MRQ - Pump - RIL Comments
MRQ - Pump - RIL Comments
RIL Comments
Project Title
Solar Glass Factory
Jamnagar, India
DOCUMENT TITLE:
MT-J22N07-D10JEL-MPP009-TEM-Q-00
Client: Reliance New Solar Energy Limited
Location: Jamnagar, India
Program No.: J22N07
Contractor: Tata Consulting Engineering Limited
TCE Document number: TCE.13328A-ME-6054-BS-65021
MT-J22N07-D10JEL-MPP009-
A1 0A SCOPE AND INSTRUCTION TO BIDDERS
TEM-Q-00
We do not found Pump datasheets in
MT-J22N07-D10JEL-MPP009-
B1this requisition . Please share for 0A PROJECT INFORMATION - GENERAL
TEM-Q-00
review.
EB-J22N07-D10JEL-EQ0001-
B2 0A PROJECT INFORMATION - ELECTRICAL
Please add TEM-Q-00
below specification and ITPs in this documents table:
1) RPMS-ENGG-SPC-MR-002 - Standard specification for Non API
MT-J22N07-D10JEL-MPP009- SCOPE OF WORK AND SPECIFIC
Centrifugal
C1 Pumps. 0A
TEM-Q-00 REQUIREMENTS
2) RPMS-ENGG-SPC-MR-003 - standard specification for Shaft
sealing
D1 for centrifugal and rotary pumps. 0A
MT-J22N07-D10JEL-MPP009- DATASHEET: Primary Chilled Water Pump
3) RPMS-PROC-ITP-MR-002 - ITP for Non API Centrifugal
TEM-Q-00 Pumps
of Canteen-01 & 02
4) RPMS-PROC-ITP-MR-002 - standard specification
MT-J22N07-D10JEL-MPP009- for Shaft
DATASHEET: Secondary Chilled Water
sealing
D2 system for centrifugal & Rotary pumps.
TEM-Q-00
0A
Pump of Canteen-01
MT-J22N07-D10JEL-MPP009- DATASHEET: Secondary Chilled Water
D3 0A
TEM-Q-00 Pump of Canteen-02
MT-J22N07-D10JEL-MPP009- DATASHEET: Condenser Water Pump for
D4 0A
TEM-Q-00 Canteen-01 & 02
MT-J22N07-D10JEL-MPP009-
D 0A SPECIFICATION: END SUCTION PUMP
TEM-Q-00
E TCE.M4-904 R10 SHOP INSPECTION AND TESTS
E TCE.M4-905 R6 GUARANTEE AND PATENT RIGHTS
EPleaseTCE.M4-915
remove this End suction pumpR7specification and TEST AT SITE
PERFORMANCE
instead of it use RIL Non API Pump specification as
GENERAL TECHNICAL REQUIREMENTS FOR
commented above (sr.no.1).
E TCE.M4-919 R2 MAINTENANCE OF PLANT DURING
GUARANTEE/DEFECT LIABILITY PERIOD
MT-J22N07-D10JEL-MPP009-
F 0A SCHEDULE OF PRICES
TEM-Q-00
MT-J22N07-D10JEL-MPP009-
F 0A SCHEDULE OF GENERAL PARTICULARS
TEM-Q-00
MT-J22N07-D10JEL-MPP009- SCHEDULE OF PERFORMANCE
F 0A
TEM-Q-00 GUARANTEES
MT-J22N07-D10JEL-MPP009- SCHEDULE OF DISTRIBUTION OF
F 0A
TEM-Q-00 DOCUMENTS
MT-J22N07-D10JEL-MPP009-TEM- SCHEDULE OF GUARANTEED POWER
F Q-00
0A
CONSUMPTIONS
ANNEXURES
1.0 SCOPE
1.1 Reliance New Solar Energy Limited, setting up 2 Trains of 1000 TPD Ultra
Cleared Figured Glass plant at Jamnagar, Gujrat.
1.2 This specification along with attached documents covers the general
requirements of supply of material, engineering, design, manufacturing,
documentation, inspection, testing, packing, transportation and supervision of
erection/installation and commissioning of Pumps of chiller and cooling
tower for Non plant building (canteen & admin building – 01 & 02) at
Reliance Glass Plant at Jamnagar, India. and carrying out performance /
acceptance tests of the equipment, materials and services as per enclosed
data sheets and other documents.
1.3
1.4 It is not the intent to specify completely herein all details of design and
construction of equipment or materials to be supplied or of services to be
rendered. However, the equipment, materials and services shall conform in all
respects to high standards of engineering design, workmanship and be
capable of performing in continuous commercial operation in a manner
acceptable to PURCHASER who will interpret the meaning of drawings and
specifications and shall have the power to reject any work or material which in
his judgement are not in full accordance therewith.
2.0 DEVIATIONS
Where more than one item is covered by this enquiry, PURCHASER reserves
the right to place orders for the various items with different BIDDERs. The
PURCHASER does not bind himself to accept the lowest or any Bid and
reserves the right to accept or reject any Bid or a portion thereof without
assigning any reason thereof or to split the contract during progress of the
work due to unsatisfactory work or progress of any one CONTRACTOR.
4.0 GENERAL
4.1 The PURCHASER will not defray any expenses whatsoever incurred by the
BIDDER for the preparation and submission and opening of bids. ISSUE
0A
4.2 Should a BIDDER find discrepancies in, or omissions from the specification or
other documents or should be in doubt as to their meaning except prices he
would at once request in writing to the CONSULTANT for interpretation/
clarification. The CONSULTANT shall then issue interpretations and
clarifications as he may think fit in writing as an addendum. Copies of such
addenda, if issued, shall be signed by the BIDDER, and shall form a part of
his bid. After receipt of such interpretations and clarifications, the BIDDER
shall submit his bid within the specified time.
5.1 To enable thorough and fast scrutiny of the BIDDER’s proposal, BIDDERs are
advised to respond all their technical data in the enquiry by clearly marking
out their response, wherever they want to provide additional data and / or
they deviate from the specified requirements. In case of full compliance, the
enquiry specification and data sheets will remain unaltered.
5.2 The BIDDER is advised to furnish all information called for in summary of
data to be furnished along with the bid & after acceptance of Purchase order.
5.3 BIDDER shall carefully study all sections of this specification, drawings and
indicate all deviations in the schedule of deviations only. It will be presumed
that the offer conforms in all other respects to the specification and the
PURCHASER reserves the right to evaluate the bid, as such without any
further reference to the BIDDER. It is binding on the BIDDER to supply the
equipment and system in conformity with the specification except for the
deviations stated in the schedule of deviations and accepted by the
PURCHASER.
5.4 BIDDER could provide additional data on their proposal by compiling the
same under schedule F without altering the specification structure.
5.5 BIDDER is advised to quote for the complete scope and partial response will
not be entertained. In case of few items which do not directly fall under
BIDDER’s manufacturing range and / or not available from indigenous source,
BIDDER should take the responsibility upon themselves to arrange to procure
them and supply to ensure that their proposal is complete in all respects.
5.6 Ignorance of the site shall not be accepted as basis for any claim for
compensation. The submission of the tender by the BIDDER will be construed
as evidence that such an examination was made and any later claims /
disputes in regard to price quoted shall not be entertained or considered.
Vendor shall issue the detailed schedule for drawings / documents which will
be submitted to TCE for comments/ approval/ information.
The Vendor shall issue documents in “Wrench” as per the detailed document
schedule. Training on operating Wrench shall be provided by TCE on order
placement.
ISSUE
0A
FILE NAME:
Proprietary Notice and Version Control
This document contains confidential information for use only by the “Client”; for the Project under consideration, which is provided for the sole purpose of permitting the recipient to evaluate the information
submitted herewith. In consideration of receipt of this document; unless agreed to in contrary in the Contract; the recipient agrees to maintain such information in confidence and to not reproduce or otherwise
disclose this information to any person outside the recipient’s organisation; except that there is no obligation to maintain the confidentiality of any information which was known to the recipient prior to receipt of
such information from Tata Consulting Engineers Limited, or becomes publicly known through no fault of recipient, or Tata Consulting Engineers Limited, or is received without obligation of confidentiality from a
third party owing no obligation of confidentiality to Tata Consulting Engineers Limited.All information given under this version over rides all and any kind of offers, assumptions, deliverables and contracts
submitted verbally (and subsequently communicated in writing) or in writing or otherwise given under any and all previous version/s..
ISSUE
0A
10 Wind data
• Basic wind speed 4.5 m/sec.
• Prevailing wind Wind direction is South, wind speed varies
direction between 3 and 6.7 m/s with gusts up to 8
m/s.
11 Seismic data
• Zone Zone II (MSK VI) Low Risk Zone
• Co-efficient Basic horizontal seismic coefficient 0.16 as
per IS:1893 (Part I) 2002
12 Latitude, Longitude 22°39′N 69°50′E
13 Topicalization To be provided (Special protection
insulation to be tropicalised)
ISSUE
0A
DC Power Supply
a) For Breaker, Closing coil, a) 220V DC (through DC battery
tripping coil (6.6kV Switchgear) charger)
4.0 b) For Breaker, Closing coil, b) 220V DC (through DC battery
tripping coil, Status indications charger)
(415V Switchgear PCC)
c) 220V DC (through DC battery
c) MV/LV VFD charger)
ISSUE
00
MT-J22N07-
D10JEL-MPP009- SCOPE OF WORK & SPECIFIC REQUIREMENTS SHEET 1 OF 14
TEM-Q-00
1.0 INTRODUCTION
1.1 The Scope of work for bidder will include design, manufacturing, fabrication, supply,
shop inspection & testing, packing and forwarding, loading, transportation to site,
unloading and handling at site to the place of erection, supervision for erection &
commissioning, testing, demonstrating performance guarantee parameters and
handing over Chiller’s and cooling tower’s pumps for canteen-01 & 02 in line with
technical parameters described in specification & data sheets.
1.2 In case of any conflict among the documents, the vendor shall contact Purchaser /
Consultant for clarification to resolve. If the vendor based on his experience
considers that some changes are required in the design and control philosophy, the
same shall be indicated in the offer. Acceptance of change in scope shall be subject
to approval by Purchaser / Consultant.
1.3 Vendor shall take single point responsibility for the performance, quality and integrity
of supplied system and accessories. Purchaser reserves the right to hold direct
technical discussions with Sub-Vendors to ensure that the whole equipment/system
as supplied by vendor meets the requirements of the Project Specifications. This
provision in no way relieves vendor of its contractual Single Point Responsibility.
2.1 This specification covers the general requirements of design, materials, manufacture,
testing, and inspection at BIDDER’s works, packing and forwarding, transportation,
delivery, erection supervision, commissioning, performance testing and field
acceptance test and training of operating personnel, of Chilled Water System as per
enclosed data sheets and other documents.
2.2 The scope shall cover the equipment along with necessary accessories, auxiliaries
and essentials as stated in clause “Scope & Instruction to Bidder” ahead in this
specification.
2.3 Scope of work is tabulated as below: Indicate flow of pump in m3/hr
Quantity
Sr. Equipment Tag Technical
Remarks
No. Description Number Parameters
W S T
Chilled Water
CHWP-01, 651 GPM
1. Primary 2 1 3 Fixed Speed
02 & 03 @ 10 M
Pumps
Chilled Water
Secondary CHWS-C01- 325 GPM
1. 2 1 3 with VFD
Pumps – for 01, 02 & 03 @ 15 M
canteen-01
FILE NAME:
Proprietary Notice and Version Control
This document contains confidential information for use only by the “Client”; for the Project under consideration, which is provided for the sole purpose of permitting the recipient to evaluate the information
submitted herewith. In consideration of receipt of this document; unless agreed to in contrary in the Contract; the recipient agrees to maintain such information in confidence and to not reproduce or otherwise
disclose this information to any person outside the recipient’s organisation; except that there is no obligation to maintain the confidentiality of any information which was known to the recipient prior to receipt of
such information from Tata Consulting Engineers Limited, or becomes publicly known through no fault of recipient, or Tata Consulting Engineers Limited, or is received without obligation of confidentiality from ISSUE
a third party owing no obligation of confidentiality to Tata Consulting Engineers Limited. All information given under this version over rides all and any kind of offers, assumptions, deliverables and contracts
submitted verbally (and subsequently communicated in writing) or in writing or otherwise given under any and all previous version/s. 0A
MT-J22N07-
D10JEL-MPP009- SCOPE OF WORK & SPECIFIC REQUIREMENTS SHEET 2 OF 14
TEM-Q-00
Chilled Water
Secondary CHWS-C02- 325 GPM
3. 2 1 3 with VFD
Pumps – for 01, 02 & 03 @ 35 M
canteen-02
FILE NAME:
Proprietary Notice and Version Control
This document contains confidential information for use only by the “Client”; for the Project under consideration, which is provided for the sole purpose of permitting the recipient to evaluate the information
submitted herewith. In consideration of receipt of this document; unless agreed to in contrary in the Contract; the recipient agrees to maintain such information in confidence and to not reproduce or otherwise
disclose this information to any person outside the recipient’s organisation; except that there is no obligation to maintain the confidentiality of any information which was known to the recipient prior to receipt of
such information from Tata Consulting Engineers Limited, or becomes publicly known through no fault of recipient, or Tata Consulting Engineers Limited, or is received without obligation of confidentiality from ISSUE
a third party owing no obligation of confidentiality to Tata Consulting Engineers Limited. All information given under this version over rides all and any kind of offers, assumptions, deliverables and contracts
submitted verbally (and subsequently communicated in writing) or in writing or otherwise given under any and all previous version/s. 0A
MT-J22N07-
D10JEL-MPP009- SCOPE OF WORK & SPECIFIC REQUIREMENTS SHEET 5 OF 14
TEM-Q-00
3.1 All equipment supplied shall have capacities not less than those specified in the
section D and necessary test certificates shall be furnished in this regard.
3.2 BIDDER shall furnish Equipment GA drawings clearly indicating space requirement
considering easy access and maintenance for day-to-day operation.
3.3 Motor ratings shall be at least 15% more than the computed value of brake kilowatt
(BKW) at the designed duty point.
3.4 Chilled water / cooling water inlet and outlet end connections, piping & fittings shall
be as per attached PMS document.
3.5 Anti-vibration mounting pads, mounting/ installation structural frames for all
equipment shall be part of the BIDDERs scope of work and cost of same shall be
included in quoted unit rates of equipment.
3.7 Vendor shall extend full co-operation and interaction with other agency such as
Erection contractor, civil, piping & electrical contractor, etc. at site.
3.8 The BIDDER shall quote unit rates for each type of equipment, as indicated in
schedule of prices, so that if PURCHASER desire to add or delete the same from
BIDDER’s scope of work, then the total price shall be adjusted based on the unit
rates furnished by the BIDDER.
4.1 All equipment, systems and works covered under this specification shall comply with
all currently applicable statutes, regulations, standards, and safety codes in the
locality where the equipment will be installed. All equipment and systems shall
comply in all respects with requirements of latest editions of codes and standards as
indicated in section D of this specification.
4.2 Other national standards established to be equivalent or superior to the codes and
standards specified are also acceptable. The BIDDER shall furnish English
translation of all standards specified in this specification.
4.3 In the event of any conflict between the codes and standards referred to in the
specification and the requirements of this specification, the more stringent of this
requirement shall govern.
ISSUE
0A
MT-J22N07-
D10JEL-MPP009- SCOPE OF WORK & SPECIFIC REQUIREMENTS SHEET 6 OF 14
TEM-Q-00
4.4 All codes and standards referred to in this specification shall be taken as latest
editions of respective codes and standards.
ANSI B 31.1
ASME Code for Power Piping
(Edition 2014)
AHRI 575 Method of Measuring Machinery Sound within an
(Edition 2017) Equipment Space
IEC 61131 Part 1 to 8
Programmable Controllers
(Edition 2003 to 2013)
IEEE 518 Guide for Installation of Electrical Equipment to Minimize
(Edition 1982) Electrical Noise Inputs to Controllers from External Sources
IS 325
Three Phase Induction Motors – Specification
(Edition 1996)
Please add below codes:
IS 2379 ISO 1940 (2016)
Pipelines - Identification - Color code
(Edition 1990) ISO 9906 (2012)
ISO 1940 ISOVibration
Mechanical – Balance Quality Requirements of
10816‐7 (2009)
(Edition 2003) HI 14.6-2011
Rigid Motors
ISO 10816
API
Mechanical 682, 4th edition. of Machine Vibration by
Vibration-Evaluation
Measurements on Non-rotating parts - Part 1: General
(Edition 2014)
Guidelines
5.2 The BIDDER shall furnish one complete set of any special maintenance tools
required for normal maintenance of equipment. The prices for the same shall be
indicated in Section-F – Schedule of Prices.
5.3 The BIDDER shall confirm that space shown for the equipment is adequate from
point of view of access, easy maintenance and for day-to-day operation.
5.4 The equipment offered must have convenient maintenance characteristics including:
ISSUE
0A
MT-J22N07-
D10JEL-MPP009- SCOPE OF WORK & SPECIFIC REQUIREMENTS SHEET 7 OF 14
TEM-Q-00
5.4.2 Easy access to replacement part which can be installed by personnel with minimum
skill.
6.1 All equipment and accessories shall be designed for maximum reliability and
availability, particularly in respect of the following:
6.1.1 The equipment shall be of proven design, using materials established as appropriate
to the service intended. Fabrication / manufacturing processes shall be subjected to
quality surveillance and tests as specified in section D.
6.1.2 The equipment shall indicate the specific design features, which contribute towards
better availability and shall support this data by actual figures on similar capacity
plants for different systems in operation, in section F.
7.1 GENERAL
All equipment and accessories of all systems shall perform continuously with its
component and auxiliaries (individually and collectively) with the levels of noise and
vibration specified as below:
7.2.1 Offered equipment shall provide acceptable and not excessive acoustical level.
Measured noise level produced by the equipment shall not exceed 85 dB (A) at a
distance of 1.5 mtr. from it in any direction or as specified in respective specification.
7.2.2 Amplitude of vibration at bearing of rotating equipment shall conform to the latest
edition of ISO 10816.
7.2.3 Vibration isolators of proven design shall be furnished by the BIDDER for preventing
the transmission of vibration from the equipment to the other neighbouring equipment
and structure.
7.3 The BIDDER shall guarantee that material and Workmanship of all components and
operation of the equipment and accessories shall be in accordance with latest design
practice, unless otherwise specified in this specification and shall meet the
requirement of this specification.
ISSUE
0A
MT-J22N07-
D10JEL-MPP009- SCOPE OF WORK & SPECIFIC REQUIREMENTS SHEET 8 OF 14
TEM-Q-00
7.4 If during the performance test of the equipment it is found that equipment does not
meet the requirements of the specification, the BIDDER shall correct his equipment
at no extra cost to the PURCHASER and repeat the performance test within a
responsible period as agreed with the ENGINEER / PURCHASER. If the BIDDER is
unable to meet the guarantees, the PURCHASER retains the option to reject the
equipment and in case of such option of rejection being exercised; the BIDDER shall
meet the requirement of the specification.
7.5 Performance test shall be carried out as per relevant standard of AHRI / ASHRAE to
prove the guarantee indicated by BIDDER.
7.6.1 The vendor shall guarantee that upon completion of work, all installed systems
thereof shall be in full accordance with the requirements of the contract and shall be
perfect as to materials and workmanship and shall remain so for a minimum period of
twelve (12) months from the date of final performance / acceptance tests and
acceptance by PURCHASER or eighteen (18) months from the date of installation of
all equipment and materials under the contract whichever is earlier.
7.6.2 The vendor shall submit charts / performance curves, along with the software
selection outputs, for selected equipment with the operating points duly marked on
them. If during the shop test it is found that the equipment does not meet
specification, any modification/ replacements of any part or equipment are required,
the same shall be done by the BIDDER at no extra cost to the PURCHASER.
7.7.1 After the entire installation work has been completed, the vendor shall make all
required adjustments until all guaranteed performance requirements are met. These
adjustments shall be made with all other production equipment operating. All
instruments, services required for the above tests shall be furnished by the vendor.
The test reports shall be handed over for PURCHASER’s approval before handing
over the plant.
7.7.2 If the stipulated performance requirements are not fulfilled, the vendor shall make
good the deficiency by providing it in every case, by altering and/ or replacing the
parts or the whole equipment / system free of charge to the PURCHASER
immediately. All rejected equipment shall be removed from the site at vendor
expense.
8.1 A brief description of the terminal points for Chilled water pumps & cooling tower
pump Systems shall be as follows.
ISSUE
0A
MT-J22N07-
D10JEL-MPP009- SCOPE OF WORK & SPECIFIC REQUIREMENTS SHEET 9 OF 14
TEM-Q-00
8.1.1 S.I.T.C of all Chilled Water & Condenser Water Pumps. shall be considered under
the scope of HVAC contactor.
8.1.2 The CONTRACTOR shall provide all supervision, labour, tools, machines, cranes,
equipment’s, scaffolding, rigging material and incidental material such as bolts,
wedges, anchors, concrete inserts, grout material etc. required to complete the
works. The CONTRACTOR shall also provide at his own cost all such consumables
like oxygen - acetylene gas welding rods, grinding wheels, temporary supports,
shims etc. required to complete work. All the associated refrigerant and drain piping
shall be considered under the scope of HVAC contactor.
8.1.3 All the associated piping & its insulation, valves and other accessories along with
pipe rack shall be considered under the scope of HVAC contactor.
8.1.4 Power supply shall be considered by the bidder, to be terminated in each Equipment
/ Panel. If the BIDDER needs any change in this, the same shall be informed during
submission of the bid.
8.1.5 Modular wall panels, walkable ceiling panels, view panels and associated covings
shall be considered under the scope of HVAC contactor.
8.1.6 The civil foundation/pedestals for the pumps installed shall be considered under the
scope of civil contactor. However, the foundation load data for the equipment shall
be provided by HVAC contractor.
9.1.1 Following are the minimum documents required during HVAC engineering process.
At their discretion, RIL will review relevant documents, as applicable to project.
9.1.2 Vendor shall perform detailed engineering calculations, submit duly filled technical
specification / datasheet, prepare detailed HVAC shop drawing provide GA drawings,
catalogue, and ITP of each HVAC equipment and provide details to TCE/RIL for
review.
10.1 The equipment to be supplied and installed under this specification shall be in
accordance with section C & D and the relevant data sheet of section D. Any item
which may not have been specifically mentioned herein but are needed to complete
ISSUE
0A
MT-J22N07-
D10JEL-MPP009- SCOPE OF WORK & SPECIFIC REQUIREMENTS SHEET 10 OF 14
TEM-Q-00
the equipment / system shall also be treated as included and the same shall also be
furnished, unless otherwise specifically excluded as indicated.
10.2 Supply of all materials to site including, but not limited to:
10.2.1 Factory assembled packaged equipment with power and control panel, mounted on
a structural framework, instruments as required for various parameters indications /
controls.
10.2.2 Any structure / structural steel work for installation of equipment/skid and welding
work etc.
10.2.3 One set of commissioning and start–up spares. (Price for the same shall be included
in the total quoted price only).
10.2.4 One set of recommended spares for 2 years of trouble-free operation. (Vendor shall
list the recommended spares and furnish the unit rates separately)
10.2.5 One set of recommended maintenance tools and tackles. (Vendor shall list the same
and furnish the unit rates separately)
10.4 Design drawings and data of the equipment / system shall be furnished by vendor
after award of contract.
10.7 First fill of oil, refrigerants, and all consumables, complete in all respects, until the
equipment is taken over by PURCHASER.
10.8 Counter flanges, nuts, bolts and gaskets for the chilled water & cooling water inlet
and outlet connections.
10.9 Installation, operation, and maintenance manual for the complete system
Shop inspection and tests as per specified codes and standards shall be arranged by
vendor, to enable the PURCHASER / ENGINEER to inspect the equipment. In the
event of waiver to any inspection / test as intimated by PURCHASER / ENGINEER,
ISSUE
0A
MT-J22N07-
D10JEL-MPP009- SCOPE OF WORK & SPECIFIC REQUIREMENTS SHEET 11 OF 14
TEM-Q-00
The vendor scope of work shall include trial runs, testing, start-up, performance
recalibration, commissioning and performance/ acceptance tests covered in this
specification.
11.3.1 The vendor supervisory personnel at site shall continuously and intensively instruct
and train adequate number of PURCHASER’s operating and maintenance personnel
at site during commissioning of the plant to enable them to take over the proper
operation and maintenance of the plant after commissioning.
11.3.2 The vendor shall submit sufficient copies of AS-BUILT drawings for all systems.
11.4 Vendor shall furnish calibration certificates for the instruments to be used for testing
and commissioning at shop and site. The calibration certificates furnished by the
vendor shall not be more than 12 months old.
12.1.1 The Vendor shall comply with all systems / parameters wherever they are specified
in section C and in data sheets of section D. The evaluation factor shall be applicable
to the differential power consumption of all installed equipment, calculated with the
lowest quoted parameter as the base. The vendor shall indicate under section F the
guaranteed power consumption for each equipment separately.
12.1.3 After the installation if the power consumption of individual equipment exceeds the
values indicated by vendor in his bid, the penalty will be applied to the additional
power consumption for continuously operating equipment. No credit will be given if
the consumption is lower than that indicated in the bid.
MT-J22N07-
D10JEL-MPP009- SCOPE OF WORK & SPECIFIC REQUIREMENTS SHEET 12 OF 14
TEM-Q-00
The vendor shall ensure the following documentation are prepared and submitted to
PURCHASER for his review / record.
Please add below documents which also to
13.1 ALONG WITH BID be required along with the bid:
1) Pump curves
13.1.1 Description of the systems offered along2)with
filled-in scopeleaflets,
catalogues, of supply sheet etc.
drawings,
3) Commissioning spares, capital spares list
13.1.2 as specification,
All data sheet from section D of the tender per Project specifications
duly filled in.
4) GA drawing of pump skid with overall
13.1.3 List of makes for all items. dimension and weight
5) Filled - in deviation list
13.1.4 All section F duly filled in.
6) past project reference list
13.2 AFTER AWARD OF CONTRACT
7) Special tools and tackes
8) Inspection and test plan as per project ITP.
Drawing Category Submission from date of
LOI*
Bar chart One (1) week
Equipment GA & cross section drawings, Two (2) weeks
Foundation details, AHRI certified program report,
Performance curves, P & ID
I&C Drawings / Documents (including panel layout, Two (2) to Five (5) weeks
BOM, makes, datasheets of all instruments etc.)
Electrical drawing Three (3) weeks
HVAC Project Execution Six (6) weeks
O & M Manual Ten (10) weeks
As built drawings / documents After completion of work
below documents are also to be required post order. please add (10 in above table:
weeks)
1) Pump Datasheet
2) *Note:
Motor Submission
datasheet anddate performance
may subject tocurve
change based on overall project schedule.
3) Motor GA drawing
13.3 4) FINAL
Coupling drawing
DOCUMENTS
5) Mechanical seal drawing
6) Vendor
13.3.1 Spare list
shall submit the copies of operation and maintenance manuals well before
7) the
Lubrication
despatch schedule
of the equipment. The manual shall be in sufficient detail with step-by-
8) Sub vendor list to enable others to inspect erect, commission, maintain, dismantle,
step instructions
9) repair,
specialreassemble
tools and tackles list all parts of the equipment. Each manual shall also
and adjust
10)include
Instrument list set of approved as built drawings together with software selection
a complete
11) Inspection and
outputs of the test plan maintenance schedule and test certificates wherever
equipment,
12)applicable.
Test procedures
13) Test result
14)Quality
13.3.2 Noiseassurance
datasheetdocumentation specific for the project.
ISSUE
0A
To open this document, use a PDF viewer that supports Azure Rights
Management or contact the document owner to grant you permissions.
1.0 SCOPE
FILE NAME:
Proprietary Notice and Version Control
This document contains confidential information for use only by the “Client”; for the Project under consideration, which is provided for the sole purpose of permitting the recipient to evaluate
the information submitted herewith. In consideration of receipt of this document; unless agreed to in contrary in the Contract; the recipient agrees to maintain such information in confidence
and to not reproduce or otherwise disclose this information to any person outside the recipient’s organisation; except that there is no obligation to maintain the confidentiality of any
information which was known to the recipient prior to receipt of such information from Tata Consulting Engineers Limited, or becomes publicly known through no fault of recipient, or Tata
Consulting Engineers Limited, or is received without obligation of confidentiality from a third party owing no obligation of confidentiality to Tata Consulting Engineers Limited. All information
given under this version over rides all and any kind of offers, assumptions, deliverables and contracts submitted verbally (and subsequently communicated in writing) or in writing or otherwise
given under any and all previous version/s.
ISSUE
0A
MT-J22N07-
D10JEL-MPP009- TATA CONSULTING ENGINEERS LIMITED SECTION: D
TEM-Q-00
Consultant / Owner may approve use of the earlier code / standard if the
revisions do not materially affect the statutory requirements of the project or does
not impact safety practices. Any cost impact arising out of such revisions shall be
mutually agreed.
3.1 Pumps of a particular category shall be identical and shall be suitable for parallel
operation with equal load division. Components of identical pumps shall be inter-
changeable.
3.2 Pump types shall be Horizontal end suction Centrifugal Pumps. Pump shall be
driven by constant speed motor for primary chilled water & condenser water
Pumps and VFD for secondary chilled water pumps
3.3 Flow rate versus (Vs.) head curve shall have a stable and continuously rising
characteristics towards the shut-off head. In case of unstable (drooping)
characteristics the duty point shall be well away from the unstable region.
Besides the actual flow rate versus head curve, curves for minimum and
maximum impeller diameters shall also be shown.
3.4 The shut-off head shall be at least 110% of the differential head..
3.5 The required NPSHr at duty point shall be at least one (1) meter less than the
available NPSHa.
3.6 The rating of the pump driver shall be the larger of the following: (a) The
maximum power required by the pump from zero discharge to runout discharge
at site climatic conditions. (b) 110% of the power required at the duty point at site
climatic conditions.
3.8 Pumps shall run smooth without undue noise and vibration. Noise level produced
individually or collectively shall not exceed 75 dB(A) measured at a distance of
1.0 metres from the source in any direction as per CPCB norms. The overall
vibration level shall be as per zones A and B of ISO 10816-1.
3.9 Pump shall be selected with speed not exceeding 1500 RPM. Higher speed
pump selection is subject to meeting noise criteria and RIL approval. The
operating speed of the pump shall not be within ±30% of critical speed.
3.10 For flow rate less than 40 M3 /Hr. and operating pressure less than 90 meter, in-
line pump shall be evaluated. Unless specified otherwise, pump shall be end
suction long coupled type for flow up to about 1090 M3 /Hr. and head up to 45
meter. Closecoupled pumps shall be allowed at the discretion of RIL engineer
only when space is a constraint. For capacities larger than 1090 M3 /Hr., split
case pumps shall be used.
ISSUE
0A
MT-J22N07-
D10JEL-MPP009- TATA CONSULTING ENGINEERS LIMITED SECTION: D
TEM-Q-00
4.1 In addition to static balancing, impeller and balancing drum shall be balanced
dynamically at or near the operating speed.
4.2 Pump shall be provided with renewable type casing ring. Pump having capacity
1,000 m3/hr. and above shall be provided with impeller ring in addition to casing
ring. The hardness of impeller ring shall be 50 BHN higher than that of casing
ring.
4.3 Pump casing shall be provided with drain and vent connection with plugged or
valve connection. The pump casing shall withstand 1.5 times the no-delivery
pressure or 2 times of the duty pressure whichever is higher.
4.4 Bearing shall be oil-lubricated or grease-lubricated and shall have a life of 40,000
hours of working. In case of oil-lubricated bearing, constant oil leveler with
magnetic drain plug shall be provided.
4.5 Motor and pump assembly shall be rigidly mounted to a common base-plate.
4.6 Replaceable shaft sleeves shall be provided to protect the shaft where it passes
through stuffing box.
4.7 Stuffing box shall be of such design that it can be repacked without removing any
part other than the gland and lantern ring.
4.8 Mechanical seals shall be provided if called for in data sheet. If required, a
flushing line shall be furnished, complete with strainer and orifice, from the pump
discharge to the sealing face. When pumping liquid is not suitable for this
purpose, a flushing connection shall be provided so that it can be connected to
an external source.Mechanical seal shall consist of carbon ring rotating against a
ceramic seat held by a stainless-steel spring, bellows, and gasket. Mechanical
seals shall be replaceable without disturbing the driver
4.9 All exposed rotating parts, like shafts and couplings, shall be completely
protected with removable-guards of a robust and rigid design. Coupling Guard
shall be attached to mounting frame.
4.10 For API pumps auxiliary piping and plan shall be in accordance with appendix - D
of API 610. The allowable loads on the pump nozzles shall be at least twice the
values listed in the relevant tables of API 610 without reference to any other
criterion. The base plate shall be designed to cater to the above increased loads.
4.11 All pumps, except for back-pull out type, shall be provided with flexible coupling.
Back-pull out type pumps shall be provided with spacer type coupling.
4.12 Coupling shall be molded-rubber insert and interlocking spider type. Coupling
shall be capable of absorbing vibration. Couplings shall be drop-out type to allow
disassembly and removal without removing pump shaft or motor. Coupling sleeve
shall be of EPDM for variable-speed applications.
ISSUE
0A
MT-J22N07-
D10JEL-MPP009- TATA CONSULTING ENGINEERS LIMITED SECTION: D
TEM-Q-00
4.14 In addition to accessories listed in data sheet , any other accessories required for
safe and efficient operation of pump shall be provided.
4.15 All incidental piping and valves required for sealing, lubrication and cooling for
stuffing box packing and/or bearing of pump, casing drains with piping shall be
furnished by the VENDOR.
4.16 Leakage from the pump shall be led to the nearest surface drain by OTHERS.
Pump VENDOR shall provide necessary arrangement like drip tray, base plate
drain connection etc.
5.1 Hydro-test pressure on casing shall be 1.5 times maximum discharge head or
twice differential head whichever is higher. Maximum discharge head is defined
as the sum of the shut-off head and maximum suction head. Unless otherwise
stated in data sheet , the hydrostatic tests on the casing shall be conducted for a
minimum duration of 30 minutes.
5.2 The pumps shall be tested in accordance with HIS and IS 5120 at rated speed at
MANUFACTURER's works to measure capacity, total head, efficiency and
power. The negative tolerance on efficiency shall be limited to 2.5% and not 5%
as indicated in IS 5120. These tests shall form the basis for acceptance of pumps
except for vibration and noise. The pumps shall be tested over the range
covering from shut-off head to the maximum flow.
The duration of the test shall be minimum one (1) hour. Minimum five (5)
readings approximately equidistant shall be taken for plotting the performance
curves.
5.3 After installation, the pumps shall be subjected to testing at site also. If the site
performance is found not meeting the requirements regarding vibration and noise
as specified, the equipment shall be rectified or replaced by the VENDOR, at no
extra cost to the PURCHASER.
7.1 Noise level produced by any equipment individually or collectively shall not
exceed 75 dB (A) measured at a distance of 1.5 meters from the source in any
ISSUE
0A
MT-J22N07-
D10JEL-MPP009- TATA CONSULTING ENGINEERS LIMITED SECTION: D
TEM-Q-00
7.2 The overall vibration level shall be as per zones A and B of ISO 10816-1.
7.3 The pumps shall be installed on the designated structure with vibration
isolators installed between structure and equipment base. The vibration
isolators shall be as per manufacturer’s recommendations. The air cooled
chilling units shall have restrained spring type vibration isolators which shall be
selected and supplied by the manufacturer. In all the cases, the isolation
efficiency of vibration isolators shall not be less than 90%.
The Supplier shall provide detailed packaging and Preservation procedure for
review and approval.
The unit along with all accessories/ auxiliaries after application of preservatives
suitable for a period of at least one-year storage.
ISSUE
0A
MT-J22N07-
D10JEL-MPP009- TATA CONSULTING ENGINEERS LIMITED SECTION D
TEM-Q-00
1. List of drawings and documents to be submitted for review, approval and information
with scheduled submission dates
4. Foundation drawing of pump and driver with static and dynamic loads, details of
fixing, grouting and all relevant data required for design of foundation
5. Cross-section drawing of the pump with complete part list, materials of construction
and relevant standards for each part
6. Pump performance curves flow rate Vs. head, BKW, efficiency, NPSHR from zero
flow to maximum flow and torque-speed curve
11. Installation, operation, and maintenance manual along with lubrication schedule
ISSUE
0A
SPEC. NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.M4-904 SHOP INSPECTION AND TESTS SHEET 1 OF 7
1.0 SCOPE
1.1 This specification covers the requirements for Shop Inspection and Tests to
be carried out by the PURCHASER/CONSULTANT/INSPECTION AGENCY.
2.0 GENERAL
2.2 For supply of systems, the VENDOR/CONTRACTOR shall, at the start of the
PURCHASE ORDER/CONTRACT, furnish a total list of items in his scope of
work. This list, giving a brief description of the item, quantity, names of
probable SUB-VENDORS/SUB-CONTRACTORS, and a blank column for
agency for final approval of drawings and documents, shall be submitted for
approval by PURCHASER/CONSULTANT. The blank column shall be filled
by PURCHASER/CONSULTANT. The list shall be submitted within two
weeks from the date of Letter of Intent.
2.3 For systems and major items such as pressure and load bearing items,
machineries etc., the VENDOR/CONTRACTOR shall furnish quality plan
giving details of checks and tests to be conducted by them on material,
process, sub-assembly and assembly. These shall include requirements as
prescribed in the applicable specifications, codes and statutory requirements.
The quality plan shall be reviewed by the PURCHASER/CONSULTANT and
the stages to be witnessed and verified shall be indicated by the
PURCHASER/CONSULTANT in the approved quality plan.
FILE NAME:M4-904-Rev-R10
Proprietary rights of the information contained herein belong to Tata Consulting Engineers Limited (TCE).
This information is intended to be used for the mentioned purpose/project only. In case of misuse of information
and any claim arising thereof, cost and consequence will be on the party misusing the information.
ISSUE
R10
2.5 In all cases where inspection and tests are required whether at the premises
or works of the VENDOR/CONTRACTOR or of any SUB-VENDOR/SUB-
CONTRACTOR or at laboratory, the VENDOR/CONTRACTOR, except where
otherwise specified, shall provide free of charge all facilities such as labour,
materials, electricity, fuel, water, stores, test bed, apparatus and instruments,
laboratory tests etc. as may be required by the PURCHASER/CONSULTANT
to carry out effectively such tests of the equipment in accordance with the
PURCHASE ORDER/CONTRACT and shall give facilities to the
PURCHASER/ CONSULTANT to accomplish testing.
2.9 All principal mill test reports, the VENDOR/CONTRACTOR inspection and
tests reports, test certificates and test curves shall be supplied for all
inspection and tests carried out including other records such as stress
relieving charts, radiographic charts and other non-destructive testing records
in accordance with the provisions of the PURCHASE ORDER/CONTRACT,
duly certified by the main VENDOR/CONTRACTOR. The
PURCHASER/CONSULTANT shall reserve the right to call for certificates of
origin and test certificates for all raw material and equipment at any stage of
manufacture.
2.10 The PURCHASER/CONSULTANT shall within fifteen (15) days from the date
of inspection as defined herein give notice in writing to the VENDOR/
ISSUE
CONTRACTOR of any non-conformance pertaining to all or any equipment
R10
and workmanship which in his opinion is not in accordance with the
FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6
SPEC. NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.M4-904 SHOP INSPECTION AND TESTS SHEET 3 OF 7
2.11 When the factory tests and documentation have been satisfactorily completed
at the VENDOR’s/CONTRACTOR's or SUB-VENDOR's/CONTRACTOR's
works, the PURCHASER/CONSULTANT shall issue acceptance note or
shipping release note or a certificate to this effect within fifteen (15) days after
completion, but if the tests are not witnessed by the PURCHASER/
CONSULTANT, the certificate or comments thereof shall be issued within
fifteen (15) days of the receipt of the VENDOR’s/CONTRACTOR's test
certificate by the PURCHASER/CONSULTANT. Failure of the PURCHASER/
CONSULTANT to take such an action shall not prevent the VENDOR/
CONTRACTOR from proceeding with the work. The completion of these tests
or the issue of the certificates shall not bind the PURCHASER/
CONSULTANT to accept the equipment, should it, on further tests after
erection, be found not to comply with the PURCHASE ORDER/CONTRACT.
2.12 None of the plant and the equipment to be furnished or used in connection
with the PURCHASE ORDER/CONTRACT shall be despatched until shop
inspection, satisfactory to the PURCHASER/CONSULTANT has been made.
However, such shop inspection and/or certification shall not relieve the
VENDOR/CONTRACTOR of his responsibility for furnishing the plant and the
equipment conforming to the requirements of the PURCHASE ORDER/
CONTRACT nor prejudice any claim, right or privilege which the
PURCHASER/ CONSULTANT may have because of the use of defective or
unsatisfactory items. Should the PURCHASER/CONSULTANT waive the
right to inspect any item, such waiver shall not relieve the
VENDOR/CONTRACTOR in any way from his obligation under the
PURCHASE ORDER/CONTRACT. In the event of the
PURCHASER’s/CONSULTANT's inspection revealing poor quality of goods,
the PURCHASER/CONSULTANT shall be at liberty to specify additional
inspection procedures, if required, to ascertain the
VENDOR/CONTRACTOR's compliance with the equipment specifications.
3.1 In order to facilitate the inspection of bought-out materials and plant, the
VENDOR/CONTRACTOR shall submit for approval, three (3) copies of all
sub-orders and sub-contracts placed by him as soon as these are issued.
Copies of any drawings referred to in the sub-order or sub-contracts shall also
be submitted, unless agreed otherwise by the PURCHASER/CONSULTANT.
3.2 The sub-orders, sub-contracts and drawings referred to above shall include
all components which are subjected to electrical and mechanical pressure or
stress when the plant is in operation, and also auxiliaries and spares which
are to be directly despatched to site from the SUB-VENDOR’s/SUB-
CONTRACTOR's works.
The plant or the equipment which is the subject of this PURCHASE ORDER/
CONTRACT shall comply in every respect with the requirements of the
PURCHASER’s/CONSULTANT's technical specifications and shall be subject
to inspection and tests to the satisfaction of the
PURCHASER/CONSULTANT.
3.5 Sub-ordering and sub-contracting for major items such as pressure and load
bearing items, machinery etc. can be done only with the approval of the
PURCHASER/CONSULTANT.
5.0 WELDING
5.1 All welding involved in construction and fabrication of the plant and items
ISSUE
covered under the PURCHASE ORDER/CONTRACT shall be carried out in
R10
accordance with specifications and applicable codes.
FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6
SPEC. NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.M4-904 SHOP INSPECTION AND TESTS SHEET 5 OF 7
7.1 GENERAL
The tests at works shall include electrical, mechanical and hydraulic tests in
accordance with the appropriate clauses of Statutory Regulation, relevant
codes and standards, approved drawings and specifications, quality
assurance plans and in addition any test called for by the
PURCHASER/CONSULTANT to ensure that the plant being supplied fulfils
the requirements of the specifications. The VENDOR/ CONTRACTOR shall
carry out all the shop tests and inspections specified under individual items of
the equipment in Section-D of the enquiry document, in addition to those
normally required as per codes and standards. For items not covered by any
code or specifically mentioned in the specifications, the tests are to be agreed
with by the PURCHASER/CONSULTANT. If considered necessary by the
PURCHASER/CONSULTANT, multi-part assemblies shall be fully erected
and tested in the works prior to packing and despatch to the site.
All test certificates must be endorsed with sufficient information to identify the
material or the equipment to which the certificates refer, and must carry at the
top right hand corner the identification of the PURCHASER/CONSULTANT
and the PURCHASE ORDER/CONTRACT.
ISSUE
R10
7.3 CALIBRATION
To,
TATA CONSULTING ENGINEERS LIMITED, Attn: Mr/Ms
PROJECT MANAGER
Dear Sir/Madam,
Items detailed below are ready for inspection. Please arrange inspection and
confirm the date.
1. PURCHASER
2. PROJECT
4. CONSULTANT
5. SUB-VENDOR/ SUB-CONTRACTOR
We confirm that the items have been fully inspected and tested by us. The
internal test reports are enclosed. All stages of inspection as per approved
quality plan have been carried out by us and all material test certificates,
quality control records and test reports and valid calibration reports of
ISSUE
measuring and testing instruments with traceability to national/ international
R10
level are ready with us.
FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6
SPEC. NO. TATA CONSULTING ENGINEERS LIMITED SECTION: WRITE-UP
TCE.M4-904 SHOP INSPECTION AND TESTS SHEET 7 OF 7
Yours faithfully,
Cc: Purchaser
ISSUE
R10
1.0 INTRODUCTION
With respect to the goods covered in the enquiry document, the VENDOR/
CONTRACTOR shall provide to the PURCHASER guarantees that the goods
are not subject to any security interest, lien or other encumbrance.
2.2 In the event of any claim being made or action being brought against the
PURCHASER in respect of the matter referred to in para 2.1 above, the
VENDOR/CONTRACTOR shall promptly be notified thereof and he shall at
his own expense, conduct all negotiations for the settlement of the same and
any litigation that may arise therefrom.
2.4 The provision of this para shall remain effective and binding upon the
VENDOR/ CONTRACTOR even after the completion, expiration or
termination of the PURCHASE ORDER/CONTRACT.
3.0 PERFORMANCE
FILE NAME:M4-905-Rev-R6
Proprietary rights of the information contained herein belong to Tata Consulting Engineers Limited (TCE).
This information is intended to be used for the mentioned purpose/project only. In case of misuse of information
and any claim arising thereof, cost and consequence will be on the party misusing the information.
ISSUE
R6
4.0 QUALITY
4.1 The VENDOR/CONTRACTOR warrants that the goods are brand new and of
high quality and that the goods will be free of defects in design, materials or
workmanship for a period of twelve (12) months from the date of initial
operation or eighteen (18) months after delivery at job site of all the goods to
be supplied under the order, whichever date shall first occur unless stated
otherwise elsewhere in the PURCHASE ORDER/ CONTRACT DOCUMENT.
4.2 If within the expiry of the above stipulated guarantee period, the subject
goods or any parts thereof are found defective because of design,
workmanship or materials, the VENDOR/CONTRACTOR shall at his own
expense, repair or furnish and install replacement parts of design,
workmanship and material approved by the PURCHASER. The guarantee
period for replaced parts or repair work shall be the same as above.
5.0 The guarantee period shall be extended by the length of time required to
make any adjustments, changes or repairs necessary to fulfil the guarantee.
6.0 The VENDOR/CONTRACTOR shall obtain similar guarantees from each one
of his SUB-VENDORS/SUB-CONTRACTORS. However, the overall
responsibility shall lie with the VENDOR/CONTRACTOR.
ISSUE
R6
1.0 SCOPE
2.1 Performance tests shall be carried out as per relevant, mutually agreed and
specified Codes and Standards. These tests may be repeat of the tests carried
out at the VENDOR's/CONTRACTOR’s works and/or his SUB-VENDOR’s/ SUB-
CONTRACTOR's works. The PURCHASER/CONSULTANT may require other
additional tests in order to determine that the equipment is in accordance with
the specifications and guarantees.
2.5 During any performance and efficiency test, the plant shall be operated by the
PURCHASER's staff under the direction of the VENDOR’s/CONTRACTOR's
representative, but under the general supervision of the PURCHASER/
CONSULTANT.
2.6 Test shall be carried out at steady state condition and at nearly the load point.
The tests may be conducted at convenient time of the day or night, when the
conditions can be held steady.
2.7 The plant and equipment shall be continuously operated at full load for at least
seventy-two (72) hours to prove its performance. For the period of the test, the
time of operation shall be considered. Minor interruptions, not exceeding four
(4) hours, attributable to the VENDOR/CONTRACTOR are acceptable.
However, the test shall be prolonged for such periods of interruptions. If the
interruptions are more than four (4) hours, the VENDOR/CONTRACTOR shall
repeat the test for the full period of seventy-two (72) hours. If the interruptions
are not attributable to VENDOR/CONTRACTOR, and the period of such
interruptions is less than twelve (12) hours, the test shall be prolonged for such
period of interruptions. If the interruptions not attributable to the VENDOR/
ISSUE
R7
CONTRACTOR exceed twelve (12) hours, the test shall be prolonged for a
period of twelve (12) hours only. Further, if the interruptions not attributable to
the VENDOR/CONTRACTOR occur after sixty-five (65) hours of effective test
period, the VENDOR/CONTRACTOR need not carry out the test thereafter.
2.8 The power consumption of all continuously running auxiliary equipment shall
also be measured and recorded during the performance tests.
2.9 In case the test conditions deviate from design values, the results of
performance tests shall be correlated to the specified conditions by correction
factors, which shall be defined by means of correction curves. The correction
curves submitted along with the BID shall be reproduced and incorporated in the
operating and maintenance manuals. Each correction curve must have a
minimum range from 15% below to 15% above the specified conditions.
2.10 Should any plant or equipment or any portion thereof fail, under the tests, to
give the guaranteed performance, the VENDOR/CONTRACTOR shall be given
the option of making rectification and correction after which the tests shall be
repeated at the VENDOR’s/CONTRACTOR's expense. The repeat tests shall
be carried out within 21 days or such extension of time as may be allowed by
the PURCHASER/CONSULTANT to remedy the deficiencies. All expenses for
the modifications in the equipment shall be carried out by the VENDOR/
CONTRACTOR, who shall have no right to claim the same from the
PURCHASER.
2.11 The values used in the performance calculations shall be the arithmetic average
or as otherwise agreed upon, of the observations made and recorded for the
agreed test period.
2.12 After the results of the performance tests have been submitted to and approved
by the PURCHASER/CONSULTANT, a summary of the test readings and the
performance calculations shall be incorporated in the final version of the
Operating and Maintenance Instruction Manuals.
2.13 Any damage or breakage during the trial operation shall be repaired or replaced
by the VENDOR/CONTRACTOR at no additional cost. This has to be done with
the written approval from the PURCHASER/CONSULTANT and, if so advised
by the PURCHASER/CONSULTANT, the performance tests shall be repeated.
3.1 All test instruments for the performance and efficiency tests shall be supplied by
the VENDOR/CONTRACTOR and shall be retained by him at site until
satisfactory conclusion of all such tests.
3.2 All costs associated with the supply, calibration, installation and dismantling of
the test instruments shall be included in the Contract Price.
3.3 All test instruments and the performance tests shall be in accordance with the
applicable Codes and Standards.
ISSUE
R7
3.4 All calibration procedures and standards shall be subject to the PURCHASER’s/
CONSULTANT’s approval. Wherever called for in the specification or required
by the PURCHASER/CONSULTANT test instruments shall have valid
calibration certificate traceable to National Standards. This means that the
calibrating agency engaged by the VENDOR/CONTRACTOR shall use
instruments which are in turn calibrated by government approved agencies and
such an information shall be recorded in the calibration certificate issued by the
calibrating agency by giving the certificate number, date of issue and date of
validity of the certificate given by the government approved agency. Batch
calibration shall not be accepted.
4.1 Should any plant or equipment or any portion thereof fail after repeat tests as
per para 2.9 above, the PURCHASER shall have the right to reject the plant or
equipment, notwithstanding the previous issue of a Taking-Over Certificate.
5.1 The PURCHASER/CONSULTANT reserves the right to carry out further tests to
check the performance and efficiency of the plant at the end of the Guarantee/
Defects Liability Period. The VENDOR/CONTRACTOR will be notified so that
he can be present, if he so desires.
5.2 Such adjustments to the plant as may be considered part of normal operating
routine shall be carried out prior to these tests.
5.3 Should the results of such repeat tests carried out by the PURCHASER/
CONSULTANT indicate that performance values deviate from guaranteed values
within permissible units, the VENDOR/CONTRACTOR shall be given the
opportunity to take corrective measures and carry out further test, all at his own
expense. Should the test indicate performance values below and auxiliary
power consumption values above the guaranteed values, the PURCHASER
may claim a reduction in the Contract Price.
ISSUE
R7
1.0 SCOPE
2.0 DEFINITION
3.0 RESPONSIBILITIES
(c) Carry out any other responsibilities such as running and/or routine
maintenance, operation of the plant, training of the
PURCHASER’s personnel in operation and maintenance and such
other responsibilities, which are assigned to the
VENDOR/CONTRACTOR under Section C of the Enquiry
Document/as per the Contract
3.2 All works referred to in para 3.1 (b) above, shall be executed by the
VENDOR/ CONTRACTOR at his own cost, if in the opinion of the
PURCHASER/ CONSULTANT, such work is attributable to the
VENDOR/CONTRACTOR due to:
3.6 If the replacement and renewals are of such nature which, in the opinion of
the PURCHASER/CONSULTANT, may affect the performance of works, the
PURCHASER/CONSULTANT may require the VENDOR/CONTRACTOR to
repeat the ‘Tests on Completion’, to the extent necessary by a notice within
28 days of such renewal and replacement. Such ‘Tests on Completion’
shall be as defined under Section C of the Enquiry Document/as per the
contract.
3.7 If any defect, shrinkage or other fault in the works appears at any time
prior to the end of ‘Guarantee/Defects Liability Period’; the PURCHASER/
CONSULTANT may instruct the VENDOR/CONTRACTOR to search for the
cause thereof. If such defect detected consequent to the
VENDOR’s/CONTRACTOR’s search is one for which he is liable, the cost
of the work in searching as aforesaid shall be borne by the
VENDOR/CONTRACTOR, and he shall, in such cases, remedy such defect
at his own cost. In other cases of defects not attributable to VENDOR /
CONTRACTOR, the PURCHASER / CONSULTANT shall determine the
amounts in respect of the costs of such search and any rectification incurred
by the VENDOR/CONTRACTOR, which shall be added to the contract ISSUE
price, and notified to the VENDOR/CONTRACTOR. R2
PRICE SCHEDULE
(This schedule is only a broad breakdown of lump sum prices and not intended to describe the complete scope. Scope of work shall be as per the Material Requisition/Technical details)
Supply Services
Item
Item Description Indicate pump flow in m3/hr.
Quantity Remarks
No. Unit Price Total Price Unit Price Total Price
Unit
₹ ₹ ₹ ₹
a b c d e f=c x e g h=c x g
1.0 Primary Chilled Water pumps
Typical comment for all pumps:
Supplying, of HORIZONTAL END SUCTION PUMPS, factory mounted on a
common base with electric motor for recirculation of chilled water for the central
air conditioning system. Minimum pump hydraulic efficiency shall be 70%. All Add below scope of supply line items for all Pumps:
pumps shall be aligned properly as required. The pump motor shall be suitable - coupling with non spark coupling guard
for 415 + 10% volts, 50 cycles, 3 phase power supply. The quoted price shall
- Mechanical seal and associated seal system
include cost of thermal insulation. Pumps with performance characteristics as
given below :Water Temp- 6 Deg C to 20 Deg C - Motor canopy
- Holding down bolts for pump and motor
CHWP-01, 02 & 03 (Quantity indicated includes one standby) 3 Nos
Water flow rate = 651 GPM - Anchor bolts for pump skid
Head = 10 Mt. of water - pump casing drain piping terminated upto skid edge with
valve and fittings.
Supplying, installing, testing and commissioning of Inertia base with all - Motor alignment and leveling screws
necessary arrangement on installaling pump on the base as per specifications
and details shown in drawing. - commissioning spares as per project specification
- capital spares as per project specification
2.0 Secondary Chilled Water pumps - 2year operational spares (vendor recommended)
- Inspection and test plan of pump as per Project ITP
Supplying of VARIABLE SPEED HORIZONTAL END SUCTION PUMPING
SYSTEM consisting of adjustable frequency drive (AFD) for each pump, one - Special tools and tackles if any-
dedicated microprocessor based pump logic controller per zone housed within - Painting as per manufacturer standard. however final
the enclosure of one of the AFD with parallel pumping software duly down shade as per RIL specifications.
loaded and single / multiple differential pressure sensor / transmitters along - Associated Pump package instrumentations terminated
with complete control cabling from transmitter to AFD Panel as per the site
requirement. The entire system along with secondary pumps must be sourced upto Skid mounted JB.
from single manufacturer only, to ensure unit responsibility. Necessary factory - supervision for erection, commissioning. per diem rate
test certificates for entire system shall be submitted along with the equipment. shall be submitted.
Sensor / Transmitters as described in specification. System shall be BMS - Piping, fittings, flanges,
compatible with open protocol communication port, so that complete data can
be transported to remote IBMS console. fasteners and gaskets,
valves within pump skid
2.1 Secondary Chilled Water pumps - for canteen-01 3 Nos battery limit
CHWS-C01-01, 02 & 03 (Quantity indicated includes one standby)
- Vendor participation in
Water flow rate = 325 GPM
Head = 15 Mt. of water meetings:
2.2 Secondary Chilled Water pumps - for canteen-02 3 Nos a. Bid clarification
CHWS-C02-01, 02 & 03 (Quantity indicated includes one standby) meeting
Water flow rate = 325 GPM
b. Kick off meeting
Head = 35 Mt. of water
- Earthing lug diagonally opposite.
Supply portion of AFD, Pump Controller & Sensor Transmitters . 3 Nos - Post order documentation as agreed.
- preservation, packing and forwarding to site.
Supplying, installing, testing and commissioning of Inertia base with all
- performance guarantee for pumps:
necessary arrangement on installaling pump on the base as per specifications
and details shown in drawing. a) No -ve tolernace on flow and head.
b) No +ve tolerance on power and npshr.
3.0 Condenser Water Pump
Supplying of HORIZONTAL END SUCTION PUMPS, factory mounted on a -
common base with electric motor for recirculation of condenser water for the
central air conditioning system. Minimum pump hydraulic efficiency shall be
70%. All pumps shall be aligned properly as required. The pump motor shall be
suitable for 415 + 10% volts, 50 cycles, 3 phase power supply. The quoted
price shall include cost of thermal insulation. Pumps with performance
characteristics as given below :Condenser Water pumps
CWP-01, 02 & 03 (Quantity indicated includes one standby) 3 Nos
Water flow rate = 813 GPM
Head = 30 Mt. of water
Supplying, installing, testing and commissioning of Inertia base with all
necessary arrangement on installaling pump on the base as per specifications
and details shown in drawing.
Page 1 of 5
ANNEXURE - 2
TOTAL PRICE -
ANNEXURE - 3
TOTAL PRICE -
ANNEXURE - 4
PRICE SCHEDULE FOR SITE SERVICE DURING ERECTION, INSTALLATION, PRE-COMMISSIONING, COMMISSIONING ACTIVITIES
Notes:
a)The above rates are fixed and firm in amount and currency and not subject to any
and all escalation in costs till completion of Erection, commissioning and handover of
the equipment.
b)Indicate the taxes applicable on Site Services.
ANNEXURE - 5
PRICE SCHEDULE FOR OPTIONAL ITEMS & UNIT PRICES FOR ADDITIONAL/DELETION
B) OPTIONAL ITEMS
6
MT-J22N07- TATA CONSULTING ENGINEERS LIMITED SECTION: F
D10JEL-MPP009-
TEM-Q-00 SCHEDULE OF GENERAL PARTICUARS SHEET 1 OF 1
8.0 Bid validity period from bid date (minimum 90 days) Days
NAME :
SIGNATURE :
DESIGNATION :
SEAL OF THE COMPANY DATE :
FILE NAME:
Proprietary Notice and Version Control
This document contains confidential information for use only by the “Client”; for the Project under consideration, which is provided for the sole purpose of permitting the recipient to evaluate the information
submitted herewith. In consideration of receipt of this document; unless agreed to in contrary in the Contract; the recipient agrees to maintain such information in confidence and to not reproduce or otherwise
disclose this information to any person outside the recipient’s organisation; except that there is no obligation to maintain the confidentiality of any information which was known to the recipient prior to receipt of ISSUE
such information from Tata Consulting Engineers Limited, or becomes publicly known through no fault of recipient, or Tata Consulting Engineers Limited, or is received without obligation of confidentiality from a
third party owing no obligation of confidentiality to Tata Consulting Engineers Limited. All information given under this version over rides all and any kind of offers, assumptions, deliverables and contracts 0A
submitted verbally (and subsequently communicated in writing) or in writing or otherwise given under any and all previous version/s.
ISSUE
3.0 Secondary Chilled water pump (for canteen-01) flow rate USGPM
5.0 Secondary Chilled water pump (for canteen-02) flow rate USGPM
7.0 Condensate water pump (for canteen-01 & 02) flow rate USGPM
SIGNATURE :
NAME :
DESIGNATION:
FILE NAME:
Proprietary Notice and Version Control
This document contains confidential information for use only by the “Client”; for the Project under consideration, which is provided for the sole purpose of permitting the recipient to evaluate the information
submitted herewith. In consideration of receipt of this document; unless agreed to in contrary in the Contract; the recipient agrees to maintain such information in confidence and to not reproduce or otherwise
disclose this information to any person outside the recipient’s organisation; except that there is no obligation to maintain the confidentiality of any information which was known to the recipient prior to receipt of
ISSUE
such information from Tata Consulting Engineers Limited, or becomes publicly known through no fault of recipient, or Tata Consulting Engineers Limited, or is received without obligation of confidentiality from a
third party owing no obligation of confidentiality to Tata Consulting Engineers Limited. All information given under this version over rides all and any kind of offers, assumptions, deliverables and contracts
0A
submitted verbally (and subsequently communicated in writing) or in writing or otherwise given under any and all previous version/s.
The Vendor / Contractor shall submit and distribute to the PURCHASER / OWNER
and CONSULTANT / ENGINEER the following number of copies of the required
documents and drawings mentioned in the tender.
a) TCE Ori. 2 S
a) Preliminary S 4 3 (*)
b) Final S 3 3 (*)
FILE NAME:
Proprietary Notice and Version Control
This document contains confidential information for use only by the “Client”; for the Project under consideration, which is provided for the sole purpose of permitting the recipient to evaluate the information
submitted herewith. In consideration of receipt of this document; unless agreed to in contrary in the Contract; the recipient agrees to maintain such information in confidence and to not reproduce or otherwise
disclose this information to any person outside the recipient’s organisation; except that there is no obligation to maintain the confidentiality of any information which was known to the recipient prior to receipt of ISSUE
such information from Tata Consulting Engineers Limited, or becomes publicly known through no fault of recipient, or Tata Consulting Engineers Limited, or is received without obligation of confidentiality from a
third party owing no obligation of confidentiality to Tata Consulting Engineers Limited. All information given under this version over rides all and any kind of offers, assumptions, deliverables and contracts 0A
submitted verbally (and subsequently communicated in writing) or in writing or otherwise given under any and all previous version/s.
ISSUE
0A
SIGNATURE :
NAME :
DESIGNATION:
FILE NAME:
Proprietary Notice and Version Control
This document contains confidential information for use only by the “Client”; for the Project under consideration, which is provided for the sole purpose of permitting the recipient to evaluate the information
submitted herewith. In consideration of receipt of this document; unless agreed to in contrary in the Contract; the recipient agrees to maintain such information in confidence and to not reproduce or otherwise
disclose this information to any person outside the recipient’s organisation; except that there is no obligation to maintain the confidentiality of any information which was known to the recipient prior to receipt of
ISSUE
such information from Tata Consulting Engineers Limited, or becomes publicly known through no fault of recipient, or Tata Consulting Engineers Limited, or is received without obligation of confidentiality from a
third party owing no obligation of confidentiality to Tata Consulting Engineers Limited. All information given under this version over rides all and any kind of offers, assumptions, deliverables and contracts
0A
submitted verbally (and subsequently communicated in writing) or in writing or otherwise given under any and all previous version/s.
The BIDDER shall indicate below Special Maintenance Tools and Tackles for the equipment, plant or
system offered by him.
QUANTITY
UNIT TOTAL
SL. OR
DESCRIPTION PRICE PRICE REMARKS
NO. NUMBER
Rs. Rs.
OF SETS
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
ISSUE
R2
The BIDDER shall indicate below all deviations from the Technical Specifications.
SL.
SECTION SPECIFICATION NO. PARA NO. DEVIATION
NO.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
The BIDDER hereby certifies that the above mentioned are the only deviations from the
PURCHASER’s/CONSULTANT’s Technical Specifications for this Enquiry Document. The
BIDDER further confirms that in the event any other data and information presented in the
BIDDER’s proposal and accompanying documents including drawings and catalogues etc. are
at variance with the specific requirements laid out in the PURCHASER’s/CONSULTANT’s
Technical Specifications, the latter shall govern and shall be binding on the BIDDER without any
price implication.
ISSUE
R8
The BIDDER shall indicate below all deviations from the General Conditions.
SL.
SECTION SPECIFICATION PARA DEVIATION
NO.
NO. NO.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
The BIDDER hereby certifies that the above mentioned are the only deviations from the
PURCHASER’s/CONSULTANT’s General Conditions for this Enquiry Document. The BIDDER
further confirms that in the event any other data and information presented in the BIDDER’s
proposal and accompanying documents including drawings and catalogues etc. are at variance
with the specific requirements laid out in the PURCHASER’s/CONSULTANT’s General
Conditions, the latter shall govern and shall be binding on the BIDDER without any price
implication.
ISSUE
R2
Please remove this list and Use RIL Approved vendor list.
Note: The Bidder shall offer the equipment of makes mentioned below. Alternative makes
are subjected to Purchaser’s approval before procurement.
1.0 MECHANICAL EQUIPMENT
Sr.
Item Description Approved Manufacturer(s)
No.
1 Water Pumps Armstrong/Xylem/Grundfos/Kirloskar
2 CS/GI Pipes Jindal / Prakash / Zenith / Tisco
3 Butterfly Valves (sizes ≥ Ø50 NB) Audco / Intervalve / BDK/ Advance
4 Ball Valves (sizes ≤ Ø40 NB) Leader / Bonomi / Danfoss / BDK
5 Balancing Valve Advance/Honeywell/Danfoss/T&A
/Flowcon
6 Pressure independent balancing Siemens / T&A / Flowcon/ Honeywell
and control valves
10 Contactors Siemens
Sr.
Item Description Approved Manufacturer(s)
No.
15 Thermal overload relay Siemens
Energy Efficient LT, Squirrel cage, Siemens / ABB / Bharat Bijlee Ltd /
21
AC Induction Motors Alstom / Crompton Greaves
Sr.
Item Description Approved Manufacturer(s)
No.
Flow switch / Differential Pressure Dag / Switzer / General Instruments
5
Switch consortium
Tecnik Valves Pvt. Ltd. / Dembla Valves
6 Control Valves / Samson Valves / WEIR BDK Valves /
Pneucon Valves Pvt Ltd
Rittal / President / Eldon CS enclosures
7 Panel Enclosure
Pvt. Ltd / Hoffman
Instrumax Enterprise (V.S.Metal) /
8 Instrument erection Hardware Champ Instruments & Engineers / Excel
Hydropneumatics / Wintec
Eldon CS enclosures Pvt. Ltd. / Industrial
9 Junction Box Switchgear & Controls / Rittal India Pvt.
Ltd. / Chemin India / Tanswa Ltd.
Udey pyrocables / Thermocables /
10 Cables
Polycab / Lapp cables / KEI
Indiana / Profab / Patny / Sterlite /
11 Cable tray
Reliance
12 Cable gland Braco / Comet / Baliga / R.stahl
13 Relays Siemens / OEN / Omron
14 Terminals Elmex / Connectwell / Wago / Phoenix
MASIBUS / ABB / EURETHUM /
15 Single Loop Controller
YOKOGAWA / SIEMENS
16 DDC & modules Siemens / L &T / Honeywell
ISSUE
0A