Sub-Section - A-9: Power Cycle Piping
Sub-Section - A-9: Power Cycle Piping
51433/2020/PS-PEM-MSX_P
SUB–SECTION – A-9
1.01.00 Scope of supply and works for Power Cycle piping system shall include the piping
systems as listed below.
(a.) Auxiliary steam piping from auxiliary steam header up to user point.
(b)
(i) Main steam lead piping from MS strainers or HPT stop valves (in case MS
strainers are integral to HPT stop valves) to HP turbine steam inlet
nozzles and any other piping including interconnection of HPT stop valves
(if applicable) downstream of terminal point going to turbine.
(ii) HRH steam lead piping from HRH strainers or IPT stop valves (in case
HRH strainers are integral to IPT stop valves) to IP turbine steam inlet
nozzles and any other piping including interconnection of IPT stop valves
(if applicable) downstream of terminal point going to turbine.
(iii) Complete piping system associated with over load valve. (if applicable)
(d.) Complete Feed water piping including booster pumps suction, boiler feed
pump suction & discharge piping up to terminal point, re-circulation, BFP
warm up (if applicable) and leak off.
(f.) Spray piping system for the following, as per the scope indicated in tender
drawings:
(i.) Steam drains from piping / equipment(s) in the scope of bidder to flash
Tank(s) / flash tank manifold(s) as per the scope indicated in the tender
drawings.
(m.) Complete safety valve exhaust piping for SVs / SRVs on piping/equipment in
Bidder’s scope.
(r.) Any other piping system required to make the power cycle piping, in the
bidder’s scope, complete.
1.02.00 The scope for the complete power cycle piping systems mentioned above shall also
include :
1.02.02 All auxiliary steel structures (including structures in C-D Bay etc.) required for
providing proper supporting arrangement for the piping systems in bidder’s scope.
1.02.03 Complete design and engineering including but not limited to pipe sizing, flexibility
analysis, hanger support engineering, engineering of thermal insulation etc. and
other engineering of items as per scope of supply and these shall be submitted to
Employer for further review and approval.
(a.) Piping, fittings, stubs, plugs, flanges, caps, steam traps, break-down orifice, drip
pan and other accessories for the piping systems identified above and as per
approved schemes. All flanges shall be of weld neck type.
(i) The TG contractor shall also supply under their scope necessary material
matching pieces/sleeves, shop welded to equipment/valve (in TG package
scope of supply) nozzles mentioned at (ii) below, in case material of nozzles
for these equipment/valve etc. is dissimilar to the connecting pipe material
(SG package scope) at SG/TG interface point.
(ii) Equipment/valve: (a) HPT stop valves or MS strainers inlet (as applicable)
(b) IPT stop valves/CRV or HRH strainers inlet (as applicable) (c) HP
Turbine exhaust steam nozzles (d) CRH NRVs (e) HP & LP Bypass valves
(f) orifice assemblies (if applicable).
(iii) In the event of (i) above, the open end of the material matching piece/sleeve
shall be provided with necessary edge preparation matching the connecting
pipe/dimensional matching piece (SG scope) edge details, which will be
furnished to the TG contractor during detail engineering. The material
matching piece/sleeve shall be shop welded to the respective equipment
nozzles/ valves before transporting it to site so that dissimilar material field
welding at SG/TG terminal points (i.e. between TG equipment
nozzles/valves and connecting pipe/dimensional matching piece (SG
scope)) can be avoided.
(iv) All matching pieces that are required for feed water discharge piping and
RH attemperation piping connection at Terminal Points with employer/others
to match diameter, thickness & material shall be in the scope of TG package
(v) In all other cases, the TG Contractor shall supply all standard and non-
standard matching pieces (both dimensional as well as material matching
pieces) as may be needed for the piping systems (in contractor’s scope) and
for connection of these piping systems at equipment/ valves/ specialties/
terminal points, unless specifically excluded.
(c.) Pipe stubs for mounting thermo wells and other instrumentation, including for
the instruments supplied by others, along with necessary root valves, reducers /
matching pieces and instrument tubing
(d.) Thermal insulation and cladding along with all necessary accessories for all
piping systems, equipment , tanks etc. in bidders scope
(e.) The contractor shall also design and provide for additional guides/
stops/restraints etc. along with auxiliary steel for control of pipe line vibration
within allowable/ acceptable limits
Valves, actuators and specialties including expansion joints, orifice plate assemblies,
steam traps, strainers, instrument root valves, etc. for the systems specified
The Contractor shall also supply special accessories like floor stands, chain
operator, extended spindle etc. as required. Valve, especially for which approach
from existing floors are not possible for O&M, bidder shall provide appropriate
platforms with the access ladders for the same.
2.03.01 All pipe supporting elements such as constant load spring hangers, variable spring
hangers, supports, guides, restraints, stops, etc. and all associated auxiliary steel
and hardware such as beams, channels, insert plates section attachments to pipe
supports, pipe and beam clamps, straps, slings, stools, shoes, saddles, devices,
rods, turn buckles, graphite /steel plate / Teflon sheet etc. for all the systems
specified.
(a.) All erection material such as bolts, nuts, washers, gaskets, electrodes, filler
materials, welding gas, consumable inserts and backing rings, accessories
and miscellaneous specialties, including specialty high strength anchor bolts
for fixing equipment / insert plates on concrete structures etc. required for the
proper installation of piping systems.
(b.) All temporary piping, supports, valves, blanking plates, caps, pumps,
pressure gauges, plugs, gaskets, bolts & nuts, spools, tools & tackles,
special devices (as applicable) for stop valves/control valves and other
accessories required to complete the Hydrostatic testing of piping systems in
bidder’s scope .
(c.) The bidder’s scope shall also include supply of necessary blanks, blanking
inserts, hydraulic test tool kit or other special devices and accessories (as
applicable) for the Stop valves/ control valves/OLV supplied by the TG
package contractor and connected to/ installed on SG Package contractor’s
scope of piping (i.e. MS,HRH, CRH, HP&LP Bypass) for carrying out
hydrostatic testing of these piping systems with the Stop valves/control
valves in circuit, as per the scheme/procedure for hydrostatic testing
approved by employer.
(d.) All temporary piping, supports, valves, blanking plates, blanking inserts, caps,
pressure gauges, thermo wells/ temperature measuring instruments, plugs,
gaskets, bolts & nuts, tools & tackles, spool pieces for valves/control valves/
flow nozzles & specialties etc., tanks and other accessories as required to
complete chemical cleaning & Steam Blowing operation of piping systems in
bidder’s scope as specified elsewhere in the technical specification.
(e) Blow out tools, blow through tools, temporary valve heads/valve blow down
cover plate/ flanges, blanking inserts, strainers, gaskets, bolts & nuts, special
tools & tackles, etc. as required for HPT stop & control valves, IPT stop &
control valves, CRH NRVs & HP & LP By Pass valves & overload valve as
per the scheme & procedure prepared by SG contractor and approved by
employer during detailed engineering stage for the steam blowing operation
(SG scope) of MS,HRH,CRH,HP&LP By Pass piping systems.
3.01.00 Complete design, engineering, etc. for the power cycle piping systems and other
piping systems included in this specification shall be the responsibility of the
Contractor. Employer's responsibility/ function in this connection shall be limited
to review and approval of Bidder's design/ calculation, engineering, drawings, and
documents. Bidder's scope of services for complete engineering of the power
cycle piping systems shall include but not be limited to the following :
(b.) Preparation of Design philosophy & Design parameter selection, flash tank
sizing calculation, System-wise or P&ID wise pipe schedule, valve schedule,
insulation schedule, painting schedule, hanger schedule for the systems
included in the bidder’s scope and submission of same to Employer for
review and approval. It is to be ensured by Bidder to attach all schedules in
“excel” format along with respective schedules in ”pdf” format documents for
review and approval.
(d.) Preparation of erection isometric & fabrication (with material take off)
drawings for shop fabricated piping which are of size 65 mm NB and above to
the Employer for review and approval.
(e.) Preparation of layout drawings & isometric drawings for site routed piping (i.e
for pipe sizes below 65NB) and submission of the same to the Employer for
records.
(f.) Preparation of System wise stress analysis report (including input) along
with stress isometric drg./sketch marked with node points for review &
information
(g.) “AS BUILT" drawing of the piping layout, fabrication isometrics drawings &
Hanger / support GA Drawings shall also be prepared by the Contractor
based on any layout modifications made at site and submitted to Employer
for records.
(h.) All shop tests as required by the applicable codes, ASME/ANSI Standards,
IBR and other standards enumerated or specified.
(1.) The Contractor shall identify and satisfy all statutory code requirements
as may be required for the piping systems covered in this specification. It
is the sole responsibility of the contractor to identify and obtain all
necessary approvals from various Government agencies/board/statutory
authorities/IBR etc., as applicable for the material, design, manufacture,
Fabrication, erection and testing ( both Shop test and site test as
applicable) of pipes, valves, fittings, specialties etc.
(2.) The contractor shall also identify and obtain all necessary approvals from
the IBR authority in the state where the plant is being installed, for the
erection/ testing/ commissioning/ registration and any other requirement
as required by IBR. The contractor shall be responsible for obtaining
(3.) In order to obtain the above approvals, all necessary documentation, fees
etc. required shall be arranged and furnished by the Contractor to the
statutory authorities.
3.03.00 In case any localized modifications/re-routing/re-erection etc. are required for the
piping systems (in contractor’s scope) & its supporting arrangement even after
approval of drawings/during erection, then the same shall be carried out by the
contractor under his scope of supply & services in consultation with employer.
Obtaining IBR approvals, if any required, for the modification work shall also be
in the scope of the contractor.
3.04.00 The Contractor shall design in detail all piping supports including restraints,
guides, stops etc., after deciding the final location of hangers and supports and
based on final stress analysis and hanger/ support load data originated by him.
Bidder shall submit to Employer for review his hanger design documents in the
form of hanger GA drawings and hanger schedule including adjoining aux steel
structure.
3.05.00 The Contractor shall furnish separate sketches for each hanger/ support,
restraint, anchor, etc. These sketches shall include the location with reference to
column co-ordinates, identification number, bills of material, design loads,
operating load, spring stiffness, amount of spring pre-compression etc., the
method of attachment to the pipe and steel structure, identification of
beams/structure (from which support is taken) etc. Additionally the sketches shall
show a key plan referenced to plant north and center line elevation of the pipe at
the point of attachment for cold and hot conditions.
3.06.00 In order to ensure that all supporting elements, anchor and restraints have been
installed and adjusted in accordance with design documentation, the Contractor
shall inspect and log the hanger readings for the hangers associated with the
power cycle piping system as follows:
(a.) After hydrostatic test with the piping in the cold position, with all travel
stops removed, with the pipe completely insulated and in all respect
ready for startup.
(b.) After steam blowing, in case steam blowing is applicable for the line.
(c.) Piping in hot position, with the unit operating at rated parameters
(d.) Piping in hot position (rated parameter condition) after six (6) months of
operation
3.07.00 At the time of each inspection as mentioned at 3.06.00 above, the Contractor will
determine the necessity for revision, adjustment or replacement of pipe
supporting elements, restraints and anchors. Any changes proposed shall be
subject to the concurrence of the Employer. The changes shall be incorporated
by the Bidder after Employer's concurrence. A written record shall be furnished to
the Employer.
3.08.00 Design and engineering of all temporary piping systems that are required for the
pre-commissioning/commissioning activities of power cycle piping system in TG
contractor’s scope, unless specifically excluded.
3.09.00 Certified copies of test reports for all tests and examinations specified in the
specification and for the mandatory test and analysis required by ASME/ ASTM
material specification, for the materials used for piping, shall be furnished to
Employer.
3.10.00 Drawings, data and design calculations as specified in this Sub-section and
elsewhere in the specification shall be furnished by the Contractor to the
Employer for review.
3.11.00 Cleaning including chemical cleaning of all systems as specified herein and
installation of temporary pipe work for the same.
3.13.00 Steam blowing of all piping systems as specified elsewhere in the technical
specifications including temporary pipe work, providing temporary closures on
piping systems etc. as required.
3.14.00 Making interface connections (i.e. edge preparation, welding, pre & post welding
heat treatment, stress relieving of the weld joint etc.) , as applicable, for the
piping systems in TG package contractor’s scope (including Feed water
discharge & RH spray piping) at Terminal points with valves/equipment/Piping
etc. supplied by employer/others. However, in such case where dissimilar
material (A106 Gr.C Vs 15NiCuMoNb5/A335 Grade P36) welding is to be made
at terminal points of feed water discharge/ reheater attemperation piping with
others/employer, then making the dissimilar material interface jointing/connection
shall be in the scope of the package contractor using 15NiCuMoNb5/ASTM A335
Grade P36.
3.17.00 Performing all tests and implementing all quality control procedures as specified
herein including provision of testing equipment, stress relieving equipment,
radiography equipment and any other equipment necessary to meet the
requirements of the specification.
3.18.00 Apart from carrying out chemical cleaning, the work shall include disposal of
water, clean up, reinstatement of the cleaned piping system, dismantling and
removal all temporary piping, equipment and materials from site.
3.19.00 Providing complete interface engineering with the suppliers of other equipment &
piping with which the piping systems in contractor’s scope is to be connected or
have interface in any other way.
The Contractor shall carryout stress analysis of piping system and submits for
Employer’s approval with following inputs.
(a.) A write-up on the stress analysis including codes used and design conditions
considered.
(b.) A copy of the computer printout for input data for the various design conditions
considered for stress analysis along with the stress diagram (piping isometric
marked with node points marked.)
(d.) Allowable and calculated code stresses at various node points in the piping for
the design conditions considered based on code requirements for analysis.
(e.) Analysis results giving calculated forces and moments and movements at
various hanger/support/restraint/anchor points from the static analysis
corresponding to various thermal / operating conditions, sustained load case,
hydro load case (other than water lines) and occasional loads ,as applicable,
for each piping system analyzed.
(f.) For performing stress analysis & dynamic analysis of MS, HRH, CRH, HP & LP
Bypass piping systems by SG contractor, all required inputs (including
isometric drawings. for the part of these piping systems in TG bidder’s scope,
relevant GA drawings, valve opening closing time, weight of valves, allowable
forces & moments, cold to hot movements etc.) shall be furnished by TG
package contractor during detail engineering as per mutually agreed schedule.
(h.) TG package contractor shall provide an anchor on the Reheater spray piping
(in TG scope) near the terminal point (between TG & SG scope of Reheater
spray piping). The anchor shall be provided taking support from C row columns
on either side of Condenser Centre line. TG vendor shall perform the Stress
Analysis for complete Reheater spray piping in TG scope up to the terminal
point/anchor point (under TG scope). The TG contractor shall design the
anchor considering the forces & moments for the Reheater spray piping
imposed from either side of the anchor (i.e. from Reheater spray under TG
scope as well as that under SG scope). The values of forces & moments from
SG scope of Reheater spray piping shall be furnished by SG contractor to TG
contractor during detail engineering, after the terminal point/anchor point exact
location is finalized by TG contractor.
1.01.00 General
(a.) All the piping systems and equipment supplied shall be designed to operate without
replacement and with normal maintenance for a plant life of not less than twenty five (25)
years and shall withstand the operating parameter fluctuations and cycling which can be
normally expected during this period.
(b.) The design, Engineering, fabrication, erection, testing & commissioning etc. of the
complete piping systems shall be to the requirements of power piping code ASME B
31.1 (latest edition). In addition to this, requirements as laid down in Indian Boiler
Regulations (latest edition) shall also be met completely for piping systems under the
purview of IBR.
(a.) Inside diameters of piping shall first be calculated for the flow requirement of various
systems. The velocity limits for calculating the inside diameters are listed below.
Main steam piping 76 M/sec
Hot reheat piping 76 M/sec
LP bypass downstream 100 M/sec
Feed Water Suction (up to BFP suction) 2.0-3.5 M/sec
Boiler Feed water pump Discharge 4.0-6.0 M/sec.
Extraction steam (Super heated) 60 M/sec
Extraction steam (saturated) 30 M/sec
Condensate suction 1.5 M/sec
Condensate discharge 3.0-5.0 M/sec
Auxiliary steam 60 M/sec
BFP-T Exhaust Piping 60- 120 m /sec
Other piping As per good engg.
Practice
(b.) Inside diameters thus calculated for various piping systems shall be checked for the
allowable pressure drop as per the HBDs.
(c.) Design parameters shall be selected based on the provisions of latest editions of ASME
B31.1 and IBR 1950. Pipe shall be sized for the worst (i.e. maximum flow, temperature
and pressure values) operating conditions for each system considering the maximum
occasional pressure and temperature variations expected in each system during its
service. In case of BFP suction sizing, “transient analysis” shall be carried out for
optimum sizing of the system in order to establish the pipe inside diameter for minimum
pressure drop in system to match with the pump NPSH requirement under worst
operating conditions. Further, notwithstanding anything contained in these codes,
standard & regulations, following specific requirements shall also be met.
(d.) The design pressure for BFP discharge piping up to and including first isolation valve
downstream of feed water regulating station (FRS) shall be selected such that the
minimum calculated thickness for various pipes at design temperature is sufficient for
the following conditions, considering allowable stresses as per ASME B31.1.
(i) Discharge Pressure corresponding to Turbine driven BFP trip speed at shut off
head flow condition, If TDBFP characteristics is governing for calculation of
boiler feed discharge piping design pressure.
(ii) Discharge pressure corresponding to Motor driven BFP trip speed (frequency
51.5Hz) at shut off head flow condition If MDBFP characteristics is governing
for calculation of boiler feed discharge piping design pressure.
(e.) The design pressure of complete feed water discharge piping system downstream FRS
first isolation valve shall not be less than maximum of the following:
(i) 1.05 times the maximum operating pressure (including BMCR condition) at BFP
discharge.
(ii) Pressure required at BFP discharge under lowest spring loaded safety valve on
boiler separator blowing condition.
(iii) Design pressure as required by IBR / ASME.
Piping system shall be of carbon steel for design temperature up to 400 deg. C and alloy steel
for design temperature above 400 deg. C.
1. Thickness calculation shall be made on the basis of procedure and formula given
in ANSI/ASME B 31.1. Thickness thus calculated shall then be checked based on
the procedure and formula given in IBR. Then, based on the higher value of the
two calculations (after adding manufacturing tolerance), the next heavier
commercial wall thickness shall then be selected from thickness schedules (eg.
sch.40, sch.80, etc.) as contained in ASME B36.10 for OD controlled pipes and
from manufacturer’s schedules for ID controlled pipes.
However, in such cases where the calculated thickness for OD controlled pipe falls
beyond the thickness corresponding to the listed schedule nos. as given in ANSI
B36.10 for the pipe size, both ID and OD controlled pipes to manufacturer’s
schedules are acceptable.
2. OD controlled pipes shall be to the dimensional standards ANSI B36.10 for carbon
& alloy steels pipes and ANSI B36.19 for stainless steel pipes.
3. To account for losses due to corrosion, erosion etc. during the plant service life, an
allowance of 1.6 mm/0.75mm shall be considered in the minimum wall thickness
calculation of pipes as per ASME B31.1/IBR respectively.
4. The design pressure and temperature, down-stream of any pressure reducing
valve up to and including the first block valve shall be the same as that at up-stream
of pressure reducing valve.
5. The piping at Downstream of de-super heater, for the spray mixing length, shall be
of alloy steel material. The minimum straight length of piping to be considered at
downstream of de-super heater for spray mixing shall not be less than the length
required for proper mixing & evaporation of spray water as recommended by
respective de-super heater manufacture. First bend downstream of any de-super
heater shall be provided only after de-super heater manufacturer’s recommended
minimum required straight pipe length for proper mixing of spray water with steam.
6. The selected piping for the spray mixing length at downstream of desuperheater /
LP Bypass valves shall be checked (as per Clause 102.2.4 of ASME B 31.1) to
meet the design requirement corresponding to the temperature derived from the
equivalent enthalpy method between upstream and downstream of the de-super
heater valves.
7. Complete boiler feed pump recirculation piping up-to last block valve (downstream
of re-circulation control valve) shall be designed for full pump shut-off head.
However, if IBR/ASME calls for any provision of safety valve at the downstream of
last isolation valve on recirculation piping, then the same shall be provided by
bidder.
8. However, in no case, the selected pipe thickness shall be less than (a) Sch XS for
LP Bypass downstream piping (b) Sch.80 for alloy steel & carbon steel pipes of
sizes 50 NB & below and (c) Sch. 40S of ANSI B 36.19 for Stainless steel piping.
Further, for the piping systems likely to be subjected to two phase flow, i.e.
downstream of control valves on heater drain lines etc., the selected thickness shall
not be less than the Sch XS or one schedule higher than the calculated thickness,
whichever is higher.
1.05.00 Layout
(a.) All high points in piping system shall be provided with vents. All low points shall be
provided with drains. Provisions of drains on steam piping shall be as per ASME code
TDP-1. Drain lines shall be adequately sized so as to clear condensate in the line and
prevent water hammer and damage to turbine due to water induction. However, in no
case the min. ID of drain pipe selected shall be less than 19mm. All piping shall be sloped
towards the system low point such that slope is maintained in both hot and cold condition.
(b.) All drain, vent, air release, sampling and instrument root lines in piping system with
design pressure 40 Kg/cm2 (g) and above or with temperature above 350 deg.C or with
vacuum service shall be provided with two (2) valves in series (i.e. double valved).
(c.) The pipe routing shall be such that clear headroom of not less than 2.1 meters above
the walkways/working area is available. The contractor shall ensure correct orientation
of and easy access to valves and instruments etc. and sufficient clearance for removal
and maintenance of the same. The piping shall not encroach on withdrawal space of
various equipment and walking space.
(d.) Wherever there is possibility of ingress of rainwater through floor/ceiling opening at
points where any pipe passes through floor/ceiling suitable weather protection hood shall
be provided.
(a.) Flexibility and stress analysis for various piping systems shall be carried out by the
contractor as per the requirement of ASME B31.1. Analysis results shall satisfy the
following.
(1.) Calculated stresses in the piping system shall be within the allowable limits stipulated
in ASME B 31.1 as well as in IBR for piping under the purview of IBR.
(2.) Calculated forces and moments on equipment nozzles/TP are not more than the
allowable loading provided by respective equipment manufacturer(s)/contractors.
Flexibility analysis also calculates the deflections in all directions (translational and
rotational) to enable design and selection of hanger/support system.
(b.) Cold pulling is not permitted. The contractor shall so design the piping systems that there
will be no requirement of cold pull for meeting allowable reaction/stress values.
All hangers and supports shall be erected such that vertical angulation in hot condition (rated
parameters) shall not exceed the limits as specified in MSSP-58. However, in piping system
connected to the rotating equipment nozzles, it may be required to design and erect the
hangers/supports in the piping near the equipment nozzle as per the
requirements/recommendations, if any, of rotating equipment manufacturer(s).
(a.) Thermal insulation shall be provided mainly for the following reasons.
(1.) Conservation of heat and maintenance of temperature as per design cycle.
(2.) Personnel protection.
(b.) Design for personnel protection
For the piping and the equipment with surface operating temperature of 60 deg. C and above,
the personnel protection insulation shall be applied such that the temperature of protective
cladding shall not exceed 60 deg. C
(c.) For First Layer, Ceramic Fiber insulation is to be used in following circumstances :
(d.) The Contractor shall prepare an insulation thickness schedule covering both the cases
of heat conservation and personnel protection based on the following design data.
Note : Thickness of Ceramic fiber and LBM is to be calculated layer wise considering first layer
of ceramic fiber insulation thickness as per clause 1.08.00 ( c ) followed by mineral wool/LBM
of appropriate thickness to reach cladding surface temperature 60 deg. C or less)
(a.) The flash tanks shall be adequately sized to take care of the total drains in the complete
power cycle piping system. There shall be sufficient margin to accommodate the
possible variation in drain quantities as well as flash steam. Flash tanks shall be
designed as per the requirement of ASME Boiler and Pressure Vessels (B&PV) codes,
& ANSI standard. The contractor shall submit design calculation for flash tanks and basis
of design parameter selection for Employer’s review.
(b.) However the minimum design pressure and temperature for the flash tanks shall be 3.5
Kg/cm2 (g) and 210 deg. C respectively. Flash tanks shall also be designed for full
vacuum condition.
(c.) Corrosion allowance of 3.0 mm shall be added to the design thickness of the shell and
head of the vessels. The minimum thickness of the vessels including corrosion
allowance shall not be less than 8 mm.
(d.) The flash tanks and manifolds shall be designed to take care of the impact forces due to
incoming drains and possible erosion that may arising out of flashing.
(e.) In case the spray is in manifold, the material for the flash tank manifolds shall conform
to ASTM A335 Gr. P22 or better and its thickness shall not be less than SCH 100 of
ANSI B36.10 irrespective of temperature of the fluid handled
(f.) The temperature in the flash tanks shall be maintained by using condensate/Feed water
spray, as the case may be and in whichever case applicable. The spray shall be
automatically controlled. However, for flash tanks open to atmosphere continuous spray
through an orifice shall also be acceptable.
2.01.00 Manufacturing tolerances on pipe diameter (for both ID and OD controlled pipes) and
thickness shall be as per ASTM A-530/ A999M, as applicable.
2.02.00 Bend thinning allowance shall be provided for all bends as per the recommendations of
ASME B 31.1. The finished bends wall thickness at any point of the bend shall not be less
than the calculated minimum straight pipe wall thickness.
2.03.00 Steel pipes, fittings & valves shall in general be provided with butt welding ends as per ANSI
B 16.25. for sizes 65NB & above and socket welding ends as per ANSI B 16.11 for 50 NB
& below. However, butt weld joints in 25 NB / 40 NB / 50 NB piping is also acceptable
provided root run (with TIG welding) is followed for the butt joints. However, in certain cases
edge preparations on pipe welding end may be required to be done to match equipment
terminals, valves, specialties, connection to flanges etc.
2.04.00 All stubs welded to the pipe including welded thermo wells and instrument source tapings
shall be installed on the pipe prior to stress relieving.
2.05.00 Instrument tubing up to and including the root valves and all line drains & vents shall be
generally of the same pipe material as that of the main pipe on which they are located
unless & until specified otherwise elsewhere.
2.06.00 Wherever ASTMA 106 Gr. B/Gr. C or A - 105 material are used the maximum carbon
content shall be limited to 0.30% (Max.).
2.07.00 Wherever mitered bends are used the thickness of pipe from which they are fabricated shall
conform to the requirements of Regulations 361 (C) of IBR. The angle between axes of
adjoining pipe sections shall not exceed 22.5 deg.
2.08.00 Non-destructive examinations for butt welds of NPS over 50 mm and for welded branch
connections of branch size over 100 mm NPS shall be as specified elsewhere. For smaller
sizes the mandatory minimum requirements shall be as per Table 136.4 of ANSI B 31.1 for
non IBR piping and for piping under the purview of IBR, the mandatory minimum
requirements shall be as per Regulation 360 of IBR or table 136.4 of ANSI B 31.1,
whichever is more stringent.
3.01.00 For all globe and check valves, the direction of flow shall be clearly stamped on the body of
the valve.
3.02.00 All globe valves shall be capable of being closed against the design pressure.
3.03.00 Where globe valve has been specified for regulation purpose, the disc shall be tapered plug
type and suitable for controlling throughout its lift.
3.04.00 All gate and globe valves shall have bonnet-back seating arrangement.
3.05.00 Check valves shall have full floating and accurately guided discs.
3.06.00 All gate, globe and check valves shall be designed for reconditioning seating surfaces and
replacement of stem and disc without removing the valve body from the line.
3.07.00 Hand wheels for all the valves shall close the valve in clockwise direction when viewing
from the top. All hand wheels shall be clearly marked indicating the direction of
opening/closing.
3.08.00 Manual gear operators shall be provided to open/close the valve against the maximum
differential pressure across the valve such that the effort required to operate the valve does
not exceed 35 kgf.
3.09.00 Valves of 65 mm NB & above with rising stem shall be provided with position indicator/
visual indication either through plastic stem covers or through metallic stem covers. All gate,
and globe valves of size 50 mm and below in vacuum service shall have extra deep gland
packing without requiring water gland sealing. All gate and globe valves of size 65 mm NB
and above in vacuum services shall have adequately deep gland packing and shall be
equipped with lantern rings to admit pressurized water for gland sealing.
3.10.00 Where floors and extension spindle arrangements is required for valves, the height of floor
stand shall be about one meter from the floor/platform. The floor stand shall be sturdy
construction with column, nut plate and hand wheel made of the cast iron conforming to
material ASTM-A-126 Grade B. Suitable thrust bearing shall be provided/between the hand
wheel and floor stand. The connection of the extension spindle to the valve stem shall be
through a flexible coupling and shall be designed to permit valve thermal movements.
Necessary nuts, bolts etc. for mounting the floor stand on platform shall be provided.
3.11.00 All valves shall be provided with proper name plates indicating complete information about
the valves.
(a.) The requirement of integral bypass valves shown in P&IDs, is the minimum required.
The final requirement shall be worked out, as per process requirement, during detailed
engineering.
(b.) If integral bypass valve selected is of size 50 mm NB and below, then gate or globe type
of forged construction with socket weld end as per ANSI B-16.11 shall be provided. For
integral bypass valves of size 65 mm NB and above, both forged and cast steel gate
valves with butt weld ends as per ANSI B 16.25 are acceptable.
(c.) Bypass pipe shall be of seamless construction and thickness corresponding to minimum
of schedule 80 and shall be of the same material class as the main pipe.
(d.) Integral bypass shall be motor operated if main valve is motor operated.
5.01.00 Piping system fabrication shall be in accordance with the requirement of ANSI B 31.1.
However for system under purview of IBR, the requirements of IBR, shall also be complied
with. All dissimilar material piping connections shall be subjected to the acceptance and
approval of the Employer. Complete document shall be submitted by the contractor in
addition to the fulfillment of IBR requirement.
5.02.00 Where welded pipe and fittings are used the longitudinal weld seams of adjoining sections
shall be staggered by 90 deg.
5.03.00 Access holes for radiography at shop for piping requiring 100% radiography shall be
provided only if the area to be radio graphed is not accessible from pipe ends. Access holes
for field radiography shall be provided.
5.05.00 Branch connections shall conform to the requirements of ASME B 31.1. All branch
connection welds shall be full penetration welds, except as permitted by ASME B31.1/IBR.
5.06.00 All materials that are bent, forged or formed shall be subject to heat treatment after the
forming operations as required by the original material specification. For alloy steel
materials the preferred heat treatment process is full annealing.
(a.) All fabricated piping shall be cleaned as per relevant SSPC cleaning technique/practice
such that both inside and outside surfaces of the piping are free of sand, loosely adhering
scale, dirt and other foreign matters.
(b.) After cleaning outside surface shall be coated with enamel or other protective paint. The
weld end preparation shall be coated with Deoxyaluminate paint and protected
adequately. Use of grease or oil, other than light grade mineral oil is not allowed.
(c.) After descaling, the pipe shall be protected by applying internally with a water-soluble
preservative.
(d.) Following cleaning and preservation, the fabricated sections shall be covered, boxed,
capped, or others shielded from further contamination or corrosion.
5.08.00 MARKING
5.08.01 All piping shall be marked clearly and legibly at the shop with its identifying pipeline description
and piece no. as per the appropriate component or spool piece fabrication drawing.
5.08.02 Marking shall be by any method which does not produce sharp discontinuities and the marking
does not get erased until the piping is erected. Piping 6 mm and thicker may be marked by
stamping using round nose or dot interrupted die stamps with minimum nose radius of 0.8 mm.
5.08.03 Items too small to be marked shall have metal tags securely attached to each bundle or
container of such items such that it does not get erased until the item has been erected.
6.01.00 Where control valves, flow nozzles, orifices and other piping appurtenances are to be
installed, they shall be installed only after steam blowing and chemical cleaning operation.
After the completion of the steam blowing/chemical cleaning the contractor shall cut spool
pieces of required length and install the components
6.02.00 Field run piping shall be erected only after completion of erection of all other piping system,
structures and equipment unless otherwise approved/directed by the Employer.
6.03.00 When ‘C’ clamps are tack welded to the pipe for the purpose of alignments of a joint,
preheating for the tack welding shall be performed if the main joint adjacent to it to be
preheated as per the requirements of this specification, otherwise preheating for the tack
weld may be omitted. After the joint is completed, all tack welds shall be removed, flushed
with the adjacent surface of pipe by chipping and/or grinding. The areas where ‘c’ clamps
were attached shall be subjected to stress relieving as required.
6.04.00 The hydrostatic testing of the piping system shall be done after proper installation of all
permanent hangers/supports. Spring hangers shall be locked during hydrostatic test. Prior
to steam blowing all hangers which had been locked for the hydrostatic testing shall be
unlocked.
6.05.00 The setting and logging of all supports, restraints/limit stop, spring hangers, etc. is the
responsibility of the contractor. The initial setting on all hangers and supports and clearance
on restraints and limit stops shall correspond to the design cold values. The Contractor
shall check all readings after completion of erection of piping system and application of
insulation and carry out readjustment as necessary to be in line with the design cold values.
After satisfactory setting of all hangers/restraints, hanger readings/clearances shall be
logged by the contractor in proper format and a joint protocol be made.
6.06.00 The contractor shall monitor the behavior of all hangers, supports, restraints etc. during the
initial stages of plant operation. When the piping system(s) have attained their rated
temperature the contractor shall log, hanger readings, snubber deflections, restraints/limits
stop clearances, as specified elsewhere.
6.07.00 All gaskets shall be asbestos free material and suitable for the service application.
B. Fittings
a) Material for ASTM A182 Gr. F92 or Equivalent ASTM A234 Gr. WPB with A 106 Gr.
65 NB & B piping and ASTM A234 Gr. WPC
Above ASTM A234 GR. WP91 for A106 Gr. C piping
ASTM A234GR. WP22
And
OR
15NiCuMoNb5 (EN 1.6368) / ASTM
ASTM A234GR. WP11 A335 Grade P36/ ASTM A234 Gr.
WPC for alternate BFD pipe material
[ See Note below ] [ See Note below ]
b) Material for ASTM A182 Gr. F92 or equivalent ASTM A105
50 NB and ASTM A182 Gr. F91
Below ASTM A182 Gr. F22 or
ASTM A182 Gr. F11
See note below See note below
c) Basic ANSI B16.9, ANSI B16.9,
standards ANSI B16.11 ANSI B16.11
ANSI B 16.25 & ANSI B 16.25 &
ANSI B 16.28 ANSI B 16.28
d) Construction Seamless Seamless
(Forged for 50 NB & below) (Forged for 50 NB & below)
See note below
e) Rating/Wall/ To match with that of pipe To match with that of pipe
Thickness
C. WELDING
Backing Rings Not permitted Not permitted
D.MATERIAL ANALYSIS
Product Analysis (Option 3), Wall thickness measurement away from tube
end (Option 15), NDT for the detection of transverse imperfection (option
8) and laminar imperfection (option 9) as indicated in EN 10216-2 and
tensile test at room temperature to be done per heat as an additional test.
1. Supplementary tests S1, S2, S3 and S4 as per ASTM A 335 will be done.
However quantum of tests shall be at least 5% of the pipes per heat or Minimum
2 pipes per heat from one end / both end of the pipe as specified in ASTM A335.
2. Supplementary requirement S5: Certificate of conformity “COC” from pipe
supplier for microstructure and delta ferrite (to be maintained within 3%max.
when measured as per VD TUV 1272).
3. Chemical Composition: For ASTM A335 P92 Nickel and Copper shall be limited
to Ni – 0.3% max. and Cu – 0.25% max., respectively, while complying the
percentage of other elements in P-92 within the prescribed limits as indicated in
the applicable codes/standards for piping (pipes/fittings/components/valves etc.).
c) If ASTM A335 P92 is offered/ used by the bidder/ contractor for piping (pipes,
fittings, components, valves, etc.), maximum allowable stress values to be
considered for calculating the thickness of piping (pipe, fittings, components, valve
etc.) will be reduced by 10% w.r.t allowable stress value indicated in code case
(ASME-B-31.1) for P-92. Similarly, if any proven material equivalent to ASTM-A-
335-P92 is used, the maximum allowable stress to be considered for calculating the
thickness of piping (pipe, fittings, components, valves etc.) will be reduced by 10%
w.r.t allowable stress value indicated in the standard/code of that equivalent
material.
2. LP Bypass downstream piping shall be of ASTM A335 P91/ ASTM A691 Gr.91 or ASTM
A335 P22 /ASTM A691 Gr. 2¼Cr. CL-21/22 and fittings shall be ASTM A234 Gr.
WP22/WP91, depending on design temperature. The fittings shall correspond to ASTM
A234 with Grade corresponding to the pipe material. Single seam welded construction
fittings are also acceptable with A691 piping. However all requirements as per ASME
B31.1 including the requirements given in mandatory appendix-D, IBR & respective
material code shall be fully complied with, in respect of welded fittings.
4. EFW Pipes as per ASTM A672 Gr.B60 CL-12/21/22 are acceptable for carbon steel
piping of sizes 500Nb & above if the design pressure and design temperature are such
that it calls for pressure rating of ASME 300 class or below except CEP discharge Piping.
However, in such cases where the main piping is of seamless construction, all
branch/tap-off from it shall also be of seamless construction irrespective of the pipe size.
The fittings of A672 piping shall correspond to ASTM A234 with Grade corresponding to
the pipe material. Single seam welded construction fittings are also acceptable with A672
piping. However all requirements as per ASME B31.1 including the requirements given
in mandatory appendix-D, IBR & respective material code shall be fully complied with, in
respect of welded fittings.
5. EFW pipes as per ASTM A691 Gr.2¼ Cr. CL-21/22 are acceptable for alloy steel piping
(upto design temperature 545 degree ) of sizes 500NB & above if the design pressure
and design temperature are such that it calls for pressure rating of ASME 300 class or
below. However, in such cases where the main piping is of seamless construction, all
branch/tap-off from it shall also be of seamless construction irrespective of the pipe size.
The fittings of A691 shall correspond to ASTM A234 with Grade corresponding to the
pipe material. Single seam welded construction fittings are also acceptable with A691
piping. However all requirements as per ASME B31.1 including the requirements given
in mandatory appendix-D, IBR & respective material code shall be fully complied with, in
respect of welded fittings.
6. Materials used for pipe fittings, specialties and valves shall be corresponding to pipe
material, unless specified otherwise.
a) Material for stubs, laterals, Boss etc. which are to be welded on to the main pipe
(15NiCuMoNb5 (EN 1.6368)/ ASTM A335 Grade P36) shall corresponds to
either the pipe material or ASTM A105.
c) Maximum permissible operating temperature for the material shall not exceed 310
deg. C.
(Refer Note-3)
B Stem 13% chrome steel ASTM-A-182 Gr.F6a / ASTM 182
ASTM A 564 Type 630 H 1150 D / ASTM A F316/F304
565 GR 616 / ASTM A 565 GR 660 / A479
Type 410 / A479 Type 431/ A479 Type XM-19
/ 16Cr-Ni-Mo (Ohtaron) or better
C Hinge pin(for 13% chrome steel ASTM A-182 Gr F6a or ASTM 182
check valves) better F316/F304
D Disc and seat ASTM ASTM ASTM A-217 WC6 ASTM 182
ring A216 Gr. A216 Gr. ASTM A-217 WC9 F316/F304
(heat treated & WCB WCC ASTM A-217 C12A
hardened) Minimum Refer ASTM A182 F92 or
Hardness note equivalent.
250 BHN below)
Refer (Refer Note-3)
note Seating surface hard faced with stellite 350 BHN
below)
E Back seat/ ASTM A 182, Gr. F6a ASTM 182
stem guide 13% Cr. SS with stellite hard facing F316/F304
Bushing
(Refer Note-3)
B Stem 13% chrome steel ASTM-A-182 Gr.F6a/ ASTM 182
ASTM A 564 Type 630 H 1150 D/ ASTM A F316/304
565 GR 616/ ASTM A 565 GR 660/ A479
Type 410 / A479 Type 431/ A479 Type XM-19
or better.
C Disc and ASTM A105 hard ASTM A182 Gr.F22
ASTM 182
seat ring faced with stellite ASTM A 182 Gr
F316/304 hard
minimum hardness F91/F92 or equivalent
faced with stellite
350 HB ASTM A 182 Gr F11
Minimum
/hard faced with
hardness
stellite minimum hard
350 HB
ness 350 HB
(Refer Note-3)
Spindle/Disc 17% Chrome steel or better 17% Chrome steel or better
Disc Seat Stellited Stellited
Body Seat Stellited Stellited
&back seat
Gland Graphite Graphite
Packing
Construction:
Valve type Outside Screw & Yoke Type
Body Forged body with integral /welded bonnet construction for size 50Nb
&Bonnet & below and Cast body with integral /welded bonnet construction for
sizes above 50NB.
Disc type Taper plug or Parabolic type to suit system requirement
End Socket weld end ( ANSI B16.11) for sizes 50 NB & below and
Connection Butt weld end (ANSI B16.25) for sizes above 50 NB. However, butt
weld end (as per ANSI B 16.25) is also acceptable for valves sizes 25
NB / 40 NB / 50 NB on corresponding size of piping having thickness
schedule 80 & above.
Pressure rating To suit the service condition. However, minimum pressure rating shall
be corresponding to ANSI Class 1500
8.04.00 Other Valves (65 mm and above)
S. DESCRIPTION SAFETY VALVE RELIEF BF VALVE
NO. ALLOY STEEL CARBON VALVE
STEEL
1.0 Basic standard ANSI B16.34 AWWA
C-504 / C-516
2.0 Pressure Class 400 lbs& below 75 B and above
3.0 Accumulation 10% (max.) -
4.0 Blow down 5% (max.) 10% to -
15%
5.0 Construction
5.1 General Spring loaded with weld end / Spring Long body, butt
flanged End inlet, pop up type loaded Welded
with
# Refer Note below flanged
inlet &
outlet
5.2 Bonnet Bolted type -
5.3 Seat bushing Renewable type screwed on and held -
in position by pin / WELDED-IN TYPE
BUSHING.
(Refer Note-3)
6.2 Spindle/Shaft Stainless steel ASTM A182
Gr.304
6.3 Disc, nozzle, DISC : A 565-616T / ASTM A182 F316 ASTM A 216 Gr. WCB
seat ring F316L / ASTM A276 Type 316L or
equivalent Seal & O- Ring:
SEAT RING : ASTM A182 F316 / F316L
NOZZLE -EPT/BUNA-N/
Neoprene
ASTM A182 A105 with 17% Cr
for water service
F316 / F316L (hard faced) or better
-EPT/EPDM for
steam service
6.4 Spindle guide 17% chrome steel or monel, heat treated and hardened to
minimum hardness 250 HB
1. Valves of size 65 NB and above shall have butt welded ends as per ANSI B16.25
and Valves 50 NB and below shall have socket weld ends as per ANSI B16.11.
However, butt weld end (as per ANSI B 16.25) is also acceptable for valves sizes
25 NB / 40 NB / 50 NB on corresponding size of piping having thickness schedule
80 & above.
2. Locking arrangement, wherever specified shall be of non-detachable type.
3. Valves shall be tested in accordance to ANSI B 16.34. However, for butterfly
valves, the requirements of AWWA C-504, C516 shall also be met including POD
test (where POD test results of representative valve is not available).
4. All gate and globe valves shall be with outside screw and yoke with rising stem.
However for Valves sizes 2”and below Bidder may provide rising wheel design
valve also.
5. Gate valves below 100 NB shall be solid wedge/flexible wedge type, valves of size
100 NB and above shall be of flexible wedge type. However, for sizes 100 mm NB
and above and with class above 600, parallel slide valves are also acceptable.
6. Specification for valve actuators shall be as indicated in C&I Subsection
7. Stem for all valves shall be heat treated and hardened - minimum, hardness 200
HB and surface finish of 16 RMS or better in area of stem packing.
8. Gland packing for gate and globe valves shall be alloy steel/SS wire reinforced
graphite with stem corrosion inhibitor.
9. All bolts and nuts shall be ASTM A-193 Gr. B 7 and ASTM A-194 Gr. 2H
respectively.
10. Hand wheels for valves shall be of malleable iron / Carbon steel.
11. Minimum differential hardness between seat and other disc material shall be 50
HB in case of 13% chrome hardened with heat treatment of steel.
12. Valve closure test shall be as per ASME B16.34 and MSS-SP-61
13. Safety and Relief valves shall be supplied complete with discharge elbow and drip
pan along with drain.
14. For valves of size 65 NB and above in vacuum service, water gland-sealing
arrangement shall be provided. For valves of size 50 NB and below, deep gland
9.01.00 Design and Manufacture of Hangers/Supports shall conform to ANSI B 31.1, MSS-SP-58
and MSS-SP-89.
9.02.00 Where hanger rod angularity exceeds 4 degrees from cold to hot position (at rated
parameters), the hanger and structural attachments shall be offset in the cold position in
such a manner that the hanger rod shall be within 4 degree in hot position unless otherwise
specified.
9.03.00 The Contractor shall furnish detailed arrangement sketches for each support, restraints,
anchor, etc. The sketches shall include the key plan identification no., bill of quantities,
design load, operating load, spring stiffness, amount of pre-compression, center line
elevation of pipe, spring box position/orientation, etc.
9.04.00 Hangers support tag no. shall be marked on all pipe hangers/supports, restraints and
anchor assemblies. The design loads, hot and/or cold loads shall be stamped on respective
constant and variable springs.
(a.) Each threaded connection and adjustable rod shall be provided with lock nuts.
(b.) Each rod of a double rod hanger support shall be designed for the full hydro test load
coming on the double rod hanger assembly.
(c.) Hanger support rods of less than 10 mm diameter for supporting pipes of 50 Nb and
smaller and less than 12 mm diameter for supporting pipes of 65 mm Nb and larger,
shall not be used.
(d.) Parts of the hanger or support which move relative to the pipes during operation, shall
be connected to the pipe attachments in such a manner that they lie entirely outside the
pipe thermal insulation.
(e.) Attachments to piping shall be as far as possible by clamps. Material for all attachments
welded to pipe shall be of material corresponding to pipe material or approved
equivalent. Further, material of pipe clamps used shall be suitable for the design
temperature of the piping concerned.
(f.) Where axial movement is to be restricted or riser clamps are used, suitable lug stops to
prevent pipe movement shall be designed for welding on to pipe.
(g.) Bolted pipe clamps shall have a minimum thickness of 5 mm for weather protected
locations and 6 mm for locations exposed to weather.
(h.) Beam clamps shall be forged steel equipped with a rod to fix a nut.
(i.) All sliding surfaces of supports and restraints shall have Teflon lining on one surface
coming in contact with stainless steel lining on the other surface.
(j.) All pipes hangers and supports shall be designed to carry the weight of the piping fitting,
thermal insulation, self-weight of the hanger assembly and medium transported or test
medium whichever is heavier. In addition, all rigid rod hangers and variable spring shall
be designed to carry the operation load in hot condition.
(a.) Constant load hangers shall generally be used when vertical displacement exceeds 40
mm or where the supporting effort variation of available variable spring exceeds 25%.
(b.) Constant load hanger shall be of moment-coil-spring counter balanced design or cam &
spring type. Variable spring hangers shall be of helical spring design. Spring hanger/
assembly shall be constructed such that complete release of piping load is impossible in
case of spring misalignment or failure.
(c.) Constant load hanger shall have a minimum field adjustment range of 15% of the load.
The total travel for constant load hangers shall be design travel plus 20% but in no case
shall the difference between total travel and design travel be less than 25 mm. The
supporting effort variation throughout the travel range of constant load hangers shall not
exceed 6%.
(d.) Variable spring hangers shall have supporting effort variation of not more than 25%
throughout the total travel range.
(e.) All springs shall remain under compression throughout their operating regime and never
under tension.
(f.) Spring hangers shall have provision for locking the hangers in any position of the travel.
(g.) Spring hangers shall be adjusted to the cold position before shipment and locked in that
position. The cold and hot position shall be clearly marked on the travel indicator scales.
(h.) All spring hangers shall be locked before performing the hydro test. The locking shall be
removed before the line is placed under operation.
9.07.00 SNUBBERS
a Snubbers shall be designed to allow normal movement of pipe due to thermal expansion
and shall require minimal maintenance.
b The rated load/nominal load of selected snubber shall not be less than 1.25 times of the
maximum calculated load on the Snubber.
c Snubber shall have convenient means for determining rod extension.
d Axes of snubbers/ restraints shall be parallel to the direction of the expected reaction
force in operating condition.
e Construction of snubbers: At least piston & Cylinder (which is in contact with fluid) shall
be made of stainless steel material (SS 304 or better). Non – stainless steel parts of
snubbers exposed to atmosphere shall be provided with proper corrosion protection.
f Supporting Structure of the Snubbers shall be designed to withstand twice the rated load
of the snubber.
(a.) All anchors shall be designed for direct rigid fastening to the structural steel member.
(b.) Anchors, guides and restraints shall be capable of withstanding the forces and moments
due to thermal expansion and dynamic effects.
(a.) All shop tests shall be conducted in accordance with ANSI standards and other
applicable codes/standards.
(b.) Each Constant load hanger shall be tested before delivery to ensure that the variation in
supporting capacity provided through specified range does not exceed 6%.
(c.) Each variable load spring hangers shall be tested before delivery for its spring stiffness.
(d.) Material test and analysis:
All materials shall be furnished in strict accordance with the applicable codes. All sources
of materials shall be disclosed and relevant test certificates giving precise details of
identification of material for the physical and chemical properties shall be submitted to
the Employer/Project Manager.
(e.) All hangers\supports\restraints etc. on piping shall be inspected for the conditions
mentioned elsewhere in the specification and log reports to be submitted to employer for
their review.
10.01.00 Steam traps shall be of inverted bucket/thermo static type with integral or separate Y-type
strainers.
10.03.00 All Y-type strainers shall have stainless steel screen of not more than 20 mesh size. Screen
open area shall be at least four (4) times the pipe cross sectional area.
10.04.00 Strainers shall have screwed blow off connection with removable plug.
10.05.00 All traps and strainers shall have socket weld ends as per ANSI B 16.11 for size 50 mm Nb
and smaller and butt weld ends as per ANSI B 16.25 for sizes 65 mm Nb and larger.
10.06.00 Y-type strainers shall be provided along with each steam trap in case the strainer does not
form an integral part of the trap.
(a.) The insulating material and cladding material shall be as per the tables of material given
in the subsequent clauses.
(b.) All insulating materials, accessories and protective covering shall be non-sulphurous,
incombustible, low chloride content, chemically rot proof, non-hygroscopic and shall be
guaranteed to withstand continuously and without deterioration the maximum
temperature to which they will be subjected under the specification conditions.
(c.) The use of insulation of finishing materials containing asbestos in any form is not
permitted.
(d.) Insulation mattress/section shall be supplied in thickness of 25, 40, 50 and 75 mm.
Insulation of higher thickness shall be made up in multiple layers using mattress/slabs
of thickness specified above. However, if the required thickness is not achieved, the
mattress/slabs in increment of 5mm shall be acceptable. The min. thickness shall not be
less than 25 mm & number of layers shall be min. & the innermost layer shall be thickest.
(a.) Rock/glass wool insulation mattress shall be of long fibered rock or glass processed into
fibrous form bonded with a binder. No Kind of slag wool inclusion is acceptable.
(b.) Calcium silicate pipe insulation shall be composed principally of hydrous calcium silicate
reinforced with mineral fiber, it should be asbestos free.
(c.) All insulation shall conform to the quality requirements laid down below and test
certificates on samples from the lot to be supplied shall be furnished to employer for
approval.
(d.) Ceramic Fiber insulation shall be of high purity Alumina-silicate materials. Ceramic Fiber
is produced by melting these products in an electric arc furnace, a stream is poured and
cooled to form the fiber strands.
The Contractor shall also provide other accessories such as ceramic boards, sealants and
washers as required.
11.04.00 Installation
(a.) All surface to be insulated shall be cleaned of all foreign materials such as dirt, grease,
rust etc. and shall be dry before the application of insulation.
(b.) Before applying the insulation the contractor shall check that all instrument tapings,
clamps, lugs and other connections on the surface to be insulated have been properly
installed as per the relevant erection drawing.
(c.) All flanged joints shall be insulated only after the final tightening and testing.
(d.) The insulation shall be applied to all surfaces when they are at ambient temp. Ample
provision shall be made for the maximum possible thermal movement and the insulation
shall be applied so as to avoid breaking/telescoping due to alternate periods of
expansion and contraction.
(e.) All cracks, voids and depressions shall be filled with finishing cement, suitable for the
equipment operating temp. so as to form a smooth base for the application of cladding.
Note # 1: For piping system & equipment with operating temp 500 deg. C and above (except Vent and drain Lines). However, for drains & vent lines of operating
temperature 500 Deg. C and above either Lightly resin Bonded mineral (rock) wool or ceramic fiber or combination of ceramic fiber & LRBM of suitable
thickness as per approved calculation can be provided.
KHURJA SUPER THERMAL POWER PROJECT TECHNICAL SPECIFICATION TECHNICAL SUB-SECTION-A9 Page 21 of 32
SECTION – VI, PART-B REQUIREMENTS POW ER CYCLE PIPING
(2X660 MW)
TURBINE GENERATOR AND ASSOCIATED PACKAGES BID DOC. NO.: THDC/RKSH/CC-9915-371
511
51433/2020/PS-PEM-MSX_P
KHURJA SUPER THERMAL POWER PROJECT TECHNICAL SPECIFICATION TECHNICAL SUB-SECTION-A9 Page 22 of 32
SECTION – VI, PART-B REQUIREMENTS POW ER CYCLE PIPING
(2X660 MW)
TURBINE GENERATOR AND ASSOCIATED PACKAGES BID DOC. NO.: THDC/RKSH/CC-9915-371
512
51433/2020/PS-PEM-MSX_P
CLAUSE NO.
TECHNICAL REQUIREMENTS
(a.) All vertical pipes shall be provided with the suitable insulation supports to prevent
collapsing/crushing of insulation due to its self-weight. Support rings shall be provided
on all vertical piping with a difference in elevation of 4 meter or above, and there shall
not be more than 3 meter straight length between support rings.
(b.) Longitudinal joints of insulation mattresses sections of horizontal piping shall be on the
bottom or at the sides of the pipe.
(c.) When more than one layer of insulation mattress/section is required on piping the
circumferential joints on adjacent layers shall be staggered by at least 150 mm and
longitudinal joints shall be staggered by at least 50 mm.
(d.) The mattress type insulation shall be formed to fit the pipe and applied with the mattress
edges drawn together at the longitudinal joints and secured by lacing wire. Pipe section
insulation shall be fitted on pipe using binding wires.
(e.) Where insulation is applied in single layer or multi layers each layer of mattress shall be
backed with hexagonal wire mesh. For pipe sections, the sections shall be held in place
by binding wires without any wire mesh.
(f.) The ends of all wire loops shall be firmly twisted together with pliers, bent over and
carefully pressed into the surface of the insulation. Any gap in the insulation shall be
filled with loose mineral wool or finishing cement.
(g.) Insulation mattress/section ends shall be terminated at a sufficient distance from the
flanges to facilitate removal of bolts.
(h.) The insulation shall be held in place by fastening over with binding wire for insulation
surface with diameter upto and including 550 mm and with metal bends for insulation
surfaces with diameter over 550 mm. The fastening shall be done at intervals of 250 mm
except where specified otherwise. The ends of the binding wires shall be hooked and
embedded in the insulation. The straps shall be mechanically stretched and fastened
with metallic clamping seals of the same materials as the strap.
(i.) Insulation for application on bends and elbows shall be cut into mitered segments,
sufficiently short to form a reasonably smooth internal surface. After the application of
insulation material in place, insulating cement shall be applied as required to obtain a
smooth surface.
(j.) Weather hoods shall be provided for insulated piping passing through floors/walls.
(k.) All pipe attachments coming on horizontal pipes, inclined pipes and bends shall be
insulated along with pipe such that there will be no insulation applied to hanger rod and
the component connecting hanger rod to pipe attachment. All pipe attachments exposed
to weather shall be provided with weather proof.
(l.) Upstream of all drain lines and the lines connected to steam traps, shall be insulated
upto and including first isolating valve for heat conservation. Rest of such lines such as
downstream of the drain valves, traps etc. and other lines such as safety valve
discharges, vents, etc. shall be insulated for personnel protection.
(a.) All valves fittings and specialties shall be insulated with the same type and thickness of
insulation as specified for the connected piping with the special provisions and or
exceptions as given below.
(b.) All valves and flanges shall be provided with removable box type of insulation covered
with box fabricated from aluminum sheets of thickness same as the connected pipe
cladding. Adjoining pipe insulation shall be beveled back to permit removal bolts and
nuts or bands. The portion of the valve which cannot be covered by box type insulation
shall be filled by loose insulating material of packing density at least equal to that of the
insulating material of adjoining pipe. The insulation for valves/flanges shall be applied
after the finishing has been applied over the connected piping. The cladding shall be
applied in such a manner that the bonnet flange can be exposed easily without disturbing
the complete insulation and cladding.
(c.) Expansion joints, metallic or rubber shall not be insulated unless otherwise specifically
indicated.
a The insulation applied to the equipment shall be reinforced with hexagonal wire mesh.
One layer of wire mesh shall be provided on the equipment surface prior to application
of insulation.
c All the surfaces of insulation layers, applied on horizontal cylindrical vessels shall be
securely fastened by bands upto vessel/tank outer diameter of 150 mm and below.
Where vessel/tank outer diameter exceeds 1500 mm, binding wire passing through
insulation clips provided both longitudinally and circumferentially at 500 mm centers
shall be used. Gaps in the insulation shall be filled with loose mineral wool and
finished with finishing cement so as to obtain a smooth surface for the application of
cladding. The contractor shall provide support ribs/lugs on the surface of the
vessel/tank as necessary. The contractor shall obtain the approval of the 'Employer'
and the equipment supplier's field engineering representative before performing any
welding on equipment. Any heat treatment requirement as per recommendation of
equipment supplier shall be performed by the contractor.
e All vertical vessels/tanks shall be provided with support rings/ribs with other necessary
frame work to take up the weight of the insulation prior to HT. The contractor shall
obtain the approval of the 'Employer' and the equipment supplier's field engineering
representative before performing any welding on equipment. Any heat treatment of
vessel/equipment that is required after welding of rings/ribs on the vessel/equipment
shall be as per recommendation of equipment supplier and shall be performed by the
contractor.
f The mattresses shall be held in position by means of 9 SWG steel wire nails, the nails
being 25 mm longer than the thickness of insulation to be applied. After the
mattresses have been placed over the nails, the nails shall be bent and embedded in
the insulation. Alternatively, wire loops may be tack welded at 250 mm centers to
hold the insulation in place
(a.) All insulation shall be protected by means of an outer covering of aluminum sheathing.
All insulation/cladding joints shall be sealed and made effectively weather and
waterproof. All flat surfaces shall be given suitable slope to prevent collection of pools of
water on the cladding surface..
(b.) All longitudinal joints shall have a minimum overlap of 50 mm and shall be located at 45
deg. or more below the horizontal for horizontal equipment. Joints shall be made with
cheese headed self-tapping galvanized steel screws at 150 mm centers.
(c.) All circumferential joints shall have a minimum overlap of 100 mm and shall be held in
position by stainless steel or anodized aluminum bands, stretched and clamped.
(d.) Removable box type cladding for valves and flanges shall be fitted on the connected
pipe cladding, with bands.
(e.) Aluminum cladding shall not come directly into contact with either the equipment surface
or with the supporting arrangement on the equipment surface. To this end, adequate
layers of 3 mm thick ceramic board shall be provided between the cladding and any
supporting arrangement equipment surface, and fitted with self-tapping screws/metal
bands, as applicable.
(f.) For bends, fittings etc. the cladding shall be provided in segments as to ensure a smooth
finish of the cladding.
(g.) For cladding on vertical pipes/equipment, provision for load take up shall be made at
every 2 to 4 meters along pipe/equipment axis.
(h.) All joints shall be sealed with acrylic emulsion weather barrier.
(i.) Galvanic corrosion shall be prevented by carefully avoiding permanent contact of
aluminum cladding with copper, copper alloys, tin, lead, nickel or nickel alloys including
monel metal.
(a.) All tests, as per the applicable material standards and as specified shall be carried out
in accordance with the methods prescribed. Employer shall have the right to witness
any or all of the tests conducted by the contractor at the shop or laboratory.
(b.) The Contractor shall guarantee that if on actual measurement the specified maximum
insulation surface temperatures are exceeded, the contractor shall either replace the
insulation with a superior material or provide additional insulation thickness at no extra
cost.
12.02.0 Cutting/welding/edge preparation and re-welding required for blanking, temporary piping
connection and/or for replacements by spool pieces including reinstallation of
components/piping systems after hydraulic testing shall be the responsibility of contractor.
12.03.0 The water for hydraulic test shall be made alkaline by addition of suitable chemicals. After the
test, high pressure external piping shall be suitably drained and preserved.
12.04.0 All blank flanges/blanks, Caps, removable plugs, temporary valves, pipes & fittings, spools,
blanking inserts/hydraulic kit for stop valves/control valves, other accessories & services etc.
,as applicable, for carrying out hydraulic testing of piping shall be furnished by the Contractor.
The pressurization equipment including water piping as needed for the above test shall also
be furnished by the Contractor. Any defect noticed during the testing shall be rectified and the
unit shall be retested by the Contractor. However, if the hydro test of critical piping (MS, HRH,
CRH) in SG Contractor / employer scope is to be carried out with HPT Stop valve & IPT Stop
valve / CRV / OLV in the as installed position on critical piping, then the TG contractor / valve
supplier to provide hydraulic kit / inserts / blanking plates / valve head, gaskets, bolts & nuts
etc. for the valves to enable the SG contractor / employer to perform the hydro test of critical
piping with these valve in circuit.
12.05.0 In case any piping (in other’s scope) connection to/from the contractor’s scope of piping are
not ready or not erected at the time of hydro testing of contractor’s scope of piping, then the
contractor to provide necessary blanking arrangement as required at these branch connections
/ tap-off locations to complete the hydro testing of his scope of piping.
12.06.0 The hydraulic test shall be considered successful only on certification to that effect
by the concerned inspecting authority as per the provision of the IBR and the Project
Manager.
13.02.00 Before introducing chemicals, all the piping systems and equipment listed above shall be
water flushed. Water flushing will be followed by alkaline cleaning acid cleaning and
passivation.
13.03.00 However, the Bidder shall submit along with the offer his usual procedures and practices
for chemical cleaning of the piping and equipment specified. The Bidder shall submit all
schematics, write up, details of chemicals to be used etc. and detailed procedures he
intends to follow. These schematics and procedures shall be subject to the approval of the
Employer.
Prior to starting any phase of cleaning operation the following procedures shall be
ensured.
A Installation of all temporary piping, valves, pumps and equipments as required for
the flushing and chemical cleaning operations.
B Temporary piping shall be routed at floor level as far as possible and secured in
place to prevent movement/vibration beyond acceptable limits.
E Installation of special end covers and temporary suction strainers, for boiler feed
pumps and condensate pumps. Pump internals shall not be installed.
F Installation of plastic seal in the condenser neck to protect the turbine from alkaline
fumes.
G Blocking and securing of all spring hangers in the steam lines which may be
flooded during the cleaning operation.
H Hand cleaning of the interiors of all vessels which are included in the cleaning
operation.
(b.) Where pipeline terminate in spray headers, these headers shall be inspected after
each phase of the cleaning operation and cleaned if necessary.
(c.) All strainers shall be observed closely during the cleaning operation by reading
differential pressure gauges, and shall be cleaned when the differential pressure
exceeds a predetermined value.
(d.) All high points, vents shall be opened periodically to ensure full system flow.
(e.) Upon completion of each stage of cleaning, the waste products shall be drained
and transferred to the waste treatment basins (required waste water treatment
basin/ neutralization pit shall be provided by bidder in consultation with project
manager). The Contractor shall then supply and add the necessary chemicals to
the basin to neutralize all waste solutions and rinses generated by the cleaning
process, and arrange for its disposal to an area to be indicated by the
Employer/Engineer.
(f.) Strictest safety precautions shall be exercised at all times during the chemical
cleaning and during storage and handling of the chemicals. The Contractor shall
ensure provision of all protective clothing, apparatus and equipment along with
necessary first aid kits as required for handling the chemical and for carrying out
the cleaning operation.
14.01.00 Steam blowing of contractor's scope of piping systems shall be performed by the contractor.
Contractor shall submit their recommended procedure for steam blowing operation of these
piping systems along with scheme/ layout/ drawings giving step by step procedure for
performing steam blowing of each these piping systems to the Employer for their approval.
However, for purposes of bidding, the bidder shall make an estimate based on his experience
for the piping system defined below, taking into consideration all temporary piping,
consumables etc. required
14.02.00 Steam blowing shall include engineering, supply and installation of all temporary piping, valves,
fittings including quick actuating valves (for puffing purposes), supports, blanking plates, blow
tools, valve head/valve blanking cover plate, pipe spools, target plates, devices for protection
of valves/equipment in steam blowing circuit, instruments, controls and all other accessories &
services required to complete the cleaning process as specified herein.
14.03.00 Steam blowing shall also include reinstatement of cleaned piping systems and
dismantling/removal of all temporary piping, equipment and other materials etc. from site. All
temporary piping, valves, equipment and materials shall be taken back by the contractor upon
satisfactory completion of cleaning/steam blowing and shall be removed from the Employer's
premises.
14.04.00 Engineering involved regarding temporary piping shall include the following:
14.05.00 The following piping systems shall be cleaned through steam blowing operation.
Note: In case steam blowing is not performed for cleaning as per standard practice of the
bidder for any of the above-said piping system under bidder’s scope, then TG contractor shall
submit, their recommended cleaning procedure for these piping systems for employer’s
review and approval which are to be mutually discussed & agreed upon during detailed
engineering.
14.06.00 Steam blowing shall be carried out for removal of particles (rust, scales, weld splatter etc.) from
various piping systems to avoid damage to turbine. Cleanliness of system shall be checked by
means of test plates made of steel or as recommended by Turbine / Equipment OEM ( As per
Turbine / Equipment OEM proven practice) which will be installed in the center line of the piping
system.
14.07.00 Cleaning shall be achieved by steam purging i.e. by blowing of steam through the piping such
that the momentum of flow is greater than that of steam flow during normal operation of unit
(at MCR). The disturbance factor during steam blowing (ratio of momentum of flow during
purge to that during MCR) shall be more than 1.0.
14.08.00 The blow off shall be done with steam which is exhausted through adequately sized, open
ended temporary piping. Temporary piping and motor operated valves shall be installed for
steam blowing operation. Piping shall be warmed before release of steam by quick opening of
motor operated valve located on temporary piping. The cycle shall be repeated until steam
from the blow out pipe is determined to be clean.
If erected already flow nozzles and control valves etc. shall be removed and replaced by spool
pieces before steam blowing. The removed flow nozzle and control valves etc. shall be put back
after steam blowing. Installation of thermo wells prior to steam blowing shall be as per
recommendations of respective thermo well supplier or employer.
The motor operated valves used for steam blowing shall have special characteristics like
minimum loss of pressure, resistance to wear during grave working conditions (high velocity
and carryover of water and solid particles), quick opening time, minimum effort on electric
actuator etc.
15.01.00 The flash tanks and accessories shall be designed, manufactured and tested in accordance
with ASME Boiler and pressure vessels (B&PV) codes (latest) and other applicable ANSI
standards referenced in the above codes.
Flash tanks shall be provided into which all recoverable drains from turbine casing, extraction
lines, valves, strainers, main steam, CRH and HRH line drains, cascaded drains from heaters
etc. shall be led. Number of flash tanks shall as per tender drg. Requirement /details of various
flash tanks are given below :
a High pressure (HP) flash tank for accommodating high pressure (above and including
hot reheat design pressure) steam drains and HP heater emergency drains, as
indicated in the tender drawing.
b Low pressure (LP) flash tank for accommodating low pressure (below hot reheat
design pressure) steam drains and LP heater emergency drains as indicated in the
tender drawing.
c Atmospheric flash tank to accommodate alternate drains of steam lines, feed water
safety valve discharge and aux. steam line drains, as indicated in the tender drawing.
d In lieu of the HP & LP flash tanks mentioned above at a) & b) above, bidder may also
offer flash boxes attached to condenser, if it is a standard & proven practice of the
bidder. However, number of flash boxes shall be as indicated in the tender P&ID.
a Flash tanks shall be vertical, cylindrical design and of welded construction with tori
spherical or hemispherical heads.
b Drain/hot water inlet nozzles shall be tangential to the vessel periphery. Suitable vortex
breaker arrangement shall be made at the liquid outlet to the vessel. In case the
contractor finds better alternate arrangement, the same can be submitted for the
Employer acceptance & approval.
c The drain and vent of the flash tanks shall be adequately sized and lead to the condenser.
There shall not be any valve on the drain and vent lines. Loop seal shall be provided on
drain if required.
d A manhole shall be provided on the flash tanks for inspection purpose. It shall be of
diameter 500 mm minimum. The manhole shall be of devit type and shall be provided
with grip.
e The flash tanks shall be located on the ground/mezzanine floor of the powerhouse.
Necessary structural supports including anchor bolts shall be provided. Three (3) support
legs at 120 degree spacing shall be provided on each flash tank. Necessary lifting lugs
for handling by the TG hall EOT crane shall be provided.
f The flash tanks shall be provided with a full length level indicating gauge glass complete
with protective rods, isolation valves and drains. Temperature indicators and temperature
switches shall be provided on the flash tanks.
g The flash tanks shall be provided with access ladders, if required for access to the
instruments, valves, main holes etc.
16.01.00 The expansion joints shall be of metallic multi-bellows construction and shall be used to
reduce the reactions (forces and moments) at the connected equipment terminals due to
thermal expansion/connection and/or vibration of connected equipment and piping.
16.02.00 The design, material, construction, manufacture, inspection, testing and performance of the
expansion joints shall comply with the currently applicable requirement of EJMA, Boiler and
Pressure Vessel Code Section III, ANSI B-31.1 and all statutes, regulations and safety
codes.
(a) Bellows
i The bellow shall be hydraulically or roll formed from perfect cylinders of
single ply / multi ply, 304 grade stainless steel.
ii The number of longitudinal weld seams shall be minimum and there shall
be no circumferential weld seam.
iii Cold formed stainless steel bellows shall not be heat treated.
v Equalizing rings, where required, shall be either from high quality castings
of from fabricated metal.
vii Butt welded expansion joints shall have adequate length of pipe so that site
welding does not impair or reduce the joints efficiency.
(b) Sleeves
i Expansion joints will be furnished with internal sleeves of the same material
as the bellows and installed with sufficient clearance to allow full rated
deflection. The sleeves shall be welded on the flow inlet end of the joint only.
Ii Bellow shall have external sleeves with an arrow indicating the direction of
flow on the outside. The external steel covers provided to protect bellows
from physical damages, shall be suitable for supporting insulation where
necessary and shall be detachable.
Following tests (Type tests) shall be carried out for metallic expansion joints as per the
procedures given in EJMA.
16.04.01 For the purpose of carrying out type tests; metallic bellows shall be grouped based on the
parameters as given below. The bellows conforming to same combination of these parameters
shall constitute one group. Type test shall be carried out on one or more bellows (as required)
for the successful completion of all the type tests specified above.
i. Material of bellow: Based on material of bellow, bellows shall be categorized into three
category namely Carbon steel, stainless steel (E.g. SS304, 316, 321etc.) & High alloy steel
(E.g. Inconel).
ii. Profile of convolutions: Each profile shall be considered as separate category (e.g. U profile,
V profile & Lyra profile etc.).
iii. Dimension of bellows: Based on the size, the categories shall be as under:
Nominal diameter of metallic expansion joint up to and including 800mm NB.
Nominal diameter of metallic expansion joint greater than 800mm NB up to & including
1600 NB.
Nominal diameter of metallic expansion joint greater than 1600mm NB up to &
including 2400 NB.
Each size above 2400mm NB shall be a separate category.
iv. Design pressure: Based on the design pressure, bellows shall be categorized as under:
Design pressure from full vacuum up to 5 kg / sq.cm (g).
Design pressure above 5 kg / sq.cm (g) and up to 10 kg / sq.cm (g) with or without
vacuum.
Other tests for metallic expansion joints shall be carried out as per the approved QP / QA
Section. Further, other terms and conditions for type test shall be as specified elsewhere in the
specification.
The detailed testing requirements for power cycle piping and its components are given in the
subsection for quality assurance(QA) .the requirements pertaining to testing given in this
subsection if in variance with that given in QA subsection, then the more stringent of the two
shall be followed.
18.00.00 PAINTING
Specification for surface preparation/primer/ painting shall be as per Subsection A-7 (surface
preparation & painting).
SUB–SECTION – A-6
1.01.00 The Scope of Low Pressure (LP) piping systems for the following services shall be
as defined in various tender drawings & the sub section pertaining to “Terminal
points and exclusions” and shall include the following systems:
(b.) DM water normal make-up piping (condenser makeup, ECW makeup for ECW
tanks, make up to CPU regeneration plant, make up to condensate storage
tank etc..)
(e.) Equipment Cooling Water (ECW) piping including its chemical dosing system
for primary circuit.
(l.) TG sump pit discharge, CW pit discharge and Atmospheric drain Vessel
discharge piping.
(m.) Drain & vent piping, recirculation piping , Valves, breakdown orifices wherever
required and any other piping system required to make the Low Pressure (LP)
piping systems in the bidder’s scope complete
(n.) Tanks as described elsewhere in the specification for the above systems.
(Including condensate storage tanks etc.).
1.02.00 The scope covers the following for the complete LP piping systems mentioned
above:
The items though not specifically mentioned or indicated here in but are
needed to make the system / equipment complete shall also be furnished
and treated as if included in the specification unless otherwise specifically
excluded.
On the internal surface of all pipes 1000 mm and above, a coat of primer
followed by a hot coat of coal tar enamel paint or coal tar epoxy paint shall be
applied.
Bidder's scope of supply/ work shall include but not be limited to items
such as, Pipes, headers and manifolds, bends, elbows, returns, tees,
laterals, crosses, reducers/ expanders, caps and closures, couplings,
plugs, sleeves, and saddles, stubs and bosses, unions and other similar
fittings, flanges, gaskets, fasteners and sealants, ring joints, backing
rings, all types of valves including drain/ vent/ air release valves, 3-way
valves(where applicable) with test connection for instruments/ manifolds
etc.actuators, specialties, orifices, flow nozzles, etc. as per finalized
single line flow diagrams and layout drawings/ isometric drawings.
Bidder’s scope shall also cover distribution of service air , service water and
potable water to various facilities/buildings ( under contractor scope)
d) Drain funnels, drip pans, moisture traps etc. where ever required shall be
provided.
f) All supporting attachments like plates, saddles, stools, shoes, base plate,
saddle plates, angles, channels, I-beams, trapeze, cantilevers, brackets,
sways, braces, nuts, bolts, cleats, clamps, needed to complete the
erection of piping system covered under this specification.
Anchor bolts, bed & foundation plates, pipe sleeves and Nuts to be
embedded in concrete for piping where ever indicated in the drawing. All
grouting and chipping work (including supply of cement, sand and stone
chips) for equipment foundations, pipe supporting etc.
h) Bidder shall also design, supply, fabricate, erect, set and commission all
hangers, tie-rods, turn-buckles, supports, guides, restraints, anchors, etc.
as required for the, piping system. This includes the provision of all
associated steel work including brackets, cradle supports, duck foots,
channels, angles, etc. It is Bidder's responsibility to estimate these
requirements and include them in their offer price. Whenever, straight run
of the yard pipes are more than 300 meters, flexibility analysis shall be
conducted by the contractor to identify the requirement of loops, type of
supports etc.
j) Bidder shall supply all necessary drains and vents with drain & vent
valves including anti-flash funnels and moisture traps for compressed air
system as required for the safe and effective draining-venting of the
piping systems based on the approved flow scheme / single line diagram.
It is bidder's responsibility to identify the requirements of drains, vents,
and supply the necessary pipe work, fittings, hangers and supports etc.
for the same.
l) Bidder shall erect all instrument impulse piping and fittings from the tap-
off point of the last root valve including the root valve and instruments.
n) The Bidder shall prepare the flow diagrams, detailed dimensional piping
layout/ Isometric/ fabrication/ As built drawings of all the systems along
with Cross sectional drawings, showing all supports and equipment as
required.
All welding consumables like welding electrodes, filler rods and wires;
gases like oxygen, acetylenes, argon, carbon-dioxide, propane, backing
rings etc.
1.04.00 The contractor shall provide Services of erection superintendent and foremen,
fitters and riggers, welders, transport and crane operators and other skilled and
unskilled labour.
The design engineering and providing all temporary pipe work as required for
erection, cleaning, flushing, blowing out, testing and commissioning of the piping
system is the responsibility of the Bidder.
The Bidder's scope shall include design, supply of required structural steel
(except those which are specifically excluded), their fabrication and erection
where ever required.
The Bidder shall include in his offer a complete set of special tools and tackles
required for handling the various equipment / piping system during maintenance.
ii) The bidder shall also identify and satisfy all other statutory code
requirement as may be necessary for the piping systems covered in this
specification.
iii) Certified copies of test reports for all tests and examinations specified in
the specification shall be furnished to the Project Manager. Cost of
meeting all statutory requirements and furnishing the required certificates
shall be deemed included in the proposal price.
1.01.00 All the piping systems and equipment supplied under this package shall be designed to
operate without replacement and with normal maintenance for a plant service life of 30 years,
and shall withstand the operating parameter fluctuations and cycling which can be normally
expected during this period.
1.02.00 For all Low Pressure piping systems covered under this specification, sizing and system
design shall be to the requirements of relevant codes and standard indicated. In addition to
this, requirements of any statutory code as applicable shall also be taken into consideration.
1.03.00 Inside diameters of piping shall be calculated for the flow requirements of various systems.
The velocities for calculating the inside diameters shall be limited to the following:
a) Water Application
Pipe line under gravity flow shall be restricted to a flow velocity of 1 m/sec generally.
Channels under gravity flow shall be sized for a maximum flow velocity of 0.6 m/sec.
WILLIAM & HAZEN formula shall be used for calculating the friction loss in piping
systems with the following "C" value:
For calculating the required pump head for pump selection, at least 10% margin
shall be taken over the pipe friction losses and static head shall be calculated from
the minimum water level of the tank/ sump/ reservoir from which the pumps draw
water.
1.04.00 The pipes shall be sized for the worst (i.e. maximum flow, temp. and pressure values)
operating conditions.
1.05.00 Based on the inside dia. so established, thickness calculation shall be made as per ANSI B
31.1 OD and thickness of pipes shall than be selected as per ANSI B 36.10/IS-1239 Heavy
grade/IS-3589/ASTM-A-53/API-5L/ANSI B 36.19 as the case may be.
1.06.00 Corrosion allowance of 1.6 mm will be added to the calculated thickness being considered
(except stainless steel piping).
1.07.00 Bend thinning allowance/manufacturing allowance etc. shall be as per the requirement of the
design code provision.
1.08.00 High points in piping system shall be provided with vents along with valves as per the system
requirement. Low points shall be provided with drains along with drain valves as per the
system requirement. Drain lines shall be adequately sized so as to clear condensate in the
lines. Material for drain and vent lines shall be compatible with that of the parent pipe
material.
1.09.00 Material of construction for pipes carrying various fluids shall be as specified elsewhere.
1.10.00 Compressed air pipe work shall be adequately drained to prevent internal moisture
accumulation and moisture traps shall be provided at strategic locations in the piping
systems.
1.11.00 Depending upon the size and system pressure, joints in compressed air pipe work shall be
screwed or flanged. The flange shall be welded with the parent pipe at shop and shall be hot
dip galvanized before dispatch to site. Alternatively, the flanges on GI pipes may be screwed-
on flanges also.
1.13.00 Following types of valves shall be used for the system/service indicated.
Water x x x x x
Air x x x x
1.14.0 Recirculation pipes along with valves, breakdown orifices etc. shall be provided for
important pumping systems as indicated in respective process and instrumentation diagrams
(P&IDs). The recirculation pipe shall be sized for minimum 30%design flow of single pump
operation or the recommended flow of the pump manufacturer whichever is higher.
2.01.00 GENERAL
2.02.01 All low pressure piping systems shall be capable of withstanding the maximum pressure in
the corresponding lines at the relevant temperatures. However, the minimum thickness as
specified in the following clauses and or respective codes for pipes and fittings shall be
adhered to. The bidder shall furnish the pipe sizing/ thickness calculation as per the criteria
mentioned above under LP piping equipment sizing criteria of this Technical Specification.
2.02.02 Piping and fittings coming under the purview of IBR shall be designed satisfying the
requirements of IBR as a minimum.
2.02.03 Supporting arrangement of piping systems shall be properly designed for systems where
hydraulic shocks and pressure surges may arise in the system during operation. Bidder
should provide necessary protective arrangement like anchor blocks/anchor bolt etc. for the
safeguard of the piping systems under above mentioned conditions. The requirement will be,
however, worked out by the contractor and he will submit the detailed drawings for
thrust/anchor block to the Employer. External, and internal, attachments to piping shall be
designed so as not to cause flattening of pipes and excessive localized bending stresses.
2.02.04 Bends, loops, off sets, expansion or flexible joints shall be used as required in order to
prevent overstressing the piping system and to provide adequate flexibility. Flexibility
analysis (using software packages such as Caesar-II etc.) shall be carried out for sufficiently
long piping (straight run more than 300M).
2.02.05 Wherever Bidder's piping coming under this specification, terminates at an equipments or
terminal point not included in this specification, the reaction and the thermal movement
imposed by bidder's piping on equipment terminal point shall be within limits to be approved
by the Employer.
2.02.06 The hot lines shall be supported with flexible connections to permit axial and lateral
movements. Flexibility analysis shall be carried out for pipelines which have considerable
straight run as indicated above and necessary loops/ expansion joint etc. shall be provided
as may be necessary depending on layout.
2.02.07 Piping and fittings shall be manufactured by an approved manufacturer of repute. They
should be truly cylindrical of clear internal diameter, of uniform thickness, smooth and strong,
free from dents, cracks and holes and other defects.
2.02.08 For rubber lined ERW pipes, beads shall be removed for pipe size 80 NB and above.
2.02.09 Inspection holes shall be provided at suitable locations for pipes 800 Nb and above as
required for periodic observations and inspection purposes.
2.02.10 At all intersection joints, it is Contractor's responsibility to design and provide suitable
reinforcements as per the applicable codes and standards.
2.02.11 For large size pipes/ducts, at high point and bends/change of direction of flow, air release
valves shall be provided as dictated by the system requirement and operation philosophy &
tripping conditions of pumping system. Sizing criteria for air release valves shall be generally
on the basis of valve size to pipe diameter ratio of 1:8. Requirement shall be decided as per
relevant code.
Transient analysis /surge analysis where ever specified and required shall be conducted in
order to determine the location , number and size of the Air-Release valve on certain long
distance/high volume piping systems, if applicable within the scope of work of the package.
2.03.00 Material
2.03.01 Alternate materials offered by Bidder against those specified. shall either be equal to or
superior to those specified, The responsibility for establishing equality or superiority of the
alternate materials offered rests entirely with the Bidder and any standard code required for
establishing the same shall be in English language.
2.03.02 No extra credit would be given to offers containing materials superior to those specified.
Likewise no extra credit would be given to offers containing pipe thickness more than
specified.
2.03.03 All materials shall be new and procured directly from the manufacturers. Materials procured
from traders or stockists are not acceptable.
2.03.04 All materials shall be certified by proper material test certificates. All material test certificates
shall carry proper heat number or other acceptable references to enable identification of the
certificate that certifies the material.
2.03.05 Material of construction for pipes carrying various fluids shall be as follows:
2.03.06 In water lines, pipes upto 150mm Nb shall conform to ANSI B36.10/ASTM-A-53, Type-E Gr.B
/IS:1239 Gr. Heavy and minimum selected thickness shall not be less than IS:1239 Grade
Heavy except for demineralised water, drinking water and condensate spill lines.
2.03.08 In demineralised water service, the pipes upto 50 Nb shall be of stainless steel ASTM A 312,
Gr. 304 sch. 40 Seamless. The size for these pipes shall be to ANSI B 36.19. These shall be
socket welded. The material for pipe from 65mm NB upto and including 400 NB shall be to
ASTM A 312, Gr. 304 (welded). In no case the thickness of fittings shall be less than parent
pipe thickness.
Bidder/Contractor shall note that pipes offered as per a particular code shall conform to that
code in all respects i.e. Dimension, tolerances, manufacturing methods, material, heat
treatment, testing requirements, etc. unless otherwise mentioned elsewhere in the
specification.
2.03.09 Instrument air, Plant (service) air lines and Drinking water lines shall be to ASTM A 53 type E
grade B/ANSI B 36. 10/IS 3589, Gr. 410 / IS: 1239 Heavy (in case thickness calculated is
more than gr. Heavy, ANSI B 36.10 Schedule numbers shall be followed) and galvanized to
IS 4736 or any equivalent internationally reputed standard. The material of the pipes shall be
to ASTM A 53 type 'E' Gr. B / IS: 3589, Gr. 410 / IS: 1239 Gr. Heavy. The fittings shall be of
either same as parent material or malleable iron to IS-1879 (galvanized).
2.03.10 Spiral welded pipes as per API-5L/IS-3589 are also acceptable for pipe of size above 150
NB. However minimum thickness of the pipes shall be as elaborated in above clauses.
2.03.11 Condensate lines shall be to ASTM A 106 Gr. B and dimension to ANSI B 36.10 schedule
"standard" as minimum to be maintained.
2.03.12 If carbon steel plates of thickness more than 12 mm are used for manufacture of pipes,
fittings and other appurtenances, then the same shall be control-cooled or normalized as the
case may be following the guidelines of the governing code.
2.04.01 Pipe lines of NB 50 size and below are regarded as field run piping. It is Bidder's
responsibility to plan suitable layouts for these system insitu. Bidder shall prepare drawings
indicating the layout of field run pipe work. These drawings shall be approved by Project
Manager to the installation of the field run pipe work. Based on these approved layouts the
Bidder shall prepare the BOQ of field run-pipes and submit to Employer for approval.
2.05.01 Suitable slope shall be provided for all pipelines towards drain points. It is Bidder
responsibility to identify the requirements of drains and vents, and supply the necessary pipe
work, valves, fittings, hangers and supports etc. As per the system requirement low points in
the pipelines shall be provided with suitable draining arrangement and high points shall be
provided with vent connections where air or gas pockets may occur. Vent for use during
hydrostatic test shall be plugged after the completion of the test. Vent shall not be less than
15mm size. Drains shall be provided at low points and at pockets in piping such that
complete drainage of all systems is possible. Drain shall not be less than 15mm for line size
KHURJA SUPER THERMAL POWER PROJECT TECHNICAL SPECIFICATION
SUB-SECTION- A6
(2X660 MW) SECTION – VI, PART-B
(LOW PRESSURE PAGE 5 OF 21
TURBINE GENERATOR AND ASSOCIATED BID DOC. NO.: PIPING)
PACKAGES THDC/RKSH/CC-9915-371
534
51433/2020/PS-PEM-MSX_P
CLAUSE NO. TECHNICAL REQUIREMENTS
up to 150mm, not less than 20mm up to 300mm and not less than 25mm for 350mm to
600mm pipes and not less than 50mm for 600mm and above pipes.
2.05.02 Air piping shall be sloped so that any part of the system can be drained through the shut-off
drain valve or drain plugs.
In general all water lines 65mm NB and above, are to be joined generally by butt welding
except the locations where valves/fittings are to be installed with flanged connections and
50mm and below by socket welding unless mentioned otherwise specifically. All air lines
shall be of screwed connection and rubber lined pipes of flanged connections.
(a) Threading of pipes shall be carried out after bending, heat treatment etc. If not
possible, threading may be done prior to these operations but proper care should be
taken to protect them from damage. Threads shall be to ANSI B 2.1 (taper) NPT/
ANSI B1.20.1 (taper) NPT / IS: 554 unless specified otherwise.
(b) Galvanized pipe shall generally be joined by screwing into sockets. The exposed
threaded portion on the outside of the pipes shall be given a zinc silicate coating.
Galvanized pipes shall not be field joined by welding for protection of Galvanising
Zinc layer. Screwed ends of GI pipes shall be thoroughly cleaned and painted with a
mixture of red and white lead before jointing. For galvanized pipe sizes above 150
mm NB, screw & socket jointing as per ASTM-A-865 shall be employed for both
pipe-to-pipe and pipe-to-fitting jointing. For pipe to fitting connection since no direct
threading can be done on the fittings (supplied as per ASTM-A-234 Gr. WPB and
ANSI B-16.9) necessary straight pipe lengths acting as match pieces shall be welded
to the fitting at both ends and subsequently the free ends of the straight lengths shall
be threaded as per ASTM A-865 for jointing with main pipe. Once welding of fittings
with match pieces and threading of free ends of match pieces are over, the entire
fabricated piece shall be galvanized, or in case match pipes and fittings are already
galvanized before the above mentioned fabrication then suitable application of Zinc-
Silicate paste adequately at the welded surface (both in side & out side) after welding
with zinc rich electrode, along with the nascent threaded metal portions at both free
ends given the same application of Zinc Silicate paste. Alternatively flanged jointing
may be employed for pipe sizes 100 NB and above. However, the bidder shall
ensure the galvanized pipe joints do not fail during hydro test.
(c) Teflon tapes shall be used to seal out screwed joints and shall be applied to the male
threads only. Threaded parts shall be wiped clean of oil or grease with appropriate
solvent if necessary and allowing proper time for drying before applying the sealant.
Pipe ends shall be reamed and all chips shall be removed. Screwed flanges shall be
attached by screwing the pipe through the flange and the pipe and flange shall be
refaced accurately.
(d) For pipe sizes from 350 mm NB to 550 mm NB (including 350 NB & 550 NB) the GI
pipes shall be of flanged connection. However, the pipes after welding of flanges
shall be completely galvanized. Any site welding done on galvanized pipes shall be
done with zinc-rich special electrodes and the welded surfaces whether inside or
outside shall be coated with zinc-silicate paste. Seal welding of flanges with zinc-rich
electrode will be permitted only when any flange is leak-prone during hydro testing.
(e) For pipe sizes 600 mm NB and above, the GI pipes shall be of welded connection
(with zinc-rich special electrodes) followed by application of zinc silicate coating at
welded surfaces both inside and outside the pipe, except for the last blank/blind
flange, or, equipment connection where application of zinc-silicate paste after
welding cannot be done due to inaccessibility of the inside welded surface and where
KHURJA SUPER THERMAL POWER PROJECT TECHNICAL SPECIFICATION
SUB-SECTION- A6
(2X660 MW) SECTION – VI, PART-B
(LOW PRESSURE PAGE 6 OF 21
TURBINE GENERATOR AND ASSOCIATED BID DOC. NO.: PIPING)
PACKAGES THDC/RKSH/CC-9915-371
535
51433/2020/PS-PEM-MSX_P
CLAUSE NO. TECHNICAL REQUIREMENTS
galvanic protection has been impaired due to welding of pipe-to-pipe joint. Thus the
last erection joint shall be flanged joint.
(a) For making up welded joints (butt weld or socket weld) the welding shall be
performed by manual shielded metal arc process in accordance with the
requirements specified elsewhere in the spec. Any welder employed for carrying butt
welding shall be qualified as per ASME section IX for the type of joints he is going to
weld. Jointing by butt weld, or socket weld shall depend upon the respective piping
material specifications.
(a) Flanged connections for pipes are to be kept to the minimum and used only for
connections to vessel, equipments, flanged valves and other fittings like
strainer/traps/orifices etc. for ease of connection and maintenance etc. Rubber lined
pipes shall be flange joined only.
(b) All flanged valves intended for installation on steel piping system, shall have their
flanges drilled to ANSI B 16.5 (or equivalent) and according to the pressure class
stated in their respective piping material specification.
(c) Drilling on flanges of flanged valves must correspond to the drilling of flanges on the
piping system on which the valves are installed.
2.07.01 For pipe fittings such as elbows (long radius), reducers, tees, etc. the material shall be to
ASTM-A-234 Gr. WPB/ASTM-105 up to 300 NB. For pipe fittings above 300 NB, the fittings
may be fabricated conforming to parent pipe material. Provision of compensation pads shall
be kept as per ANSI B 31.1. The fitting shall conform to the dimensional standard of ANSI B-
16.9/ 16.11.Further branching in pipes for sizes 65nb and above is also acceptable (ANSI B
31.1).
However, for pipes up to 150 NB, pipe fittings may be supplied with material and dimension
conforming to IS 1239 in case parent pipes also conform to IS 1239.
2.07.02 For pipe size 350Nb and above mitre bends may be used for all pipes except rubber lined
pipes. However, mitre bends are also acceptable for rubber lined pipes above 1200 NB. The
bend radius shall be 1½ times the nominal pipe diameter. 90 deg. bends (mitre) shall be in 4
pieces (3 cuts) and 45 deg. mitre bends shall be in 3 pieces 22½ deg. Fabrication of mitre
bends shall be as detailed in BS 2633/BS534.
2.07.03 For pipes, above 1200 NB, reducer and tees shall be to dimensional standard of AWWA-C-
208.
2.07.04 Stainless steel fittings shall conform to either ASTM-A-182 Gr. 304 or ASTM-A-403 Grade
WP. 304 Class-S, for sizes upto and including 50 mm NB, i.e. the fittings shall be of
seamless construction. However, for stainless fittings above 50 mm NB, the same shall
conform to ASTM-A-403 Gr. WP 304 Class W i.e. the fittings shall be of welded construction
strictly in accordance with ASTM-A-403.
2.07.07 In no case, the thickness of fittings shall be less than the thickness of parent pipe,
irrespective of material of construction.
2.08.00 Flanges
2.08.01 Flanges shall be slip on type or weld neck type. Welding of flanges in tension is not
permitted.
KHURJA SUPER THERMAL POWER PROJECT TECHNICAL SPECIFICATION
SUB-SECTION- A6
(2X660 MW) SECTION – VI, PART-B
(LOW PRESSURE PAGE 7 OF 21
TURBINE GENERATOR AND ASSOCIATED BID DOC. NO.: PIPING)
PACKAGES THDC/RKSH/CC-9915-371
536
51433/2020/PS-PEM-MSX_P
CLAUSE NO. TECHNICAL REQUIREMENTS
2.08.02 All flanges and-flanged drilling shall be to ANSI B 16.5 / BS EN-1092 / AWWA C - 207 of
relevant pressure/temperature class. Flanges shall be fabricated from steel plates
conforming to ASTM A 105/IS 2062 Gr. E-250B. However stainless steel flanges shall be
fabricated from SS plates to ASTM-A-240, Gr. 304 or equivalent.
2.09.00 Specific technical requirement of laying buried pipe with anti-corrosive treatment
The pipe in general shall be laid with the top of the pipe minimum 1.0 (one) meter below
finished general ground level.
2.09.01 Trenching
(a) The trench shall be cut true to the line and level and shall follow the gradient of the
pipeline. The width of the trench shall be sufficient to give free working space on
each side of the pipe. Trenches shall conform to IS 5822 or any international
standard.
(a) The pipeline shall be thoroughly cleaned of all rust, grease, dirt, weld scales and
weld burrs etc. moisture or other foreign matter by power cleaning method such as
sand or grit blasting, power tool cleaning, etc. Grease or heavy oil shall be removed
by washing with a volatile solvent such as gasoline. Certain inaccessible portions of
the pipeline (which otherwise not possible to be cleaned by power cleaning methods)
may be scrubbed manually with a stiff wire brush and scrapped where necessary
with specific permission of the Project Manager.
(b) On the internal surface for pipes 1000 Nb and above, a coat of primer followed by a
hot coal-tar enamel or coal tar epoxy painting (cold) shall be applied.
2.09.03 Coating and wrapping/ Anti corrosive Protection Coal tar tape
a. Buried piping shall be coated and wrapped, as per specification, after completion of
welded and/or flanged connections, and after completion and approval of Hydro
testing. Materials to be used for coating and wrapping of underground pipelines are:
Protective coating shall consist of coal tar primer, coal tar enamel coating, glass
fiber, tissue inner wrap followed by glass fiber or coal tar impregnated Kraft outer
wrap or finish coat.
Number of coats and wraps, minimum thickness for each layer of application shall be
as per IS-10221. Number of. Coats and wraps shall be decided based on soil
corrosivity/resistivity as indicated in IS-10221. Soil data-for this purpose shall be
made available.
Total thickness of completed coating and wrapping shall not be less than 4.0 mm.
b. Alternatively, the anti-corrosive protection for buried pipes can consist of anti-
corrosive protection Coal-tar tapes. Material and application of tapes shall conform to
IS 15337 or equivalent. These-tapes shall be applied hot over the cold coal tar
primer in steps of 2mm thickness so as to cover the spiral edges of the first tape by
the application of second tape. The total thickness of the finished protective coating
shall be 4.0 mm minimum.
Prior to lowering and laying pipe in any excavated trench, the bottom of the trench may
require to be back filled and compacted (or as the case may be) to provide an acceptable
bed for placing the pipe. Bed preparation in general shall be as per IS: 5822.
All the joints shall be screwed with socket or flanged. Screwed ends of GI pipes shall be
thoroughly cleaned and painted with a mixture of red and white lead before jointing Threaded
portion on either side of the socket joint shall be applied with Zinc silicate paste.
All the provisions for trenching' bed preparation' laying the pipe application of primer' coating'
wrapping with tapes and back filling etc. as indicated for "laying of buried piping" and " anti
corrosive protection for buried piping" are applicable for buried galvanized steel (GI) pipes
also.
2.10.01 All piping shall be cleaned by the Bidder before and after erection to remove grease, dirt,
dust, scale and welding slag.
2.10.02 Before erection all pipe work, assemblies, sub-assemblies, fittings, and components, etc.
shall be thoroughly cleaned internally and externally by blast cleaning or by power driven
wire brushes and followed by air-blowing . However for pipe sizes below 100nb the pipes
may be cleaned internally by compressed air blowing as an alternative to internal blast
cleaning. The brushes shall be of the same or similar material as the metal being cleaned.
Cleaning of Galvanized pipes shall be done by air blowing only.
2.10.03 After erection, all water lines shall be mass flushed with water. The cleaning velocities in
water lines shall be 1.2-1.5 times the operating velocities in the pipelines.
2.10.04 All compressed air pipe work shall be cleaned by blowing compressed air.
2.11.01 All supports and parts shall conform to the requirement of power piping code ANSI B 31.1 or
approved equivalent.
2.11.02 The maximum spans of the supports of straight length shall not exceed the recommended
values indicated in ANSI B 31.1.
2.11.03 At all sliding surfaces of supports suitable arrangement is to be provided to minimize sliding
friction.
2.12.01 GENERAL
(a) All valves shall have indicators or direction clearly marked on the hand-wheel so that
the valves opening/closing can be readily determined.
(b) Special attention shall be given to operating mechanism for large size valves with a
view to obtaining quick and easy operation ensuring that a minimum of maintenance
is required.
(c) The valves coming in vacuum lines shall be of extended gland type and/or water
sealed.
(d) The actuator-operated valves shall be designed on the basis of the following:
(1) The internal parts shall be suitable to support the pressure caused by the
actuators;
(2) The valve-actuator unit shall be suitably stiff so as not to cause vibrations,
misalignments, etc.
(3) All actuator-operated valves shall be provided with hand operated gearing
mechanism also.
(4) All actuators operated valves shall open/ close fully within time required
by the process.
(e) Valves coming under the purview of IBR shall meet IBR requirements.
(f) All valves shall be provided with embossed name plate giving details such as tag
number, type, size etc.
(g) Wherever required valves shall be provided with chain operator, extension spindles
and floor stands or any other arrangement approved by employer so that they can be
operated with ease from the nearest operating floor. Wherever necessary for safety
purpose locking device shall be provided. Further, necessary small platforms for
facilitating easy valve operation shall be provided by the contractor wherever
necessary in consultation with project manager within the bid price at no extra cost to
employer
Valve body material for water application like Secondary circuit auxiliary cooling water of
ECW system, Raw water, Ash water make-up, service water, clarified water, DM cooling
water (pH corrected) , drinking water etc. shall be cast iron for sizes 65NB and above; gun-
metal for sizes 50 Nb and below.
For compressed air application, valve body material shall be cast carbon steel or forged
carbon steel for sizes 65 mm NB & above and Gun metal for sizes 50 NB and below.
DM water: SS body and disc along with SS internals. However for butterfly valves, Cast Iron
/Ductile Iron/SG iron/carbon steel body and disc with elastomer lining are also acceptable.
2.12.03 The design, material, construction, manufacture, inspection, testing and performance of
valves shall comply with all currently applicable statutes, regulations and safety codes in the
locality where the valves will be installed. The valves shall conform to the latest editions of
KHURJA SUPER THERMAL POWER PROJECT TECHNICAL SPECIFICATION
SUB-SECTION- A6
(2X660 MW) SECTION – VI, PART-B PAGE 10 OF
(LOW PRESSURE
TURBINE GENERATOR AND ASSOCIATED BID DOC. NO.: PIPING)
21
PACKAGES THDC/RKSH/CC-9915-371
539
51433/2020/PS-PEM-MSX_P
CLAUSE NO. TECHNICAL REQUIREMENTS
applicable codes and standards as mentioned elsewhere. Nothing in this specification shall
be construed to relieve the Bidder of his responsibility. Valves in general shall conform to the
requirements of the following standards.
BS-5155/EN-593 Cast iron and steel body butterfly valves for general
purpose.
IS-5150 Cast iron wedge and double disc gate for general
purpose.
Flanged (FL) - ANSI B 16.5& AWWA-C-207 (steel flanges), ANSI B 16.1 (Cast Iron flanges).
(a) All cast iron body valves (gate, globe and non-return) shall have flanged end
connections; (screwed ends for Ductile D.2NI body valves are not acceptable).
(b) All steel and stainless steel body valves of sizes 65 mm and above shall have
flanged or butt welding ends. Valves of sizes below 65mm shall have flanged or
KHURJA SUPER THERMAL POWER PROJECT TECHNICAL SPECIFICATION
SUB-SECTION- A6
(2X660 MW) SECTION – VI, PART-B PAGE 11 OF
(LOW PRESSURE
TURBINE GENERATOR AND ASSOCIATED BID DOC. NO.: PIPING)
21
PACKAGES THDC/RKSH/CC-9915-371
540
51433/2020/PS-PEM-MSX_P
CLAUSE NO. TECHNICAL REQUIREMENTS
socket welded ends. Compatibility of welding between valve body material and
connecting pipe material is a pre-requisite in case of butt-welded joints.
(c) All gun metal body valves shall have screwed ends.
(d) All flanged end valves/specialties. shall be furnished along with matching counter
flanges, fasteners, gaskets etc. as required to complete the joints.
(e) Gate/sluice valves shall be used for isolation of flow. All gate valves shall be of the
full-way type, and when in the full open position the bore of the valve shall not be
constricted by any part of the gate.
Gate valves shall be of the solid/elastic or articulated wedge disc. Gate valves shall
be provided with the following accessories in addition to other standard items:
(f) Globe valves shall be used for regulation purposes. They shall be provided with hand
wheel, position indicator, draining arrangement (wherever required) and arrow
indicating flow direction. Preferably, the valves shall be of the vertical stem type.
Globe valves shall preferably have radiused or spherical seating and discs shall be
free to revolve on the spindle.
The pressure shall preferably be under the disc of the valve. However, globe valves,
with pressure over the disc shall also be accepted provided (i) no possibility exists
that flow from above the disc can remove either the disc from stem or component
from disc (ii) manual globe valves can easily be operated by hand. If the fluid load on
the top of the disc is higher than 40-60 KN, bypass valve shall be provided which
permits the downstream system to be pressurized before the globe valve is opened.
(g) Check valves shall be used for non-return service. They shall be swing. check type
or double door (Dual plate)check type with a permanent arrow inscription on the
valve body indicating the fluid flow direction. In long distance pipes lines with
possibility of surge-occurrence, dual plate check valves are preferable for its spring
controlled opening /closing of flaps/doors against flow reversals. However, dual plate
check valves shall not be used for sizes more than 600mm NB.
(h) For bore greater than 2" the valves must be swing check type or dual plate check
type suitable for installation in all positions (vertical and horizontal);
(i) For bore smaller than or equal to 2" the valves must be of the piston type to be
installed, in horizontal position.
(j) All gate and globe valves shall be provided with back seating arrangement to enable
on line changing of gland packing. The valves shall be preferably outside screw &
yoke type.
(k) All gate and globe valves shall be rising stem type and shall have limit switches for
full OPEN and full CLOSED indication wherever required. This will include motor-
operated valves also wherever required. In such cases the limit switches shall form
an integral part of the valve. Stop-gap arrangement in this respect is not acceptable.
(l) All valves except those with rising stems shall be provided with continuous
mechanical position indicators; rising stem valves shall have only visual indication
through plastic/metallic stem cover for sizes above 50 mm nominal bore.
KHURJA SUPER THERMAL POWER PROJECT TECHNICAL SPECIFICATION
SUB-SECTION- A6
(2X660 MW) SECTION – VI, PART-B PAGE 12 OF
(LOW PRESSURE
TURBINE GENERATOR AND ASSOCIATED BID DOC. NO.: PIPING)
21
PACKAGES THDC/RKSH/CC-9915-371
541
51433/2020/PS-PEM-MSX_P
CLAUSE NO. TECHNICAL REQUIREMENTS
(m) For Cl gate, globe and check valves wherever thickness of body/bonnet is not
mentioned in the valves standards, thickness mentioned in IS- 1538 for fitting shall
be applicable.
Disc -do-
Trim. SS 316
Trim. -do-
(b) Cast iron body valves shall have high alloy steel stem and seat.
(c) Material for counter flanges shall be the same as for the piping.
(d) Forged carbon steel valves are also acceptable in place of Gun metal valves.
(a) The air release valves shall be of automatic double air valve with two orifices and two
floats. The float shall not close the valve at higher air velocities. The orifice contact
joint with the float shall be leak tight joint.
(b) The valve shall efficiently discharge the displaced air automatically from ducts/pipes
while filling them and admit air automatically into the ducts/pipes while they are being
emptied. The valve shall also automatically release trapped air from ducts/pipes
during operation at the normal working pressure.
(c) Body material of automatic air release valves shall comply generally with BS 1452
Gr. 14/IS: 210 Gr. FG 260. and spindle shall conform to high tensile brass.
(d) Air release valves shall not have any integral isolation device within them. Each Air
release valve shall be mounted, preceded by a separate isolation gate/ butterfly
valve.
2.15.01 Design/Construction
(a) The valves shall be designed for the design pressure/temperature of the system on
which it is installed and in accordance with AWWA-C-504, EN-593 or AWWA-C-516
or any other approved equivalent standard latest edition depending on size.
Fabricated steel (IS: 2062 GR. E-250B) butterfly valves instead of cast iron body
valves are also acceptable for size above 300 mm nb diameter.
(b) The valves shall be suitable for installation in any position (horizontal/vertical etc.)
and shall be generally of double-flanged construction. However for sizes 600 NB
and below the valves of Wafer construction are also acceptable
(c) Valves-350Nb and above shall have pressure equalizing bypass valves, wherever
system parameters warrant the same.
(d) Valves-200Nb and above shall also be provided with gear operator arrangement as a
standard practice suitable for manual operation. Manual operation of valve shall be
through gear arrangement having totally enclosed gearing with hand wheel diameter
and gear ratio designed to meet the required operating torque It shall be designed to
hold the valve disc in intermediate position between full open and full closed position
without creeping or fluttering. Adjustable stops shall be provided to prevent over
travel in either direction.
Limit and torque switches (if applicable) shall be enclosed in water tight enclosures
along with suitable space heaters for motor actuated valves, which may be either for
On-Off operation or inching operation with position transmitter.
Shaft SS 304
Body & Disc ASTM A48, Gr. 40 / IS: 210. Gr. FG-260 / SG Iron (ductile
iron) IS 1865 Gr 400-15 or BSEN 1563, Gr EN GJS-400-15
/ ASTM A 216, Gr. WCB with elastomer lining.
Shaft SS 316
Proof of Design (P.O.D.) test certificates shall be furnished by the bidder for all
applicable size-ranges and classes of Butterfly valves supplied by him, in the
absence of which actual P.O.D. test shall be conducted by the bidder.
All valves that are designed and manufactured as per AWWA-C-504 / AWWA-C-516
shall be governed by the relevant clauses of P.O.D test in AWWA-C-504/AWWA-C-
516. For Butterfly valves, designed and manufactured to EN-593 or equivalent, the
P.O.D. test methods and procedures shall generally follow the guidelines of AWWA-
C-504 in all respect except that Body & seat hydro test and disc-strength test shall
be conducted at the pressures specified in EN-593 or the applicable code. Actuators
shall also meet requirements of P.O.D. test of AWWA-C-504/AWWA-C-516.
2.16.00 Float operated valves
(a) Valve shall automatically control the rate of filling and will shut off when a
predetermined level is reached and close to prevent over flow on pre-set maximum
water level. Valve shall also open and close in direct proportion to rise or fall of water
level.
The following design and construction feature of the valve shall be the minimum
acceptable.
(f) The body and cover material shall be cast iron conforming to ASTM-A 126 Grade 'B'
or IS: 210 Grade 200 or equivalent, and Float shall be of copper with epoxy painting
of two (2) coats.
2.17.01 The designer and manufacturer of storage tanks shall comply with and obtain approval of all
currently applicable statutory regulations and safety codes in the locality where the
equipment will be installed. The tanks shall conform to IS 803/IS804/IS 805/ IS 2825/ API
650/ IS 4049/ IS 4682 (part-I) and IS 4864 to 4870/ ASME B & PV code Sec.-VIII as the case
may be.
(a) Design of all vertical atmospheric storage tanks containing water, acid, alkali and
other chemical shall conform to IS:803 & API 650.
(b) Design of all horizontal atmospheric storage tanks containing water, acid, alkali and
other chemicals shall generally conform to IS:2825 as regards to fabrication and
general construction taking care of combined bending, shear & hoop stresses
developed due to supporting arrangement.
(c) Tank shall be made from mild steel plates to BS 4360/IS-2062 Gr.E-250B (or
equivalent) for ordinary wafer application when it is not corrosive in nature.
(f) Tank shall be provided with suitable supporting joints. All vessels shall be provided
with lifting lugs, eye bolts etc. for effective handling during erection.
(j) Tanks shall be provided with float operated level indicators/level gauges/level
transmitters and level switches, as required, with complete assembly. Suitable
flanged pads for level switches mounting shall also be provided. The level indicator
can be top or side mounted as the case may be.
(k) In addition to inlet and outlet nozzles, the tanks shall be provided with vents,
overflow, drain nozzles complete for various connections on tanks. Overflow lines
from storage tanks is to be routed to the nearest surface drains. For tanks containing
dm water, alkaline water or power cycle water the vent to atmosphere shall be
through carbon-di-oxide absorber vessel suitably mounted on the tank. CO2
absorber vessel shall be provided with the initial fill of chemicals.
(l) Tanks shall have suitable stairs/ladders on inside and outside of the tanks,
manholes/inspection covers as required and also platform suitably located.
(m) Tank supporting arrangement as approved by Employer shall be provided with all
plates/angles/joints/flats and supporting attachment including lugs, saddles, legs etc.
(o) Tank fabrication drg. and design calculations shall be approved by the Project
Manager.
KHURJA SUPER THERMAL POWER PROJECT TECHNICAL SPECIFICATION
SUB-SECTION- A6
(2X660 MW) SECTION – VI, PART-B PAGE 16 OF
(LOW PRESSURE
TURBINE GENERATOR AND ASSOCIATED BID DOC. NO.: PIPING)
21
PACKAGES THDC/RKSH/CC-9915-371
545
51433/2020/PS-PEM-MSX_P
CLAUSE NO. TECHNICAL REQUIREMENTS
(a) A corrosion allowance, applicable to surface in contact with corrosive media, when
required after thorough cleaning by blast cleaning preceded by wire brushing shall be
taken into consideration.
(b) Manholes shall be provided for easy access into the vessels. The size shall be
minimum 500 mm and will be with cover plate, nuts bolts, etc. to ensure leak
tightness at the test pressure.
(c) Each tank shall be provided with drilled cleats welded to the tank for electrical
grounding. Material of cleats shall be same as that of the shell.
. ------------------------------------------------------------------------------------------------------------
Sl. No. Description Tech. Particulars
-----------------------------------------------------------------------------------------------------------------------
DRINKING WATER TANK
i) Accessories
1.02 Capacity of each tank (Effective) 350 Cu.m ( for 660MW units),
h) Root valve for level Root valves for two (2) nos.
Transmitter level transmitter for each tank
Required
----------------------------------------------------------------------------------------------------------------------
2.18.01 All parts of expansion joints shall be suitably designed for all stresses that may occur during
continuous operation and for any additional stresses that may occur during installation and
also during transient condition.
2.18.02 The expansion joints shall be single bellow rubber expansion joints. The arches of the
expansion joints shall be filled with soft rubber.
2.18.03 The tube (i.e. inner cover) and the cover (outer) shall be made of natural or synthetic rubber
of adequate hardness. The shore hardness shall not be less than 60 deg. A for outer and 50
deg. A for inner cover.
2.18.04 The carcass between the tube and the cover shall be made of high quality cotton duck,
preferably, square woven to provide equal strength in both directions of the weave. The
fabric plies shall be impregnated with age resistant rubber or synthetic compound and
laminated into a unit.
2.18.05 Reinforcement, consisting of solid metal rings embedded in carcass shall be provided.
2.18.06 Expansion joints shall be complete with stretcher bolt assembly. The expansion joints shall
be suitable to absorb piping movements and accommodate mismatch between pipe lines.
2.18.07 The expansion joints shall be of heavy duty construction made of high grade abrasion-
resistant natural or synthetic rubber compound. The basic fabric for the' duck' shall be either
a superior quality braided cotton or synthetic fibre having maximum flexibility and non-set
characteristic.
2.18.08 The expansion joints shall be adequately reinforced, with solid steel rings, to meet the
service conditions under which they are to operate.
2.18.09 All expansion joints shall be provided with stainless steel retaining rings for DM water
application and IS 2062 Gr E-250B galvanized steel retaining rings for ordinary water for use
on the inner face of the rubber flanges, to prevent any possibility of damage to the rubber
KHURJA SUPER THERMAL POWER PROJECT TECHNICAL SPECIFICATION
SUB-SECTION- A6
(2X660 MW) SECTION – VI, PART-B PAGE 19 OF
(LOW PRESSURE
TURBINE GENERATOR AND ASSOCIATED BID DOC. NO.: PIPING)
21
PACKAGES THDC/RKSH/CC-9915-371
548
51433/2020/PS-PEM-MSX_P
CLAUSE NO. TECHNICAL REQUIREMENTS
when the bolts are tightened. These rings shall be split and beveled type for easy installation
and replacement and shall be drilled to match the drilling on the end rubber flanges and shall
be in two or more pieces.
2.18.10 The expansion joints shall have integral fabric reinforced full-face rubber flanges. The bolt on
one flange shall have no eccentricity in relation to the corresponding bolt hole on the flange
on the other face. The end rubber flanges shall be drilled to suit the companion pipe flanges.
The flanges shall be as per ANSI B 16.5. For higher sizes, not covered under ANSI B 16.5,
the same shall be as per AWWA.
2.18.11 All exposed surfaces of the expansion joint shall be given a 3 mm thick coating of neoprene.
This surface shall be reasonably uniform and free from any blisters, porosity and other
surface defects.
2.18.12 Each control unit shall consist of two (2) numbers of triangular stretcher bolt plates, a
stretcher bolt with washers, nuts, and lock nuts. Each plate shall be drilled with three holes,
two for fixing the plate on to the companion steel flange and the third for fixing the stretcher
bolt.
2.18.13 Each joint shall have a permanently attached brass or stainless steel metal tag indicating the
tag numbers and other salient design features.
2.18.14 Bidder to note that any metallic part which comes in contact with DM /corrosive water shall
be of Stainless Steel material.
2.18.15 Life cycle test for RE Joints of Condenser CW Inlet Outlet lines:
Life cycle test certificates shall be furnished by the bidder for each type and size of RE joints
supplied by the Bidder, in the absence of which actual Life cycle test shall be conducted on
one rubber expansion joint of each type and size .
2.19.00 STRAINERS
The strainers shall be basket type and of simplex construction. The strainer shall be provided
with plugged drain/blow off and vent connections. The free area of the strainer element shall
be at least four (4) times the internal area of the connecting pipe lines. The strainer element
shall be 20 mesh. Pressure drop across the strainers in new condition shall not exceed 1.5
MCW at full flow. Wire mesh of the strainers shall be suitably reinforced, to avoid buckling
under operation. Strainer shall have screwed blow off connection fitted with a removable
plug. The material of construction of various parts shall be as follows:
(a) Body IS: 318, Gr. 2 up to 50 mm Nb, and IS: 210 Gr.
FG 260 above 50 mm Nb. (For DM water/ -Body: AISI
316 or equivalent)
(a) The strainers shall be basket type and of duplex construction. The strainer shall be
provided with plugged drain/blow off and vent connections. The free area of the
strainer element shall be at least four (4) times the internal area of the connecting
KHURJA SUPER THERMAL POWER PROJECT TECHNICAL SPECIFICATION
SUB-SECTION- A6
(2X660 MW) SECTION – VI, PART-B PAGE 20 OF
(LOW PRESSURE
TURBINE GENERATOR AND ASSOCIATED BID DOC. NO.: PIPING)
21
PACKAGES THDC/RKSH/CC-9915-371
549
51433/2020/PS-PEM-MSX_P
CLAUSE NO. TECHNICAL REQUIREMENTS
pipe. The mesh of strainer element shall be commensurate with the actual service
required. Pressure drop across the strainer in new condition shall not exceed 4.0
MWC at full flow.
(b) Wire mesh (if applicable) of the strainers shall be suitably reinforced. The
material of construction of various parts shall be as follows.
(c) The strainer will have a permanent stainless steel tag fixed on the strainer body
indicating the strainer tag number and service and other salient data.
(d) The size of the strainer and the flow direction will be indicated on the strainer body
casting.
(e) Thickness of the strainer element should be designed to withstand the pressure
developed within the strainer due to 100% clogged condition exerting shut-off
pressure on the element.
SUB–SECTION – A-7
1.01.00 Surface preparation methods and paint/primer materials shall be of the type specified
herein. If the contractor desires to use any paint/primer materials other than that specified,
specific approval shall be obtained by the contractor in writing from the employer for using
the substitute material.
1.02.00 All paints shall be delivered to job site in manufacturers sealed containers. Each container
shall be labeled by the manu
number and colour.
1.03.00 Unless specified otherwise, paint shall not be applied to surfaces of insulation, surfaces of
stainless steel/nickel/ copper/brass/ monel/ aluminum/ hastelloy/lead/ galvanized steel
items, valve stem, pump rods, shafts, gauges, bearing and contact surfaces, lined or clad
surfaces.
1.04.00 All pipelines shall be Colour coded for identification as per the NTPC Colour-coding
scheme, which will be furnished to the contractor during detailed engineering.
1.05.01 All surfaces to be painted shall be thoroughly cleaned of oil, grease and other foreign
matter. Surfaces shall be free of moisture and contamination from chemicals and solvents.
1.05.02 The following surface schemes are envisaged here. Depending upon requirement any one
or a combination of these schemes may be used for surface preparation before application
of primer.
SP1 Solvent cleaning
SP2 Application of rust converter (Ruskil or equivalent grade)
SP3 Power tool cleaning
SP4 Shot blasting (shot blasting shall be used as surface preparation
method for hot worked pipes prior to application of primer)
SP4* Shot blast cleaning/ abrasive blast cleaning to SA21/2 (near white
metal) 35-50 microns
SP5 Phospating
SP6 Emery sheet cleaning/Manual wire brush cleaning.
1.06.01
application, handling and drying time shall be strictly followed and considered as part of this
specification. The Dry film thickness (DFT) of primer/paint shall be as specified herein.
1.06.02 Surfaces prepared as per the surface preparation scheme indicated herein shall be applied
with primer paint within 6 hours after preparation of surfaces.
1.06.03 Where primer coat has been applied in the shop, the primer coat shall be carefully
examined, cleaned and spot primed with one coat of the primer before applying
intermediate and finish coats. When the primer coat has not been applied in the shop,
primer coat shall be applied by brushing, rolling or spraying on the same day as the surface
is prepared. Primer coat shall be applied prior to intermediate and finish coats.
1.06.04 Steel surfaces that will be concealed by building walls shall be primed and finish painted
before the floor is erected. Tops of structural steel members that will be covered by grating
shall be primed and finish painted before the grating is permanently secured.
1.06.06 All weld edge preparation for site welding shall be applied with one coat of wieldable
primer.
1.06.07 For internal protection of pipes/tubes, VCI pellets shall be used at both ends after sponge
testing and ends capped. VCI pellets shall not be used for SS components and composite
assemblies.
s ) g
) ) )
A) Power Cycle Piping
Design
155
temperature < 3 35
SP3/SP4 PS 5 2 25 - - - $
or equal to 60 C PS 4 $ $
All un -insulated
Pipings, fittings/ As per
Design NTPC
components,
2. temperature Colour
Pipe clamps, SP3/SP4 PS 9* 1 20 - - - PS9* 1 20 40
above 60 C- shade/
Vessels/Tanks,
200 C coding
Equipments etc.
Design schem
temperature > SP3/SP4 PS9* 1 20 - - - PS9* 1 20 40 e
200 C
Constant Load Hanger (CLH),
3 SP4* PS19 1 40 - - - 70
Variable Load Hanger (VLH). PS17 1 30
Piping hangers/ supports (other than
(3) above. SP3/SP5 PS 5
4. 2 25 - - - PS4 2 25 100
(un-insulated)
5. Valves
553
Design
temperature < or
equal to 60 degC SP3/SP5 PS 5 2 35 - - - PS4 2 25 120
Cast/Forged #
Design
temperature
51433/2020/PS-PEM-MSX_P
SP3/SP5 PS 9* 1 20 - - - PS9* 1 20 40
above 60 degC
a))Epoxy
coat 2 35
Inorgan
Outside TG building ic Ethyl
SP4* 1 75 PS18 1 75 b)Final
and in SG envelope Zinc
All auxiliary coat of 250
Silicate
Structural paint 1 30
Steel PS17
6.
components a))Epoxy
for pipe coat 2 25
supports
SP4* -do- 1 35 PS18 1 35 b)Final 150
Within TG building
coat of
paint 1 30
PS17
SP6
PS13
(Hand
(Welda
7. Weld Edges cleaning 1 25 - - - - - - 25
ble
by wire
primer)
brushing)
554
1. $ The first 2 finished coats (total min.DFT of 70 mi crons) shall be done at shop and the 3rd finish coat (min.DFT 35 Microns) shall be applied at site.
2. For valves below 65NB and temperature upto and including 540 Deg.C, Parkerizing/zinc phosphate corrosion resistant coating as per ASTM F1137 is also
acceptable in lieu of Aluminum paint.
3. For corrosion protection of threaded hanger rods and variable spring cages, electro galvanizing in full compliance to mini mum Corrosion category C3 as per
EN ISO12944 is also acceptable.
4. For spring cages -
of Acrylic resin Co- ve specified paint scheme.
51433/2020/PS-PEM-MSX_P
5. For corrosion protection for all inner parts of the hangers shall be atleast in full compliance to Corrosion category C3 a s per EN ISO12944.
6. # - For Cast/forged valves upto & including design temperature 60Deg.C, Aluminium painting as per IS -13183 Gr-3 or better with total DFT 40Micron is also
acceptable.
TECHNICAL SPECIFICATION
ELECTRIC HOISTS & CHAIN PULLEY BLOCKS
2X660 MW THDC KHURJA TPS- TG & ASSOCIATES PKG
Page 1 of 22
557
51433/2020/PS-PEM-MSX_P
TECHNICAL SPECIFICATION
ELECTRIC HOISTS & CHAIN PULLEY BLOCKS
2X660 MW THDC KHURJA TPS- TG & ASSOCIATES PKG
Manual hoists (hand operated) shall be designed to duty class 2 as per IS 3832 and electric wire
rope hoist shall be designed to duty class 2 as per IS: 3938 (latest).
The stipulations of all statutory codes like Indian Electricity Act, Indian Electricity Rules,
Factory Acts, Local Municipality act etc. shall however prevail over the specification
requirements, in case any conflict arises between this specification and the statutory codes.
DESIGN CRITERIA
1.0.0 Electrically operated wire rope hoists of suitable capacity, lift, and travel length shall be provided
for handling of items weighing 2T and / or having lifting height more than 10m. Other hoist blocks
shall be of hand operated type for both travel and lift. The hoist capacity shall be selected
considering 25% margin over the weight of heaviest component /equipment to be handled. The
hoist parameters (i.e. lift & travel) are subject to change/s, to suit the final layout of the area in
which it is intended to be installed.
Electric hoist shall be provided for capacity >2T. Electric hoists shall be provided
for lifts >10m irrespective of the capacity.
Chain pulley block (Manual hoist) - 300kg to <2T, wherever feasible, considering
layout constraints.
Capacity of electric and manual (Chain pulley block) hoists shall be decided keeping 25%
margin over equipment to be handled.
For hand operated hoists, the hoists shall be suitable for operation from floor level. Hand
chain shall be provided for long travel of trolley and the Hoisting mechanism. The operator
shall be able to control the movement of the electrical/ manual hoist with the help of floor
operated pendant
Note:
1. Area, type, capacity mentioned are minimum requirement and shall be finalised during detail
engineering without any commercial implication
2. Travel and Lift are layout dependent and shall be finalised during detail engineering without any
commercial implication
3. Additional electric/manual hoist required during detail engineering shall be provided as per
design criteria given above without any commercial implication.
Page 2 of 22
558
51433/2020/PS-PEM-MSX_P
TECHNICAL SPECIFICATION
ELECTRIC HOISTS & CHAIN PULLEY BLOCKS
2X660 MW THDC KHURJA TPS- TG & ASSOCIATES PKG
2.1.0 Electric hoist shall include but not be limited to the following: -
a) Equipment offered shall be suitable for indoor duty conforming to Class II of IS: 3938.
b) Equipment shall be designed to operate in non- hazardous area.
c) Electric hoists shall be pendent operated.
d) Both hoisting and trolley movement shall be motor driven.
e) Hoisting motion shall be thru’ VVVF drives to achieve creep speed of 10% of main speed.
f) Wheels shall be single flanged type.
g) Hook shall be swiveling type and fitted with a safety latch.
h) Control panel shall be hoist mounted.
i) Power feeding to the electric hoists shall be thru’ PVC shrouded DSL.
j) Brakes shall be fail to safety.
k) Load/overload testing of the hoists shall be carried out as per IS: 3938.
l) All material, castings and forgings will be of tested quality & certificates shall be made
available for review as per approved QAP
2.2.0 Erection and Commissioning spares (ELECTRIC HOIST)
The Bidder shall also supply erection & commissioning spares along with his main equipment as
per his experience, for replacement of damaged or unserviceable parts during the execution of
the project at site, to avoid delay in the project schedule. This shall form part of the main
equipment supply. The Purchaser shall retain the unutilized commissioning spares. The initial fill
of lubricants, oil etc. shall also be supplied by the bidder.
2.3.0 Services to be provided by the bidder
Packing, forwarding and transportation to site, storage and handling at site.
2.4.0 Erection and Commissioning
2.5.0 Functional test (Overload testing, load testing at rated speed, travel and hoisting motion checks
as per relevant Indian standards)
2.6.0 Obtaining clearance and acceptance certificate from the concerned competent authority after
site test as applicable. Necessary fees/expenditure as required shall be borne by the supplier.
6.0 PACKING
In general packing shall be wooden box packing.
The bidder shall have the full responsibility for the safe and efficient operation of the hoist with
associated accessories as a single unit.
Page 3 of 22
559
51433/2020/PS-PEM-MSX_P
TECHNICAL SPECIFICATION
ELECTRIC HOISTS & CHAIN PULLEY BLOCKS
2X660 MW THDC KHURJA TPS- TG & ASSOCIATES PKG
If the shop performance tests indicate the failure of any of the components to achieve the
guaranteed performance, the deficiency shall be made good at bidder’s cost.
Demonstration tests shall be carried out each time after the rectification /modification is carried
out.
As required for statutory clearance for operating at site i.e., overload test, load test and other
tests as per IS 3938.
Test for Operation -After the supply has been connected, tests shall be carried out to prove the
following:
a) The satisfactory operation of each controller, switch, contactor, relay and other control
devices and in particular the correct operation of all limit switches under the most
unfavorable conditions;
b) The correctness of all circuits and interlocks and sequence of operation; and
c) The satisfactory operation of all protective devices.
Overload Test -After test but before the hoist is put into service, it shall be tested with overload
relays appropriately set, to lift and sustain a test load of 125 percent of the working load. During
the overload test, the hoist shall sustain the load under full control. The specified speeds need
not be attained but the hoist shall show itself capable of dealing with the overload without
difficulty.
B) MANUAL HOIST:
As required for statutory clearance for operating at site with following minimum test i.e. overload
and load test.
6.0 General Design As per IS: 3938 / 1983 or latest, Class-II duty
7.0 Operating speed
Page 4 of 22
560
51433/2020/PS-PEM-MSX_P
TECHNICAL SPECIFICATION
ELECTRIC HOISTS & CHAIN PULLEY BLOCKS
2X660 MW THDC KHURJA TPS- TG & ASSOCIATES PKG
7.1 Hoisting speed/ Creep speed 3 MPM with creep speed 10% of main speed.
( thru’ VVVF drive)
7.2 Trolley speed 10 MPM
10.1 Type of load hook Plain shank trapezoidal section with safety latch.
10.5 Material of block suspension Fabricated from steel plate, Material: IS: 2062
11.0 Gearing
12.3 Wheel material Heat treated carbon steel/ low alloy steel, graded
cast iron.
Page 5 of 22
561
51433/2020/PS-PEM-MSX_P
TECHNICAL SPECIFICATION
ELECTRIC HOISTS & CHAIN PULLEY BLOCKS
2X660 MW THDC KHURJA TPS- TG & ASSOCIATES PKG
12.6 Trolley type Rolled structural steel with side plates extended
beyond wheel flanges to protect wheels.
12.7 Hardness Max hardness 200 BHN
13.0 SHEAVE
18.2 Number of start 150 starts / hr, Motors shall be suitable for direct
on-line (DOL) starting
18.3 Voltage , Phase and Suitable for rated frequency of 50 Hz with a
Frequency voltage variation of +/-10% and frequency
variation of +3 to -5% occurring separately or
combined voltage and frequency variation of
10%. 3 phase, 4 wire
Page 6 of 22
562
51433/2020/PS-PEM-MSX_P
TECHNICAL SPECIFICATION
ELECTRIC HOISTS & CHAIN PULLEY BLOCKS
2X660 MW THDC KHURJA TPS- TG & ASSOCIATES PKG
18.4 Class of insulation Class “F” and temperature rise limited to class B.
Page 7 of 22
563
51433/2020/PS-PEM-MSX_P
TECHNICAL SPECIFICATION
ELECTRIC HOISTS & CHAIN PULLEY BLOCKS
2X660 MW THDC KHURJA TPS- TG & ASSOCIATES PKG
Bearings Grease
Gearing & Pinions Grease
Sprocket Grease
h) Brakes
Type Screw and friction disc type
5.0 Trolley and Bridge drive
a) Trolley Geared (Manually operated)
i) Type Mild steel (IS:2062 Grade A or B)
ii) Material of frame
b) Drive Chain Link type
i) Type Steel Gr.30
ii) Material IS : 2429 part 1 :1870
iii) Design of drive chain
c) Wheel Two in each trolley/bridge
i) Number of pairs of wheel Single flanged
ii) Flange Antifriction
iii) Type of bearings need As per IS 3832
iv) Wheel material
d) Gears
i) Type Spur / helical
ii) Material Cast iron/EN8
iii) Type of bearings used Antifriction
Page 8 of 22
564
51433/2020/PS-PEM-MSX_P
TECHNICAL SPECIFICATION
ELECTRIC HOISTS & CHAIN PULLEY BLOCKS
2X660 MW THDC KHURJA TPS- TG & ASSOCIATES PKG
One (1) complete unused new set of special purpose tools, tackles and accessories along with
detailed instructions and maintenance manual shall be supplied. Tools shall be of suitable
sizes for maintenance of electric hoist of each type and capacity. Each tool and wrench shall
be stamped so as to be identified easy for its use. The tools shall be supplied in steel toolbox
and with a copy of instruction manual. The items supplied shall be of the best quality,
specially protected against rusting. The following shall be provided as minimum requirement:
Note: -The tools shall be supplied in one tool box. Bidder shall ensure that the tools & tackles
mentioned in above list are sufficient to handle all sizes/capacities of hoists & in case any other
/additional tool is required for handling/maintenance any size/capacity of hoist the same shall be
included in this list.
The successful bidder shall submit the following drawings / documents during detail engineering
for customer’s approval /information:
A) ELECTRIC HOIST
Sl. No. BHEL DRG.NO DRAWING TITLE
Page 9 of 22
565
51433/2020/PS-PEM-MSX_P
TECHNICAL SPECIFICATION
ELECTRIC HOISTS & CHAIN PULLEY BLOCKS
2X660 MW THDC KHURJA TPS- TG & ASSOCIATES PKG
Notes:
1. The above drawing list is tentative and shall be finalized with the successful bidder after
placement of order.
2. Drawings shall be prepared in Auto-Cad latest edition. Required no. of hard and soft copies
(editable) of the drawings shall be furnished as per requirement specified elsewhere in the
specification.
3. All the drawings and documents including general arrangement drawing, data sheet,
calculation etc. to be furnished to the customer during detailed engineering stage shall
include / indicate the following details for clarity w.r.t. Inspection, construction, erection and
maintenance etc.:-
a) All drawings and documents shall indicate the list of all reference drawings including
general arrangement.
b) All drawings shall include / show plan, elevation, side view, cross - section, skin
section, blow - up view; all major self-manufactured and bought out items shall be
labeled and included in BOQ / BOM in tabular form.
c) Painting schedule shall also be made as a part of general arrangement drawing of
each equipment / items indicating at least 3 trade names.
d) All the drawings required to be furnished to customer during detailed engineering stage
shall include technical parameters, details of paints and lubrication, hardness and BOQ
/ BOM in tabular form indicating all major components including bought out items and
their quantity, material of construction indicating its applicable code / standard, weight,
make etc.
e) Drawings/ documents to be submitted for purchaser’s review/ approval shall be under
Revision A, B, C… etc. while drawings /documents to be submitted thereafter for
customer’s approval after purchaser’s approval shall be under R-0, 1, 2, 3 etc.
Page 10 of 22
566
51433/2020/PS-PEM-MSX_P
TECHNICAL SPECIFICATION
ELECTRIC HOISTS & CHAIN PULLEY BLOCKS
2X660 MW THDC KHURJA TPS- TG & ASSOCIATES PKG
Note: No other make will be acceptable, until and unless specifically got approved by BHEL/Customer /
Customer’s consultant during detail engineering only. Acceptance/non acceptance of same shall not have any
impact on manufacturing, delivery schedule and on cost of the Electric hoists/CPB.
Page 11 of 22
567
51433/2020/PS-PEM-MSX_P
TECHNICAL SPECIFICATION
ELECTRIC HOISTS & CHAIN PULLEY BLOCKS
2X660 MW THDC KHURJA TPS- TG & ASSOCIATES PKG
NOTE:
1) THE SUB VENDOR LIST ABOVE IS INDICATIVE ONLY AND IS SUBJECT TO BHEL AND CUSTOMER
APPROVAL DURING DETAILED ENGINEERING STAGE WITHOUT ANY COMMERCIAL & DELIVERY
IMPLICATION TO BHEL.
Page 12 of 22
568
51433/2020/PS-PEM-MSX_P
TECHNICAL SPECIFICATION
ELECTRIC HOISTS & CHAIN PULLEY BLOCKS
2X660 MW THDC KHURJA TPS- TG & ASSOCIATES PKG
PAINTING SPECIFICATION
2) Painting specification for Indoor components such as motors, electrical parts etc:-
3) Color Shade:
Page 13 of 22
569
MANUFACTURERS NAME & ADDRESS MANUFACTURING QUALITY PLAN PROJECT 2X660 MW THDC KHURJA TPS- TG & ASSOCIATE PKG. 514
AS PER APPROVED VENDOR LIST ITEM: ELECTRIC QP NO PACKAGE ELECTRIC WIRE ROPE HOIST
WIRE
ROPE REV 0 CONTRACT No
DATE JUNE, 2020 CONTRACTOR BHEL-PEM
PAGE 1 of 4
Sl.No COMPONENT & CHARACTERISTICS CATEGORY TYPE OF EXTENT REFERENCE ACCEPTANCE FORMAT OF AGENCY REMARKS
OPERATIONS CHECK OF CHECK DOCUMENT NORMS RECORD
D* M C N
1 2 3 4 5 6 7 8 9 ** 10 11
1.0 RAW-MATERIALS
1.1 a) STRUCTURAL MATERIAL CHEM & MECH PROPS MA Lab analysis 1 SAMPLE IS 2062 /APPD. DRG./ DATA SHEET MTC/IR P/V V V Test shall be carried out in absence of mill TC or
b) RAW MATERIAL FOR PER LOT% non-correlation of TC with material.BHEL to
HOIST AND GEAR BOX identify Samples for testing.
HOUSING, TROLLEY PLATE, Test to be carried out at NABL accredited Lab.
ROPE DRUM IF Reports to be submitted for verification during
FABRICATED ETC inspection.
NDT MA UT 100% ASTM A388- NOTE 1 IR P V V For dia / plate thickness above 25 mm
2004
1.1 A SEAMLESS PIPE FOR ROPE CHEMICAL , MECHANICAL MA Lab analysis 1 SAMPLE Approved drg/ASTM A 106 Grade A or MTC/IR P/V V V Test shall be carried out in absence of mill TC or
DRUM /pipe B non-correlation of TC with material.BHEL to
identify Samples for testing.
Test to be carried out at NABL accredited Lab.
Reports to be submitted for verification during
inspection
NDT CR UT 100% ASTM A 388 NOTE 1 INSPN. P V V IF DIA or THK > 50mm
REPORT
Hardeness , surface defects MA DPT/MPI 100% ASTM E -165 /E-709, No linear MTC P V V
after hardfacing and indication
machining/grinding
1.3 WIRE ROPE Dimensional, type, MI measurement 100% APPD. DRG./ APPD. DRG./ DATA MFRS’ TEST P V V
constrcution , DATA SHEET SHEET CERT.
EXAMINATION OF REPORT CR Review of TC 100% IS: 2266 MFRS’ TEST P V V
OF BREAKING LOAD CERT.
CAPACITY
1.4 HOOKS MECH. , CHEM. PROPS. MA LAb analysis 100% APPROVED DRG/DATA SHEET MFRS’ TEST P V V
IS:15560 CERT.
U.T IF SHANK DIA > 50mm CR NDT 100% ASTM A 388 NOTE 1 INSPN. P V/W V SHANK PORTION ONLY
REPORT
Dimension & PROOF LOAD CR Measurment , 100% APPROVED DRG/DATA SHEET / QCR P V/W V IF REQUIRED BY END CUSTOMER.
TESTING PROOF LOAD IS:3938 / IS:15560
TEST
DPT AFTER PROOF LOAD CR NDT 100% ASTM E-165 NO CRACKS INSPN. P V/W V
REPORT
1.5 SHEAVES MECH MA Tensile & 1/lot Approved drgs MTC/IR P V V
hardness
Page 14 of 22
570
MANUFACTURERS NAME & ADDRESS MANUFACTURING QUALITY PLAN PROJECT 2X660 MW THDC KHURJA TPS- TG & ASSOCIATE PKG. 514
AS PER APPROVED VENDOR LIST ITEM: ELECTRIC QP NO PACKAGE ELECTRIC WIRE ROPE HOIST
WIRE
ROPE REV 0 CONTRACT No
DATE JUNE, 2020 CONTRACTOR BHEL-PEM
PAGE 1 of 4
Sl.No COMPONENT & CHARACTERISTICS CATEGORY TYPE OF EXTENT REFERENCE ACCEPTANCE FORMAT OF AGENCY REMARKS
OPERATIONS CHECK OF CHECK DOCUMENT NORMS RECORD
D* M C N
1 2 3 4 5 6 7 8 9 ** 10 11
1.6 CASTING FOR BEARING CHEMICAL & MECHANICAL MAJOR LAB ANALYSIS 1/LOT APPROVED APPROVED LAB REPORT P V V
PLATED, ROPE GUIDES, DRG/MFG DRG/MFG
PULLEYS ETC STANDARD STANDARD
2.0 IN-PROCESS
2.1 Welding process capability WPS,PQR & WPQ MA Welding 100% ASME Section IX WPS,PQR & P V V In case approved WPS/PQR/WPQ from
and welder skill procedure WPQ BHEL/NTPC/EIL/LLOYDS/TPL available, then
approval and documents/records to be submitted for verification
Welder during inspection, else, Vendor shall get the
performance approval of Welding Procedure / Welder from the
qualification in identified agency prior to carrying out welding at
accordance with the job.
ASME Section IX
2.2 Welding of trolley, rope drum Fillet weld MA DPT 10% ASTM E165 or Eq/ No cracks or linear INSPN. P V V
etc indication REPORT
Butt welds MA RT, DPT 100% ASME SEC VIII, DIV 1, UW 51/52 RT FILM & P V V 100% RT for butt weld in tension and 10 % in
REPORT compression. 100% RT on butt weld of rope drum
NO LOAD RUN TEST FOR 4 CHECK FOR OIL LEAKAGE, MA PERFORMANCE 100% APPROVED DRGS /No leakage,Noise - DO - P V V
HRS VIBRATION, NOISE ,TEMP. 85dbA maxat 1 mtrs, vibration 75
RISE. REDUCTION RATIO, microns max, oil temp rise 20 deg
BACKLASH , CONTACT above ambient max
PATTERN
3.0 ELECTRICALS
1 MOTORS & CABLES Make, type , rating MA Visual 100% Apprvd drg IS 325 / IS:3938 IR, MTC P V V For motor refer Note: 2
ROUTINE TESTS /measurment
4 BRAKES Make , type , rating, HV/IR, MA Review of TC 100% Approved drgs IR, MTC P V V
Functional test
8 VVVF DRIVES ( IF MAKE , TYPE , RATING , MA VISUAL/ VERIFY 100% APPROVED APPROVED MTC P V V
APPLICABLE) ROUTINE TESTS DRAWINGS DRAWINGS
4.0 FINAL INSPECTION
Page 16 of 22
572
MANUFACTURERS NAME & ADDRESS MANUFACTURING QUALITY PLAN PROJECT 2X660 MW THDC KHURJA TPS- TG & ASSOCIATE PKG. 514
AS PER APPROVED VENDOR LIST ITEM: ELECTRIC QP NO PACKAGE ELECTRIC WIRE ROPE HOIST
WIRE
ROPE REV 0 CONTRACT No
DATE JUNE, 2020 CONTRACTOR BHEL-PEM
PAGE 1 of 4
Sl.No COMPONENT & CHARACTERISTICS CATEGORY TYPE OF EXTENT REFERENCE ACCEPTANCE FORMAT OF AGENCY REMARKS
OPERATIONS CHECK OF CHECK DOCUMENT NORMS RECORD
D* M C N
1 2 3 4 5 6 7 8 9 ** 10 11
4.1 COMPLETELY ASSEMBLED 1. COMPLETENESS, MA VISUAL, 100% APPD. DRG. APPD. DRG. MNFRS’ TEST P W V CHP
HOIST CORRECTNESS, WELD MEAS CERT.
QUALITY, OVERALL
DIMENSIONS.
4.2 ASSEMBLED HOIST 1. LOAD TEST CR LOAD TEST at 100% IS:6547 / IS:393IS:6547 / IS:3938 MNFRS’ TEST P W V CHP
PERFORMANCE WITH SWL CERT.
ACTUAL CONTROL PANEL,
AND PENDENT PUSH
BUTTON
2. HOISTING & CR MEAS & VISUAL 100% IS:3938, TECH TECH SPEC. MNFRS’ TEST P W V CHP
LOWERING SPEED, SPEC. CERT.
PERFORMANCE OF
CONTROLLERS SWITCHES
CONTACTORS, RELAYS
AND OTHER CONTROL
DEVICES CORRELATIONS
OF CIRCUITS AND
INTERLOCKS AND
SEQUENCES OF
OPERATION , CURRENT
MEASUREMENT,LIMIT
SWITCH OPERATION.
3. OPERATION OF ALL CR VISUAL 100% TECH SPEC TECH SPEC. MNFRS’ TEST P W V CHP
PROTECTIVE DEVICES CERT.
4.3 OVER LOAD TEST OVER LOAD TEST CR TEST AT 125 % 100% IS:3938 IS:3938 INSPN. P W V CHP
INCLUDING HOLDING OF SWL REPORT
CAPACITY OF BRAKES,
LIFTING LOAD FROM MID
AIR, SOUNDNESS OF
WELD AFTER OVERLOAD
TEST.
5 PAINTING
5.1 PRIMER & FINISHING AND Examination - Shade , DOP MI visual 100% DRG. & DATA SHEET & RELV. IS MNFRS’ P V
SHADE by paper insertion method SPEC. TEST CERT.
LEGNDS
* RECORDS INDENTIFIED WITH 'TICK' SHALL BE ESSENTIALLY INCLUDED BY
MANUFACTURER IN QA DOCUMENTATION.
** M: MANUFACTURER/SUBCONTRACTOR
C: BHEL/BHEL NOMINATED THIRD PARTY INSPECTION AGENCY
MANUFACTURER/ SUB N: CUSTOMER/CUSTOMER'S CONSULTANT/CUSTOMER'S APPOINTED THIRD PARTY
CONTRACTOR 'P'- PERFORM", W"- WITNESS AND "V"- VERIFICATION
SIGNATURE " CHP" CUSTOMER HOLD POINT REVIEWED BY NAME & SIGN OF APPROVING AUTHORITY &SEAL
Page 17 of 22
573
51433/2020/PS-PEM-MSX_P
MANUFACTURER’S NAME & ADDRESS: MANUFACTURING QUALITY PLAN PROJECT: 2X660 MW THDC KHURJA TPS- TG &
ITEM: Chain Pulley Block ASSOCIATE.
QP No.: PACKAGE: CHAIN PULLEY BLOCK
REV.:0, Date.:
PAGE: 1 OF 4
Sr. CHARACTERISTICS CLAS TYPE OF CHECK QUANTU REFERENCE ACCEPTANCE FORMAT AGENCY REMARKS
COMPONENT /
No. S M OF DOCUMENT NORMS OF
OPERATION
CHECK RECORD M C N
5. M C/N 11.
1. 3. 6. 7. 8. 9.
2. 4.
10.
1.1 HOOKS CHEMICAL & MECH MA LAB ONE MATERIAL SPECIFICATION AS MTC. P V V
ANALYSIS SAMPLE PER APPROVED DRAWINGS.
MARK & PER HEAT TC
IDENTIFICATION MA VISUAL 100% HOOK TC FROM COMPETENT P V V
AUTHORITY IR
INTERNAL DEFECTS MA UT 100% ASTM A-388 ( REFER NOTE I) P V V ON SHANK
TC PORTION
PROOF LOAD TEST MA REVIEW 100% IS 15560 P V V
TC
NDT AFTER PROOF NO RELEVANT P V V
LOAD TEST MA DPT 100% ASTM E-165 INDICATTION
1.2 LOAD CHAIN - DIMENSIONS MA MEASUREMENT 100% APPD. DRGS APPD. DRGS. IR P V V
- BREAKING STR &
% ELONGATION MA -TENSILE TEST 1/LOT -DO- -DO- MTC P V V
- PROOF LOAD
-HEAT TREATMENT MA -TENSILE TEST 100% -DO- -DO- MTC P V V
MA REVIEW 100% -DO- -DO- HT
-GRADE CHRT P V V
MA REVIEW 1/BATCH -DO- -DO- MTC P V V
** M : MANUFACTURER / SUB-SUPPLIER
MANUFACTURER / CONTRACTOR C : BHEL / NOMINATED INSPECTION AGENCY.
N : CUSTOMER/ NOMINATED INSPECTION AGENCY.
SUB-CONTRACTOR INDICATE “P” PERFORM “W” WITNESS AND “V” VERIFICATION
SIGNATURE REVIEWED BY NAME & SIGN OF APPROVING AUTHORITY & SEAL
Page 18 of 22
574
51433/2020/PS-PEM-MSX_P
MANUFACTURER’S NAME & ADDRESS: MANUFACTURING QUALITY PLAN PROJECT: 2X660 MW THDC KHURJA TPS- TG &
ITEM: Chain Pulley Block ASSOCIATE.
QP No.: PACKAGE: CHAIN PULLEY BLOCK
REV.:0, Date.:
PAGE: 2 OF 4
Sr. CHARACTERISTICS CLAS TYPE OF CHECK QUANTU REFERENCE ACCEPTANCE FORMAT AGENCY REMARKS
COMPONENT /
No. S M OF DOCUMENT NORMS OF
OPERATION
CHECK RECORD M C N
5. M C/N 11.
1. 3. 6. 7. 8. 9.
2. 4.
10.
1.3 RAW MATL. ( BAR CHEMICAL MA Review ONE Material specification as per P V V TC or inspection
/FORGING) FOR GEAR COMPOSITION SAMPLE approved drawings. MFR’ report for
BLANKS/SHAFTS/ MECHANICAL MA Review PER HEAT S TC P V V components shall
PINIONS/AXLE/ be given.
RATCHET PAWL / INTERNAL DEFECTS MA UT 100% ASTM A-388 REFER NOTE 1 IR P V V For rounds
RATCHET WHEEL & ≥50mm and
PLATES FOR plates ≥25 mm.
FABRICATION ETC NDT AFTER MACHINING MA DPT 100% ASTM E-165 NO RELEVANT
INDICATION TC P V V
1.4. LOAD CHAIN WHEELS - CHEMICAL & MA CHEMICAL ONE APPD. DRG. APPD. DRG. MTC P V V
MECHANICAL MECHANICAL SAMPLE
PROPERTIES PROPERTIES PER LOT
1.6 HAND CHAIN WHEEL CHEMICAL MA CHEMICAL ONE AS PER AS PER MTC P V V
MECHANICAL MECHANICAL SAMPLE DRAWING DRAWING
PROPERTIES PROPERTIES PER LOT
1.7 HAND CHAIN GRADE/ DIMENSION MA GRADE 100% AS PER AS PER MTC P V V
DIMENSION DRAWING DRAWING
** M : MANUFACTURER / SUB-SUPPLIER
MANUFACTURER / CONTRACTOR C : BHEL / NOMINATED INSPECTION AGENCY.
N : CUSTOMER/ NOMINATED INSPECTION AGENCY.
SUB-CONTRACTOR INDICATE “P” PERFORM “W” WITNESS AND “V” VERIFICATION
SIGNATURE REVIEWED BY NAME & SIGN OF APPROVING AUTHORITY & SEAL
Page 19 of 22
575
51433/2020/PS-PEM-MSX_P
MANUFACTURER’S NAME & ADDRESS: MANUFACTURING QUALITY PLAN PROJECT: 2X660 MW THDC KHURJA TPS- TG &
ITEM: Chain Pulley Block ASSOCIATE.
QP No.: PACKAGE: CHAIN PULLEY BLOCK
REV.:0, Date.:
PAGE: 3 OF 4
Sr. CHARACTERISTICS CLAS TYPE OF CHECK QUANTU REFERENCE ACCEPTANCE FORMAT AGENCY REMARKS
COMPONENT /
No. S M OF DOCUMENT NORMS OF
OPERATION
CHECK RECORD M C N
5. M C/N 11.
1. 3. 6. 7. 8. 9.
2. 4.
10.
1.8 TROLLEY GEARS, CHEMICAL & MA LAB ANALYSIS, 100% APPVD DRGS APPVD DRGS IR/TC P V V
PINION,WHEELS, AXLE MECHANICAL
2 IN PROCESS
2.1 RATCHET PAWL / -HARDNESS MA HARDNESS 100% IS:3832/ APPD IS:3832/ IR P V V
RATCHET WHEEL -SURFACE CRACK MA DPT 100 % DRG. APPD. DRG.
ASTM E165 NO DEFECT IR P V V
2.2 COMPONENTS AFTER HEAT TREATMENT MA HT CHART 100% IS 1875/IS 4367/IS 3832 IR P V V
HARDFACING & SURFACE HARDNESS MA HARDNESS 10% --DO-- IR P V V
MACHINING SURFACE CRACK MA DPT FOR 100%
SURFACE ASTM E 165 NO DEFECT IR P V V
CRACK
DIMENSION MA MEASURE 10% IS 3832 IR P V V
3.0 FINAL INSPECTION
3.1 COMPLETE ASSEMBLY OVERALL DIMENSION CR MEASUREMENT 100 % IS:3832 /APPD IS:3832 /APPD IR P W V
DRG DRG
ENDURANCE TYPE TEST MA TYPE TEST 1 PER SIZE IS 3832 IS 3832 TC P V V
** M : MANUFACTURER / SUB-SUPPLIER
MANUFACTURER / CONTRACTOR C : BHEL / NOMINATED INSPECTION AGENCY.
N : CUSTOMER/ NOMINATED INSPECTION AGENCY.
SUB-CONTRACTOR INDICATE “P” PERFORM “W” WITNESS AND “V” VERIFICATION
SIGNATURE REVIEWED BY NAME & SIGN OF APPROVING AUTHORITY & SEAL
Page 20 of 22
576
51433/2020/PS-PEM-MSX_P
MANUFACTURER’S NAME & ADDRESS: MANUFACTURING QUALITY PLAN PROJECT: 2X660 MW THDC KHURJA TPS- TG &
ITEM: Chain Pulley Block ASSOCIATE.
QP No.: PACKAGE: CHAIN PULLEY BLOCK
REV.:0, Date.:
PAGE: 4 OF 4
Sr. CHARACTERISTICS CLAS TYPE OF CHECK QUANTU REFERENCE ACCEPTANCE FORMAT AGENCY REMARKS
COMPONENT /
No. S M OF DOCUMENT NORMS OF
OPERATION
CHECK RECORD M C N
5. M C/N 11.
1. 3. 6. 7. 8. 9.
2. 4.
10.
** M : MANUFACTURER / SUB-SUPPLIER
MANUFACTURER / CONTRACTOR C : BHEL / NOMINATED INSPECTION AGENCY.
N : CUSTOMER/ NOMINATED INSPECTION AGENCY.
SUB-CONTRACTOR INDICATE “P” PERFORM “W” WITNESS AND “V” VERIFICATION
SIGNATURE REVIEWED BY NAME & SIGN OF APPROVING AUTHORITY & SEAL
Page 21 of 22
577
514
REV: 00 DATE:
STANDARD ELECTRICAL SCOPE BETWEEN BHEL AND VENDOR (FOR EPC PROJECTS)
CPU
PACKAGE: ELECTRIC HOIST FOR AC VENTILATION.
PROJECT: 2X660 MW THDC KHURJA TPS- TG & ASSOCIATE PKG.
SCOPE OF VENDOR: SUPPLY, ERECTION & COMMISSIONING OF VENDOR’S EQUIPMENT.
1 Isolating Switch Vendor Vendor BHEL will provide one number 415 V (3ph, 3W) supply feeder only
up to isolating switches for cranes. Any other voltage level (AC/DC)
required will be derived by the vendor. Motor starter shall be part of
crane control panel.
2 Power cables, control cables, screened control cables and any Vendor Vendor Cable from supply feeder to isolating switch shall be in BHEL
special cables (if required) between equipment supplied by scope.
vendor.
3 Cabling material (cable trays, accessories, cable tray supporting Vendor Vendor
system, conduits etc).
4 Equipment Earthing Vendor Vendor All equipment metallic enclosures / frames, metal structure etc.
shall be grounded at two points each to the nearest grounding
points / risers provided by BHEL.
5 Motors Vendor Vendor
6 Cable glands and lugs for equipment supplied by vendor Vendor Vendor 1. Double compression Ni-Cr plated brass cable glands
2. Solder less crimping type heavy duty tinned copper lugs
for power & control cables.
7 a) Input cable schedules (C & I) Vendor - Cable listing for Control and Instrumentation Cable in enclosed
b) Cable interconnection details for above Vendor - excel format shall be submitted by vendor during detailed
c) Cable block diagram Vendor - engineering stage.
8 Equipment layout drawings Vendor -
9 Electrical Equipment GA drawing Vendor - For necessary interface review.
Page 22 of 22
578
51433/2020/PS-PEM-MSX_P
TITLE: BHEL DOCUMENTS NO.: PE-TS-475-155-A001
TECHNICAL SPECIFICATION FOR
CONDENSATE POLISHING UNIT VOLUME IIB
SECTION – IIA
2X660 MW KHURJA STPP REV. NO. 00 DATE:
(1) SCOPE
This specification covers the design, material, construction features, manufacture, inspection,
testing the performance at the Vendor's/Sub-Vendor's Works and delivery to site of
Horizontal Centrifugal Pumps.
In case of any contradiction with aforesaid standards and the stipulations as per the technical
specifications as specified hereinafter the stipulations of the technical specifications shall
prevail.
(a) The Pump shall be capable of developing the required total head at rated capacity for
continuous operation. Also the pumps shall be capable of being operated to give
satisfactory performance at any point on the HQ characteristics curve. The operating
range of the pump shall be 40% to 120% of the duty point unless otherwise mentioned
elsewhere. The maximum efficiency of pump shall preferably be within ± 10% of the
rated design flow as indicated in data sheets.
(b) The total head capacity curve shall be continuously rising from the operating point
towards shut off without any zone of instability with the highest head at shut-off
condition. Shut-off head shall be more than the rated design head and the percentage
variation may vary depending on the specific speed of the pumps (i.e) 10-15% for
pumps of specific speed upto1000 US units, about 15 to 20% for specific speed in the
range of 1000 to 2000 US units, about 20% to 40% for specific speed of 2000 to 4000
US units and above 50% for specific speed of 4000 to 7000 US Units
(c) Pumps of a particular category shall be identical and shall be suitable for parallel
operation with equal load division. The head Vs capacity and BHP Vs capacity
characteristics should match to ensure even load sharing and trouble free operation
throughout the range. Components of identical pumps shall be interchangeable.
(d) Pumps shall run smoothly without undue noise and vibration. Peak to peak vibration
limits shall be restricted to the following values during operation:
The noise level shall not exceed 85 dBA overall sound pressure level reference 0.0002
microbar (the standard pressure reference for air sound measurement) at a distance of
1 M from the equipment surface.
(e) The pumps shall be capable of starting with discharge valve fully open and close
condition. Motors shall be selected to suit to the above requirements.
(f) Pumps shall be so designed that pump impellers and other accessories of the pumps
are not damaged due to flow reversal.
(g) The Contractor under this specification shall assume full responsibility in the operation
of pump and motor as a unit.
(a) Design and construction of various components of the pumps shall conform to the
following general specifications. For material of construction of the components, data
sheets shall be referred to.
Pump casing shall have axially or radially split type construction as specified. The
casing shall be designed to withstand the maximum shut-off pressure developed by the
pump at the pumping temperature.
Pump casing shall be provided with a vent connection and piping with fittings & valves.
Casing drain as required shall be provided complete with drain valves, piping and
plugs. It shall be provided with a connection for suction and discharge pressure gauge
as standard feature. It shall be structurally sound to provide housing for the pump
assembly and shall be designed hydraulically to minimum radial load at part load
operation.
(c) Impeller
The impeller shall be secured to the shaft, and shall be retained against circumferential
movement by keying, pinning or lock rings. On pumps with overhung shaft, impellers
shall be secured to the shaft by a lockout or cap screw which tightness in the direction
of normal rotation.
Replaceable type wearing rings shall be provided at suitable locations of pumps as per
manufacturer's standard practice. Suitable method of locking the wearing ring shall be
used.
(e) Shaft
The critical speed shall be well away from the operating speed and in no case less than
130% of the rated speed.
The shaft shall be ground and polished to final dimensions and shall be adequately
sized to withstand all stresses from rotor weight, hydraulic loads, vibration and torques
coming in during operation.
Renewable type fine finished shaft sleeves shall be provided at the stuffing
boxes/mechanical seals. Length of the shaft sleeves must extend beyond the outer
faces of gland packing of seal end plates so as to distinguish between the leakage
between shaft and shaft sleeve and that past the seals/gland.
Shaft sleeves shall be fastened to the shaft to prevent any leakage or loosening. Shaft
and shaft sleeve assembly should ensure concentric rotation.
(g) Bearings
Heavy duty bearings, adequately designed for the type of service specified in the
enclosed pump data sheet and for long, trouble free operation shall be furnished.
The bearings offered shall be capable of taking both the radial and axial thrust coming
into play during operation. In case, sleeve bearings are offered additional thrust
bearings shall be provided. Antifriction bearings of standard type, if provided, shall be
selected for a minimum life 20,000 hrs. of continuous operation at maximum axial and
radial loads and rated speed.
Proper lubricating arrangement for the bearings shall be provided. The design shall be
such that the bearing lubricating element does not contaminate the liquid pumped.
Where there is a possibility of liquid entering the bearings suitable arrangement in the
form of deflectors or any other suitable arrangement must be provided ahead of
bearings assembly.
Bearings shall be easily accessible without disturbing the pump assembly. A drain plug
shall be provided at the bottom of each bearings housing.
Stuffing boxes of packed ring construction type shall be provided wherever specified.
Packed ring stuffing boxes shall be properly lubricated and sealed as per service
requirements and manufacturer's standards. If external gland sealing is required, it
shall be done from the pump discharge. The Bidder shall provide the necessary piping
valves, fittings etc. for the gland sealing connection.
Wherever specified in pump data sheet, mechanical seals shall be provided. Unless
otherwise recommended by the tenderer, mechanical seals shall be of single type with
either sliding gasket or bellows between the axially moving face and shaft sleeves or
any other suitable type. The sealing faces should be highly lapped surfaces of
materials known for their low frictional coefficient and resistance to corrosion against
the liquid being pumped.
(j) The pump supplier shall coordinate with the seal maker in establishing the seal
chamber of circulation rate for maintaining a stable film at the seal face. The seal
piping system shall form an integral part of the pump assembly. For the seals under
vacuum service, the seal design must ensure sealing against atmospheric pressure
even when the pumps are not operating. Necessary provision for seal water supply
along with complete piping fittings and valves as required shall form integral part of
pump supply.
The pump and motor shafts shall be connected with an adequately sized flexible
coupling of proven design with a spacer to facilitate dismantling of the pump without
disturbing the motor. Necessary coupling guards shall also be provided.
A common base plate mounting both for the pump and motor shall be furnished. The
base plate shall be fabricated steel and of rigid construction, suitably ribbed and
reinforced. Base plate and pump supports shall be so constructed and the piping unit
so mounted as to minimise misalignment caused by mechanical forces such as normal
piping strain, internal differential thermal expansion and hydraulic piping thrust.
Suitable drain troughs and drip lip shall be provided.
Assembly and dismantling of each pump with drive motor shall be possible without
disturbing the grouting base plate or alignment.
Continuous Motor rating (at 50 0 C ambient) shall be at least ten percent (10%) above
the maximum load demand of the pump in the entire operating range to take care of the
system frequency variation and in no case less than the maximum power requirement
at any condition of the entire characteristic curve of the pump. The KW rating of the
drive unit shall be based on continuously driving the connected equipment for the
conditions specified. However, in cases where parallel operation of the pumps are
specified, the actual motor rating is to be selected by the Bidder considering
overloading of the pumps in the event of tripping of operating pump(s).
SUBMERSIBLE PUMPS
1.00.00 SCOPE
1.01.00 This specification covers general requirements in respect of design, material, manufacture,
construction, testing & inspection at Vendor's / sub-vendor's delivery to site, of submersible
pumps.
The design manufacture and performance of submersible pumps shall be comply with all
currently applicable statues, regulation, and safely codes in the locality where the Equipment
will be installed. The Equipment shall also conform to the latest applicable Indian standards
listed below other Nation Standards are acceptable, if they are established to be equal or
superior to the listed standards. Nothing in these specifications shall be construed to relieve
the contractor of this responsibility.
In case of any contradiction with aforesaid standards and the stipulations as per technical
specification as specified hereinafter the stipulation of the technical specification shall prevail.
a) The pump shall be of single stage mono - block type with non-clog design.
Continuous motor rating (at 50 deg. C ambient) for pumps shall be atleast ten percent (10%)
above the maximum load demand of the driven equipment in the complete operating range to
take care of the system frequency variations.
b) Pumps shall be able to pass through solids upto 40 mm and capable of handling
waste water which may contain, sludge, plastic solids etc.
c) Coupling device shall ensure leak proof joint between the pump and discharge
elbow. This shall also enable pump to be removed from the sumps without the
necessity of dismantling any nuts, bolts etc.
d) Pumps shall be portable type and capable of using in any sump as and when
required. Pump shall be provided with required stool, flexible, hoses chain
connection etc. for easy installation, removal and maintenance. Adequate length of
chain required for lowering the pump into the sump and flexible type discharge pipe
shall be provided.
e) Impeller
6.00.00 MOTOR
ii) The motor shall be suitable for operation when submersed in water. The housing
shall have required degree of protection.
iii) Necessary arrangement to be made to make cable entry absolutely water tight, with
cores cast in insulation along with cable gland 'O' ring seat.
v) Moisture sensors are to be embedded in motor chamber to trip the motor in case of
moisture entry in motor due to failure of pump mechanical seal.
vi) Motor shall be oil filled/oil lubricated or water filled type. Pressure equalizing
diaphragm and sand guards with seal shall be provided to prevent the water and
sand entering the motor.
vii) Power supply to the motor and control connections shall be preferably combined in
one cable and shall be flexible copper conductor PVC insulated, armoured and
overall hard grade PVC sheathed, and suitable for under water service. The cable
gland shall be properly sealed to prevent entry of pumped liquid the motor. Length of
the cable shall be of suitable for site conditions. The cable shall be terminated on the
control panel with necessary facility to terminate with the power receptacle.
viii) For pumps which are specified under portable application, Cable shall be suitable for
continuous winding/un winding duty on a cable reeling drum and shall be installed on
a trolley mounted on wheels. Associated control panel is also to be mounted on the
trolley.
ix) Water level controller shall be provided which should be with two level controls, high
to start and low to stop.
Material of Construction
f) The discharge, suction /column pipes shall be heavy grade Carbon steel externally
lined with epoxy or galvanised.
Material of Construction
PRE-COMMISSIONING AND
COMMISSIONING
1.00.00 GENERAL
1.02.00 It shall be the responsibility of the Contractor to provide all necessary temporary
instrumentation and other measuring devices required during start-up and initial
operation of the equipment systems which are installed by him. The Contractor shall
also be responsible for flushing & initial filling of all oils & lubricants required for the
equipment furnished and installed by him so as to make such equipment ready for
operation. The Contractor shall be responsible for supplying such flushing oil and
other lubricants unless otherwise specified elsewhere in these specifications &
documents.
1.03.00 The Contractor upon completion of installation of equipments and systems, shall
conduct precommissioning and commissioning activities, to make the facilities ready
for sustained safe, reliable and efficient operation. All precommissioning/
commissioning activities considered essential for such readiness of the facilities
including those mutually agreed and included in the Contractors quality assurance
programme as well as those indicated in clauses elsewhere in the technical
specifications shall be performed by the Contractor.
The Contractor shall submit to the Employer, his testing/ commissioning schedules
for various equipments/ systems covered under the contract, for approval, at least
18 months before the actual commissioning of the equipment/ systems.
3.01.00 General
The pre-commissioning activities including some of the important checks & tests for
certain major equipment/ systems (as a minimum) are described below, although it
is the Contractor's responsibility to draw up a detailed sequential & systematic list of
checks / tests and various activities / procedures connected with pre-commissioning
of the complete facilities with all systems, sub-systems and equipment supplied and
installed by him and get the same approved by the Employer.
The following test shall be demonstrated during commissioning for which the bidder
has to furnish the procedure and get the approval of employer.
Start-up time (upto full load), and loading capabilities for the Turbine
Generator together for cold start conditions (greater than 36 hours
shutdown), warm start conditions (between 8 and 36 hours shutdown) and
hot start conditions (less than 8 hours shutdown) as indicated by the
Contractor in the offer and accepted by the EMPLOYER shall be
demonstrated, ensuring that the various turbine operational parameters like
vibration, absolute and differential expansion, eccentricity and steam-metal
temperature mismatch etc. are within design limits.
The steam-metal temperature differential for cold, warm and hot start up ,
loading / unloading and shutdown conditions shall be within the permissible
limits indicated by the Bidder in the offer and accepted by the Employer.
(b) Demonstration of minimum ramp rate of 5% per minute above the control
load (i.e. 50% MCR).
NOTE: While conducting the tests of (a) above the condenser pressure
measurement shall be done at 300mm above the top row of condenser
tubes.
Under all these conditions, while passing the required steam flows as per the
relevant heat balances, the condenser should be able to swallow the entire
steam without increasing the exhaust hood temperature and condenser
pressure beyond the maximum permissible value indicated by the BIDDER in
his offer and accepted by the EMPLOYER. The same shall be
demonstrated.
(c) Air leakage in the condenser under full load condition shall not
exceed more than 50% of design value taken for sizing the condenser
air evacuation system.
(e) The capacity of each vacuum pump in free dry air under standard
conditions at a condenser pressure of 25.4 mm Hg (abs) and sub
cooled to 4.17 deg.C below the temperature corresponding to
absolute suction pressure shall not be less than 20 SCFM. Correction
curves for establishing the capacity at site conditions shall also be
furnished.
(f) The air and vapour mixture from air cooling zone of condenser shall
be 4.17 deg.C below the saturation temperature corresponding to
25.4 mm Hg (abs) suction pressure. Correction curves for
establishing the same at site conditions shall also be furnished.
(g) Condenser on load tube cleaning system life of sponge rubber balls &
Number of balls lost during 1000 hrs of plant operation shall be as
indicated by bidder in the offer & accepted by the Employer.
(iii) Steam Condensing Plant for drive turbine condenser (if envisaged)
(b) Air leakage in the condenser under full load condition shall not
exceed more than 50% of design value taken for sizing the condenser
air evacuation system.
(c) The capacity of each vacuum pump in free dry air under standard
conditions at a condenser pressure of 25.4 mm Hg (abs) and sub
cooled to 4.17 deg.C below the temperature corresponding to
absolute suction pressure shall be demonstrated. Correction curves
for establishing the capacity at site conditions shall also be furnished.
(d) The air and vapour mixture from air cooling zone of condenser shall
be 4.17 deg.C below the saturation temperature corresponding to
25.4 mm Hg (abs) suction pressure. Correction curves for
establishing the same at site conditions shall also be furnished.
(a) TTD's and DCA's of feed water heaters in line with 660 MW TMCR
heat balance shall be demonstrated.
(a) Each CEP set shall be capable of delivering flow & total dynamic
head corresponding to runout point as specified.
(b) The vibration, noise level and parallel operation of any two of the
three pumps shall be demonstrated.
(a) Each drip pump shall be capable of delivering flow & total dynamic
head corresponding to design point as specified.
(a) Each boiler feed pump set shall be capable to deliver flow and total
dynamic head corresponding to runout point as specified elsewhere.
(b) The vibration, noise level and parallel operation of any two of the
three pumps shall be demonstrated as per specification requirements.
(c) Cold start up / hot start up of the unit using TDBFP with motive
steam from auxiliary steam header.
a) The vibration, noise level and parallel operation, wherever applicable, of the
pumps, blowers, fans, compressors and rotating equipment shall be
demonstrated.
(a) Hydraulic Test for STG integral piping, heat exchangers, condenser tubes &
condenser, equipment cooling water system pipes and associated equipment
etc. shall be done. The hydraulic test of other piping system as per statutory
requirement and specified elsewhere shall also be carried out. All equipment
needed for the tests shall be furnished by the Contractor.
(b) Oil flushing of lube oil system, control & jacking oil system, etc. for turbines
shall be done. Entire flushing oil requirement & refilling with fresh oil and other
consumables along with flushing equipment shall be met by the Contractor.
(c) High Pressure/Low Pressure (HP/LP) bypass tests, vacuum tightness test as
per approved procedures shall be done by the Contractor after arranging &
lining up of all the necessary equipment by him.
(d) Steam blowing & chemical cleaning, as applicable of integral piping of the
turbo-generator, Low pressure piping, Power cycle piping & other piping in the
scope of the Contractor shall be done by the Contractor.
(e) Steam blowing & chemical cleaning, as applicable of integral piping of CEP
sets & other piping in the scope of the Contractor shall be done by the
Contractor.
(f) All tests and activities pertaining to the CEP and its drive as per manufacturer's
recommendations and as given in the chapter and covered in the specification.
(g) Steam blowing & chemical cleaning, as applicable of integral piping of Drip
Pump sets & other piping (if applicable) in the scope of the Contractor shall be
done by the Contractor.
(h) All tests and activities pertaining to the Drip Pump and its drive (if applicable)
(i) Steam blowing & chemical cleaning, as applicable of integral piping of the
Heaters & other components in the scope of the Contractor shall be done by
the Contractor.
(j) All tests and activities pertaining to the Heater as per manufacturer's
recommendations and as given in the chapter and covered in the specification.
(k) Oil flushing of lube oil system, control & jacking oil system, for BFP sets shall
be done. Entire flushing oil requirement & refilling with fresh oil and other
consumables alongwith flushing equipment shall be met by the Contractor.
(l) Steam blowing & chemical cleaning, as applicable of integral piping of BFP
sets & other piping in the scope of the Contractor shall be done by the
Contractor.
(m) All tests and activities pertaining to the BFP and its drive as per manufacturer's
recommendations and as given in the chapter and covered in the specification.
(n) Hydraulic Test for all low and high pressure piping, equipment cooling water
system pipes and associated equipment etc. shall be done as per statutory
requirement and specified elsewhere shall be carried out. All equipment
needed for the tests shall be furnished by the Contractor.
(o) All tests and activities pertaining to the Generator and Excitation as per
manufacturer's recommendations and covered in the specification.
(p) All tests and activities pertaining to the Generator Auxiliaries viz Primary water
system, Seal oil system, Gas system etc., as per manufacturer's
recommendations and covered in the specification.
(q) Any other pre-commissioning checks/ tests and activities as described below
and also those mutually agreed between the Contractor & the Employer shall
be undertaken .
CONTROL & INSTRUMENTATION SYSTEM REQUIREMENTS
3.02.07 For STG integral controls the following requirement shall be demonstrated through
native HMI of the respective DDCMIS..
3.02.08 The offered control system shall meet the requirement of initial pressure at turbine
inlet as per the requirement of IEC-45-1 or equivalent as defined under mechanical
sections of the specification. In order to realize the stipulated process requirement of
TG systems that will be realized by interaction with employer procured control
system Bidder will provide all required data and necessary interfaces so that
Integrated Plant operation and control can be seamlessly realized by the employer.
3.02.09 The offered control system shall meet the process requirements specified under Sub
Section OPERATING CAPABILITY OF THE PLANT, Part-B of Technical
Specifications
3.02.10 Further the Contractor DDCMIS SG C&I part of DDCMIS shall be
properly integrated to achieve total plant operation. All required interfacing
requirements shall be provided by the Contractor for enabling this integration of the
total plant C&I and achieving the performance requirements. Tests in this regard
shall be carried out at site by the Employer to verify the integrated performance of
the total plant C&I. In case during these tests or otherwise it is observed that the
behaviour/response of Contractor's system (drives actuators/valves etc.) is not
satisfactory/acts as a limitation/restriction in achieving the permissible limits, the
Contractor shall carry out all required modifications, rectification etc. in his systems
without any price repercussions whatsoever so that the permissible limits can be
achieved. Contractor shall depute his experts for associating in the above tests and
also for carrying out the necessary modifications, rectification etc. in Contractor's
equipment and Control systems.
3.02.11 In case the Contractor feels that some specific requirements are to be met by the
SG C&I contractors, then the same has to be clearly brought out in the offer. (For
example the loop reaction time is specified as 500 millisec. in SG C&I specification).
3.02.12 Contractor shall meet system performance and parametric requirement follows -
3.02.13 system ,the following parametric tests shall also
be conducted under worst case loading conditions (details of worst case loading
shall be as agreed during detailed engineering.)
- CPU loading, spare duty cycle, Memory Spare Capacity (if applicable
as per standard practice of bidder)
(iii) Spare duty cycle for system bus (if applicable as per standard practice of
bidder)
3.02.14 For the parametric test, the following requirements shall be met
- Under worst case loading of MMIPIS and system bus each MMIPIS
processor shall have 40% free time when measured over any two
second period and 50% free time when measured over any one
minute period. (if applicable as per standard practice of bidder)
- The Bidder shall furnish all necessary data to fully satisfy the
Employer that the processor spare duty cycle figures quoted by the
Bidder are realistic and based on configuration and computation
capability of the offered system and these shall be actually achieved
in the fully implemented system as commissioned at project site.
The system bus shall have min. 50% free time during the worst case loading
conditions of control system, MMIPIS and the system Bus, measured over
any 2 seconds interval. (if applicable as per standard practice of bidder)
(b) Command:
The response time for screen update, after the execution of the control
command, from the time the command is issued (for example command to
start a motor to the time the screen is updated) shall be within two seconds
(excluding the drive actuation time).
A) TESTING SCHEDULES
3. HP BYPASS SYSTEM
4. LP BYPASS SYSTEM
F) HEATERS
17. STEAM BLOWING OF GLAND SEAL PIPE LINES, AUX. STEAM PIPELINE
18. CEP
20. HEATER
21. DEAERATOR
22. BFP
C) WATER SYSTEM
D) HEAT EXCHANGERS
28. STEAM BLOWING OF GLAND SEAL PIPE LINES, AUX. STEAM PIPELINE
29 HT MOTORS
B) COMMISSIONING SCHEDULE
5. LP HEATERS
6. HP HEATERS
C) COMMISSIONING TESTS/CHECKS
2. Condenser vacuum test, feed water heater operational tests for establishing
correct cascaded flow, heater water levels etc. & checking of all parameters
as per approved heat balance diagrams.
3. Test for HP/LP bypass valves operation & their control system.
9. Checks on operation of all individual control loops in the CEP control system.
11. Checks on operation of all individual control loops in the Drip Pump control (if
applicable) system.
12. Feed Water Heater operational test for establishing correct cascaded flow,
heater water levels and checking of all parameters as per approved heat
balance diagram
14. Checks on operation of all individual control loops in the heater and
deaerator control system.
15. Test for operation of governing control system for BFP turbines.
17. Checks on operation of all individual control loops in the BFP control system.
18. Checks on correct functioning of the BFP Turbine for Turbine Protection
System (TPS), Turbine Supervisory Control System (TSCS) for main turbine,
Automatic Turbine Run-up System (ATRS), Automatic Testing of Turbine
(ATT).
19. Calibration tests of orifice, flow nozzles, instruments and control equipment
to the extent included in these specifications.
20. Checks on operation of all rotating equipments to ascertain level of noise and
vibration
21. Checks on operation of all static equipments to ascertain level of noise and
vibration
22.
scope of work.
The Contractor shall furnish all labour, materials such as the required chemicals and
other consumables, all equipment such as acid transfer and acid circulating pumps
complete with drive motors, acid storage and acid mixing tanks, all temporary piping,
valves and specialities and local instruments for pressure, temperature and flow
measurements and any other items needed to carry out the process. All equipment
required for chemical cleaning shall be supplied by the contractor.
The Employer will arrange to supply Raw water and Demineralised water required
for the cleaning operations at the Terminal Point's as indicated elsewhere, in the
specification.
The Contractor shall take care to dispose off the used chemicals and the effluents
from the cleaning operations, after neutralisation, meeting all the statutory
regulations and in a manner acceptable to the Project Manager and which would
comply with the norms of the State Pollution Control Board. This include construction
of suitable neutralization pit, channels, disposal equipments etc.
The Contractor shall specifically make all necessary arrangements for prevention of
any fire accidents, explosions etc. during the performance of the chemical cleaning
operations.
The Contractor shall ensure that during the cleaning process the procedure adopted
shall be such as to consume minimum demineralized water.
All equipment needed for such preservation including the nitrogen cylinders,
interconnecting piping and any regulating equipment for N2 cap and other
preservatives shall be provided by the Contractor and the same shall also become
the property of the Employer after completion of the chemical cleaning.
The Contractor shall provide adequate safety and protective equipment for all his
employees and ensure that they are worn at all times of danger. Specialised
treatment equipment (such as required for first aid when using hydrofluoric acid)
must be provided at the place of handling acid. An acid cleaning report and log of
each cleaning must be provided by the Contractor to the Employer, immediately
after the cleaning operation.
Steam blowing of various pipelines shall be carried out by the Contractor as per
requirements/scope of work of this specification. In addition if any other piping, not
specifically mentioned in the scope of the Contractor and is also required to be
steam blown, the Contractor shall also to perform steam blowing of these additional
piping during steam blowing operation.
The Contractor shall give recommended procedures, method of blowing and scheme
for steam blowing indicating clearly additional system, if any, to be cleaned by steam
blowing and furnish data/ write-up/ layouts/ drawings to that effect to the Employer
for the Employer's approval.
The Contractor shall furnish his recommendations regarding use of various test
equipments and instruments and termination/acceptance criteria for steam blowing,
which in any case shall meet the steam turbine-generator requirements.
The systems which should be ready and operational before steam blowing and are
in the scope of the Contractor shall be made ready/operational by the Contractor by
the scheduled date for starting of steam blowing.
Supply of all such spools (as above) and/or blanks, temporary piping and supports
etc. as required, cutting / welding / edge preparation and rewelding required for
blanking, temporary piping connection and/or for replacements by spool pieces shall
be the responsibility of the Contractor. After steam blowing removal of spool pieces
& temporary piping and reinstallation of various components, shall also be the
responsibility of the Contractor.
The Contractor shall ensure successful and timely completion of steam blowing of all
systems and will render all help/services as required including:
All pre-commissioning tests & activities as indicated above and elsewhere in the
technical specification shall be performed by the Contractor.
3.07.01 General
Contractor shall carry out these checks/tests at site to prove to the Employer that
each equipment of the supply complies with requirements stipulated and is installed
in accordance with requirements specified. Before the plant is put into initial
operation the Contractor shall be required to conduct test to demonstrate to the
Employer that each item of the plant is capable of correctly performing the functions
for which it was specified and its performance, parameters etc. are as per the
specified/approved values. These tests may be conducted concurrently with those
required under commissioning sequence.
The Contractor shall finalise the protocol of check lists, after erection of the system
and equipment, as per International Codes/Standard with the Employer.
The Contractor shall furnish requisite no. of copies of procedures and list of start up,
precommissioning, commissioning and initial operation tests for Employer's
approval.
The Contractor shall also demonstrate the performance of all C&I equipment, the
tests on main equipment or prior to that as the case may be.
Other tests shall be conducted, if required by the Employer, to establish that the
plant equipments are in accordance with requirements of the specifications.
5.00.00 The Contractor shall conduct all the commissioning tests and undertake
commissioning activities pertaining to all other auxiliaries and equipments including
all Electrical & C&I equipment/systems not specifically brought out above but are
within the scope of work and facilities being supplied & installed by the Contractor
and follow the guidelines indicated above or elsewhere in these technical
specifications (Section-VI).
6.01.00 It will be the responsibility of the Contractor to provide all commissioning spares
including consumable spares required for initial operation till the Completion of
Facilities. The Contractor shall furnish a list of all commission-ing spares within 60
days from the date of Notification of Award and such list shall be reviewed by the
Employer and mutually agreed to. However. such review and agreement will not
absolve the Contractor of his responsibilities to supply all commissioning spares so
that initial operation do not suffer for want of commissioning spares. All
commissioning spares shall be deemed to be included in the scope of the Contract
at no extra cost to the Employer.
6.02.00 These spare will be received and stored by the Contractor atleast 3 months prior to
the schedule date of commencement of initial operation of the respective equipment
and utilised as and when required. The unutilised spares and replaced parts, if any,
at the end of successful completion of guarantee tests shall be the property of the
Contractor and he will be allowed to take these parts back at his own cost with the
permission of Employer.
Project name :
Project number :
Package Name :
PO reference :
Document number :
Revision number :
CONTENT
5. CONCLUSION
This guideline is prepared in intent to provide proper site storage and preservation of the
Mechanical, Electrical and C & I items / equipment supplied under various bought out
packages/items. This storage procedure shall be followed at different power plant sites by
concerned agency for storage and preservation from the date of equipment received at
site until the same are erected and handed over to the customer.
Many of the items may be required to be kept in stores for long period. It shall therefore
be essential that proper methods of storage and preservation be applied so that items do
not deteriorate, loose some of their properties and become unusable due to atmospheric
conditions and biological elements.
1. To the extent feasible, materials should be stored near the point of erection. The
storage areas should have adequate unloading and handling facilities with adequate
passage space for movement of material handling equipment such as cranes, fork lift
trucks, etc. The storage of materials shall be properly planned to minimise time loss
during retrieval of items required for erection.
2. The outdoor storage areas as well as semi-closed stores shall be provided with
adequate drainage facilities to prevent water logging. Adequacy of these facilities shall
be checked prior to monsoon.
3. The storage sheds shall be built in conformity with fire safety requirements. The stores
shall be provided with adequate lights and fire extinguishers. ‘No smoking’ signs shall
be placed at strategic locations. Safety precautions shall be strictly enforced.
4. Adequate lighting facility shall be provided in storage areas and storage sheds and
security personnel positioned to ensure enforcement of security measures to prevent
theft and loss of materials.
5. Adequate number of competent stores personnel and security staff shall be deployed
to efficiently store and maintain the equipment / material.
Page 1 of 13
611
51433/2020/PS-PEM-MSX_P
preserving the identification marks and tags in good condition. The group codes shall
be displayed on the racks
6. At no time shall any materials be stored directly on ground. All materials shall be
stored minimum 200 mm above the ground preferably on wooden sleepers
1. All special measures to prevent corrosion shall be taken like keeping material in dry
condition, avoiding the equipment coming in contact with corrosive fluid like water,
acid etc.
2. Materials which carry protective coating shall not be wrapped in paper, cloth, etc., as
these are liable to absorb and retain moisture. The material shall be inspected and in
case of signs of wear or damages to protective coating, that portion shall be cleaned
with approved solution and coated with an approved protective paint. Complete record
of all such observations and protective measures taken shall be maintained.
3. Generally equipment supplied at site are properly greased or rust protective oil is
applied on machined/ fabricated components. However periodic inspection shall be
carried out to ensure that protection offered is intact.
4. While handling the equipment, no dragging on the ground is permitted. Avoid using
wire rope for lifting coated components. Use polyester slings (if possible) otherwise
protective material (e.g. clothes, wood block etc.) should be used while handling the
components with rope / slings
5. For Equipment supplied with finished paint, touch paint shall be done in case any
surface paint gets peeled off during handling. Otherwise such surfaces shall
necessarily be wrapped with polythene to avoid any corrosion. Further for equipment
wherein finish coat is to be applied at site, site to ensure that equipment is received
with primer coat applied.
6. It shall be ensured by periodic inspection that plastic inserts are intact in tapped holes,
wherever applicable.
7. Pipes shall be blown with air periodically and it shall be ensured that there is no
obstruction.
8. Silica gel or approved equivalent moisture absorbing material in small cotton bags
shall be placed and tied at various points on the equipment, wherever necessary.
Page 2 of 13
612
51433/2020/PS-PEM-MSX_P
10. All the electrical equipment such as motors, generators, etc. shall be tested for
insulation resistance at least once in three months and a record of such measured
insulation values shall be maintained.
- In case of any damages, these shall be promptly notified and in all cases, the
repairs / rectification shall be carried out.
- Any items found damaged or not suitable as per project requirements shall be
removed from site. If required to store temporarily, they shall be clearly
marked and stored separately to prevent any inadvertent use.
Page 3 of 13
613
51433/2020/PS-PEM-MSX_P
The types of storage are broadly classified under the following heads:
i Closed storage with dry and dust free atmosphere. (C )
The closed shed can be constructed by using cold-rolled / tubular components for
structure and corrugated asbestos sheets / galvanised iron sheets for roofing. Brick
walls / asbestos sheets can be used to cover all the sides. The floor of the shed can
be finished with plain cement concrete suitably glazed. The shed shall be provided
with proper ventilation and illumination.
Page 4 of 13
614
51433/2020/PS-PEM-MSX_P
A separate yard to be identified as “scrap yard” slightly away from main open yard to
store wooden/steel scraps, which are to be disposed off. This is required to avoid mix
up with regular components as well as to avoid fire hazard.
Some of the components, which are having both machined & un-machined surfaces
and are bulky, shall be stored in open storage area on a raised ground and suitably
covered with water proof / fire retardant tarpaulin.
Page 5 of 13
615
51433/2020/PS-PEM-MSX_P
The equipment listed below shall be stored and inspected as per requirement mentioned in the
table below.
Type of
Sl. No. Description of the equipment Check for Remarks
Storage
Raw material /mechanical items like pipes, plates, structure sections etc.)
Damage , paint,
Provide end
1. Steel pipes ( lined/unlined) S corrosion, rubber
cap
lining peeling
Damage, paint,
2. MS Plates S
corrosion
3. SS Plates S Damage
Provide end
4. Non-metallic pipes S Damage, cracks
cap
Provide end
5. Stainless steel pipes S Damage ,
cap
Damage, paint,
6. MS sections, beams S
corrosion
Damage, condition of
7. Cable trays S
preservations
Damage, paint,
10. Hangers Rods S
packing
Damage, paint,
13. Castings O
corrosion
Covered
Atmospheric storage tanks Damage, paint, nozzles
15. O
(unlined) corrosion
Page 6 of 13
616
51433/2020/PS-PEM-MSX_P
Type of
Sl. No. Description of the equipment Check for Remarks
Storage
Damage, paint,
16. Pressure vessels (lined) S corrosion, rubber
lining
Damage, paint,
17. Atmospheric storage tanks(lined) S corrosion, rubber
lining
Damage , paint,
18. Support structures O
corrosion
Damage , paint,
19. Flanges C
corrosion
Damage , paint,
21. Vessels internals C
corrosion ,packing
Damage , paint,
22. Grills S
corrosion
Damage , paint,
23. Angles S
corrosion
Damage , paint,
25. Cranes, rails S
corrosion
Damage , paint,
26. Stair cases O
corrosion
Damage , paint,
27. Ladders/handrails O
corrosion
Damage , paint,
28. Fabricated ducts S
corrosion
Damage , paint,
29. Isolation Gates O
corrosion
Damage , paint,
30. Fabricated boxes/panels S
corrosion
Page 7 of 13
617
51433/2020/PS-PEM-MSX_P
Type of
Sl. No. Description of the equipment Check for Remarks
Storage
Provide end
32. Fittings S Damage , packing
cap
Provide end
38. SS tubing C Damage , packing
cap
Damage , packing,
44. Gear box C
corrosion
Damage , packing,
45. Bearings C
corrosion
Damage , packing,
46. Fans S
corrosion
Damage , packing,
47. Dosing skids S
corrosion
Damage , packing,
48. Pump assemblies S
corrosion
Page 8 of 13
618
51433/2020/PS-PEM-MSX_P
Type of
Sl. No. Description of the equipment Check for Remarks
Storage
Damage , packing,
51. Elevators( CONTAINERIZED) O
corrosion
Chemicals and consumables ( acid, alkali, paints, oils, reagents and special chemicals)
Store in
canes/
storage
tank in Date of production/ hazardous
66. Hydro Chloric Acid (HCl)
dyke leakage/fumes chemical
area
Store in
canes/
storage
tank in Date of production/ hazardous
67. Sulphuric acid (H2SO4 )
dyke leakage/fumes chemical
area
Page 9 of 13
619
51433/2020/PS-PEM-MSX_P
hazardous
chemical ,self-life
To be stored Date of production/ normally 15-30
69. Sodium hypo chlorite
under shed leakage/ fumes days after which
strength of
chemical decays
Store in closed
Date of production/ storage tanks,
70. Ammonia S
leakage/ fumes hazardous
chemical
Prevent moisture,
74. Alum bricks C Damage to packing
rain
Store in closed
75. Poly electrolyte S
storage tanks
Page 10 of 13
620
51433/2020/PS-PEM-MSX_P
Prevent moisture,
85. Cement C Damage of packing
rain
Refer
87. ION exchange resins C Damage , packing manufacturer
guidelines
Refer
88. RO membranes C Damage , packing manufacturer
guidelines
Refer
89. UF membranes C Damage , packing manufacturer
guidelines
Refer
90. Cleaning chemicals C Damage , packing manufacturer
guidelines
Refer
Chemicals for
91. C Damage , packing manufacturer
analysers/calibration
guidelines
Page 11 of 13
621
51433/2020/PS-PEM-MSX_P
5. CONCLUSION
Concerned storage agency at site should make sure that loss in equipment performance
and wear & tear are minimised through proper storage and preservation. The above are
broad guidelines and cover major equipment / materials. However specific storage
practices shall be followed as per manufacturer recommendation. All the necessary
measures even in addition to the ones mentioned above, if found necessary, should be
taken to achieve the objective.
Page 12 of 13
622
51433/2020/PS-PEM-MSX_P
Page 13 of 13
623
51433/2020/PS-PEM-MSX_P
TITLE: BHEL DOCUMENTS NO.: PE-TS-475-155-A001
TECHNICAL SPECIFICATION FOR
CONDENSATE POLISHING UNIT VOLUME IIB
SECTION – IIB
2X660 MW KHURJA STPP REV. NO. 00 DATE:
1$0(2)9(1'25
5(9
1$0( 6,*1$785( '$7( 6($/
SECTION-II
625
51433/2020/PS-PEM-MSX_P
#
!
"
"
77
" *+34/5-/'( ,-,-'6*7/..*)68+933*++79.
'" 6/))*4
'.
" '(+-493-/'(,.*,-94*+
2+,,
7 '
9 >
?,
; 2+,.
C ,
D 2 -
(
?! <0G0)
J6.<G0(6
? F<*'6
E +<%.6!
H F,<,
(,+G
K
) )
J ') ")
I ,!.
L.
M,!.
7 M, .
9 >,!+!,>
; ?+6(
C !.+,
D
.!.< -
> 0,4,3-*4/+-/3394;*+%)4,</(1+
< ,,.tCCML
+
+!++
1$0(2)9(1'25
5(9
1$0( 6,*1$785( '$7( 6($/
SECTION-II
626
51433/2020/PS-PEM-MSX_P
TITLE : SPECIFICATION NO.
GENERAL TECHNICAL REQUIREMENTs PE-SS-999-506-E101
VOLUME NO. : II-B
FOR SECTION : D
REV NO. : 00 DATE : 29/08/2005
LV MOTORS
SHEET : 1 OF 1
FOR
LV MOTORS
The specification covers the design, materials, constructional features, manufacture, inspection and
testing at manufacturer’s work, and packing of Low voltage (LV) squirrel cage induction motors
along with all accessories for driving auxiliaries in thermal power station.
Motors having a voltage rating of below 1000V are referred to as low voltage (LV) motors.
Motors shall fully comply with latest edition, including all amendments and revision, of following
codes and standards:
3.1 Motors and accessories shall be designed to operate satisfactorily under conditions specified in data
sheet-A and Project Information, including voltage & frequency variation of supply system as defined
in Data sheet-A
3.2 Motors shall be continuously rated at the design ambient temperature specified in Data Sheet-A and
other site conditions specified under Project Information
Motor ratings shall have at least a 15% margin over the continuous maximum demand of the driven
equipment, under entire operating range including voltage & frequency variation specified above.
3.3.1 Motor characteristics such as speed, starting torque, break away torque and starting time shall be
properly co-ordinated with the requirements of driven equipment. The accelerating torque at any
speed with the minimum starting voltage shall be at least 10% higher than that of the driven
equipment.
3.3.2 Motors shall be capable of starting and accelerating the load with direct on line starting without
exceeding acceptable winding temperature.
SECTION-II
628
51433/2020/PS-PEM-MSX_P
TITLE : SPECIFICATION NO.
GENERAL TECHNICAL REQUIREMENTs PE-SS-999-506-E101
VOLUME NO. : II-B
FOR SECTION : D
REV NO. : 00 DATE : 29/08/2005
LV MOTORS
SHEET : 2 OF 4
The limiting value of voltage at rated frequency under which a motor will successfully start and
accelerate to rated speed with load shall be taken to be a constant value as per Data Sheet - A during
the starting period of motors.
i) Two starts in succession with the motor being initially at a temperature not exceeding the
rated load temperature.
ii) Three equally spread starts in an hour the motor being initially at a temperature not exceeding
the rated load operating temperature. (not to be repeated in the second successive hour)
iii) Motors for coal conveyor and coal crusher application shall be suitable for three consecutive
hot starts followed by one hour interval with maximum twenty starts per day and shall be
suitable for mimimum 20,000 starts during the life time of the motor
3.4.1 Motors shall run satisfactorily at a supply voltage of 75% of rated voltage for 5 minutes with full load
without injurious heating to the motor.
3.4.2 Motor shall not stall due to voltage dip in the system causing momentary drop in voltage upto 70% of
the rated voltage for duration of 2 secs.
3.5.1 Motors shall withstand the voltage, heavy inrush transient current, mechanical and torque stress
developed due to the application of 150% of the rated voltage for at least 1 sec. caused due to vector
difference between the motor residual voltage and the incoming supply voltage during occasional auto
bus transfer.
3.5.2 Motor and driven equipment shafts shall be adequately sized to satisfactorily withstand transient
torque under above condition.
3.6 Maximum noise level measured at distance of 1.0 metres from the outline of motor shall not exceed
the values specified in IS 12065.
3.7 The max. vibration velocity or double amplitude of motors vibration as measured at motor bearings
shall be within the limits specified in IS: 12075.
4.1 Indoor motors shall conform to degree of protection IP: 54 as per IS: 4691. Outdoor or semi-indoor
motors shall conform to degree of protection IP: 55 as per IS: 4691and shall be of weather-proof
construction. Outdoor motors shall be installed under a suitable canopy
4.2 Motors upto 160KW shall have Totally Enclosed Fan Cooled (TEFC) enclosures, the method of
cooling conforming to IC-0141 or IC-0151 of IS: 6362.
Motors rated above 160 KW shall be Closed Air Circuit Air (CACA) cooled
4.3 Motors shall be designed with cooling fans suitable for both directions of rotation.
SECTION-II629
51433/2020/PS-PEM-MSX_P
TITLE : SPECIFICATION NO.
GENERAL TECHNICAL REQUIREMENTs PE-SS-999-506-E101
VOLUME NO. : II-B
FOR SECTION : D
REV NO. : 00 DATE : 29/08/2005
LV MOTORS
SHEET : 3 OF 4
4.4. Motors shall not be provided with any electric or pneumatic operated external fan for cooling the
motors.
4.5 Frames shall be designed to avoid collection of moisture and all enclosures shall be provided with
facility for drainage at the lowest point.
4.6 In case Class ‘F’ insulation is provided for LV motors, temperature rise shall be limited to the limits
applicable to Class ‘B’ insulation.
In case of continuous operation at extreme voltage limits the temperature limits specified in table-1 of
IS:325 shall not exceed by more than 10qC.
4.7.1 Terminals, terminal leads, terminal boxes, windings tails and associated equipment shall be suitable
for connection to a supply system having a short circuit level, specified in the Data Sheet-A.
Unless otherwise stated in Data Sheet-A, motors of rating 110 kW and above will be controlled by
circuit breaker and below 110 kW by switch fuse-contactor. The terminal box of motors shall be
designed for the fault current mentioned in data sheet “A”.
4.7.2 unless otherwise specified or approved, phase terminal boxes of horizontal motors shall be positioned
on the left hand side of the motor when viewed from the non-driving end.
4.7.3 Connections shall be such that when the supply leads R, Y & B are connected to motor terminals A B
& C or U, V & W respectively, motor shall rotate in an anticlockwise direction when viewed from the
non-driving end. Where such motors require clockwise rotation, the supply leads R, Y, B will be
connected to motor terminals A, C, B or U W & V respectively.
4.7.4 Permanently attached diagram and instruction plate made preferably of stainless steel shall be
mounted inside terminal box cover giving the connection diagram for the desired direction of rotation
and reverse rotation.
4.7.5 Motor terminals and terminal leads shall be fully insulated with no bar live parts. Adequate space
shall be available inside the terminal box so that no difficulty is encountered for terminating the cable
specified in Data Sheet-A.
4.7.7 Separate terminal boxes shall be provided for space heaters.. If this is not possible in case of LV
motors, the space heater terminals shall be adequately segregated from the main terminals in the main
terminal box. Detachable gland plates with double compression brass glands shall be provided in
terminal boxes.
4.7.8. Phase terminal boxes shall be suitable for 360 degree of rotation in steps of 90 degree for LV motors.
4.7.9 Cable glands and cable lugs as per cable sizes specified in Data Sheet-A shall be included. Cable lugs
shall be of tinned Copper, crimping type.
4.8 Two separate earthing terminals suitable for connecting G.I. or MS strip grounding conductor of size
given in Data Sheet-A shall be provided on opposite sides of motor frame. Each terminal box shall
have a grounding terminal.
4.9 General
SECTION-II630
51433/2020/PS-PEM-MSX_P
TITLE : SPECIFICATION NO.
GENERAL TECHNICAL REQUIREMENTs PE-SS-999-506-E101
VOLUME NO. : II-B
FOR SECTION : D
REV NO. : 00 DATE : 29/08/2005
LV MOTORS
SHEET : 4 OF 4
4.9.3 Motors shall be provided with eye bolts, or other means to facilitate safe lifting if the weight is 20Kgs.
and above.
4.9.4 Necessary fitments and accessories shall be provided on motors in accordance with the latest Indian
Electricity rules 1956.
4.9.5 All motors rated above 30 kW shall be provided with space heaters to maintain the motor internal air
temperature above the dew point. Unless otherwise specified, space heaters shall be suitable for a
supply of 240V AC, single phase, 50 Hz.
4.9.6 Name plate with all particulars as per IS: 325 shall be provided
4.9.7 Unless otherwise specified, the colour of finish shall be grey to Shade No. 631 and 632 as per IS:5 for
motors installed indoor and outdoor respectively. The paint shall be epoxy based and shall be suitable
for withstanding specified site conditions.
5.1 All materials, components and equipments covered under this specification shall be procured,
manufactured, as per the BHEL standard quality plan No. PED-506-00-Q-006/0 and PED-506-00-Q-
007/2 enclosed with this specification and which shall be complied.
5.2 LV motors of type-tested design shall be provided. Valid type test reports not more than 5 year shall
be furnished. In the absence of these, type tests shall have to be conducted by manufacturer without
any commercial implication to purchaser.
5.3 All motors shall be subjected to routine tests as per IS: 325 and as per BHEL standard quality plan.
5.4 Motors shall also be subjected to additional tests, if any, as mentioned in Data Sheet A.
a) OGA drawing showing the position of terminal boxes, earthing connections etc.
b) Arrangement drawing of terminal boxes.
c) Characteristic curves:
(To be given for motor above 55 kW unless otherwise specified in Data Sheet).
SECTION-II
CLAUSE
NO.
QUALITY ASSURANCE
MOTOR
TESTS/CHECKS
Welding/Brazing(WPS/PQR)
Make/Type/Rating /General
Electrical Characteristics
Mech/Chem. Properties
Physical Inspection
NDT /DP/MPI/UT
Heat Treatment
Metallography
Dimensional
Visual
TEMS/COMPONENTS
SECTION-II
CLAUSE
NO.
QUALITY ASSURANCE
TESTS/CHECKS
Hydraulic/Leak/Pressure Test
9283/IS 2148/IEC60034\IEC
Routine & Acceptance tests
as per IS-325/IS-4722 /IS-
Thermal Characteristics
Over speed
adhesion
Vibration
Run out
60079-I
ITEMS/COMPONENTS
SECTION-II
CLAUSE
NO.
QUALITY ASSURANCE
a) Less than 30 KW
Acceptance of Motor less than 30 KW is based on COC of the manufacturer & the
contractor confirming as follows:
It is hereby confirmed that the above mentioned motor /motors was/ were manufactured
taking care of NTPC specific requirements regarding ambient temp., voltage & frequency
variation, hot starts, pull out torque, starting KVA/KW, temp. rise, distance between
centre of stud & gland plate and tested in accordance with approved drawing /data
sheets.
CLAUSE NO.
TECHNICAL REQUIREMENTS
Exit signs shall be provided near doors for personnel escape in case of emergency
Two separate cable routes one on each side shall be provided for each boiler unit. Cables
for on set of auxiliaries such as ID, FD, PA fan & half of the coal mills shall be routed in one
route & for other set of auxiliaries through other route.
Cable trays in boiler & ESP area shall be supported from the boiler and ESP structures.
The same shall be coordinated with SG/ESP contractor.
Cable trays in these areas shall be in vertical formation to avoid dust accumulation. No
cable trenches shall be provided in boiler/ESP area.
In offsite pumphouses, overhead cable tray arrangement shall be followed. However cable
trenches may be considered below switchgear/mcc.
Trestle In fuel oil pump house, overhead cable tray arrangement shall be provided. RCC
trenches provided in MCC room shall be separated from fuel oil area to avoid oil
accumulation.
2.01.09 The cable slits to be used for motor/equipment power/control supply shall be sand filled &
covered with PCC after cabling.
2.01.10 Sizing criteria, derating factors for the cables shall be met as per respective chapters.
However for the power cables, the minimum conductor size shall be 6 sq.mm. for aluminium
conductor and 2.5 sq.mm. for copper conductor cable.
2.01.11 Conscious exceptions to the above guidelines may be accepted under special conditions
but suitable measures should be taken at such location to:
3.01.01 Cable trays shall be ladder/perforated type as specified complete with matching fittings (like
brackets, elbows, bends, reducers, tees, crosses, etc.) accessories (like side coupler plates,
etc. and hardware (like bolts, nuts, washers, G.I. strap, hook etc.) as required. Cable tray
shall be ladder type for power & control cables and perforated for instrumentation cables.
3.01.02 Cable trays, fittings and accessories shall be fabricated out of rolled mild steel sheets free
from flaws such as laminations, rolling marks, pitting etc. These (including hardware) shall
be hot dip galvanized as per Clause No. 3.13.00 of this chapter.
CLAUSE NO.
TECHNICAL REQUIREMENTS
3.01.03 Cable trays shall have standard width of 150 mm, 300 mm & 600 mm and standard lengths
of 2.5 metre. Thickness of mild steel sheets used for fabrication of cable trays and fittings
shall be 2 mm. The thickness of side coupler plates shall be 3 mm.
3.01.04 Cable troughs shall be required for branching out few cables from main cable route. These
shall be U-shaped, fabricated of mild steel sheets of thickness 2 mm and shall be hot dip
galvanised as per Clause No. 3.13.00 of this chapter. Troughs shall be standard width of 50
mm & 75 mm with depth of 25 mm.
3.01.05 The tolerance for cable tray and accessories shall be as per IS 2102 (Part-1).
Tolerance Class: - Coarse
3.02.01 Cable tray support system shall be pre-fabricated out of single sheet as per enclosed tender
drawings.
3.02.02 Support system for cable trays shall essentially comprise of the two components i.e. main
support channel and cantilever arms. The main support channel shall be of two types : (i)
C1:- having provision of supporting cable trays on one side and (ii) C2:-having provision of
supporting cable trays on both sides. The support system shall be the type described
hereunder
a. Cable supporting steel work for cable racks/cables shall comprise of various
channel sections, cantilever arms, various brackets, clamps, floor plates, all
hardwares such as lock washers, hexagon nuts, hexagon head bolt, support hooks,
stud nuts, hexagon head screw, channel nut, channel nut with springs, fixing studs,
etc.
b. The system shall be designed such that it allows easy assembly at site by using
bolting. All cable supporting steel work, hardwares fitings and accessories shall be
prefabricated factory galvanised.
c. The main support and cantilever arms shall be fixed at site using necessary
brackets, clamps, fittings, bolts, nuts and other hardware etc. to form various
arrangements required to support the cable trays. Welding of the components shall
not be allowed. However, welding of the bracket (to which the main support channel
is bolted) to the overhead beams, structural steel, insert plates or reinforcement
bars will be permitted. Any cutting or welding of the galvansied surface shall be
brushed and red lead primer, oil primer & aluminium paint shall be applied
d. All steel components, accessories, fittings and hardware shall be hot dip galvanised
after completing welding, cutting, drilling and other machining operation.
The main support channel and cantilever arms shall be fabricated out of 2.5 thick
rolled steel sheet conforming to IS 1079.
f. Cantilever arms of 320 mm, 620mm and 750 mm in length are required, and shall
be as shown in the enclosed drawing. The arm portion shall be suitable for
assembling the complete arm assembly on to component constructed of standard
channel section. The back plate shall allow sufficient clearance for fixing bolt to be
tightened with tray in position.
CLAUSE NO.
TECHNICAL REQUIREMENTS
3.02.03 The size of structural steel members or thickness of sheet steel of main support channel
and cantilever arms and other accessories as indicated above or in the enclosed drawings
are indicative only. Nevertheless, the support system shall be designed by the bidder to fully
meet the requirements of type tests as specified. In case the system fails in the tests, the
components design modification shall be done by the Bidder without any additional cost to
the Employer. The bidder shall submit the detailed drawings of the system offered by him
alongwith the bid.
3.02.04 Four legged structure shall be provided wherever there is change in elevation and change in
direction
3.03.04 FOR COAL, LIMESTONE AND GYPSUM HANDLING PLANT THE FOLLOWING SHALL
ALSO BE APPLICABLE:
a) All overhead cable routes shall be along the route of the conveyor gallery on
separate supporting structures and cables shall be laid in vertical trays. The bottom
of the steel shall be such that the existing facilities, movement of trucks/human
beings etc. does not get affected. The cable trestle shall have a minimum 600mm
clear walk way and shall have maintenance platforms as required. The bottom of
the steel supporting structure shall be generally at 3.0M above the grade level
except for rail/road crossings where it shall be at 8.0M above grade level. Tap offs
from the overhead cable trestle can be through shallow trenches with prior approval
of the Employer. Directly buried cable, if essential, shall not have concentration of
more than 4 cables on one route.
c) Cables shall not be routed through the conveyor galleries except for the equipment
located in the conveyor galleries for a particular conveyor i.e. protection switches,
receptacles etc.
d) Cables for PCS and BSS shall be routed along the conveyors through GI conduits.
3.03.01 Pipes offered shall be complete with fittings and accessories (like tees, elbows, bends,
check nuts, bushings, reducers, enlargers, coupling caps, nipples etc.) The size of the pipe
shall be selected on the basis of maximum 40% fill criteria
3.03.03 Duct banks shall be PVC conduits encased in PCC (10% spare of each size, subject to
minimum one) with suitable water-proof manholes and with proper sealing arrangement
consisting of fire retardant sealing compound.
3.03.05 TERNE Coated Flexible Steel Conduits shall be water proof and rust proof made of heat
resistant lead coated steel. Conduit diameter shall be uniform throughout its length. Internal
surface of the conduit shall be free from burrs and sharp edges. Conduits shall be complete
CLAUSE NO.
TECHNICAL REQUIREMENTS
with necessary accessories for proper termination of the conduit with junction boxes and
lighting fixtures.
3.03.06 HDPE pipes and conduits shall be PE-80, PN-10 type as per IS 4984/IS 8008 Part-I.
3.04.01 Junction box shall be made of Fire retardant material. Material of JB shall be Thermoplastic
or thermosetting or FRP type. The box shall be provided with the terminal blocks, mounting
bracket and screws etc. The cable entry shall be through galvanized steel conduits of
suitable diameter. The JB shall have suitable for installing glands of suitable size on the
bottom of the box. The JB shall be suitable for surface mounting on ceiling/structures. The
JB shall be of grey color RAL 7035. All the metal parts shall be corrosion protected. Junction
box surface should be such that it is free from crazings, blisterings, wrinkling, colour
blots/striations. There should not be a
brackets should be of powder coated MS. Type test reports for the following tests shall be
furnished:-
(a) Impact resistance for impact energy of 2 Joules (IK07)as per BS EN50102
(d) HV test.
3.04.02 Terminal blocks shall be 1100V grade, of suitable current rating, made up of unbreakable
polyamide 6.6 grade. The terminals shall be screw type or screw-less (spring loaded) / cage
clamp type with lugs. Marking on terminal strips shall correspond to the terminal numbering
in wiring diagrams. All metal parts shall be of non-ferrous material. In case of screw type
terminals the screw shall be captive, preferably with screw locking design. All terminal
blocks shall be suitable for terminating on each side the required cables/wire size. All
internal wiring shall be of cu. Conductor PVC wire.
3.05.01 Termination and jointing kits for 33kV, 11 kV, 6.6 KV and 3.3 kV grade XLPE insulated
cables shall be of proven design and make which have already been extensively used and
type tested. Termination kits and jointing kits shall be Pre-moulded type or heat shrinkable
type. Further Cold shrinkable type termination and jointing kits are also acceptable. The
Cold shrinkable type kits shall be type tested as per relevant standards. Calculation to
withstand the required fault level shall also be furnished in case of cold shrinkable type kits.
33 kV, 11 kV, 6.6 KV and 3.3kV grade joints and terminations shall be type tested and Type
test reports as per IS:13573 Part-II and IEC60502 shall be furnished. Also, heat shrink
material shall comply with requirements of ESI 09-13 (external tests). Critical components
used in cable accessories shall be of tested and proven quality as per relevant product
specification/ESI specification. Cable joints and terminations should be with FRLS
properties as per IEC 60754-1&2. Kit contents shall be supplied from the same source as
were used for type testing. The kit shall be complete with the tinned copper solderless
crimping type cable lugs & ferrule or mechanical connectors (wherein bolts are tightened
that shear off at an appropriate torque) as per DIN standard suitable for aluminium
compacted conductor cables. (Tender drg. no 0000-211-POE A-51-RA of cable lug
attached at the end of this chapter)..
3.05.02 Straight through joint and termination shall be capable of withstanding the fault level of 21
KA for 0.12 Sec. with dynamic peak of 52 KA for 33 KV system & of 40 kA for 0.12 sec with
a dynamic peak of 100 kA for 11 kV, 6.6 KV & 3.3 KV system. Straight through joints shall
CLAUSE NO.
TECHNICAL REQUIREMENTS
have provisions for shield connection and earthing wherever required and complete with all
accessories and consumables suitable for storage without deterioration at a temperature of
50 deg. C with shelf life of more than five years. 1.1 kV grade straight through joints shall
also be of proven design
3.06.01 Cable shall be terminated using double compression type cable glands. Testing
requirements of Cable glands shall conform to BS:6121 and gland shall be of robust
construction capable of clamping cable and cable armour (for armoured cables) firmly
without injury to insulation. Cable glands shall be made of heavy duty brass machine
finished and nickel chrome plated. Thickness of plating shall not be less than 10 micron. All
washers and hardware shall also be made of brass with nickel chrome plating Rubber
components shall be of neoprene or better synthetic material and of tested quality. Cable
glands shall be suitable for the sizes of cable supplied/erected.
3.07.01 Cable lugs/ferrules for power cables shall be tinned copper solderless crimping type suitable
for aluminium compacted conductor cables. Cable lugs and ferrules for control cables shall
be tinned copper type. The cable lugs for control cables shall be provided with insulating
sleeve and shall suit the type of terminals provided on the equipments. Cable lugs and
ferrule shall conform to DIN standards.
3.08.01 Trefoil clamps for single core cables shall be pressure die cast aluminum or fibre glass or
nylon and shall include necessary fixing accessories like G.I. nuts, bolts, washers, etc.
Trefoil clamps shall have adequate mechanical strength, when installed at 1 mtr intervals,
to withstand the forces generated by the peak value of maximum system short circuit
current.
3.10.01 Receptacles boxes shall be fabricated out of MS sheet of 2mm thickness and hot dipped
gavanised or of die-cast aluminium alloy of thickness not less than 2.5 mm. The boxes shall
be provided with two nos. earthing terminals, gasket to achieve IP55 degree of protection,
terminal blocks for loop-in loop-out for cable of specified sizes, mounting brackets suitable
for surface mounting on wall/column/structure, gland plate etc. The ON-OFF switch shall be
rotary type heavy duty, double break,AC23 category, suitable for AC supply. Plug and
Socket shall be shrouded Die-cast aluminium. Socket shall be provided with lid safety cover.
Robust mechanical interlock shall be provided such that the switch can be put ON only
when the plug is fully engaged and plug can be withdrawn only when the switch is in OFF
position. Also cover can be opened only when the switch is in OFF position. Wiring shall be
carried out with 1100 V grade PVC insulated stranded aluminium/copper wire of adequate
size. The Terminal blocks shall be of 1100 V grade. The Terminal blocks shall be of 1100 V
grade made up of unbreakable polymide 6.6 grade with adequate current rating and size.
The welding receptacles shall be provided with RCCB/RCD of 30mA sensitivity having
facility for manual testing/checking of operation of RCCB/RCD
CLAUSE NO.
TECHNICAL REQUIREMENTS
3.13.01 Galvanising of steel components and accessories shall conform to IS:2629 , IS4759 &
IS:2633. Additionally galvanising shall be uniform, clean smooth, continuous and free from
acid spots.
3.13.02 The amount of zinc deposit over threaded portion of bolts, nuts, screws and washers shall
be as per IS:1367 . The removal of extra zinc on threaded portion of components shall be
carefully done to ensure that the threads shall have the required zinc coating on them as
specified
3.14.00 Welding
3.14.01 The welding shall be carried out in accordance with IS:9595. All welding procedures and
welders qualification shall also be followed strictly in line with IS:9595
4.00.00 INSTALLATION
4.01.01 Cables shall run in cable trays mounted horizontally or vertically on cable tray support
system which in turn shall be supported from floor, ceiling, overhead structures, trestles,
pipe racks, trenches or other building structures.
4.01.02 Horizontally running cable trays shall be clamped by bolting to cantilever arms and vertically
running cable trays shall be bolted to main support channel by suitable bracket/clamps on
both top and bottom side rails at an interval of 2000 mm in general. For vertical cable
risers/shafts cable trays shall be supported at an interval of 1000mm in general. Fixing of
cable trays to cantilever arms or main support channel by welding shall not be accepted.
Cable tray installation shall generally be carried out as per the approved guidelines/
drawings. Vendor shall design the support system along with tray, spacing etc in line with
tray loadings/drawings.
4.01.03 The cantilever arms shall be positioned on the main support channel with a minimum
vertical spacing of 300 mm unless otherwise indicated.
4.01.04 The contractor shall fix the brackets/ clamps/ insert plates using anchor fasteners. Minimum
size of anchor fasteners shall be M 8 X 50 and material shall be stainless steel grade 316 or
better. Anchor fastener shall be fixed as recommended by manufacturer and as approved
by site engineer. For brick wall suitable anchor fasteners shall be used as per the
recommendations of manufacturer. Make of anchor fasteners subject to QA approval and
the same shall be finalized at pre-award stage.
4.01.05 All cable way sections shall have identification, designations as per cable way layout
drawings and painted/stenciled at each end of cable way and where there is a branch
connection to another cable way. Minimum height of letter shall be not less than 75 mm. For
long lengths of trays, the identification shall be painted at every 10 meter. Risers shall
additionally be painted/stenciled with identification numbers at every floor.
CLAUSE NO.
TECHNICAL REQUIREMENTS
4.01.06 In certain cases it may be necessary to site fabricate portions of trays, supports and other
non standard bends where the normal prefabricated trays, supports and accessories may
not be suitable. Fabricated sections of trays, supports and accessories to make the
installation complete at site shall be neat in appearance and shall match with the
prefabricated sections in the dimensions. They shall be applied with one coat of red lead
primer, one coat of oil primer followed by two finishing coats of aluminium paint.
4.02.01 The Contractor shall ensure for properly embedding conduit pipe sleeves wherever
necessary for cabling work. All openings in the floor/roof/wall / cable tunnel/cable trenches
made for conduit installation shall be sealed and made water proof by the Contractor.
4.02.02 GI pull wire of adequate size shall be laid in all conduits before installation. Metallic conduit
runs at termination shall have two lock nuts wherever required for junction boxes etc.
4.02.03 Conduit runs/sleeves shall be provided with PVC bushings having round edge at each end.
All conduits/pipes shall have their ends closed by caps until cables are pulled. After cables
are pulled, the ends of conduits/pipes shall be sealed with Glass wool/Cement Mortar/Putty
to prevent entrance of moisture and foreign material
4.02.04 Exposed conduit/pipe shall be adequately supported by racks, clamps, straps or by other
approved means. Conduits /pipe support shall be installed square and true to line and grade
with an average spacing between the supports as given below, unless specified otherwise
Upto 40 mm 1M
50 mm 2.0 M
65-85 mm 2.5 M
4.02.05 For bending of conduits, bending machine shall be arranged at site by the contractor to
facilitate cold bending. The bends formed shall be smooth.
4.03.01 Junction boxes shall be mounted at a height of 1200mm above floor level or as specified in
the drawings and shall be adequately supported/mounted on masonry wall by means of
anchor fasteners/ expandable bolts or shall be mounted on an angle, plate or other
structural supports fixed to floor, wall, ceiling or equipment foundations.
4.04.01 Cable installation shall be carried out as per IS:1255 and other applicable standards.
4.04.02 For Cable unloading, pulling etc following guidelines shall be followed in general:
a) Cable drums shall be unloaded, handled and stored in an approved manner on hard
and well drained surface so that they may not sink. In no case shall be drum be
stored flat i.e. with flange horizontal. Rolling of drums shall be avoided as far as
possible. For short distances, the drums may be rolled provided they are rolled
slowly and in proper direction as marked on the drum. In absence of any indication,
the drums may be rolled in the same direction as it was rolled during taking up the
cables. For unreeling the cable, the drum shall be mounted on suitable jacks or on
SPECIFICATION NO.:
SPECIFICATION FOR VOLUME
CONTROL & INSTRUMENTATION FOR AUX SUB SECTION
PACKAGES
REV. NO. DATE :
SHEET OF
GENERAL REQUIREMENT
1.0 Bidder shall provide complete and independent control & instrumentation system with all
accessories, auxiliaries and associated equipments for the safe, efficient and reliable operation of
auxiliary systems.
2.0 The quantity of instruments for auxiliary system shall be as per tender P &ID wherever provided
of the respective system as a minimum, for bidding purpose. However, Bidder shall also include
in his proposal all the instruments and devices that are needed for the completeness of the plant
auxiliary system/ equipment supplied by the bidder, even if the same is not specifically appearing
in the P & ID. During detail engineering if any additional instruments are required for safe &
reliable operation of plant, bidder shall supply the same without any price implication.
3.0 Measuring instruments/equipment and subsystems offered by the bidder shall be from reputed
experienced manufacturers of specified type and range of equipment, whose guaranteed and
trouble free operation has been proven. Further all the instruments shall be of proven reliability,
accuracy, and acceptable international standards and shall be subject to employer’s approval. All
instrumentation equipment and accessories under this specification shall be furnished as per
technical specification, ranges, makes/ numbers as approved by the employer’ during detail
engineering.
4.0 The necessary root valves, impulse piping, drain cocks, gauge-zeroing cocks, valve manifold and
all the other accessories required for mounting/ erection of these local instruments shall be
furnished, even if not specifically asked for, on as required basis. The contacts of equipment
mounted instruments; sensors, switches etc for external connection including spare contacts shall
be wired out to suitably located junction boxes.
5.0 The customer specification attached as Specific Technical Requirement will supercede the Data
sheets, if there is any mismatch.
5
645
51433/2020/PS-PEM-MSX_P
& ,63(&,),&$7,21)25
&386<67(0
CLAUSE NO. 646
51433/2020/PS-PEM-MSX_P TECHNICAL REQUIREMENTS
1.01.00 Measuring instruments/equipment and subsystems offered by the Bidder shall be from
reputed experienced manufacturers of specified type and range of equipment, whose
guaranteed and trouble free operation has been proven. Refer Sub-section Basic Design
Criteria. Further, all instruments shall be of 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.
1.02.00 Every panel-mounted instrument requiring power supply shall be provided with 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.
1.03.00 All transmitters, sensors, switches and gauges 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 on as required basis with in quoted lump
sum price. The Contractor shall furnish all Instrumentation / Control equipment & accessories
under this specification as per technical specification, ranges, makes & model as approved
by the Employer during detailed engineering.
1.04.00 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, even if not specifically asked for, on as required basis. The
contacts of equipment mounted instruments, sensors, switches etc. for external connection
including spare contacts shall be wired out in flexible/rigid conduits, independently to suitably
located common junction boxes. The proposal shall include the necessary cables, flexible
conduits, junction boxes and accessories for the above purpose. Double root valves shall be
provided for all pressure tapping where the pressure exceeds 40 Kg./sq.cm.
1.05.00 All instruments envisaged for sea water applications, shall be provided with wetted parts
made of Monel/ Hastelloy C or any other material (if provenness experience of the proposed
material for such applications is established by contractor).
For Chlorine application: Instruments shall be provided with wetted parts (e.g. diaphragm
seal, etc.) made of Hastelloy C. Also, filled liquid shall be Fluorolube oil/ Inert Hydrocarbon /
CTFE etc., for these applications.
For applications of FECL3 solution: Instruments shall be provided with wetted parts (e.g.
diaphragm seal, etc.) made of Tantalum.
1.06.00 For coastal areas, all instruments shall be provided with durable epoxy/ polyurethane coating
for housings and all exposed surfaces of the instruments.
1.07.00 The instruments which are proposed to be used for PG test as indicated in the tender P&IDs
shall meet the minimum requirements specified in ASME PTC or subsequent clauses in
this chapter whichever is better.
Notes
LVDT type is not acceptable.
For primary air/ secondary air/flue gas applications, DP type transmitters shall be provided
for pressure measurement below range of 2000 mmwc
Where the process fluids are corrosive, viscous, solid bearing or slurry type, diaphragm
seals shall be provided. Parts below the diaphragm shall be removable for cleaning. The
entire volume above the diaphragm shall be completely filled with an inert liquid suitable for
the application.
Probe Type & (i) Coaxial probe of SS316/316L. If required, probe shall be suitable
Material for overfill prevention.
Output signal 4-20 mA DC along with superimposed digital signal (based on HART
protocol), suitable for over fill prevention.
Housing Weather proof as per IP-65, metallic housing with durable corrosion
resistance coating.
Adjustment/ Using hand held HART calibrator/ centralized PC based system (as
applicable).
calibration
Zero & span Continuous, temper proof, remote as well as manual adjustability
adjustment from instrument. It should be possible to calibrate the instrument
without any level in the tank/sump etc.
Mounting (i) External cage shall be provided where ever side mounting is
required. External cage and other mounting accessories to be
provided by the contractor.
(iii) All weather canopy shall be provided for protection from direct
sunlight and direct rain for open locations.
Note: Four wire type transmitters can also be provided for applications where 2- wire
transmitter has some technical limitations, subject to employer’s approval during
detailed engineering stage. However, in such cases isolated 4-20 mA DC (analog)
output shall be provided. Power supply required for such transmitters shall be 240V
AC / 24V DC.
Note:
1) Contractor can also provide Radar type transmitter as per above specification in
place of ultrasonic transmitter subject to approval by Employer during detailed
Engineering. Sonic frequency based transmitters can also be provided under
“ultrasonic transmitters” category for fly ash silo level.
KHURJA SUPER THERMAL POWER PROJECT TECHNICAL SPECIFICATION SUB-SECTION-IIIC-04 PAGE
SECTION – VI, PART-B MEASURING INSTRUMENTS 6 OF 30
(2X660 MW) (PRIMARY & SECONDARY)
TURBINE GENERATOR AND ASSOCIATED BID DOC. NO.: THDC/RKSH/CC-9915-
PACKAGES 371
CLAUSE NO. 652
51433/2020/PS-PEM-MSX_P TECHNICAL REQUIREMENTS
2) Four wire type transmitters can also be provided for applications where 2- wire
transmitter has some technical limitations, subject to employer’s approval during
detailed engineering stage. However, in such cases isolated 4-20 mA DC (analog)
output shall be provided. Power supply required for such transmitters shall be 240V
AC / 24V DC.
3) For applications where transmitter location is not accessible, the transmitter shall
have separate sensor unit and electronic unit for such applications. It shall be
possible to mount the electronic unit at accessible location.
3.01.00 Thermocouple
NOTES :
1) The specifications for RTDs of winding/ bearings of motor/pump, can be as per their
manufacturer standards. The manufacturer shall submit the adequate supporting
documents for establishing their standard practice. However the type of RTD shall be
Pt100.
2) The specifications of temp elements for air conditioning & ventilation system /
process can be as per system manufacturer’s standards. The manufacturer shall
submit the adequate supporting documents for establishing their standard practice.
Thermocouple.
Calibration & accuracy As per IEC-584/ ANSI-MC-96.1 (special limits of error) for T/C
Mounting accessories 1/2" BSP SS sliding end connector, weld pad, clamps of heat
resistant steel SS310. Adjustable gland fitting for connection at
the junction box end as per manufacturer’s standard.
Cold end sealing SS pot seal with colour coded PTFE Insulated flexible tails.
Sealing compound- Epoxy resin. Length of PTFE insulated
flying leads shall be minimum 750 mm.
Minimum bending 30 mm
radius
Notes :
(a) Shall be one piece solid bored type of 316 SS of step-less tapered design. (As per
ASME PTC 19.3, 1974)
(b) For Mill classifier outlet long life solid sintered tungsten carbide material of high
abrasion resistance shall be provided.
(c) For Air & Flue gas 316 SS protecting tube with welded cap. (However contractor
shall provide better material for Flue gas service if required based on the specified
boiler design parameters).
KHURJA SUPER THERMAL POWER PROJECT TECHNICAL SPECIFICATION SUB-SECTION-IIIC-04 PAGE
SECTION – VI, PART-B MEASURING INSTRUMENTS 9 OF 30
(2X660 MW) (PRIMARY & SECONDARY)
TURBINE GENERATOR AND ASSOCIATED BID DOC. NO.: THDC/RKSH/CC-9915-
PACKAGES 371
CLAUSE NO. 655
51433/2020/PS-PEM-MSX_P TECHNICAL REQUIREMENTS
(d) For furnace zone, impervious ceramic protecting tube of suitable material along
with Incoloy supporting tubes and adjustable flanges.
Following specifications are applicable for Dual input/ Single input temperature transmitter.
Temperature transmitter shall be 2-wire (loop powered) directly powered from 4-20mA
input cards of DDCMIS. TT shall be fully compatible with thermocouples and RTDs being
provided by the contractor. Temperature compensation for thermocouples shall be
performed in the temperature transmitter itself.
2. Dual input temperature transmitter shall have bump less changeover facility to
second sensor in case first sensor fails. This changeover is to be alarmed in
control system.
3. Composite accuracy is to be calculated as summation of all applicable accuracies of
temperature transmitter for converting sensor input to output (e.g., A/D accuracy,
basic accuracy, digital accuracy, etc.) and temperature effect on these accuracies
at ambient temperature of 50 deg C, based on the figure/ formula given in the
standard product catalogue for span as specified above for various types of
temperature elements specified. All such accuracy/ temperature effect figures in
catalogue shall be first converted to deg C, and then percentage of this converted
accuracy in specified span shall be calculated to compare with the specified
composite accuracy figures. All temperature transmitters shall be interchangeable
(i.e. can be used for either RTD or thermocouple) and composite accuracy shall be
met for each type of input as specified above.
3. Above mentioned parameters/features of offered models shall be strictly as defined
in standard published catalogue of the manufacturer only.
4. Dual input temperature transmitters can also be accepted in place of single input
TT.
Electrical metering instruments shall be furnished in accordance with the following general
specifications. However, the scope shall be governed by the Contract quantity given in
appendix-1 to part-A. Application standard for electrical metering instruments shall be as per
IS: 1248- 2003 (Revised). The size of each instrument shall be as approved by Employer
during detailed engg. All metering instruments shall be flush panel mounting type.
4.01.00 (a) Frequency meters for Synchronization purposes: Accuracy: ± 1.5% of full scale.
Synchronizing check relay with necessary ancillary equipment shall be provided which shall
permit breakers to close after checking the requirements of synchronizing of incoming and
running supply. The phase angle setting shall not exceed 10 Degree and this angle shall be
adjustable and shall take the account the circuit breaker closing period. This relay shall have
a response time of less than 200 milliseconds when the two system conditions are met within
preset limits and with the timer disconnected. The relay shall have a frequency difference
not affect any monitoring function in the system. Also any power supply failure /earth fault in
any of the monitors will be isolated without affecting other monitors/ common power supply. If
230 V AC UPS power supply is required for panel PC/ desktop PC, UPS/Mini UPS for the
same shall be provided by the contractor.
The functional requirement for vibration monitoring system shall include but not be limited
to the following:
- Vibration monitor front face status indications shall be available for indications of
healthy conditions of pick up circuit, monitor circuit and power supply. On sensor
fault/wire break in the sensor circuit, the system shall have the feature of identifying the
same through suitable means like the signal forced to a value less than 4 mA. In case,
such a feature is not available then suitable contact shall be provided from the monitor
for sensor fault.
- The facility shall be available for online functional checking of monitors.
- All vibration monitoring equipment shall be functionally tested for circuit continuity and
output response. All the components & interconnection cables shall be tested to ensure
compliance with the specification requirements & all other applicable codes &
standards.
:
1 Air supply Pressure 2 kg/sq. cm.
:
2 Input signal 4-20mA DC
:
3 Output signal 0.2 to 1.0 kg/sq. cm
:
4 Linearity 0.5% of span or better.
:
5 Span/Zero Adjustment To be provided
:
6 Hysteresis 0.5% of span or better.
:
7 Fail Freeze Feature Stay put at last position on failure of 4 –20mA signal.
:
8 Allowable drift rate Maximum 2% set point/ hour.
Ambient Temperature :
9 Effect less than 0.02% of span per deg C between -
:
10 Mounting Surface/Pipe/Bracket Mounting.
:
11 Protection class IP 65.
:
12 Connection Port Sizes ¼ inch NPT (F)
:
13 Electrical Cable Entry ½ inch NPT
:
14 Output Pressure Gauge 1/4 inch NPT connection, 2 inch dial.
: All accessories like mounting brackets, fittings etc.
15 Accessories required for installation is to be supplied.
Type Coriolis
The offered Coriolis type flow transmitter shall be suitable for intended application. Contractor
shall submit flow and sizing calculation for Employer’s approval. For each type of Coriolis
type flow transmitter general arrangement and assembly drawing and cable wiring diagram
shall be submitted for Employer’s approval.
Material 316 SS
Contractor shall submit certified flow calculation and differential pressure vs. flow curves for
each element for Employer's approval. Sizing calculation, precise flow calculation for all the
flow elements, fabrication and assembly drawings and installation drawings shall be
submitted for Employer's approval.
13.03.00 Venturi (For Liquid applications)
---------------------------------------------------------------------------------------------------------------------------
Features Essential/Minimum Requirements
---------------------------------------------------------------------------------------------------------------------------
Type Rough Welded (for Pipe dia between 200mm to
1200mm) or Machined (for Pipe dia 50mm to
250mm) as per ISO 5167-4:2003,
13.04.00 ROTAMETERS
Notes :-
1) Where the process fluids are corrosive, viscous, solid bearing or slurry type,
diaphragm seals shall be provided. Parts below the diaphragm shall be removable
for cleaning. The entire volume above the diaphragm shall be completely filled with
an inert liquid suitable for the application.
2) Pressure/ Diff pressure switches for very low press/ DP measurements can have
sensor material other than SS316 in case of any technical limitation and the offered
product is standard product of the manufacture for very low pressure applications.
3) Repeatability can be upto +/-1% of full range in case of switches with diaphragm
seals or very low pressure/DP range.
4) The specifications of switches for air conditioning & ventilation system / process can
be as per system manufacturer’s standards. The manufacturer shall submit the
adequate supporting documents for establishing their standard practice.
e. IP Class : IP65
19.00.00 WATER SYSTEM RELATED SPECIAL INSTRUMENTS (DM PLANT, CPU PLANT, PT
PLANT, ETC)
concentration analyser shall be similar to Conductivity analyser except range which shall be
as per process requirements.
19.03.00 All the outdoor field instruments such as analysers/transmitters/meters etc. shall be provided
with suitable Free standing cabinet(s)/panel/rack so that the equipments are protected
against rain/ sunlight etc.
19.04.00 Parshall Flume
The Bidder shall provide all the control and Instrument devices including primary sensors,
transmitters, flow indicator cum integrator / totaliser and shall include all required
accessories for the flow measurement of raw water through the clarifier. The system shall
be of reputed make and acceptable to the owner.
Level measurement shall be based on ultrasonic/radon technology. The flow compensation
is to be implemented in the transmitter itself. The transmitter shall provide 4-20 mA DC in
direct proportion to flow and shall be able to drive a load impedance of 500 ohms minimum
Accuracy shall be +/- 1 % or better.
KHURJA SUPER THERMAL POWER PROJECT TECHNICAL SPECIFICATION SUB-SECTION-IIIC-04 PAGE
SECTION – VI, PART-B MEASURING INSTRUMENTS 22 OF 30
(2X660 MW) (PRIMARY & SECONDARY)
TURBINE GENERATOR AND ASSOCIATED BID DOC. NO.: THDC/RKSH/CC-9915-
PACKAGES 371
CLAUSE NO. 666
51433/2020/PS-PEM-MSX_P TECHNICAL REQUIREMENTS
All the mounting hardware and accessories required for erection and commissioning of the
same are to be provided by the contractor. Mounting fittings material shall be SS316. All
weather canopy is to be provided for electronics/sensor to protect the same from rain/
sunlight etc.
The Type makes and models no. shall be subject to Owner’s approval.
The electronic flow meter shall include flow sensor and flow indicator cum integrator /
totaliser and shall include all required accessories for satisfactory operation. The flow
meter shall be based on full bore electromagnetic principle and shall be electronic type of
proven design, make and model acceptable to the owner.
The Bidder shall submit all necessary technical literature and details of selection criteria of
the instrument offered to substantiate the model selected. The Bidder shall also furnish list
of similar installation along with feed back on satisfactory performance of the instruments.
The flow meter shall meet or exceed the following requirement :
(a) Output : 4-20 mA DC Isolated output
(b) Accuracy : ± 0.5% of calibrated span or better *
(c) Repeatability : ± 0.2% of calibrated span or better
(d) Power Supply : 240V AC ± 10%, 50 HZ ± 5%/ 24 V DC, to be arranged
by the contractor.
(f) Protection class : IP-55
(e) Flow tube SS304
(f) liner Hard Rubber
The flow meter shall provide local indication for instantaneous flow. It should also be
possible to get local display for daily and monthly discharge. The flow meter shall indicate
totaliser/ integrator to get the daily and monthly discharge as stated above.
: Capacitance Type for Humidity (specs for humidity and temperature shall
be as mentioned above)
Display : Combined enclosure with two three digit seven segments LED display
with decimal point after two digits. LED height shall be 4 inches, clearly
legible from a distance of at least 10 meters.
Range : 0-60 Deg C for temperature.
: 0-95.0 % for Relative Humidity.
Accuracy : Better than +/_0.5 % for Temperature
: Better than +/_2.5 % for Relative Humidity
Mounting : Table Top/ wall mounting.
For offsite plant (except PT, DM, Chlorination, chemical treatment, Liquid effluent treatment)
application Limit switches shall be silver plated with high conductivity and non corrosive type.
Contact rating shall be sufficient to meet the requirement of DDCMIS subject to a minimum of
60 V, 6 VA rating. Protection class shall be IP 55.
For main plant application limit switches are to be provided as per contractor standard and
proven practice.
For PT, DM, Chlorination system , chemical treatment, Liquid effluent treatment plant , limit
switches of manual valves and solenoid operated on-off valves shall be of inductive
proximity type and shall be mounted inside the enclosure: pl. refer the minimum specification
requirement below .
22.03.00 pH ANALYSER
Measuring Range 0-50 mg/L for BOD, 0-500 mg/L for COD
Response Time <= 15 min
Power To be arranged by contractor
Cleaning Self-cleaning (Automatic)
Accuracy +/- 3%
Principle UV Fluorescence
Measuring Range 0 to 30 mg/l
Response Time <= 60 sec
Power To be arranged by the contractor.
Cleaning Self-cleaning (Automatic)
Accuracy +/- 5 % of full scale
The enclosure shall accommodate all EQMS Analyzers. The enclosure of all analyzers shall
provide protection from dust, humidity, precipitations, sunlight and environmental pollution.
The material for the enclosure shall be of steel plate (SS304) with minimum 2 mm thick frame
and minimum 2 mm thick steel (SS-304) sheet of protection IP 65 or better with safety lock of
good quality. The lighting provision in the cabinet is to be provided. The cabinets shall be
designed such that the wet section and dry section are separate, the exact details shall be
finalized during detailed engineering. The panel shall be free standing type constructed of
suitable 3 mm thick channel frame of SS and shall be provided with a canopy to protect the
equipment mounted in racks from falling objects, water etc. The canopy shall not be less than
3 mm thick steel, and extended beyond the ends of the rack.
In order to ensure the healthy operation of the installed electronic modules, cards, analyzers,
etc inside the enclosure during continuous operation, the EQMS enclosure shall be
provided with Air conditioner unit .
S. no Feature Details
1 Standard AS per NACE standard RP0189-2002
2 Type Online, Loss In static pressure due to friction in
the direction of flow
3 Cooling water Sample Stainless Steel
Bypass tube/pipe for
DP measurement
Measurement Differential pressure
4 Accessories:- Qty
(i) Flow Meter 1 Nos
(ii) Manual Flow Control valve 2 Nos
(iii) Differential pressure transmitter ( Across the tube) 1 Nos
(iv) Pressure gauge ( At Inlet) 1 Nos
(v) Strainer ( To Eliminate suspended solids)
Eliminate suspended solids
Portable meter
S.no. Feature Details
1. Type of electronics Microprocessor based
2. Measurement Ph & ORP
3. Ambient temp. 50°C
4. Display LCD
5. Enclosure Type / Material IP 67
6. Power source Batteries
7. Battery life >=200 hrs
ii) Temperature switches shall be provided on the sample lines at primary sample
outlet. All switches shall be repeatable within ±1.0% of full scale range.
A quick disconnect patch board area shall be furnished on the SWAS panel. The patch board
shall allow sample to be routed to any analyzer through quick disconnect valve at patch
board on the sample conditioning panel. The area shall consist of a patch board with bulk
head tube fittings with double end shut-off and hose inserts. Body protector plugs shall be
provided for each bulkhead tube fittings. Number of hose inserts, disconnect fittings etc. shall
be as shown in SWAS Diagram and other specification documents.
The plugs shall be of type 316 SS construction. Sufficient length of 6mm ID, 9.5mm OD
Tygon tubing shall be provided for complete spanning of the patch board area for
interconnection of the bulkhead tube fittings. Each connection shall be provided with a
Phenolic name plate engraved with a legend acceptable to the Employer.
Grab sample valves on the front of SWAS panel shall be provided to direct grab samples to
trough through grab sample nozzles or to the drain header. Approximately 300mm of flexible
Tygon tubing shall be provided for each sample to allow grab sample collection and prevent
splashing. Grab sample nozzles shall be provided with adapter and panel mounting flanges.
All these items i.e. nozzles, adapter and flanges shall be of Employer approved make.
A continuous sink, located at the place of grab sample analysis, shall be provided. The sink
shall be of 316 stainless steel, 14 gage minimum. The sample sink shall be connected to
waste drain header. Sample sink shall contain an integral stainless steel ledge to
accommodate sample container. DM water connection shall be provided for cleaning of
sample containers.
3.01.00 Field proven reputed international make microprocessor based monitors/analyzers with LCD
display and with necessary fault diagnostic features shall be employed. All analysers shall
provide 4-20mA output signal capable of driving a load impedance of 500Ohms minimum.
The type, size, capacity, material, make, model and other specification details of the rest of
the SWAS system like coolers, gauges/switches, sample pipes, filter, pressure reducing
elements, grab sampling arrangement, valves & fittings, panels etc. shall be as decided
during detailed engineering stage and shall be subject to Employer’s approval. The power
supply to all the analysers/ monitors shall be supplied by Contractor from his UPS system
with all necessary switches, fuses, wiring/cabling and other required accessories etc. for
distribution to individual requirements.
Type For Hotwell, Cell Flow Colorimetric Continuous Light Continuous Flow
Two Through Flow reflection Through Type for
removable sample Through principle continuous
Type of Cells, Type with measurement of
For Others, Chloride & Specific
Sulphate conductivity,
Continuous Responsive cation
Flow Electrodes conductivity and
Through degassed
Type conductivity
values
Accuracy ≤ ± 1% ≤ ± 1% ≤ ± 5% of ≤ ± 5% ≤ 2% for ≤ ± 1% of
reading range 0-50 Reading
NTU,
≤ 5% for
range 50 –
200 NTU
(90 % of Full
Scale)
Range 0-1, 0-10, 0- 6-11 pH 0-10 ppm 0-1000 ppb 0 – 100, 0- 0-1, 0-10, 0-
100 micro- 200 MTU, 100 , 0-1000
mho/cm freely freely freely programmabl μS/cm,(freely
programmabl programmable programmable e programmable)
(freely e
programma
ble) for
Specific
Conductivity
.
0-1 micro-
mho/cm log
scale for
Cation
conductivity
Range 0-50, 0-100 0-50, 0-100 0-1,0-10, 0-20,0-200 0-50ppb, 0-150ppb, 0-300ppb,
ppb freely ,0-500 ppb ppb freely 0-1ppm, 0-5ppm freely
programmabl freely 0-200 ppb programmabl programm-able or as per the
e programma freely e process requirement.
ble programm-
able
No. of Streams Single Multi Multi stream Single Multi stream with sequencer/
stream with with stream selector (min.
sequencer/ sequencer/ 4streams)
stream stream
selector selector (min.
(min. 4 4 streams)
streams)
Temperature
Compensation Automatic
Automatic Automatic Automatic Automatic
Sample Flow 170 ml/min 50-150 125 ml/min 170 ml/min 200ml/min (max)
(max) ml/min (max) (max)
REMARKS All the analysers/cells shall have open Corrosion resistant drain to waste header.
Analysers/ monitors/ cells shall be suitable for operating under the conditions specified.
For Hot well conductivity measurement, the Contractor shall provide direct insertion / withdrawal
type conductivity cell whereas for all other samples it shall be flow-through type. Monitors for hot
well conductivity shall be suitable for field mounting.
3.02.00 Contractor to provide the open chemistry for all the analyser reagents being supplied under
this package. Constitution of chemicals along with percentage of chemicals so that
preparation / formulation can be done and checked at site LAB. Contractor to also provide
the procedure for testing of reagents and shelf life of the chemicals.
4.00.00 SAMPLE PIPING SYSTEM
4.01.00 This shall include piping, fittings, valves and accessories from tapping point upto SWAS
conditioning panel located in SWAS room on as required basis. All sample piping shall be
3/4" NB seamless type of material ASTM A213 TP 316 H, conforming to ANSI B36.19. The
schedule number shall be suitable for the particular application.
4.02.00 All fittings shall be socket welding type and of material ASTMA182 F316H conforming to
ANSI B 16.11.
4.03.00 Single and multi tubes shall run with the minimum number of changes in direction. Suitable
identification tags shall be provided for easy check up and for proper connections.
4.04.00 The valves to be used in sample piping shall be of stainless steel conforming to ASTM A182.
The pressure temperature ratings shall be as per ANSI B16.34. The valve design shall be
such that the seats can be reconditioned and stem and disc can be replaced without
removing valve body from the line. The specification of End size, Pressure class, Type, End
preparation, Body, etc. for different type of valves are specified in SWAS table in Clause No.
4.06.00 of Subsection IIIC-09, Section-VI, Part-B.
The piping to be furnished and installed for water and steam analysis system shall be as
indicated below:
Piping System Material
16.00.00 SPECIFICATIONS FOR PR. GAUGE, D.P. GAUGE, TEMP. GAUGE AND LEVEL
GAUGE.
4 End 1/2 inch NPT (M) 3/4" NPT (M) Process connection as
connection per ASME PTC and
drain/vent 15 NB
8 Over range Test pr. for the assembly shall be1.5 to the max. Design pr. at
test 38°C.
Notes:-
*Bicolour type level gauges will be provided for applications involving steam and
water except for condensate and feed water services.
Length of gauge glass shall not be more than 1400 mm. If the vessel is higher,
multiple gauge glasses with 50 mm overlapping shall be provided.
Where the process fluids are corrosive, viscous, solid bearing or slurry type,
diaphragm seals shall be provided. Parts below the diaphragm shall be removable
for cleaning. The entire volume above the diaphragm shall be completely filled with
an inert liquid suitable for the application.
Common Requirements
4. Indication Digital
5. Enclosure Weather & Dust proof (IP 55) Die cast Aluminium/SS
Type/Material
trim design and not by use of silencers except for few cases as per contractor’s standard and
proven practice subject to employer’s approval.
1.02.06 Control valves for steam and water application shall be provided with rangability of 30:1 for
all services except for applications wherein control valves are envisaged to be operated in
lower range like Reheater spray and superheater spray system wherein control valve with
rangability of 50:1 shall be provided
2.00.00 VALVE CONSTRUCTION
2.01.00 All valves shall be of globe body design & straightaway pattern with single or double port,
unless other wise specified or recommended by the manufacturer to be of angle body type.
Rotary valve may alternatively be offered when pressure and pressure drops permit.
2.02.00 Valves with high lift cage guided plugs & quick-change trims shall be supplied.
2.03.00 Cast Iron valves are not acceptable.
2.04.00 Bonnet joints for all control valves shall be of the flanged and bolted type or other
construction acceptable to the Employer. Bonnet joints of the internal threaded or union type
will not be acceptable.
2.05.00 Plug shall be of one-piece construction cast, forged or machined from solid bar stock. Plug
shall be screwed and pinned to valve stems or shall be integral with the valve stems.
2.06.00 All valves connected to vacuum on down stream side shall be provided with packing suitable
for vacuum applications (e.g. double vee type chevron packing)
2.07.00 Valve characteristic shall match with the process characteristics.
2.08.00 Extension bonnets shall be provided when the maximum temperature of flowing fluid is
greater than 280 deg. C.
2.09.00 Flanged valves shall be rated at no less then ANSI press class of 300 lbs.
3.00.00 VALVE MATERIALS
service
NOTE: (a) Valve body rating shall meet the process pressure and temperature
requirement as per ANSI B16.34.
(b) Severe flashing / cavitation services includes as a minimum all control
valves whose downstream piping is connected to condenser or flash tank.
However, Bidder may offer valves with body and trim materials better than specified
materials and in such cases Bidder shall furnish the comparison of properties including
cavitation resistance, hardness, tensile strength, strain energy, corrosion resistance and
erosion resistance etc. of the offered material vis-a-vis the specified material for Employer’s
consideration and approval.
Contractor shall ensure that all required measures like proper selection of anti-
corrosive/erosive material along with durable epoxy coating with polyurethane finish shall be
provided for all the C&I equipment/ devices being supplied in this contract, which are
mounted in non-AC areas (prone to sea water environment corrosion / erosion) like
measuring instruments, control valves & actuators, JBs, LIEs / LIRs, impulse pipes, sample
pipes, fittings, conduits, cable trays and accessories, local control panels, erection hardware
items etc. Contractor shall furnish their comprehensive proposal regarding the anti-corrosion/
erosion measures for protection against sea water environment which shall be finalized
during detailed engineering subject to Employer’s approval.
b) Humidity 0-95 %
4 Test reports/ Factory Valve Signature Tests Reports (Pr Vs Valve travel and
Certificates Travel Vs I/P signal) are to be provided.
5 Configuration/ Remote & Local Calibration, Auto & Manual Calibration shall be
Calibration. possible.
8 Fail Safe/Fail Fail Safe/Fail Freeze feature is to be provided. (In case the fail
Freeze freeze feature is not intrinsic to the positioner, Bidder shall
achieve the same externally through solenoid valve connected
in the pneumatic circuit).
* Note:
The HART signals shall be picked up from marshalling terminals of DDCMIS (SG/TG
DDCMIS as well as BOP DDCMIS), as applicable. The details of the above mentioned
HART management system specification are mentioned in HART system (Annexure IIIC-02C
to DDCMIS).
The conventional positioners shall be monitored from this HART management system . The
fieldbus based positioners shall be monitored directly through fieldbus based DDCMIS
network. To achieve this, Bidder shall provide the necessary software to achieve the
functionalities described above under ” Software for Configuration and Diagnostics”, and this
software shall be loaded in the HART management system.
8.00.00 TEST AND EXAMINATION
All valves shall be tested in accordance with the quality assurance programme agreed
between the Employer and Contractor, which shall meet the requirements of IBR and other
applicable codes mentioned elsewhere in the specifications. The tests shall include but not
be limited to the following:
8.01.00 Non Destructive Test as per ANSI B-16.34.
8.02.00 Hydrostatic shell test in accordance with ANSI B 16.34 prior to seat leakage test.
8.03.00 Valve closure test and seat leakage test in accordance with ANSI-B 16.34/ FCI 70.2 standard
and as per the leakage class indicated above
8.04.00 Functional Test: The fully assembled valves including actuators control devices and accesso-
ries shall be functionally tested to demonstrate times from open to close position.
8.05.00 CV Test: Please refer Cl No. 1.00.00 & 3.00.00 OF Sub-section- IIIC-10 (Type test
requirements), Control Valves.
Bidder shall furnish all the control valves under this main plant package as finalized during
detailed engineering stage without any price repercussions whatsoever depending on the
process requirements. All the control valves provided by the Bidder for this project shall
meet the specifications requirements specified herein. Specification for control valves in this
Sub-section has to be read in conjunction with other relevant Sub-sections of this speci-
fication.
10.02.00 The services under Post Warranty Maintenance Agreement, shall broadly comprise
of the following:
10.02.01 Periodic Maintenance Site visits, minimum four (4) times in a year (total days
expected 16 in a year), schedule of visits to be discussed and finalized jointly
between Contractor and client after placement of order/ delivery. It shall include
inspection of general healthiness of the system, study and advice on daily
maintenance, inspection of Hardware & Software, if any problem is reported, running
of test programs, on-line servicing and solving reported problems. System shall be
checked online.
10.02.02 Software Maintenance/ Support Contractor shall maintain the existing operating &
application software for any debugging requirements to have consistent performance
of the system.
10.02.03 Emergency Service In the event of any malfunction of the wireless system
hardware/system software during this period, Service Engineer must report at site
within 48 hrs. of report of failure. The system must be brought back within 48 hours
after reporting at site.
10.03.00 Contractor shall note that while carrying out the Annual Maintenance Contract
activities, Employer’s engineers shall associate with the Contractor. On-job training
of these associated engineers shall be covered under this scope. This shall include
all items being supplied by Contractor, including any bought out items but not limited
to the following:
10.03.02 Labour, at no additional cost, to provide tests, and adjustment to system devices
11.01.00 Electronic Transmitter for Pressure, Differential Pressure and DP based Flow
/ Level measurements.
4 Turn down
50:1 for greater than or equal to span of 400mmwcl.
20:1 for span below 400mmwcl.
10:1 for span greater than 250 kg/cm2
(Above mentioned (2,3,4) parameters/features of offered models shall be
strictly as defined in standard published catalogue of the manufacturer
only).
5 Housing Weather proof as per IP-67, metallic housing with
durable corrosion resistant coating
6. Electrical ½” NPT(F) FOUNDATION Fieldbus/PROFIBUS PA
connection compatible
7. Process ½” NPT (F)
connection
For only information related temperature inputs fieldbus based Multi input
temperature transmitters can be provided. Transmitters shall be capable of
withstanding ambient temperature upto 85 deg C. Maximum number of inputs per
such temperature transmitter shall be eight. These shall be mounted in standard
enclosures available along with manufacturer of such TTs, with minimum IP-67
protection class. Exact applications shall be as defined in PART-A of
specifications.
1.00.00 GENERAL:
1.01.00 Actuators shall be designed for valve operation to ensure proper function in accordance with
specifications given below and complying to EN15714-2 or equivalent. All standards,
specifications and codes of practice referred to herein shall be the latest editions including all
applicable official amendments and revisions.
1.02.00 This sub-section of specification is applicable for following types of electric actuators:
1.02.01 Modulating duty electric actuators:
These shall be provided as per standard practice of OEM of equipment, meeting other
requirements of specifications. The examples of such applications are Blade pitch actuators
of ID/FD/PA Fans, Scoop tube actuator of BFPs etc. For specifications of Blade pitch actuators
of ID/FD/PA Fans, refer clause no. 5.00.00 of this chapter.
1.02.02 Electric actuators for valves/ dampers/ gates (other than covered in 1.02.01):
These actuators shall be Non-Intrusive type electric actuators. The interface of these actuators
with DDCMIS shall be of two types viz. with Hardwired interface and with Fieldbus interface.
The common requirements of both these type of actuators are specified at clause 2.00.00,
specific requirements of Non-Intrusive hardwired actuators are specified at clause 3.00.00 and
specific requirements of Non-Intrusive fieldbus actuators are specified at clause 4.00.00. The
applications where these two types of actuators are to be provided is specified in Part-A of
Technical Specifications.
2.00.00 COMMON REQUIREMENTS FOR NON INTRUSIVE ELECTRIC ACTUATORS
2.01.00 TYPE:
2.01.01 The actuators shall have integral starters with built in SPP (Single Phasing Preventer). 415 V,
3 phase 3 wire power supply shall be given to the actuator from switch board as applicable
through a switch fuse unit. Control voltage of the motor starter shall be 110 V AC / 24 V DC,
derived suitably from 415V power supply.
2.01.02 The actuators shall be Non- Intrusive electric actuator. All actuator settings including torque,
limit shall be possible without opening the actuator cover and LCD indication shall be available
integral to actuator body.
2.02.00 RATING:
(a) Supply Voltage & frequency: 415V +/- 10%, 3 Phase, 3 Wire & 50HZ +/-5%.
(b) Sizing:
2.03.00 CONSTRUCTION:
(a) Enclosure:
2.04.00 MOTOR:
(a) Type :
Squirrel cage induction motor suitable for Direct On Line ( DOL )starting.
(b) Enclosure:
(c) Insulation
Two
(f) Protection:
2.08.00 WIRING:
All required accessories (if applicable) for calibration / settings/ configuration of various
parameters of actuator shall be provided. For quantities, please refer Part A of technical
specifications.
(a) Open/Close command, open/ close status and disturbance monitoring signal (common
contact for Overload, Thermostat, control supply failure, L/R selector switch at local &
other protections operated) shall be provided hardwired.
(b) The actuator shall be able to accept open/close command at 24V DC with max. 2.5VA
load from control system. Accordingly suitable isolated interface in the actuator shall
be provided.
(c) Open/close command termination logic shall be suitably built inside actuator.
(d) For typical wiring diagram Refer Tender Drawing No. 0000-999-POI-A-063 (Except
plug & socket connector, if not applicable)
Contractor shall provide training on Non-Intrusive hardwired Electric Actuator for Employer’s
personnel. The duration of the training shall be as elaborated in Part-C, Section-VI of technical
specifications.
(a)
Open/ close commands, open/ close feedback status, disturbance signal etc. shall be
available to the Control System through the fieldbus network along with diagnostics.
The detailed diagnostics including the actuator operating data shall be available to the
DDCMIS through the fieldbus network.
(b) All actuators shall be Foundation Fieldbus/ Profibus compatible. However the exact
protocol shall be based on finalized protocol of DDCMIS. If Profibus DP protocol is
envisaged then actuator shall have two (redundant) Profibus DP ports for connecting
the redundant Profibus DP cables. That is if one profibus cable is cut or not working/
not available, then complete actuator functionality shall be available through the
second redundant cable without any manual intervention.
(c) Open/close command termination logic shall be suitably built inside actuator.
Suitable terminals/ connectors, integral to actuator, for terminating fieldbus cables and power
cables shall be provided. Necessary glands for power cables and armored fieldbus cables
shall be provided.
4.03.00 TRAINING:
Contractor shall provide training on Non-Intrusive Fieldbus Electric Actuator along with detail
training on Foundation Fieldbus/ Profibus interface used in actuator for Employer’s personnel.
The duration of the training shall be as elaborated in Part-C, Section-VI of technical
specifications.
Sl Description Requirement
No.
1. Duty Continuous duty / Modulation,
2. Operating Ambient Temperature -20 to +60 Deg C or better
3. Enclosure Protection IP 68
4. Resolution/ Precision 0.1%- 0.2% or better of total travel
5. Supply Voltage & frequency 415V +/- 10%, 3 Phase, 50HZ +/-5%
or
230V +/- 10%, Single Phase, 50Hz +/- 5%
6. Motor Suitable for Continuous Duty
7. Motor insulation Class F
8. Analog Control 4-20mA, (24VDC)
9. Position Transmitter 4-20mA (24VDC)
10. Integral Starter Yes
11. Terminal Block For power cables, the grade of TBs shall be
minimum 600V
12. Accessories (if applicable) for calibration / settings/ configuration of
various parameters of actuator shall be
provided
13. Hand wheel Yes
14. Standard Compliance EN 15714-2 Class D or equivalent
17.07.00 The Contractor shall provide KKS codes for all instruments and drives in the scope
of work. The list of KKS codes guidelines to be adopted by the Contractor are also
being provided along with this specification.
17.08.00 Contractor shall provide their recommendation for Unit control philosophy / Logic
comprising of CMC and Automatic Plant Start-up logic under all regimes of operation
(from cold/warm/hot start-up to full load) as per their standard and proven practice
GC,CMC AND p
for implementation g
of these logics p y
under Employer’s g This
SG/BOP C&I Package.
APS shall include but not limited to the recommendations for implementation
p of feed
water controls & operation of HP/LP bypass under all regimes of operation.
17.09.00 The Contractor shall depute C&I engineering representative to site for the complete
duration of the commissioning period from Boiler Light-up till commercial operation
of the unit to facilitate smooth commissioning and to resolve logic, instrumentation,
cabling, interconnection, interface etc. related problems arising at site during
commissioning. Issues raised at site should be attended by the representative
immediately. He should also ensure complete protection and interlock logic checks
at site before commissioning of each system/equipment.
The Contractor shall also depute DDCMIS expert to site for the complete duration of
the commissioning period from Boiler Light-up till commercial operation of the unit to
facilitate smooth commissioning and to resolve DDCMIS system hardware and
software related problems arising at site during commissioning. Issues raised at site
should be attended by the representative immediately.
The Contractor shall also depute QSTGM C&I expert to site during major activities
like TG on barring gear, first synchronization, attainment of full load, commercial
operation of the unit etc.
17.10.00 Any compliance/clarification sought by site w.r.t. the engineered system shall be
addressed by the Contractor’s engineering representative(s) deputed at site.
17.11.00 The Contractor shall furnish consolidated addition/deletion statement for all the C&I
items supplied under the package within one month of COD of first unit.
17.12.00 The Contractor shall include the mandatory spares of all C&I items in the datasheet
of the respective items. Further, in the mandatory spare BBU, contractor shall
furnish spreadsheet having detailed spare calculation as well as reference of
corresponding engineering document.
18.00.01 The Contractor shall provide an unlimited warranty on all equipments during the
Defect liability period. This warranty shall include repair, replacement, replenishment
of consumables (for e.g. reagents, calibration gases etc. as applicable) and
18.00.02 The Contractor shall provide warranty spares including components for each system
based on (and keeping adequate over margin) normally experienced failure rate.
Exhaustive list of all such items shall be submitted along with Datasheet for
Employer's review and approval during details Engg stage regarding adequacy of the
same. The warranty spares as per the list mentioned above will be dispatched by the
Contractor along with the main equipment consignment. However for items which
have a limited shelf life shall be dispatched in a phased manner during the warranty
period. Unused spares/consumables shall be Contractor’s property after expiry of
warranty period and shall be taken back.
18.01.01 The Contractor shall provide complete maintenance services for each System under
comprehensive Annual Maintenance Contract (AMC) for period of three years after
the Warranty period.
18.01.02 The AMC shall cover total maintenance of all Analysers, Sample Handling System
,Transmitters etc. coming under the scope of each system and shall include free
repair/replacement of each items, replenishment of consumables, correction of
problems (if any) and supply of expendable items.
18.01.03 Further, Contractor may note that during the AMC he will be allowed to use
Employer's mandatory spares, but has to replenish the same within three months’
time or before completion of AMC period whichever is earlier.
18.01.04 The Contractor shall prepare detailed list of faults corrected and parts, expendables
utilized during AMC period and shall furnish the same to Employer, properly
documented at the end of AMC period. Further, during AMC period the details as
required by Employer/ Project Manager shall be made available by Contractor's
personnel.
18.01.05 Contractor shall also provide a list of all required AMC spares which shall be
finalized along with datasheet during detail engineering stage. These spares will be
dispatched by the Contractor at the beginning of AMC on yearly requirement basis.
However for items which have a limited shelf life shall be dispatched in a phased
manner during the AMC period. Unused spare/consumable shall be Contractor’s
property after expiry of AMC period and shall be taken back.
18.02.01 Contractor shall depute Technical Experts of the OAM /OEM/OES/ (Original Analyser
Manufacturer/Original Equipment Manufacturer/Original Equipment supplier) for
each of the above system at Site, who will be fully qualified to perform the required
duties, supervision of maintenance, repair etc. for a period of six month. Employer
will intimate the contractor two weeks advance notice for start of deputation period.
18.02.02 After expiry of above six month period, Technical expert for each system shall visit
site on monthly basis for monitoring the performance and rectify the problem (if any)
for each system for the remaining warranty period and during entire AMC period. In
the event of any malfunction/fault/failure in the system or any component thereof
contractor shall depute Technical expert of respective system to reach site within 48
hrs of call raised by site during the remaining warranty period and entire AMC period.
19.01.00 The contractor shall provide an integrated modern state of the art control room for
this project. The Central Control Room design guidelines attached at Appendix IV to
IIC-01 of Part A of specification generally outlines the requirements in designing of
CCR and adjoining areas. The detailed design shall be finalized during detail
engineering subject to employer’s approval.
19.02.00 The contractor shall have necessary skills, expertise and should have designed a
state of the art modern control room for utility thermal power plant, which is in
operation. Alternatively contractor shall employ a control room designer who meets
the above requirement.
19.03.00 Control room equipment like control desk, furniture etc., HMI equipment like LVS,
OWS and other PCs etc. will be provided by employer under separate package
NOT CLEAR
"
698
51433/2020/PS-PEM-MSX_P
699
51433/2020/PS-PEM-MSX_P
700
51433/2020/PS-PEM-MSX_P
701
51433/2020/PS-PEM-MSX_P
702
51433/2020/PS-PEM-MSX_P
703
51433/2020/PS-PEM-MSX_P
704
51433/2020/PS-PEM-MSX_P
705
51433/2020/PS-PEM-MSX_P
706
51433/2020/PS-PEM-MSX_P
707
51433/2020/PS-PEM-MSX_P
708
51433/2020/PS-PEM-MSX_P
& ,63(&,),&$7,21)25
&386<67(0
"
$
`
CLAUSE NO. 709
51433/2020/PS-PEM-MSX_P TECHNICAL REQUIREMENTS
1.00.00 GENERAL:
1.01.00 Actuators shall be designed for valve operation to ensure proper function in accordance with
specifications given below and complying to EN15714-2 or equivalent. All standards,
specifications and codes of practice referred to herein shall be the latest editions including all
applicable official amendments and revisions.
1.02.00 This sub-section of specification is applicable for following types of electric actuators:
1.02.01 Modulating duty electric actuators:
These shall be provided as per standard practice of OEM of equipment, meeting other
requirements of specifications. The examples of such applications are Blade pitch actuators
of ID/FD/PA Fans, Scoop tube actuator of BFPs etc. For specifications of Blade pitch actuators
of ID/FD/PA Fans, refer clause no. 5.00.00 of this chapter.
1.02.02 Electric actuators for valves/ dampers/ gates (other than covered in 1.02.01):
These actuators shall be Non-Intrusive type electric actuators. The interface of these actuators
with DDCMIS shall be of two types viz. with Hardwired interface and with Fieldbus interface.
The common requirements of both these type of actuators are specified at clause 2.00.00,
specific requirements of Non-Intrusive hardwired actuators are specified at clause 3.00.00 and
specific requirements of Non-Intrusive fieldbus actuators are specified at clause 4.00.00. The
applications where these two types of actuators are to be provided is specified in Part-A of
Technical Specifications.
2.00.00 COMMON REQUIREMENTS FOR NON INTRUSIVE ELECTRIC ACTUATORS
2.01.00 TYPE:
2.01.01 The actuators shall have integral starters with built in SPP (Single Phasing Preventer). 415 V,
3 phase 3 wire power supply shall be given to the actuator from switch board as applicable
through a switch fuse unit. Control voltage of the motor starter shall be 110 V AC / 24 V DC,
derived suitably from 415V power supply.
2.01.02 The actuators shall be Non- Intrusive electric actuator. All actuator settings including torque,
limit shall be possible without opening the actuator cover and LCD indication shall be available
integral to actuator body.
2.02.00 RATING:
(a) Supply Voltage & frequency: 415V +/- 10%, 3 Phase, 3 Wire & 50HZ +/-5%.
(b) Sizing:
2.03.00 CONSTRUCTION:
(a) Enclosure:
2.04.00 MOTOR:
(a) Type :
Squirrel cage induction motor suitable for Direct On Line ( DOL )starting.
(b) Enclosure:
(c) Insulation
Two
(f) Protection:
2.08.00 WIRING:
All required accessories (if applicable) for calibration / settings/ configuration of various
parameters of actuator shall be provided. For quantities, please refer Part A of technical
specifications.
(a) Open/Close command, open/ close status and disturbance monitoring signal (common
contact for Overload, Thermostat, control supply failure, L/R selector switch at local &
other protections operated) shall be provided hardwired.
(b) The actuator shall be able to accept open/close command at 24V DC with max. 2.5VA
load from control system. Accordingly suitable isolated interface in the actuator shall
be provided.
(c) Open/close command termination logic shall be suitably built inside actuator.
(d) For typical wiring diagram Refer Tender Drawing No. 0000-999-POI-A-063 (Except
plug & socket connector, if not applicable)
Contractor shall provide training on Non-Intrusive hardwired Electric Actuator for Employer’s
personnel. The duration of the training shall be as elaborated in Part-C, Section-VI of technical
specifications.
(a)
Open/ close commands, open/ close feedback status, disturbance signal etc. shall be
available to the Control System through the fieldbus network along with diagnostics.
The detailed diagnostics including the actuator operating data shall be available to the
DDCMIS through the fieldbus network.
(b) All actuators shall be Foundation Fieldbus/ Profibus compatible. However the exact
protocol shall be based on finalized protocol of DDCMIS. If Profibus DP protocol is
envisaged then actuator shall have two (redundant) Profibus DP ports for connecting
the redundant Profibus DP cables. That is if one profibus cable is cut or not working/
not available, then complete actuator functionality shall be available through the
second redundant cable without any manual intervention.
(c) Open/close command termination logic shall be suitably built inside actuator.
)
""
"
"
CLAUSE NO. 713
51433/2020/PS-PEM-MSX_P TECHNICAL REQUIREMENTS
1.01.00 The Contractor shall provide, install and test all required material for completeness of
Impulse Piping System and Air Piping System as per the requirements of this Sub-Section on
as required basis for the connection of all instruments and control equipments of entire plant.
1.01.02 All impulse pipes shall be of seamless type conforming to ANSI B36.10 for schedule
numbers. The material of the impulse pipe shall be same as that of main process pipe or
equivalent. The size of impulse pipe shall be ½” for Steam & Water Application and ¾” for Air
& Flue Gas applications. The rating of material of impulse pipes, tubes, fittings, valves and
their installation thereof shall conform to the latest edition of standards as per following table:
Impulse Pipes, Tubes (Material, Rating) ANSI B31.1, ANSI B31.1a, ANSI/ISA 77.70
Valves (Material, Pr. Class, Size) ASTM A182/ASTM A105 as per ASME 16.34
Fittings (Size, Rating, Material) ANSI B31.1, ANSI B31.1a, ASME B16.11-2009
Installation Schemes BS 6739-2009, ANSI/ISA 77.70
Stainless steel tube shall be provided inside enclosures & racks from tee connection to valve
manifold and then to instrument. The source shut-off (primary process root valve) and blow
down valve shall be of 1/2 inch size globe valve type for all applications except for air and
flue gas service wherein no source shut-off valves are to be provided. Two root valves are to
be used wherever pressure is more than 40 Kg/cm2 or Temp>280 oC. The end connections
of valves shall be of socket welded type. Typical installation scheme of DP Transmitter
(inside LIE/LIR) mounted below instrument source point is indicated in Drg. No. 0000-999-
POI-A-036. Same scheme with necessary changes shall be applied for other instruments.
1.01.03 The valve manifolds of 316 SS with pressure rating suitable for intended application shall be
provided as given below:
Manifold Application/Measurement
2 Valve Pressure measurements using pressure transmitters/pressure switches
3 Valve Pressure measurements using differential pressure transmitter/ switches
5 Valve Differential Pressure, Flow and Level Measurements
For Pr./D.P gauges, two-way globe/gate valve shall be provided on each impulse line to the
instrument in Fluid/Air & Flue Gas applications respectively .
2.01.01 All pneumatic piping, fittings, valves, air filter cum regulator, purge rotameter and other
accessories required for instrument air for the various pneumatic devices/ instruments shall
be provided. This will include as a minimum air supply to pneumatically operated control
valves, actuators, instruments, continuous and intermittent purging requirements etc.
2.02.00 Instrument air and Service air supply shall be provided for continuous and intermittent
purging respectively for all transmitters of mill, dirty air and flue gas applications. Purging
Scheme shall be as per Drg. No. 0000-999-POI-A-036.
2.03.00 The Contractor shall also provide SS Tubing and associated fittings (screwed type) of
suitable sizes for all pneumatic equipments/actuators (including supply air, signal air and
output to actuators) conforming to ANSI 31.1 and 31.3 standard. All other air supply lines
shall be of mild steel hot dipped galvanized inside and outside as per IS-1239, heavy duty
with threaded ends. Fittings for air supply line shall be of forged carbon steel A234 Gr. WPB
galvanized inside and outside, screwed as per ASA B2.1. Dimensions of fittings shall be as
per ASA B16.11 of rating 3000 lbs. Air supply piping shall be adequately sloped to prevent
accumulation of condensed water within the pipe. The air supply headers, sub-headers and
branch pipes shall be supported properly by clamps or supports.
2.04.00 The instrument/service air supply to each equipment/devices requiring air supply shall be
provided by a well designed air distribution scheme comprising of 2” GI Pipe Header feeding
1” GI Pipe sub-header feeding ½” pipe at each equipment/device. Instrument air filters cum
regulator set with mounting accessories shall be provided for each pneumatic device
requiring air supply except for Ash Handling System wherein it shall be provided on
instrument air header at each location.
2.05.00 All the isolation valves in the air supply line shall be gate valves as per ASTM B62 inside
screw rising stem, screwed female ends as per ASA B2.1. Valve bonnet shall be union type
& trim material shall be stainless steel, body rating 150 pounds ASA. The valve sizes shall be
½ inch to 2 inch.
2.06.00 Instrument air filters cum regulator set with mounting accessories shall be provided for
pneumatic device requiring air supply. The filter regulators shall be suitable for 10-kg/ sq.cm
max. Inlet pressure. The filter shall be of size 5 microns and of material sintered bronze. The
air set shall have 2-inch size pressure gauge and built in filter housing blowdown valve. The
end connection shall be as per the requirement to be finalized during detailed engineering.
3.01.01 All instrument piping, tubing and its accessories shall be supported in a safe manner to
prevent excessive vibrations and anchored sufficiently to prevent undue strain on connected
equipment. Impulse piping shall be supported at an interval not exceeding 1.5 meters. The
slope of the impulse pipe form the process connection to the instrument shall be as per
ANSI/ISA 77.70 latest edition and BS 6739-2009. All impulse piping shall be installed to
permit free movement due to thermal expansion. Wherever required expansion loops shall
be provided.
Condensate pots shall be provided for all level measurements in steam and water services,
all flow measurement in steam services and for flow measurements in water services above
120 Deg. C. Colour coding of all impulse pipes shall be done by the Contractor in line with
the colour coding being followed for the parent pipes.
4.01.02 Hydrostatic and Pneumatic leakage tests shall be performed on all pipes, tubing and systems
and shall conform to ANSI B31.1.
All transmitters, switches etc. in Boiler Turbine Generator measurements (except for all
fuel oil applications) shall be suitably grouped together and mounted inside (i) local
instruments enclosures in case of open areas of the plant like boiler area, etc. and (ii) In
local instrument racks in case of covered areas like Turbine/Generator area. The GA of LIE
with purging indicated in the Drg. No. 0000-999-POI-A-036 is to be followed by contractor.
The GA of LIR shall be similar to LIE except for front/rear doors and side panels.
.
The internal layout shall be such that the impulse piping/ blow down lines are accessible
from back side of the enclosure / rack and the transmitters etc. are accessible from front
side for easy maintenance. Bulkheads, especially designed to provide isolation from
process line vibration shall be installed on instrument enclosures/racks to meet the process
sensing line connection requirement. Vibration dampeners shall be installed for each
enclosure / rack. The Degree of Protection of LIE and JB of LIE/LIR shall be IP-55.
The instrument racks shall be constructed from 1.6 mm sheet plate and shall be free
standing type constructed of suitable 3 mm thick channel frame of steel and shall be
provided with a canopy to protect the equipment mounted in racks from falling objects,
water etc. The canopy shall not be less than 3 mm thick steel, and extended beyond the
ends of the rack.
Contractor shall provide not more than three variants for LIE/LIR with respect to max. no.
transmitters mounted in each LIE/LIR.
The internal layout shall be such that the transmitters are accessible from both front and
back side of the enclosure / rack for easy maintenance.
Enclosure/ Racks shall be of robust and rugged design. Vibration dampeners shall be
installed for each enclosure / rack. The Degree of Protection of Enclosure and JB shall be
IP-55.
Contractor shall provide not more than five variants for Enclosure/ Rack with respect to
max. no. transmitters mounted in each Enclosure/ Rack. However, the maximum number of
Transmitters that can be grouped in one Enclosure/ Rack shall be decided during detail
Engineering.
Local control panels shall be designed as per IP class 65 or better. These local panels shall
be suitably placed taking care of safety of the operating personnel and Instruments. For Hot
and dusty environment / process (e.g. Mill reject, Ash hoppers etc), panels shall be placed at
least 5mtrs away from the process.
For installation and routing of other field mounted instruments which are not covered in Cl.
No. 5.00.00, please refer Cl. No 52.04.00(f) of Section-VI, Part-D, Erection Conditions of
Contract (ECC) of Technical Specifications.
Note: Ground color indicated against each piping shall be followed in case
piping is not insulated /cladded.
0000-110-POI-A-032
723
724
51433/2020/PS-PEM-MSX_P
& ,63(&,),&$7,21)25
&386<67(0
$
B
A A
B
51433/2020/PS-PEM-MSX_P
0000-999-POI-A-064
725
51433/2020/PS-PEM-MSX_P
0000-999-POI-A-064
726
B
A A
B
51433/2020/PS-PEM-MSX_P
N T P C LIMITED
0000-999-POI-A-064
727
728
51433/2020/PS-PEM-MSX_P
729
51433/2020/PS-PEM-MSX_P
730
51433/2020/PS-PEM-MSX_P
731
51433/2020/PS-PEM-MSX_P
732
51433/2020/PS-PEM-MSX_P
51433/2020/PS-PEM-MSX_P
A3 NTS 0000-999-POI-A-065
733
51433/2020/PS-PEM-MSX_P
A3 NTS 0000-999-POI-A-065
734
735
51433/2020/PS-PEM-MSX_P
& ,63(&,),&$7,21)25
&386<67(0
"
"*
CLAUSE NO. 736
51433/2020/PS-PEM-MSX_P TECHNICAL REQUIREMENTS
1.01.02 The Contractor shall supply, erect, terminate and test all instrumentation cables for control
and instrumentation equipment/devices/systems included under Contractor's scope and
ensuring completeness of the control system.
1.01.03 Any other application where it is felt that instrumentation cables are required due to
system/operating condition requirements, are also to be provided by Contractor.
1.01.04 Other type of cables like fiber optic/co-axial cables for system bus, cables for connection of
peripherals etc. (under Contractor's scope) are also to be furnished by the Contractor.
1.01.05 Contractor shall supply all cable erection and laying hardware from the main trunk routes like
branch cable trays/sub-trays, supports, flexible conduits, cable glands, lugs, pull boxes etc.
on as required basis for all the systems covered under this specification.
1.01.06 Wherever the quantity has been defined as on as required basis, the same are to be
furnished by contractor on as required basis within his quoted lump sum price without any
further cost implication to the Employer.
2. Codes and standard All instrumentation cables shall comply with VDE
0815, VDE 0207, Part 4, Part 5, Part 6, VDE 0816,
VDE 0472, SEN 4241475, ANSI MC 96.1, IS-8784,
IS-10810 (latest editions) and their amendments
read along with this specification.
3. Continuous operation At 205 Deg C for Type-C cables & heat resistant
suitability cables, at 70 Deg C for all other type of cables.
A. CONDUCTORS
Conductor material ANSI type ANSI type Annealed bare ANSI type KX
KX SX copper
B. INSULATION
Single layer of binder Each core printed with Yes Each core printed
tape on each pair number or Numbered with number or
provided binder tape to be Numbered binder
provided on each pair tape to be
provided on each
pair
D. SHIELDING
No of str ands-7
Drain wire provided for Yes, Size- 0.5 sqmm,No of strands-7,Dia of strands-
overall shield 0.3mm,Annealed Tin coated copper
Non-hygroscopic, To be provided
flame retardant
F. OUTER SHEATH
G. Electrical
Parameters
H. COMPLETE
CABLE
I. CABLE DRUM
Note: Heat resistant instrumentation cable shall have same specification as of G/F type
instrumentation cable as specified above, except that insulation and outer sheath material
shall be Teflon and cable shall be suitable for continuous operation at 205 Deg. C
3.01.00 Optic Fiber cable shall be 4/8/12 core, Electrolytically chrome plated corrugated steel taped
(ECCST), fully water blocked with dielectric central member for outdoor/indoor application so
as to prevent any physical damage. The cable shall have multiple single-mode or multi mode
fibers on as required basis so as to avoid the usage of any repeaters. The outer sheath shall
have Flame Retardant, UV resistant properties and are to be identified with the
manufacturer’s name, year of manufacturer, progressive automatic sequential on-line
marking of length in meters at every meter.
3.02.00 The cable core shall have suitable characteristics and strengthening for prevention of
damage during pulling viz. Dielectric central member, Loose buffer tube design, 4 fibers per
buffer tube (minimum), Interstices and buffer tubes duly filled with Thixotropic jelly etc. The
cable shall be suitable for a maximum tensile force of 2000 N during installation, and once
installed, a tensile force of 1000 N minimum. The compressive strength of cable shall be
3000 N minimum& crush resistance 4000 N minimum. The operating temperature shall be –
20 deg. C to 70 deg.C
3.03.00 All testing of the fiber optic cable being supplied shall be as per the relevant IEC, EIA and
other international standards.
3.04.00 Bidder to ensure that minimum 100% cores are kept as spares in all types of optical fibre
cables.
3.05.00 Cables shall be suitable for laying in conduits, ducts, trenches, racks and under ground
buried installation.
3.07.00 Penetration of water resistance and impact resistance shall be as per IEC standard.
The cable interconnection philosophy to be adopted shall be such that extensive grouping of
signals by large scale use of field mounted Group Junction Boxes (JBs) at strategic locations
(where large concentration of signals are available, e.g. valves limit & torque switches,
switchgear) is done and consequently cable with higher number of pairs are extensively
used. The details of termination to be followed are mentioned in the given Table A.
Notes 1 Normally 10% spare cores shall be provided when the numbers of pairs of
cables are more than four pairs, except for pre-fabricated cables which shall
be as per manufacturer’s standard.
2 For analog signals, individual pair shielding & overall shielding & for Binary
signals, only overall shielding of instrumentation cables shall be provided.
5.01.00 Following general guidelines are to be followed for terminating the signal cables at
DCS marshalling panel:
1. Between a) field and DCS (for ungrouped signals) and b) field JB and DCS (for
grouped signals), cables of 4 pair or its multiples shall be used.
2. 2 pair cables can be used between instrument/field devices to field JB only.
However, use of 2P cable from integral JB of LIE/LIR upto group JB in field is
acceptable.
3. All the cores of a cable shall be terminated in the marshalling panel sequentially as
per the color coding philosophy indicated in tender drawing no. 0000-999-POI-A-065.
Number of marshalling posts required shall depend on number of pairs in the cable
e.g. 8 pair cable shall be terminated on 2 consecutive marshalling posts and a 12
pair cable shall be terminated on 3 consecutive marshalling posts. Further, splitting
of one bundle of a cable on posts located in separate rows should be avoided.
4. Preferably similar sequence of termination of binary & analog signals to be followed
in all marshalling panels e.g a sequence like all binary signals are terminated first
and then analog signals are terminated in every marshalling panel may be followed.
5. Signals of Redundant drives shall not be assigned in one cable.
6. If both analog & binary signals are required to be taken through one cable, then F
type cable shall be used.
7. It should be ensured that all the cables in the marshalling cabinet are laid through
suitable glands on the gland plate. Contractor to substantiate the compliance of the
above through details of the number and types of cables engineered per panel
during Factory Acceptance Test.
Above points are to be read in conjunction with tender drawing no. 0000-999-POI-A-065.
6.01.00 All terminal blocks shall be rail mounted/post mounted, cage clamp type with high quality
non-flammable insulating material of melamine suitable for working temperature of 105 deg.
C. The terminal blocks in field mounted junction boxes, temperature transmitters, instrument
enclosures/racks, etc., shall be suitable for cage clamp connections. The terminal blocks in
Control Equipment Room logic/termination/marshalling cubicles shall be suitable for post
mounted cage clamp connection at the field input end. The exact type of terminal blocks to
be provided by the Bidder and the technical details of the same including width etc. shall be
subject to Employer’s approval.
6.02.00 All the terminal blocks shall be provided complete with all required accessories including
assembly rail, locking pin and section, end brackets, partitions, small partitions, transparent
covers, support brackets, distance sleeves, warning label, marking, etc.
6.03.00 The marking on terminal strips shall correspond to the terminal numbering on wiring
diagrams. At least 20% spare unused terminals shall be provided everywhere including local
junction boxes, instrument racks/enclosures, termination/marshalling cabinets, etc. All
terminal blocks shall be numbered for identification and grouped according to the function.
Engraved labels shall be provided on the terminal blocks.
6.04.00 For terminating each process actuated switches, drive actuators, control valves,
Thermocouple, RTD, etc. in Local Junction Boxes, etc, refer Drg no. 0000-999-POI-A-065.
6.05.00 The terminal blocks shall be arranged with at least 100 mm clearance between two sets of
terminal blocks and between terminal blocks and junction box walls.
7.01.00 Internal panel/cabinet wiring shall be of multi-stranded copper conductor with FRLS PVC
insulation without shield and outer sheath meeting the requirements of VDE 0815.
7.02.00 All internal wires shall be provided with tag and identification nos. etched on tightly fitted
ferules at both ends. All wires directly connected to trip devices shall be distinguished by one
additional red colour ferrule.
7.03.00 All external connection shall be made with one wire per termination point. Wires shall not be
tapped or spliced between terminal points.
7.04.00 All floor slots of desk/panels/cabinets used for cable entrance shall be provided with
removable gasketed gland plates and sealing material. Split type grommets shall be used for
prefabricated cables.
7.05.00 All the special tools as may be required for solder less connections shall be provided by
Bidder.
(i) Current (4-20 mA), low voltage signals (48V); 0.5 Sq.mm.
Ammeter/Voltmeter circuit, control switches etc.
for electrical system.
8.01.00 All cables assigned to a particular duct/conduit shall be grouped and pulled in simultaneously
using cable grips and suitable lubricants. Cables removed from one duct/conduit shall not be
reused without approval of Employer.
8.02.00 Cables shall be segregated as per IEEE Std.-422. In vertically stacked trays, the higher
voltage cable shall be in higher position and instrumentation cable shall be in bottom tier of
the tray stack. The distance between instrumentation cables and those of other system shall
be as follows:
8.03.00 Cables shall terminate in the enclosure through cable glands. All cable glands shall be
properly gasketed. Sealing (to prevent ingress of dust entry and propagation of fire) shall be
provided for all floor slots used for cable entrance. Compression cable glands (double for
armoured and single for other cables) shall be provided.
Outside Building Area - to be laid necessarily inside covered cable tray of 100
mm with support from Trestle structure.
While crossing roads - to be laid in rodent proof HDPE conduits with sand filling at
bottom and sand, soil filling at top with cement concrete;
While crossing canals/river- to be laid in rodent proof HDPE conduits within hume
pipe.
9.02.00 Bidder shall supply and install all cable accessories and fittings like Light Interface Units,
Surge suppressors, Opto isolators, Interface Converters, Fibre Optic Card Cage, Fibre Optic
Line Driver, Repeater / Modem (for Optical Fibre Cables), cable glands, grommets, lugs,
termination kits etc. on as required basis.
9.03.00 Cables, which terminate in cabinets of draw out sections shall have sufficient cable coiled in
the bottom of the cabinet to permit full withdrawal of draw out sections without disconnecting
the cables. When prefabricated cables with factory connectors on both ends are longer than
required, the excess cable shall be coiled in the bottom of one or both termination cabinets.
9.04.00 The Bidder shall be responsible for proper grounding of all equipment under this package.
Further, proper termination of cable shields shall be verified and the grounding of the same
shall be coordinated so as to achieve grounding of all instrumentation cable shields at same
potential. This shall be completed prior to system tests.
9.05.00 The Contractor shall take full care while laying / installing cables as recommended by cable
manufacturers regarding pulling tensions and cable bends. Cables damaged in any way
during installation shall be replaced at the expense of the Contractor.
(iii) Type Screwed at all four corners for door. Door gasket shall be of
synthetic rubber.
(iv) Mounting clamps Suitable for mounting on walls, columns, structures etc. The
and accessories brackets, bolts, nuts, screws, glands required for erection shall
be of SS, included in Bidders scope of supply.
(v) Type of terminal Rail mounted cage-clamp type suitable for conductor size upto
blocks 2.5 mm2. A M6 earthing stud shall be provided.
(vi) Protection Class IP: 55 minimum for indoor & IP-65 minimum for outdoor
applications.
Note : For solenoid valve box, the material for the enclosure shall be of steel plate
(SS304) with minimum 2 mm thick frame and minimum 2 mm thick steel (SS-304)
sheet. Provision of individual isolation for each solenoid shall be provided
inside the box. Minimum 100 mm space between the solenoids shall be
ensured for ease of access and maintenance. All other specifications shall
be as per above.
11.00.00 CONDUITS
11.01.00 Conduits shall be generally used for interconnecting cables from field instruments to Local
JB’s. All rigid conduits, couplings and elbows shall be hot dipped galvanised rigid mild steel
in accordance with IS: 9537 Part-I (1980) and Part-II (1981). The conduit interior and exterior
surfaces shall have continuous zinc coating with an overcoat of transparent enamel lacker or
zinc chromate. Flexible conduit shall be heat resistant terne coated steel with , water leak,
fire and rust proof protected for the areas of Mills,Drum, Main Steam, RH steam Air Heaters
and Furnace, BFPDT’s .
And for remaining applications, water leak, fire and rust proof flexible GI conduits shall be
provided. The temperature rating of flexible conduit shall be suitable for actual application.
11.02.00 All rigid conduit fittings shall conform to the requirements of IS: 2667, 1976. Galvanized steel
fitting shall be used with steel conduit. All flexible conduit fittings shall be liquid tight,
galvanized steel. The end fittings shall be compatible with the flexible conduit supplied.
11.03.00 Conduit sealing, explosion proof, dust proof and other types of special fittings shall be
provided as required by these specifications and shall be consistent with the area and
equipment with which they are installed. Fittings installed outdoors and in damp locations
shall be sealed and gasketed. Hazardous area fittings and conduits sealing shall conform
with NEC requirements for the area classification.
11.04.00 Contractor shall provide double locknuts on all conduit terminations not provided with
threaded hubs and couplings. Water tight conduit unions and rain tight conduit hubs shall be
utilised for all the application which shall be exposed to weather. Moisture pockets shall be
eliminated from conduits.
%" *
749
51433/2020/PS-PEM-MSX_P
CLAUSE NO.
QUALITY ASSURANCE
Calibration (R)
Hydro Test(R)
1. PR Gauge (IS-3624) Y Y Y Y Y
2. Temp. Gauge (BS-5235) Y Y Y Y Y
3. Pr./D.P.Switch(BS-6134) Y Y Y Y Y Y
4. Electronic Transmitter(IEC- Y Y Y Y Y Y
60770)
5. Temp. Switch Y Y Y Y Y Y
6. Recorder(IS-9319/ANSI C-39.4) Y Y Y Y Y Y
7. Vertical indicators Y Y Y Y Y
8. Digital Indicators Y Y Y Y Y
9. Integrators Y Y Y Y
10. Electrical Metering Instrument Y Y Y Y Y Y
(IS-1248)
11. Transducer (IEC-688) Y Y Y Y Y Y
12. Thermocouples (IEC – 754 / Y Y Y Y Y Y
ANSI-MC-96.1)
13. RTD(IEC-751) Y Y Y Y Y Y
14. Thermowell Y Y Y Y Y
R-Routine Test A- Acceptance Test Y – Test applicable
: Note: 1) This is an indicative list of tests/checks. The manufacturer is to
furnish a detailed quality plan indicating the Practices and
Procedure adopted along with relevant supporting documents.
TESTS
Calibration (R)
** If applicable
R-Routine Test A- Acceptance Test Y – Test applicable
Note: 1) This is an indicative list of tests/checks. The manufacturer is to furnish a
detailed quality plan indicating the Practices and Procedure adopted along
with relevant supporting documents.
Visual ®
construction feature®
Dimension ®
Paint Shade/thickness ®
Flattening,flaring,hydrotest,hardnes
s check as per ASTM standard (A)
Wiring ®
Make, Model, Type, Rating®
IR & HV ®
Review of TC for
instrument/devices (R)
Accessability of TBs/Devices ®
Tubing ®
Leak/Hydro test(A)
Chemical/physical properties of
material (A)
Proof pressure test,Dismantling &
reassembly test,Hydrulic impulse
and vibration test (R)
Tests as per standards &
specification
ITEMS
Local Instrument enclosure Y Y Y Y Y Y Y Y Y Y Y Y Y
Local instruments racks Y Y Y Y Y Y Y Y Y Y Y Y Y
Junction Box Y Y Y Y* Y Y Y
Gauge Board Y Y Y Y Y Y Y Y Y
Impulse pipes and tubes Y Y Y Y Y
Socket weld fittings ANSI B- Y Y Y Y Y
16.11
Compression fittings Y Y Y YYY
Instrument valves & Valve Y Y Y YY
manifolds
Copper tubings ASTM B75 Y Y Y
*-applicable for painted junction boxes.
Note: R-Routine Test A- Acceptance Test Y – Test applicable
Note: This is an indicative list of tests/checks. The manuf acturer is to furnish a detailed quality plan indicating the
Practices and Procedure adopted alongwith relevant supporting documents.
INSTRUMENTATION CABLE
TESTS
Overall/Coverage/Continuity (A)
Conductor Resistance ® & (A)
CLAUSE NO.
QUALITY ASSURNACE & INSPECTION
ELECTRICAL ACTUATOR WITH INTEGRAL STARTER
Test/Attributes
Grease leakage ®
IR & HV Test®
EPT output ®
ITEM/
COPONENT/
RPM ®
SUB SYSTEM
idit®
ASSEMBLY/
TESTING
ELECTRICAL ACTUATOR
WITH INTEGRAL
STARTER(IS_9334)
Motor Y Y Y Y Y
Final Testing Y Y Y Y Y Y Y Y Y Y Y Y Y
Note: 1) Detailed procedure of Burn-in and Elevated Temperature test shall be as per Quality
Assurance Programme in General Technical Conditions
2) This is an indicative list of tests/checks. The manufacturer is to furnish a detailed
quality plan indicating the practices and procedure adopted along with relevant
supporting documents.
* %
755
51433/2020/PS-PEM-MSX_P
CLAUSE NO.
TECHNICAL REQUIREMENTS
1.01.01 The Contractor shall furnish the type test reports of all type tests as per relevant standards
and codes as well as other specific tests indicated in this specification. If the bidder proposes
a different standard/code from that indicated at table 3.00.00, same is acceptable provided
the equivalence of the proposed standard is established by the bidder. A list of such tests
are given for various equipment in table titled 'TYPE TEST REQUIREMENT FOR C&I
SYSTEMS' at the end of this chapter and under the item Special Requirement for Solid State
Equipments/Systems. For the balance equipment instrument, type tests may be conducted
as per manufactures standard or if required by relevant standard.
(a) Out of the tests listed, the Bidder/ sub-vendor/ manufacturer is required to conduct
certain type tests specifically for this contract (and witnessed by Employer or his
authorized representative) even if the same had been conducted earlier, as clearly
indicated subsequently against such tests.
(b) For the rest, submission of type test results and certificate shall be acceptable
provided.
i. The same has been carried out by the Bidder/ sub-vendor on exactly the same
model /rating of equipment.
ii. There has been no change in the components from the offered equipment &
tested equipment.
iii. The test has been carried out as per the latest standards alongwith
amendments as on the date of Bid opening.
(c) In case the approved equipment is different from the one on which the type test had
been conducted earlier or any of the above grounds, then the tests have to be
repeated and the cost of such tests shall be borne by the Bidder/ sub-vendor within
the quoted price and no extra cost will be payable by the Employer on this account.
1.01.02 As mentioned against certain items, the test certificates for some of the items shall be
reviewed and approved by the main Bidder or his authorized representative and the balance
have to be approved by the Employer.
1.01.03 The schedule of conduction of type tests/ submission of reports shall be submitted and
finalized during pre-award discussion.
1.01.04 For the type tests to be conducted, Contractor shall submit detailed test procedure for
approval by Employer. This shall clearly specify test setup, instruments to be used,
procedure, acceptance norms (wherever applicable), recording of different parameters,
interval of recording precautions to be taken etc. for the tests to be carried out.
1.01.05 The Bidder shall indicate in the relevant BPS schedule, the cost of the type test for each item
only for which type tests are to be conducted specifically for this project. The cost shall only
be payable after conduction of the respective type test in presence of authorize
representative of Employer. If a test is waived off, then the cost shall not be payable.
2.01.00 The minimum type test reports, over and above the requirements of above clause, which are
to be submitted for each of the major C&I systems shall be as indicated below:
All solid state systems/ equipments shall be able to withstand the electrical noise
and surges as encountered in actual service conditions and inherent in a power
plant. All the solid state systems/ equipments shall be provided with all required
protections that needs the surge withstand capability as defined in ANSI 37.90.1/
IEEE-472. Hence, all front end cards which receive external signals like Analog
input & output modules, Binary input & output modules etc. including power supply,
data highway, data links shall be provided with protections that meets the surge
withstand capability as defined in ANSI 37.90.1/ IEEE-472. Complete details of the
features incorporated in electronics systems to meet this requirement, the relevant
tests carried out, the test certificates etc. shall be submitted along with the proposal.
As an alternative to above, suitable class of EN 61000-4-12 which is equivalent to
ANSI 37.90.1/ IEEE-472 may also be adopted for SWC test.
Test listed at item no. v, vi, vii, above are applicable for electronic cards only as defined
under item (i) above.
elongation
test before
and after
ageing**
Colour IS-5831 No No
fastness to
water
Smoke ASTMD-2843 No No
Density Test
-AL-MYLAR Continuity No No
shield test
Shield No No
thickness
Overlap test No No
Swedish SEN No No
Chimney Test 4241475
Dimensional IS 10810 No No
checks
Mutual VDE-0472 No No
capacitance
HV test VDE-0815 No No
Drain wire No No
continuity
* 1.0 All cables to be supplied shall be of type tested quality. The Contractor shall
submit for Owner's approval the reports of all the type tests as listed in this
specification and carried out within last Ten years from the date of bid opening. These
reports should be for the tests conducted on the equipment similar to those proposed
to be supplied under this contract and the test(s) should have been either conducted
at an independent laboratory or should have been witnessed by a client.
2.0 In case the Contractor is not able to submit report of the type test(s)
conducted within last Ten years from the date of bid opening, or in case the type test
report(s) are not found to be meeting the specification requirements, the Contractor
shall conduct all such tests either in an independent laboratory or at manufacturer’s
works in presence of Owner’s representative under this contract free of cost to the
Owner and submit the reports for approval.
**These tests shall be carried out as per VDE0207 Part 6 & ASTMD-2116 for
TEFLON insulated & outer sheathed cables
1)The Type Test reports for offered rectifier module and the controller module
irrespective of the rectifier bank shall be acceptable
Electrostatic EN 61000-4-2 No No
discharge test orr equivalent
Radio EN-61000-4-3 No No
frequency orr equivalent
immunity test
Electromagneti EN 61000-4-3 No No
c field immunity orr
equivalent
Degree of IS-13947 or No No
Protection equivalent
11 NOT
APPLICABLE
1) Type Test reports of same series of UPS with similar PCB’s cards and controllers
as the target UPS system shall be acceptable.
2) For Dry heat, Damp heat and vibration, the tests conducted on individual PCB’s
shall be acceptable.
Electrostatic EN 61000-4-2 No No
discharge test orr equivalent
Electromagnetic EN 61000-4-3 No No
field immunity orr
equivalent
Degree of IS-13947 No No
protection test
4)
## The contractor shall submit for Employers approval the reports of all the type test as per
latest IS-10918 carried out within last ten years from the date of Bid opening and the test(s)
should have been either conducted at an independent laboratory or in presence / owners
representative. The complete type test reports shall be for any rating of Battery in a particular
group based on plate dimensions being manufactured by supplier.
Note:
Type Tests are to be conducted only for the items, which are being supplied as a part of this
Package.
*
765
51433/2020/PS-PEM-MSX_P
CLAUSE NO.
MANDATORY SPARES
C) All Resins (Cation, Anion & Inert resins) One full charge required for
one Service vessel
D Electrical
(i) Transmitters of all types and model. (for the 10 % or 1 no. of each type and
measurement of Pressure, differential pressure, flow, model whichever is more
level, etc.) including local indication ( if applicable)
2) Temperature elements
(i) Temperature Transmitter 10 % or 1 no. of each type and
model whichever is more
(ii) RTD's* 1 no. of each type
(iii) Thermo well** 1 no. of each type
* (With head assembly, terminal block and nipple)
** (to be divided into various insertion lengths in
proportion to main population)
(v) Flow gauges excluding Rota meters 1 no. of each range and type
(vi) All types of Rota meters 1 no. of each range and type
7) ANALYSERS
1) PH Analyzer
2) Conductivity Analyzer
3) Sodium Analyzer
2)
Filter regulator(if applicable) 1 no. of each type, class, size
and model
3.00.00
CONTROL VALVES, ACTUATORS AND ACCESSORIES
1 Pneumatic and electro-hydraulic actuator assembly 10% or 1 no. of each type,
model and rating, whichever is
more.
2 Diaphragms, O’ rings, seals etc. of all types make etc. 100%
3 Pressure Gauges of all types, make, rating etc. 10% or 2 nos. of each type
"*
770
51433/2020/PS-PEM-MSX_P
DOCUMENT TITLE
ANNEXURE-1
ANNEXURE-2
CD Density
CE Electrical Quantities
CF Flow, throughput
CG Distance, Length, Position
CK Time
CL Level
771
51433/2020/PS-PEM-MSX_P
DOCUMENT TITLE
ANNEXURE-3
Numerical Keys
A) Numerical Keys at System Code Level
i) Use 10, 20, 30... To distinguish between main systems having same Alpha
Codes. Examples:
b) BFP – A/B/C
ii) For branch off from main system path having code say 10, keep the same
alpha code and use 11, 12, 13 etc. Similarly for other branch off from main
system path having code say 20, keep the same alpha code and use 21, 22, 23
etc and shall carry on further in the same way.
iii) If the branch off from main system / sub system path is used for some other
system, where different alpha codes can be applied, then in that case the said
branch line will be designated by the alpha codes of the system to which it is
providing the input.
There are three numerical keys available for each type of equipment code.
Following has been agreed upon considering present practice, better flexibility and
ease in sorting.
i) Valves and Dampers --- Equipment Code – AA
N1 N2 N3
Motorised (on/off duty) - 0 01 to 50
Motorised (inching duty) - 0 51 to 99
Pneumatic (Control) - 1 01 to 50
Motorised (thyrestor Control) - 1 51 to 99
Sol. Operated - 2 01 to 99
(Open / Close duty (Valves, NRVs, Gate)
Hydraulic - 3 01 to 99
772
51433/2020/PS-PEM-MSX_P
DOCUMENT TITLE
In line with the philosophy adopted for Valves / Dampers /instruments etc.
pumps and fans in the main systems (having different system code) can be
numbered as AP/N100 and as AP/N101, 102, ………. Where system code is
same.
.FOR INSTRUMENTS KKS 6th AND 7th PLACE VALUE OF KKS CODE
SHALL BE CHANGED FOR CORRESPONDING EQUIPMENT AS
FOLLOWS:-
1.FOR PRESSURE -CP
2.FOR TEMPERATURE/GT/AT/TEMP SENSOR-CT
3.FOR LEVEL-CL
4.FOR FLOW-CF
5.R.H.SENSOR-CM
FOR INSTRUMENTS 8th,9th AND 10th PLACE VALUE OF KKS CODE
SHALL BE CHANGED FOR CORRESPONDING EQUIPMENT AS
FOLLOWS:-
1.FOR PRESSURE/TEMPERATURE/LEVEL TRANSMITTER-011
2.FOR PRESSURE/TEMPERATURE/LEVEL GAUGE-511
3.FOR PRESSURE/TEMPERATURE/LEVEL SWITCH-111
773
51433/2020/PS-PEM-MSX_P
08
2
774
51433/2020/PS-PEM-MSX_P
08
2
775
51433/2020/PS-PEM-MSX_P
08
2
776
51433/2020/PS-PEM-MSX_P
08
2
DRAWING FOR TENDER PURPOSE ONLY
0000-999-POI-G-002
Drwg No: 0000-110-POI-G-002 Page 6 of 8
Rev-A
777
DRAWING FOR TENDER PURPOSE ONLY
:
51433/2020/PS-PEM-MSX_P
0000-999-POI-G-002
Drwg No: 0000-110-POI-G-002 Page 7 of 8
Rev-A
778
779
51433/2020/PS-PEM-MSX_P
& ,63(&,),&$7,21)25
&386<67(0
"
780
514
191 145-03000-A PROGRAMMABLE I0002112 G035 GE Intelligent Platforms REGULAR 90/B, ELECTRONICS C&I 84.5 2 , , ,
LOGIC CONTROLLER Private Limited CITY, HOSUR ROAD,
BANGLORE Phone-
28528328 Pincode :
561229 Email :
shivesh k jha@ge com
192 145-03000-A PROGRAMMABLE I0002111 S083 SCHNEIDER ELECTRIC REGULAR A-4 , MOHAN CO-OP C&I , , ,
LOGIC CONTROLLER INDIA PVT.LTD. INDL AREA MATHURA
ROAD NEW DELHI Phone-
Pincode : 110044 Email
: aditya.bawa@schneider-
electric.com
193 145-03000-A PROGRAMMABLE I0002110 R021 ROCKWELL AUTOMATION REGULAR (ALLENBRADLEY),C-11, Works-1->Anup Sharma C-11 Site-4 C&I 30-Jul-10 , , ,
LOGIC CONTROLLER INDIA LTD SITE-4, INDUSTRIAL AREAIndustrial Area,Sahibabad -Ghaziabad-
SHHIBABAD, UTTAR PRADESH India Phone- 0120-
GHAZIABAD Phone- 4017926 FAX : 0120-2895224
2895247-52 Pincode : Pincode : 201010 Email :
201010 Email : [email protected]
[email protected]
194 145-03000-A PROGRAMMABLE I0000437 S001 SIEMENS LIMITED REGULAR Dr. Armin Bruck/Sandeep Works-1->Ankit Varshney Kalwa C&I SIEMENS, Singapore , , ,
LOGIC CONTROLLER Mathur 130, Pandurang Works, Thane-Belapur Road, Thane, -
Budhkar Marg Worli MUMBAI-MAHARASHTRA INDIA Phone-
Mumbai Phone- 0124 383 FAX : Pincode : 400708 Email :
7377 Pincode : 400018
Email :
[email protected]
om
195 145-03000-A PROGRAMMABLE I0006178 M205 MITSUBISHI ELECTRIC INDIA REGULAR Mr. Mehul Dholakia Works-1->Mr. Mehul Dholakia Others C&I 15-Sep-15 , , ,
LOGIC CONTROLLER PVT. LTD. Emerald House, EL-3, J Emerald House, EL-3, J Block, M.I.D.C.,
Block, M.I.D.C., Bhosari, Bhosari, -Pune-MAHARASHTRA INDIA
Pune Phone- 020- Phone- 020-27102000 FAX : 020-
27102000 Pincode : 27102100 Pincode : 411026 Email :
411026 Email : [email protected]
[email protected]
p com
196 145-04000-A CONTROL VALVE I0006003 R001 R.K.CONTROL REGULAR PLOT NO.A-250, Works-1->SAVITH KUMAR PLOT NO. C&I For subcritical HOLD due to non-responsse /non-
INSTRUMENTS PVT. LTD. OPP.POLICE STATION, A-250, OPP.POLICE STATION,WAGLE power plant up participation w.e.f.
WAGLE INDUSTRIAL INDUSTRIAL ESTATE, THANE -THANE- to 150MW 10.01.2013.HOLD due to non-
ESTATE, THANE Phone- MAHARASHTRA INDIA Phone- 022- responsse /non-participation w.e.f.
25820943/2331 Pincode '66060942 FAX : 022-25820801 01.02.2013.Hold is lifted w.e.f.
: 400604 Email : Pincode : 400 604 Email : 21.09.2013. , Reassessed on
[email protected] ; [email protected] 26.02.2016; Technical limit added
[email protected] w.e.f. 26.02.2016; , ,
197 145-04000-A CONTROL VALVE I0006275 M224 Mascot Valves Pvt. Ltd. , 24AAACV6615P1ZZ REGULAR 166-167 GIDC Naroda Works-1->Varun Patel Dir 166-167 C&I 29-Aug-17 96 2 Small 29-Aug-19 , , ,
Ahmedabad Phone- ,GIDC Naroda -Ahmedabad-GUJARAT
0792282 1619 Pincode : India Phone- 0792282 1619 / 3369
382330 Email : FAX : Pincode : 382330 Email :
dom.sales@mascotvalves. [email protected]
com
198 145-04000-A CONTROL VALVE I0003064 S163 Severn Glocon India Pvt. REGULAR F96 & F97, Sipcot Works-1->Mr. K.Kaushik, F96 & F97, C&I 29-May-18 , Technical limit reviewed on
Ltd. Industrial Park, Sipcot Industrial Park,Irungattukottai, - 30.04.2014 and 12.10.2015; ,
Irungattukottai, Chennai-TAMIL NADU India Phone- 044 Deleted due to non-response in 4
Chennai, Phone- 044- 47104200, FAX : 044-47100073, consecutive tenders w.e.f.
47104200, Pincode : Pincode : 602117, Email : 27.07.2016;.Registered again
602117, Email : [email protected] w.e.f. 29.05.2018 ,
[email protected],
199 145-04000-A CONTROL VALVE I0000266 F015 EMERSON PROCESS REGULAR 147, KARAPAKKAM Works-1->Mr. Rangarajan (Head - C&I 69.5 2 Vendor's name changed from
MANAGEMENT CHENNAI VILLAGE, CHENNAI Lean and Manufact 147,Karapakkam "Fisher Sanmar Limited" to
LIMITED Phone- 23722184, Village, -Chennai-TAMIL NADU India "Emersion Process Management
23716242 Pincode : Phone- 0444903 4395 FAX : Pincode Chennai Limited" w.e.f. 22.09.2011
600096 Email : : 600097 Email : , , ,
[email protected] [email protected]
om
200 145-04000-A CONTROL VALVE I0006276 B207 BOMAFA SPECIAL VALVE , 24AAECB8265B1ZY REGULAR Mr. K.M. Anklesaria/ R. M. Works-1->Mr. K.M. Anklesaria/ Mr. C&I 17-Dec-16 Small 30-Sep-20 , , ,
SOLUTIONS PVT LTD Anklesaria Plot No: 285/2, R.M. Anklesaria Dir Plot No: 285/2,
Panchratna Estate, Near Panchratna Estate, Near Ramol Bridge,
Ramol Bridge, Vatva Vatva, -Ahmedabad-GUJARAT INDIA
Ahmedabad Phone- 079- Phone- 079-40083825 FAX :
40083825 Pincode : Pincode : 382445 Email :
382445 Email : [email protected]
[email protected]
201 145-04000-A CONTROL VALVE S280 SAMSON CONTROLS PVT. , 27AAACP3331Q1Z6 REGULAR Mr. Atul raje-MD D 281, Works-1-> Others D 281, MIDC C&I 15-Jun-18 "Hydro test bench for 6'' to 12'',
LTD. MIDC Ranjangaon Ta Ranjangaon -Pune-MAHARASHTRA 2500# ANSI rating is available at
Shirur Pune Phone- India Phone- unit II, D-100 MIDC Ranjangaon,
02067246600 Pincode : 02067246600,8554997963 FAX : Tal. Shirur, Dist. Pune." , , ,
412220 Email : Pincode : 412220 Email :
[email protected] [email protected]
781
514
202 145-04000-A CONTROL VALVE I0001844 K048 Koso India Private Limited, , 27AACCK3621N1ZE REGULAR H 33 & 34, MIDC, Ambad, Works-1->P.J.ASHOK KUMAR/SEEMA C&I 30-Sep-09 95.33 3 , The name has been changed
Nashik, Phone- ANAND Control Valve Division, H- from M/s KOSO FLUID CONTROLS
09650233433 Pincode : 33&34, MIDC, Ambad, -Nashik- (PVT) LTD to M/s Koso India
422010, Email : MAHARASHTRA India Phone- 91 944 Private Limited as per 11th MISCC
[email protected] 744 3198 FAX : 0491 - 5269914 Elect and C&I dated 30.07.2013. ,
Pincode : 422010 Email : Approved works at Control Valve
[email protected];[email protected] Division, H-33&34, Ambad, Nashik
Works-2->+P.J.ASHOK KUMAR/SEEMA w.e.f. 12.10.2015; Additional works
ANAND J-1,MIDC,Ambad -Nashik- at "J-1,MIDC,Ambad, nashik-
MAHARASHTRA India Phone- 91 944 422010" approved w.e.f.
744 3198 FAX : 0491 - 5269914 17.06.2016; ,
Pincode : 422010 Email :
[email protected];[email protected]
203 145-04000-A CONTROL VALVE I0001845 F030 FORBES MARSHALL ARCA , 27AAACF2630E1Z5 REGULAR A-34/35 , MIDC ESTATE, Works-1->Mr. Sanjeev Shinde A- C&I No technical limit 16-Dec-10 80.5 2 , Technical limit reviewed on
PVT.LTD. H-BLOCK, PIMPRI, 34/35 MIDC Estate,H Block, Pimpri, - exists except for 30.04.2014 and further revised on
PUNE, Phone- 020- Pune-MAHARASHTRA India Phone- feed control 29.12.2015; , Reviewed in MISCC
27442020, Pincode : 9323176406 FAX : 020-27442040 valve. For feed dt. 21.07.2015 for non-response
411018 Email : Pincode : 411018 Email : control valves, in 4 consecutive tender enquiry; ,
mnadgaundi@forbesmars [email protected] approved up to
hall.com sub-critical
power plants of
600 MW rating.
204 145-04000-A CONTROL VALVE I0000348 I006 INSTRUMENTATION LTD. , 32AAACL4212G1Z6 REGULAR KANJIKODE WEST, Works-1->D.SASIDHARAN, C&I 76 3 SICK PSU. BIFR CASE. , , ,
PALALKKAD, PALAKKAD AGM(Works&PPC) KANJIKODE WEST,
Phone- 2566127- PALAKKAD-KERALA INDIA Phone-
130,2567128 Pincode : 0491-2566536 FAX : 0491-2566135
678623 Email : Pincode : 678623 Email :
[email protected];fa2@ilp [email protected];[email protected];
gt.com [email protected],
[email protected];[email protected];
[email protected];[email protected];re
[email protected]
205 145-04000-A CONTROL VALVE I0001846 M005 KSB MIL CONTROLS LTD. , 32AABCM1515G1Z4 REGULAR Mr.Jacob Cherian/Mr.Geo Works-1->Mr.Biju Simon/Mr.Jose Paul C&I 79.33 3 , Name changed from MIL
Jolly Meladoor, Meladoor, Annamanada, -Thrissur- Controls limited to KSB MIL Control
Annamanada P.O. MALA, KERALA INDIA Phone- 9447555500 limited based on MISCC dated
Thrissur Phone- 0480- FAX : 91 480 2890952 Pincode : 06.04.2017 , ,
2695700 Pincode : 680741 Email : [email protected]
680741 Email :
[email protected]
206 145-04000-A CONTROL VALVE S237 SUZHOU DELAN ENERGY REGULAR No 566 Fangqiao Road Works-1->Mr. Zong Xin CEO No 566 C&I 05-Jul-16 , , ,
SCIENCE & TECHNOLOGY Caohu Industrial Park, Fangqiao Road Caohu Industrial
CO., LTD. Xiangcheng Economic Park,Xiangcheng E. Z. -Suzhou-Foreign
Development Zone, Country CHINA Phone-
Suzhou Phone- 008618012776062 FAX : Pincode :
008618012776062 215143 Email : jeanielei@delan-
Pincode : 215143 Email valve.com
: jeanielei@delan-
valve.com
207 145-04000-A CONTROL VALVE W202 WALDEMAR PRUSS REGULAR Mr. Winfried Dremhel Works-1->Mr. Winfried Dremhel CEO C&I 25-Feb-15 Indian Representative-M/s H S
ARMATURENFABRIK GMBH Schulenburgerlandstrasse Schulenburgerlandstrasse 261, - Engineering & Marketing Services,
261, Hannover Phone- Hannover- GERMANY Phone- +49- B2/73C Safdarjung Enclave, New
+49-511279260 Pincode 511279260 FAX : Pincode : 30419 Delhi - 110029, Ph No.-011-
: 30419 Email : Email : [email protected] 26193156/9313007463; Email-
[email protected]; [email protected] , , ,
[email protected]
208 145-06000-A PRESSURE K054 Kaustubha Udyog, REGULAR S.No. 36/1/1, Sinhgad C&I 28-Mar-13 Small 30-Mar-20 , , ,
SWITCH/DIFF. Road, Vadgaon Khurd,
PRESSURE SWITCH Near Lokmat Press,
Pune, Phone- 020-
24393577, Pincode :
Email :
pressure@vsnl com
209 145-06000-A PRESSURE I0000758 A126 PRECISION MASS REGULAR Mr. Nishit Patel/Mr. Anuj Works-1->Mr. Hitesh Parmar/Mr. C&I 23-Nov-12 Registration of ''M/s Ashcroft India
SWITCH/DIFF. PRODUCTS PVT. LTD. Verma Plot No.2306, Hitesh Parmar Plot No.2306, Phase II, Pvt. Ltd.'' substituted to ''M/s
PRESSURE SWITCH Phase II, GIDC Chhatral GIDC Chhatral, -Kalol-GUJARAT INDIA Precision Mass Products Pvt. Ltd."
Kalol Phone- 9999464663 Phone- 9327359227 FAX : 02764- as per MISCC dt. 15.02.2016
Pincode : 382729 Email 233440 Pincode : 382729 Email : based on ''Termination and
: [email protected] business transfer agreement''
[email protected] submitted by supplier. , , ,
210 145-06000-A PRESSURE I0000758 D021 DRESSER INDUSTRIES INC. REGULAR Mr. Nishit Patel/Mr. Anuj C&I , , ,
SWITCH/DIFF. Verma Plot No.2306,
PRESSURE SWITCH Phase II, GIDC Chhatral
Kalol Phone- 02764-
233682 Pincode :
382729 Email :
Nishit.patel@ashcroftindia.
com
211 145-06000-A PRESSURE I0001570 S009 SWITZER PROCESS , 33AAUCS4408B1ZH REGULAR Mr. V S Jayaprakash, 128, Works-1->C S Shankar 127, Sidco C&I 66 1 Small 20-May-19 Name changed from "M/s Switzer
SWITCH/DIFF. INSTRUMENTS PVT. LTD. SIDCO North Phase, North Phase, Ambattur Estates, - Instrument Ltd." to "M/s Switzer
PRESSURE SWITCH Ambattur Estates CHENNAI-TAMIL NADU INDIA Phone- Process Instruments Pvt. Ltd."
CHENNAI Phone- 044- 8754491904 FAX : 044-26248849 w.e.f. 27.07.2016; , , ,
26252017/2018 Pincode Pincode : 600050 Email :
: 600050 Email : [email protected]
[email protected]
782
514
212 145-06000-A PRESSURE S010 SOR INC. REGULAR LARRY Works-1->LARRY DEGARMO/ ROY C&I , , ,
SWITCH/DIFF. DEGARMO/Avdhesh STUMBOUGH 14685 W. 105TH
PRESSURE SWITCH Chandra, 14685 W. STREET, LENEXA -KANSAS- USA Phone
105TH STREET LENEXA 913-888-0767 FAX : 913-888-0767
Phone- 09810905139, Pincode : 66215 Email :
Pincode : 66215 Email : [email protected]
[email protected],
avdhesh@sherman-
india.com,
213 145-06000-A PRESSURE B085 Barksdale GmbH, Germany REGULAR Michael Weileder Dorn C&I 01-Sep-10 , , ,
SWITCH/DIFF. Assenheimer, Strasse 27
PRESSURE SWITCH Reichelsheim Phone- +91-
9999107840 Pincode :
D-61203 Email :
[email protected]
214 145-06000-A PRESSURE G060 GENERAL INSTRUMENTS REGULAR Mr. Amarendra Kulkarni C&I 30-Sep-10 64.67 3 Workas at- GAUGES BOURDON
SWITCH/DIFF. CONSORTIUM 194/195, Gopi Tank Road, INDIA PVT. LTD. (A MFG. UNIT OF
PRESSURE SWITCH Off. Pandurang Naik GENERAL INSTRUMENTS
Marg, Mahim Mumbai CONSORTIUM , PLOT NO-4, 5 & 6,
Phone- 9323195251 JAWAHAR Co-op. INDUSTRIAL
Pincode : 400016 Email ESTATE, KAMOTHE, PANVEL- 410
: amarendra@general- 209 , , ,
gauges.com
215 145-06000-A PRESSURE I041 INDFOS INDUSTRIES REGULAR B-20-21, INDUSTRIAL C&I 67.67 3 , , ,
SWITCH/DIFF. LIMITED AREA, MEERUT ROAD,
PRESSURE SWITCH GHAZIABAD Phone- 0120-
2712016 Pincode :
Email : [email protected]
216 145-06000-A PRESSURE I0001139 D003 INDFOS (INDIA) LIMITED REGULAR MR.L.C.VENKATRANGAN/ C&I , , ,
SWITCH/DIFF. MR.B.KANNAN New No.17,
PRESSURE SWITCH II Floor, Adwave Towers,
Dr.Sevalia Shivaji Salai,
T.Nagar Chennai Phone-
+91 44 24353407
Pincode : 600017 Email
: [email protected]
217 145-08000-A PRESSURE GAUGE/ I0002107 A010 A.N. INSTRUMENTS PVT. REGULAR MARKETING DIVISION, Works-1->Mr. Gautam Mukherjee C&I 60 1 Micro 30-Sep-15 , , ,
DIFF.PRESSURE LTD. 5th FLOOR, 59-B, Kusumba,Sonarpur Station Road,P.O. -
GAUGE CHOWRINGHEE ROAD, Narendrapur, -Kolkata-WEST BENGAL
KOLKATA Phone- INDIA Phone- 9836878855 FAX : 033-
24757784,22472509 24342748 Pincode : 700103 Email :
Pincode : 700020 Email [email protected]
: [email protected]
218 145-08000-A PRESSURE GAUGE/ I0006354 B083 BOSE PANDA INSTRUMENTS , 19AABCB1292KIZ REGULAR Mr. Partha Bose 44, Works-1->Mr. Partha Bose 44, C&I 20-Aug-14 Small 12-Jan-19 Trial to Hold as per SEARP amd-
DIFF.PRESSURE PVT.LTD. Saheed Hemanta Kumar Saheed Hemanta Kumar Bose,Sarani, - 3,w.e.f. 15-09-12 , Supplier
GAUGE Bose, Sarani, Kolkata Kolkata-WEST BENGAL India Phone- registered in trial category on
Phone- +91 33 2548 +91 33 2548 7220 FAX : +91 33 30.10.2010 and was thereafter put
7220 Pincode : 700074 2548 0429, Pincode : 700074 Email in susp-hold category as per
Email : : [email protected] SEARP Amd-03 on 15.09.2012.
[email protected] [email protected] Further, on evaluation put in
; [email protected] permanent category on
20 08 2014;
219 145-08000-A PRESSURE GAUGE/ I0002106 H023 H.GURU INDUSTRIES REGULAR Mr. G. D. Hazra/Mr. P. K. Works-1->NA NA -- Phone- FAX : C&I OVERALL , Financial limit reviewed on
DIFF.PRESSURE Mitra 10 B, HO-CHI-MINH Pincode : Email : PENDING 05.06.2014; , ,
GAUGE SARANI, KOLKATA ORDER VALUE
Phone- 033 2282 2463 / (EXCLUDING
1637 Pincode : 700071 VALUE OF
Email : [email protected] ORDERS
ALREADY
EXECUTED) FOR
ALL PACKAGES
FOR WHICH
VENDOR IS
REGISTERED
SHALL NOT
EXCEED RS. 1.0
CRORE
220 145-08000-A PRESSURE GAUGE/ I0002108 G071 GAUGE BOURDON INDIA , 27AAACG1986A1ZV REGULAR 194/195, Gopi Tank Road, Works-1->Gauge Bourdon India Pvt. C&I 06-Mar-14 Small 11-Jun-18 Registered as per 26th MISCC-
DIFF.PRESSURE PVT. LTD. Off Pandurang Naik Marg, Ltd., Plot No-4, 5, 6,Jawahar Co- Electrical and C&I dtd. 06.03.2014.
GAUGE Mahim Mumbai, Phone- operative Industrial Estate, -Kalamboli , , ,
011-41607463, Pincode : Taluka Panvel-MAHARASHTRA India
400016, Email : Phone- 022-27421095, FAX : 022-
gicdelhi@general- 27421901, Pincode : 410209, Email
gauges.com, : [email protected]
221 145-08000-A PRESSURE GAUGE/ I0006454 F016 FORBES MARSHALL (HYD) REGULAR MR SAILESH PATALAY/MR. Works-1->MR G.SRINIVASAN/MR C&I , , ,
DIFF.PRESSURE LTD. M K SRINIVASAN PLOT ANUJ MALPANI PLOT NO:A-19/2 & T-
GAUGE NO.A-19/2, & T-4/2, IDA, 4/2,I.DA. NACHARAM , -HYDERABAD-
NACHARAM, HYDERABAD TELANGANA INDIA Phone-
Phone- 9849913704 09866550762 FAX : 040 27152193
Pincode : 500 076 Email Pincode : 560076 Email :
: [email protected]
mksrinivasan@forbesmars
hall.com
222 145-08000-A PRESSURE GAUGE/ I0000758 A126 PRECISION MASS REGULAR Mr. Nishit Patel/Mr. Anuj Works-1->Mr. Hitesh Parmar/Mr. C&I 23-Nov-12 Registration of ''M/s Ashcroft India
DIFF.PRESSURE PRODUCTS PVT. LTD. Verma Plot No.2306, Hitesh Parmar Plot No.2306, Phase II, Pvt. Ltd.'' substituted to ''M/s
GAUGE Phase II, GIDC Chhatral GIDC Chhatral, -Kalol-GUJARAT INDIA Precision Mass Products Pvt. Ltd."
Kalol Phone- 9999464663 Phone- 9327359227 FAX : 02764- as per MISCC dt. 15.02.2016
Pincode : 382729 Email 233440 Pincode : 382729 Email : based on ''Termination and
: [email protected] business transfer agreement''
[email protected] submitted by supplier. , , ,
783
514
223 145-08000-A PRESSURE GAUGE/ I0000007 W017 Baumer Technologies India REGULAR Mr. Shyam Warilani/Mr. V Works-1->Mr. Shyam Warilani/Mr. V C&I , NAME HAS BEEN CHANGED
DIFF.PRESSURE Pvt. Ltd. Suresh Babu 36, DAMJI Suresh Babu Plot No 34 À GIDC À FROM M/S WAAREE
GAUGE SHAMJI INDUSTRIAL Phase 1, -VAPI-GUJARAT INDIA Phone- INSTRUMENTS LTD. TO M/S
COMPLEX, OFF.- +91 11 4161 7111 FAX : 022 2687 BAUMER TECHNOLOGIES INDIA
MAHAKALI CAVES ROAD, 3613 Pincode : 396 195 Email : PVT. LTD. W.E.F. 13.06.2012 , ,
ANDHERI(E) MUMBAI [email protected]
Phone- +91 99589 25151
Pincode : 400093 Email
: [email protected]
224 145-08000-A PRESSURE GAUGE/ I0001117 H040 H.GURU INSTRUMENTS REGULAR 32,INDUSTRIAL SUBURB Works-1->Shikha Hazra/ Shyamal C&I 30-Jul-10 83 3 Small 30-Sep-18 , , ,
DIFF.PRESSURE (SOUTH INDIA) P. LTD YESWANTHAPUR Hazra 32, Industrial
GAUGE BANGALORE Phone- 080- Suburb,Yeshwanthpur -BANGALORE-
23370300, Pincode : KARNATAKA INDIA Phone- 080-
560022 Email : 23370300 FAX : 080-23379890
[email protected] Pincode : 560022 Email :
[email protected]
225 145-08000-A PRESSURE GAUGE/ I0002862 S158 SCIENTIFIC DEVICES REGULAR Office no. 53, Shree Works-1->Scientific Center, Others C&I 31-May-17 Small 22-Feb-21 , , ,
DIFF.PRESSURE (BOMBAY) PVT LTD, Manoshi Complex, Plot By-Pass Junction,Near Kalsekar College
GAUGE No. 5 & 6, Sec-3, kausa, mumbra,Thane -Mumbai-
Ghansoli (East), Navi MAHARASHTRA INDIA Phone- 022-
Mumbai, Phone- 25491409,9892230623 FAX :
9892230623, Pincode : Pincode : 400612 Email :
400 701, Email : [email protected]
sdbpl@vsnl com
226 145-08000-A PRESSURE GAUGE/ I0006231 N214 Nesstech Instruments REGULAR 26/2, G Type, Global Works-1-> Others 26/2, G Type, C&I 11-May-17 , , ,
DIFF.PRESSURE Private Limited Industrial Park Near Nahuli Global Ind. Park Near Nahuli Railway
GAUGE Railway Crossing, Valvada Crossing, -Vapi-GUJARAT INDIA Phone-
Vapi Phone- 9920576002 9920576002 FAX : Pincode :
Pincode : 396105 Email 396105 Email : [email protected],
: [email protected] [email protected]
227 145-10000-A TEMPERATURE I0002108 G071 GAUGE BOURDON INDIA , 27AAACG1986A1ZV REGULAR 194/195, Gopi Tank Road, Works-1->Gauge Bourdon India Pvt. C&I 28-Mar-13 Small 11-Jun-18 , , ,
GAUGE PVT. LTD. Off Pandurang Naik Marg, Ltd., Plot No-4, 5, 6,Jawahar Co-
Mahim Mumbai, Phone- operative Industrial Estate, -Kalamboli
011-41607463, Pincode : Taluka Panvel-MAHARASHTRA India
400016, Email : Phone- 022-27421095, FAX : 022-
gicdelhi@general- 27421901, Pincode : 410209, Email
gauges.com, : [email protected]
228 145-10000-A TEMPERATURE I0001117 H040 H.GURU INSTRUMENTS REGULAR 32,INDUSTRIAL SUBURB Works-1->Shikha Hazra/ Shyamal C&I 30-Jul-10 96.33 3 Small 30-Sep-18 , , ,
GAUGE (SOUTH INDIA) P. LTD YESWANTHAPUR Hazra 32, Industrial
BANGALORE Phone- 080- Suburb,Yeshwanthpur -BANGALORE-
23370300, Pincode : KARNATAKA INDIA Phone- 080-
560022 Email : 23370300 FAX : 080-23379890
[email protected] Pincode : 560022 Email :
[email protected]
229 145-10000-A TEMPERATURE I0002106 H023 H.GURU INDUSTRIES REGULAR Mr. G. D. Hazra/Mr. P. K. Works-1->NA NA -- Phone- FAX : C&I OVERALL , Financial limit reviewed on
GAUGE Mitra 10 B, HO-CHI-MINH Pincode : Email : PENDING 05.06.2014; , ,
SARANI, KOLKATA ORDER VALUE
Phone- 033 2282 2463 / (EXCLUDING
1637 Pincode : 700071 VALUE OF
Email : [email protected] ORDERS
ALREADY
EXECUTED) FOR
ALL PACKAGES
FOR WHICH
VENDOR IS
REGISTERED
SHALL NOT
EXCEED RS. 1.0
CRORE
230 145-10000-A TEMPERATURE I0001567 G047 GOA THERMOSTATIC , 30AAACG7071Q1ZF REGULAR FLAT -B , GF, HILL Works-1->Mrs Saanvi Naik C&I 30-Jul-10 82.5 2 , , ,
GAUGE INSTRUMENTS PVT.LTD. CROWN APTS., COLLEGE BICHOLIM, -BICHOLIM-GOA INDIA
ROAD, MAPUSA Phone- Phone- 9595855152 FAX : Pincode
Pincode : 403525 Email : 403 529 Email :
: gtilworks@pyro- [email protected]
electric.in
231 145-10000-A TEMPERATURE I0002107 A010 A.N. INSTRUMENTS PVT. REGULAR MARKETING DIVISION, Works-1->Mr. Gautam Mukherjee C&I 64.67 3 Micro 30-Sep-15 , , ,
GAUGE LTD. 5th FLOOR, 59-B, Kusumba,Sonarpur Station Road,P.O. -
CHOWRINGHEE ROAD, Narendrapur, -Kolkata-WEST BENGAL
KOLKATA Phone- INDIA Phone- 9836878855 FAX : 033-
24757784,22472509 24342748 Pincode : 700103 Email :
Pincode : 700020 Email [email protected]
: [email protected]
232 145-10000-A TEMPERATURE I0006454 F016 FORBES MARSHALL (HYD) REGULAR MR SAILESH PATALAY/MR. Works-1->MR G.SRINIVASAN/MR C&I , , ,
GAUGE LTD. M K SRINIVASAN PLOT ANUJ MALPANI PLOT NO:A-19/2 & T-
NO.A-19/2, & T-4/2, IDA, 4/2,I.DA. NACHARAM , -HYDERABAD-
NACHARAM, HYDERABAD TELANGANA INDIA Phone-
Phone- 9849913704 09866550762 FAX : 040 27152193
Pincode : 500 076 Email Pincode : 560076 Email :
: [email protected]
mksrinivasan@forbesmars
hall.com
233 145-10000-A TEMPERATURE I0001442 G032 GOA INSTRUMENTS , 30AAACG7071Q1ZF REGULAR D2/5, Mapusa Industrial Works-1->Mr. S.G. Dixit D2/5, C&I 54 1 Small 30-Sep-18 GCC Rev.5 has been accepted in
GAUGE INDUSTRIES PVT.LTD., Estate, Mapusa, Goa, Mapusa Industrial Estate, -Mapusa-GOA toto. , , ,
Phone- 09326054551, INDIA Phone- 09326054551 FAX :
Pincode : 403507, Email 0832-2262331 Pincode : 403 507
: Email : [email protected]
sumukh@goainstruments.
com
784
514
234 145-10000-A TEMPERATURE I0000758 A126 PRECISION MASS REGULAR Mr. Nishit Patel/Mr. Anuj Works-1->Mr. Hitesh Parmar/Mr. C&I 23-Nov-12 Registration of ''M/s Ashcroft India
GAUGE PRODUCTS PVT. LTD. Verma Plot No.2306, Hitesh Parmar Plot No.2306, Phase II, Pvt. Ltd.'' substituted to ''M/s
Phase II, GIDC Chhatral GIDC Chhatral, -Kalol-GUJARAT INDIA Precision Mass Products Pvt. Ltd."
Kalol Phone- 9999464663 Phone- 9327359227 FAX : 02764- as per MISCC dt. 15.02.2016
Pincode : 382729 Email 233440 Pincode : 382729 Email : based on ''Termination and
: [email protected] business transfer agreement''
[email protected] submitted by supplier. , , ,
235 145-10000-A TEMPERATURE I0000007 W017 Baumer Technologies India REGULAR Mr. Shyam Warilani/Mr. V Works-1->Mr. Shyam Warilani/Mr. V C&I 71 3 , NAME HAS BEEN CHANGED
GAUGE Pvt. Ltd. Suresh Babu 36, DAMJI Suresh Babu Plot No 34 À GIDC À FROM M/S WAAREE
SHAMJI INDUSTRIAL Phase 1, -VAPI-GUJARAT INDIA Phone- INSTRUMENTS LTD. TO M/S
COMPLEX, OFF.- +91 11 4161 7111 FAX : 022 2687 BAUMER TECHNOLOGIES INDIA
MAHAKALI CAVES ROAD, 3613 Pincode : 396 195 Email : PVT. LTD. W.E.F. 13.06.2012 , ,
ANDHERI(E) MUMBAI [email protected]
Phone- +91 99589 25151
Pincode : 400093 Email
: [email protected]
236 145-11000-A LEVEL GAUGE T001 TOSHNIWAL BROTHERS REGULAR WORKS:TOSHNIWAL C&I MAKE:NIVO , , ,
PVT.LTD. IND.PVT.LTD, CONTROLS
INDUSTRIAL ESTATE
MAKHUPURA, AJMER
Phone- 441171 Pincode :
305002 Email :
[email protected]
om
237 145-11000-A LEVEL GAUGE I0002058 B077 BLISS ANAND PVT. LTD. , 06AAACB4798B1ZU REGULAR Mr. Vikas Anand/ Works-1->Mr. Bharat Kumar/ Mr. Sasi C&I , , ,
Mr.RGRajan 92B & 93 B , Kumar Plot No. 92B & 93B,Sec-V,
IMT MANESAR Gurgaon IMTManesar -GURGAON-HARYANA
Phone- 0124-4366000 INDIA Phone- 0124-4366000 TO 9
TO 9 Pincode : 122001 FAX : 0124-2290884 Pincode :
Email : 122002 Email : bharat@blissanand
sales@blissanand com com
238 145-11000-A LEVEL GAUGE I0001569 S008 SIGMA INSTRUMENTS CO. , 27AANFS3261N1ZL REGULAR Gopal Kannan/R Gopinath Works-1->R Gopinath 27 Nahur C&I , , ,
201, ANANDRAJ Udyog Industrial Premises,M.M.Malviya
INDUSTRIAL ESTATE, Road, Mulund( -MUMBAI-
OFF.LBS MARG, SONAPUR MAHARASHTRA INDIA Phone-
LANE, BHANDUP (W) +912225918567 FAX :
MUMBAI Phone- +912225918566 Pincode : 400080
+919821038162 Pincode Email : [email protected]
: 400078 Email :
[email protected]
o.in
239 145-12000-A FLOW ELEMENT T108 TM TECNOMATIC SPA REGULAR MR. ANTONIO Works-1->Mrs. Enrica Bazzocchi VIA C&I 22-Dec-11 , , ,
NOVIELLO/Mrs. Enrica DELLE INDUSTRIE, 36, -CREMONA-
Bazzocc VIA DELLE Italy Phone- 39037221574 FAX :
INDUSTRIE, 36 39037228318 Pincode : 26100 Email
CREMONA Phone- : [email protected]
39037221574 Pincode :
26100 Email :
[email protected]
240 145-12000-A FLOW ELEMENT I0002958 S044 STAR-MECH CONTROLS (I) , 27AACCS5874R1ZF REGULAR SUSHILLOTAM, Works-1->VlVEK GOTE/ MAHúNDRA C&I 68 3 Small 30-Sep-20 , , ,
PVT.LTD. SUSHILLOTAM, 29/3A/3, BANSODE Sr no.54, Plot No.ll0,Swami
SASANE NAGAR, ViVekanand Industrial Est.HADAPS -
HADAPSAR, PUNE Phone- PUNE-MAHARASHTRA INDIA Phone-
02026970450 Pincode : 02026970450 FAX : 02026970470
411028 Email : Pincode : 411028 Email :
[email protected] [email protected]
241 145-12000-A FLOW ELEMENT I0000348 I006 INSTRUMENTATION LTD. , 32AAACL4212G1Z6 REGULAR KANJIKODE WEST, C&I 75.67 3 SICK PSU. BIFR CASE. , , ,
PALALKKAD, PALAKKAD
Phone- 2566127-
130,2567128 Pincode :
678623 Email :
[email protected];fa2@ilp
gt.com
242 145-12000-A FLOW ELEMENT I0001883 M009 MICRO PRECISION , 06AAACM8433C1ZT REGULAR Mr. Anil Bhati, H.B. No.-40, C&I 87.67 3 Small 21-Sep-14 REGISTERED AS MSED VENDOR
PRODUCTS PVT. LTD. Revenue Estate, Village- W.E.F.15.11.2011 FOR FY 2011-
Dudhola,Tehsil & Distt. 12. , , ,
Palwal FARIDABAD Phone
9560742713;095607427
Pincode : 121002 Email
: [email protected]
243 145-13000-A TEMP. ELEMENT I0000225 I022 DETRIVE , 27AAACD0722H1Z4 REGULAR 320, TV INDUSTIAL Works-1->Mr. A.D.Solomon J-14, C&I 66.67 3 , , ,
INSTRUMENTATION & ESTATE, MIDC, TARAPORE, BOISER STN., -
ELECTRONICS LTD. OFF.DR.A.BESANT ROAD, THANE-MAHARASHTRA India Phone-
BEHIND GLAXO, WORLI, FAX : Pincode : Email :
MUMBAI Phone- [email protected]
24934125,24938403
Pincode : 400025 Email
: [email protected]
244 145-13000-A TEMP. ELEMENT I0006231 N214 Nesstech Instruments REGULAR 26/2, G Type, Global Works-1-> Others 26/2, G Type, C&I 11-May-17 , , ,
Private Limited Industrial Park Near Nahuli Global Ind. Park Near Nahuli Railway
Railway Crossing, Valvada Crossing, -Vapi-GUJARAT INDIA Phone-
Vapi Phone- 9920576002 9920576002 FAX : Pincode :
Pincode : 396105 Email 396105 Email : [email protected],
: [email protected] [email protected]
245 145-13000-A TEMP. ELEMENT I0002955 T115 Thermal Instrument India , 27AABCT2768A1ZJ REGULAR Mr. Raghavendra M. Works-1->Mr. Raghavendra M. C&I 20-Sep-14 Registered as per 11th MISCC-
Pvt. Ltd. Kulkarni 194/195, Gopi Kulkarni Survey No. 250A/B, Post- Electrical and C&I (FY 2014-15) dt.
Tank Road Behind Mangaon,Tal.- Kudal, Dist.- 20.09.2014. , , ,
Citylight Cinema,Mahim Sindhudurg, --MAHARASHTRA India
Mumbai Phone- Phone- 09322664709 FAX : 022-
09322664709 Pincode : 24455026 Pincode : 416519 Email :
400016 Email : [email protected]
ramk@giconindia com
785
514
246 145-13000-A TEMP. ELEMENT I0001361 T107 Tempsens Instrument (I) Pvt REGULAR MR. V.P.RATHI/MR. Works-1->Mr. S.D Deval B-188A C&I 30-Nov-11 , , ,
Ltd HEMANT RATHI B-188A ROAD NO.5 ,M.I.A -UDAIPUR-
ROAD NO.5 , M.I.A RAJASTHAN INDIA Phone-
UDAIPUR Phone- 9352501530 FAX : 0294-3057750
09352420069 Pincode : Pincode : 313003 Email :
313003 Email : [email protected]
info@tempsens com
247 145-13000-A TEMP. ELEMENT I0000007 W017 Baumer Technologies India REGULAR Mr. Shyam Warilani/Mr. V Works-1->Mr. Shyam Warilani/Mr. V C&I , NAME HAS BEEN CHANGED
Pvt. Ltd. Suresh Babu 36, DAMJI Suresh Babu Plot No 34 À GIDC À FROM M/S WAAREE
SHAMJI INDUSTRIAL Phase 1, -VAPI-GUJARAT INDIA Phone- INSTRUMENTS LTD. TO M/S
COMPLEX, OFF.- +91 11 4161 7111 FAX : 022 2687 BAUMER TECHNOLOGIES INDIA
MAHAKALI CAVES ROAD, 3613 Pincode : 396 195 Email : PVT. LTD. W.E.F. 13.06.2012 , ,
ANDHERI(E) MUMBAI [email protected]
Phone- +91 99589 25151
Pincode : 400093 Email
: [email protected]
248 145-13000-A TEMP. ELEMENT I0002116 P061 PYRO ELECTRIC REGULAR M. D. BICHU/R. M. BICHU Works-1->A A KULKARNI/ VINOD C G C&I 28-Jan-09 78.33 3 , , ,
INSTRUMENTS GOA G.B, HILL CROWN PLOT NO. 71,BICHOLIM INDUSTRIAL
PVT.LTD. APARTMENTS, COLLEGE ESTATE -BICHOLIM-GOA INDIA Phone-
ROAD, MAPUSA Phone- 9326114409 FAX : 91 832 2363381
9326114601 Pincode : Pincode : 403529 Email :
403507 Email : [email protected]
priyanka.marketing@pyro-
electric.in
249 145-13000-A TEMP. ELEMENT I0002108 G071 GAUGE BOURDON INDIA , 27AAACG1986A1ZV REGULAR 194/195, Gopi Tank Road, Works-1->Gauge Bourdon India Pvt. C&I 29-Dec-15 Small 11-Jun-18 , , ,
PVT. LTD. Off Pandurang Naik Marg, Ltd., Plot No-4, 5, 6,Jawahar Co-
Mahim Mumbai, Phone- operative Industrial Estate, -Kalamboli
011-41607463, Pincode : Taluka Panvel-MAHARASHTRA India
400016, Email : Phone- 022-27421095, FAX : 022-
gicdelhi@general- 27421901, Pincode : 410209, Email
gauges.com, : [email protected]
250 145-13000-A TEMP. ELEMENT I0001442 G032 GOA INSTRUMENTS , 30AAACG7071Q1ZF REGULAR D2/5, Mapusa Industrial Works-1->Mr. S.G. Dixit D2/5, C&I 09-May-13 Small 30-Sep-18 GCC Rev.5 has been accepted in
INDUSTRIES PVT.LTD., Estate, Mapusa, Goa, Mapusa Industrial Estate, -Mapusa-GOA toto. , , ,
Phone- 09326054551, INDIA Phone- 09326054551 FAX :
Pincode : 403507, Email 0832-2262331 Pincode : 403 507
: Email : [email protected]
sumukh@goainstruments.
com
251 145-13000-A TEMP. ELEMENT I0001645 T111 TOSHNIWAL INDUSTRIES , 08AAACT1582B1ZO REGULAR Industrial Estate, Works-1-> Khasra No.: 218-230& C&I 28-May-13 GCC Rev.5 has been accepted in
PVT. LTD., Makhupura, Ajmer, 235, Industrial Estate,Makhupura, - toto. , , ,
Phone- 9352009000, Ajmer-RAJASTHAN India Phone-
Pincode : 305002, Email 9887865856, FAX : 0145-2695174,
: [email protected], Pincode : 305002, Email :
[email protected]
252 145-13000-A TEMP. ELEMENT I0002862 S158 SCIENTIFIC DEVICES REGULAR Office no. 53, Shree Works-1->Scientific Center, Others C&I 31-May-17 Small 22-Feb-21 , , ,
(BOMBAY) PVT LTD, Manoshi Complex, Plot By-Pass Junction,Near Kalsekar College
No. 5 & 6, Sec-3, kausa, mumbra,Thane -Mumbai-
Ghansoli (East), Navi MAHARASHTRA INDIA Phone- 022-
Mumbai, Phone- 25491409,9892230623 FAX :
9892230623, Pincode : Pincode : 400612 Email :
400 701, Email : [email protected]
sdbpl@vsnl com
253 145-14000-A TRANSMITTERS I0004041 V040 V. AUTOMAT & INTRUMENTS, 07AAACV0542K1ZF REGULAR Mr. R. K. BASSI/Mr. Works-1->Mr. BHAGWAN SINGH/ Mr. C&I a)DISPLACEMEN 28-Jan-09 Technical limit reviewed on
(P) LTD. PRAVEEN KUMAR F-61, NANDAN SINGH F-61, OKHLA T TYPE 12.10.2015; , Technical limit
OKHLA INDL.AREA, PH-1 INDL.AREA,PHASE-I -NEW DELHI- TRANSMITTERS. reviewed on 30.04.2014 , ,
NEW DELHI Phone- DELHI INDIA Phone- 011-47627200 b)PRESSURE
9810005826 Pincode : Extn. 3 FAX : 011- 26819440 AND DP
110 020 Email : Pincode : 110 020 Email : TRANSMITTERS
[email protected] [email protected]
254 145-14000-A TRANSMITTERS I0001494 P068 Pune Techtrol Pvt. Ltd. , 27AABCP1274H1ZI REGULAR N.P.Khatan/Sudhakar C&I Only for 07-Oct-14 70 2 Technical limit reviewed on
Badiger S-18, MIDC capacitance 12.10.2015; , Manufacturing
Bhosari, Pune Phone- Type Level works: J-52/7, MIDC, Bhosari,
9850560042 Pincode : Transmitter Pune , ,
411 026 Email :
ho@punetechtrol com
255 145-14000-A TRANSMITTERS I0002071 B049 ABB INDIA LIMITED , 29AAACA3834B1Z4 REGULAR MR. RAJIV GOVIL 14, C&I PRESSURE 89.67 3 (1) A GROUP COMPANY OF ABB,
MATHURA ROAD, TRANSMITTER, NOW. (2) NAME OF VENDOR
FARIDABAD Phone- DP CHANGED FROM BIRLA-KENT
09971085678 Pincode : TRANSMITTER TAYLOR LIMITED TO ABB LIMITED
121003 Email : and TEMP W.E.F. 27.06.2011 , Technical limit
[email protected] TRANSMITTER reviewed and changed on
05.06.2014; Technical limit further
reviewed on 12.10.2015; , Name
changed from ABB Limited to ABB
India Limited on 23.08.2018 as per
16th MISCC- Electrical and C& ,
256 145-14000-A TRANSMITTERS I0001001 P082 PANAM ENGINEERS REGULAR Mr. Santosh Shukla 203, Works-1->Mr. Santosh Shukla Others C&I For Pressure and 20-Aug-15 , , ,
Jaisingh R-628,TTC Industrial Area, MIDC Diff. Pressure
Business,Parsiwada, Saha Rabale, -Navi Mumbai-MAHARASHTRA transmitter
road,Andheri(East), India Phone- 9821350761, FAX : 022-
Mumbai, Phone- 27695559, Pincode : 400701, Email
9892179529, Pincode : : [email protected]
400099, Email :
santosh@panamengineers
.com,
257 145-14000-A TRANSMITTERS I0000012 Y10 YOKOGAWA INDIA LIMITED, REGULAR PLOT NO.96, Works-1-> PLOT NO.96, C&I 14-Jun-13 Subject to submission of renewed
ELECTRONICS CITY ELECTRONICS CITY COMPLEX, HOSUR ISO certificate & compliance to
COMPLEX, HOSUR ROAD, ROAD, -BANGALORE-KARNATAKA GCC; Relevant documents (ISO
BANGALORE, Phone- 080- INDIA Phone- 080-41586000, FAX : 9001:2008 and GCC Rev-05)
41586000, Pincode : 080-28521442, Pincode : Email : furnished on 18.06.2013. , , ,
Email : [email protected]
[email protected]
wa com
786
514
258 145-14000-A TRANSMITTERS I0001645 T111 TOSHNIWAL INDUSTRIES , 08AAACT1582B1ZO REGULAR Industrial Estate, Works-1-> Khasra No.: 218-230& C&I 28-May-13 GCC Rev.5 has been accepted in
PVT. LTD., Makhupura, Ajmer, 235, Industrial Estate,Makhupura, - toto. , , ,
Phone- 9352009000, Ajmer-RAJASTHAN India Phone-
Pincode : 305002, Email 9887865856, FAX : 0145-2695174,
: [email protected], Pincode : 305002, Email :
[email protected]
259 145-14000-A TRANSMITTERS I0002062 S106 SBEM PVT. LTD. REGULAR MR.N.K. BEDARKAR/MR. Works-1->MR. MOHAN PADWAL C&I FOR 31-May-11 Reviewed in MISCC dt. 21.07.2015
VISHWANATH KARANDIK 691/A/2,BIBWEWADI INDL ESTATE - CAPACITANCE for non-response in 4 consecutive
39, ELECTRONIC CO.OP. PUNE-MAHARASHTRA INDIA Phone- TYPE. tender enquiry; , Technical limit
ESTATE, PUNE SATARA 918600042374 FAX : 912024215670 reviewed on 30.04.2014 &
ROAD PUNE, Phone- Pincode : 411037 Email : 12.10.2015; , ,
912041030100 Pincode : [email protected]
411009 Email :
[email protected]
260 145-14000-A TRANSMITTERS E057 Endress + Hauser (India) REGULAR Mr. Prakash Vaghela 215- Works-1-> M-171 to 173, MIDC, C&I "Except 24-Oct-13 , Technical Limit reviewed and
Pvt. Ltd., 216, DLF Tower 'A', Waluj, -Aurangabad-MAHARASHTRA Displacement changed from "For temperature
Jasola District Centre, India Phone- 9881000474, FAX : Type Level transmitter only" to "Except
New Delhi, Phone- 0240-2555179, Pincode : 431136, Transmitters" Displacement Type Level
9717593001, Pincode : Email : Transmitters" w.e.f. from
110025, Email : [email protected] 21.03.2018 , ,
[email protected] m
ss.com,
261 145-14000-A TRANSMITTERS M091 Moore Industries REGULAR Leonard.W. Moore/ Matt Works-1->Matt Moren/Gina Cruz C&I 24-Aug-11 INDIAN REPRESENTATIVE:
International Inc. Moren 16650 Schoenborn 16650 Schoenborn St., North Hills - CHEMTROL INDUSTRIES LTD, , , ,
St. North Hills Phone- CALIFORNIA- USA Phone- +1 818 894
+1 818 830 5548 Pincode 7111, ext FAX : +1 818 830 5588
: 91343 Email : Pincode : 91343 Email :
[email protected] [email protected]
262 145-14000-A TRANSMITTERS I0000270 R002 EMERSON PROCESS , 27AAACF1667M1ZD REGULAR Mr. Amit Works-1->Kalpesh C&I 81.67 3 , , ,
MANAGEMENT (INDIA) Paithankar/Vikram Raj Chandan/Hrishikesh Aghor Plot No. A
PVT.LTD. Singh 206-210,BALARAMA 145/4 TTC IND AREA,MIDC, PAWANE, -
BUILDING 2ND FLR. NAVI MUMBAI-MAHARASHTRA INDIA
BANDRA EAST MUMBAI Phone- 9619688001 FAX : 022-
Phone- 9619121500 66736000 Pincode : 400 705 Email :
Pincode : 400051 Email [email protected]
:
vikramraj.singh@emerson
.com
263 145-14000-A TRANSMITTERS N040 NIVO CONTROLS PVT. LTD. REGULAR Mr. Praveen Toshniwal Works-1->Mr. S L Sadani Others 104 C&I For Capacitance 20-Sep-14 67 2 Small 30-Sep-19 Registered in permanent category
104-115, Electronic 115,Electronic Complex -Indore- type only as per 11th MISCC-Electrical and
Complex, Indore Phone- MADHYA PRADESH INDIA Phone- 0731 C&I (FY 2014-15) dt. 20.09.2014.
0731-4081305 Pincode : 4081307 FAX : Pincode : 452010 , Technical limit reviewed on
452010 Email : Email : 12.10.2015; , ,
[email protected] [email protected];sadanis@nivo
controls com
264 145-14000-A TRANSMITTERS I0000437 S001 SIEMENS LIMITED REGULAR Dr. Armin Bruck/Sandeep Works-1->Ankit Varshney Kalwa C&I SIEMENS, Singapore Comm Add: Attn Mr K.K.Bedi/ Mr
Mathur 130, Pandurang Works, Thane-Belapur Road, Thane, - Sanjay Satpute, Siemens Ltd. EFIE,
Budhkar Marg Worli MUMBAI-MAHARASHTRA INDIA Phone- Plot no 6A, Sec-18, Maruti
Mumbai Phone- 0124 383 FAX : Pincode : 400708 Email : Industrial Area, Gurgaon - 122015,
7377 Pincode : 400018 Ph 0124-3836250 , , ,
Email :
[email protected]
om
265 145-14000-A TRANSMITTERS S039 SMART INSTRUMENTS LTD, REGULAR Agents: Digital Electronic C&I LD-301 & T-301 Technical limit reviewed on
BRAZIL Ltd. 74/11 'C' Cross Road TRANSMITTER 12.10.2015; , Technical limit
MIDC Andheri (East) FROM M/S reviewed on 30.04.2014 , ,
MUMBAI Phone- SMART
28208477 Pincode : EQUIPMENTS
400093 Email : BRAZIL.
[email protected].
vsnl.net.in
266 145-14000-A TRANSMITTERS I0000462 T031 Honeywell Automation India REGULAR Mr. Ritwij Kulkarni 917, Works-1->Mr.Kedar Tillu 53, 54, 56 C&I , , ,
Limited INTERNATIONAL TRADE & 57,Hadapsar Industrial Estate -PUNE-
TOWER, NEHRU PLACE, MAHARASHTRA INDIA Phone-
NEW DELHI Phone- 9665034625 FAX : 020 66039905
9890200584 Pincode : Pincode : 411013 Email :
110019 Email : [email protected]
rajesh.chaudhary@honey
well.com
267 145-15000-A TEMPERATURE T001 TOSHNIWAL BROTHERS REGULAR WORKS:TOSHNIWAL C&I , , ,
SWITCH PVT.LTD. IND.PVT.LTD,
INDUSTRIAL ESTATE
MAKHUPURA, AJMER
Phone- 441171 Pincode :
305002 Email :
[email protected]
om
268 145-15000-A TEMPERATURE I0000758 D021 DRESSER INDUSTRIES INC. REGULAR Mr. Nishit Patel/Mr. Anuj C&I , , ,
SWITCH Verma Plot No.2306,
Phase II, GIDC Chhatral
Kalol Phone- 02764-
233682 Pincode :
382729 Email :
Nishit.patel@ashcroftindia.
com
269 145-15000-A TEMPERATURE I0001139 D003 INDFOS (INDIA) LIMITED REGULAR MR.L.C.VENKATRANGAN/ C&I , , ,
SWITCH MR.B.KANNAN New No.17,
II Floor, Adwave Towers,
Dr.Sevalia Shivaji Salai,
T.Nagar Chennai Phone-
+91 44 24353407
Pincode : 600017 Email
: [email protected]
787
514
270 145-15000-A TEMPERATURE I0001570 S009 SWITZER PROCESS , 33AAUCS4408B1ZH REGULAR Mr. V S Jayaprakash, 128, Works-1->C S Shankar 127, Sidco C&I Small 20-May-19 Name changed from "M/s Switzer
SWITCH INSTRUMENTS PVT. LTD. SIDCO North Phase, North Phase, Ambattur Estates, - Instrument Ltd." to "M/s Switzer
Ambattur Estates CHENNAI-TAMIL NADU INDIA Phone- Process Instruments Pvt. Ltd."
CHENNAI Phone- 044- 8754491904 FAX : 044-26248849 w.e.f. 27.07.2016; , , ,
26252017/2018 Pincode Pincode : 600050 Email :
: 600050 Email : [email protected]
[email protected]
271 145-15000-A TEMPERATURE S010 SOR INC. REGULAR LARRY Works-1->LARRY DEGARMO/ ROY C&I , , ,
SWITCH DEGARMO/Avdhesh STUMBOUGH 14685 W. 105TH
Chandra, 14685 W. STREET, LENEXA -KANSAS- USA Phone
105TH STREET LENEXA 913-888-0767 FAX : 913-888-0767
Phone- 09810905139, Pincode : 66215 Email :
Pincode : 66215 Email : [email protected]
[email protected],
avdhesh@sherman-
india.com,
272 145-16000-A SIGHT FLOW I0004041 V040 V. AUTOMAT & INTRUMENTS, 07AAACV0542K1ZF REGULAR Mr. R. K. BASSI/Mr. Works-1->Mr. BHAGWAN SINGH/ Mr. C&I 21-Jan-17 , , ,
INDICATORS (P) LTD. PRAVEEN KUMAR F-61, NANDAN SINGH F-34, OKHLA
OKHLA INDL.AREA, PH-1 INDL.AREA,PHASE-I -NEW DELHI-
NEW DELHI Phone- DELHI INDIA Phone- 011-47627200
9810005826 Pincode : Extn. 3 FAX : 011- 26819440
110 020 Email : Pincode : 110 020 Email :
sales@vautomat com production@vautomat com
273 145-16000-A SIGHT FLOW I0002058 B077 BLISS ANAND PVT. LTD. , 06AAACB4798B1ZU REGULAR Mr. Vikas Anand/ Works-1->Mr. Bharat Kumar/ Mr. Sasi C&I Reassessed on 07.04.2016; , , ,
INDICATORS Mr.RGRajan 92B & 93 B , Kumar Plot No. 240, Sector-3,
IMT MANESAR Gurgaon HSIIDC, Bawal -Rewari-HARYANA INDIA
Phone- 0124-4366000 Phone- 0124-4366000 TO 9 FAX :
TO 9 Pincode : 122001 0124-2290884 Pincode : 123501
Email : Email : bharat@blissanand .com
sales@blissanand com
274 145-16000-A SIGHT FLOW I0002862 S158 SCIENTIFIC DEVICES REGULAR Office no. 53, Shree C&I 05-Dec-12 Small 22-Feb-21 , , ,
INDICATORS (BOMBAY) PVT LTD, Manoshi Complex, Plot
No. 5 & 6, Sec-3,
Ghansoli (East), Navi
Mumbai, Phone-
9892230623, Pincode :
400 701, Email :
sdbpl@vsnl com
275 145-16000-A SIGHT FLOW I0006353 B068 B.K.EQUIPMENTS PVT.LTD. , 33CHAPS0167D1ZQ REGULAR T. Works-1->V.KARUNANIDHI/P.BABU C&I 30-Jul-10 99 2 , , ,
INDICATORS BALAKRlSHNAN/S.VENKAT 217 , ARCOT ROAD,PORUR , -
ESH 217 , ARCOT ROAD CHENNAI-TAMIL NADU INDIA Phone-
PORUR , CHENNAI Phone-9444131187 FAX : 044-24766852
9444057761 Pincode : Pincode : 600116 Email :
600116 Email : [email protected]
[email protected]
276 145-16000-A SIGHT FLOW I0001886 I030 INSTRUMENTATION , 36AAACI4471N1Z9 REGULAR SH.N.V.RAM GOPAL/MS. Works-1->MR. A.V.MURTHY/MR. K.T. C&I 94.5 2 Small 4-Jan-19 , , ,
INDICATORS ENGINEERS PVT LTD N.NIHARIKA PLOTS 1,2,3, RAVISANKER PLOTS 1,2,3, PHASE-
PHASE-III, IDA, III,IDA, JEEDIMETLA -HYDERABAD-
JEEDIMETLA TELANGANA INDIA Phone-
HYDERABAD Phone- 9885107312 FAX : 040-23096401
9848407365 Pincode : Pincode : 500055 Email :
500055 Email : [email protected]
[email protected]
277 145-16000-A SIGHT FLOW I0001569 S008 SIGMA INSTRUMENTS CO. , 27AANFS3261N1ZL REGULAR Gopal Kannan/R Gopinath Works-1->R Gopinath 27 Nahur C&I Reassessed on 27.04.2016; , , ,
INDICATORS 201, ANANDRAJ Udyog Industrial Premises,M.M.Malviya
INDUSTRIAL ESTATE, Road, Mulund( -MUMBAI-
OFF.LBS MARG, SONAPUR MAHARASHTRA INDIA Phone-
LANE, BHANDUP (W) +912225918567 FAX :
MUMBAI Phone- +912225918566 Pincode : 400080
+919821038162 Pincode Email : [email protected]
: 400078 Email :
[email protected]
o.in
278 145-21000-A DIFFERENTIAL S010 SOR INC. REGULAR LARRY C&I , Reassessed on 21.03.2018. , ,
PRESSURE SWITCH DEGARMO/Avdhesh
Chandra, 14685 W.
105TH STREET LENEXA
Phone- 09810905139,
Pincode : 66215 Email :
[email protected],
avdhesh@sherman-
india.com,
279 145-23000-A ANUBAR ( DELTA I0002958 S044 STAR-MECH CONTROLS (I) , 27AACCS5874R1ZF REGULAR SUSHILLOTAM, Works-1->VlVEK GOTE/ MAHúNDRA C&I 96 3 Small 30-Sep-20 , , ,
TUBE) PVT.LTD. SUSHILLOTAM, 29/3A/3, BANSODE Sr no.54, Plot No.ll0,Swami
SASANE NAGAR, ViVekanand Industrial Est.HADAPS -
HADAPSAR, PUNE Phone- PUNE-MAHARASHTRA INDIA Phone-
02026970450 Pincode : 02026970450 FAX : 02026970470
411028 Email : Pincode : 411028 Email :
[email protected] [email protected]
280 145-23000-A ANUBAR ( DELTA I0004216 D212 DYNAFLUID VALVES AND , 29AAHCM0681M1ZZ REGULAR Mr. Yogish M. Kulkarni Plot Works-1->Mr. Yogish M. Kulkarni Dir C&I 05-Aug-16 , , ,
TUBE) FLOW CONTROLS (P) LTD. # 23, Udyambag, Plot # 23, Udyambag, -Belgaum-
Belgaum Phone- 0831- KARNATAKA INDIA Phone- 0831-
4210386 Pincode : 4210386 FAX : 0831-4210386
590008 Email : Pincode : 590008 Email :
yogish@dyna-fluid com yogish@dyna-fluid com
281 145-23000-A ANUBAR ( DELTA I0001883 M009 MICRO PRECISION , 06AAACM8433C1ZT REGULAR Mr. Anil Bhati, H.B. No.-40, Works-1->Mr. SANJEEV CHAUHAN C&I 26-Nov-15 Small 21-Sep-14 , New Works "H.B. No.-40,
TUBE) PRODUCTS PVT. LTD. Revenue Estate, Village- ,H.B. No.-40 Others Revenue Estate, Revenue Estate, Village-Dudhola,
Dudhola,Tehsil & Distt. Village-Dudhola, Tehsil & Distt.-Palwal - Faridabad-121102 , Haryana "
Palwal FARIDABAD Phone Faridabad-Haryana India Phone- approved w.e.f. 07.05.2018 due
9560742713;095607427 9560742713 FAX : Pincode : to shifting. , ,
Pincode : 121002 Email 121002 Email : [email protected]
: [email protected]
788
514
282 145-23000-A ANUBAR ( DELTA I0001885 M075 MINCO (INDIA) PRIVATE REGULAR Mr. Rajeev Vasudeva, Works-1-> D/35,TIVIM INDUSTRIAL C&I 100 1 Small 1-Jun-20 One time code accorded for 2x660
TUBE) LIMITED D/35, TIVIM INDUSTRIAL ESTATE, KARASWADA,MAPUSA, -Goa- MW Suratgarh STPS, Stage-V. Hold
ESTATE, KARASWADA, Goa India Phone- 9320197825, FAX : uplifted w.e.f. 27.12.2017. , ,
MAPUSA, Goa, Phone- 0832-2257262, Pincode : 403526, Suspension Delisting w.e.f.
9313637073 Pincode : Email : santoshkumar@general- 11.08.2015 due to non
403526, Email : gauges.com participation in RA for Banharpalli
gicdelhi@general- Project for Flow Orifice. Hold
gauges.com uplifted w.e.f. 27.12.2017. ,
283 145-23000-A ANUBAR ( DELTA I0001570 S009 SWITZER PROCESS , 33AAUCS4408B1ZH REGULAR Mr. V S Jayaprakash, 128, Works-1->C S Shankar 127, Sidco C&I 30-Jul-10 Small 20-May-19 Name changed from "M/s Switzer
TUBE) INSTRUMENTS PVT. LTD. SIDCO North Phase, North Phase, Ambattur Estates, - Instrument Ltd." to "M/s Switzer
Ambattur Estates CHENNAI-TAMIL NADU INDIA Phone- Process Instruments Pvt. Ltd."
CHENNAI Phone- 044- 8754491904 FAX : 044-26248849 w.e.f. 27.07.2016; , , ,
26252017/2018 Pincode Pincode : 600050 Email :
: 600050 Email : [email protected]
[email protected]
288 145-25000-A JUNCTION BOX I0001516 K043 K.S.INSTRUMENTS PVT.LTD. REGULAR S Raghavan No. 72, 3rd C&I 30-Jul-10 88 3 , , ,
Main, 1st Stage Industrial
Suburb, Yeshwanthpur
Bangalore Phone-
9880385770 Pincode :
560022 Email :
[email protected]
289 145-25000-A JUNCTION BOX I0002055 S095 SUCHITRA INDUSTRIES REGULAR NO-2,OPP-27 AECS Works-1->B. Srinivas Suchitra C&I 88.67 3 , , ,
LAYOUT 2ND STG Industries, Opp No 53, Muneshwara
REJAMAHALVILAS EXTN Black Devinagar, Lottagal hal -
2ND STG BANGALORE BANGALORE-KARNATAKA INDIA Phone
Phone- Pincode : 080-23511247 FAX : Pincode :
Email : 560094 Email :
suchitra.industriesblr@gm [email protected]
ail com
290 145-25000-A JUNCTION BOX F201 FLEXPRO ELECTRICALS PVT. REGULAR Mr. Dineshbhai Zaveri C-1/ Works-1->Mr. Dineshbhai Zaveri CEO C&I Metal type 02-Feb-15 Technical limit reviewed on
LTD. 27&37, GIDC, Kabilpore, C-1/ 27&37, GIDC, Kabilpore, -Navsari- junction box 12.10.2015; , , ,
Navsari Phone- 02637- GUJARAT INDIA Phone- 02637- only
265140,265003 Pincode 265140,265003 FAX : 02637-
: 396424 Email : 265308 Pincode : 396424 Email :
[email protected] [email protected]
291 145-25000-A JUNCTION BOX I0002056 S114 Shrenik & Company, REGULAR Mr. Mitesh Shah/Mr. Pulin Works-1->Mr.Pulin Shah/ Mr. Kaloesh C&I 24-Mar-10 Registered for FRP JBs AND METAL
Shah 39 A/3 ,Panchratna Parmar 39 A/3 ,Panchratna Industrial JBs. , Technical limit reviewed on
Industrial Estate, Sarkhej- Est,Sarkhej-Bavla Road, Changodhar - 30.04.2014; , ,
Bavla Road Ahmedabad Ahmedabad-GUJARAT INDIA Phone-
Phone- 9825024921 98250 80339 1 FAX : 079-26932424
Pincode : 382213 Email Pincode : 382213 Email :
: [email protected], [email protected]
[email protected]
292 145-25000-A JUNCTION BOX I0002057 A101 AJMERA INDUSTRIAL & REGULAR JIGNESH MAHENDRA Works-1->JIGNESH MAHENDRA C&I 26-Nov-10 69 1 Reviewed in MISCC dt. 21.07.2015
ENGINEERING WORKS AJMERA DENA BANK AJMERA DENA BANK BLDG., SHREE for non-response in 4 consecutive
BLDG.,SHREE NAGESH NAGESHINDL. ESTATE,STATION tender enquiry; , APPROVED FOR
INDL. ESTATE,STATION ROAD, -MUMBAI-MAHARASHTRA INDIA GALVANIZED AND FRP JUNCTION
ROAD, MUMBAI Phone- Phone- 022 67973578 FAX : Pincode BOXES; Technical limit reviewed on
022 67973578 Pincode : : 400 088 Email : 30.04.2014 , ,
400 088 Email : [email protected]
[email protected],
jmajmera@yahoo com
293 145-31000-A Cold Junction C048 CREATIVE INSTRUMENTS & REGULAR NO-17/1 , 1ST FLOOR , C&I 81 1 , , ,
Compensation Box CONTROLS 11TH CROSS 1ST K
(CJCB) BLOCK , RAJAJINAGAR,
BANGALORE-560010
Phone- Pincode :
Email :
[email protected]
294 145-32000-A INSTRUMENTS TUBE I0002047 V039 VIKAS INDUSTRIAL REGULAR S.R.SINGH/NAVEEN SINGH Works-1->S.R.SINGH/ NAVEEN C&I Over all financial 30-Jul-10 , , ,
FITTINGS PRODUCTS B - 2, SECTOR - 6, SINGH B - 2, SECTOR - 6, -NOIDA- limit for ordering
NOIDA Phone- +91- UTTAR PRADESH INDIA Phone- 0120- as Rs.30 lacs
9810122070 Pincode : 4352940 FAX : 0120-4352940 (Rs.Thirty Lacs).
201301 Email : Pincode : 201301 Email : The registration
[email protected] [email protected] category & the
financial limit may
be reviewed after
survey in March
2009 and
approval thereof.
Registered w.e.f.
22.01.2009.
295 145-32000-A INSTRUMENTS TUBE I0001335 P046 PRECISION ENGINEERING REGULAR K. SITARAM/ K. SRINIVAS Works-1->ALEX BAPTIST/ K. C&I 63 2 , , ,
FITTINGS INDUSTRIES 7,SIDHAPURA SRINIVAS 7. SIDHAPURA INDUSTRIAL
INDUSTRIAL ESTATE S.V. ESTATE,SV ROAD, GOREGAON(WEST)
ROAD,GOREGAON(W) -MUMBAI-MAHARASHTRA INDIA Phone
MUMBAI Phone- 022 022-42631700 FAX : 022-40035259
42631700 Pincode : 400 Pincode : 400 062 Email :
062 Email : [email protected]
[email protected]
296 145-32000-A INSTRUMENTS TUBE I0002051 A079 AURA INCORPORATED REGULAR NIRAJ SHARAN/SUJIT C&I 27-Jan-09 65.33 3 , , ,
FITTINGS KUMAR W-167A,
GREATER KAILASH-II
NEW DELHI Phone-
9810182430 Pincode :
110048 Email :
niraj@aurainc com
789
514
297 145-32000-A INSTRUMENTS TUBE I0001307 H024 Fluid Controls Pvt. Ltd. REGULAR Sophie Y. Works-1->Mr. Tansen Choudhari/Mr. C&I 17-Sep-09 79 2 , , ,
FITTINGS Moochhala/Mayur Rajput Mahesh Darekar Shed No.8, Lonavla
J.V.PATEL, I.T.I CMPD, Indl.Co-op.Estate Ltd,Nagargaon, -
B.MADHUKAR MARG, Lonavla-MAHARASHTRA INDIA Phone-
ELPHINSTONE 9823951347 FAX : (02114) 271132
ROADSTN.(WR), MUMBAI Pincode : 410 401 Email :
Phone- (022) 43338000 [email protected]
Pincode : 400013 Email
: [email protected]
298 145-33000-A VENTURI METER T108 TM TECNOMATIC SPA REGULAR MR. ANTONIO Works-1->Mrs. Enrica Bazzocchi VIA C&I 19-Oct-12 AS PER DECISION OF MISCC-
NOVIELLO/Mrs. Enrica DELLE INDUSTRIE, 36, -CREMONA- ELECT AND C&I HELD ON
Bazzocc VIA DELLE Italy Phone- 39037221574 FAX : 19.10.2012 , , ,
INDUSTRIE, 36 39037228318 Pincode : 26100 Email
CREMONA Phone- : [email protected]
39037221574 Pincode :
26100 Email :
[email protected]
299 145-33000-A VENTURI METER I0001883 M009 MICRO PRECISION , 06AAACM8433C1ZT REGULAR Mr. Anil Bhati, H.B. No.-40, C&I 22-Oct-11 Small 21-Sep-14 , , ,
PRODUCTS PVT. LTD. Revenue Estate, Village-
Dudhola,Tehsil & Distt.
Palwal FARIDABAD Phone
9560742713;095607427
Pincode : 121002 Email
: [email protected]
300 145-33000-A VENTURI METER I0002958 S044 STAR-MECH CONTROLS (I) , 27AACCS5874R1ZF REGULAR SUSHILLOTAM, Works-1->VlVEK GOTE/ MAHúNDRA C&I 22-Oct-11 67 1 Small 30-Sep-20 , , ,
PVT.LTD. SUSHILLOTAM, 29/3A/3, BANSODE Sr no.54, Plot No.ll0,Swami
SASANE NAGAR, ViVekanand Industrial Est.HADAPS -
HADAPSAR, PUNE Phone- PUNE-MAHARASHTRA INDIA Phone-
02026970450 Pincode : 02026970450 FAX : 02026970470
411028 Email : Pincode : 411028 Email :
[email protected] [email protected]
301 145-34000-A ROTAMETER I0001886 I030 INSTRUMENTATION , 36AAACI4471N1Z9 REGULAR SH.N.V.RAM GOPAL/MS. Works-1->MR. A.V.MURTHY/MR. K.T. C&I 71.67 3 Small 4-Jan-19 , , ,
ENGINEERS PVT LTD N.NIHARIKA PLOTS 1,2,3, RAVISANKER PLOTS 1,2,3, PHASE-
PHASE-III, IDA, III,IDA, JEEDIMETLA -HYDERABAD-
JEEDIMETLA TELANGANA INDIA Phone-
HYDERABAD Phone- 9885107312 FAX : 040-23096401
9848407365 Pincode : Pincode : 500055 Email :
500055 Email : [email protected]
[email protected]
302 145-34000-A ROTAMETER I0007911 T211 TANSA EQUIPMENTS PVT. , 27AAACT6222A1ZV REGULAR Mr. Vardhan Tamhankar, Works-1-> Others Mohanjee C&I 29-Nov-16 , , ,
LTD. Unit No35/36/41,Om Sundarjee Road, Raghunath Nagar,
Anand Industrial Est. Thane -Mumbai-MAHARASHTRA INDIA
Mohanjee Sundarjee Phone- FAX : Pincode : 400604
Road,Raghunath Nagar, Email :
Thane Phone- 022-
25832323 Pincode :
400604 Email :
[email protected]
303 145-34000-A ROTAMETER I0001598 E047 EUREKA INDUSTRIAL , 27AAACE6188J1ZA REGULAR Mr V. K. Pandit/Mr Ashish Works-1->Mr S. M. Alawani/Mr V. V. C&I 30-Jul-10 , , ,
EQUIPMENTS PVT.LTD. Shaha 17-20, Royal Deshpande J-501, M.I.D.C. Pimpri, -
chambers, Paud Road PUNE-MAHARASHTRA INDIA Phone-
Pune Phone- 9325751732 FAX : 020-30681731
9370469466 Pincode : Pincode : 411018 Email :
411038 Email : [email protected]
sales@eurekaflow com
304 145-34000-A ROTAMETER I0002862 S158 SCIENTIFIC DEVICES REGULAR Office no. 53, Shree Works-1->Scientific Centre, S.No. C&I 05-Dec-12 Small 22-Feb-21 , , ,
(BOMBAY) PVT LTD, Manoshi Complex, Plot 65, Hissa No. 7,By-Pass Juction, Kausa,
No. 5 & 6, Sec-3, -Mumbai-MAHARASHTRA INDIA Phone-
Ghansoli (East), Navi 9892230623, FAX : 022-25491408/9
Mumbai, Phone- Pincode : 400 612, Email :
9892230623, Pincode : [email protected]
400 701, Email :
sdbpl@vsnl com
305 145-35000-A LEVEL SWITCH- I0001569 S008 SIGMA INSTRUMENTS CO. , 27AANFS3261N1ZL REGULAR Gopal Kannan/R Gopinath Works-1->R Gopinath 27 Nahur C&I , , ,
CAPACITANCE TYPE 201, ANANDRAJ Udyog Industrial Premises,M.M.Malviya
INDUSTRIAL ESTATE, Road, Mulund( -MUMBAI-
OFF.LBS MARG, SONAPUR MAHARASHTRA INDIA Phone-
LANE, BHANDUP (W) +912225918567 FAX :
MUMBAI Phone- +912225918566 Pincode : 400080
+919821038162 Pincode Email : [email protected]
: 400078 Email :
[email protected]
o.in
306 145-35000-A LEVEL SWITCH- I0004041 V040 V. AUTOMAT & INTRUMENTS, 07AAACV0542K1ZF REGULAR Mr. R. K. BASSI/Mr. Works-1->Mr. BHAGWAN SINGH/ Mr. C&I 28-Jan-09 , , ,
CAPACITANCE TYPE (P) LTD. PRAVEEN KUMAR F-61, NANDAN SINGH F-61, OKHLA
OKHLA INDL.AREA, PH-1 INDL.AREA,PHASE-I -NEW DELHI-
NEW DELHI Phone- DELHI INDIA Phone- 011-47627200
9810005826 Pincode : Extn. 3 FAX : 011- 26819440
110 020 Email : Pincode : 110 020 Email :
sales@vautomat com production@vautomat com
307 145-35000-A LEVEL SWITCH- I0002862 S158 SCIENTIFIC DEVICES REGULAR Office no. 53, Shree Works-1->Scientific Center, Others C&I 31-May-17 Small 22-Feb-21 , , ,
CAPACITANCE TYPE (BOMBAY) PVT LTD, Manoshi Complex, Plot By-Pass Junction,Near Kalsekar College
No. 5 & 6, Sec-3, kausa, mumbra,Thane -Mumbai-
Ghansoli (East), Navi MAHARASHTRA INDIA Phone- 022-
Mumbai, Phone- 25491409,9892230623 FAX :
9892230623, Pincode : Pincode : 400612 Email :
400 701, Email : [email protected]
sdbpl@vsnl com
308 145-35000-A LEVEL SWITCH- I0001494 P068 Pune Techtrol Pvt. Ltd. , 27AABCP1274H1ZI REGULAR N.P.Khatan/Sudhakar C&I 23-Mar-12 , , ,
CAPACITANCE TYPE Badiger S-18, MIDC
Bhosari, Pune Phone-
9850560042 Pincode :
411 026 Email :
ho@punetechtrol com
790
514
309 145-35000-A LEVEL SWITCH- I0000350 L005 LEVCON INSTRUMENTS PVT. , 19AAACL4808N1Z5 REGULAR Mr Shayak Gupta/Badal C&I , , ,
CAPACITANCE TYPE LTD. Jana Rajkamal', 7th floor,
13, Camac Street
KOLKATA Phone- 0 33
2283 2766 Pincode :
700017 Email :
[email protected]
m
310 145-35000-A LEVEL SWITCH- I0000007 W017 Baumer Technologies India REGULAR Mr. Shyam Warilani/Mr. V Works-1->Mr. Shyam Warilani/Mr. V C&I , NAME HAS BEEN CHANGED
CAPACITANCE TYPE Pvt. Ltd. Suresh Babu 36, DAMJI Suresh Babu Plot No 34 À GIDC À FROM M/S WAAREE
SHAMJI INDUSTRIAL Phase 1, -VAPI-GUJARAT INDIA Phone- INSTRUMENTS LTD. TO M/S
COMPLEX, OFF.- +91 11 4161 7111 FAX : 022 2687 BAUMER TECHNOLOGIES INDIA
MAHAKALI CAVES ROAD, 3613 Pincode : 396 195 Email : PVT. LTD. W.E.F. 13.06.2012 , ,
ANDHERI(E) MUMBAI [email protected]
Phone- +91 99589 25151
Pincode : 400093 Email
: [email protected]
311 145-36000-A LEVEL SWITCH- I0000532 S123 Sapcon Instrument Pvt Ltd. REGULAR 131, PALSHIKAR COLONY Works-1->Mr. Ashwin R Palshikar/Mr. C&I 22-Oct-11 , , ,
CONDUTIVITY TYPE Contact Person- Mr. Navin Bodse 131 PALSHIKAR
Ashwin (9826080207) COLONY, -INDORE-MADHYA PRADESH
INDORE Phone- +91-731- INDIA Phone- 9754261005 FAX :
4085751, Pincode : 0731-2475475 Pincode : 452004
452004 Email : Email : [email protected]
sales@sapconinstruments.
com
312 145-36000-A LEVEL SWITCH- I0000350 L005 LEVCON INSTRUMENTS PVT. , 19AAACL4808N1Z5 REGULAR Mr Shayak Gupta/Badal Works-1-> 38G, PICNIC GARDEN C&I 01-Jun-09 , , ,
CONDUTIVITY TYPE LTD. Jana Rajkamal', 7th floor, ROAD, -KOLKATA-WEST BENGAL
13, Camac Street INDIA Phone- FAX : Pincode :
KOLKATA Phone- 0 33 Email :
2283 2766 Pincode :
700017 Email :
[email protected]
m
313 145-36000-A LEVEL SWITCH- I0002058 B077 BLISS ANAND PVT. LTD. , 06AAACB4798B1ZU REGULAR Mr. Vikas Anand/ Works-1->Mr. Bharat Kumar/ Mr. Sasi C&I , , ,
CONDUTIVITY TYPE Mr.RGRajan 92B & 93 B , Kumar Plot No. 92B & 93B,Sec-V,
IMT MANESAR Gurgaon IMTManesar -GURGAON-HARYANA
Phone- 0124-4366000 INDIA Phone- 0124-4366000 TO 9
TO 9 Pincode : 122001 FAX : 0124-2290884 Pincode :
Email : 122002 Email : bharat@blissanand
sales@blissanand com com
314 145-36000-A LEVEL SWITCH- I0003759 H047 HI-TECH SYSTEMS & REGULAR Mr. Vikash Agrawal/Mr. Works-1->Mr. Jitendra Kumar/Mr. C&I Vendor shall 01-Jun-09 Technical limit reviewed on
CONDUTIVITY TYPE SERVICES LTD. Tarun Debnath 119, PARK Debasis Dey 82/1, Sarsuna Main Road, source import 12.10.2015; , Technical limit
STREET , KOLKATA -KOLKATA-WEST BENGAL INDIA Phone contents of Level reviewed on 30.04.2014; , ,
Phone- 033-22290045 9883994030 FAX : Pincode : Switch
Pincode : 700016 Email 700061 Email : [email protected] (Conductivity
: [email protected] Type) from
Levelstate
Systems Ltd.,
United Kingdom.
315 145-36000-A LEVEL SWITCH- I0002060 R047 RAMAN INSTRUMENTS REGULAR Mr. N R Shenoy/Mr G B Works-1->NA -- Phone- FAX : C&I Vendor shall 01-Jun-09 Technical limit reviewed on
CONDUTIVITY TYPE PVT.LTD. Vijh 8, First Floor.Plot : Pincode : Email : source import 12.10.2015; , Technical limit
160A Bait-Ush-Sharaf, contents of Level reviewed on 30.04.2014; , ,
29th Road,Bandra(W) Switch
MUMBAI Phone- (Conductivity
09892331381 Pincode : Type) from
400050 Email : Mobrey
[email protected] Measurement, an
operating unit of
Morbey Ltd.,
Slough,
Berkshire, United
Kingdom.
316 145-36000-A LEVEL SWITCH- I0004041 V040 V. AUTOMAT & INTRUMENTS, 07AAACV0542K1ZF REGULAR Mr. R. K. BASSI/Mr. Works-1->Mr. BHAGWAN SINGH/ Mr. C&I , , ,
CONDUTIVITY TYPE (P) LTD. PRAVEEN KUMAR F-61, NANDAN SINGH F-61, OKHLA
OKHLA INDL.AREA, PH-1 INDL.AREA,PHASE-I -NEW DELHI-
NEW DELHI Phone- DELHI INDIA Phone- 011-47627200
9810005826 Pincode : Extn. 3 FAX : 011- 26819440
110 020 Email : Pincode : 110 020 Email :
sales@vautomat com production@vautomat com
317 145-36000-A LEVEL SWITCH- I0001569 S008 SIGMA INSTRUMENTS CO. , 27AANFS3261N1ZL REGULAR Gopal Kannan/R Gopinath Works-1->R Gopinath 27 Nahur C&I , , ,
CONDUTIVITY TYPE 201, ANANDRAJ Udyog Industrial Premises,M.M.Malviya
INDUSTRIAL ESTATE, Road, Mulund( -MUMBAI-
OFF.LBS MARG, SONAPUR MAHARASHTRA INDIA Phone-
LANE, BHANDUP (W) +912225918567 FAX :
MUMBAI Phone- +912225918566 Pincode : 400080
+919821038162 Pincode Email : [email protected]
: 400078 Email :
[email protected]
o.in
318 145-36000-A LEVEL SWITCH- S010 SOR INC. REGULAR LARRY Works-1->LARRY DEGARMO/ ROY C&I , , ,
CONDUTIVITY TYPE DEGARMO/Avdhesh STUMBOUGH 14685 W. 105TH
Chandra, 14685 W. STREET, LENEXA -KANSAS- USA Phone
105TH STREET LENEXA 913-888-0767 FAX : 913-888-0767
Phone- 09810905139, Pincode : 66215 Email :
Pincode : 66215 Email : [email protected]
[email protected],
avdhesh@sherman-
india.com,
319 145-37000-A LEVEL SWITCH-FLOAT I0001494 P068 Pune Techtrol Pvt. Ltd. , 27AABCP1274H1ZI REGULAR N.P.Khatan/Sudhakar C&I 23-Mar-12 , , ,
TYPE Badiger S-18, MIDC
Bhosari, Pune Phone-
9850560042 Pincode :
411 026 Email :
ho@punetechtrol com
791
514
320 145-37000-A LEVEL SWITCH-FLOAT I0004041 V040 V. AUTOMAT & INTRUMENTS, 07AAACV0542K1ZF REGULAR Mr. R. K. BASSI/Mr. Works-1->Mr. BHAGWAN SINGH/ Mr. C&I , , ,
TYPE (P) LTD. PRAVEEN KUMAR F-61, NANDAN SINGH F-61, OKHLA
OKHLA INDL.AREA, PH-1 INDL.AREA,PHASE-I -NEW DELHI-
NEW DELHI Phone- DELHI INDIA Phone- 011-47627200
9810005826 Pincode : Extn. 3 FAX : 011- 26819440
110 020 Email : Pincode : 110 020 Email :
sales@vautomat com production@vautomat com
321 145-37000-A LEVEL SWITCH-FLOAT I0001422 D046 D.K. INSTRUMENTS REGULAR N.SIKDAR/ SUMIT SIKDAR C&I 30-Jul-10 , , ,
TYPE PVT.LTD. 76/2,SELIMPUR RD
DHAKURIA Kolkata
Phone- 033-2415-1310.
Pincode : 700031 Email
: dkinst@vsnl net
322 145-37000-A LEVEL SWITCH-FLOAT I0002862 S158 SCIENTIFIC DEVICES REGULAR Office no. 53, Shree Works-1->Scientific Center, Others C&I 31-May-17 Small 22-Feb-21 , , ,
TYPE (BOMBAY) PVT LTD, Manoshi Complex, Plot By-Pass Junction,Near Kalsekar College
No. 5 & 6, Sec-3, kausa, mumbra,Thane -Mumbai-
Ghansoli (East), Navi MAHARASHTRA INDIA Phone- 022-
Mumbai, Phone- 25491409,9892230623 FAX :
9892230623, Pincode : Pincode : 400612 Email :
400 701, Email : [email protected]
sdbpl@vsnl com
323 145-37000-A LEVEL SWITCH-FLOAT I0000350 L005 LEVCON INSTRUMENTS PVT. , 19AAACL4808N1Z5 REGULAR Mr Shayak Gupta/Badal C&I 01-Jun-09 , , ,
TYPE LTD. Jana Rajkamal', 7th floor,
13, Camac Street
KOLKATA Phone- 0 33
2283 2766 Pincode :
700017 Email :
[email protected]
m
324 145-37000-A LEVEL SWITCH-FLOAT G060 GENERAL INSTRUMENTS REGULAR Mr. Amarendra Kulkarni C&I 30-Sep-10 Workas at- GAUGES BOURDON
TYPE CONSORTIUM 194/195, Gopi Tank Road, INDIA PVT. LTD. (A MFG. UNIT OF
Off. Pandurang Naik GENERAL INSTRUMENTS
Marg, Mahim Mumbai CONSORTIUM , PLOT NO-4, 5 & 6,
Phone- 9323195251 JAWAHAR Co-op. INDUSTRIAL
Pincode : 400016 Email ESTATE, KAMOTHE, PANVEL- 410
: amarendra@general- 209 , , ,
gauges.com
325 145-37000-A LEVEL SWITCH-FLOAT I0000007 W017 Baumer Technologies India REGULAR Mr. Shyam Warilani/Mr. V Works-1->Mr. Shyam Warilani/Mr. V C&I , NAME HAS BEEN CHANGED
TYPE Pvt. Ltd. Suresh Babu 36, DAMJI Suresh Babu Plot No 34 À GIDC À FROM M/S WAAREE
SHAMJI INDUSTRIAL Phase 1, -VAPI-GUJARAT INDIA Phone- INSTRUMENTS LTD. TO M/S
COMPLEX, OFF.- +91 11 4161 7111 FAX : 022 2687 BAUMER TECHNOLOGIES INDIA
MAHAKALI CAVES ROAD, 3613 Pincode : 396 195 Email : PVT. LTD. W.E.F. 13.06.2012 , ,
ANDHERI(E) MUMBAI [email protected]
Phone- +91 99589 25151
Pincode : 400093 Email
: [email protected]
326 145-37000-A LEVEL SWITCH-FLOAT I0002062 S106 SBEM PVT. LTD. REGULAR MR.N.K. BEDARKAR/MR. Works-1->MR. MOHAN PADWAL C&I 30-Jul-10 , , ,
TYPE VISHWANATH KARANDIK 691/A/2,BIBWEWADI INDL ESTATE -
39, ELECTRONIC CO.OP. PUNE-MAHARASHTRA INDIA Phone-
ESTATE, PUNE SATARA 918600042374 FAX : 912024215670
ROAD PUNE, Phone- Pincode : 411037 Email :
912041030100 Pincode : [email protected]
411009 Email :
[email protected]
327 145-37000-A LEVEL SWITCH-FLOAT I0001569 S008 SIGMA INSTRUMENTS CO. , 27AANFS3261N1ZL REGULAR Gopal Kannan/R Gopinath Works-1->R Gopinath 27 Nahur C&I 01-Jun-09 70 1 Vendor shall source import
TYPE 201, ANANDRAJ Udyog Industrial Premises,M.M.Malviya contents of Level Switch
INDUSTRIAL ESTATE, Road, Mulund( -MUMBAI- (Conductivity Type) from Mobrey
OFF.LBS MARG, SONAPUR MAHARASHTRA INDIA Phone- Measurement, an operating unit of
LANE, BHANDUP (W) +912225918567 FAX : Morbey Ltd., Slough, Berkshire,
MUMBAI Phone- +912225918566 Pincode : 400080 United Kingdom. , , ,
+919821038162 Pincode Email : [email protected]
: 400078 Email :
[email protected]
o.in
328 145-37000-A LEVEL SWITCH-FLOAT S010 SOR INC. REGULAR LARRY Works-1->LARRY DEGARMO/ ROY C&I , Reassessed on 21.03.2018. , ,
TYPE DEGARMO/Avdhesh STUMBOUGH 14685 W. 105TH
Chandra, 14685 W. STREET, LENEXA -KANSAS- USA Phone
105TH STREET LENEXA 913-888-0767 FAX : 913-888-0767
Phone- 09810905139, Pincode : 66215 Email :
Pincode : 66215 Email : [email protected]
[email protected],
avdhesh@sherman-
india.com,
329 145-38000-A INSTRUMENTS PIPE I0002051 A079 AURA INCORPORATED REGULAR NIRAJ SHARAN/SUJIT C&I 27-Jan-09 , , ,
FITTINGS KUMAR W-167A,
GREATER KAILASH-II
NEW DELHI Phone-
9810182430 Pincode :
110048 Email :
niraj@aurainc com
330 145-38000-A INSTRUMENTS PIPE I0001335 P046 PRECISION ENGINEERING REGULAR K. SITARAM/ K. SRINIVAS Works-1->ALEX BAPTIST/ K. C&I , , ,
FITTINGS INDUSTRIES 7,SIDHAPURA SRINIVAS 7. SIDHAPURA INDUSTRIAL
INDUSTRIAL ESTATE S.V. ESTATE,SV ROAD, GOREGAON(WEST)
ROAD,GOREGAON(W) -MUMBAI-MAHARASHTRA INDIA Phone
MUMBAI Phone- 022 022-42631700 FAX : 022-40035259
42631700 Pincode : 400 Pincode : 400 062 Email :
062 Email : [email protected]
[email protected]
331 145-38000-A INSTRUMENTS PIPE I0002047 V039 VIKAS INDUSTRIAL REGULAR S.R.SINGH/NAVEEN SINGH Works-1->S.R.SINGH/ NAVEEN C&I Over all financial 22-Dec-11 94 1 , , ,
FITTINGS PRODUCTS B - 2, SECTOR - 6, SINGH B - 2, SECTOR - 6, -NOIDA- limit for ordering
NOIDA Phone- +91- UTTAR PRADESH INDIA Phone- 0120- as Rs.30 lacs
9810122070 Pincode : 4352940 FAX : 0120-4352940 (Rs.Thirty Lacs).
201301 Email : Pincode : 201301 Email :
naveensingh@vsnl com naveensingh@vsnl com
792
514
332 145-38000-A INSTRUMENTS PIPE I0001307 H024 Fluid Controls Pvt. Ltd. REGULAR Sophie Y. Works-1->Mr. Tansen Choudhari/Mr. C&I 30-Mar-10 93 3 , , ,
FITTINGS Moochhala/Mayur Rajput Mahesh Darekar Shed No.8, Lonavla
J.V.PATEL, I.T.I CMPD, Indl.Co-op.Estate Ltd,Nagargaon, -
B.MADHUKAR MARG, Lonavla-MAHARASHTRA INDIA Phone-
ELPHINSTONE 9823951347 FAX : (02114) 271132
ROADSTN.(WR), MUMBAI Pincode : 410 401 Email :
Phone- (022) 43338000 [email protected]
Pincode : 400013 Email
: [email protected]
333 145-40000-A VIBRATION M097 MEGGITT INDIA PVT. LTD. REGULAR LJ Swaminathan/Gaurav C&I 24-Aug-12 PARENT COMPANY: MEGGITT SA,
MONITORING SYSTEM Anand Unit-04A, Level-02, SWITZERLAND. ENTIRE
Bagmane Laurel Bagmane RESPONSIBILITY OF ALL
Tech Park, CV Raman CONTRACTUAL OBLIGATIONS
Nagar Bangalore Phone- SHALL BE OF INDIAN VENDOR AS
+91-9731577119 DECIDED BY 4TH MISCC (ELECT
Pincode : 560093 Email AND C&I) HELD ON 24.08.2012. ,
: , ,
[email protected]
om
334 145-40000-A VIBRATION I0003898 S156 SKF INDIA LIMITED REGULAR Mr. Shishir Joshipura C&I 24-Aug-12 PARENT COMPANY: SKF
MONITORING SYSTEM SERVICE BUSINESS UNIT, CONDITION MONITORING INC,
CHINCHWAD, PUNE USA. ENTIRE RESPONSIBILITY OF
Phone- +91 982 3161755 ALL CONTRACTUAL OBLIGATIONS
Pincode : 411033 Email SHALL BE OF INDIAN VENDOR AS
: DECIDED BY 4TH MISCC (ELECT
[email protected] AND C&I) HELD ON 24.08.2012. ,
, ,
335 145-40000-A VIBRATION R056 ROCKWELL AUTOMATION REGULAR A-66, SEC- 64, NOIDA, C&I 24-Aug-12 PARENT COMPANY: ROCKWELL
MONITORING SYSTEM INDIA PVT LTD Phone- 0120-4671236 AUTOMATION INC,USA. ENTIRE
Pincode : 201301 Email RESPONSIBILITY OF ALL
: CONTRACTUAL OBLIGATIONS
[email protected]; SHALL BE OF INDIAN VENDOR AS
[email protected] DECIDED BY 4TH MISCC (ELECT
AND C&I) HELD ON 24.08.2012. ,
336 145-40000-A VIBRATION I0000274 F034 FORBES MARSHALL PVT. , 27AAACF2630E1Z5 REGULAR Mr. Kekoo Vacha P No. B C&I 24-Aug-12 IN ASSOCIATION WITH SHINKAWA
MONITORING SYSTEM LTD 85, Phase II, Chakan ELECTRIC CO. LTD.,JAPAN
Industrial Area, VIL.- (V.CODE S155) AS PER AGREED
Savardari Chakan, SCOPE MATRIX.ENTIRE
Tal:Khed PUNE Phone- RESPONSIBILITY OF ALL
9823092007 Pincode : CONTRACTUAL OBLIGATIONS
410501 Email : SHALL BE OF INDIAN VENDOR , ,
[email protected] ,
om
337 145-40000-A VIBRATION I0000296 G068 GE INDIA INDUSTRIAL PVT. REGULAR Mr. Pramod Kaushik/Vijay C&I 24-Aug-12 PARENT COMPANY: BENTLY
MONITORING SYSTEM LTD. Pal BUILDING NO-7A, 4TH NEVADA INC, USA. ENTIRE
FLOOR GURGAON RESPONSIBILITY OF ALL
Phone- 0124-4808515 CONTRACTUAL OBLIGATIONS
Pincode : 122002 Email SHALL BE OF INDIAN VENDOR AS
: [email protected] DECIDED BY 4TH MISCC (ELECT
AND C&I) HELD ON 24.08.2012. ,
338 145-42000-A ULTRASONIC FLOW I0007550 E211 Electronet Equipments Pvt , 27AABCE2486N1Z8 REGULAR Mr. Rajendra Works-1-> Others Plot No. 84, 85 & C&I 07-Nov-17 Small 26-Jul-21 , , ,
METERS Ltd. Nagaonkar/MD, Plot No. 86, Tiny Industrial Estate, Kondhwa
84, 85 & 86, Tiny Budruk -Pune-MAHARASHTRA INDIA
Industrial Estate Kondhwa Phone- 20-26932039 FAX : 20-
Budruk, Pune Phone- 26934122 Pincode : 411048 Email :
9822015256 Pincode : [email protected]
411048 Email :
[email protected]
339 145-42000-A ULTRASONIC FLOW I0001391 A216 Adept Fluidyne Pvt. Ltd. , 27AABCA5165G1ZT REGULAR Vinayak Gadre Plot No Works-1-> Plot No 4,S.No.17/1-B C&I 07-Nov-17 100 3 Small 29-Feb-20 , , ,
METERS 4,S.No.17/1-B Kothrud Kothrud Industrial Estate -Pune-
Industrial Estate Pune MAHARASHTRA india Phone- 020
Phone- 020 25464551 25464551 FAX : Pincode : 411038
Pincode : 411038 Email Email : [email protected]
: [email protected]
340 145-42000-A ULTRASONIC FLOW F211 FLEXIM Flexible REGULAR Boxberger Str., 4, Berlin Works-1-> Others Boxberger Str. 4, - C&I 14-Nov-17 , , ,
METERS Industriemesstechnik GmbH Berlin Phone- 0049 30 93 Berlin- GERMANY Phone- 0049 30 93
66 76 60 Pincode : 66 76 60 FAX : Pincode : 12681
12681 Email : Email : [email protected]
info@flexim de
341 145-42000-A ULTRASONIC FLOW I0001831 R057 Rockwin Flowmeter India , 09AAACR1422N1ZC REGULAR B-24, Site-IV, Sahibabad Works-1->MR Rajiv PRAKASH B-24, C&I 14-Mar-17 Small 16-Sep-20 , , ,
METERS Pvt. Ltd. Industrial Area Site-IV, Sahibabad Industrial Area, -
Ghaziabad, Phone- Ghaziabad-UTTAR PRADESH India
9810129687 Pincode : Phone- 9810129687 FAX :
201010, Email : 01202895450 Pincode : 201010,
[email protected] Email : [email protected]
342 145-42000-A ULTRASONIC FLOW I0002210 F206 FLASH FORGE PVT LTD REGULAR Mr. Gautam Makker, 503, Works-1-> Others M/s Endress & C&I 04-Nov-16 100 1 Exclusive partner for bidding of
METERS 'A'-wing, Delphi, Orchard Hauser, Aurangabad, Maharastra - BHEL tender for M/s Endress &
Avenue Road, Powai Aurangabad-MAHARASHTRA INDIA Hauser make Ultrasonic Flowmeters
Mumbai Phone- 022- Phone- FAX : Pincode : Email : and MOU agreement valid upto
42784300 Pincode : Works-2->+ Others M/s Endress & 30.06.2018 , Manufacturing works
400076 Email : Hauser, Bhiwandi,Thane -Thane- at M/s Endress & Hauser,
[email protected] MAHARASHTRA INDIA Phone- FAX : Aurangabad, Maharashtra and M/s
Pincode : Email : Endress & Hauser, Bhiwandi,
Thane, Maharashtra , ,
343 145-42000-A ULTRASONIC FLOW I0007912 N209 NIVUS GMBH REGULAR Mr. Marcus Fischer Im Works-1->Mr. Marcus Fischer CEO Im C&I 05-Jul-16 M/s Automation and Maintenance
METERS Taele 2, D - 75031 Taele 2, Eppingen, -Baden Systems approved as authorised
Eppingen Phone- Wuerttemberg,-Foreign Country distributor of M/s Nivus GmbH
00491712233770 GERMANY Phone- 0049-726291910 w.e.f. 01.11.2016 , , ,
Pincode : Email : FAX : Pincode : 75031 Email :
[email protected] [email protected]
m
793
514
344 145-43000-A FLOW ELEMENT - I0007911 T211 TANSA EQUIPMENTS PVT. , 27AAACT6222A1ZV REGULAR Mr. Vardhan Tamhankar, Works-1-> Others Mohanjee C&I 29-Nov-16 , , ,
ORIFICE LTD. Unit No35/36/41,Om Sundarjee Road, Raghunath Nagar,
Anand Industrial Est. Thane -Mumbai-MAHARASHTRA INDIA
Mohanjee Sundarjee Phone- FAX : Pincode : 400604
Road,Raghunath Nagar, Email :
Thane Phone- 022-
25832323 Pincode :
400604 Email :
[email protected]
345 145-43000-A FLOW ELEMENT - I0001885 M075 MINCO (INDIA) PRIVATE REGULAR Mr. Rajeev Vasudeva, Works-1-> D/35,TIVIM INDUSTRIAL C&I 03-May-13 Small 1-Jun-20 Hold uplifted w.e.f. 27.12.2017. , ,
ORIFICE LIMITED D/35, TIVIM INDUSTRIAL ESTATE, KARASWADA,MAPUSA, -Goa- Suspension Delisting w.e.f.
ESTATE, KARASWADA, Goa India Phone- 9320197825, FAX : 11.08.2015 due to non
MAPUSA, Goa, Phone- 0832-2257262, Pincode : 403526, participation in RA for Banharpalli
9313637073 Pincode : Email : santoshkumar@general- Project for Flow Orifice. Hold
403526, Email : gauges.com uplifted w.e.f. 27.12.2017. ,
gicdelhi@general-
gauges.com
346 145-43000-A FLOW ELEMENT - I0002862 S158 SCIENTIFIC DEVICES REGULAR Office no. 53, Shree Works-1->Scientific Center, Others C&I 31-May-17 Small 22-Feb-21 , , ,
ORIFICE (BOMBAY) PVT LTD, Manoshi Complex, Plot By-Pass Junction,Near Kalsekar College
No. 5 & 6, Sec-3, kausa, mumbra,Thane -Mumbai-
Ghansoli (East), Navi MAHARASHTRA INDIA Phone- 022-
Mumbai, Phone- 25491409,9892230623 FAX :
9892230623, Pincode : Pincode : 400612 Email :
400 701, Email : [email protected]
sdbpl@vsnl com
347 145-43000-A FLOW ELEMENT - I0007550 E211 Electronet Equipments Pvt , 27AABCE2486N1Z8 REGULAR Mr. Rajendra Works-1-> Others Plot No. 84, 85 & C&I 13-Jun-19 Small 26-Jul-21 , , ,
ORIFICE Ltd. Nagaonkar/MD, Plot No. 86, Tiny Industrial Estate, Kondhwa
84, 85 & 86, Tiny Budruk -Pune-MAHARASHTRA INDIA
Industrial Estate Kondhwa Phone- 20-26932039 FAX : 20-
Budruk, Pune Phone- 26934122 Pincode : 411048 Email :
9822015256 Pincode : [email protected]
411048 Email :
[email protected]
348 145-43000-A FLOW ELEMENT - I0000348 I006 INSTRUMENTATION LTD. , 32AAACL4212G1Z6 REGULAR KANJIKODE WEST, Works-1->D.SASIDHARAN, C&I SICK PSU. BIFR CASE. , , ,
ORIFICE PALALKKAD, PALAKKAD AGM(Works&PPC) KANJIKODE WEST,
Phone- 2566127- PALAKKAD-KERALA INDIA Phone-
130,2567128 Pincode : 0491-2566536 FAX : 0491-2566135
678623 Email : Pincode : 678623 Email :
[email protected];fa2@ilp [email protected];[email protected];
gt.com [email protected],
[email protected];[email protected];
[email protected];[email protected];re
[email protected]
349 145-43000-A FLOW ELEMENT - I0001883 M009 MICRO PRECISION , 06AAACM8433C1ZT REGULAR Mr. Anil Bhati, H.B. No.-40, Works-1->Mr. SANJEEV CHAUHAN C&I 15-Nov-11 87 3 Small 21-Sep-14 REGISTERED AS MSED VENDOR
ORIFICE PRODUCTS PVT. LTD. Revenue Estate, Village- ,H.B. No.-40 Others Revenue Estate, W.E.F.15.11.2011 FOR FY 2011-
Dudhola,Tehsil & Distt. Village-Dudhola, Tehsil & Distt.-Palwal - 12. , New Works "H.B. No.-40,
Palwal FARIDABAD Phone Faridabad-Haryana India Phone- Revenue Estate, Village-Dudhola,
9560742713;095607427 9560742713 FAX : Pincode : Faridabad-121102 , Haryana "
Pincode : 121002 Email 121002 Email : [email protected] approved w.e.f. 07.05.2018 due
: [email protected] to shifting. , ,
350 145-43000-A FLOW ELEMENT - I0004404 M201 MINCO (INDIA) FLOW , 30AAACT1740K1ZQ REGULAR Mr. Raghavendra M. Works-1->Mr. Raghavendra M. C&I 28-Apr-17 , , ,
ORIFICE ELEMENTS PVT. LTD. Kulkarni D2-49/50, Tivim Kulkarni Dir D2-49/50, Tivim Industrial
Industrial Estate, Estate,Karaswada -Mapusa-GOA INDIA
Karaswada Mapusa Phone Phone- 0832-2257059 FAX : 022-
0832-2257059 Pincode : 24455026 Pincode : 403526 Email :
403526 Email : [email protected]
gicflowelement@giconindia
.com
351 145-43000-A FLOW ELEMENT - I0002958 S044 STAR-MECH CONTROLS (I) , 27AACCS5874R1ZF REGULAR SUSHILLOTAM, Works-1->VlVEK GOTE/ MAHúNDRA C&I 100 3 Small 30-Sep-20 , , ,
ORIFICE PVT.LTD. SUSHILLOTAM, 29/3A/3, BANSODE Sr no.54, Plot No.ll0,Swami
SASANE NAGAR, ViVekanand Industrial Est.HADAPS -
HADAPSAR, PUNE Phone- PUNE-MAHARASHTRA INDIA Phone-
02026970450 Pincode : 02026970450 FAX : 02026970470
411028 Email : Pincode : 411028 Email :
[email protected] [email protected]
352 145-43000-A FLOW ELEMENT - I0001861 C203 CHEMTROLS INDUSTRIES REGULAR Mr. K. NANDAKUMAR Works-2->+Works -II :M/s Chemtrols C&I 08-Aug-17 Small 19-Jun-18 , , ,
ORIFICE PVT. LTD. AMAR HILL, SAKI VIHAR Samil (I) Pvt. Ltd.,Plot No.F-43,44
ROAD, POWAI, MUMBAI Others Additional Ambernath Industrial
Phone- 022-67151261 ,M.I.D.C., Ambernath -Thane-
Pincode : 400072 Email MAHARASHTRA INDIA Phone- 22-
: 67151261,9821014902 FAX : 91-22-
[email protected] 28571913 Pincode : 421503 Email :
om [email protected]
353 145-43000-A FLOW ELEMENT - I0001886 I030 INSTRUMENTATION , 36AAACI4471N1Z9 REGULAR SH.N.V.RAM GOPAL/MS. Works-1->MR. A.V.MURTHY/MR. K.T. C&I 11-Apr-13 79 2 Small 4-Jan-19 , , ,
ORIFICE ENGINEERS PVT LTD N.NIHARIKA PLOTS 1,2,3, RAVISANKER PLOTS 1,2,3, PHASE-
PHASE-III, IDA, III,IDA, JEEDIMETLA -HYDERABAD-
JEEDIMETLA TELANGANA INDIA Phone-
HYDERABAD Phone- 9885107312 FAX : 040-23096401
9848407365 Pincode : Pincode : 500055 Email :
500055 Email : [email protected]
[email protected]
354 145-43000-A FLOW ELEMENT - I0004216 D212 DYNAFLUID VALVES AND , 29AAHCM0681M1ZZ REGULAR Mr. Yogish M. Kulkarni Plot Works-1->Mr. Yogish M. Kulkarni Dir C&I 05-Aug-16 , , ,
ORIFICE FLOW CONTROLS (P) LTD. # 23, Udyambag, Plot # 23, Udyambag, -Belgaum-
Belgaum Phone- 0831- KARNATAKA INDIA Phone- 0831-
4210386 Pincode : 4210386 FAX : 0831-4210386
590008 Email : Pincode : 590008 Email :
yogish@dyna-fluid com yogish@dyna-fluid com
794
514
355 145-44000-A FLOW ELEMENT - I0001883 M009 MICRO PRECISION , 06AAACM8433C1ZT REGULAR Mr. Anil Bhati, H.B. No.-40, Works-1->Mr. SANJEEV CHAUHAN C&I 15-Nov-11 85 3 Small 21-Sep-14 REGISTERED AS MSED VENDOR
NOZZLE PRODUCTS PVT. LTD. Revenue Estate, Village- ,H.B. No.-40 Others Revenue Estate, W.E.F.15.11.2011 FOR FY 2011-
Dudhola,Tehsil & Distt. Village-Dudhola, Tehsil & Distt.-Palwal - 12. , New Works "H.B. No.-40,
Palwal FARIDABAD Phone Faridabad-Haryana India Phone- Revenue Estate, Village-Dudhola,
9560742713;095607427 9560742713 FAX : Pincode : Faridabad-121102 , Haryana "
Pincode : 121002 Email 121002 Email : [email protected] approved w.e.f. 07.05.2018 due
: [email protected] to shifting. , ,
356 145-44000-A FLOW ELEMENT - I0004404 M201 MINCO (INDIA) FLOW , 30AAACT1740K1ZQ REGULAR Mr. Raghavendra M. C&I 02-Feb-15 , , ,
NOZZLE ELEMENTS PVT. LTD. Kulkarni D2-49/50, Tivim
Industrial Estate,
Karaswada Mapusa Phone
0832-2257059 Pincode :
403526 Email :
gicflowelement@giconindia
.com
357 145-44000-A FLOW ELEMENT - I0002958 S044 STAR-MECH CONTROLS (I) , 27AACCS5874R1ZF REGULAR SUSHILLOTAM, Works-1->VlVEK GOTE/ MAHúNDRA C&I 86.33 3 Small 30-Sep-20 , , ,
NOZZLE PVT.LTD. SUSHILLOTAM, 29/3A/3, BANSODE Sr no.54, Plot No.ll0,Swami
SASANE NAGAR, ViVekanand Industrial Est.HADAPS -
HADAPSAR, PUNE Phone- PUNE-MAHARASHTRA INDIA Phone-
02026970450 Pincode : 02026970450 FAX : 02026970470
411028 Email : Pincode : 411028 Email :
[email protected] [email protected]
358 145-44000-A FLOW ELEMENT - I0004216 D212 DYNAFLUID VALVES AND , 29AAHCM0681M1ZZ REGULAR Mr. Yogish M. Kulkarni Plot Works-1->Mr. Yogish M. Kulkarni Dir C&I 05-Aug-16 , Technical limit reviewed on
NOZZLE FLOW CONTROLS (P) LTD. # 23, Udyambag, Plot # 23, Udyambag, -Belgaum- 30.10.2017. , ,
Belgaum Phone- 0831- KARNATAKA INDIA Phone- 0831-
4210386 Pincode : 4210386 FAX : 0831-4210386
590008 Email : Pincode : 590008 Email :
yogish@dyna-fluid com yogish@dyna-fluid com
359 145-44000-A FLOW ELEMENT - I0000348 I006 INSTRUMENTATION LTD. , 32AAACL4212G1Z6 REGULAR KANJIKODE WEST, Works-1->D.SASIDHARAN, C&I 85 3 SICK PSU. BIFR CASE. , , ,
NOZZLE PALALKKAD, PALAKKAD AGM(Works&PPC) KANJIKODE WEST,
Phone- 2566127- PALAKKAD-KERALA INDIA Phone-
130,2567128 Pincode : 0491-2566536 FAX : 0491-2566135
678623 Email : Pincode : 678623 Email :
[email protected];fa2@ilp [email protected];[email protected];
gt.com [email protected],
[email protected];[email protected];
[email protected];[email protected];re
[email protected]
360 145-44000-A FLOW ELEMENT - I0001885 M075 MINCO (INDIA) PRIVATE REGULAR Mr. Rajeev Vasudeva, Works-1-> D/35,TIVIM INDUSTRIAL C&I Small 1-Jun-20 NO FURTHER TENDER/P.O. TILL
NOZZLE LIMITED D/35, TIVIM INDUSTRIAL ESTATE, KARASWADA,MAPUSA, -Goa- FINAL REVIEW AFTER 3rd
ESTATE, KARASWADA, Goa India Phone- 9320197825, FAX : ORDER EXECUTION.Hold uplifted
MAPUSA, Goa, Phone- 0832-2257262, Pincode : 403526, w.e.f. 27.12.2017. , , Suspension
9313637073 Pincode : Email : santoshkumar@general- Delisting w.e.f. 11.08.2015 due to
403526, Email : gauges.com non participation in RA for
gicdelhi@general- Banharpalli Project for Flow Orifice.
gauges.com Hold uplifted w.e.f. 27.12.2017. ,
361 145-45000-A INSTRUMENT I0002048 H61 HP VALVES & FITTINGS , 33AACCH0510P1ZU REGULAR S. Harichandran/P.S. Works-1->S. Harichandran/ P.S. C&I 30-May-12 75 2 Small 13-Jun-18 , , ,
FITTINGS INDIA PVT. LTD. Pandi B-11, Mugappair Pandi B-11, Mugappair Industrial
Industrial Estate, Estate, -CHENNAI-TAMIL NADU INDIA
CHENNAI Phone- 044 Phone- 044-25252537 FAX : 044-
26252537 Pincode : 26252538 Pincode : 600037 Email :
600037 Email : [email protected]
[email protected]
362 145-45000-A INSTRUMENT I0002940 A121 Arya Crafts & Engineering REGULAR Mr.Sanjay C&I 16-Jun-12 Small 29-Jun-18 , , ,
FITTINGS Pvt. Ltd. Brahman/Mr.Shyam
Vazirani 102, Vora
Industrial Estate No.4
Navghar, Vasai Road (E)
Dist.Thane, Mumbai
Phone- +91-250-
2392246 Pincode :
401210 Email :
arya@aryaengg com
363 145-45000-A INSTRUMENT I0002049 P81 Perfect Instrumentation REGULAR MD Hussain Works-1->Shahanawaz Khan C&I 23-Mar-12 , , ,
FITTINGS Control (India) Pvt. Ltd. Shaikh/Shahanawaz Khan Vishweshwar Ind. Premises Co-op Soc.
Gala No. 168, Loheki Ltd,F-18/19, Pradhikaran,Bhosadi
Chwal,216/ 218, Maulana MIDC -PUNE-MAHARASHTRA INDIA
Azad Rd. Nagpada Phone- 020-30694134 FAX : 022-
Junction Mumbai Phone- 23013010 Pincode : 411026 Email :
91-9324383121 Pincode shahanawaz.khan@perfectinstrumenta
: 400008 Email : tion.com
shahanawaz.khan@perfec
tinstrumentation.com
364 145-45000-A INSTRUMENT F040 FLUIDFIT ENGINEERS PVT. REGULAR Mr. Abbas Bhola Potia Works-1->Mr. Abbas Bhola Unit No. C&I 15-Jan-14 Small 23-Feb-17 Registered as per 22nd Electrical
FITTINGS LTD. Building No. 2, Office No. 16, Supreme Industrial Estate,Kaman and C&I MISCC Meeting dtd.
3,292, Bellasis Bhiwandi Road,Devdal, -Vasai East- 15.01.2014 , , ,
Road,Mumbai Central MAHARASHTRA India Phone-
(East) Mumbai Phone- 9920044113 FAX : 07303178243
9920044113 Pincode : Pincode : 401208 Email :
400008 Email : [email protected]
ab@fluidfitengg com
365 145-45000-A INSTRUMENT I0002047 V039 VIKAS INDUSTRIAL REGULAR S.R.SINGH/NAVEEN SINGH Works-1->S.R.SINGH/ NAVEEN C&I Over all financial 14-Feb-12 , Financial limit reviewed on
FITTINGS PRODUCTS B - 2, SECTOR - 6, SINGH B - 2, SECTOR - 6, -NOIDA- limit for ordering 05.06.2014 , ,
NOIDA Phone- +91- UTTAR PRADESH INDIA Phone- 0120- as Rs.30 lacs
9810122070 Pincode : 4352940 FAX : 0120-4352940 (Rs.Thirty Lacs).
201301 Email : Pincode : 201301 Email :
naveensingh@vsnl com naveensingh@vsnl com
795
514
366 145-45000-A INSTRUMENT I0001001 P082 PANAM ENGINEERS REGULAR Mr. Santosh Shukla 203, Works-1->Mr. Santosh Shukla Others C&I 07-Feb-13 , , ,
FITTINGS Jaisingh R-628,TTC Industrial Area, MIDC
Business,Parsiwada, Saha Rabale, -Navi Mumbai-MAHARASHTRA
road,Andheri(East), India Phone- 9821350761, FAX : 022-
Mumbai, Phone- 27695559, Pincode : 400701, Email
9892179529, Pincode : : [email protected]
400099, Email :
santosh@panamengineers
.com,
367 145-45000-A INSTRUMENT I0001307 H024 Fluid Controls Pvt. Ltd. REGULAR Sophie Y. Works-1->Mr. Tansen Choudhari/Mr. C&I 14-Feb-12 Name changed from M/s Hyd-Air
FITTINGS Moochhala/Mayur Rajput Mahesh Darekar Shed No.8, Lonavla Valves Pvt. Ltd. to M/s Fluid
J.V.PATEL, I.T.I CMPD, Indl.Co-op.Estate Ltd,Nagargaon, - Controls Pvt. Ltd. as per 25th
B.MADHUKAR MARG, Lonavla-MAHARASHTRA INDIA Phone- MISCC-Electrical and C&I dtd.
ELPHINSTONE 9823951347 FAX : (02114) 271132 20.02.2014 , , ,
ROADSTN.(WR), MUMBAI Pincode : 410 401 Email :
Phone- (022) 43338000 [email protected]
Pincode : 400013 Email
: [email protected]
368 145-45000-A INSTRUMENT I0001335 P046 PRECISION ENGINEERING REGULAR K. SITARAM/ K. SRINIVAS Works-1->ALEX BAPTIST/ K. C&I 14-Feb-12 , , ,
FITTINGS INDUSTRIES 7,SIDHAPURA SRINIVAS 7. SIDHAPURA INDUSTRIAL
INDUSTRIAL ESTATE S.V. ESTATE,SV ROAD, GOREGAON(WEST)
ROAD,GOREGAON(W) -MUMBAI-MAHARASHTRA INDIA Phone
MUMBAI Phone- 022 022-42631700 FAX : 022-40035259
42631700 Pincode : 400 Pincode : 400 062 Email :
062 Email : [email protected]
[email protected]
369 145-45000-A INSTRUMENT I0002051 A079 AURA INCORPORATED REGULAR NIRAJ SHARAN/SUJIT C&I 27-Jan-09 , , ,
FITTINGS KUMAR W-167A,
GREATER KAILASH-II
NEW DELHI Phone-
9810182430 Pincode :
110048 Email :
niraj@aurainc com
370 145-45000-A INSTRUMENT I0000586 C067 Comfit & Valve Pvt. Ltd. REGULAR Mr. Jeetu Jain/Mr. Vinay Works-1->Miss Sonal Pithadia/Miss C&I 29-Feb-12 , , ,
FITTINGS Sosa Survey No. 23/1, Pavan Chavda Survey No. 23/1, Part
Part 2, Ahmedabad- 2, Ahmedabad-Mehsana Highway,
Mehsana Highway Laxmipura -Nandasan-GUJARAT INDIA
Laxmipura, Nandasan Phone- 8460848087 FAX : 2764-
Phone- 02764-267036/37 267036/37 Pincode : 382705 Email :
Pincode : 382705 Email [email protected]
: [email protected]
371 145-47000-A ELECTROMAGNETIC I0001391 A216 Adept Fluidyne Pvt. Ltd. , 27AABCA5165G1ZT REGULAR Vinayak Gadre Plot No Works-1-> Plot No 4,S.No.17/1-B C&I 12-Sep-16 Small 29-Feb-20 , , ,
FLOW METER 4,S.No.17/1-B Kothrud Kothrud Industrial Estate -Pune-
Industrial Estate Pune MAHARASHTRA india Phone- 020
Phone- 020 25464551 25464551 FAX : Pincode : 411038
Pincode : 411038 Email Email : [email protected]
: [email protected]
372 145-47000-A ELECTROMAGNETIC I0007550 E211 Electronet Equipments Pvt , 27AABCE2486N1Z8 REGULAR Mr. Rajendra Works-1-> Others Plot No. 84, 85 & C&I 12-Sep-16 Small 26-Jul-21 , , ,
FLOW METER Ltd. Nagaonkar/MD, Plot No. 86, Tiny Industrial Estate, Kondhwa
84, 85 & 86, Tiny Budruk -Pune-MAHARASHTRA INDIA
Industrial Estate Kondhwa Phone- 20-26932039 FAX : 20-
Budruk, Pune Phone- 26934122 Pincode : 411048 Email :
9822015256 Pincode : [email protected]
411048 Email :
[email protected]
373 145-47000-A ELECTROMAGNETIC V212 V.A Valves , 03AADFV5931A1ZO REGULAR Mr.Vishal Jain, Udyog Works-1->Mr.Vishal Jain Dir Udyog C&I 14-Sep-18 , , ,
FLOW METER Nagar, Gadaipur, Nagar, Gadaipur, -Jalandhar-PUNJAB
Jalandhar Phone- INDIA Phone-
9872626376 Pincode : 01812601741,9872626376 FAX :
144004 Email : Pincode : 144004 Email :
support@fedrelflowmeters [email protected]
com
374 145-47000-A ELECTROMAGNETIC I0002862 S158 SCIENTIFIC DEVICES REGULAR Office no. 53, Shree Works-1->Scientific Center, Others C&I 31-May-17 Small 22-Feb-21 , , ,
FLOW METER (BOMBAY) PVT LTD, Manoshi Complex, Plot By-Pass Junction,Near Kalsekar College
No. 5 & 6, Sec-3, kausa, mumbra,Thane -Mumbai-
Ghansoli (East), Navi MAHARASHTRA INDIA Phone- 022-
Mumbai, Phone- 25491409,9892230623 FAX :
9892230623, Pincode : Pincode : 400612 Email :
400 701, Email : [email protected]
sdbpl@vsnl com
375 145-47000-A ELECTROMAGNETIC N040 NIVO CONTROLS PVT. LTD. REGULAR Mr. Praveen Toshniwal Works-1->Mr. S L Sadani Others 104 C&I 18-Jan-20 Small 30-Sep-19 Supplier registered as per 15th
FLOW METER 104-115, Electronic 115,Electronic Complex -Indore- MISCC- Electrical and C&I dated
Complex, Indore Phone- MADHYA PRADESH INDIA Phone- 0731 18.01.2020 , , ,
0731-4081305 Pincode : 4081307 FAX : Pincode : 452010
452010 Email : Email :
[email protected] [email protected];sadanis@nivo
controls com
796
51433/2020/PS-PEM-MSX_P
CLAUSE NO.
SCOPE OF SUPPLY AND SERVICES
LIST OF ANALYSERS:
Sample Measurements
Makeup DM water Degassed Cation Conductivity (DCC)
CEP discharge Degassed Cation Conductivity (DCC), Sodium, pH,
Dissolved Oxygen
CPU outlet Specific Conductivity, Cation Conductivity, Silica,
Sodium, pH
Deaerator pH, Dissolved Oxygen
FW at Eco inlet DEGASSED CATION CONDUCTIVITY ANALYSER,
Silica, Sodium, pH, Hydrazine, Dissolved Oxygen ,
Turbidity, Iron Analyser
Separator outlet (Steam) Specific Conductivity, Cation Conductivity
Sat. Water BCW Discharge Specific Conductivity, Cation Conductivity, Silica,
Sodium, Hydrazine, Dissolved Oxygen
Main Steam - HTSH O/L Specific Conductivity, Cation Conductivity, Silica,
Sodium, pH
Hot Reheated steam Specific Conductivity, Cation Conductivity
Closed circuit CW (ECW-SG) pH
Condenser CW Specific Conductivity, pH
Hotwell Specific Conductivity
Closed circuit CW (ECW-TG) pH
Note:
1. Multistream for Silica and Sodium Analyser shall be acceptable. Multistream analysers
shall have at least one stream as spare.
2. Any Other analyser as recommended by Contractor or Equipment OEM shall be supplied
by Contractor within the contract price
SECTION – III
798
51433/2020/PS-PEM-MSX_P
TITLE: BHEL DOCUMENTS NO.: PE-TS-475-155-A001
TECHNICAL SPECIFICATION FOR
CONDENSATE POLISHING UNIT VOLUME IIB
SECTION – III
2X660 MW KHURJA STPP REV. NO. 00 DATE:
1.0 Bidder to furnish following documents/information along with the bid (For Electrical and C&I Please
Refer the Respective Section of the Specification).
Deviation if any strictly in the enclosed Schedule of deviation with cost of withdrawal only with mention of
specification clause for which deviation is being asked. (Stamped & Signed). In case of No Technical
Deviation, bidder to furnish the same format stating “No Deviation” duly Stamped & Signed.
Compliance certificate. (Stamped & Signed)
Schedule of Declaration. (Stamped & Signed)
Un Price Schedule duly filled in. (Stamped & Signed)
Any other documents submitted by bidder except as asked in the bid’s specification shall not be evaluated &
considered as null & void.
NOTES:
1) Any item/work either supply of equipment or erection material which have not been specifically mentioned but are
necessary to complete the works for trouble free and efficient operation of the plant shall be deemed to be
included within the scope of this specification. The bidder without any extra charge shall provide the same.
2) All drawings/documents shall be approved by BHEL/Customer during detailed engineering stage. Successful
Bidder shall comply with the comment of the customer/BHEL without any price & delivery implication.
799
51433/2020/PS-PEM-MSX_P
TITLE: BHEL DOCUMENTS NO.: PE-TS-475-155-A001
TECHNICAL SPECIFICATION FOR
CONDENSATE POLISHING UNIT VOLUME IIB
SECTION – III
2X660 MW KHURJA STPP REV. NO. 00 DATE:
The bidder shall confirm compliance with following by signing/ stamping this compliance certificate and furnishing
same with the offer:
1. The scope of supply, technical details, construction features, design parameters etc. shall be as per technical
specification & there are no exclusions/ deviations with regard to same.
2. QP/ test procedures shall be submitted in the event of order based on the guidelines given in the specification
& QP enclosed therein.
3. QP will be subject to BHEL/Customer approval in the event of order & customer hold points for inspection/
testing shall be marked in the QP at the contract stage. Inspection/ testing shall be witnessed as per same
apart from review of various test certificates/ Inspection records etc. The charges for 3rd party inspection
(Lloyds, TUV or equivalent) for imported components shall be included in the base price of the equipment by
the bidder.
4. All drawings/data – sheets etc. to be submitted during contract shall be subject to BHEL/Customer review/
approval. GA drawings, as submitted with offer at tender stage are for reference purpose only and shall be
subject to approval during contract stage.
5. There are no other deviations with respect to specification other than those furnished in the ‘Schedule of
Deviations’.
6. The offered materials shall be either equivalent or superior to those specified. Also for components where
material is not specified it shall be suitable for intended duty, materials shall be subject to approval in the
event of order.
7. The commissioning spares (if any) are supplied on ‘As Required Basis’ & prices for same included in the base
price (If bidders reply to this is “No commissioning spares are required” and if some spares are actually
required during commissioning same shall be supplied by bidder without any cost to BHEL and Customer).
8. All sub vendors shall be subject to BHEL/CUSTOMER approval.
9. Any special tools & tackles, if required, shall be in bidder’s scope.
10. Performance guarantee test parameters shall stand valid till the satisfactory completion of Performance
guarantee test and its acceptance by BHEL and Customer.
800
51433/2020/PS-PEM-MSX_P
TITLE: BHEL DOCUMENTS NO.: PE-TS-475-155-A001
TECHNICAL SPECIFICATION FOR
CONDENSATE POLISHING UNIT VOLUME IIB
SECTION – III
2X660 MW KHURJA STPP REV. NO. 00 DATE:
All clarification from the Technical Specification shall be filled in by the BIDDER clause by clause in this format only.
SCHEDULE OF DECLARATION
I hereby certify that I am duly authorized representative of the Bidder’s company whose name appears above my
signature.
Authorized Representative’s
Signature ………………………………………..
Name ………………………………………….
The bidder hereby agrees to fully comply with the requirements and intent of this specification for the price
indicated.
802
51433/2020/PS-PEM-MSX_P
NAME OF VENDOR:-
REFERENCE OF NATURE OF
PRICE SCHEDULE COST OF
TECHNICAL COST OF
SL VOULME/ PAGE COMPLETE DESCRIPTION OF ON WHICH COST WITHDRAWL OF REASON FOR QUOTING
CLAUSE NO. SPECIFICATION/ WITHDRAWL
NO SECTION NO. DEVIATION OF WITHDRAWL OF DEVIATION DEVIATION
TENDER DOCUMENT OF DEVIATION
DEVIATION IS (POSITIVE/
APPLICABLE NEGATIVE)
TECHNICAL DEVIATIONS
COMMERCIAL DEVIATIONS
NOTES:
1. Cost of withdrawal of deviation will be applicable on the basic price (i.e, excluding taxes, duties & freight) only.
2. All the bidders has to list out all their Technical and Commercial Deviations (if any) in detail in the above format.
3. Any deviation not mentioned above and shown separately or found hidden in offer, will not be taken cognizance of.
4. Bidder shall submit duly filled unpriced copy of above format indicating "quoted" in "cost of withdrawal of deviation" column of the schedule above along with their Techno-commercial offer, wherever
applicable. in the absence of same, such deviation(s) shall not be considered and offer shall be considered in total compliance to NIT
5. Bidder shall furnish price copy of above format along with price bid.
6. The final decision of acceptance/ rejection of the deviations quoted by the bidder shall be at discretion of the Purchaser.
7. Bidders to note that any deviation (technical/commercial) not listed in above and asked after Part-I opening shall not be considered.
8. For deviations w.r.t. Credit Period, Liquidated damages, Firm prices if a bidder chooses not to give any cost of withdrawal of deviation loading as per Annexure-VII of GCC, Rev-07 will apply. For any
other deviation mentioned in un-priced copy of this format submitted with Part-I bid but not mentioned in priced copy of this format submitted with Priced bid, the cost of withdrawal of deviation shall be taken
as NIL.
9. Any deviation mentioned in priced copy of this format, but not mentioned in the un-priced copy, shall not be considered.
10. All techno-commercial terms and conditions of NIT shall be deemed to have been accepted by the bidder, other than those listed in un-priced copy of this format.
11. Cost of withdrawal is to be given separately for each deviation. In no event bidder should club cost of withdrawal of more than one deviation else cost of withdrawal of such deviations which have been
clubbed together shall be considered as NIL.
12. In case nature of cost of withdrawal (positive/negative) is not specified it shall be assumed as positive.
13. In case of discrepancy in the nature of impact (positive/ negative), positive will be considered for evaluation and negative for ordering.