Você está na página 1de 37

Government of India

Department of Atomic Energy


Directorate of Purchase and Stores
Madras Regional Purchase Unit
Shastri Bhavan, Chennai 600 006

DPS/MRPU/PO-PT/2010/39 CORRIGENDUM

29th JULY, 2010

CORRIGENDUM
1. Tender No : DPS/MRPU/IGCAR/ENG/3889/TPT-828 for the requirement of design,
detailed engineering, procurement, supply, erection, associated civil, electrical, mechanical
works, commissioning , performance testing, operation and maintenance Two stage sea water
reverse osmosis desalination plant of total capacity 380 M3/HR.
The last date for receipt of tender is changed to 7th September, 2010 on or before 13 00
hrs. and date of opening of Part I is at 11 00 hrs. on 8th September, 2010. Part II(Price bid)
opening is on 9th November, 2010.
The important technical and commercial aspects discussed in prebid meeting held on
21/7/10 at Kalpakkam are available on our website - www.igcar.gov.in/tenders and
http://tenders.gov.in//department.asp?id=256

Regional Director, P&S

ANNEXURE -1
Technical Details
1. Eligibility Criteria
a) The Firm should have experience in Design, Detailed engineering, Procurement,
supply, Erection, Testing and commissioning of Sea Water Reverse Osmosis plants
of capacity not less than 0.5 MIGD (95 m3/h) on Turnkey basis in the past seven
years (i.e after 1/04/2003)
b) Operation & Maintenance of SWRO Desalination Plant of capacity not less than
50 m3/h in the past two years
c) The firms with Franchise/MOU with other proven firms may be considered based on
the documentary proofs and with a tripartiate agreement.
d) In the case of joint bids at least one of the partners should have ISO 14001
certification and all the partners should have ISO 9001 certification.
e) The tenderer shall have infrastructural facilities for project management,
procurement, fabricating, handling, erecting and commissioning of such plant.
f) The firm should produce the documentary proof of the firms capability to execute
the project in time based on the purchase order and project completion certificate.

2. Technical clarifications
a) TSS value should be read as 40 ppm maximum in place of 410 ppm (Refer Annexure
-2 of section VI). The most of the occasions, NTU values are less than 10.
b) The TDS values of the sea water as recorded in the past varied between 24000 ppm to
36500 ppm. The most probable TDS value is around 33000 ppm.
c) The sea water available for the plant may not have any residual chlorine and only
elecrochlorinator for chlorination system is permitted.
d) Typical chemical analysis is given in the table- 1
e) The temperature of sea water at the intake point may range from 27 to 40 deg c
depending on seasons.
f) The in-feed water line will be from two sources as mentioned in the Figure-1 and is in
the scope of bidder.

g) The bidders are free to have their design approach subject to basic conditions of
providing 4 x 95 m3 /hr product water quality of less than 250 ppm after post
treatment at the reservoir.
h) In case of high value items such High pressure pump, Energy recovery devices and
UF systems makes which are equal to better or better than specified may be accepted
subject to production of appropriate documents and approval by department.
i) During the period of construction up to commissioning power will be charged
uniformly at the rate of Rs 5 per unit. During operation and maintenance the power
will be charge at the rate of Rs 5 per unit for the guaranteed power consumptions.
However any consumption exceeding the guaranteed value will be charged at
prevailing rate. The basis for implementing will be based on actual production.
j) The necessary statutory clearances are in the scope of the purchaser.
3

Instrumentation
a) Control System Architecture
CONTROL SYSTEM ARCHITECTURE
Field Instruments

PLC
1

PLC
2

PLC
n

Ethernet

Operator
PC -1

Operator
PC -2
Operator
PC -3

Laptop
For PLC
programming

SCADA
Server 1

SCADA
Server 2

Operator
PC -4

b) UPS Change over Scheme

Civil
a)
b)
c)
d)
e)
f)
g)
h)

SWRO plant site contour plan is provided refer figure no.2


Geo technical characterization report is attached.
Roads, Road crossing provisions, storm water drain and area lighting are in
IGCAR scope
Water proofing, grouting and constrictions of civil structures shall be as per
applicable standards.
Soil required for filling / back filling is not available at site.
The surplus excavated earth soil shall be disposed at a distance of 4 kms.
Accommodation, transportation, medical facility etc.. for their employees will not
be provided by IGCAR..
All civil works are to be carried out as per applicable IS specification

Electrical

Power sources at site


a) 3 phase, 3 wire resistance grounded 6.6 kV 50 cycle as HT supply
b) 3 phase, 4 wire effective grounded 415 V 50 cycle as LT supply
In case the system requires any other voltage or frequency, the same shall be derived by the
bidder form the existing sours.
UPS with battery is in the scope of the supply by the bidder.
5.2
Diesel backed power at 3 phase, 4 wire effective grounded 415 V 50 cycle as LT supply
for control purposes can be provided if required.
5.3

The SC fault level is as given below.


6.6 kV bus
415 V bus

11 kA, 125 MVA for 3 s


45 kA, 34 MVA for 3 s

5.4
The road crossing provision will be provided by the department and it is not in the scope
of the bidder.
5.5
6.6 kV cable will be issued by the department as free issue material. The bidder shall lay
the cable as per the specification. i.e protected by the RCC lab at top and with sand cushioning at
bottom. The side shall be protected by wire cut bricks. The minimum depth at which cable has to
be laid is 1.5 m. The scope of the work includes cable termination at both ends.
5.6
The supply of L T cable and control cable are in the scope of the bidder. The speciation
of the control cable is attached with this. The bidder shall lay the LT cable and control cable as
per the specification.
{The L T cable shall be XLPE insulated and with Al conductor. The control cable shall be PVC
insulated and with stranded copper conductor. }
5.7
Power requirement during construction and during O & M phase is on chargeable basis
and the rate will be Rs 5/- per kWh for first 6 years after commissioning. Meter rent will be
charged as extra.
Power supply will be made available at two locations i.e one at eastern side and other at western
side.
5.8
6.6 kV motor shall be controlled by the vacuum contractor provided at the 6.6 kV
Switch gear along with the motor protection relay and is in the scope of the department.
The control panel consisting of the start stop button and other indication shall be in the local
control panel situated near to the motor.

5.9
The PCC shall be sectionalized with a bus coupler with minimum two incoming breakers
of 4 pole. The supply to the PCC shall be taken from the substation which is about 100 m away.
5.10

For PCC & MCC, the temperature rise of 40 0 C above ambient of 45 0 C is acceptable.

5.11 The earthling system shall be stand alone and specific to the plant. Inter connection with
other earth is not permitted.
5.12 Internal electrification. _ Lighting and single phase power distribution within the plant
shall be with concealed metallic GI conduit of 1.8 mm thick only.

TECHNICAL SPECIFICATIONS OF ELECTRICAL CONTROL CABLES


1.0

Scope:
This specification covers the design, manufacture, inspection and testing at
manufacturer's works, packing, transportation and delivery by road at site (properly
packed in non-returnable steel drums) of annealed, tinned, stranded copper conductor,
HRPVC insulated, FRLS PVC inner and outer sheathed, single layer of Galvanized steel
round wire armoured cables, quantities as per the given Schedule of Quantities, suitable
for unearthed system as specified herein under.

2.0

General:
These cables shall be suitable for use on AC and DC control applications (earthed or
unearthed) systems for rated voltages up to and including 1100V .
The cables are 1100 V grade, Multi-core, annealed, tinned, stranded Copper conductor,
HRPVC insulated, FRLS inner sheathed, single layer of Galvanized steel round wire
armoured, FRLS outer sheathed cables.

3.0

APPLICABLE CODES, STANDARDS AND SPECIFICATIONS:


1100 V Control Cables and Cable Sealing Materials and shall conform to the currently
applicable standards and codes of practice and reports as listed below:

S.NO.

Standard / Code

1
2

IS: 1554(Part-1and
2)
IS: 8130

Specification for PVC insulated cables for working


voltage up to and above1100V.
Specification for conductors for insulated electric cables
and flexible cords

IS: 5831

Specification for PVC insulation and sheath of electric


cables.

IS: 3975

Specification for Mild Steel wires, strips and tapes for


armouring of cables.

IS: 4826

Specification for Hot dipped galvanized coatings on


round steel wires.

IS: 10418

Specification for Drums for electric cables.

IS: 10810

Specification for Methods of test for cables.

Details

4.0

IS: 3961 Part-II & Recommended current. ratings for cables.


V

IEC: 331

10

ASTM-D-2843
.

Test method for density of smoke from the burning or


decomposition of plastics

11

ASTM-D-2863
.

Test method for measuring the minimum oxygen


Concentration to support candle. Like combustion of
plastics (oxygen Index)

12

SS-4241475

Swedish standard for cables testing of flame propagation


characteristics

13

IEC-189

Fire resistance characteristics of electrical cables

Low frequency cables and wires with PVC insulation and


PVC sheath.
14
NEMA-WC-5
Thermoplastic insulated wires and distribution of
electrical energy.
Specific Technical Requirements of Cable:
This section covers the specific technical requirements of Control Cables.

S.No. Technical Details

Requirements

Nominal System Voltage

220 V DC / 415 V AC

System Earthing

Unearthed / Earthed

Design ambient temperature

45C

Voltage Grade

1100 V

Size of conductor

2.5 Sq.mm

Stranded/Solid

Stranded

Conductor

Tinned annealed Copper

Insulation

HRPVC

Sheath ( Inner and Outer )

FRLS PVC

10

Amoured/ Unarmoured

Armoured

5.0

11

No. of cores

19 Cores

12

Type of armour

Single layer of Galvanized Steel


Round wire armour conforms to
IS: 3975.

CONSTRUCTION & DESIGN DETAILS :


Specifications for 1100 Volts Grade, annealed , tinned, stranded copper Conductor,
HRPVC Insulated, FRLS PVC inner Sheathed, single layer of galvanized steel
round wire armoured , FRLS PVC outer sheathed control Cables generally
conforming to IS : 1554 (Part-I).
This section covers the construction, design requirements and performance of 1100 V
grade control Cables.

FRLS PVC shall be following properties / characteristics.


a)
b)
c)
d)
e)

The oxygen index of cables shall be more than 30% at 27C + 2C when tested in
accordance with ASTM-D-2863.
Temperature index shall be more than 250C.
Cables shall have smoke density of less than 50% Max.
The hydrochloric acid evolution shall be less than 17.5%.
Flammability test on finished cable.

5.1

Conductor:
The conductor shall be made from high conductivity copper rods complying with IS:
8130.

5.2

Insulation:
Insulation shall be of extruded HRPVC material type C' conforming to the latest IS:

5831.

5.3

Core identification:
For Control Cables the individual core of copper cables shall be identified by numbers.
Colour of the insulation shall be with grey colour.

5.4

Laying up of cores :
The recommended plan for lay up of cores as per the specifications of IS: 1554(part-1).

5.5

Inner sheath:
The inner sheath of cable shall be FRLS ST -2 type as per IS- 5831 and its FRLS
properties shall be as per national / international standards and this should be extruded
over the laid up core. The surface of the sheath shall be uniform, continuous and free
from defects. Inner sheath shall be as per table-3 of latest edition of IS-1554 Part-l. Filler
material if used shall be non hygroscopic, thermoplastic material and over this PVC /
plastic / millar tape shall be provided for binding the core. Thermoplastic material shall
be softer than outer sheath.The colour of the inner sheath shall be grey.One or more
layers of proofed or plastic tape shall be applied over the laid up cores as a binder , the
thickness of such tapes shall not be construed as part of the inner sheath. The filler
material shall be in accordance with IS:1554 (part I).
Armouring:
The steel armour wire used on the cable shall conform to IS: 3975 for all requirements.

5.6

5.7

Outer sheath:
The outer sheath of the cable shall be of FRLS PVC ST -2 type and should be extruded
uniformly over the armouring of cable. Sheath shall confirm to IS-1554 Part-1 The outer
sheath shall be Grey in colour.

6.0

Literature:
Detailed internal QUALITY ASSURANCE PROGRAM in the factory shall also be
enclosed with the offer.

7.0

INSPECTION AND TESTING:


Pre-dispatch Inspection:
Tests:
All the tests specified below including repeated tests shall be carried out in accordance
with the Indian Standards (IS: 1554 PART-1 and IS: 10810) by the manufacturer in the
presence of PURCHASER's representative. If the cable fails to pass the test specified, the
PURCHASER shall have the option to reject it. The PURCHASER, however reserves the
right to waive off the inspection.Supplier shall submit the type test reports.
Acceptance Test:
Apart from the above tests, the following shall be carried out as acceptance test. These
tests shall be carried out from samples of the delivery lot.
Physical test conductor.
Annealing test for Copper. (IS : 8130)
Insulation Resistance test.
Conductor Resistance Test for Copper. (IS : 8130)
High voltage test at room temperature.
Test for thickness of insulation and sheath. (IS : 5831)
Tensile strength and elongation at break of insulation and sheath.
Test for armour wires (IS: 3975).
Physical test for insulation and outer sheath (IS: 5831).

7.1

7.2

a.
b.
c.
d.
e.
f.
g.
h.
i.

j.
k.
l.
m.
n.
o.
p.
q.

Insulation Resistance Test (IS: 5831).


High voltage Test (Water Immersion Test) (IS: 1554).
Critical Oxygen Index Test (ASTM-D 2863).
Temperature Index Test (ASTM-D 2863).
Acid Gas Generation Test (To determine percentage of hydrochloric acid released
from the PVC jacket over the cable) (IEC-754-1).
Smoke generation test (ASTM-D-2843/77).
Flammability Test on finished cables -IEEE-383.
Flammability Test Class F-Ill Swedish SS-4241475.

7.3

Routine test:
The following routine tests shall be carried out on each and every length of the cable in
the presence of PURCHASER's representative at manufacturer's works.
a Physical test conductor
b Conductor Resistance test.
c Insulation resistance (Dry) test
d High voltage test

8.0

Identification marks:
The cables to be supplied with the following details throughout the length of the cable by
embossing on the outer sheath at every one metre:
S.No. Details to be Embossed on the outer sheath
1
Name of manufacturer / Trade Name 2.Indian standard No. and Year 3.Type of
cable : HRPVC (insulation), FRLS (Inner and outer sheath) 4.Material of the conductor
: Copper 5.Voltage grade : 1100 V
6.No. of cores: 19 C 7.
Size in sq.mm : 2.5 sq.mm 8.User Name: IGCAR / DAE
9.Year of manufacture
10.Sequential marking of running metre length
The running length of the cable shall be identified at regular intervals of not more than 1
metre (Increasing order from inner end to outer end of the cable).
CABLE DRUMS:
The cable drums shall comply in all respects as per IS: 10418.

9.0

Preferred Makes :
Make of control cable : Universal, Nicco, Polycab, Torrent, KEI, LAPP,
Rallison
Conductor : Sterlite / Hindustan Copper.
Armour material : TATA / ZINDAL

Table-1
Seawater chemical composition at Kalpakkam
SlNo.

Substance or characteristic

Value

Total Dissolved Soilds (TDS by wt)

36000 ppm (*)

pH

7.5 to 8.5

Colour

Colour less

Conductivity @ 25C

mS/cm 63.2

Odour

Odour less

Taste

Salty

Algae Count Nos./

Alkalinity CaCo3

mg/l

130

10

Aluminium Total (as Al)

mg/l

BDL

11

Anionic detergent

mg/l

ND

12

Arsenic (as As)

mg/l

0.23 to 0.05

13

Barium (as Ba)

mg/l

BDL

14

Bicarbonate

mg/l

150

15

Cadmium (as Cd)

mg/l

BDL

16

Calcium

mg/l

400

17

Chloride,

ppm

18,980

18

Chromium (as Cr)

mg/l

0.19

19

Coliform count

cfu/ml

2 to 8

20

Fluoride,

ppm

1.2

21

Iron,

ppm

0.1

22

Magnesium,

ppm

1,275

litre

12 to 3

23

Nitrate (as N o3)

mg/l

0.98 to 1.63

24

Oil & grease

mg/l

<1

25

Phosphate (as P)

26

Potassium (as K)

mg/l

407

27

Salinity

ppm

34890

28

Silica,

ppm

0.8

29

Sodium,

ppm

10,556

30

Strontium (as Sr)

mg/ l

18.85 to 6.75

31

Sulfate,

ppm

2,650

32

Total alkalinity (CaCO3),

33

Total hardness (CaO3),

34

Total Organic Carbon

mg/l

5.17 to 8.32

35

Total solids by wt,

ppm

36,012

36

Total Suspended Solids

g/l

0.02 to 0.04

37

Turbidity NTU

38

Zinc (as Zn)

39

Specific gravity

mg/l

ppm
ppm

0.38 to 0.57

138
6,300

1 to 10 NTU (MAX)
mg/l

BDL
1.01- 1.02

* the range of TDS (Total dissolved solids) to be considered for design 24000
36500 PPM with most probable value of 32000 PPM
Bidders are advised to take one sample for their assessment

Figure-1

Figure-2

ANNEXURE II
Commercial
1.

Tender fee and EMD are mandatory for those bidders not registered with NSIC.

2.

Firms registered with DPS (DAE), DGS&D are exempted from EMD only.

3.

BG towards EMD is not acceptable and EMD is payable only by way of DD.

4.

Overseas firms registered in India shall offer their bids only in Rupee terms.

5.

Against each item if net price is offered, it is necessary to show the spilt up basic
price, the statutory levy (ED, CST or VAT)

6.

The price shall be firm throughout the currency of the contract (i.e.) till the
complete execution of the contract.

7.

Validity of the offer particularly the price bid shall be kept valid for a period of
minimum 180 days from the date of opening the price bid.

8.

a) Progressive advance payment can be considered for the items which are interest
bearing, subject to a maximum of 40% of the basic cost for supplied materials.
Hence the bidders shall mention the cost of items clearly. Progressive advance
payments shall invariably be covered by a BG equivalent to the value with
validity of the BGs till the commissioning and acceptance of the plant by the
purchaser. Further, a claim period for the above BG has to be maintained for the
period of six months.
b) Payment of 90% of the purchase order value less the 40% progressive advance
payment will be made after completion of construction, commissioning of plant
and acceptance by the purchaser.
The final payment of 10% of the purchase order value will be retained in lieu of
performance guarantee for satisfactory functioning of the plant, during the
guarantee period of 12 months from the date of commissioning.
c) The final payment of 10 % will be released after successful completion of
guarantee period and entering O&M contract with IGCAR for minimum period of
5 years.

9.

All bought out items shall be guaranteed along with the standard guarantee period
being offered for entire plant.

10.

Liquidated Damage If Contractor fails to deliver the stores or any consignment


thereof within the period prescribed for such delivery, the Purchaser shall be
entitled at his option either: to recover from the Contractor as agreed liquidated
damages and not by way of penalty a sum of 2% of the price of any stores which
the Contractor has filed to deliver as aforesaid, for each month or part of a month,
during which the delivery of such stores may be in arrears.

11.

Offer for the total cost which includes supply, installation, commissioning etc.,
and O&M for minimum period of 5 years in total, will be taken into account for
comparison purposes with other bidders.

12.

All items, components etc. shall be delivered on safe delivery basis at the ultimate
destination / stores IGCAR Kalpakkam.

13.

No Insurance charges can be paid by the department. Arrangements for safe,


transportation and unloading etc., shall be arranged by the supplier.

14.

Bidders shall submit Part I(Technical and unpriced commercial bids) in a sealed
envelope and Part II (Price bid) in separate envelope, however, both together in
a single envelope superscribing on the envelope, the tender reference with due
date. Also the soft copy of Part-I (Technical and unprized commercial bids shall
be submitted along with the sealed tender.
The revised schedule for submission and opening of bids at Office of RD,
MRPU, Chennai are amended as follows,
Last date for receipt of tender (Part I & II) on 07.09.2010 on or before 13.00
Hrs
Date of opening of tender (Part I) on 8.09.2010 at 11.00 Hrs
Date of opening of tender (Part II) on 9.11.2010 at 11.00 Hrs

15.

The necessary statutory clearances are in the scope of purchaser.

16.

Under Annexure 6, Proforma for price bid (Page 170 of 219), the foot note For
evaluation of bid, the basic cost of the items only will be considered (all other
taxes and duties are excluded). Hence, the bidders shall quote the basic cost of the
item separately and other taxes and duties separately.
Amended to read as follows.
The total cost of the entire system which includes taxes, duties, operation and
maintenance cost for 6 years will be taken in to account for the comparison
purpose.

Você também pode gostar