could justify BIDDER's
exclusion from the tender process.
4.2. The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be
disqualified from the tender process or the contract, if already awarded, can be terminated
for such reason.
5. Earnest Money Deposit
5.1. Earnest Money Deposit is mandatory to be enclosed in the tender.
5.2. While submitting bid, the BIDDER shall deposit an amount mentioned in tender
document as Earnest Money, with the IIT Bombay through the following instruments:
A confirmed Bank Guarantee by an Indian Nationalized Bank promising
payment of the guaranteed sum to the BUYER on demand within three
working days without any demur whatsoever and without seeking any reasons
Tender Document 201601521, MMD, IIT Bombay Sheet 208 of 221
whatsoever. The demand for payment by the IIT Bombay shall be treated as
conclusive proof of payment.
The Earnest Money shall be valid upto a period of 180 days or the complete
conclusion of the contractual obligations to the complete satisfaction of both
the BIDDER and the BUYER whichever is later.
No interest shall be payable by the BUYER to the BIDDER on Earnest Money
for the period of its currency.
If successful bidder fails to submit the Performance Guarantee Bond within 30
days from the date of placing of Purchase Order then purchase order will be
canceled and EMD will be forfeited.
If there is any difficulty in submitting Bank Guarantee then Demand draft can
be submitted in the favour of 'The Registrar, IIT Bombay' payable at Mumbai.
Return of EMD: In case of successful BIDDER, EMD in the form of Bank
guarantee will be returned within 30 days from the date of submission of
Performance Guarantee Bond.
For unsuccessful bidder, Bank Guarantee will be returned within 30 days from
the date of placing the Purchase Order.
In case of Demand Draft, amount of EMD will be returned within 60 days
from the date of placing the purchase order.
6. SECURITY DEPOSIT /PERFORMANCE GUARANTEE:
6.1. Performance Guarantee Bond is mandatory.
6.2. Successful tenderer/ bidder should submit performance guarantee as prescribed above
to be sent to Joint Registrar, Materials management Division, IIT Bombay on or before
15 days from the due date of issue of order acknowledgment. The PGB to be furnished
in the form of bank guarantee as per proforma or annexure of the tender documents, for
an amount covering 10 % of the purchase order value.
The Performance Guarantee should be established in favour of “Registrar, IIT
Bombay”.
Tender Document 201601521, MMD, IIT Bombay Sheet 209 of 221
PBG to be established through any of the National Banks (whether situated at
Mumbai or outstation) with a clause to enforce the same on their local branch of
Mumbai or any scheduled bank (other than national bank) situated at Mumbai.
Bonds issued by co-operative banks will not be accepted.
Performance Guarantee Bond shall be for the due and faithfully performance of
the contract and shall remain binding, notwithstanding such variations, alterations
for extensions of time as may be made, given, conceded or agreed to between the
successful tenderer and the purchaser under the terms & conditions of acceptance
to the tender.
The successful tenderer is entirely responsible for due performance of the contract
in letter and spirit and all other documents referred to in the acceptance of tenders.
The PBG shall be kept valid during the period of contract and shall continue to
be enforceable for a period of two years or upto warranty period whichever is
later from the date of order acknowledge. In case PBG needs extensions upto
extension period then supplier shall initiate extensions to PBG one month prior
to expiry of PBG.
For successful suppliers, if PBG is not submitted within 15 days from the date of
Order Acknowledgement, then the Purchase Order will be cancelled with
forfeiting of EMD.
No interest shall be payable by the buyer to the Bidder on PBG.
7. Sanctions for Violations
7.1. Any breach of the aforesaid provisions by the BIDDER or any one employed by it or
acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle
the BUYER to take all or any one of the following actions, wherever required:-
i. To immediately call off the pre-contract negotiations without assigning any reason
or giving any compensation to the BIDDER. However, the proceedings with the
other BIDDER(s) would continue.
ii. The Earnest Money Deposit (in pre-contract stage) and/or Security
Deposit/Performance Bond (after the contract is signed) shall stand forfeited either
Tender Document 201601521, MMD, IIT Bombay Sheet 210 of 221
fully or partially, as decided by the BUYER and the BUYER shall not be required
to assign any reason therefore.
iii. To immediately cancel the contract, if already signed without giving any
compensation to the BIDDER.
iv. To recover all sums already paid by the BUYER, and in case of an Indian BIDDER
with interest thereon at 2% higher than the prevailing Prime Lending Rate of State
Bank of India, while in case of a BIDDER from a country other than India with
interest thereon at 2% higher than the LIBOR. If any outstanding payment is due
to the BIDDER from the BUYER in connection with any other contract for any
other stores, such outstanding payment could also be utilized to recover the
aforesaid sum and interest.
v. To encash the advance bank guarantee and performance bond/warranty bond, if
furnished by the BIDDER, in order to recover the payments, already made by the
BUYER, along with interest.
vi. To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable
to pay compensation for any loss or damage to the BUYER resulting from such
cancellation/rescission and the BUYER shall be entitled to deduct the amount so
payable from the money(s) due to the BIDDER.
vii. To debar the BIDDER from participating in future bidding processes of the
Government of India for a minimum period of two years, which may be further
extended at the discretion of the BUYER.
viii. To recover all sums paid in violation of this pact by the BIDDER(s) to any
middleman or agent or broker with a view to securing the contract.
ix. In cases where irrevocable Letters of Credit have been received in respect of any
contract signed by the BUYER with the BIDDER, the same shall not be opened.
x. Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the
same without assigning any reason for imposing sanction for violation of this Pact.
7.2. The BUYER will be entitled to take all or any of the actions mentioned at para 7.1(i) to
(x) of this Pact also on the Commission by the BIDDER or any one employed by it or
acting on its behalf (whether with or without the knowledge of the BIDDER), of an
offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of
Corruption Act 1988 or any other statute enacted for prevention of corruption.
Tender Document 201601521, MMD, IIT Bombay Sheet 211 of 221
7.3. The decision of the BUYER to the effect that a breach of the provisions of this Pact has
been committed by the BIDDER shall be final and conclusive on the BIDDER. However,
the BIDDER can approach the independent Monitor(s) appointed for the purposes of this
Pact.
8. Fall Clause
8.1. The BIDDER undertakes that it has not supplied/is not supplying similar
product/systems or subsystems at a price lower than that offered in the present bid in
respect of any other Ministry/ Department of the Government of India or PSU and if it
is found at any stage that similar product/system or sub-system was supplied by the
BIDDER to any other Ministry/Department of the Government of India or PSU at a
lower price, then that very price, with due allowance for elapsed time, will be
applicable to the present case and the difference in the cost would be refunded by the
BIDDER to the BUYER, if the contract has already been concluded.
9. Independent monitors
9.1. The BUYER has appointed Independent Monitors (hereinafter referred to as Monitors)
for this Pact in consultation with the Central Vigilance Commission (Chief Vigilance
Officer, Indian Institute of Technology, Bombay).
9.2. The task of the Monitor shall be to review independently and objectively, whether and
to what extent the parties comply with the obligations under this Pact.
9.3. The Monitor shall not be subject to instructions by the representatives of the parties
and performs their functions neutrally and independently.
9.4. Both the parties accept that the Monitor have the right to access all the documents
relating to the project/procurement, including minutes of the meetings.
9.5. As soon as the Monitor notices, or believes to notice, a violation of this Pact, he will
so inform the Authority designated by the BUYER.
9.6. The BIDDER(s) accepts that the Monitor has the right to access without restriction to
all Project documentation of the BUYER including that provided by the BIDDER. The
BIDDER will also grant the Monitor, upon his request and demonstration of a valid
interest, unrestricted and unconditional access to his project documentation. The same
is applicable to Subcontractors. The Monitor shall be under contractual obligation to
Tender Document 201601521, MMD, IIT Bombay Sheet 212 of 221
treat the information and documents of the BIDDER/Subcontractor(s) with
confidentiality.
9.7. The BUYER will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an impact
on the contractual relations between the parties. The parties will offer to the Monitor
the option to participate in such meetings.
9.8. The Monitor will submit a written report to the designated Authority of BUYER/
Secretary in the Department/within 8 to 10 weeks from the date of reference or
intimation to him by the BUYER / BIDDER and, should the occasion arise, submit
proposals for correcting problematic situations.
10. Facilitation of Investigation
In case of any allegation of violation of any provisions of this Pact or payment of
commission, the BUYER or its agencies shall be entitled to examine all the documents
including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary
information & documents in English and shall extend all possible help for the purpose of
such examination.
11. Law and Place of Jurisdiction
This Pact is subject to Indian Law. The place of performance and Jurisdiction is the Seat of
the BUYER.
12. Other Legal Actions
The actions stipulated in this Integrity Pact are without prejudice to any other legal action
that may follow in accordance with the provisions of the extant law in force relating to any
civil or criminal proceedings.
13. Validity
13.1 The validity of this Integrity Pact shall be from date of its signing and extend
upto 5 years or the complete execution of the contract to the satisfaction of both
the BUYER and the BIDDER/ Seller, including warranty period, whichever is
later. In case BIDDER is unsuccessful, this Integrity Pact shall expire after six
months from the date of the signing of the contract.
Tender Document 201601521, MMD, IIT Bombay Sheet 213 of 221
13.2 Should one or several provisions of this Pact turn out to be invalid, the remainder
of this Pact remains valid. In this case, the parties will strive to come to an
agreement to their original intentions.
14. The Parties hereby sign this Integrity Pact.
BUYER BIDDER
Joint Registrar (MMD), IIT Bombay Signature with seal
Date & Place: Date & Place:
Witness Witness
1. _______________________ 1. _________________________
(Indenter)
2. ______________________ 2.______________________
______________________ _____________________
Tender Document 201601521, MMD, IIT Bombay Sheet 214 of 221
Annexure – 11 Format For Earnest Money Deposit / Bid Bond
Annexure 11: FORMAT FOR EARNEST MONEY DEPOSIT / BID BOND
(To be typed on Non-judicial stamp paper of the value of Indian Rupees of One Hundred)
(TO BE ESTABLISHED THROUGH ANY OF THE NATIONALED BANKS (WHETHER
SITUATED AT MUMBAI OR OUTSTATION) WITH A CLAUSE TO ENFORCE THE
SAME ON THEIR LOCAL BRANCH AT MUMBAI OR ANY SCHEDULED BANK
(OTHER THAN NATIONALISED BANK) SITUATED AT MUMBAI. BONDS ISSUED
BY COOPERATIVE BANKS ARE NOT ACCEPTED)
LETTER OF GUARANTEE
To,
Registrar,
Indian Institute of Technology,
Powai, Mumbai -400076
IN ACCORDANCE WITH YOUR TENDER No:................... dated.................. for supply of
….............................., M/s. ............................. (hereinafter called the “Bidder”) having its
Registered Office at …........................, wish to participate in the said bid for the supply
….................................................... as an irrevocable Bank Guarantee against Earnest Money
Deposit for an amount of Rs. …................... (Rupees...............................) valid up to …............
(180 days from the date of issue of Bank Guarantee), is required to be submitted by the
bidder as a condition precedent for participating in the said bid, which amount is liable to be
forfeited by the Purchaser on
(1) the withdrawal or revision of the offer by the bidder within the validity period, (2) Non
acceptance of the Letter of Indent / Purchase order by the Bidder when issued within the
validity period, (3) failure to execute the contract as per contractual terms and condition with
in the contractual delivery period and (4) on the happening of any contingencies mentioned in
the bid documents.
During the validity of this Bank Guarantee:
We, ….......................(Bank name) having its registered Office at ….......................guarantee
and undertake to pay immediately on first demand by …................................... the amount of
Rs................... (Rupees………………………….) without any reservation, protest, demur and
recourse. Any such demand made by the IIT Bombay shall be conclusive and recourse. Any
such demand made by the purchaser shall be binding on the Bank irrespective of any dispute
or difference raised by the Bidder.
Tender Document 201601521, MMD, IIT Bombay Sheet 215 of 221
The Guarantee shall be irrevocable and shall remain valid up to …............(180 days from the
date of issue of Bank Guarantee) If any further extension is required, the same shall be extended
to such required period on receiving instruction form the Bidder, on whose behalf the is
Guarantee is issued.
Notwithstanding anything contained herein:
Our liability under this Bank Guarantee shall not exceed (Rupees..........................). This Bank
Guarantee shall be valid up to …...........................................(date). We are liable to pay the
guaranteed amount or any part thereof under this Bank Guarantee only and only if you serve
upon us a written claim or before …............ (date). This Bank further agrees that the claims if
any, against this Bank Guarantee shall be enforceable at our branch office at
................................... situated at .............................. (Address of local branch).
Yours Truly
Signature and seal of the guarantor:
Name of Bank:
Address:
Date:
Instruction to Bank: Bank should note that on expiry of Bond Period, the Original Bond
will not be returned to the Bank. Bank is requested to take appropriate necessary action on or
after expiry of bond period.
Tender Document 201601521, MMD, IIT Bombay Sheet 216 of 221
Annexure – 12 Format for Performance Guarantee Bond
ANNEXURE 12: FORMAT FOR PERFORMANCE GUARANTEE BOND
(To be typed on Non judicial stamp paper of the value of Indian Rupees of One Hundred)
(TO BE ESTABLISHED THROUGH ANY OF THE NATIONAL BANKS (WHETHER
SITUATED AT MUMBAI OR OUTSTATION) WITH A CLAUSE TO ENFORCE THE
SAME ON THEIR LOCAL BRANCH AT MUMBAI OR ANY SCHEDULED BANK
(OTHER THAN NATIONALISED BANK) SITUATED AT MUMBAI. BONDS ISSUED
BY COOPERATIVE BANKS ARE NOT ACCEPTED.)
To,
Registrar,
Indian Institute of Technology,
Powai, Mumbai -400076
LETTER OF GUARANTEE
WHEREAS Indian Institute of Technology, Bombay (Buyer) have invited Tenders vide Tender
No............................... dated.....................................................................for purchase of
........................................................ AND WHEREAS the said tender document requires that
any eligible successful tenderer (seller) wishing to supply the equipment / machinery,etc. in
response thereto shall establish an irrevocable Performance Guarantee Bond in favour of
“Registrar, Indian Institute of Technology, Bombay” in the form of Bank Guarantee for Rs
................................ (10% (ten percent) of the order value) and valid till two year from the date
of issue of Performance Guarantee Bond may be submitted within 30 (Thirty) days from the
date of Acceptance as a successful bidder.
NOW THIS BANK HEREBY GUARANTEES that in the event of the said tenderer (seller)
failing to abide by any of the conditions referred in tender document / purchase order /
performance of the equipment / machinery, etc. this Bank shall pay to Indian Institute of
Technology, Bombay on demand and without protest or demur Rs ........................
(Rupees......................................)
This Bank further agrees that the decision of Indian Institute of Technology, Bombay (Buyer)
as to whether the said Tenderer (Seller) has committed a breach of any of the conditions
referred in tender document / purchase order shall be final and binding.
We .......................................... (Name of the Bank & branch) hereby further agree that the
Guarantee herein contained shall not be affected by any change in the constitution of the
Tenderer (Seller) and/ or Indian Institute of Technology, Bombay (Buyer).
Tender Document 201601521, MMD, IIT Bombay Sheet 217 of 221
Notwithstanding anything contained herein:
1. Our liability under this Bank Guarantee shall not exceed Rs. ......................... (Indian
Rupees ..................................... only).
2. This Bank Guarantee shall be valid up to .................... (date) and
3. We are liable to pay the guaranteed amount or any part thereof under this bank guarantee
only and only if IIT Bombay serve upon us a written claim or demand on or
before.......................... (date)
This Bank further agrees that the claims if any, against this Bank Guarantee shall be
enforceable at our branch office at ........................................ situated at ..............................
(Address of local branch).
Yours Truly
Signature and seal of the guarantor:
Name of Bank:
Address:
Date:
Instruction to Bank: Bank should note that on expiry of Bond Period, the Original Bond
will not be returned to the Bank. Bank is requested to take appropriate necessary action on or
after expiry of bond period.
Submitted Earnest Money Deposit will be treated as null and void after acceptance of
Performance Bank
Guarantee by IIT Bombay.
Tender Document 201601521, MMD, IIT Bombay Sheet 218 of 221
Annexure – 13 Format for Deviations / Exclusions schedule
ANNEXURE 13: Format for Deviations / Exclusions schedule
Proposal Ref No. and Date
Name and Address
To,
Indian Institute of Technology Bombay
Department of Energy Science and Engineering
Sub : IIT-B Tender Ref :
Dear Sir,
We declare that the following are the only deviations, variations and exceptions / exclusions
to the supply, services terms and conditions as outlined in your Bidding Documents. The
Schedule has been filled in accordance with the Bidding Documents. Except these deviations,
subject to the approval and acceptance by IIT-B, the entire work shall be performed as per
your requirements and bidding documents. Further, we agree that additional conditions, if
any found elsewhere in the offer other than those stated below, save that pertaining to any
rebates / discounts offered, shall not be given effect to :
Sr. No Clause No. Page
No.
Statement of
deviation &
variation / exclusion
Statement of deviation &
variation / exclusion
Cost of withdrawal of
deviation & variation /
exclusion
Date
Place
Signature
Name
Designation
Common Seal
Tender Document 201601521, MMD, IIT Bombay Sheet 219 of 221
Notes:
1. The bidder may use additional sheets of like size and format, if required
2. The technical compliance/deviation should be supported by relevant technical
literature.
3. If specification in Superior/inferior than asked for the enquiry, it should be clearly
brought out in the justification.
4. If the bidder offers more than one model, then the technical compliance statement
must be enclosed for each and every model separately.
Tender Document 201601521, MMD, IIT Bombay Sheet 220 of 221
Annexure – 14 Previous Supply Order Format
ANNEXURE 14: PREVIOUS SUPPLY ORDER FORMAT
Name of the Firm ___________________________________
Order
placed
by
(Full
address
of
Purchase
r)
Order
No.
and
Date
Description
and quantity
of ordered
equipment
Value
of
Order
Date of
completion
of
delivery
as per
contract
Remarks
indicating
reasons for
late
delivery, if
any
and
justification
for price
difference
of
their supply
order &
those
quoted to us
Has the
Equipment
being
installed
satisfactorily
(Attach a
Certificate
from
the
Purchaser/
Consigner)
Contact
Person
along
with
Teleph
one
No.,
Fax No.
and
address
Signature and Seal of the Manufacturer / Bidder ________________________
Place: _____________________
Date: _____________________
Tender Document 201601521, MMD, IIT Bombay Sheet 221 of 221
Annexure – 15 Checklist
The following items must be checked before the Bid is submitted:
1. Envelope “1” Technical Bid
a) Demand Draft of Rs.500/- (Rs. Five Hundred only) towards cost of Bid document
b) Bank Guarantee for Rs. 8,60,000 /-- (Rs. Eight Lakh Sixty thousand only ) towards
Earnest Money Deposit.
c) INTEGRITY PACT as per format
d) Eligibility Criteria & prequalification Criteria Responses (each pages duly sealed and
signed by the authorized signatory)
e) Copy of this tender document duly sealed and signed by the authorized signatory on every
pages.
f) Technical Bid responses
g) The bidder has to submit in writing that he has indeed visited, inspected and examined the
site and its surrounding. (on Company Letter Head)
2. Envelope “2”
a) Price Bid/commercial bid:
Your quotation must be submitted in two envelopes Technical Bid (Envelope 1) and Price
Bid/commercial bid (Envelope 2) superscribing on both the envelopes the Tender no. and the
due date and both these sealed covers are to be put in a bigger cover which should also be
sealed and duly superscribed with our Tender No. & Due Date. The Price Bid should consists
of detailed item rate tables and price bid summary as per the format given in the Section
6: Price Bid.