172
1 SECURITY PAPER MILL, HOSHANGABAD461005(M.P.) (A unit of Security Printing & Minting Corporation of India Ltd.) Wholly owned by Government of India TENDER DOCUMENT FOR EFFLUENT TREATMENT PLANT DESIGN, SUPPLY, CONSTRUCTION, INSTALLATION/ ERECTION & COMMISSIONING ON TURNKEY BASIS

SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

Embed Size (px)

Citation preview

Page 1: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

1

SECURITY PAPER MILL, HOSHANGABAD‐461005(M.P.) (A unit of Security Printing & Minting Corporation of India Ltd.)

Wholly owned by Government of India

TENDER DOCUMENT FOR

EFFLUENT TREATMENT PLANT DESIGN, SUPPLY, CONSTRUCTION, INSTALLATION/ ERECTION &

COMMISSIONING ON TURNKEY BASIS

Page 2: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

2

Security Classification: Non‐Security Item

TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION, INSTALLATION/ ERECTION & COMMISSIONING ON TURNKEY BASIS’

Tender No. 19 (54)/R&D/01/ETP/2012‐13/Adv No. 64/1539 Dated: 30.08.2012

This Tender Document Contains 232 Pages

Tender Documents is sold to:

M/s

Address Details of Contact person in SPM regarding this tender:

Name, Designation : Shri. Rajkumar R Officer Materials

Address : Security Paper Mill

Hoshangabad M.P‐461005

Phone : 07574‐279847, 07574‐279791

Fax : 07574‐255170

Email : [email protected]/ [email protected]

Page 3: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

3

C O N T E N T S

SECTION

DESCRIPTION

NO. OF SHEETS

Section I

Notice Inviting Tender (NIT)

02

Section II

General Instruction to Tenderers (GIT)

32

Section III

Special Instruction to Tenderers (SIT)

04

Section IV

General Conditions of Contract (GCC)

28

Section V

Special Conditions of Contract (SCC)

05

Section VI

List of Requirements

08

Section VII

Technical Specifications

138

Section VIII

Quality Control Requirements

07

Section IX

Qualification / Eligibility Criteria

01

Section X

Tender Form

01

Section XI

Price Schedule

02

Section XII

Questionnaire

01

Section XIII

Bank Guarantee Form for EMD

01

Section XIV

Manufacturer’s Authorisations Form

01

Section XV

Bank Guarantee Form for Performance Security

01

Section XVI

Contract Form

03

Section XVII

Letter of Authority for attending a Bid Opening

01

Section XVIII

Shipping Arrangements for Liner Cargoes

01

Section XIX

Proforma of Bills for Payments

01

Section XX

Drawings

03

Page 4: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

4

NOTICE INVITING TENDER (NIT) (Section – I)

Tender No. 19 (54)/R&D/01/ETP/2012‐13/Adv No.64/1539 Dated: 30.08.2012 1. Sealed tenders are invited from eligible and qualified tenderers for supply of following goo d s &

Services :

Schedule No.

Brief Description of Goods/ Services

Quantity (with unit)

Earnest Money(in Rs)

1.

Design, Supply, Construction, Erection & Commissioning of Effluent Treatment Plant (1 no.) on Turnkey basis as per List of Requirement (Section‐VI) of this tender

As per List of Requirements

(Section VI)

Rs. 5,00,000/‐ (Rs. Five lakhs only)

Type Of Tender Single stage (three packet), National Competitive BiddingTender Cost Rs. 1000/‐ (Rs. One Thousand Only)

Date and time of Pre‐bid conference 20.09.2012 at 10.30 AM

Place of Pre‐bid conference Security Paper Mill, Hoshangabad

Closing date and time for receipt of tenders Up to 10.30 Hrs till 16.10.2012

Place of receipt of tenders Security Paper Mill, Hoshangabad

Time and date of opening of tenders 11.00 Hrs On 16.10.2012 Place of opening of tenders Security Paper Mill, Hoshangabad Nominated Person/ Designation to Officer ‐ Materials

2. Interested tenderers may obtain further information about this requirement from the Purchase section,

Security Paper Mill, Hoshangabad. They may also visit our website mentioned above for further details.

3. Tender documents may be purchased on payment of non‐refundable fee of Rs.1000/‐ per set in the form of account payee demand draft/ cashier’s cheque/ certified cheque, drawn on a scheduled commercial bank in India, in favour of General Manager, Security Paper Mill payable at Hoshangabad.

4. If requested, the tender documents will be mailed by registered post/speed post to the domestic

Tenderers, for which extra expenditure per set will be Rs. 100/‐ (Rupees Hundred) for domestic post. The tenderer is to add the applicable postage cost in the non‐refundable fee mentioned in para 3 above.

Page 5: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

5

5. Tenderers may also download the tender documents from the web site http://spmhoshangabad.spmcil.com & http://eprocure.gov.in and submit its tender by utilizing the downloaded document along with the required non‐refundable fee as mentioned in Para 3 above

6. Tenderers shall ensure that their tenders, duly sealed and signed, complete in all respects as

per instructions contained in the Tender Documents, are dropped in the tender box located at the address given below on or before the closing date and time indicated in the Para‐1 above, failing which the tenders will be treated as late and rejected.

ADDRESS The General Manager, Security Paper Mill, Hoshangabad ‐ 461 005 (M.P.) India.

7. In the event of any of the above mentioned dates being declared as a holiday/ closed day for the purchase organization, the tenders will be sold/ received/ opened on the next working day at the appointed time.

8. The tender documents are not transferable.

(Rajkumar. R) Officer Materials

For and on behalf of The General Manager Security Paper Mill, Hoshangabad, M.P‐461 005

Ph. No: 07574‐279847, Fax No: 07574‐255170

Page 6: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

6

(Section – II)

GENERAL INSTRUCTIONS TO TENDERERS (GIT)

Kindly refer http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GIT.pdf for further details. (GIT contains 32 Pages)

Page 7: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

7

(Section – III)

SPECIAL INSTRUCTION TO TENDERER The following Special Instructions to Tenderers will apply for this purchase. These special instructions will modify/ substitute/ supplement the corresponding General Instructions to Tenderers (GIT) incorporated in Section II. The corresponding GIT clause numbers have also been indicated in the text below. In case of any conflict between the provision in the GIT and that in the SIT, the provision contained in the SIT shall prevail.

Sl. No. GIT Clause No. Topic SIT Provision

1. 8 Pre Bid Conference 1. 2. 18 Earnest Money Deposit (EMD) 2. 3. 19 Tender validity 3. 4. 21 Submission of Tenders 4. 5. 43 Parallel Contracts 5. 6. 33 Evaluation Criteria for L1 Bidder 6. 7. 21.1, 24.1 Corrections in GIT Clauses 7. 8. Coordination with Statuary Bodies & outside

Agencies 8.

1. PRE‐BID CONFERENCE

Pre‐bid conference will be held on 20.09.2012 at 11 AM (21 days after webcast the tender) held for this tender at SPM Hoshangabad.

Bidder should send their queries if any before one week of pre‐bid conference.

2. EARNEST MONEY DEPOSIT (EMD)

Tender should be accompanied with Earnest Money Deposit (Non‐interest bearing) of Rs. 5, 00, 000/‐ (Rs. Five Lakhs only) in the forms as given below.

a) Account Payee Demand Draft or b) Fixed Deposit Receipt or c) Banker’s cheque

The demand draft, fixed deposit receipt or banker’s cheque shall be drawn on any scheduled commercial bank in India, in favour of Account specified in the Clause 3 of NIT. The earnest money shall be valid for a period of forty five days beyond the validity period of the tender.

3. TENDER VALIDITY 3.1 The tender shall remain valid for acceptance for a period of 165 days after the date of

tender opening prescribed in the tender document. Any tender valid for a shorter period shall be treated as unresponsive & rejected.

Page 8: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

8

3.2 In exceptional cases, the tenderers may be requested by SPM to extend the validity of their

tenders up to a specified period. Such request (s) and responses thereto shall be conveyed by surface mail/E‐mail/Telex/Cable followed by surface mail. The tenderers, who agree to extend the tender validity, are to extend the same without any change or modification of their original tender and they are also to extend the validity period of the EMD accordingly.

3.3 In case the day up to which the tenders are to remain valid falls on/subsequently declared a

holiday or closed day for SPM, the tender validity shall be extended up to the next working day.

3.4 Compliance with the clauses of this Tender document: Tenderer must comply with all the clauses of this tender document. No deviations with any of the clauses of this tender are permitted to the bidder.

4. SUBMISSION OF TENDERS:

4.1 Pre‐Qualification bid, Technical bid and financial bid are to be submitted in three separate

doubled sealed envelopes on or before the due date of submission of tenders. It may be noted that the price is not to be quoted either in the pre‐qualification or in technical bid. It shall only be quoted in price bid. Non‐adherence to this shall be making tender liable for rejection. The envelopes containing bids shall be superscribed “Pre‐qualification bid”, “Technical bid”, “Price bid”, as the case may be, for “Design, Supply, Erection and Commissioning of 01 No. Effluent Treatment Plant”. The sealed envelopes shall be again being put in another sealed cover and should be superscribed “TENDER FOR DESIGN, SUPPLY, CONSTRUCTION, ERECTION AND COMMISSIONING OF 01 No. EFFLUENT TREATMENT PLANT” due 16.10.2012 up to 10.30 Hrs (IST). Late tenders shall not be accepted. Tenderers shall submit their offers only on prescribed forms. Tender by Telegram/Fax/E‐mail shall not be accepted. Tender by Post/Hand/courier received on or before the due date and time shall be accepted. Postal delay/ delay by courier service etc. shall not be condoned.

4.2 Tenders shall be submitted in parts as below: ‐ PART – I – PRE‐QUALIFICATION BID

i) Containing un‐priced tender consisting of complete Qualification/Eligibility of the tenderer as per the format specified under Section I X in this document.

ii) One original and one duplicate copy shall be submitted. It should not have any price aspects.

iii) Earnest Money Deposit. iv) Power of Attorney/authorization with the seal of the company of person signing the

tender documents. v) Tender document fee Rs.1, 000/‐.

vi) Manufacturer authorization forms if the bidder is not manufacturer. PART – II ‐ TECHNO‐COMMERCIAL BID I) The tenderer shall submit detailed technical offer as per Technical Specifications as per

Section VII of this tender document.

Page 9: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

9

II) The tenderer has to submit acceptance of all sections of this tender document (GIT, SIT, SCC, Quality control requirements, Tender form, Questionnaire, etc.)

III) One original and one duplicate copy shall be submitted. IV) Containing un‐priced tender consisting commercial package including all terms and

conditions. No price details to be given in this tender. V) Containing Blank price Bid (No price details to be given in this tender.)

PART‐ III ‐ PRICE BID:

The tenderers shall quote the prices strictly as per the proforma given in Section – XI of the tender document. No additional/extra item with price should be included other than that of section XI. If any that particular item will not be considered for evaluation.

5 PARALLEL CONTRACTS

No parallel contracts shall be awarded for this tender.

6 EVALUATION CRITERIA FOR L1 BIDDER

The pre‐qualification bids are to be opened in the first instance, at the prescribed time and date. These bids shall be scrutinized and evaluated by the competent committee/ authority with reference to the parameters prescribed in the eligibility criteria. Thereafter, in the second stage, the technical bids of only pre‐qualified bidders (as decided in the first stage) shall be opened at a later date and time for further scrutiny and further evaluation. These bids shall be scrutinized and evaluated by the competent committee/ authority with reference to the parameters prescribed in the tender document. Subsequently, in the third stage the financial bids of only the technically acceptable offers (as decided in the second stage) shall be opened for further scrutiny and evaluation. Intimation regarding to opening of technical and financial bids shall be given to acceptable Tenderers to enable them to attend the technical and financial bid opening, if they so desire.

The method of evaluation of L1 bidder for awarding the Contract shall be on consolidated grand total offer by the bidder and will be decided taking into consideration of the total offered price including (A+B+C) as per Section‐XI (Price schedule) of this tender document.

7 CORRECTIONS in GIT Clauses

GIT CLAUSE WRITTEN AS IN GIT CORRECTED AS IN SIT21.1 In 3rd line of procurement manual the

words “Para 11 of NIT” “Para 1 of NIT”

21.1 In 6th line of procurement manual the words “Clause 11 of NIT”

“Clause 1 of NIT”

24.1 In 2nd line of procurement manual the words “Clause 11 of NIT”

“Clause 1 of NIT”

Page 10: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

10

8. CO‐ORDINATION WITH STATUTORY BODIES AND OUTSIDE AGENCIES

The Contractor shall be fully responsible for carrying out all co‐ordination & liaison work as may be required with environmental authority, statutory bodies (CPCB) & other statutory bodies for implementation of the work. The application on behalf of the Owner for submission to the environmental authority, pollution control boards & other statutory bodies along with copies of drawings, data, DBR …etc complete in all respects shall be done by the Contractor & approval/certificates taken well ahead of time so that the actual commissioning of equipment is not delayed for want of inspection and approval by the Inspector & statutory bodies. The actual inspection work shall be arranged by the Contractor.

However, official fees paid to environmental authority, statutory bodies in this regard shall be borne by the SPM.

The Documents which are mentioned in this Clause shall be subjected to environmental authority’s approval, which are necessary. However all the documents will be approved by DCPL and then by SPM, but in any case manufacturer / Contractor will be wholly responsible for safety, operation, performance and all other related activity of the plant.

Page 11: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

11

(Section – IV)

GENERAL CONDITIONS OF CONTRACT (GCC) Kindly refer http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GCC.pdf for further details. (GCC contains 28 Pages)

Page 12: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

12

(Section – V)

SPECIAL CONDITIONS OF CONTRACT (SCC)

The following Special Conditions of Contract (SCC) will apply for this purchase. The corresponding clauses of General Conditions of Contract (GCC) relating to the SCC stipulations have also been incorporated below. These Special Conditions will modify/ substitute/ supplement the corresponding (GCC) clauses. Whenever there is any conflict between the provision in the GCC and that in the SCC, the provision contained in the SCC shall prevail.

Sl. No GCC Clause No. Topic SCC Provision

1 1 Abbreviations – in conjunction with GCC 1

2 9 Inspection and Quality Control 2

3 11.2 Transportation of Domestic Goods 3

4 12 Insurance 4

5 14 Incidental Services 5

6 16 Warranty 6

7 21.2 Taxes and Duties 7

8 22 Terms and Mode of Payment 8

9 Security Rules 9

10 Compliance with contract labour Act 10

11 Central pollution control board/State pollutioncontrol board Act

11

1. Abbreviations

“SPM/OWNER/PURCHASER” means Security Paper Mill, Hoshangabad. “SPMCIL” means Security Printing and Minting Corporation of India Limited “DCPL” means Development Consultants Private Limited, Kolkata “BIDDER”/”TENDERER”/”CONTRACTOR” means the individual/firm who quotes against this tender enquiry.

2. Inspection and Quality Control 2.1 SPM and/ DCPL or its nominated representative(s) will, without any extra cost to SPM, inspect

and/ or test the ordered work and the related services to confirm their conformity to the contract specifications and other quality control details incorporated in the contract. SPM shall inform the contractor in advance, in writing, SPM's programme for such inspection and, also the identity of the officials to be deputed for this purpose.

2.2 The Technical Specification and Quality Control Requirements incorporated in the contract shall specify what inspections and tests are to be carried out and, also, where and how they are to be conducted. If such inspections and tests are conducted in the premises of the contractor, all reasonable facilities and assistance, including access to relevant drawings, design details and production data, shall be furnished by the supplier to SPM's inspector at no charge to SPM.

Page 13: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

13

2.3 If during such inspections and tests the contracted work fail to conform to the required specifications and standards, the inspector may reject them and the contractor shall either replace the rejected work or make all alterations necessary to meet the specifications and

Standards as required within the original delivery period and as specified in the contract free of

cost to SPM and resubmit the same to the inspector for conducting the inspections and tests again.

2.4 In case the contract stipulates pre‐despatch inspection of the ordered work at contractor’ s premises, the contractor shall put up the work for such inspection to SPM’s or DCPL’s Inspector well ahead of the contractual delivery period, so that the inspector is able to complete the inspection within the contractual delivery period.

2.5 If the contractor tenders the goods to the inspector for inspection at the last moment without providing reasonable time to the inspector for completing the inspection within the contractual delivery period, the inspector may carry out the inspection and complete the formality beyond the contractual delivery period at the risk and expense of the contractor. The fact that the goods have been inspected after the contractual delivery period will not have the effect of keeping the contract alive and this will be without any prejudice to the legal rights and remedies available to SPM under the terms & conditions of the contract.

2.6 Work accepted by SPM and/ or its inspector at initial inspection and in final inspection in terms of the contract shall in no way dilute SPM's right to reject the same later, if found deficient in terms of the warranty clause of the contract, as incorporated under GCC Clause.

2.7 Travelling expenses, Lodging and boarding charges of SPM officer for pre‐shipment inspection shall be borne by SPM.

3. Transportation of Domestic Goods

The supplier shall arrange transportation of the ordered goods up to the SPM and further transportation up to the Project site.

4. Insurance 4.1 The Supplier shall arrange for insuring the goods against loss or damage incidental to

manufacture or acquisition, transportation, storage and delivery in the following manner. 4.2 The supplier shall be responsible till the entire stores contracted for arrive in good condition

at destination. The transit risk in this respect shall be covered by the Supplier by getting the stores duly insured till unloading of the stores at SPM site. The insurance cover shall be obtained by the Supplier in its own name and not in the name of SPM or its Consignee.

4.3 Insurance in respect of damages to persons and property during equipment erection: 4.3.1 The Contractor shall be responsible for all injury or damage to persons, animals or things and

for all damage to property which may arise from any factor omission on the part of the CONTRACTOR or any of their employees. The liability under this clause shall cover also inter‐alia any damage to structures, whether immediately adjacent to the works or otherwise, any damage to roads, streets, footpaths, bridges as well as damage caused to the building and other structures and works forming the subject matter of this contract. The Contractor shall also be responsible for any damage caused to the buildings and other structures and works forming the subject matter of this contract due to rain, wind, frost or other inclemency of weather. The Contractor shall indemnify and keep indemnified the SPM and hold him harmless in respect of all and any loss and expenses arising from any such injury or damage to persons or property as

Page 14: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

14

aforesaid and also against any claim made in respect of injury or damage, whether under any statute or otherwise and also in respect of any award or compensation or damage consequent upon such claims. The Contractor shall, at his own expense, effect and maintain till issue of the virtual completion certificate under this contract, with an insurance company approved by the SPM, an All Risks Policy for Insurance for the full amount of the contract including earth quake risk in the joint names of the SPM and the Contractor (the name of the former being placed first in the policy) against all risks as per the standard all risk policy for Contractor’s and deposit such policy or policies with SPM before commencing the works.

4.3.2 The Contractor shall reinstate all damage of every sort mentioned in this clause so as to do delivery of the whole of the works complete and perfect in every respect and so as to make good or otherwise satisfy all claims for damage to property or third parties.

4.3.3 The Contractor shall also indemnify and keep indemnified the SPM against all claims which may be made against the SPM by any person in respect of anything which may arise in respect of the works or in consequence thereof and shall at his own expense, effect and maintain until the virtual completion of the contract, with an Insurance Company approved by the SPM a policy of Insurance in the joint names of the SPM and the Contractor (name of the former being placed first in the policy) against such risks and deposit such policy or policies before commencement of the works.

4.3.4 The minimum limit of the coverage under the policy shall be Rs.2 Lakhs per person for any one accident or occurrence and Rs.5 Lakhs in respect of damage to property for any one accident or occurrence. The Contractor shall also indemnify the SPM against all claims which may be made upon the SPM, whether under the Workmen’s Compensation Act or any other.

4.4 Statute in force, during the currency of this contract or at Common Law in respect of any employee of the Contractor and shall be at his own expense, effect and maintain until the Virtual Completion of the Contract with an Insurance Company approved by the SPM a policy of Insurance against such risks and deposit such policy or policies with the SPM from time to time during the currency of this contract.

4.4.1 In default of the Contractor insuring as provided above, the SPM may so insure and may deduct the premiums paid from any money due or which may become due to the Contractor.

4.4.2 The Contractor shall be responsible for any liability which may not be covered by the insurance policies referred to above and also for all other damages to any person, animal or defective carrying out of this contract, whatever, may be the reasons due to which the damage shall have been caused.

4.4.3 The Contractor shall also indemnify and keep indemnified the SPM against all and any costs, charges or expenses arising out of any claim or proceedings relating to the works and also in respect of any award of damage or compensation arising there from.

4.4.4 Without prejudice to the other rights of the SPM against Contractors in respect of such default, the SPM shall be entitled to deduct from any sums payable to the Contractor the amount of any damages, compensation costs, charges and other expenses paid by SPM and which are payable by the Contractor under this clause.

4.4.5 The Contractor shall upon settlement by the insurer of any claim made against the insurer pursuant to a policy taken under this clause, proceed with due diligence to rebuild or repair the works destroyed or damaged. In this event all the money received from the insurer in respect of

Page 15: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

15

such damage shall be paid to the Contractor and the Contractor shall not be entitled to any further payment in respect of the expenditure incurred for rebuilding or repairing of the materials or goods destroyed or damaged.

4.4.6 The Contractor, in case of re‐building or reinstatement after damage shall be entitled to such extension of time for completion as SPM and/ or DCPL may deem fit, but shall, however, not be entitled to reimbursement by SPM of any shortfall or deficiency in the amount finally paid by the insurer in settlement of any claim arising as set out herein.

5. Incidental Services

5.1 Subject to the stipulation in the Technical Specification (Section ‐ VII); the supplier shall be required to perform all of the following services.

a) Providing required jigs and tools for assembly, start‐up and maintenance of the goods.

b) Supplying required number of operation & maintenance manual for the goods. c) Civil construction, installation and commissioning of the goods. d) Training of SPM’s operators for operating and maintaining the goods.

e) Providing after sales service during the tenure of the contract. f) Providing maintenance service after expiry of the warranty period of the goods if so

incorporated in the contract.

6. Warranty 6.1 The supplier warrants that the goods supplied under the contract is new, unused and

incorporate all recent improvements in design and materials unless prescribed otherwise by SPM in the contract. The supplier further warrants that the goods supplied under the contract shall have no defect arising from design, materials (except when the design adopted and / or the material used are as per SPM's specifications) or workmanship or from any act or omission of the supplier, that may develop under normal use of the supplied goods under the conditions prevailing in India.

6.2 This warranty shall remain valid for Twelve (12) months after the goods or any portion thereof as the case may be, have been delivered to the final destination and installed and commissioned at the final destination and accepted by SPM in terms of the contract or Eighteen (18) months from the date of despatch from the supplier's premises whichever is later.

6.3 In case of any claim arising out of this warranty, SPM shall promptly notify the same in writing to the supplier.

6.4 Upon receipt of such notice, the supplier shall, with all reasonable speed and time, repair or replace the defective goods or parts thereof, free of cost, at the ultimate destination. The supplier shall take over the replaced parts/ goods after providing their replacements and no claim, whatsoever shall lie on SPM for such replaced parts/ goods thereafter.

6.5 In the event of any rectification of a defect or replacement of any defective goods during the warranty period, the warranty for the rectified/ replaced goods shall be extended to a further period of twelve months from the date such rectified / replaced goods starts functioning to the

Page 16: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

16

satisfaction of SPM. 6.6 If the supplier, having been notified, fails to rectify/ replace the defect(s) within a reasonable

period, SPM may proceed to take such remedial action(s) as deemed fit by SPM, at the risk and expense of the supplier and without prejudice to other contractual rights and remedies, which SPM may have against the supplier.

7. TAXES and DUTIES:

TDS or any other applicable taxes shall be deducted from the firm’s bill.

8. TERMS AND MODE OF PAYMENT 8.1 TERMS OF PAYMENT 8.1.1 For Supply, Installation and Commissioning

a) 80% payment of the cost of goods (as per part “A” of the price schedule section XI of this tender document) shall be made on receipt and acceptance of goods by the SPM at destination and on production of all required documents by the supplier.

b) For Civil and Structural Works

Payment for civil works shall be made as below (under Part “C” of the price schedule) i. 20% payment of the cost of civil works on completion of construction of Re‐activator

Clarifier along with equipment foundations including hydro testing and readiness for mechanical erection.

ii. 20% payment of the cost of civil works on completion of constriction of aerated lagoon

along with equipment foundations including hydro testing and readiness for mechanical erection.

iii. 25% payment of the cost of civil works on completion of construction of Filter House

and all RCC Tanks along with equipment foundations including hydro testing, as applicable, and readiness for mechanical erection.

iv. 15% payment of the cost of civil works on completion of balance miscellaneous

construction works including site clearing.

c) 20% payment of the cost of goods (as per part “A” of the price schedule section XI of this tender document), 100% payment of the cost of installation and commissioning (as per part “B” of the price schedule section XI of this tender document) and balance 20% payment (as per PART “C” of the price schedule section XI of this tender document) shall be made on successful installation, commissioning, compliance to MPPCB discharge norms and its acceptance by SPM.

8.2 MODE OF PAYMENT Payment will be made through RTGS/NEFT; Firm should furnish all Bank detail including

RTGS/NEFT code extra in their bill.

Page 17: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

17

9. SECURITY RULES 9.1 The Contractor shall strictly abide by the security rules and regulations enforced by the SPM

from time to time. The Contractor shall provide proper identity cards, badges etc., to his employees whenever directed by the DCPL/SPM.

9.2 The Contractor shall arrange for police verification certificates for all his employees/worker/supervisor and submit it to CISF (SPM) before starting of the work to obtain the gate pass of the concerned person.

10. COMPLIANCE WITH CONTRACT LABOUR ACT The contractor shall comply with all the provisions of the EPF rules, Workmen Compensation Act

1923, Minimum Wages Act, 1948, and Contract Labour (Regulation and Abolition) Act, 1970 amended from time to time and rules framed there under. The provision of building and other Construction Worker’s Regulation of Employment & Condition of Service Act, 1996 amended from time to time and rules framed therein to be followed.

11. CENTRAL POLLUTION CONTROL BOARD/STATE POLLUTION CONTROL BOARD ACT The contractor has to ensure that the treated effluent characteristics (specifically BOD & COD)

from their offered system/plant will comply with the latest norms & standards of Central Pollution Control Board (CPCB) & State Pollution Control Board‐ Madhya Pradesh (SPCB).

Page 18: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

18

(Section – VI)

LIST OF REQUIREMENTS

Schedule No.

Brief description of work and services (Related specifications etc. are in Section‐VII)

Accounting unit

Quantity Amount of Earnest Money

1. Design, Engineering, manufacture, assembly/pre‐assembly, tests at manufacturer’s works, delivery properly packed for transport, supply, civil & allied works, complete erection, final check‐ up, testing at site, successful commissioning, conducting performance and acceptance tests at SPM site of Effluent Treatment Plant of 3.5 MLD as mentioned below and specified under Section – VII complete with all accessories on Turnkey basis

Nos. One(1) Rs.5, 00,000/‐(Rs. Five lakhs

only)

Required Completion Schedule : Ten (10) months from the date of issue of Notification of

Award of contract or Purchase Order whichever is earlier. (Including Supply, Erection &Commissioning)

Required Terms of Delivery : F.O.R, SPM‐Hoshangabad Preferred Mode of Transportation : ‐‐‐‐‐

1. DETAIL SCOPE OF SUPPLY

The detail scope of supply of the Tenderer for this Tender shall include the following:

1.1 Scope of Supply of Plant & Equipment

The scope of supply of the Tenderer covered under this specification shall include the following: One (1) no. 3.5 MLD capacity E f f l u e n t T r e a t m e n t P l a n t for treating effluent from the new

PM#5 & associated comprising of the following:‐ Process & Mechanical:

1.1.1 One (1) Pulp Mill Effluent Collection Sump with MCC & two (2) no. pumps to feed the raw effluent to the Flocculator & Tube Settler.

1.1.2 One (1) Flash Mixer with agitator, comprising turbine type impeller fixed to a vertical shaft resisting on guide supports and complete with reduction gear, flexible coupling, drive motor of required rating

Page 19: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

19

and speed, common base frame etc. In Flash Mixer & Flocculator, Alum and Polymer solutions are dosed in order to carry out coagulation and pH adjustment respectively.

1.1.3 One (1) Buffer Tank to hold the flocculated effluent. Buffer Tank should have acid & alkali dosing provision for pH adjustment prior to feeding to the Anaerobic System/ Reactor for Anaerobic treatment. If Bio‐gas is generated in this system, it may be burnt in Gas Flare for obtaining heat energy.

1.1.4 One (1) Pre‐Aeration Tank for collecting the Anaerobic Reactor treated effluent to feed the Aeration Tank with surface aerators.

1.1.5 One (1) Micro Fiber Removal Unit or Dissolved Air Floatation Unit (DAF) for removal of grits & heavy solids and protection of downstream equipment for all PM No.5 area effluent. DAF should be provided with air blowers which will draw atmospheric air & facilitate Floatation.

1.1.6 One (1) Reactivator Clarifier with concrete center support structures with raw effluent feed inlets along with flocculating paddles, rake arm mechanism and blades to scrape the settled solids from the entire tank bottom towards the centre discharge cones. The reactivate clarifier is a high rate effluent treating clarifier, which produces treated effluent of highest quality with minimum time space & chemicals. The intimate contact between the effluent, coagulants & previously formed sludge causes the chemical reactions to proceed at a rapid rate with a minimum of treating chemicals. Furthermore by contacting water with the great volume of sludge in recirculation, maximum clarification of the water can be achieved by the adsorptive properties of the sludge or flocs formed. The clear overflow from Reactivator Clarifier gets collected in the Aeration Tank.

1.1.7 One (1) Aeration Tank or Aerated Lagoon with required no. of aerators (Bidder to specify the exact no.) useful for powerful pumping action to transfer the oxygen in order to break up the clarified effluent (Reactivator Clarifier Overflow) into a spray of particles, creating more surface area for atmospheric pressure to drive oxygen into the wastewater. At the same time, the oxygen enriched effluent is dispersed.

1.1.8 One (1) no. Sludge Mixing Tank. The underflow sludge from the Reactivator Clarifier, Microfiber Removal Unit & Tube Settler shall be collected in this tank through RCC inlet troughs. Here sludge generating from existing ETP can also be mixed with the new clarifier sludge. The tank shall be provided with all nozzles, flanges for inlets, outlets, drains, level transmitter connections, etc. All interconnecting piping, valves and fittings shall be included.

1.1.9 Two (2) (1 W + 1S) no. horizontal centrifugal type Sludge Transfer pumps/ new Rotary Drum Filter feed pumps would pump the Sludge to one (1) Rotary Drum Filter.

1.1.10 One (1) Rotary Drum Filter. The filtration plant shall be complete in all respect including feed channel with isolating valves, nozzle plates with umbrella type moulded nozzles, air/ water system along with R.C.C. backwash water head‐tank and rotary air blower, if any, with filtrate receiver at the outlet, belt wash pump etc. with drive & motor, coupling, guard, common base frame etc. All interconnecting piping, fittings and valves, filter media, instruments and controls, etc. are included under this scope of supply. Instruments include flow meters – one (1) no. for common backwash

Page 20: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

20

head and one (1) no. each for treated effluent outlet from each filter. The supply also includes design and construction of pump house including pumps and accessories. M.C.Cs for the complete effluent treatment plant may be located in the pump house itself.

1.1.11 Clarified & Aerated Secondary Effluent (Aerator overflow) would flow by gravity to the Holding Tank which ultimately is pumped to the Sand Filter followed by Activated Carbon Adsorption Column for Tertiary Treatment i.e. for further reduction of Suspended Solids. Tertiary treated effluent is recycled to the process & may be used for plantation/gardening application.

1.1.12 Recycled pumps to re‐use the tertiary treated effluent are to be furnished by the Bidder. Bidder’s scope is limited to provide an arrangement for clarified effluent recycling to the Mill.

1.1.13 For chemical dosing, a new Chemical House is envisaged. Chemical House would contain Acid, Alkali, Alum, Polymer, and Nutrient Dosing Tanks with dosing pumps.

Civil & Electrical Works:

For relevant civil, structural steel work and architectural works specification and scope, refer VOLUME‐1B.

For relevant electrical works specification and scope, refer VOLUME‐1C.

Instruments & Controls:

For relevant instrumentation specification and scope, refer VOLUME‐1D.

The Process & Instrumentation diagram and the scope of supply of the Tenderer within the plant battery limits have been shown in the enclosed Dwg. No. 11P01‐DWG‐P‐131‐200.01, Rev. d. The suggestive layout of the Effluent Treatment Plant is shown in the Dwg. No. 11P01‐SKT‐M‐131‐1360.01 Rev. b. Also, Hydraulic Flow Diagram of the Plant is shown vide Dwg. No. 11P01‐SKT‐P‐131‐1300.02 Rev. c attached herewith.

1.1.14 Compressed air for plant air and instrument air required for operation shall be provided by the bidder. Bidder’s Scope of Supply will include one no. (1) Air Compressor, one (1) no. Air Receiver, one (1) no. Air Dryer & one (1) no. Air Filter. Distribution piping, valves & fittings would be done by the Bidder.

1.1.15 Complete balance of plant piping. Valves, fittings, specialties, hangers and supports etc for steam, water, air, oil, flue gas, chemicals, and waste water drains sludge and slurries and any other services for the entire plant.

1.1.16 Lubricants, consumables, required for erection and commissioning.

1.1.17 Commissioning spares as required.

1.1.18 Other plant and equipment as specified in various sub‐sections and as required for the completeness of Effluent Treatment Plant.

1.1.19 All instruments as required for acceptance test of the Effluent Treatment Plant.

Page 21: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

21

1.1.20 All documentation for obtaining necessary clearances from environmental authorities.

1.2 Scope of Services:

1.2.1 The successful Tenderer under this specification shall be responsible for the complete civil and structural works, supervision of erection, testing, commissioning and handing over of the plant supplied by him.

1.2.2 The Tenderer shall arrange supervisory personnel, all special tools, tackle, test equipment and

instruments together with all other equipment for carrying out his obligations. 1.2.3 The successful Tenderer shall depute adequate expert personnel for on‐site training to the mill

personnel for the operation of all the equipment, tools & tackles supplied by him. 1.2.4 SPM will make available the following items free of cost to the successful Tenderer:

Power, Air & Water required for testing and commissioning of the Effluent Treatment Plant.

However, successful Tenderer shall send prior intimation to the SPM indicating the details of above utility requirement for testing and commissioning.

2. SAFETY AND HEALTH INSTRUCTIONS During installation, the Contractor shall follow all the Safety Policy and Plant Safety rules of SPM

and also the various provisions of M.P. Factories Rules, 1962 made under Factories Act, 1948.

This instruction gives broad guidelines to be followed by the Contractor for ensuring safe

working conditions in and around the site.

2.1 SAFETY ORGANISATION

Contractor at site shall organize a Safety Group headed by a Safety Officer who shall be responsible for providing, supervising and monitoring safe working conditions at all times for their workers. The Safety Officer shall be experienced in maintaining safe conditions for workers at site and shall be responsible for and shall have authority to enforce safe conditions for the workers. Contractor shall have a declared Safety Policy and shall get the same approved by the SPM and/or DCPL. The approved Safety Policy shall be displayed prominently in the Contractor’s site office. Contractor shall take active interest and participate in the development and operation of safety programs at site. His responsibility does not cease with establishment of Safety Group and approval of its various activities. He shall demonstrate his involvement by regular participation in safety meetings, review of safety records and taking corrective action where required, introduction of safety promoting bulletins, posters, suggestions and awards and by setting example by strictly observing safety rules.

Contractor shall remove all waste material and debris from and around the work area and properly clean up the area at the end of each day before leaving the work site.

Contractor shall take all necessary precautions not only for safe working of his own workmen but also deploy all precautions to ensure safety of structures, equipment and workmen of other agencies in and around his work site. The Contractor shall ensure that his workmen do not trespass into prohibited areas.

SPM and/or DCPL shall have the right to inspect at any time, all items of machinery or

Page 22: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

22

equipment brought to site by the Contractor, his agents or workmen and to prohibit the use on the site of any item, which in the opinion of the SPM and/or DCPL is or may be detrimental to the safety of the site. The exercise of such right or the omission to exercise it in any particular case shall not absolve the Contractor or his agents or workmen of their responsibility of adhering to the safe working practices.

Contractor shall execute the work in a manner causing the least possible interference with the business of the SPM and/or DCPL, or with the work of any other Contractor who may be engaged on the premises and shall at all times co‐operate with the other Contractors working at site. Contractor shall obtain work permit from the SPM and/or DCPL before starting any work at site. The work permits are issued to prevent the Contractor from working in un‐authorized areas and shall be valid for specific area for a stipulated period. The Contractor shall ensure at all times that his workers do not lie down or sleep under or around any machine, equipment, vessel, vehicle or structures in his work area.

2.2 RESPONSIBILITIES OF THE CONTRACTOR’S SAFETY OFFICER

He is responsible and accountable for:

a) Preventing injury to personnel, damage to plant and equipment and fire. b) Instituting ways to improve existing work methods from safety point of view. c) Legal and contractual requirements affecting safety, health, and welfare of his workmen d) Provision and use of protective clothing and equipment and use of fire fighting equipment e) Suitability of new and hired equipment from a safety viewpoint

f) Identifying potential hazards. g) Changes in safety requirements and fire precautions h) Carrying out site surveys to see that only safe work methods are in operation, health and

safety requirements are being observed and welfare and first aid facilities are adequate and properly maintained.

i) Determining the cause of an accident or dangerous occurrence and recommend means of preventing recurrence.

j) Supervising the recording and analysis of information on injuries, damage and production loss. Assess accident trends and review overall safety performance.

k) Assisting with training of employees at all levels. Organizing periodic demonstration of practicing safe working conditions by experienced safety instructors.

l) Taking part in discussions on injury, damage and loss control. m) Keeping up‐do‐date with recommended codes of practice and safety literature.

Circulating information applicable to each level of employees. n) Fostering within the company an understanding that injury prevention and damage control

are an integral part of business and operational efficiency. o) Attending job progress meetings where safety is an item on the agenda. Report on job safety

performance.

The Safety Officer shall inspect and ensure the following:

a) All electrical equipments are securely earthed. b) Standard access platforms and ladders are provided for inspection, operation and

maintenance of equipment. c) The equipment are periodically inspected for their condition, maintained properly and

operated by trained personnel at design speeds and loads.

Page 23: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

23

2.3 WORKING AT HEIGHTS

For carrying out work at heights exceeding 2 meters or near openings in floors and roofs etc. precautions as given in following Para shall be taken. Adequate safety precautions like use of safety belts, crawling‐ladders, safety nets etc. shall be taken. The workers shall wear safety belts with hook properly fastened. All workmen engaged on work at heights shall be experienced in such work. Written permission of the SPM and/or DCPL shall be obtained before undertaking work on roofs. Wherever possible, steel staging or platform shall be erected. Staging with toe guards shall be provided with simple safety rails or ropes at waist height throughout its length on all open sides. Staging supports shall be All Purpose Scaffolding (APS) steel tubes scaffolding, safety secured and supported on firm level footings or slung from overhead beams. The supports shall be situated at maximum distance of 2.5 meters apart and the staging shall be secured to each support. Wherever it is not possible to put up staging and/or use of safety belts, safety nets shall be slung beneath the place of work for safety. When working over open process vessels or tanks, safety belts and safety nets shall always be used whether or not staging and scaffolding is provided.

Safe access to all points of works shall be provided in the form of suitable ladders and stairways etc. Area around the work place shall be barricaded suitably or fenced off to avoid injuries to personnel passing by. Suitable warning boards and signs shall be put up.

2.4 LIFTING GEAR

The Contractor shall submit a valid Test Certificate to the SPM and/or DCPL, from approved certifying authorities for all of his lifting gear and hoists, slings, chains, wire ropes, hooks, chain‐ pulley blocks, winches, hoists and cranes etc. before commencing work. These certificates shall be available at site in the Contractor’s office for inspection as and when required.

2.5 PRESSURE AND LEAK TESTING

Pressure and leak testing of equipment shall be carried out hydraulically. However, in special cases where pneumatic testing is specified, written approval shall be obtained from the SPM and/or DCPL before starting work. Under no circumstance gases other than nitrogen, carbon dioxide, air or steam shall be used for testing. In case nitrogen or carbon dioxide is used for testing, the equipment shall be adequately ventilated and gas tested to ensure oxygen content of 21% before permitting a worker to enter the equipment.

2.6 WORKS INSIDE AN EQUIPMENT OR DRAINAGE SYSTEM

All equipment and associated piping shall be isolated, completely drained, purged and well ventilated before entry of a worker. The atmosphere inside the vessel or equipment shall be tested to ensure absence of toxic and flammable gases. Toxic and flammable liquids and gases in the equipment shall be safely disposed of as per the statutory requirements to the satisfaction of the SPM and/or DCPL. Workers carrying out drainage, purging and testing operations shall wear gas masks and other protective gear appropriate to the material being handled. While a worker has entered equipment or a drainage system, another worker shall be present outside at all times to assist the worker inside in the event of an emergency.

2.7 ELECTRICAL

Portable power tools rated for above 50 V supply and hand lamps rated for above 24 V supply shall not be used at site. An armoured cable with a 3 pin Reyrolle type plug, properly earthed shall be provided between the

Page 24: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

24

Contractor’s DG set and step down transformer. All power supply and distribution boards shall have canopy for protection and all the distribution boards shall be earthed securely. All supply points shall have proper plug and socket. The Contractor shall check tightness of connection of cable terminations and joints before starting the work.

2.8 WELDING

Only qualified welders shall be employed at the work site. The Contractor shall organise the qualifying test at site for his welders and the SPM and/or DCPL shall approve the welders. All welders shall have to undergo qualifying test and only on passing the test, they shall be allowed to work at site. For all welding work at site, generator sets shall be used instead of AC transformer sets. AC Transformer sets are banned for welding jobs inside vessels (both open and closed top type). The Contractor shall get his welding sets certified by the SPM and/or DCPL before starting work. These certificates shall have to be renewed every two months. A copy of the certificates shall be displayed on respective welding sets. Only cables in good condition and insulated holders shall be used. The length of supply cable to welding site shall not exceed 8 metres and the welding set body shall be properly earthed. A charged fire extinguisher of CO2 type shall be carried with each welding set. The Contractor shall keep Halon or equivalent type fire extinguishers near hot jobs like cutting oil lines. The welder shall not use a building structure, pipeline or railway track etc. as a return path of the current. Adequately rated circuit breaker shall be provided in the power circuit for human protection on all power supply points.

2.9 HOT WORK

Before starting any hot work like gas cutting, welding and grinding etc., the Contractor shall obtain hot work permit from the SPM and/or DCPL. The permit shall be renewed on day‐to‐day basis. The Contractor shall ensure purging of piping and equipment to make it totally safe before carrying out any hot work. Smoking is strictly prohibited in work areas inside the SPM premises. No combustible material shall be stored on or near any source of heat like hot pipes, welding or gas. Before leaving the place of work or the Contractor’s sheds, the Contractor’s workmen shall ensure that no material or item that could start a fire is left at site. Special attention shall be paid to collection and disposal of oil soaked cotton waste or rags. On no account are these to be dropped into corners, pushed below equipment or left hanging on pipes. Gas cylinders shall be used in a safe manner. These shall not be dropped from heights or dragged on the floor. Trolley with rubber rimmed wheels shall be used for transporting gas cylinders within the site. Acetylene cylinders shall be kept in upright position. Oxygen cylinders shall not be kept near inflammable materials like oil etc. Tarpaulins shall not be used in the vicinity of welding and gas cutting jobs. The Contractor’s supervisor of the rank of a foreman or equivalent shall examine the arrangements made for hot work before commencement of work and shall satisfy him that all reasonable safety precautions have been taken. The Contractor shall return the hot work permit after completion of welding work.

Page 25: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

25

2.10 PERSONAL PROTECTIVE EQUIPMENT

Workmen at site shall wear protective clothing, head, leg and eye protection safety equipment at all times as per the job requirements. These are to be supplied and provided by the Contractor. Adequate number of IS approved safety helmets shall be available at site. Welders shall wear good quality insulated welding gloves, goggles, face shield, shoes and overalls while at work.

2.11 ACCIDENTS

In case of injury or serious illness of a worker, the CONSULTANT or OWNER shall be notified immediately. All accidents shall be recorded by filling in the ‘Accident Report’ form, which shall be kept in easy accessible location in the site office of the Contractor. Any ‘Near Miss’ incident shall also be reported by the Contractor and recorded.

2.12 INSURANCE

All the Contractor’s workmen shall be covered under the Employees State Insurance Scheme, Medi Claim Policy or any other scheme which may be specified by the Statutory Authorities from time to time.

2.13 REVIEW MEETING

`The SPM and/or DCPL shall conduct fortnightly Safety Review Meeting to review the safety conditions practised at work areas by the Contractor.

2.14 WORK AFTER NORMAL WORKING HOURS

Extra care shall be taken for jobs to be carried out after normal working hours with due revalidated work permit and supervised by the Contractor’s site in‐charge. The site‐in‐charge shall make available his residential address and telephone number to the SPM and/or DCPL so that he can be contacted in case of an emergency. Proper lighting shall be ensured at the workplace for any work carried out after the normal working hours.

2.15 CONVEYANCE FOR EMERGENCY

The Contractor shall ensure that conveyance and person with driving license is available at site at all times of work execution so that in case of an accident, the victim can be rushed to nearest medical centre.

2.16 SAFETY PRACTICES

Avoid working under un‐insulated live conductors or working on freshly painted steel, which is still wet. Stairs and railing shall be in place as long as necessary. Ladders shall be periodically checked for any defects. Ladders shall be securely fastened to prevent movement while in use. The Contractor shall advise his workmen to take the following precautions while using ladders: a) While ascending or descending, face the ladder. Use both hands for holding. b) Do not climb higher than the third rung from top on straight or extension‐ladders and

second rung from top on set ladders. c) Step‐ladders shall be fully open before use. d) Sliding down a ladder shall be prohibited. e) Make shift ladders such as clear fastened across a single rail and short ladders spliced

together shall never be used. f) Ladders shall be kept free from dirt and grease.

Page 26: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

26

g) Defective ladders shall be removed from use. h) Ladders shall not be left un‐attended unless these are securely anchored at top and bottom. i) While using ladders, shoes shall not be greasy, muddy or otherwise slippery. j) Ladder shall not

be used during severe windy conditions.

Lumber shall be piled out of the work area. Nails shall be removed or bent while handling lumber to avoid injury to workmen. While tearing down plaster or brickwork, dust shall be controlled with water. Walls shall not be subjected to lateral pressure or impact from materials stored or falling materials. Only authorized person shall change the setting of safety valves. The safety valve relieving pressures shall be checked as recommended by the manufacturer and applicable codes.

2.17 EMERGENCY PROCEDURES

The Contractor shall familiarize himself with the emergency procedures, which apply to plants and areas in which his men are working.

First Aid Box shall be kept in the Contractor’s site office. The Contractor’s site‐in‐charge and his key supervisors shall be trained in administering first aid, preliminary treatment for electrical shocks, fall from height and burns etc. When an emergency condition exists or on hearing the ‘Stop Work Alarm’ every supervisor shall ensure: a) All work is stopped at once. b) All equipment is shutdown. c) All men are evacuated to a pre‐determined assembly point. d) A roll call is taken and every man is accounted for. e) No one shall be permitted to return to work until notification has been received from

a responsible authorised agency that it is safe to do so. 2.18 REPONSIBILITY OF THE CONTRACTOR’S SITE IN CHARGE

His primary responsibility is safety of personnel and equipment. He shall: Understand the company’s policy on maintaining safe working environment and appreciate the responsibility allocated to each grade of supervision. Know the safety requirements and relevant Government Regulations, and ensure their implementation. Ensure that sound, safe working methods and reasonable welfare facilities are provided for workers. Determine at the planning stage the following:

2.18.1 The most appropriate order and method of working 2.18.2 Allocation of responsibilities to supervisors 2.18.3 Storage areas and access etc. 2.18.4 Hazards which may arise from overhead or underground services 2.18.5 Facilities for welfare, first aid and sanitation 2.18.6 Work permits procedures and requirements 2.18.7 Basic fire precautions 2.18.8 Provide written instructions to establish work methods, to explain the sequence of

operations, to outline potential hazards at each stage and to indicate precautions to be adopted.

Page 27: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

27

2.19 TIME SCHEDULE 2.19.1 The work shall be executed strictly as per the time schedule given in this Bid Document. 2.19.2 The Bidder shall furnish a proposed time schedule by CPM/bar‐chart along with his

quotation. The time schedule should indicate the details considering the date of issue of Letter of Intent as the zero date and should show completion of various activities there from.

2.19.3 The time schedule shall clearly include all important events regarding engineering, procurement, construction, testing and handing over for each area, commensurate with the overall time schedule.

2.19.4 The time schedule shall form a part of the Contract Document. 2.19.5 BI‐WEEKLY Progress reporting shall be done by the Contractor for engineering,

procurement and construction activities on mutually agreed formats. Reports on such formats will be sent regularly in soft copies with six (6) copies of print as per frequency / periodicity agreed upon from time to time.

Page 28: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

28

(Section‐VII)

TECHNICAL SPECIFICATIONS

INDEX

Sr.No. VOLUME DISCRIPTION PAGES

1 Volume ‐ IA PROCESS & MECHANICAL 21

2 Volume – IB CIVIL ALLIED WORKS & STRUCTURAL WORKS 08

3 Volume – IC ELECTRICAL EQUIPMENT & ACCESSORIES 80

4 Volume ‐ ID CONTROL AND INSTRUMENTATION 12

5 Annexure‐I to

V 17

Page 29: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

29

VOLUME – IA

PROCESS & MECHANICAL

Page 30: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

30

TABLE OF CONTENTS

CLAUSE NO. DESCRIPTION

1.00.00 INTENT OF SPECIFICATION

2.00.00 SCOPE OF WORK OF TENDERER

3.00.00 TECHNICAL REQUERMENT

4.00.00 LIST OF EXCLUSIONS FROM BIDDER’S SCOPE OF SUPPLY

5.00.00 ITEMS TO BE PROVIDED BY THE PURCHASER

6.00.00 PERFORMANCE GUARANTEE

7.00.00

DRAWINGS, DATA AND INFORMATION REQUIRED FROM SUCCESSFUL TENDERER

8.00.00 TIME OF COMPLETION

APPENDIX A SITE & MILL SERVICES DATA

APPENDIX B RAW EFFLUENT ANALYSIS

APPENDIX C TREATED EFFLUENT ANALYSIS

APPENDIX D PROBABLE EQUIPMENT LIST FOR THE NEW EFFLUENT TREATMENTPLANT

Page 31: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

31

1.00.00 INTENT OF SPECIFICATION 1.01.00 This specification is intended to cover the design, engineering, manufacture,

assembly/pre‐assembly, tests at manufacturer’s works, delivery properly packed for transport, complete erection, civil & allied works, final check‐up, testing at site, successful commissioning, conducting performance and acceptance tests at site of the Effluent Treatment Plant of 3.5 MLD complete with all accessories and auxiliaries for Security Paper Mill’s New PM#5 Project as specified hereinafter.

2.00.00 SCOPE OF WORK OF THE TENDERER

Broad scope of supply for Effluent Treatment Plant specified below and mentioned under section – VI, Clause ‐ 1. Items that are not specifically mentioned, but required during erection & commissioning to complete the project on turnkey basis shall be supplied by contractor without any extra cost implication. If any extra quantity other than the quantity mentioned in the tender document needed during erection & commissioning to complete the project on turnkey basis shall be supplied by contractor without any extra cost implication. Items specifically mentioned in the tender document are to be supplied in full.

3.00.00 TECHNICAL REQUIREMENT 3.01.00 General: The treatment system shall be suitable for treating raw effluent from different mills of the

plant by coagulation, clarification and filtration respectively as generally shown in Dwg. No. 11P01‐DWG‐P‐131‐200.01, Rev.d. Effluent generating from all sources (Paper Machine effluent, Clextral Pulp Mill effluent, Boiler House effluent) shall be treated completely by the proposed system.

3.02.00 Design Data: 3.02.01 Operating Requirements

Item Unit Qty

Hydraulic Capacity‐ Normal

‐ Design

M3/hr.

‐do‐

125

146

Effluent Temperature‐ Min.

‐ Max.

OC

‐do‐

10

(60‐70)

No. of Reactivator Clarifier (Primary Clarifier)

‐ One (1)

Page 32: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

32

Reactivator Clarifier Diameter M 10

No. of Secondary Clarifier ‐ One (1)

Secondary Clarifier Diameter M 8

Operation ‐ Continuous

Tenderer is to confirm these figures. Tenderer is also to state per cent efficiencies for solids removal and underflow sludge consistencies both for Primary Clarifier & Secondary Clarifier.

3.02.02 Effluent Quality

Effluent generating from different plants of the mills is characterized as follows:‐

The predicted analysis of the tertiary treated effluent is given below:‐

Sl. No. Effluent characteristics Unit Qty

1. Design Hydraulic capacity M3/hr 120

2. Treated Effluent pH 8.2

3. Alkalinity ppm 217

4. Total Hardness ppm 178

5. BOD ppm ≤20

6. COD ppm ≤150

7. Colour Colourless

Note: ‐ Bidder is to specify the Effluent characteristics.

Page 33: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

33

3.03.00 Technical Particulars:‐ 3.03.01 Pulp Mill Effluent Sump :

One (1) no. rectangular underground Effluent Sump (Length‐ 5 m, Width‐ 3 m, Depth‐ 2.5 m) made of RCC with MCC & two (2) no. pumps to feed the Pulp Mill Effluent to the Flocculator & Tube Settler via Flash Mixer. Effluent is pumped to the Flocculator via Two (2) [1 W + 1 S] horizontal centrifugal pumps, each of capacity 15 m3/hr and 10 m head.

3.03.02 Flocculator & Tube Settler: One (1) no. Flocculator & Tube Settler via Flash Mixer. The effluent from the Clextral pulp mill, which is highly contaminated with suspended solids and biological load has been taken in to a separate Effluent Sump, from there it will be pumped to Flash Mixer and Flocculator, where coagulant and polymer are dosed. Lime dosed in the flash mixer in which high‐speed agitator is provided for proper mixing of chemicals in water. Water from flash mixer enters in Flocculation chamber in which paddle type agitator is provided for gentle mixing. Polymer is added for flocculation of coagulated particles. Sufficient residence time is provided in this chamber for particles to become heavy before entering into Tube Settler.

3.03.03 Flash Mixer:

One(1) no. flash mixer of 2.3 m diameter with agitator, comprising turbine type impeller fixed to a vertical shaft resisting on guide supports and complete with reduction gear, flexible coupling, drive motor of required rating and speed, common base frame etc.

Materials of Construction:

Flash Mixer Tank : R.C.C

Agitator Impeller : M.S

Vertical Shaft : M.S

Valve : C.I frame & gate with

M.S. Spindle & Couplings

One (1) Tube Settler consisting of a series of inclined overlapping tubes, which are arranged to form a separate sedimentation chamber or the cells between each pair of adjacent tubes. The overlapping projected area of several tubes is a factor of increased surface settling area proportioned to the number of tubes/plates used. This configuration ensures laminar flow conditions, which results in hydraulic uniformity and high effluent quality.

Page 34: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

34

3.03.04 Buffer Tank:

The clarified effluent then gets collected into the Buffer Tank (Diameter‐ 2.75 m, Height‐ 3 m) made of RCC. Acid & Alkali is dosed in the Buffer Tank to adjust the pH of the effluent. From the Buffer Tank effluent is pumped to the Anaerobic System/Reactor for anaerobic digestion.

3.03.05 Anaerobic System/ Reactor:

Effluent from Buffer Tank is fed to the Anaerobic Reactor to achieve the anaerobic digestion.

Anaerobic digestion is a series of processes in which microorganisms break down biodegradable material in the absence of oxygen. Anaerobic digestion reduces the emission of landfill gas into the atmosphere.

Anaerobic digestion is widely used as a source of renewable energy. The process produces a biogas, consisting of methane and carbon dioxide. Bidder is to provide the scheme suitable for biogas production.

Anaerobic excess sludge can be withdrawn from the system. The treated effluent flows by gravity into a Pre‐Aeration Tank prior to be introduced in the Aeration Tank with Surface Aerators.

3.03.06 Micro‐Fiber Removal Unit (DAF Unit)

In DAF unit, atmospheric air is introduced via air blowers into the Paper Machine Effluent for dissolving oxygen. In this process, microfiber & other primary contaminants are removed from the Paper Machine Effluent. DAF underflow sludge would be pumped via Two (2) [1 W + 1 S] horizontal centrifugal pumps each of capacity 15 LPM and 10 m head to the Sludge Mixing Tank.

3.03.07 Collection cum Equalization Tank with Transfer Pumps :

After fiber removal from Paper Machine Effluent, it is taken in a Collection cum Equalization Tank (Length‐ 5 m, Width‐ 9 m, Depth‐ 2.5 m) made of RCC along with boiler house effluent. Mixing is provided in the equalization tank by means of air grid for homogenization of the effluent. Thereafter resulting effluent is pumped via Two (2) [1 W + 1 S] horizontal centrifugal pumps each of capacity 100 m3/hr and 10 m head to the Reactivator Clarifier (Primary Clarifier) unit.

3.03.08 Reactivator Clarifier :

One (1) Reactivate Clarifier of 10 m diameter, which is a high rate effluent treating clarifier, produces treated effluent of highest quality with minimum time space & chemicals. In this, coagulant & polymer is dosed & effluent is retained in intimate contact for a prolonged period of time in draft & cone sections of the solid contact part of clarifier.

The intimate contact between the effluent, coagulant & polymer causes the chemical reactions to proceed at a rapid rate with a minimum of treating chemicals. Furthermore by contacting water

Page 35: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

35

with the great volume of sludge in recirculation, maximum clarification of the water can be achieved by the adsorptive properties of the sludge or flocs formed.

Settled sludge will be moved continuously along the floor towards center of unit by means of a slowly rotating scrapper, which covers the entire floor area the accumulated sludge will be transferred to pockets, which concentrates sludge thereby reducing the total amount of blow down. The excess sludge will be removed from time to time to avoid built up of it. The clear overflow from Reactivate clarifier gets collected in the Aeration Tank. Each clariflocculator shall be designed for an average flow of 100 m3/hr with the ability to operate at 20% overloading condition when required.

Materials of Construction:

Clariflocculator Tank R.C.C

Rake Arm M.S. Section

Scrapper Blades M.S

Clariflocculator Paddles M.S. Section

Wheels & Track M.S

Feed Pipe Spiral weld M.S. pipes of 914.4 mm O.D

X 9.52 mm thickness

Sludge Pipe M.S

Flushing Line M.S

Bleed & Flushing Valves Plug type of C.I body with C.I. plug.

3.03.09 Aerator Tank/ Aerated Lagoon and Surface Aerators:

One (1) no. aerator tank or aerated lagoon (Length‐ 25 m, Width‐ 25 m, Height‐ 3 m, Capacity‐ 1850 m3) with required no. of aerators (Bidder to specify the exact no.) useful for powerful pumping action to transfer the oxygen in order to break up the clarified effluent (Primary Clarifier Overflow) into a spray of particles, creating more surface area for atmospheric pressure to drive oxygen into the wastewater. At the same time, the oxygen enriched water is dispersed. Aerator may be floating or fixed type. Bidder is to mention intimate details of surface aerators.

The biological treatment takes place in the Aeration Tank where soluble organics are degraded aerobically by microorganisms. The COD to BOD ratio in the present effluent is high, but it is

Page 36: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

36

assumed that the major contributor for COD here is cellulose which is biodegradable with specific bacterial population acclimatized with the available cellulosic organics.

In order to ensure required population of bacteria in AT, i.e., Mixed Liquor Suspended Solids (MLSS) and also Food to Micro‐organisms ratio (F/M), part of the settled sludge from Secondary Clarifier (Activated Sludge) will be re‐circulated back to aeration tank.

Diffused aeration will provide desired oxygen to microorganisms. The aerobic environment in the reactor is achieved by the use of fine bubble diffusers, which also serves to maintain the reactor contents in a completely mixed regime. The diffusers shall be retrievable type for the ease of maintenance keeping the aeration tank on continuous operation.

Treated effluent will now flow to Secondary clarifiers.

3.03.10 Secondary Clarifier:

One (1) Secondary Clarifier of 8 m diameter where Aeration Tank over flow effluent is diverted for separation of sludge and liquid.

The clarifier is a circular sedimentation tank with scrapper mechanism where solids get settled at the bottom. The scrapper shall be peripheral driven with motor and rotor with wheel rotating on the clarifier periphery wall. The supernatant from the clarifier overflows uniformly over the peripheral launder.

To operate the process in continuous basis and maintain the activated biomass in the aeration system, a part of sludge from the clarifiers is re‐circulated back to Aeration Tank while the excess biological sludge is sent to Sludge Mixing Tank. Secondary Clarifier overflow is collected in an effluent holding tank.

3.03.11 Holding Tank:

One (1) Secondary effluent Holding Tank (Diameter‐ 8 m, Height‐ 2.75) made of RCC. Thereafter effluent is fed to the Tertiary Treatment units( Sand Filter followed by Activated Carbon Column) for further Suspended Solids removal via Two (2) [1 W + 1 S] horizontal centrifugal pumps each of capacity 120 m3/hr and 20 m head.

3.03.12 Sand Filter & Activated Carbon Column:

One (1) Sand Filter with capacity 100 m3/hr & One (1) Activated Carbon Adsorption Column of 1 m diameter & 1 m height for reduction of Suspended Solids. Sand Filter is used for removing the suspended particles. Pebbles and gravels are provided to support to both the media. This filter is to be backwashed after accumulation of suspended solids.

Page 37: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

37

Activated carbon is used as adsorbing agent. Activated carbon is used for further removing the suspended particles & traces of COD, chlorine, colour & odour.

3.03.13 Final treated effluent Storage Tank

One (1) Storage Tank (Diameter‐ 8 m, Height‐ 2.75) made of RCC for storing final tertiary treated effluent. From this tank, the effluent shall be recycled to the mill for process and plantation/ gardening application.

3.03.14 Final treated effluent recycle pumps

Two (2) [1 W + 1 S] horizontal centrifugal pumps each of capacity 100 m3/hr and 0 m head. Recycled pumps to re‐use the tertiary treated effluent are to be furnished by the Bidder. Bidder’s scope is limited to provide an arrangement for clarified effluent recycling to the Mill.

3.03.15 Sludge Mixing Tank or Sludge Pit:

There will be one (1) common sludge pit (Length‐ 2.5 M, Width‐ 2.5 M, Height‐ 3.5 M) of RCC construction to collect sludge from existing facilities and under flow of new Re‐activator Clarifier, Flocculator, DAF unit and excess sludge from Secondary Clarifier. The collected sludge shall be fed to the Rotary Drum Filter. Filtrate generated at the filter is taken into filtrate receiver and further used in filter internal shower application. Underflow sludge of the filter is discharged for land fill or sale. Provision shall be kept for installation of sludge recirculation pumps in future.

The tank shall be provided with all nozzles, flanges for inlets, outlets, drains, level transmitter connections, etc. All interconnecting piping, valves and fittings shall be included.

3.03.16 Sludge Transfer pumps/ Rotary Drum Filter feed pumps:

Two (2) (1 W + 1S) nos. horizontal centrifugal type Sludge Transfer pumps/ new Rotary Drum Filter feed pumps each of 5 m3/hr of capacity would pump the sludge mixture to one (1) Rotary Drum Filter.

3.03.17 Rotary Drum Filter:

Rotary Drum Filter (Diameter‐ 3.6 m, Length‐ 3.6 m) would be installed for thickening sludge mixture. The filtration plant shall be complete in all respect including feed channel with isolating valves, nozzle plates with umbrella type moulded nozzles, air/ water system along with R.C.C. backwash water head‐tank and rotary air blower, if any, with filtrate receiver at the outlet, belt wash pump, filtrate pump & vacuum pump etc. with drive & motor, coupling, guard, common base frame etc. All interconnecting piping, fittings and valves, filter media, instruments and controls, etc. are included under this scope of supply. Instruments include flow meters – one (1) no. for common backwash head and one (1) no. each for treated effluent outlet from each filter. The supply also includes design and construction of pump house including pumps and accessories. M.C.Cs for the complete effluent treatment plant may be located in the pump house itself.

Page 38: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

38

3.03.18 Chemical House:

Chemical House will comprise of Alum, Polymer, Acid, Alkali & Nutrient preparation & dosing facilities.

Alum will be stored as Alum Block & mixed with water by one (1) agitator in Alum preparation tank of HDPE construction (1 m3 capacity). Thereafter it is dosed by Two (2) (1 W + 1S) nos. metering pumps of 2 LPM capacity at Reactivator Clarifier & Flash Mixer for coagulation.

Polymer solution will be prepared in Polymer preparation cum dosing tank of HDPE construction (1 m3 capacity) with one (1) agitator. Thereafter it is dosed by Two (2) (1 W + 1S) nos. metering pumps of 2 LPM capacity at Reactivator Clarifier & Flocculator for flocculation of coagulated particles.

Acid solution will be prepared in Acid preparation cum dosing tank of HDPE construction (200 litre capacity) with one (1) agitator. Thereafter it is dosed by Two (2) (1 W + 1S) nos. metering pumps of 20 LPH capacity at Buffer Tank to maintain effluent pH.

Alkali solution will be prepared in Alkali preparation cum dosing tank of HDPE construction (200 litre capacity) with one (1) agitator. Thereafter it is dosed by Two (2) (1 W + 1S) nos. metering pumps of 20 LPH capacity at Buffer Tank to maintain effluent pH.

Nutrient solution will be prepared in Nutrient preparation cum dosing tank of HDPE construction (500 litre capacity) with one (1) agitator. Thereafter it is dosed by Two (2) (1 W + 1S) nos. metering pumps of 50 LPH capacity at Secondary Clarifier to facilitate Biological Treatment.

Notes: ‐ All dimensions as indicated above are for general information of the Bidder. However, Bidder shall furnish the exact dimensions to match their proprietary system/ equipment design to fulfil guaranteed obligations.

3.04.00 Balance of Plant Piping 3.04.01 Complete balance of plant piping i.e. valves, fittings, specialties, hangers and supports etc.

for water, air, chemicals and waste water drains sludge and slurries and any other services for the entire plant to be provided by the Bidder. Bidder’s Scope will include all integral and interconnecting piping for all plant auxiliary systems, sub‐system and equipment, indoor piping, outdoor piping, on rack and underground piping, if any.

3.05.00 Compressed Air System 3.05.01 Compressed air for plant air and instrument air required for operation shall be

provided by the bidder. Bidder’s Scope of Supply will include one no. (1) Air Compressor,

Page 39: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

39

one (1) no. Air Receiver, one (1) no. Air Dryer & one (1) no. Air Filter. Distribution piping, valves & fittings would be done by the Bidder. However, Bidder is to furnish the capacity of the compressor according to the process requirements.

3.06.00 Thermal Insulation 3.06.01 For personnel and clad to limit temperature of accessible surfaces to a maximum of 60 °C with

ambient temperature protection and to ensure plant performance, equipment, piping,

valves, fittings shall be insulated of 45°C and wind velocity of 1 m/s. Transient temperature rise

at any accessible surface shall not exceed 65 °C.

3.07.00 Tests: Testing of the following equipment shall be done in particular.

3.07.1 Hydraulic test for all tanks & chests and pipes. 3.07.2 Performance test for capacity, head and BHP of pumps and blowers. 3.07.3 Tests for checking fault in tile lining and painting. 3.07.4 Tests for material composition 3.07.5 All other tests as required for satisfactory performance of the plant and equipment. 3.07.6 All test reports/ certificates shall be submitted to the SPM/DCPL.

3.08.00 Painting: All M.S. wetted underwater parts shall be coated with two (2) coats of epoxy primer at a dry film

thickness (D.F.T) of 1.0 mil per coat followed by two(2) coats of high build epoxy coating at a D.F.T of 4.0 mils per coat. The exterior surfaces of alum storage tanks shall have two coats of epoxy primer at a D.F.T of 1.0 mil per coat followed by two (2) coats of chlorinated rubber finish (light blue) at D.F.T 1.5 mils per coat. The exterior surfaces of lime preparation and storage tanks shall be primed with two (2) coats of epoxy primer at a D.F.T. of 1.0 mil per coat followed by two (2) coats of epoxy primer at a D.F.T. of 1.0 mil per coat followed by two (2) coats of epoxy coating (light grey) at a D.F.T. of 1.5 mils per coat. Steel ladder, stairs, stair‐gratings hand rails, kick plates etc. shall be painted with two(2) coats of epoxy primer at a D.F.T. of 1.0 mil per coat followed by one(1) top coat of synthetic enamel of canary yellow color. Platform grating and plates shall be given black top coat. All underground M.S. pipes shall be primed with epoxy based primer at a D.F.T. of 1.0 mil per coat followed by two coats of coal tar epoxy coating at a D.F.T of 4.0 mils per coat. The M.S. mill water and sludge lines above ground shall be primed with red oxide zinc chromate primer at a D.F.T of 1.0 mil per coat followed by two coats of chlorinated rubber finish (light green) at a D.F.T. of 1.5 mils per coat. The M.S. milk of lime lines above ground shall be primed with epoxy based primer at a D.F.T of 1.0 mil per coat followed by two coats of epoxy coating (light grey) at a D.F.T. of 1.5 mils per coat.

3.09.00 Civil & Allied Works 3.09.01 For detail scope of work refer Volume‐IB of Section VII of this specification.

Page 40: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

40

3.10.00 Electrical 3.10.01 For detail scope of work refer Volume‐IC of Section VII of this specification. 3.11.00 Control & Instrumentation 3.11.01 For detail scope of work refer Volume‐ID of Section VII of this specification. 3.12.00 Erection and Commissioning 3.12.01 The bidder shall be responsible for complete erection work, testing, final check‐up &

commissioning of the plant and equipment supplied by them under this Effluent Treatment Plant including electrical and instrumentation & control. Unloading at site, storage, re‐handling and erection of all the plant and equipment described above will be done by the Bidder.

4.00.00 LIST OF EXCLUSIONS FROM TENDERER’S SCOPE OF SUPPLY

The following items of work are excluded from the Tenderer’s scope of supply:

• Any modification to existing ETP

• Effluent intake system & piping/channel up to effluent sump

• Service water supply at the site

• Boundary walls, lighting etc

All piping, pumps, tankages and instruments beyond the terminal points showed in the flow diagram Dwg. No. 11P01‐DWG‐P‐131‐200.01 Rev.d.

5.00.00 ITEMS TO BE PROVIDED BY PURCHASER SPM shall provide only the storing facilities (covered and/ or uncovered as per requirements) for all equipment and construction materials at Mill area, construction water and power.

6.00.00 PERFORMANCE GUARANTEE The Tenderer shall guarantee that the plant, machinery and equipment covered under this

specification shall provide continuous trouble‐free operation under the following design conditions.

6.01.00 General Design Data: Effluent generating from different plants of the mills is characterized as follows:‐

Page 41: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

41

The predicted analysis of the tertiary treated effluent is given below:‐

Sl. No. Effluent characteristics Unit Qty

1. Design Hydraulic capacity M3/hr 120

2. Treated Effluent pH 8.2 max

3. Alkalinity ppm 217

4. Total Hardness ppm 178

5. BOD ppm ≤20

6. COD ppm ≤150

7. Colour Colourless

6.02.00 Performance Guarantee Conditions:

Based on the ‘General Design Data’ mentioned above, the Tenderer shall give ‘Performance Guarantee’ for the complete effluent treatment plant for reduction of Suspended Solid, BOD & COD of the raw effluent. Treated Effluent BOD must be less than or equal to 20 & COD must be less than or equal to 150. The Tenderer is to specify the dosage of chemicals recommended by them.

6.03.00 Performance Run & Acceptance Test:

Guidelines for conducting Performance Guarantee Tests: a. The Successful Tenderer shall demonstrate the ability of the Effluent Treatment Plant to

be supplied and installed by him to meet the performance guarantees as mentioned under clause no. 6.02.00 above in one(1) test run lasting twenty four (24) hours of run on continuous basis (during a period of three(3) consecutive days).

b. The final tests as to the performance and guarantees shall be conducted at site, by the Contractor with full involvement of the Purchaser. Such tests will be conducted within a

Page 42: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

42

period of one (1) month after the trial operation. Any extension of time beyond the above shall be mutually agreed upon.

c. These tests shall be binding on both the parties of the Contract to determine compliance of the equipment with the performance guarantees.

d. The test shall be carried out by the test grade instruments as stipulated in the applicable test code.

e. All instruments, equipment, tools and tackles, required for the successful completion of the Performance and Guarantee Tests shall be brought for the purpose of test, free of cost by the Contractor.

f. The guaranteed performance figures of the equipment shall be proved by the Contractor during these Performance and Guarantee Tests.

g. The test procedures to be submitted by the Contractor shall include the detailed methodology to conduct these tests/verify the guarantees offered by the Contractor.

h. Instrument accuracies shall be in accordance with the relevant test codes. No negative tolerance shall be allowed. For example, if the inaccuracy of instrumentation has been worked out to be 1%, the measured values will be assessed to be 1% inferior for purpose of liquidated damages.

i. Ten (10) copies of the test reports are to be furnished by the Contractor to the Purchaser backed up with jointly signed data sheets.

j. The Vendor shall be discharged of fulfilling his responsibilities of Performance Guarantees requirement subject to fulfilment of the following conditions towards final acceptance of the Effluent Treatment Plant by SPM:

If both SPM and the Vendor agree that the operational records referred to in the Guaranteed Data given here show that the Plant is running satisfactorily.

The tests are successfully completed.

7.00.00 DRAWINGS AND DOCUMENTS TO BE FURNISHED BY THE SUCCESSFUL TENDERER The Tenderer shall furnish along with the proposal illustrative pamphlets and literatures of all equipment, motors, drives, instruments and controls, P&I diagram of the effluent treatment plant offered clearly showing his scope, recommended layout of the plant indicating hydraulic gradient, bulk material list for piping, fittings and valves, performance curves for pumps and blowers offered, dimensional drawings of central control panel instruments along with make, model etc., interlock schematics, list of instruments and annunciation provided, instrument data sheets, panel layout along with mimic diagram, etc.

The Tenderer is required to submit along with the proposal a separate list clearly indicating the data and information to be provided by the SPM.

Page 43: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

43

7.01.00 Drawings: 7.01.01 P&I diagram of the complete Effluent Treatment Plant offered along with process data within 30 days. 7.01.02 Layout drawings (Plan & Elevation) of the plant showing location of all equipment, buildings,

Terminal points etc. under this scope of supply along with hydraulic gradient within 30 days

7.01.03 Piping layout (plan, section and details) of the complete plant along with terminal points within 90 days 7.01.04 General Arrangement drawings (plan, section & elevation) of each equipment offered indicating Overall dimensions, specification, location of drives and motors, if any, etc. within 30 days

7.01.05 All relevant civil and structural, architectural, water supply, drainage and sanitation drawings

along with respective design calculations for the complete plant are to be submitted in sequence within 45 days.

7.01.06 Interlock and control logic diagram of the complete plant within 60 days.

7.01.07 Instrument loop diagram, instrument list with specification, control panel layout along with back of panel wiring and tubing diagram within 90 days.

7.01.08 Control valve data sheet along with sizing calculation within 90 days.

7.01.09 General Arrangement drawings of electrical equipment with specification within 30 days.

7.01.10 Control schematic drawing together with write up within 30 days.

7.01.11 Terminal block wiring diagram for cable connection within 60 days.

7.01.12 Certified performance curves of pumps and blowers.

7.01.13 Drawings, technical particulars and catalogues of all bought out items.

7.01.14 Bar chart showing engineering, procurement of materials, manufacturing, and issue of purchase orders for bought out items, delivery of each equipment and material at site, construction schedule etc. and monthly progress reports.

7.02.00 Documents: 7.02.01 Certified motor list indicating numbers, type of motors, ratings and speeds, etc. within 30 days. 7.02.02 Cable schedules for the complete plant within 90 days.

7.02.03 Certified part list of each equipment under this specification within 90 days.

7.02.04 Test procedures and details of various tests to be carried out. 7.02.05 Material test certificates

Page 44: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

44

7.02.06 Bill of material for piping, fittings and valves for the complete plant within 120 days. 7.02.07 List of equipment with detail specification within 90 days. 7.02.08 List of drive with detail specification within 90 days. 7.02.09 Installation, operation and maintenance manuals. 7.02.10 The above specified drawings/ documents submission schedule shall be reckoned from the date

of placement of order/ issue of letter of intent whichever is earlier. 7.02.11 Number of copies of drawings/ documents to be submitted by the successful Tenderer is as

follows: i) Preliminary drawings : 6 copies

ii) Approval drawings : 6 copies

iii) Final approved drawings : 8 copies & 1 sepia

iv) Installation, operation and Maintenance manuals : 12 copies

v) Test certificates : 6 copies.

8.00.00 TIME OF COMPLETION The completion period of this specification including supply of all equipment, piping, fittings,

valves, cables, etc at site; construction of buildings and structures, erection of equipment, piping, fitting and valves; laying of cables, etc.; final check‐up, testing & commissioning shall not exceed Ten (10) months from the date of placement of order.

Page 45: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

45

APENDIX ‐ A

SITE AND MILL SERVICES DATA

A. PHYSICAL & CLIMATOLOGICAL DATA

1. Location

‐ Nearest Airport : Raja Bhoj Airport, Bhopal ‐ Nearest Railhead : Hoshangabad ‐ Nearest Sea Port : Mumbai

2. Altitude : 302 Meters above MSL .

3. Ambient Air Temp.

‐ Maximum : ‐ Minimum : ‐ Average :

46.3º C 3.3º C 32.8º C

4.

Mean Dry Bulb Temp. : 30.9º C

5.

Mean Wet Bulb Temp. : 21.2º C

6.

Relative Humidity

‐ Maximum : 91 % ‐ Minimum : 19%

7.

Rainfall

‐ Annual average : ‐ Annual Maximum :

1225.9 mm 2045.7 mm

8.

Wind Velocity

‐ Mean : ‐ Maximum :

0.8 m./sec 2.1 m/sec

9.

Earthquake zone : Seismic Zone III

Page 46: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

46

APPENDIX ‐ A

SITE AND MILL SERVICES DATA (CONT’D.)

B. UTILITY SERVICES DATA

1. Mill water pressure at ground floor : 3.0 bar a

2. Mill air pressure : 6.0 bar a

3. Inst. Air pressure : 6.0 bar a

4. Process Steam Pressure & Temp.

‐ Medium Pressure ‐ 2 : 8.5 bar g, 1810C

‐ Medium Pressure ‐ 3 : 5.5 bar g, 1620C

‐ Low Pressure ‐ 1 : 3.5 bar g, 1480C

‐ Low Pressure ‐ 2 : 1.5 bar g, 1300C

5. Power Supply

A) Distribution

• Primary Distribution Voltage : • 33 kV ±5%, 50 Hz ±3%, 3 Phase,

3 Wire, Fault level : 31.5 KA for 3 sec, Earthed through NGR

• Secondary Distribution Voltage : • 11 kV ±5%, 50 Hz ±3%, 3 Phase, 3 Wire, Fault Level: 40 KA for 1sec, Earthed thru NGR

• 415 V ±10%, 50 Hz ±3%, 3 Phase, 4 Wire, Effectively (Solidly) Earthed, Fault level:50 KA for 1 sec

B) Utilisation

a) For Motors(<200kW) (other than PM drive)

: 415 V ±10%, 50 Hz± 3%, 3 Phase, 4 Wire

b) For 63A Power Socket : 415 V ±10%, 50 Hz ±3%, 3 Phase,

4 Wire c) For illumination : 230 V ±10%, 50 Hz ±3%, 1 Phase

Page 47: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

47

APPENDIX ‐ A

SITE AND MILL SERVICES DATA (CONT’D.)

C. UTILITY SERVICES DATA

6. Control Supply

• AC Control Voltage

a) Control Voltage : i) 110 V ±10%, 50 Hz ±3%, 1 Phase ii) 240 V ±10%, 50 Hz ±3%, 1 Phase

b) For inst. /automation : 230/240 V ±10%, 50 Hz ±3%, 1 Phase

Page 48: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

48

APPENDIX ‐ B

RAW EFFLUENT ANALYSIS

Page 49: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

49

APPENDIX ‐ C

TREATED EFFLUENT ANALYSIS

Sl. No. Effluent characteristics Unit Qty

1. Design Hydraulic capacity M3/hr 120

2. Treated Effluent pH 8.2

3. Alkalinity ppm 217

4. Total Hardness ppm 178

5. BOD ppm ≤20

6. COD ppm ≤150

7. Colour Colourless

Page 50: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

SECTION VII APPENDIX-D PROBABLE EQUIPMENT LIST

Sl. No. TYPE/ MODEL NO. QUANTITY SIZEEFFECTIVE CAPACITY

HEAD (MLC)

MATERIAL OF CONSTRUCTIO RPM

TYPE OF DRIVE

1 Rectangular One (1)Length- 5 MWidth- 3 M

Depth- 2.5 M35 m3 -- -- --

2Horizontal Centrifugal

One (1) W + One (1) S -- 15 m3/hr 10 M

Casing- C.I.Materials in contact with

wetted parts- SS 304

1500Bidder to furnish

3 Vertical Turbine type One (1)Diameter- 2.3 M

Height - 3 MFree Board- 0.3 M

10 m3 -- 1500Bidder to furnish

4 Circular One (1) set

Flocculator Diameter- 6 MFlocculator Design Hydraulic Loading-

Bidder to furnishSide Water Depth- Bidder to furnish

Tube Settler 8 m3/hr -- 1500Bidder to furnish

5Horizontal Centrifugal

One (1) W + One (1) S -- 5 LPM 10 M 1500Bidder to furnish

6 Circular One (1)Diameter- 2.75 M

Height - 3 MFree Board- 0.3 M

15 m3 -- -- --

7Horizontal Centrifugal

One (1) W + One (1) S -- 15 m3/hr 10 M

Casing- C.I.Materials in contact with

wetted parts- SS 304

1500Bidder to furnish

8 Vertical Column One (1) -- -- -- -- --

9 Rectangular One (1)Length- 2.5 MWidth- 3.3 M Height- 3 M

20 m3 -- -- --

10 -- One (1) set -- -- -- -- --

11 Circular One (1)

Diameter- 6 MDesign Hydraulic Loading- Bidder to furnish

Side Water Depth- Bidder to furnish 100 m3/hr -- 1500Bidder to furnish

12Horizontal Centrifugal

One (1) W + One (1) S -- 15 LPM 10 M 1500Bidder to furnish

13 Rectangular One (1)Length- 5 MWidth- 9 M

Depth- 2.5 M100 m3 -- -- --

14Horizontal Centrifugal

One (1) W + One (1) S -- 100 m3/hr 10 M 1500Bidder to furnish

15 Circular One (1)

Diameter- 10 M Height- 3.8 M

Free Board- 0.3 MDesign Hydraulic Loading- Bidder to furnish

Side Water Depth- Bidder to furnish

-- -- 1500Bidder to furnish

16 Square One (1)

Length- 25 MWidth- 25 MHeight- 3 M

Free Board- 0.3 M

1850 m3 -- -- --

17 -- Eight (8) -- -- -- SS 304 1500Bidder to furnish

SURFACE AERATORS M ----Bidder to furnish

AERATED LAGOON RCC -- --

REACTIVATOR CLARIFIERRake M.O.C.-

Bidder to specifyM ----

Bidder to furnish

EFFLUENT TRANSFER PUMPS

Casing- C.I.Materials in contact with

wetted parts- SS 304

M ----Bidder to furnish

COLLECTION CUM EQUILIZATION TANK RCC -- --

DAF UNDERFLOW SLUDGE TRANSFER PUMPS

Rake M.O.C.-Bidder to specify

M ----Bidder to furnish

DISSOLVED AIR FLOATATION (DAF) UNIT/ MICROFIBER REMOVAL UNIT

-- M ----Bidder to furnish

BIO GAS BUFFER & GAS FLARE

Bidder's proprietary

design, hence Bidder to furnish

-- --

PRE-AERATION TANK RCC -- --

M ----Bidder to furnish

ANAEROBIC SYSTEM FEED PUMPS M ----Bidder to furnish

ANAEROBIC SYSTEM/ REACTOR

Bidder's proprietary

design, hence Bidder to furnish

-- --

FLASH MIXER AGITATORM.O.C.- Bidder to

specifyM ----

Bidder to furnish

BUFFER TANK RCC -- --

FLOCCULATOR UNDERFLOW SLUDGE TRANSFER PUMPS

M.O.C.- Bidder to specify

PULP MILL EFFLUENT SUMP PUMPS M ----Bidder to furnish

FLOCCULATOR ALONG WITH TUBE SETTLER & PADDLE TYPE AGITATOR

Flocculator rake M.O.C-Bidder to

specifyM ----

Bidder to furnish

PULP MILL EFFLUENT COLLECTION SUMP RCC -- --

ITEM/ EQUIPMENTMOTOR

NO.KW

���

Page 51: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

SECTION VII APPENDIX-D PROBABLE EQUIPMENT LIST

18 Circular One (1)

Diameter- 8 M

Height- 3 M

Free Board- 0.3 M

Design Hydraulic Loading- Bidder to furnish

Side Water Depth- Bidder to furnish

-- -- 1500Bidder to

furnish

19Horizontal

Centrifugal One (1) W + One (1) S -- 25 LPM 10 M 1500

Bidder to

furnish

20 Circular One (1)

Diameter- 8 M

Height- 2.75 M

Free Board- 0.3 M120 m

3 -- -- --

21Horizontal

Centrifugal One (1) W + One (1) S -- 100 m

3/hr 20 M 1500

Bidder to

furnish

22 -- One (1) W + One (1) S

Filtration area & time- Bidder to specify

Filter bed depth- Bidder to specify

Filter backwashing time- Bidder to specify

100 m3/hr -- -- --

23 Vertical Column One (1) W + One (1) SBidder's proprietary design, hence Bidder to

furnish100 m

3/hr -- -- --

24 Circular One (1)

Diameter- 8 M

Height- 2.75 M

Free Board- 0.3 M

120 m3 -- -- --

25Horizontal

Centrifugal One (1) W + One (1) S -- 100 m

3/hr 40 M 1500

Bidder to

furnish

26 Rectangular One (1)

Length- 2.5 M

Width- 2.5 M

Height- 3.5 M

30 m3 -- SS 304 -- --

27Horizontal

Centrifugal One (1) W + One (1) S -- 5 m

3/hr 30 M -- 1500

Bidder to

furnish

28 --

One (1) set complete

with One (1) Filtrate

pump & One (1)

Diameter- 3.6 M

Length- 3.6 M-- -- -- 1500

Bidder to

furnish

29HDPE Tank &

Metering Pumps

One (1) tank with two

(1W+1S) dosing pumps

& other accessories

Tank Capacity- 1 m3 Pump Capacity-

2 LPM-- HDPE

Bidder to

furnish

Bidder to

furnish

30HDPE Tank &

Metering Pumps

One (1) tank with two

(1W+1S) dosing pumps

& other accessories

Tank Capacity- 1 m3 Pump Capacity-

2 LPM-- HDPE

Bidder to

furnish

Bidder to

furnish

31HDPE Tank &

Metering Pumps

One (1) tank with two

(1W+1S) dosing pumps

& other accessories

Tank Capacity- 200 lt.Pump Capacity-

20 LPH-- HDPE

Bidder to

furnish

Bidder to

furnish

32HDPE Tank &

Metering Pumps

One (1) tank with two

(1W+1S) dosing pumps

& other accessories

Tank Capacity- 200 lt.Pump Capacity-

20 LPH-- HDPE

Bidder to

furnish

Bidder to

furnish

33HDPE Tank &

Metering Pumps

One (1) tank with two

(1W+1S) dosing pumps

& other accessories

Tank Capacity- 500 lt.Pump Capacity-

50 LPH-- HDPE

Bidder to

furnish

Bidder to

furnish

34 --

One (1) air compressor,

one (1) air receiver, one

(1) air dryer, one (1)

air filter with valve,

fittings & distribution

piping

Bidder to furnish Bidder to furnish -- Bidder to furnishBidder to

furnish

Bidder to

furnish

NOTE All dimensions as indicated above are for general information of the Bidder. However, Bidder shall furnish the exact dimensions to match their proprietary system/ equipment design to fulfil guaranteed obligations.

ALKALI DOSING TANK & PUMPS M ----Bidder to

furnish

NUTRIENT DOSING TANK & PUMPS M ----Bidder to

furnish

Bidder to

furnish

ACID DOSING TANK & PUMPS M ----Bidder to

furnish

ALUM DOSING TANK & PUMPS M ----

Bidder to

furnish

POLYMER DOSING TANK & PUMPS M ----Bidder to

furnish

--

ROTARY DRUM FILTER FEED PUMPS M ----Bidder to

furnish

SLUDGE MIXING TANK --

--

FINAL TREATED EFFLUENT RECYCLE

PUMPS-- M ----

Bidder to

furnish

ROTARY DRUM FILTER (INSIDE FILTER

HOUSE)M ----

TREATED EFFLUENT STORAGE TANK RCC --

ACTIVATED CARBON ADSORPTION

COLUMN

Bidder's

proprietary

design, hence

Bidder to furnish

-- --

SAND FILTERBidder to furnish

the Filter Media-- --

SECONDARY CLARIFIED TREATED

EFFLUENT TRANSFER PUMPS

Casing- C.I.

Materials in

contact with

SS

M ----Bidder to

furnish

HOLDING TANK RCC -- --

SECONDARY CLARIFIER SLUDGE

TRANSFER PUMPS-- M ----

Bidder to

furnish

SECONDARY CLARIFIERRake M.O.C.-

Bidder to specifyM ----

Bidder to

furnish

COMPRESSOR UNIT M ----Bidder to

furnish

���

Page 52: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

51

SECTION VII

TECHNICAL SPECIFICATION

VOLUME ‐ IB

TECHNICAL SPECIFICATION CIVIL ALLIED WORK & STRUCTURAL STEEL WORKS

Page 53: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

52

TABLE OF CONTENTS

1.00.00 INTENT OF SPECIFICATION SPM desires to have the contract for the Effluent Treatment Plant including design, supply, fabrication,

laying in position and commissioning complete fabrication & erection within the boundaries of the project on a turnkey basis. This section of the bidding document deals mainly with the technical specifications needed for the design, the approval of the design and drawing prepared by the Engineer. The preparation of necessary detailed drawings for carrying out the work, the execution and erection of the complete civil and structural work in under the purview of this specification. The work shall have to be carried out both below and above ground level involving removal of bushes, plantations, unused materials, levelling and grading, area fencing with barbed wire and miscellaneous earthwork, building and equipment foundations, slabs, beams columns, basements structures, trenches, brick walls, fabrication and erection of structural steelwork, fencing, roofing and cladding, stairs, gratings, drainage sanitation, architectural finishes, roads, drainage and all other civil works associated within the Effluent Treatment Plant.

2.00.0 SCOPE OF WORK OF THE TENDERER

The work to be performed under the specification consists of providing all labour, supervision, materials, scaffolding, batching plant, construction equipment, tools and plants, supplies, transportation, all incidental items not shown or specified, but reasonably implied or necessary for

CLAUSE NO. DESCRIPTION

1.00.00 INTENT OF SPECIFICATION

2.00.00 SCOPE OF WORK OF THE TENDERER

3.00.00 TOILETS WITH SEPTIC TANK & SOAKPIT

4.00.00 TUNNELS/ TRENCHES

5.00.00 GRADING AND LEVELING

6.00.00 MISCELLANEOUS

7.00.00 SPECIFICATION

8.00.00 LAYOUT AND LEVELS

9.00.00 SOIL CHARACTERISTIC

10.00.00 SPECIAL NOTE FOR CIVIL DESIGN FOR THE PROPOSED EFFLUENT TREATMENT PLANT

11.00.00 DESIGN CRITERIA

Page 54: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

53

successful completion of the work including Contractor’s supervision and in strict accordance with the drawings and specifications. The nature of work shall generally involve excavation, dewatering, shoring, backfilling around completed structures and plinth filling, disposal of surplus spoil, concreting including reinforcement and formwork, brickwork, fabrication and erection of structural/ miscellaneous steel inserts, anchor bolts, RCC trench covers, laying and testing of water pipes, sanitation, ventilation, roads and drainage of building for Effluent Treatment Plant area damp proofing, water proofing and other ancillary items and clearing out of site, dressing and removal of rubbish and garbage etc.

The drawings submitted along with, if any, are preliminary for bidding purposes only and are by no means final or show the full range of the work under the scope. Work has to be executed accordingly to those drawings prepared by the Contractor with additions, alterations and modifications made from time to time as required or approved by the Engineer and also according to any other drawing that would be supplied to the Contractor progressively during the execution of the Contract.

a) Flash Mixer: These shall be constructed of watertight RCC structures as per IS: 3370 Latest Edition with the

provisions of the process requirements.

b) Reactivator/ Primary Clarifier : The clarifier shall be RCC watertight circular tank with a diameter of 10 M. Arrangement for water inlet

from the flash mixer and sludge outlet pipes shall be made below the base slab of clarifier with proper slopes.

c) Sludge Mixing Tank : Sludge Mixing Tank shall be underground rectangular RCC structure. Length, width and height of the

structure shall be 2.5 M, 2.5 M and 3.5 M respectively. The tank shall be designed as water retaining structure in accordance with IS: 3370 (latest Edition) with the provisions of process requirement.

d) Buffer Tank : Buffer Tank shall be circular RCC structure. Diameter and height of the structure shall be 2.75 M and 3.0

M respectively. The Free Board shall be 0.3 M. The tank shall be designed as per IS: 456 (latest edition) with the provisions of process requirement.

e) Pre Aeration Tank : Buffer Tank shall be elevated rectangular RCC structure. Length, width and height of the structure shall

be 2.5 M, 3.3 M and 3.0 M respectively. The tank shall be designed as per IS: 456 (latest edition) with the provisions of process requirement.

f) Collection Cum Equalization Tank : Buffer Tank shall be underground rectangular RCC structure. Length, width and height of the structure

shall be 5 M, 9.0 M and 2.5 M respectively. The Free Board shall be 0.3 M. The tank shall be designed as water retaining structure in accordance with IS: 3370 (latest Edition) with the provisions of process requirement.

g) Holding Tank : Holding Tank shall be circular RCC structure. Diameter and height of the structure shall be 8.0 M and

2.75 M respectively. The Free Board shall be 0.3 M. The tank shall be designed as water retaining structure in accordance with IS: 3370 (latest Edition), IS: 456 (latest Edition) with the provisions of process requirement.

Page 55: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

54

h) Treated Effluent Storage Tank : Treated Effluent Storage Tank shall be circular RCC structure. Diameter and height of the structure shall

be 8.0 M and 2.75 M respectively. The tank shall be designed as water retaining structure in accordance with IS: 3370 (latest Edition), IS: 456 (latest Edition) with the provisions of process requirement.

i) Pulp Mill Effluent Collection Sump : Pulp Mill Effluent Collection Sump shall be underground rectangular RCC structure. Length, width and

depth of the structure shall be 5.0 M, 3.0 M and 2.5 M respectively. The tank shall be designed as water retaining structure in accordance with IS: 3370 (latest Edition) with the provisions of process requirement.

j) Anaerobic System/ Reactor : This is a vertical column made of reinforced concrete. Design of this reactor shall be as per vendor’s

drawing.

k) Filter House : The Filter House shall be two storied reinforced concrete framed structure with side cladding in first

class bright work. Length, width and storey height of the Filter House shall be 8.5 M, 7.5 M and 3.0 M respectively. Equipment foundations for Filtrate pump and Vacuum pump shall have to be provided as required for the process or as stated elsewhere as per IS requirement.

l) Aerated Lagoon : Aerated Lagoon shall be square RCC basin of length 25 M. Depth of the basin shall be 3 M. This basin

can be constructed over ground level or below ground level which is to be decided by the package vendor. The basin shall be designed as liquid retaining structure in accordance with IS: 3370 (latest Edition) if underground, otherwise IS: 456 (latest edition) shall be followed.

3.00.0 TOILETS WITH SEPTIC TANK & SOAKPIT Each toilet unit shall have terrazzo tile flooring, glazed tiles dado up to lintel level and the following

fittings:

a) Indian type W.C. Pan with flushing Cistern and all requisite fittings ‐ 1 No.

b) Dimensions‐ 3 M * 4 M. c) Lipped urinal with automatic flushing

Cistern and all requisite fittings ‐ 2 Nos.

d) Wash Basin 635 mm x 460 mm x with Two taps and all requisite items ‐ 1 No.

e) Mirror 610 mm x 460 mm x 6 mm thick With beveled edges ‐ 1 No.

f) Tower Rail 760 mm x 20 mm ‐ 1 No.

g) Liquid Soap Container ‐ 1 no.

h) Washing Tap ‐ 2 Nos.

Page 56: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

55

i) Shower parts fittings ‐ 1 No.

4.00.0 TUNNELS/ TRENCHES

All tunnel/ trenches for cables or any other underground facility shall be of RCC of grade not less than M‐25 of IS 456. Cable trenches shall be provided with pre‐cast RCC covers.

Cable trenches as well as pre‐cast covers shall be provided with edge protection angles. All embedment/ block‐outs as required elsewhere in these specifications shall be provided. Proper drainage arrangement shall be provided.

5.00.0 GRADING AND LEVELLING

The Effluent Treatment Plant area is being generally levelled by others unless noted otherwise. In case if levelling in local areas is required, contractor shall have to do the same at no extra cost to SPM.

6.00.0 MISCELLANEOUS 6.00.1 All brick work shall be designed as per latest Indian Standards and shall be plastered on both faces. All

external walls shall be minimum 230 mm thick. All RCC ceilings shall be plastered with 6 mm thick plaster (1:4 mix)

6.00.2 Roofs of all buildings shall have extra heavy duty water proofing (Hessian base tar felt) and grading under‐bed which shall be provided with proper slopes. Adequate down comers to effectively dispose of the rain water shall be provided. All buildings and other places as required shall have plinth level 500 mm (min.) above finished grade level.

6.00.3 Monorail girders and fixtures shall be provided for Monorails at the locations as required and as described elsewhere in these specifications or drawings.

6.00.4 Water supply, drainage etc., internal & external : The scope for potable water supply includes all distribution system, tanks, pipes fittings etc. as required

and as described here or elsewhere in these specifications.

SPM shall provide supply of service water, potable water at specified points.

The scope for drainage of surface water shall include area drainage and layout and construction of drains and their connections to existing available connections to the mill drainage. The scope for foul water from toilets shall include layout and laying of sewers for sewerage system including septic tank of adequate capacity together with all fittings and fixtures and inclusive of ancillary works such as connections, manholes and inspection chambers used within the building and from the building to the septic tank.

6.00.5 The scope also includes all doors, windows, rolling shutters, finishes damp proofing, inserts, anchor bolts, embedment, stairs, nosing, railing ladder, edge protection angles etc. Doors & windows shall be of steel and shall be suitably glazed.

6.00.6 All foundations, embedment and block‐outs required for equipment, structures etc., shall be provided by Contractor.

6.00.7 All RCC work to be done under this specification, unless specified otherwise shall be controlled concrete of grade not less than M‐25 of IS‐456.

Page 57: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

56

6.00.8 All structural steel work including doors and windows shall have one shop coat and one site coat of red

oxide zinc chromate and two coats of synthetic enamel paint as specified elsewhere.

6.00.9 All doors and windows shall be provided with Mortice lock door closure, all other locking arrangements etc.

7.00.0 SPECIFICATION The specifications are intended for the general description of the work, quality and workmanship. The specifications are not, however, intended to cover minutest details and the work shall be executed according to the relevant latest Indian Standard Codes, in absence of the latter, the work shall be executed according to the best prevailing local Public Works Department practices or to the recommendations of relevant American and British Standards or to the instruction of the Engineer. This specification shall have precedence in case anything contrary to this is stated anywhere in this Bidding Document. The IS codes to be followed are mentioned in the Technical Specifications attached hereto. The bidder is expected to get clarified any doubts about the specification, drawings etc. before bidding and the discussions, recorded in writing with Owner in respect of interpretation of any portions of these document.

8.00.0 LAYOUT AND LEVELS The layout and levels of all structures, etc. shall be made by the contractor at his own cost from the general grid of the plot and bench mark given by the Engineer at site. He shall give all help in instruments, materials and man to the Engineer for checking the detailed and correctness of the layout and levels. But the contractor shall be solely responsible for correctness of layout and levels.

9.00.0 SOIL CHARACTERISTIC

Unless otherwise mentioned, the soil consists of clayey silt of high plasticity up to a depth of 7.5 M approx. from the existing ground level. The site for the Effluent Treatment Plant is more or less virgin in origin. The foundations for building and structures shall rest on virgin soil at least 1.5 below ground level for which the net bearing capacity is 10.4 Tons/ Sq. M for guidance. However, the Contractor has to ascertain the safe bearing capacity of the soil by appropriate tests at site and no extra payment shall be made for such tests. The water table shall also have to be established by the Contractor while taking up the design activities of different buildings and structures of Effluent Treatment Plant.

10.00.0 SPECIAL NOTE FOR CIVIL DESIGN FOR THE PROPOSED EFFLUENT TREATMENT PLANT

The Bidders are requested to make a note of the following points while preparing their Proposals with particular reference to civil design concept and cost estimates for the installations as below:‐

10.00.1 The average grade level of the existing area for ETP is El.(‐)3.5 M compared to mill datum El.(+)0.0 M level which corresponds to R.L. 994'‐0" ( 302.97 M) above M.S.L.

10.00.2 The elevation of TWL in respective equipment/ vessels for the 2 streams for ETP have been

shown in the hydraulic flow diagrams as attached with this Tender.

Page 58: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

57

10.00.3 The Bidder is required to develop the design concept of the RCC structures for the various units viz., clarifier/ aeration lagoon/ holding tank/ tube settler, buffer tank, storage tank etc., based on the liquid levels in respective tanks as per the data shown in Hydraulic diagram as attached.

10.00.4 It may be noted from the layout drawing as attached with this tender, the certain portion of

the equipment/ facilities/ installations would have to be located in the existing pond area which has the side walls suitably paved to lower most point of the existing pond area corresponds to a grade level of El.(‐)7.5 M.

10.00.5 The Bidder is requested to make a note of the above points while designing the foundation of the respective tanks/ flocculators etc. with due consideration to up‐thrust due to water accumulation in the pond area during high rainfall period.

10.00.6 In order to avoid differential settlement of the foundations of misc. buildings and structures,

the Bidder is to adopt soil improvement or load bearing suitable foundations. The water retaining structures should withstand the upward thrust during construction. The clarifiers may require pressure relief valves to avoid crack when remains empty. All water retaining structure should be designed as per IS 3370 – Part 1 to 4. The area drainage should be adopted suitably for outlet in the existing drains. The Bidder is required to develop the suitable roads and drains along with periphery of the ETP Plant.

The Bidder is also requested to familiarize himself with the topographical features of the existing area through field visit with permission from the SPM before submission of his bid.

11.00.0 DESIGN CRITERIA

The design of RCC structures shall be carried out as per code of practice for plain and reinforced concrete for general building construction IS: 456 (latest). The design of liquid retaining structures shall be carried out as per IS: 3370 (latest). All design shall conform to relevant Indian Standards.

Conceptual arrangement drawings of civil works supported by calculations shall be submitted along with tender bids. Later on, calculations shall be submitted along with tender bids. Later on, design drawings and design calculations for all civil works for static as well as dynamic analysis (where‐so‐essential) shall be submitted for approval prior to undertaking construction work. The approval of design drawings prepared by the Contractor shall not relieve the contractor of the responsibility regarding the adequacy of design and correctness of the drawings.

Page 59: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

58

SECTION VII

TECHNICAL SPECIFICATION

VOLUME – 1C

ELECTRICAL EQUIPMENT AND ACCESSORIES

SUB‐SECTIONS

DESCRIPTION

SECTION:E‐0100 GENERAL ELECTRICAL SPECIFICATION

SECTION:E‐0101 AC MOTORS

SECTION:E‐0102 415 V MCC, 415 V AC DB/MCCB

SECTION:E‐0103 LOCAL CONTROL BOARDS/PANELS, LOCAL ISOLATING SWITCH UNITS AND LOCAL PUSH BUTTON STATIONS

SECTION:E‐0104 CABLES

SECTION:E‐0105 ERECTION, CABLING, GROUNDING AND LIGHTNING PROTECTION SYSTEM

SECTION:E‐0106 ERECTION INDOOR AND OUTDOOR ELECTRICAL EQUIPMENT

Page 60: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

59

SECTION: E‐0100

GENERAL ELECTRICAL SPECIFICATION

SUB‐SECTIONS

DESCRIPTION

1.00.00 INTENT OF SPECIFICATION

2.00.00 SCOPE OF WORK

3.00.00 CODES & STANDARDS

4.00.00 SPECIAL INSTRUCTION

5.00.00 CO‐ORDINATION WITH STATUTORY BODIES AND OUTSIDE AGENCIES

6.00.00 GENERAL REQUIREMENT

7.00.00 DRAWINGS, DATA, INFORMATION AND MANUALS

8.00.00 PAINTING

9.00.00 TROPICAL PROTECTION

10.00.00 ENCLOSURE

1.00.00 INTENT OF SPECIFICATION

1.01.00 This specification is intended to cover complete design, engineering, manufacture, assembly, testing at manufacturer's works, supply and delivery, properly packed for transportation F.O.R. site of all equipment and accessories complete and efficient erection, testing, commissioning & putting into successful industrial operation of entire Effluent Treatment Plant (ETP) at Security Paper Mill located at Hoshangabad district, Madhya Pradesh, inclusive of supply of all labor, supervision, tools, implements and supplies as required.

1.02.00 The bid for all items of equipment and system covered under this specification shall be complete in all respects and any item of equipment or accessory not specifically mentioned in this specification document but considered essential for efficient and satisfactory operation of individual equipment and system as a whole shall be included in the offer.

1.03.00 This specification shall be read and construed in conjunction with other sections of bidding documents.

Page 61: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

60

2.00.00 SCOPE OF WORK

2.01.00 General

2.01.01 The scope of work shall include, but not be limited to, the complete engineering and design, supply, manufacture, inspection and testing, packing for transport, shipment, insurance, delivery to site, unloading, storage at site, handling, erecting, installing, testing and putting into efficient and trouble‐free industrial operation of the equipment and materials within the contract boundary.

2.01.02 The scope of work delineated hereinafter shall be read and construed in conjunction with Drawings and Annexure enclosed with this specification. These are for general guidance of the Bidder.

2.01.03 Bidder may note that the scope is indicative only for the general requirements of the system. The exact quantities (numbers, lengths, weights etc.) shall be determined by the successful bidder at the time of detailed engineering, which will be required for smooth and trouble‐free operation of the plant.

2.01.04 The items not specifically mentioned but needed to make the system complete shall be treated as though included and the same shall be furnished and erected at no extra cost to Owner.

2.01.05 Bidder shall make an offer strictly in line with the requirement of specification. 2.01.06 The Bidder is to note that the information furnished in the specification and drawings

regarding the site represent the best available data and are solely for the purpose of information/guidance. The Consultant/Owner does not assume any responsibility for the correctness of the same. The Bidder, prior to bidding, may visit site and collect all information necessary for correctly estimating the extent of work and the conditions under which the Contract will be carried out. Any variations of Owner furnished data with the actual data obtained during the execution will not be the cause for any price change.

2.02.00 Design Work

• Preparation of load list and equipment list showing equipment number and rating.

• Sizing of various electrical equipment and confirmation of the rating of the various equipment, specified in the project specification.

• Physical layout of the electrical equipment inside different buildings under this package.

• Control logic diagram of the systems. • Schematic diagram for control, metering, protection and signalling scheme of each

piece of equipment and the system. • Cable schedule and interconnections for Power and control cable. • List of equipment and respective ratings. • Shop inspection and testing procedure along with Q.A. schedule.

Page 62: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

61

• Grounding from main underground earth pit to respective equipments supplied under this package.

• Preparation of installation, commissioning, operation and maintenance manuals. • Field testing and commissioning procedure. • Preparation of As Built drawings. • Any other design work as may be necessary for successful completion of the work.

2.03.00 Scope of Supply ‐ Electrical 2.03.01 The scope of electrical work shall include supply, erection, testing and commissioning of

the following equipment/materials for Effluent Treatment Plant (ETP):

a) One (1) no. Motor Control Center (MCC). The MCC shall have two (2) incomers, each having 100% power capacities so that in case of outage of one incomer full load of the MCC can be maintained through the other. The MCC shall have two bus sections with one bus coupler in between them. The MCC shall provide power and control supply to all drive motors/ equipment/panels etc. of the complete plant. Bidder to construct an electrical room to install the MCC and other electrical equipment. Power to this PMCC will be available from nearby existing LT switchgear.

b) All 415V electric motors as required. c) Local Emergency Stop Push Button Stations with for all electric drives controlled from

Local PLC, Local Control/starter panel, junction box as required. d) Power and Control cables, Instrumentation/special cables. e) Cable trays/racks with all hard wares, supporting arrangements etc. f) Equipment grounding using copper conductors from underground copper earth. Earth pit to

be provided by Contractor. g) All structures, steel attachments, embedded components etc. as required for

complete electrical work. 2.03.02` The electrical equipment & systems to be supplied under this package shall compliances

with the following specification: a) Electric motors as per sub‐specification no. E‐0101.

b) 415V Power & Motor Control Centre, 415 V AC DB as per specification no. E‐0102.

c) Local panel as per specification no. E‐0103.

d) Power & Control Cables as per specification no. E‐0104.

e) Erection, testing, and commissioning of electrical equipment and other accessories including grounding system as per specification no. E‐0105 & E‐0106.

2.03.04 All relevant drawings, data and instruction manuals.

2.04.00 Scope of Installation Work

2.04.01 The scope of installation work includes erection, testing, commissioning and putting into successful commercial operation of all the electrical equipments / system supplied under

Page 63: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

62

this package and cabling work, as detailed in accompanying specification described above including supply of all labours, materials, tools, tackles, testing equipments etc.

Any material or accessory, which may not have been specifically mentioned but which is usual and/or necessary, shall be supplied free of cost to the Owner.

2.04.02 Furnishing, mounting & wiring of all equipment, device and accessories. 2.05.00 Scope of Services

2.05.01 Furnishing of all labour, skilled & unskilled, supervisory personnel, erection tools & tackles, testing equipment, implements, supplies and transport for timely & efficient execution of the erection work.

2.05.02 The items of work to be included under the scope of services of the Contractors specified below:

a. Erection, Testing & commissioning of all equipment with all fittings & accessories

supplied under this Contract.

b. Erection, Testing & Commissioning of all motors supplied under this package. c. Supply, laying, termination, testing & commissioning of all Power & Control Cables. d. Erection, Testing & Commissioning of PMCC and MCC supplied under this package.

e. Erection, Testing & Commissioning of all local panel/distribution board, junction

box etc. supplied under this package. f. All ancillary works in connection with the above work whether specifically

mentioned in the specification or not but necessary to complete the work shall be deemed to be included under the scope of this specification.

2.05.03 Proper storing arrangement and protection of equipment and materials at site at Contractor’s expense. The Contractor shall be held responsible for any loss or damage until his work is fully and finally accepted.

2.05.04 All testing equipment as required for testing & commissioning of equipments/system shall be arranged by the contractor.

3.00.00 CODES AND STANDARDS

3.01.01 All equipment and materials shall be designed, manufactured and tested in accordance with the latest applicable Indian Standards (IS) and IEC except where modified and/or supplemented by this specification.

Page 64: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

63

3.01.02 Equipment and material conforming to any other standard which ensures equal or better quality, may be accepted. In such case, copies of the English version of the standard adopted shall be submitted along with the bid.

3.01.03 The electrical installation shall meet the requirements of Indian Electricity Rules as

amended up to date and relevant IS Code of Practice. In addition, other rules and regulations applicable to the work shall be followed.

4.00.00 SPECIAL INSTRUCTION

4.01.00 The items of equipment specifications are listed under Clause No. 2.03.01. Individual technical specifications of these equipment’s have also been drawn up for the guidance and compliance of the bidders and enclosed with this specification. All the items including accessories shall be unused and brand new, made from best quality materials. All equipment/devices chosen for the installation and included in the bid shall be of reputable manufacture.

4.01.01 The items of equipment specifications are listed under Clause No. 2.03.01. Individual technical specifications of these equipment’s have also been drawn up for the guidance and compliance of the bidders and enclosed with this specification. All the items including accessories shall be unused and brand new, made from best quality materials. All equipment/devices chosen for the installation and included in the bid shall be of reputable manufacture.

4.02.00 All labour, skilled and semi‐skilled personnel for erection and supervision of erection shall be supplied by the Contractor. SPM shall have no responsibility in respect of work supervision.

4.03.00 All control and instrument wiring shall be with stranded copper conductor PVC insulated wire of cross section of 2.5 mm2. For control and instrumentation circuit and crimping/compression type lug termination is to be used. The wires shall be identified at both ends using plastic numbering ferrules.

4.03.01 Control wiring between different devices situated at different locations shall be done using wires run in galvanised conduit of thick quality or wire armoured PVC, FRLS sheathed cables. These will be properly supported by clamping and joints/entries made perfect using proper sockets/double compression type cable glands (of Brass) in respect of cables.

4.03.02 Control terminal block shall be box type, each terminal shall be suitable for termination of 5 mm2 wire. Additional terminals may be shorted to provide multiple wiring points. 20% spare terminals shall be provided for future/unforeseen requirement.

4.04.01 The equipment offered shall be designed to operate satisfactorily under limits of voltage and frequency variations specified.

Page 65: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

64

4.04.02 Contractor shall take all necessary special care to prevent mal‐operation of control system due to long distances between the operating coils and interlock devices, if any.

4.04.03 The climate being tropical, all components, devices, wiring etc. shall have tropical finish to prevent fungus growth. All equipment shall be designed considering high temperature condition and radiation, if any for the finish.

4.04.04 All equipment design and installation work shall be of such category as to eliminate radio and/or telephone interference when operated at highest service/voltage.

4.04.05 The equipment to be supplied for the installation shall meet the requirements of the respective specifications attached.

4.04.06 The fault levels of 415 V systems shall be 50kA for 1 sec. All relevant equipments shall be designed accordingly.

4.04.07 The successful bidder shall be responsible for complete erection, connection, testing and satisfactory commissioning of all equipment and devices included in his scope of supply as per specification.

4.04.08 The Contractor shall also be responsible for proper double earthing of all the drives/devices of his package. All earthing materials shall be supplied by him. He shall also provide necessary lightning protection conductors for the buildings, structures under his scope with proper ground connections.

4.04.09 Devices like monorail/hoist etc. required for handling of electrical equipment e.g., motors etc. shall be provided by the Contractor.

4.04.10 All control cable schedules and interconnection shall be furnished by the contractor in the specified format of the Owners for their approval, reference and record.

4.04.11 All internal lighting, heating (space heaters), circuits shall be designed for 240 V 10%, 50 Hz 3% power supply.

4.04.12 Layout drawings for different areas showing location of each and every equipment, control cable routing arrangements etc. shall be furnished by the contractors for DCPL’s /SPM’s approval. Sufficient working/maintenance space as recommended by statutory regulations/standard engineering practice shall be provided wherever found necessary.

The drawings which are mentioned in the above section shall be subjected DCPL’s/SPM’s approval, which are necessary. However all the documents will be approved by DCPL and then by SPM, but in any case manufacturer / Contractor will be wholly responsible for safety, operation, performance and all other related activity of the plant.

Page 66: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

65

4.04.13 All equipment shall be furnished with necessary base frames, bolts, clamps, washers etc. If the equipment is meant to be mounted on structure, the structure and fasteners, foundation bolts shall be supplied with the equipment by the Contractor.

4.04.14 Recommended spares for all items shall be listed out by the bidder.

5.00.00 CO‐ORDINATION WITH STATUTORY BODIES AND OUTSIDE AGENCIES

The Contractor shall be fully responsible for carrying out all co‐ordination & liaison work as may be required with Central Electrical Inspector, Factory Inspector & other statutory bodies for implementation of the work. The application on behalf of SPM for submission to the Central Electrical Inspector & other statutory bodies’ along with copies of drawings complete in all respects shall be done by the Contractor & approval/certificates taken well ahead of time so that the actual commissioning of equipment is not delayed for want of inspection and approval by the Central Electrical Inspector & statutory bodies. The actual inspection work by the Electrical Inspector shall be arranged by the Contractor.

However, official fees paid to Central Electrical Inspector/ statutory bodies, etc. in this regard shall be borne by SPM.

6.00.00 GENERAL REQUIREMENT

6.01.00 Completeness of Supply & Installation

6.01.01 It is not the intent to specify completely herein all details of the equipment & installation. Nevertheless, the equipment & installation shall be complete & operative in all aspects & shall conform to highest standard of engineering, design & workmanship.

6.01.02 Any material or accessory which may not have been specifically mentioned but which is

necessary or usual for satisfactory & trouble free operation & maintenance of the equipment shall be furnished without any extra charge.

6.01.03 The Contractor shall supply all equipment & accessories as specified herein in line with the Technical Specification.

6.02.00 Proposal Data

The proposal data sheets annexed to this specification shall be filled in without any ambiguity by typing in appropriate place on each page. These pages must be properly signed by authorised representative of the Bidder as verification of the data and submitted along with the bid to form part of the Bidder's formal proposal.

Page 67: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

66

6.03.00 Guaranteed Performance

The performance figures quoted in Technical Particular sheets shall be guaranteed within the tolerance permitted by relevant standards. In case of failure of the equipment to meet the guarantee, the equipment may be liable for rejection.

6.04.00 Drawing Approval

6.04.01 Before starting manufacture of any equipment, the Contractor shall have to take approval of relevant drawings and data from Owner in writing.

6.04.02 Any manufacture done prior to the approval of drawings/data shall be rectified in accordance with the approved drawings/data by the Contractor at his own cost and the equipment shall be supplied within the stipulated period. The drawings/data which are mentioned shall be subjected to DCPL’s/SPM’s approval, which are necessary. However all the drawings/data will be approved by DCPL and then by SPM, but in any case manufacturer / Contractor will be wholly responsible for safety, operation, performance and all other related activity of the plant.

6.05.00 Quality Assurance

6.05.01 Contractor shall follow his standard procedures for quality assurance and control. However, said standard procedures shall be submitted to the DCPL/ SPM for review and approval.

6.05.02 The procedures shall be in such a form as to clearly delineate the manufacturing sequence and major inspection points and to reference Bidder's test and inspection procedures.

6.05.03 Manufacturing and quality control procedures shall be available for audit to the Owner

and/or its representative at the place of manufacture.

6.05.04 SPM and/or its representative reserves the right to inspect the equipment at the point of manufacture and witness factory and other such tests as may be necessary to ensure conformance to the specification.

6.05.05 SPM and/or its representative may inspect the Contractor's facilities prior to award of contract.

6.05.06 SPM and/or its representative may witness any or all of the tests described.

6.05.07 SPM and/or its representative may conduct surveillance of the Contractor's facilities for compliance to his standard procedures of quality assurance and quality control while work on the specified equipment is in progress.

7.00.00 DRAWINGS, DATA, INFORMATION AND MANUALS

Drawings, data, information and manual shall be submitted as indicated below:‐

Page 68: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

67

7.01.00 Along with the bid:

‐ List of different equipment and make

‐ Basic single line diagram of the system

‐ Auxiliary power consumption

‐ BOQ of major Equipments

‐ Technical leaflets and general constructional details. 7.02.00 After award of the Contract the following drawings shall be submitted progressively and

will generally be as follows: ‐ Complete Bill of Materials. (I)

‐ Single line diagram giving rating of each equipment. (A)

‐ Design calculations in support of selection of equipment rating and system design. (A)

‐ Technical particulars of each equipment and accessories. (A)

‐ Grounding drawings and details. (I)

‐ Electrical layout with section & details. (I)

‐ Dimensional general arrangement drawing along with cross‐sections for equipment. (I)

‐ Block Logic Diagram (A)

‐ QAP of major Equipment (A)

‐ Test Certificates of major Equipment (A)

‐ Mounting details of equipment. (I)

‐ Control schematic and wiring diagram. (I)

‐ Cable schedule and interconnection. (I)

‐ Pre‐ Commissioning & commissioning check list (A)

‐ Erection and maintenance (I)

‐ Any other drawings & data as required for satisfactory installation, operation & maintenance. (I)

( I)‐ Information category (A )‐ Approval category

Page 69: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

68

7.03.00 This may be noted that the drawings, data and manuals listed are minimum requirement only. The bidder shall ensure that all other necessary write‐ups, curves and information required to fully describe the equipment & system offered are submitted with his bid.

8.00.00 PAINTING

8.01.01 Unless mentioned otherwise in respective specification, the shades of finish paint for

different equipment shall be as follows:

a) For All electrical equipment –RAL 7032

NOTE: Finish paint (2 coats) of all electrical equipment shall be of epoxy based.

9.00.00 TROPICAL PROTECTION

9.01.00 All electrical equipment, accessories and wiring shall have fungus protection involving special treatment of insulation and metal against fungus, insects and corrosion.

9.02.00 Fine mesh screen of corrosion resistant material shall be furnished on all ventilating openings to prevent entry of insects.

10.00.00 ENCLOSURE

10.01.00 Unless otherwise stated, enclosure of electrical equipment intended for indoor service which are located in electrical switchgear room and control room shall be dust‐tight, vermin proof with gasketted doors/covers, generally conforming to degree of protection IP‐5X. Equipment located in other areas shall have enclosure conforming to degree of protection of at least IP‐55.

10.02.00 Equipment enclosure, intended for outdoor service, shall be of weather‐proof construction, generally conforming to degree of protection IPW‐55.

Page 70: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

69

SECTION: E‐0101

A.C. MOTORS

SUB‐SECTIONS

DESCRIPTION

1.00.00 SCOPE OF WORK

2.00.00 CODES & STANDARDS

3.00.00 SERVICE CONDITIONS

4.00.00 TYPE AND RATING

5.00.00 PERFORMANCE

6.00.00 SPECIFIC REQUIREMENTS

7.00.00 ACCESSORIES

8.00.00 TESTS

1.00.00 SCOPE OF WORK

1.01.00 This section covers the general requirements of all the LT, AC drive motors for entire Effluent Treatment Plant (ETP).

1.02.00 Motors shall be furnished in accordance with both this general specification and the accompanying driven equipment specification.

1.03.00 In case of any discrepancy, the driven equipment specification shall govern.

2.00.00 CODES & STANDARDS

2.01.00 All motors shall conform to the latest applicable IS, IEC and CBIP Standards/Publications except when otherwise stated herein or in the driven equipment specification.

3.00.00 SERVICE CONDITIONS

3.01.00 The motors will be installed in hot, humid (relative humidity 90%) and tropical atmosphere.

3.02.00 Unless otherwise noted, electrical equipment/system design shall be based on the service conditions and auxiliary power supply given in the annexure to this specification.

3.03.00 For motor installed outdoor and exposed to direct sunrays, the effect of solar heat shall be considered in the determination of the design ambient temperature

Page 71: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

70

4.00.00 TYPE AND RATING

4.01.01 Motors shall be general purpose, constant speed, squirrel cage, three/single phase, induction type. Crane duty motors shall be slip ring type induction motor.

4.01.02 All motors shall be rated for continuous duty. They shall also be suitable for long period of inactivity. . However, crane motors shall be rated for S4 duty i.e. 40% cyclic duration factor.

4.01.03 The motor name‐plate rating at 50°C shall have at least 15% margin over the input power requirement of the driven equipment at rated duty point and also covering the maximum load demand of the driven equipment under entire operating range, including voltage and frequency variations, unless stated otherwise in driven equipment specification or in general electrical specification.

4.01.04 The motor characteristics shall match the requirements of the driven equipment so that adequate starting, accelerating, pull up, break down and full load torques are available for the intended service.

5.00.00 PERFORMANCE

5.01.00 Running Requirements

5.01.01 Motor shall run continuously at rated output over the entire range of voltage and frequency variations as given in the annexure.

5.01.02 The motor shall be capable of operating satisfactorily at full load for 5 minutes without injurious heating with 75% rated voltage at motor terminals.

5.02.00 Starting Requirements

Motor shall be designed for starting at full voltage. Starting current shall not exceed 6 times of full load current plus IS tolerance for all auxiliaries.

5.02.01 The motor shall be capable of withstanding the stresses imposed if started at 110% rated voltage.

5.02.02 All Motors shall start with rated load and accelerate to full speed with 80% of rated voltage at motor terminals.

5.02.03 a) The motor shall be capable of three equally spaced starts in an hour, the motor initially being at a temperature not exceeding the rated load operating temperature.

b) The motor shall be capable of two starts in succession with coasting to rest between starts and the motor initially at rated operating temperature.

5.02.04 All motors shall be designed to ensure that maximum in rush currents and locked rotor as well as pull out torque developed by them at extreme voltage & frequency variations is not detrimental to the motor and its driven equipment.

Page 72: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

71

5.04.00 Locked Rotor Withstand Time

5.04.01 The locked rotor withstand time under hot condition at 110% rated voltage shall be more than motor starting time by at least 2.5 seconds for motors upto 20 seconds starting time and by 5 seconds for motor with more than 20 seconds and upto 45 seconds starting time.

5.04.02 Starting time mentioned above is at minimum permissible voltage of 80% rated voltage.

5.04.03 Hot thermal withstand curve shall have a margin of at least 10% over the full load current of the motor to permit relay setting utilising motor rated capacity.

5.04.04 Torque Requirements

a) Accelerating torque at any speed with the lowest permissible starting voltage shall be at least 10% motor full load torque.

b) Pull out torque at rated voltage shall not be less than 205% of full load torque.

6.00.00 SPECIFIC REQUIREMENTS

6.01.00 Enclosure

6.01.01 All motor enclosures shall conform to the degree of protection IP‐54 for indoor motors and IP‐55 for outdoor, unless otherwise specified. Motor for outdoor or semi‐outdoor service shall be of weather‐proof construction. A separate Canopy shall be provided for motors located in outdoor & semi‐outdoor areas.

The degree of protection for cable box shall be IP‐54 for indoor area and IP‐55 for outdoor area.

6.02.00 Cooling

6.02.01 The motor shall be self ventilated type.

6.02.02 Temperature Rise

i) Air cooled motors 70ºC by resistance method for both class 130(B) and 155(F) insulation.

ii) Water cooled motors 80ºC over inlet cooling water temperature, by resistance method for both class 130(B) and 155(F) insulation.

6.03.00 Winding and Insulation

6.03.01 All insulated winding shall be of copper.

Page 73: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

72

6.03.02 All LT motors shall have class F insulation. 6.03.03 Windings shall be impregnated to make them non‐hygroscopic, flame resistant and oil

resistant. 6.04.00 Tropical Protection

6.04.01 All motors shall have fungus protection involving special treatment of insulation and metal against fungus, insects and corrosion.

6.04.02 All fittings and hardwares shall be corrosion resistant.

6.05.00 Bearings

6.05.01 Motor shall be provided with antifriction bearings, unless sleeve bearings are required by the motor application.

6.05.02 Bearings shall be provided with seals to prevent leakage of lubricant or entrance of foreign matters like dirt, water etc. into the bearing area.

6.05.03 Sleeve bearings shall be split type, ring oiled, with permanently aligned, close running shaft sleeves.

6.05.04 Grease lubricated bearings shall be pre‐lubricated and shall have provisions for in‐service positive lubrication with drains to guard against over lubrication.

6.06.00 Noise & Vibration

6.06.01 Noise level and vibration shall be limited within the limits prescribed in IS: 12065 and IS: 12075 respectively.

6.06.02 The peak amplitude of the vibration shall be within IS specified limits.

6.07.00 Motor Terminal Box

6.07.01 Motor terminal box shall be detachable type and located in accordance with Indian Standards clearing the motor base‐ plate/ foundation

6.07.02 Terminal box shall be capable of being turned 360 Deg. in steps of 90 Deg., unless otherwise approved.

6.07.03 The terminal box shall be split type with removable cover with access to connections and shall have the same degree of protection as motor.

6.07.04 The terminal box shall have sufficient space inside for termination/connection of XLPE insulated armoured copper cables.

6.07.05 Terminals shall be stud or lead wire type, substantially constructed and thoroughly insulated from the frame.

6.07.06 The terminals shall be clearly identified by phase markings, with corresponding direction of rotation marked on the non‐driving end of the motor.

Page 74: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

73

6.07.07 The terminal box shall be capable of withstanding maximum system fault current for a duration of 0.25 sec.

6.07.08 Motor terminal box shall be furnished with suitable cable lugs and double compression brass glands to match the approved standard cable used.

6.07.09 Removable gland plates of thickness 3 mm (hot/cold rolled sheet steel) or 4 mm (non magnetic material for single core cables) shall be provided in case of cable boxes.

6.08.00 Grounding

6.08.01 The frame of each motor shall be provided with two separate and distinct grounding pads on opposite sides complete with tapped hole, GI bolts and washer.

6.08.02 The cable terminal box shall have a separate grounding pad.

6.09.00 Rating Plate

In addition to the minimum information required by IS, the following information shall be shown on motor rating plate:

a) Temperature rise in Deg.C under rated condition and method of measurement.

b) Degree of protection.

c) Bearing identification no. and recommended lubricant.

d) Location of insulated bearings.

7.00.00 ACCESSORIES

7.01.00 General

Accessories shall be furnished, as listed below, or if otherwise required by driven equipment specification or application.

7.02.00 Drain Plug

Motor shall have drain plugs so located that they will drain the water, resulting from the condensation or other causes from all pockets of the motor casing.

7.03.00 Lifting Provisions

All motors shall be provided with removable type eyebolt or other adequate provision of lifting.

Page 75: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

74

7.04.00 Dowel Pins

The motor shall be designed to permit easy access for drilling holes through motor feet or mounting flange for installation of dowel pins after assembling the motor and driven equipment.

7.05.00 Painting

Motor including fan shall be painted with corrosion proof paints as per RAL 5012 (Blue).

8.00.00 TESTS

8.01.00 Upon completion, each motor shall be subject to standard routine tests as per IS. In addition, any special test called for in the driven equipment specification shall be performed.

8.02.00 Type test certificate not more than 5 years old for all Motors shall be furnished for approval.

8.03.00 Type test certificate not more than 5 years old on any equipment, if so desired by the owner, shall be furnished. Otherwise, the equipment shall have to be type tested, free of charge, to prove the design.

Page 76: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

75

SECTION: E‐0102

415 V MCC, 415 V AC DB/MCCB

SUB‐SECTIONS DESCRIPTION

1.00.00 SCOPE OF SUPPLY

2.00.00 CODES AND STANDARDS 3.00.00 SYSTEM CONCEPT AND DESIGN CRITERIA

4.00.00 SPECIFIC REQUIREMENT

5.00.00 TESTS

ANNEXURE‐A RATINGS AND REQUIREMENTS

ANNEXURE‐B PROTECTIONS

ANNEXURE‐C 415 V PRELEMINARY LOAD LIST OF THE PROPOSED ETP

1.00.00 SCOPE OF SUPPLY

1.01.00 The following equipment shall be furnished complete with all accessories:

a) 415V Motor Control Centers

b) 415 V AC Board

1.02.00 Base channel frame of all boards along with necessary mounting hardware.

2.00.00 CODES AND STANDARDS

2.01.00 All equipment and materials shall be designed, manufactured and tested in accordance with the latest applicable Indian Standards (IS) and IEC except where modified and/or supplemented by this specification.

2.02.00 The electrical installation shall meet the requirements of Indian Electricity Rules as

amended up to date and relevant IS Code of Practice. In addition, other rules and regulations applicable to the work shall be followed.

3.00.00 SYSTEM CONCEPT AND DESIGN CRITERIA

3.01.00 415V power distribution within the Plant shall be by mean of MCCs, DBs and MCCBs. 3.02.00 The MCCs/DBs/MCCBs shall be used to provide power, control, and protection for A.C. 3.03.00 The equipment will be located in a hot, humid, and tropical atmosphere, heavily

polluted at places with coal dust and/or fly ash.

Page 77: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

76

3.04.00 Duty involves direct‐on‐line starting of large induction motors and also under certain emergency conditions, automatic transfer of loads from one source of supply to other.

Motor starting current varies from 6 to 8 times of full load current.

3.05.00 Busbars of MCCs/DBs/MCCBs shall be sized to carry continuously the total running load of the MCC/DB/MCCB (including anticipated future load, wherever applicable) plus a 20% margin.

Loads of outgoing feeders to Owner/other Packages wherever applicable shall also be considered while sizing the busbars, equipment and components thereof coordinating with other package bidder. All busbars shall be capable of withstanding the mechanical forces and thermal stresses due to maximum short circuit current.

3.06.00 Incomers rated up to and including 630 A, except for MCC and PMCCs, shall be MCCB/ switch controlled. Above 630A, all incomers shall be breaker controlled.

3.07.00 Motors rated up to and including 100 KW shall be contactor operated and shall be fed from MCCs. For all motors below 50 kW, MCCB shall be given. For motors between 50 kW to 100 KW, MCCB with E/F protection should be used.

3.08.00 For continuous operation at specified ratings, the temperature rise of various equipment/components shall be limited to the permissible values specified in relevant standards and/or this specification.

3.09.00 Circuit breakers shall not produce any harmful over voltage during switching off of induction motors. If required, surge protective devices shall be included in the scope of supply to limit over voltages.

3.10.00 Each switchgear/MCC/ACDB/DCDB/SVD/MCCB will have 20% spare outgoing feeder of each type with a minimum one (1) no. of each type.

4.00.00 SPECIFIC REQUIREMENTS

4.01.00 Construction

4.01.01 MCCs/DBs/MCCBs shall be indoor, air insulated, and metal‐clad type. The design construction shall be such as to permit extension at either end. 4.01.02 MCCs/ shall be drawout type. DBs/MCCBs shall be fixed type.

4.01.03 MCCs/DBS shall be suitable for floor‐mounting and MCCBs Boards shall be suitable for wall‐mounting.

4.01.04 Generally, DBs shall be of single‐front construction and MCCs shall be of double‐front construction. Breaker panels of PMCCs shall be of single‐front construction.

4.01.05 In switchgear room and control room, all MCC/DB/MCCB enclosures shall conform to the degree of protection IP4X. For all other locations the enclosures for same shall have

Page 78: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

77

degree of protection of at least IP4X. For all other locations, the enclosures for same shall have degree of protection of at least IP‐54.

All frames and load bearing members shall be fabricated using mild steel structural sections or pressed and shaped cold rolled sheet steel of thickness not less than 2mm.

Frame shall be enclosed in cold rolled sheet steel of thickness not less than 2mm (CR).Doors and covers shall also be of cold rolled sheet steel of thickness not less than 1.6 mm. Stiffeners shall be provided wherever necessary. Removable gland plates of thickness 3mm (hot/cold rolled sheet steel) or 4 mm (non‐magnetic material) shall be provided for all panels.

4.01.06 MCC/DB assemblies shall comprise of a continuous line‐up of dead‐front, free‐standing

vertical sections, housing the control modules in multi‐tier formation.

All MCCs/DBs shall be front‐wired and front‐connected.

4.01.07 MCCs/DBs shall be fully compartmentalised with metal/ insulating partitions between compartments.

MCCBs Boards shall be non‐compartmentalised.

Working height shall be limited between 450mm and 1800mm from floor level.

4.01.08 For MCC/DB modules, all push‐buttons, lamps, and indicating instruments shall be

flush/semi‐flush mounted on respective module compartment.

4.01.09 For single‐front assemblies, a full‐height vertical cable alley with cable supports shall be provided in each section to facilitate unit wiring.

The alley shall be liberally sized to accommodate all cables as per cable schedule and shall have removable cover at the front for access.

4.01.10 A horizontal wire way extending the entire length of the assembly shall be provided of the top for inter‐panel wiring.

4.01.11 Incomers shall be provided at the ends of an assembly and bus section, wherever required, shall be provided at the middle of the assembly.

4.01.12 Four (4) Nos. lifting lugs shall be for each section, two (2) nos. on either end of the section.

4.01.13 MCCs/DBs shall be supplied with base frames made out of structural steel sections along with all necessary mounting hardware required for bolting/welding the base

Page 79: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

78

frames to the foundation. FBs Boards shall be supplied along with necessary hardware for mounting against wall.

4.01.14 After isolation of power and control circuit connections, it shall be possible safely carry out maintenance in a compartment with the bus bar and adjacent circuit live. Necessary shrouding arrangement shall be provided for this purpose over the cable terminations located in cable alley.

4.01.15 The minimum clearance in air between phases and between phases and earth for the entire run of horizontal and vertical bus bars shall be 25mm. For all other components, the clearance between two live parts, a live part and an earthed part, and isolating distance shall be at least 10mm throughout. Wherever it is not possible to maintain these clearances, insulation shall be provided by barriers. However, for horizontal and vertical busbars, the clearances mentioned above should be maintained even when these are sleeved or insulated. All connections from busbars up to fuses/MCCB shall be fully shrouded to minimize the risk of phase to phase and phase to earth shorts.

4.01.16 Unless otherwise stated, equipment rating and module size shall be as per Annexure ‐ G. Module selection chart is specified for guidance of Bidder in respect to requirement of module space and component rating.

4.02.00 Bus and Bus Taps

4.02.01 All MCCs/ACDBs/AC MCCBs provided with three phase busbars and neutral busbar.

All DCDBs and DC MCCBs shall be provided with two busbars.

All busbar compartments shall be completely enclosed.

4.02.02 Horizontal and vertical busbars and bus connections shall be of high conductivity copper.

The maximum temperature of busbars and bus connections shall be limited to 55ºC with silver plated joints and 40ºC with all other types of joints over an ambient of 50ºC.

No diversity factor shall be allowed for temperature rise.

4.02.03 Vertical busbars shall be designed for a minimum current rating of 200 A.

4.02.04 All bus connections shall be provided with anti‐oxide grease. Adequate contact pressure shall be ensured by means of two‐bolt connection with plain and spring washers and locknuts.

4.02.05 Bimetallic connectors shall be provided for connections between dissimilar metals.

4.02.06 All busbars and bus connections shall be fully insulated for working voltage. Insulating heat shrinkable sleeves shall be provided for all busbars. All joints and tap‐off points shall be shrouded.

Page 80: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

79

4.02.07 Bus insulators shall be non‐hygroscopic, flame retardant, track resistant, high strength, sheet moulded compound or equivalent polyester fibreglass moulded type. Separate supports shall be provided for each phase and neutral busbar.

4.02.08 Cross‐section of the busbars shall be uniform throughout the length of the assembly. All busbars and bus connections shall be supported and braced to withstand the stresses due to maximum short circuit current and also to take care of any thermal expansion.

4.02.09 Busbars shall be colour coded for easy identification and so located that the sequence R‐Y‐B shall be from left‐to‐right, top‐ to‐bottom, or front to rear when viewed from the front of the assembly.

4.02.10 Bolted disconnecting links shall be provided for all incoming and outgoing feeders for isolation of neutral, if necessary.

4.03.00 MCC /DB Modules

4.03.01 MCC modules shall have self‐aligning power/control disconnects. All disconnects shall be silver‐plated to ensure good contacts.

4.03.02 Modules of same size and type shall be physically and electrically interchangeable.

4.03.03 The design of drawout modules shall be such as to permit easy withdrawal/re‐insertion of the unit with guide rails to ensure correct alignment.

4.03.04 Various module sizes should be multiples of one basic unit to facilitate modifications at site. Suitable provision for this purpose should also be incorporated in the vertical busbars.

4.03.05 Drawout modules shall have three distinct positions, namely, SERVICE, TEST and

ISOLATED.

In the SERVICE position, both power and control circuits shall be engaged. It shall not be possible to open the module door when the module is in SERVICE position.

In the TEST position, the power circuits shall be disengaged but the control circuits shall be engaged. It shall be possible to close the module door when the module is in TEST position. Keeping the front access door of module in closed condition, the Breaker can be placed in ISOLATED, TEST or SERVICE position from outside.

In the ISOLATED position, both power and control circuits shall be disengaged.

4.03.06 Modules shall house the control components for a circuit such as switch, fuse, contactors, relays, push‐buttons, lamps, meters, etc. only the lens' of indicating lamps, and transparent windows for meters shall be mounted on module door such that when

Page 81: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

80

the module is withdrawn, the cubicle door shall provide specified IP‐54 degree of protection when the module door is closed.

4.03.07 Breaker operated incomes and bus sections shall be provided with one (1) TEST‐NORMAL selector switch.

Contactor operated motor feeder modules shall be provide with one (1)

LOCAL‐REMOTE selector switch.

These selector switches shall be lockable type and shall be mounted inside the panel.

4.03.08 The equipment layout shall provide sufficient working space in between the components.

4.04.00 Switches

4.04.01 Switches shall be triple/double pole, air break type and designed for duties as specified in Annexure‐A. Motor duty switches shall be capable of safely making and breaking the locked rotor current of the associated motor circuit.

4.04.02 The switch shall have a quick‐make, quick‐break mechanism operated by a suitable external handle, complete with position indicator. This handle shall have provision for padlocking in ON and OFF position.

4.04.03 The compartment door shall be interlocked mechanically with the switch such that the door cannot be opened unless the switch is in OFF position. Means shall be provided for releasing this interlock at any time.

4.04.04 Switches shall be capable of withstanding the let‐through fault current of back‐up MCCB or circuit breakers.

4.04.05 Wherever two incoming switches and one bus‐section switch/breaker are provided for an assembly, these shall be mechanically/key interlocked to ensure that only two out of the three can be closed at time.

Wherever two incoming switches are provided for an assembly, these shall be

Mechanically/key interlocked to ensure that one of the two can be closed at time.

4.06.00 Fuses

4.06.01 Fuses shall be HRC, preferably link type, with a minimum interrupting capacity equal to the short circuit current of the LT system.

4.06.02 Fuses shall be furnished complete with fuse bases and fittings of such design as to

permit easy and safe replacement of fuse element.

Page 82: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

81

Visible indication shall be provided on blowing of the fuse.

4.06.03 Motor fuse characteristics and ratings shall be chosen to ride over starting period without blowing. The fuse on incoming feeder wherever provided, shall be chosen to provide discrimination with motor/feeder fuses.

4.07.00 A.C. Starter

4.07.01 Contactors

a) The contactors shall be three pole, air break type with non‐bouncing silver/silver alloy contacts. The contactor shall be designed for duty as per Annexure‐A attached.

b) Each contactor shall be provided with minimum (2) normally open and two (2) normally closed auxiliary contacts rated 10A. The exact requirement of contacts shall be decided by the tenderer taking into account the scheme requirements and spares.

c) Contactors for forward and reverse direction of reversible drives shall preferably be both electrically and mechanically interlocked.

d) Delayed dropout contactors, if required and provided for some essential auxiliaries, shall not dropout on power failure if the voltage is restored within three seconds

e) Contactor starters shall comply with the requirements of IEC 60947‐4‐1 or IS 13947(Part4/Sec.1) in respect of co‐ordination of the characteristics of contactor, overload relay, and MCCB. The type of co‐ ordination shall be Type‐2 as per IEC/ IS.

4.07.02 Thermal Overload

a) Thermal overload relays shall be three elements, positive acting, ambient temperature compensated with adjustable settings.

b) Single phasing preventor shall be provided as an inbuilt feature of the thermal overload relay.

c) Relays shall be manual reset type with 1 NO and 1NC contacts; Resetting of relays shall be possible with compartment door closed. Colour of the resetting button shall be BLACK.

d) Relays may be direct acting or C.T. operated, depending on current rating. C.T.s shall be included in the scope of supply.

Page 83: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

82

e) Relays for fan motors having long starting time shall be saturable case C.T operated.

4.08.00 Miniature Circuit Breaker

4.08.01 MCB shall be suitable for manual closing and opening and also automatic trip on

overload and short circuit.

4.09.00 Control and Indication

4.09.01 Detailed requirements of individual circuits shall be developed by the Tenderers.

4.09.02 Push buttons shall be heavy duty, oil tight, push to actuate type with integral escutcheon plate marked with its function.

4.09.03 Each push‐button shall have minimum two (2) NO and two (2) NC contacts rated 10A at 240 V A.C.

4.09.04 Selectors switches shall be stay‐put; rotary type with escutcheon plates marked to indicate the function and positions, and shall be lockable in each position. Selector switch contacts shall be rated for 10A capacity.

4.09.05 Selector switches shall be provided with minimum three (3) contact blocks of 1 NO + 1 NC each.

The exact requirements of contacts shall be decided by the Tenderers taking into account the scheme requirement and spares.

4.09.06 Lamps shall be LED type. LED lamp shall be made in accordance with InP Technology

(Aluminium Indium Gallium Phosphide Technology). The body shall be made of Poly Carbonate Unbreakable Lens. LED shall be protected by inbuilt fuse with surge suppressor or leakage voltage glow protection. LED circuit shall be PCB mounted. Intensity shall be greater than 200 mcd. All Push Button lamp shall be as per LED indicating lamp.

4.09.07 For control supply, two (2) nos. adequately rated 415/240V control transformers with

necessary taps shall be provided. Auxiliary bus bars shall be used to distribute 240V AC control supply. The control supply of different modules shall be tapped individually from the auxiliary bus bars. Transformer ratings shall be so selected to facilitate 100% standby arrangement with adequate spare capacity.

4.10.00 Meters and Meter Selector Switches

4.10.01 All indicating instruments (96 x 96 mm) shall be switchboard types, with 240 Deg. scale,

anti‐glare glass and accuracy class of ± 2% full scale. Each meter shall have zero adjuster on the front.

Page 84: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

83

4.10.02 Motor ammeters shall have an extended suppressed end‐scale range to indicate starting current (6 to 8 times full‐load current).

4.10.03 Meter selector switches shall be maintained contact, stay‐put type, with knob handle. Ammeter and voltmeter selector switches shall be four position type. Ammeter selector switches shall have made before break contacts, to prevent open circuiting of CT secondary.

4.10.04 As per the mandatory requirement of pollution control board, energy meter should be

installed & hence multifunctional meter should be installed with following facilities:‐

“Multifunctional meters having six dual functions direct access keys for display and programming. Meter should be having common model both for HV and LV. Network with CT/PT programmable and six network selections. Meter should show maximum demand for KW, KVAR, KVA and Amps. Five parameters can be viewed simultaneously with current bar graph. Meters should have the plug in module for communication, control, data storage, and temperature and Ethernet. Meter should show four quadrant measurements with five energy register on display. Meter has to have the facility to check the wrong connection.”

4.11.00 Current Transformer 4.11.01 Current Transformers shall be cast‐resin type. All secondary connections shall be brought

out to terminal blocks where wye or delta connection will be made.

4.11.02 Motor feeders rated 30 KW and above, up to and including 90 KW. It shall be provided with CTs for metering.

4.11.03 Accuracy class of the current transformers shall be : a) Class PS for differential and restricted earth fault

b) Class 5P20 for other relaying

c) Class 0.5 ISF < 5 for metering

4.11.04 Other CT particulars like ratio, burden knee‐point voltage, excitation current and secondary resistance shall be decided by the Tenderers.

4.11.05 Feeders requiring remote metering and/or current monitoring shall be provided with current transducers with calibration for full‐scale reading. The output shall be 4‐20 mA DC of which shall correspond to the normal range.

4.11.06 CT secondary shall be rated for 1A for metering and either 5A or 1A for protection.

4.12.00 Relays

a) All relays & timers in the protection circuit shall be flush mounted with connection from inside. They shall have transparent, dust tight covers, removable

Page 85: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

84

from the front. They shall have built‐in testing facilities. Except small auxiliary relays and timers all relays shall be drawout type.

b) Relays shall be rated for operation on 1A secondary current and 110V secondary voltage to be decided by the bidder. Number and rating of relay contacts shall suit the job requirements.

d) It shall be the responsibility of the Bidder to fully co‐ordinate the overload and short circuit tripping of the circuit breakers with the upstream and downstream circuit breakers / motor starters to provide satisfactory discrimination.

e) All setting devices shall be accessible after removing the front cover. No relay shall be mounted on the rear side of MCC panel.

4.13.00 Secondary Wiring

4.13.01 All boards shall be fully wired at the factory to ensure proper functioning of control, protection, transfer and interlocking schemes.

4.13.02 MCCB and links shall be provided to permit individual circuit isolation from bus wires without disturbing other circuits. All spare contacts of relays, switches and other devices shall be wired up to terminal blocks.

4.13.03 Wiring shall be done with flexible, 1100 V grade, PVC insulated switchboard wires with stranded copper conductors of 2.5 mm2 for control, current and voltage circuits.

4.13.04 Each wire shall be ferruled by plastic tube with indelible ink print at both end having

terminal block no., terminal nos., destination no. as per approved Drawing.

4.13.05 Wire terminations shall be made with crimping type connectors with solder as insulating sleeves. Wires shall not be spliced between terminals.

4.14.00 Terminal Blocks

4.14.01 Terminal blocks shall be 1100V grade box‐clamp type 5‐mm2 minimum with marking strips. Terminals for C.T. secondary leads shall have provision for shorting.

4.14.02 Not more than two wires shall be connected to any terminal. Spare terminals equal in number to 20% active terminals shall be furnished.

4.14.03 Terminal blocks shall be located to allow easy access. Wiring shall be so arranged that

individual wires of an external cable can be connected to consecutive terminals.

4.15.00 Cable Termination

Page 86: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

85

4.15.01 Generally, all assemblies shall be designed for cable entry from the bottom. Sufficient

space shall be provided for all the cables as per cable schedule, for ease of termination

and connection.

4.15.02 All provisions and accessories shall be furnished for termination and connection of cables as per cable schedule, including removable gland plates, cable support, crimp type tinned copper/aluminium lugs, double compression brass glands with tapered washer (Power cable only) and terminal blocks.

4.15.03 Gland plates shall be minimum 4 mm thick. The gland plate and supporting arrangement for 1/C power cables shall be non‐magnetic type to minimise the flow of eddy current.

4.16.00 Ground Bus

4.16.01 A ground bus, rated to carry maximum fault current, shall be provided which shall extend the full length of the assembly.

4.16.02 The ground bus shall be provided with two‐bolt drilling with G.I. bolts and nuts at each

end and shall be suitable to receive 50 x 6 mm Copper flat.

4.16.03 All stationary units including non‐current carrying metal work of boards/panels shall be directly connected to the ground bus for effective grounding.

The frames of all circuit breakers shall be grounded through heavy multiple contracts at all times except when the primary disconnecting devices are separated by a safe distance.

The frames of all other drawout modules shall be grounded at all times except when the power disconnects are separated by a safe distance.

4.16.04 Wherever the schematic diagrams indicate a definite ground at the switchgear; a single wire for each circuit thus grounded shall be run independently to the ground bus and connected thereto.

4.16.05 All hinged doors shall be earthed by flexible copper braid.

4.17.00 Nameplates

4.17.01 Nameplates of approved design shall be provided on each cubicle, at the top of the assembly and on each instrument & device mounted on or inside the cubicle.

4.17.02 The material shall be lamicoid or approved equal. 3 mm thick with white letters on black

background.

4.17.03 The name plates shall be held by self‐tapping screws. Nameplate size shall be minimum 20 x 75 mm for instrument/devices & 40 x 50 mm for panels.

Page 87: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

86

4.17.04 Caution notice on suitable metal plate shall be affixed both at the front and back of each

vertical panel. 4.18.00 Space Heaters and Plug Sockets

4.18.01 Each vertical section shall be provided with thermostat controlled space heater and 5A, 3 pin plug socket.

4.18.02 In addition, motor feeders rated 30 KW and above shall be wired‐up for feeding the

motor space heater through suitably rated breaker auxiliary NC contact and/or contactor.

4.18.03 Cubicle heater. Motor heater, and Plug‐socket circuit shall have individual MCCB units.

4.19.00 A.C. Power Supplies

4.19.01 Necessary power supplies as required for control and service, shall be arranged by the Contractor. Incoming power supply will be provided by SPM.

4.19.02 Isolating MCCB units shall be provided for the incoming supplies. These shall be 4‐pole,

single throw for 415V AC.

4.19.03 Bus‐wires of adequate capacity shall be provided to distribute the incoming supplies for different cubicles. Isolating MCCB units shall be provided at each cubicle for A.C. /D.C. supplies.

4.19.04 A.C. load shall be so distributed as to present a balanced loading on three‐phase supply system.

4.20.00 Tropical Protection

4.20.01 All equipment, accessories and wiring shall have fungus protection, involving special treatment of insulation and metal against fungus, insects & corrosion.

4.20.02 Screens of corrosion resistant material shall be furnished on all ventilating louvers to prevent entry of insects.

4.21.00 Painting

4.21.01 All assemblies shall be finished in light grey (IS shade * 631) with two coats of synthetic enamel paint. Painting process shall be of powder coating type.

4.22.00 Moulded Case Circuit Breaker 4.22.01 Moulded Case Circuit Breaker shall be three pole, single throw, air break type having trip

free mechanism with quick make break contacts. Moulded Case Circuit Breaker for

Page 88: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

87

feeders of MCCs/MCCB Boards and for outgoing feeder from MCCs. MCCBs shall have door interlocks and padlocking facility.

Moulded Case Circuit Breakers shall have current limiting design.

Moulded Case Circuit Breakers of identical rating shall be physically and electrically interchangeable.

Moulded Case Circuit Breakers shall be provided with 1 NO and 1 NO electrically separate auxiliary contacts.

4.22.02 MCCB used for 50KW and above motor rating shall have additional E/F protection.

5.00.00 TESTS

5.01.00 The switchgear shall be completely assembled, wired, adjusted and tested at the factory as per the relevant standards.

5.02.00 Routine Tests

The tests shall include but not necessarily limited to the followings:

a) Operation under simulated service condition to ensure accuracy of wiring, correctness of control scheme & proper functioning of the equipment.

b) All wiring and current carrying parts shall be subjected to appropriate High Voltage Test.

Page 89: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

88

ANNEXURE‐A

RATINGS & REQUIREMENTS

1.0 GENERAL

Type : Metal‐clad, drawout (MCC/SVB) Metal‐clad, fixed (DB)

Service : Indoor

Enclosure : In switchgear room and control room, all panels shall have

degree of protection of IP4X. For all other locating the panels

shall have degree of protection of at least IP‐54.

1.1 System AC

Voltage : 415V ± 10%

Phase : 3‐phase and neutral ‐

Frequency : 50 Hz ±3% ‐

Combined voltage and

frequency variation : 8% (absolute sum) ‐

System grounding : Solidly grounded Ungrounded

1.2 Rated Current at 50oC

ambient

Busbar : To be decided by the Tenderers

Circuit breaker : ‐ Do ‐

Switches : 16A to 630A

1.3 Short Circuit Rating AC

Interrupting : 50 KA

Short Time for : 50 KA (1 second)

1.4 Hipot for 1 minute (min.) : 2.5 KV 1.5 KV

Page 90: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

89

* Indicative only; actual value to be decided by the bidder and to be substantiated by calculation.

1.5 A.C. Power Supply

Service voltage : 240V AC ± 10%, 1 Ph, 50 Hz ± 3%

2.0 CONTACTOR DUTY AC DC

: Class III‐Category Class I ‐

AC3 for unidirectional Category DC2

drives and AC4 for

bi‐directional/inching

duty drives.

3.0 SWITCH DUTY

Motor feeders : AC23 DC22

Other feeders : AC22 DC22

Page 91: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

90

ANNEXURE‐B

PROTECTIONS

1.0 Suitable provision for metering and monitoring such as voltage, current, power factor, watt‐hr, event record etc. shall be provided.

ANNEXURE‐C

415V MCC PRELIMINARY LOAD LIST (TO BE FURNISHED BY THE BIDDER)

1. EFFLUENT SUMP PUMPS ‐ One (1) W + One (1) S.

2. FLASH MIXER AGITATOR ‐ One (1) Set.

3. FLOCCULATOR ALONG WITH TUBE SETTLER & PADDLE TYPE AGITATOR ‐ One (1) Set.

4. FLOCCULATOR UNDERFLOW SLUDGE TRANSFER PUMPS ‐ One (1) W + One (1) S.

5. ANAEROBIC SYSTEM FEED PUMPS ‐ One (1) W + One (1) S.

6. DISSOLVED AIR FLOATATION (DAF) UNIT/ MICROFIBER REMOVAL UNIT ‐ One (1) Set.

7. DAF UNDERFLOW SLUDGE TRANSFER PUMPS ‐ One (1) W + One (1) S.

8. EFFLUENT TRANSFER PUMPS ‐ One (1) W + One (1) S.

9. REACTIVATOR CLARIFIER ‐ One (1) Set.

10. SURFACE AERATORS ‐ Eight (8) Sets

11. SECONDARY CLARIFIER ‐ One (1) Set.

12. SECONDARY CLARIFIER SLUDGE TRANSFER PUMPS ‐ One (1) W + One (1) S.

13. SECONDARY TREATED EFFLUENT TRANSFER PUMPS ‐ One (1) W + One (1) S.

14. FINAL TREATED EFFLUENT TRANSFER PUMPS ‐ One (1) W + One (1) S.

15. ROTARY DRUM FILTER FEED PUMPS ‐ One (1) W + One (1) S.

16. ROTARY DRUM FILTER (INSIDE FILTER HOUSE) ‐ One (1) Set complete with One (1) Filtrate

pump & One (1) Vacuum pump.

17. POLYMER DOSING TANK & PUMPS ‐ One (1) tank with two (1W+1S) dosing pumps & other

accessories.

18. ALUM DOSING TANK & PUMPS ‐ One (1) tank with two (1W+1S) dosing pumps & other

accessories.

19. ACID DOSING TANK & PUMPS ‐ One (1) tank with two (1W+1S) dosing pumps & other

accessories.

Page 92: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

91

20. ALKALI DOSING TANK & PUMPS ‐ One (1) tank with two (1W+1S) dosing pumps & other

accessories.

21. NUTRIENT DOSING TANK & PUMPS ‐ One (1) tank with two (1W+1S) dosing pumps & other

accessories.

Note:‐ Bidder is to furnish the exact motor ratings for the above motorised equipment.

Page 93: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

92

SECTION: E‐0103

LOCAL CONTROL BOARDS/PANELS, LOCAL ISOLATING SWITCH

UNITS AND LOCAL PUSH BUTTON STATIONS

SUB‐SECTIONS

DESCRIPTION

1.00.00 SCOPE OF SUPPLY

2.00.00 CODES AND STANDARDS

3.00.00 DESIGN CRITERIA

4.00.00 SPECIFIC REQUIREMENT

5.00.00 TEST

ANNEXURE‐A RATINGS AND REQUIREMENTS

1.00.00 SCOPE OF SUPPLY

1.01.00 The following equipment shall be furnished with all accessories:

a) One (1) complete set of Local Control Boards/Panels.

b) Local Push Button Stations: As required.

c) Local Isolating Switch Units: As required.

1.02.00 Furnishing, Mounting, and wiring of all equipments, devices and accessories.

1.03.00 Floor Channel sill, vibration damping pad, and kick plates for all floor‐mounted control boards/panels, complete with holding down bolts and nuts.

1.04.00 Mounting hardware for all control boards/panels, Local Push Button Stations, and Local

Isolating Switch Units.

2.00.00 CODES AND STANDARDS

2.01.00 All equipment and materials shall be designed, manufactured and tested in accordance with the latest applicable Indian Standards (IS) and IEC except where modified and/or supplemented by this specification.

Page 94: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

93

2.02.00 The electrical installation shall meet the requirements of Indian Electricity Rules as amended up to date and relevant IS Code of Practice. In addition, other rules and regulations applicable to the work shall be followed.

3.00.00 DESIGN CRITERIA

3.01.00 The Local Control Boards/Panels will be used for controlling incomers/ bus‐section/electrically operated radial breaker feeders of the associated PCC/ PMCC/MCC. Necessary indications, meters and mimic representation shall also be provided on these control boards/panels.

Local control of all drives shall be done from Process Control Boards/Panels, as

described in respective sections of mechanical specification. The Local Control Boards/Panels shall have to be duly matched with the Process Control

Boards/Panels. 3.02.00 Local Push Button (L.P.B.) stations will be used for controlling drives from local.

3.03.00 All equipment except L.P.B stations, will be located in a clean but hot, humid, and tropical atmosphere. The L.P.B. stations will be generally installed in a hot, humid, and tropical atmosphere.

3.04.00 All Control Boards/Panels, L.I.S. Units, and L.P.B. stations shall be liberally sized so as to provide spacious layout of equipment and devices with sufficient working space in between.

3.05.00 Adequate space/terminals shall be kept in the boards/panels for installing additional equipment in future.

3.06.00 For continuous operation at specified ratings, temperature rise of the various components/equipment shall be limited to the permissible values stipulated in the relevant standards and/or this specification.

3.07.00 All equipment/components thereof shall be capable of withstanding the mechanical forces and thermal stresses of the system short circuit current without any damage or deterioration of material.

3.08.00 Design, material selection, and workmanship shall be such as to present a neat appearance outside and inside with no welds, rivets, screws, or bolt heads apparent from the exterior surface of the boards/panels. All instrument cut‐outs, mounting studs, and support brackets shall be accurately located.

4.00.00 SPECIFIC REQUIREMENTS

4.01.00 Construction

Page 95: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

94

4.01.01 Local Control Boards/Panels

a) Local Control Boards may consist of a number of vertical panels mounted side‐by‐side, in which case, they shall be bolted together to form a compact unit. Where two panels meet, the joints shall be smooth, close‐fitting, and unobtrusive.

b) The control boards/panels/stations shall be totally enclosed type, conforming to

degree of protection IP‐54 or better.

c) Generally, the local control boards/panels shall be free‐standing, floor‐mounted, dead‐front assemblies. In some cases, however, wall‐mounted type control boards/panels may also be accepted.

d) Floor‐mounted control boards/panels shall be assembled on channel/angle base plates with anti‐vibration mountings and stainless steel kick‐plates.

e) Control boards/panels shall be of folded sheet steel construction, minimum 2

mm. thick, and free from all surface defects. The boards/panels shall have sufficient structural reinforcement to ensure a plane surface, to limit vibration, and to provide rigidity during shipment and installation.

f) All floor‐mounted panels shall have rear door.

g) Doors shall have concealed type hinges and padlocking arrangement. Doors shall be grounded by flexible copper braid.

h) All doors and removable covers shall be provided with neoprene rubber gaskets all round and latches sufficiently strong to hold them in alignment when closed.

i) Working height of the panels shall be limited between 550 mm and 1800 mm above floor level.

4.01.02 Local Push Button Stations

a) L.P.B. Stations shall be furnished in sheet steel enclosure of dust and vermin‐proof, weather‐proof, gasketted construction, suitable for outdoor use without canopy, and conforming to degree of protection IP‐55 or better.

b) L.P.B. Stations shall be suitable for column/structure/wall mounting and shall be complete with push‐buttons, terminal blocks, anodised aluminum inscription plate, two (2) nos. earthing terminals, removable gland plate along with crimp type tinned copper lugs and compression type glands for cable/conduit entry from top and bottom. The earthing terminals shall be suitable for connection to one (1) no. 8 SWG G.I. wire.

c) L.P.B. Stations shall be of the following basic type and equipped with:

Page 96: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

95

Type‐A : One (1) START push‐button and one (1) STOP push‐button.

Type‐B : One (1) OPEN push‐button, one (1) CLOSE push‐button, and one (1) STOP push‐button.

Type‐C : Flame proof type as per IS‐2148. One (1) START push‐button and

one (1) STOP push‐button.

Type‐D : One (1) STOP Lock‐out switch.

Any other type of L.P.B. Station, if required, shall be subject to approval of the Purchaser.

d) OPEN, CLOSE, and START push‐buttons shall be spring return to normal type. STOP push‐buttons shall have mushroom head actuator with press‐to‐latch and key‐to‐release feature.

e) OPEN/START push buttons shall be GREEN, STOP push buttons shall be RED, and CLOSE buttons may be YELLOW.

f) All push‐buttons shall have a minimum of two (2) Normally‐Open and two (2) Normally‐Closed electrically separate contacts, rated minimum 10 A at operating voltage.

g) Wiring shall be done by 1/C ‐ 2.5 sq.mm. 1100V grade, PVC/XLPE insulated,

stranded copper conductor, cable. Each wire shall be identified at both ends by ferrules with wire designation.

h) Terminals shall have provision for connecting at least two (2) nos. 2.5 sq.mm. copper cable and shall be rated for carrying continuously minimum 10 A at 240V A.C.

4.01.03 Local Isolating Switch Units

a) L.I.S. Units shall be furnished in sheet steel enclosure of dust and vermin‐proof, weather‐proof, gasketted construction, suitable for outdoor use without canopy, and conforming to degree of protection IP‐55 or better.

b) L.I.S. Units shall be suitable for column/structure/wall mounting and shall be complete with load‐break switch, terminal blocks, anodized aluminum inscription plate, two (2) nos. earthing pads, removable gland plate along with crimp type tinned copper lugs and compression type glands for cable/conduit entry from top and bottom. The earthing pads shall be suitable for connection to 25 x 3 mm G.S. flat.

c) Load‐break switches shall be four‐pole, air break, heavy‐duty type. Duty class of

load‐break switches shall be AC‐23 for motor feeders. Motor feeder switches shall

Page 97: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

96

be capable of safely breaking the locked rotor current of the associated motor circuit.

d) Terminals shall be clip‐on type, 10 sq.mm. minimum.

4.02.00 Equipment Mounting

4.02.01 All equipment shall be so mounted that removal and replacement may be accomplished individually without interruption of services to others. No equipment shall be mounted on panel door.

4.02.02 All equipment mounted inside the panels shall be so located that their terminals and adjustments are readily accessible for inspection or maintenance.

4.02.03 For Local Control Boards/Panels control components such as push buttons, indicating lamps, selector switches, indicating meters etc. shall be flush mounted on the front face of the board/panel while switch fuses, supervision relays (AC/DC) etc. shall be mounted inside.

4.03.00 Name Plate

4.03.01 Nameplates shall be furnished for each panel and for each instrument or device mounted on the panel. Each LPB Station shall also be provided with a nameplate.

4.03.02 The material of the nameplate shall be lamicoid or approved equal, 3 mm thick, with white letters on black background.

4.03.03 The nameplates shall be held by self tapping screws. The size of nameplate shall be approx. 20 mm x 75 mm for equipment and 40 mm x 150 mm for the panels. The size of the nameplate shall suit the overall dimensions of LPB station/L.I.S Unit.

4.03.04 Nameplates for panels shall be provided both on the front and on the rear and shall be according to final device/designation list.

4.03.05 Control and meter selection switches shall have integral nameplates. Nameplates for all

other devices shall be located below the respective devices.

4.03.06 Instruments and devices mounted on the face of the panels shall also be identified on the rear with the instrument or device number. The number may be painted on or adjacent to the instrument or device case.

4.04.00 Mimic Diagram

4.04.01 Mimic diagram of electrical connections shall be furnished on the front face of all electrical control panels.

Page 98: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

97

4.04.02 Mimic buses shall be at least 3 mm thick and 10 mm in width, made of suitably treated metal strips or approved equivalent and colour coded to denote different voltages.

4.04.03 The mimic representation, colour and size of diagram are subject to the approval of the Purchaser.

4.05.00 Illumination, Space Heating and Receptacles

4.05.01 Each panel shall be provided with interior fluorescent tube with door switch, space heater with thermostat and 5A, 3‐pin receptacle with plug. Third pin of the socket shall be effectively grounded through the metallic structure.

4.05.02 Tube, heater and receptacle circuits shall be suitable for available A.C. supply and furnished with individual ON‐OFF switch.

4.05.03 The lamp shall be located at the ceiling and guarded with protective cage. Space

heater shall be located near the floor so as not to pose any hazard to service personnel.

4.06.00 Fuse

4.06.01 Fuse and link shall be provided for individual circuits for protection and also for isolation from bus wire without disturbing other circuits.

4.06.02 The fuse requirements in each panel shall be grouped in easily accessible fuse blocks or distribution panel. The grouping shall be done in a neat and orderly fashion.

4.06.03 Bus wires of adequate capacity shall be provided to distribute the incoming supplies to different cubicles of a VDB. Isolating switch fuse units shall be provided at each cubicle for A.C supply.

4.07.00 Wiring

4.07.01 The panels shall be fully wired up at the factory to ensure proper functioning of control, protection and metering schemes.

4.07.02 All spare contacts of relays and switches shall be wired up to terminal blocks.

4.07.03 Wiring shall be done with flexible, heat resistant, 1100V grade, PVC insulated, switchboard wires with stranded copper conductor, 2.5 Sq.mm for current, control circuits and voltage circuits.

4.07.04 Each wire shall be ferruled by plastic tube with indelible ink print at both end having

terminal Block No., terminal numbers, destination number as per approved wiring drawing.

Page 99: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

98

4.07.05 All wire termination shall be made with insulated sleeve solderless crimping type tinned copper lugs. Wires shall not be tapped or spliced between terminals.

4.07.06 Wiring shall be neatly bunched in groups by non‐metallic cleats or bands. Each group shall be adequately supported along its run to prevent sagging or strain on the termination.

4.07.07 Colour codes shall be used for wiring as per latest revision of IS: 375.

4.08.00 Terminal Block

4.08.01 Multi‐way terminal blocks complete with necessary binding screws and washers for wire connections and marking strip for circuit identification shall be furnished for terminating the panel wiring and outgoing cables. Terminals shall be box‐clamp type, 10 sq.mm. minimum. Terminals for C.T. secondary leads shall have provision of shorting and grounding.

4.08.02 Not more than two wires shall be connected to one terminal. If necessary, a number of

terminals shall be jumpered together to provide wiring points.

4.08.03 Each terminal shall be identified with designation as per approved schematic. At least 20% of the total number of active terminals shall be furnished as spare in each panel.

4.08.04 The wiring and terminals shall be so arranged that individual wires of an external cable can be connected to consecutive terminals.

4.08.05 The terminal blocks shall be located to allow easy access and also to suit floor openings for cable entry.

4.08.06 The terminal blocks within the panels shall be mounted on vertical support brackets. The support brackets shall be tack welded to the interior sheet steel mounting plates of the cabinet. Support brackets shall not be welded directly to the walls of the enclosure. The terminal blocks shall be attached to the support brackets with round head machine screws.

4.08.07 Terminal blocks shall generally be mounted vertically with adequate spacing (not less than 100 mm) between adjacent rows.

4.08.08 The bottom of the terminal block shall be at least 200 mm above the incoming cable gland plate.

4.09.00 Cable Entry

4.09.01 The Control Boards/Panels shall have provisions of cable entry from the bottom. Bottom plate shall be provided to make entry dust‐tight. L.P.B. stations and Local Isolating Switch Units shall have provision for cable/conduit entry from both top and bottom. Suitable cable gland‐plates shall be provided.

Page 100: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

99

4.10.00 Grounding

4.10.01 50 x 6 mm TINNED COPPER ground bus shall be provided in each control panel extending along the entire length of the assembly.

4.10.02 The ground bus shall have two‐bolt drilling with Cu bolts and nuts at each end and shall be suitable for connection to 50 x 6 mm Cu flat.

4.10.03 The ground bus shall be bolted to the panel structures and shall effectively ground the entire assembly. The cases of meters, relays and switching devices shall be grounded through the steel structure.

4.10.04 Whenever a circuit is grounded, a single wire from the circuit shall be run independently to the ground bus and connected to it.

4.11.00 Painting

4.11.01 Panels and Push‐button Stations shall be finished with two coats of synthetic enamel paint white inside and gray (shade 631 of IS‐5) outside. Panels and push‐button stations shall be stoved after each spraying of finish paint. Painting process shall be of powder coating.

4.11.02 Caution Notice plate shall be affixed at the back of each vertical panel.

4.12.00 Switches

4.12.01 Switches shall be dust protected, heavy duty, switchboard type, complete with escutcheon plate. Contacts shall be silver surfaced and rated minimum 10A at operating voltage.

4.12.02 415V Breaker control switches shall be 3‐position (TRIP/NORMAL/‐CLOSE), 120o, spring return to neutral with lost motion device, non‐lockable, sequence device, pistol grip handle, RED/AMBER/GREEN (circuit breaker CLOSED/ TRIPPED‐OR‐TRIP CIRCUIT UNHEALTHY/OPEN) indicating lamps shall be provided with each breaker control switch.

4.12.03 Any other type of switch, if required, shall be subjected to approval of purchaser.

4.12.04 Tenderer shall decide the number of switch contacts taking into account the scheme requirements and spares.

4.13.00 Fuses

4.13.01 Fuses shall be HRC, preferably link type, with a minimum interrupting capacity equal to the system short circuit current.

Page 101: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

100

4.13.02 Fuses shall be furnished complete with fuse boxes and fittings of such design as to permit easy and safe replacement of fuse element. Visible indication shall be provided on blowing of the fuse.

4.13.03 Motor fuse characteristics and ratings shall be chosen to ride over motor starting period without blowing. The fuse on incoming feeder, wherever provided, shall be chosen to provide discrimination with motor/feeder fuses.

4.14.00 Contactors

4.14.01 Contactors shall be three pole, air break type, with non‐bouncing silver/silver alloy contacts. Contactor duty shall be class III ‐ category AC3 for unidirectional drives and AC4 for bi‐directional and inching drives/class I ‐ category DC2.

4.14.02 Each contactor shall be provided with minimum two (2) N/O and two (2) N/C auxiliary contacts rated 10 A at operating voltage. The exact requirement of contacts shall be decided by the Tenderers taking into account the scheme requirements and spares.

4.14.03 Contactor starters shall comply with the requirements of IS‐8544 (Part ‐ 1) in respect of co‐ordination of the characteristics of contactor, overload relay, and fuse. The type of co‐ordination shall be Type‐C as per IS‐8544.

4.15.00 Thermal Overload

4.15.01 Thermal overload relays shall be three elements, positive acting, ambient temperature compensated with adjustable settings.

4.15.02 Single phasing preventor shall be provided as an inbuilt feature of the thermal overload relay.

4.15.03 Overload relays shall be manual reset type with 1 NO and 1 NC contacts. Resetting of relays shall be possible with compartment door closed. Colour of resetting button shall be BLACK.

4.15.04 Relays for fan motors having long starting time shall be saturable core C.T. operated.

4.16.00 Current Transformers

4.16.01 Current Transformers shall be cast resin type. All secondary connections shall be brought out to terminal blocks where wye or delta connection will be made.

4.16.02 Accuracy class of the current transformers shall be:

a) Class PS for differential

b) Class 5P20 for other relaying

c) Class 0.5, ISF<5 for metering.

Page 102: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

101

4.17.00 Push Button

4.17.01 All push buttons shall be oil tight, heavy duty, push to actuate type, with coloured button and inscription plate marked with its function. The colour of "ON" and "OFF" push buttons shall be RED and GREEN respectively. RESET push buttons shall be coloured black.

4.17.02 Each push button shall have minimum 2 NO. + 2 NO. contacts, rated 10A at 240V AC.

4.17.03 Push buttons shall be shrouded type except for emergency trip button, which shall be mushroom type for easy identification.

4.18.00 Lamps

4.18.01 Lamps shall be LED type.

4.18.02 LED lamp shall be made in accordance with InP Technology (Aluminium Indium Gallium Phosphide Technology). The body shall be made of Poly Carbonate Unbreakable Lens. LED shall be protected by inbuilt fuse with surge suppressor or leakage voltage glow protection. LED circuit shall be PCB mounted. Intensity shall be greater than 200 mcd. All Push Button lamp shall be as per LED indicating lamp.

4.19.00 Meters

4.19.01 All indicating instruments shall be switchboard type, back connected, suitable for flush mounting, 96 x 96 mm with 240 Deg. scale, antiglare glass and accuracy class of ± 2% of the full scale. The dials shall be made of such material as to ensure freedom from warping, fading, and discolouring during the lifetime of the instruments.

4.19.02 All indicating instruments shall be enclosed in dust‐tight cases suitable for tropical use.

4.19.03 Meters shall have provision for zero‐adjustment from front of the panel.

4.19.04 Meters shall be compensated for temperature errors and factory calibrated to read the primary quantities directly without using a multiplying factor.

4.20.00 Relays

4.20.01 Auxiliary relays shall be furnished in fixed, dust‐tight, casings and mounted inside the panel.

4.20.02 The relays shall have adequate numbers of contacts to suit scheme requirements. Besides, each relay shall have spare contacts for future use.

4.20.03 Contacts shall be silver‐surfaced, bounce‐free, and capable of repeated operation without deterioration.

Page 103: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

102

4.21.00 Auxiliary Devices

4.21.01 The Contractor shall furnish, install, and wire‐up all auxiliary devices such as timing / switching / lockout / auxiliary relays/auxiliary contactors, etc. as required for the proper functioning of the approved schemes.

4.21.02 The Contractor shall number the various types of relays and contactors as per the numbers appearing in the approved Schematic/Wiring appearing in the approved Schematic/Wiring diagrams.

5.00.00 TESTS

5.01.00 All Control Boards/Panels, L.I.S. Units and L.P.B. Stations shall be completely assembled, wired, adjusted and tested at the factory prior to shipment to ensure accuracy of wiring, correctness of control scheme and proper functioning of all components.

Page 104: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

103

ANNEXURE‐A

RATINGS & REQUIREMENTS

1.0 Local Control Board

1.1 General

Type : Fixed type

Service : Indoor/Outdoor

Enclosure : IP‐54/ IP‐65

1.2 System

Voltage : 415 Volt ± 10%

Phase : 3

Frequency : 50 Hz ±3%

System : Solidly grounded

1.3 Rated Current at 50°C

Bus bar : To be decided by the Bidders

Switches : To be decided by the Bidders

1.4 Short Circuit Rating

Interrupting : 50 KA

Short time for

1 Second : 50 KA

1.5 Insulation Level : 2.5 KV for 1 min.

Page 105: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

104

SECTION: E‐0104

CABLES

SUB‐SECTIONS

DESCRIPTION

1.00.00 SCOPE OF SUPPLY

2.00.00 CODES AND STANDARDS

3.00.00 DESIGN CRITERIA

4.00.00 SPECIFIC REQUIREMENT

5.00.00 TESTS ANNEXURE‐A L.V. POWER CABLES

ANNEXURE‐B CONTROL CABLES

1.00.00 SCOPE OF SUPPLY

1.01.00 Power and Control Cables shall cover the entire requirement of entire Effluent Treatment Plant (ETP) Package. The cables shall be furnished in accordance with this specification and Annexures.

Other cables including special cables, if any, which are necessary as per proven

engineering practice for satisfactory & trouble free operation of the entire cable system of the this package shall also be within the scope of supply. These shall include all such cables for electrical integral with mechanical equipment systems and sub‐systems.

1.02.00 Cables shall be furnished in accordance with this specification and the following

Annexures: ‐

a. LV. Power Cables : Annexure A

b. Control Cables : Annexure B

2.00.00 Codes and Standards 2.01.00 All cable and materials shall be designed, manufactured and tested in accordance with

the latest applicable Indian Standards (IS) and IEC except where modified and/or supplemented by this specification.

2.02.00 The electrical installation shall meet the requirements of Indian Electricity Rules as

amended upto date and relevant IS Code of Practice. In addition, other rules and regulations applicable to the work shall be followed.

Page 106: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

105

3.00.00 DESIGN CRITERIA

3.01.00 The Cables will be used for connection of power and control circuits of the auxiliary electrical systems.

3.02.00 Cables will be generally laid on ladder type trays or drawn through rigid PVC/GI /HDPE pipe/conduits or directly buried in ground depending on layout requirement.

3.03.00 For continuous operation at specified rating, maximum conductor temperature shall be limited to the permissible value as per relevant standard or this specification which one is more stringent.

3.04.00 The insulation and sheath materials shall be resistant to oil, acid and alkali and shall be tough enough to withstand mechanical stresses during handling.

3.05.00 The outer sheath of power and control cables shall have rodent and termite repulsion treatment.

4.00.00 SPECIFIC REQUIREMENTS

4.01.00 L.V. Power Cables

The L.V. power cable shall be furnished as indicated in Annexure –A

4.02.00 Control Cables

The control cable shall be furnished as indicated in Annexure – B

4.03.00 Drum Length and Tolerance

The cables shall be supplied in non‐returnable drums for LV power and control cables, each containing minimum 500 meters length of larger sizes of cable unless specifically asked for. For smaller sizes of cables, each drum shall contain 1000 meters length of cable. Allowable tolerance on individual drum length is +5%.

4.04.00 Total Quantity Variation Total supplied quantity shall not vary by more than ± 5% of total quantity for ordered length for all types of cables.

4.05.00 Non‐Standard Length

SPM may accept non‐standard lengths upto 5% of the total ordered quantity.

4.06.00 Selection Criteria 4.06.01 In cable sizing the following are to be taken into consideration. a) Short circuit current and duration b) Continuous current. c) Installation conditions.

Page 107: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

106

d) Voltage drop under normal running and starting condition.

4.06.02 Apart from above, consideration shall also be given to limit the cable to some standard sizes instead of using too many types.

4.06.03 The standard cable sizes, amp capacities, de‐rating factors as given in IS will be

generally followed. 4.06.04 a) For breaker protected circuits minimum size will be determined by short circuit

rating. b) For motor circuits the selection of size will be made ensuring that the cable shall

withstand a short circuit fault directly following a second hot start.

4.06.05 For fuse protected circuit, the conductor size will depend on full load current subject to voltage drop not exceeding 3%. For practical purposes, the minimum size chosen is as below :

a) Copper : 2.5 Sq mm.

All drives of small rating where terminations with 16 Sq mm cables are not feasible, shall have copper cable.

4.06.06 All control cables shall be 2.5 Sq mm copper cable.

4.06.07 Multicore control cables will generally have spare conductor (s) in accordance with the following chart:

Conductors required Cables

1 or 2 1‐3/C 3 or 4 1‐5/C 5 or 6 1‐7/C 7 or 8 1‐9/C 9 or 10 1‐12/C

4.07.00 Cable identification

Cable identification shall be provided by embossing on every meter on the outer sheath the following :

a) Manufacturer’s name or trade mark

Page 108: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

107

b) Voltage grade c) Year of manufacture

d) Type of insulation, e.g. XLPE/PVC etc. e) No. of core and size of cables. f) Type of improved fire performance, e.g. FR/FR‐LSH

g) IS number 4.08.00 Packing

4.08.01 Cables shall be supplied in non‐returnable drums. The drums shall be of heavy construction. All wooden parts shall be manufactured from seasoned wood. All ferrous parts used shall be treated with suitable rust preventive finish or coating to avoid rusting during transit or storage.

4.08.02 Cable shall be wound and packed on drums in such a manner that it will be properly

sealed and firmly secured to the drum. The ends of each length shall be sealed before shipment.

4.08.03 The cable drums should carry the following details in printed form: a) Manufacturer’s name or trade make b) Type of cable & voltage grade c) Year of manufacture d) Type of insulation e.g. XLPE/PVC etc. e) No. of core and size of cables f) Cable code g) Length of cable on drum h) No. of length on drum, if more than one i) Direction of rotation, by arrow

j) Approx. gross mass.

k) IS number and ISI mark

Page 109: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

108

5.00.00 TESTS 5.01.00 Shop Tests

The Cables shall be subject to shop tests in accordance relevant IS/IEC standards to prove the design and general qualities of the Cables as below: ‐

5.01.01 Routine tests on each drum of cables. 5.01.02 Acceptance tests on drums chosen at random for acceptance of the lot. 5.01.03 Type tests on each type of cable, inclusive of measurement of armor D.C. resistance of

power cables. 5.02.00 Additional Tests Following additional acceptance tests shall also be performed on each type of cables

having outer sheath with improved fire performance (category C1, Type FR/ Category C2, Type FRLSH):

5.02.01 Oxygen index test (for both C1 & C2) The Oxygen index shall not be less than 29 5.02.02 Temperature Index Test (for both C1 & C2) The measured value of temperature index shall be 21 at a temperature of 250°C 5.02.03 Flame Retardance test on single cable and on bunched cables (for both C1 & C2) After the test, there should be no visible damages on the test specimen within 300mm

from its upper end. After burning has ceased, the cables should be wiped clean and the charred or affected

portion should not have reached a height exceeding 2.5 meter above the bottom edge of the burner, measured at the front and rear of the cable assembly.

5.02.04 Halogen acid gas evolution test (for category C2). The level of HCL evolved shall not exceed 20 per cent by weight 5.02.05 Smoke density test (for category C2) The cables shall meet the requirements of light transmission of minimum 40% after the

test.)

Page 110: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

109

5.03.00 Test Certificates 5.03.01 Certified reports of all the tests carried out at the works shall be furnished for approval of

the SPM. 5.03.02 Test reports shall be completed with all details and shall also contain IS specified limit

values, wherever applicable, to facilitate review & inspection for SPM 5.03.03 The cables shall be dispatched from works only after receipt of SPM written approval of

the test reports.

Page 111: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

110

ANNEXURE‐A

L.V. POWER CABLES

1.0 1100 V grade,90º C continuous rating under normal condition and 160°C under short circuit condition rating, heavy duty, XLPE power cable conforming to following requirement and in line with IS 1554. IS 8130 & IS 5831 and IS 3975.

1.1 Conductor : Stranded, non‐compacted & circular, high conductivity annealed plain copper cable sizes above 2.5 mm2and class 2 stranded high conductivity annealed plain copper for cable sizes upto 2.5 mm2 conforming to IS:8130.

1.2 Insulation : Extruded cross‐linked polyethylene (XLPE) conforming to IS‐7098 (Part‐2)

1.3 Core Identification : By color coding.

1.4 Inner Sheath : Extruded PVC compound conforming to type ST2 of IS:5831 for three core cables. Filler shall be of same material as of inner sheath i.e. ST2. Single core cables shall have no inner sheath.

1.5 Armour : Galvanised single round steel wire armour for twin and multicore cables.

1.6 Overall Sheath : Extruded Low Halogen FRLS PVC compound conforming to type ST2 of IS 5831.

Page 112: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

111

ANNEXURE‐B

CONTROL CABLES

2.0 1100 V grade 85º C continuous rating under normal condition and 160°C under short circuit condition rating PVC Control cable (YWY) conforming to following requirement and in line with IS:1554, IS:8130, IS:5831 and IS:3975.

2.1 Conductor : Stranded, non‐compacted & circular, high conductivity annealed plain copper, generally conforming to class 2 of IS:8130.

2.2 Insulation : Extruded PVC compound conforming to type C of IS:5831.

2.3 Core Identification : By color coding and numbering at interval of 100mm or less.

2.4 Inner sheath : Extruded PVC compound conforming to type ST2 of IS:5831 for multicore cables. Single core cables shall have no inner sheath.

2.5 Armour : Galvanised single round steel wire for twin and multicore cables.

2.6 Overall Sheath : Extruded Low Halogen FRLS HR‐PVC compound conforming to type ST2 of IS 5831.

Page 113: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

112

SECTION: E‐0105

ERECTION, CABLING, GROUNDING AND

LIGHTNING PROTECTION SYSTEM

SUB‐SECTIONS

DESCRIPTION

1.00.00 SCOPE OF WORK

2.00.00 SCOPE OF SUPPLY

3.00.00 GENERAL REQUIREMENTS

4.00.00 DESIGN CRITERIA

5.00.00 SPECIFIC REQUIREMENTS‐ SUPPLY 6.00.00 METHODS AND WORKMANSHIP

7.00.00 INSTALLATION

1.00.00 SCOPE OF WORK

1.01.00 The scope of work covers complete and efficient erection, testing and commissioning of lightning protection system, all cabling and electrical grounding works for Effluent Treatment Plant (ETP) area.

2.00.00 SCOPE OF SUPPLY

2.01.01 The scope of supply shall include but not be limited to the followings

These materials and miscellaneous items shall include but not be limited to the following:

a) Galvanised steel pre‐fabricated cable trays, coupler plates, nuts, bolts & washers, reducers, covers, wall brackets, hanger clamps, straight run, elbows, bends etc.

b) Galvanised steel rigid/flexible conduits and accessories, ferrules, lugs, glands, terminal blocks, galvanised sheet steel junction boxes, cable fixing clamps, nuts & bolts etc. as required.

c) Cable termination and jointing kits as necessary. d) All necessary erection materials, consumables and sundry items including arc

welding rods to complete the installation for satisfactory and trouble free operation.

e) Mild steel rods, galvanised steel flats, galvanised steel rods, lead coated copper tube suitably brazed with galvanised steel Bend ring galvanised steel wires etc.

Page 114: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

113

required for grounding and lightning protection system shall be supplied in standard lengths.

f) Any item of works or erection materials which have not been specifically mentioned but are necessary to complete the work involved shall be deemed to be included in the scope of this specification and shall be furnished by the contractor without any extra charge to the SPM.

2.01.02 All materials and accessories to be supplied by the Bidder shall be brand new ones of reputed make.

2.02.00 Scope of Services

The scope includes but is not limited to the followings;

2.02.01 Furnishing of all erection tools and tackles, testing equipment, implements, supplies, hardware and transport for timely and efficient execution of the erection work.

2.02.02 The items of erection work shall be performed with respect to the following equipment/materials:

a) Power Cables.

b) Cables lay directly buried in ground

c) Control, instrument and special cables

d) Entire cable tray and cable shaft arrangements inside all Effluent Treatment Plant (ETP) & other buildings under this package as well as outdoor cable bridges and all associated civil and structural works including foundation and cable trenches.

e) Supply and Erection of Over Grounding system.

f) Supply and erection of lightning Protection system.

3.00.00 GENERAL REQUIREMENTS

3.01.00 Codes and Standards

3.01.01 All cable and materials shall be designed, manufactured and tested in accordance with the latest applicable Indian Standards (IS) and IEC except where modified and/or supplemented by this specification.

3.01.02 The electrical installation shall meet the requirements of Indian Electricity Rules as

amended up to date and relevant IS Code of Practice. In addition, other rules and regulations applicable to the work shall be followed.

3.02.00 Erection Schedule

Page 115: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

114

3.02.01 The entire erection work shall be carried out in a phased manner. A schedule of the work showing the sequence of erection shall be submitted by the contractor for this purpose.

3.02.02 The erection schedule, as approved by the DCPL/ SPM's Engineer shall be strictly followed by the contractor.

However the erection schedule will be approved by DCPL and then by SPM, but in any case manufacturer / Contractor will be wholly responsible for timely execution of the project.

4.00.00 DESIGN CRITERIA

4.01.00 Grounding System

4.01.01 The main objectives of grounding system are to:

a) Provide safety to personnel from contact of dangerous potential caused by ground fault.

b) Ensure sufficient grounding current for effective relaying.

c) Stabilize circuit potential with respect to ground.

4.01.02 In order to meet the above objectives, earth pits shall be provided by the Contractor

for the entire Effluent Treatment Plant (ETP).

All electrical equipment, noncurrent carrying metal parts, structures, building steel, lightning protection system will be connected to these earth pits.

The major aspects to be considered for grounding system design are given below:

4.01.03 Above Ground Connections

a) Copper flats /Copper Conductor shall be used for all connections above earth.

b) Inside building, ground conductors will be run for each floor supported on building steel and/or cable trays. These ground conductors in turn will be connected to the station ground grid through riser (at least two) coming up along building columns/cable shafts.

c) Two separate and distinct ground connections will be provided for each electrical equipment in compliance with I.E. Rules.

d) All connections above ground will be welded type except connection to equipment/structures which shall be bolted type.

Page 116: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

115

4.01.04 Equipment Ground Lead

Equipment ground connections will be sized to carry the available ground fault current. Considerations shall also be given to mechanical ruggedness of the connections and to limit the number of sizes.

4.01.05 The minimum ground conductor sizes for various equipment and structures are given in Annexure‐B.

4.01.06 Entire erection of grounding work shall be carried out in such a way as to be capable of withstanding the intended services of carrying full short circuit level currents to ground mat without any damage/deformation.

4.02.00 Lightning Protection System

4.02.01 The main Purposes of lightning protection system are to:

a) Provide protection to structures from lightning strokes.

b) Provide a low resistance‐conducting path to lightning discharge.

4.02.02 Lightning protection shall be provided for Pump house building, auxiliary building and other

structures as required this package bidder shall coordinate with other package bidder regarding lightning protection of pump house buildings and other structures.

4.02.03 Lightning protection will also be provided for building/ structures where the overall rise factor exceeds 10‐6 as per IS: 2309.

4.02.04 For metal structures which are electrically continuous down to the ground level, no lightning protection is required except adequate grounding connections.

4.03.00 Cabling System

4.03.01 Erection of cabling work shall be carried out in such a way as to provide a reliable and assured electric power supply system to all station auxiliaries.

4.03.02 Cable routing will be done on unit basis as far as possible.

4.03.03 Cables will generally be laid on cable trays either in concrete trenches or overhead supported from building steel/structures. Cables shall be run in concrete trenches in those electrical rooms at ground level, which are without any spreader room below.

4.03.04 For inter plant connections, the cables shall be routed through an overhead cable bridge pipe cum cable bridge.

4.03.05 For underground crossing of railways, road etc. additional protection shall be provided in form of hume pipe or concrete encased rigid steel conduits (duct bank).

Page 117: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

116

5.00.00 SPECIFIC REQUIREMENTS – SUPPLY 5.01.00 Equipment and Material

5.01.01 Equipment and material shall comply with description, rating, type and size as detailed in this specification, drawings and annexures.

5.01.02 Equipment and materials furnished shall be complete and operative in all details.

5.01.03 All accessories, fittings, supports, hangers, anchor bolts etc. which form part of the equipment or which are necessary for safe and satisfactory installation and operation of the equipment shall be furnished.

5.01.04 All parts shall be made accurately to standard gauges so as to facilitate replacement and repair. All corresponding parts of similar equipment shall be interchangeable.

5.02.00 Pre‐fabricated Cable Trays

5.02.01 Cable trays shall be pre‐fabricated ladder type sheet steel with hot dip galvanizing furnished in standard length of 2.5 meters.

5.02.02 Cable trays shall be of standard width specified in Annexure‐A and drawings.

5.02.03 Cable trays shall be complete with all necessary hot dip galvanised sheet steel accessories such as coupler plates, ground continuity connections, nuts, bolts, washers, hangers, clamps etc. Also horizontal/vertical bends, horizontal/vertical Tee, Reducers, Horizontal cross‐pieces, protective covers shall be supplied along with straight runs in order to take care of cable tray alignments in different routes.

5.02.04 All fittings like horizontal/vertical elbow, horizontal crosspiece, reducer, horizontal tee etc. should be prefabricated.

5.02.05 Cable trays, fittings & accessories as well as elbows, reducers, tees, crosses etc. shall be fabricated out of 14 gauge (2 mm thick) hot rolled mild steel sheets.

5.02.06 Contractor shall supply 14 gauge (2 mm thick) perforated type hot rolled mild steel sheet covers for vertical cable shafts up to a height of 2.5 meters from floor level. The perforated covers used for the vertical raceways may be of one or more pieces along the width of the raceway, depending on the width of the raceway and shall be bolted to the structural framework of the raceway.

5.02.07 The cable trays, fittings and accessories including all bolts, nuts, screws, washers etc. shall be hot dip galvanised after fabrication as per IS:2629. Galvanizing shall be uniform, clear, smooth and free from acid spots. Should the galvanizing of the samples be found defective, the entire batch of steel will have to be regalvanised at Contractor's cost.

Page 118: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

117

The amount of zinc deposited shall not be less than 610 gms per square meter of surface area and in addition the thickness of the zinc deposit at any spot whatsoever, shall not be less than 75 microns. The Owner reserves the right to measure the thickness of zinc deposit by Elcometer or any other instrument and reject any component, which shows thickness of zinc at any location to be less than 75 microns.

5.02.08 Each 2.5M long section of all types of cable trays & each fittings like elbow, tees, crosses etc. shall be provided with two nos. hot dip galvanised side coupler plates & associated bolts, nuts and washers on each side.

5.03.00 Conduits and Accessories

5.03.01 Conduits shall be of rigid steel, hot‐dip galvanised, furnished in standard length of 5 meters, threaded at both ends.

5.03.02 Conduits diameter upto and including 25mm size shall be of 16 SWG and conduits above

25 mm diameter shall be of 14 SWG. Minimum diameter of conduits shall be 20 mm.

5.03.03 Each piece of conduit shall be straight, free from blister and other defects, internal surface shall be of smooth finish and covered with capped bushings at both ends.

5.03.04 The contractor shall provide and install all rigid steel conduits, mild steel pipes, flexible conduits rigid PVC pipes etc. complete with accessories such as tees, bends, adopters, locknuts, pull boxes, conduit plugs, caps etc as required for the cabling work.

5.03.05 Steel conduits with interior coating of silicon epoxy ester for ease of wire/cable pulling shall be seamed by welding and flo‐coat metal conduit/hot‐dip galvanised. These shall be supplied in standard length of 5M with minimum wall thickness as specified in IS:9537. In chemical handling areas, Battery Room etc., the exterior surface shall be further coated with chromate and polymer for better resistance to corrosion. Conduits, fittings & accessories shall have ISI mark.

5.03.06 For sizes above 63 mm mild steel pipes with necessary fittings & accessories shall be provided and installed by the contractor. Pipes shall be manufactured by electric welding process. These pipes shall be of heavy duty class as per IS:1239 and shall have ISI mark. Pipes shall be supplied in lengths of approximately 5 meters. Pipes, fittings & accessories shall be hot dip galvanised both on inside and outside.

5.03.07 Flexible conduits shall comply with IS: 3480. They shall be made with bright, cold‐rolled, annealed and electro‐galvanised mild steel strips. Flexible conduits shall be used between embedded conduits/pipes and the motor terminals. Flexible conduits shall also be used between fixed conduit and any equipment terminal boxes where vibration is anticipated or equipment that require regular removal.

Page 119: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

118

5.03.08 Rigid PVC conduits conforming to IS: 4985 shall generally be used for control & instrumentation cables in some areas where cable trays do not exist and where the runs are straight ones generally the PVC pipes with special Bell Mouthing shall be of 110 mm, 160 mm & 200 mm outside diameter and shall be suitable for working pressure of 6 kg/sq. cm. The length of each pipe shall be 5 to 6 meters. Necessary fittings & accessories as may be required for the installation shall also be provided.

5.04.00 Junction Boxes

5.04.01 Junction boxes shall be of 16 SWG sheet steel hot‐dip galvanised, out‐door type, dust vermin and damp proof, generally conforming to IP 55.

5.04.02 Junction boxes shall be complete with neoprene gasketted inspection cover, conduit knock out, terminal blocks and painted with one coat of red oxide primer and two finishing coats of light grey (shade 631 of IS‐5) synthetic enamel paint.

5.04.03 Junction boxes for outdoor use shall be weather proof IPW‐55 and those for hazardous

location shall be flame‐proof type. Outdoor junction boxes shall be epoxy painted.

5.04.04 Junction boxes shall be of two types viz one suitable for control wiring and the other with terminals for power cable terminations. Junction boxes for power cable terminations shall have minimum nine (9) nos. of terminals. Size of terminals shall be suitable to accommodate cables of sizes as required.

5.04.05 The junction boxes shall have the following indelible markings:

‐ Circuit nos. on top by white‐stencilled paint at site.

‐ Circuit nos. with ferrules (inside) as per approved drawing.

‐ Danger sign in case of 415 V circuit.

5.04.06 Junction boxes shall be provided with tow nos (2) earthing terminals complete with nuts and washers suitable for connection to 8 SWG G.I. wire.

5.05.00 Terminals

5.05.01 Multi‐way terminal blocks of approved type, complete with screws, nuts; washers and marking strips shall be furnished for connection of incoming/outgoing wires.

5.05.02 Each control cable terminal shall be suitable for connection of 2 nos. 2.5 sq.mm. stranded

copper conductors without any damage to the conductor or looseness of conductors.

5.06.00 Cable Glands

Cable glands shall be tinned brass gland, double compression type complete with necessary armour clamp and tapered washer etc. Cable glands shall match with the sizes of different LT/Control cables.

Page 120: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

119

5.07.00 Cable Lugs

All cable lugs shall be Cd plated copper. Cable lugs shall be suitable for termination of different cross‐sections of L.T./Control/Instrumentation cables and shall be of following types:

i) Copper tubular terminal end for solderless crimping to copper conductors.

Solderless crimping of terminals shall be done by using corrosion inhibiting compound. The cable lugs shall suit the type of terminals provided on the equipment. Lugs for control/instrumentation cables shall be PVC insulated/sleeved type.

ii) Cable lugs for control cable termination shall be insulated. These lugs shall be pin type/flat type/ring type/U type to suit the terminals provided in the panels.

5.08.00 Consumables and Hardware

5.08.01 The Contractor shall furnish all erection materials, hardware and consumables required to complete the installation.

5.08.02 The materials shall include but not be limited to the following:

Consumables : Welding rods & gas, oil and grease, cleaning fluids, paints, electrical tape, soldering materials etc.

Hardware : Bolts, nuts, washers, screws, brackets, supports, clamps, hangers, saddles, cleats, sills, shims etc.

5.08.03 Supply of cement, sand, stone etc. required for the execution of the contract shall be the responsibility of the Contractor.

5.09.00 Testing Equipment

5.09.01 The major testing equipment that are required to be provided by the Contractor are listed below:

a) Insulation Tests‐ Hand operated Meggar ‐ 1 KV grade

b) Hand driven earth Resistance Meggar, range 0‐1/3/30 ohms.

c) Tong testers of suitable ranges.

e) Contact resistance measuring set for micro‐ohms.

f) Torque wrench of various sizes.

g) Multi meters, test lamp, field telephone with buzzer set, different gauges etc.

Page 121: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

120

5.09.02 The list of equipment is indicative only. Any other test equipments required will be arranged by the Contractor.

6.00.00 METHODS AND WORKMANSHIP

6.01.00 All work shall be installed in a first class, neat workmanlike manner by mechanics/electricians skilled in the trade involved.

6.02.00 The erection work shall be supervised by competent supervisors holding relevant supervisory license from the Government.

6.03.00 All details on installation shall be electrically and mechanically correct.

6.04.00 The installation shall be carried out in such a manner as to preserve access to other equipment installed.

7.00.00 INSTALLATION

7.01.01 Installation work shall be carried out in accordance with good engineering practices and also as per manufacturer's instructions/ recommendations where the same are available.

7.01.02 Equipment shall be installed in a neat workmanlike manner so that it is level, plumb, square and properly aligned and oriented.

7.01.03 Cable installation work shall mean erection of cable trays/racks, supports, hangers, junction boxes, conduits, laying of cables either in ground or on trays inside trenches tunnels/overhead trays in conduits etc. dressing and clamping, jointing and termination inclusive of supply of necessary jointing/termination kits, lugs, glands, ferrules, tapes etc. and other accessories, grounding of cable armour. In case of direct laying in ground, all excavation work, necessary back‐filling, supply of bricks and protective concrete slabs, removal of excess earth shall be part of the installation work.

7.01.04 Grounding installation work shall mean erection, jointing/ brazing/welding, connection and painting, testing of ground conductors including supply of necessary steel/copper and each pit with copper plate.

7.01.05 Lightning protection system installation work shall mean erection, jointing, welding, connection and painting, testing of air termination network, down conductors, horizontal conductors etc. of lightning protection system.

Page 122: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

121

SECTION: E‐0106

ERECTION INDOOR AND OUTDOOR ELECTRICAL EQUIPMENT

SUB‐SECTIONS

DESCRIPTION

1.00.00 SCOPE OF WORK

2.00.00 SCOPE OF SUPPLY

3.00.00 TESTS

ANNEXURE‐A SCHEDULE OF PRECOMMISSIONING TESTS OF TRANSFORMER EQUIPMENT

1.00.00 SCOPE OF WORK

1.01.00 The scope of work shall cover complete and efficient erection, testing and commissioning and putting into successful commercial operation of all Outdoor and Indoor electrical equipment supplied under entire Effluent Treatment Plant (ETP).

1.02.00 The scope of work shall also include all civil and structural works necessary for successful installation and industrial operation of all electrical equipment to be erected under this specification.

2.00.00 SCOPE OF SUPPLY

2.01.01 The work involves timely procurement and transportation to site in properly packed condition of all hardware, materials and miscellaneous items required to complete the erection job under this specification.

Miscellaneous steel structures, tray supports, hangers & brackets for cable trays, steel structures, tray supports, Platforms, Steel Stairs, hangers & brackets for cable trays, mounting of local panels, push button stations etc. shall be supplied with technical details. Any material or accessory, which may not have been specifically mentioned but which is usual and/or necessary shall be supplied.

2.01.02 All hardware, materials and accessories to be supplied by the Bidder shall be brand new ones of reputed make.

2.02.00 Scope of Services

The work includes but is not limited to the followings:

Page 123: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

122

2.02.01 Furnishing of all erection tools and tackles, testing equipment, implements, supplies,

consumables and hardware for timely and efficient execution of the erection work.

Hydraulic jacks or motorized jacks necessary for lifting of heavy equipment shall be

provided by the contractor.

2.02.02 Transport vehicles necessary for efficient transportation of equipment from SPM's

stores to site of erection and excess materials back to owner's stores.

2.02.03 Complete assembly, erection and connection, testing and commissioning, putting into

successful and satisfactory commercial operations of the Outdoor and indoor Electrical

Equipment and accessories listed below but not limited to:

A. Effluent Treatment Plant (ETP) System

a) Motor Control Centres, A.C. Distribution boards, and miscellaneous items.

b) Miscellaneous Panels.

d) Power & Control cables

e) All electrical equipment and systems integral with mechanical equipment, systems and subsystems.

2.02.04 The erection schedule, as approved by the DCPL/SPM's Engineer shall be strictly followed by the contractor.

2.02.05 All erection work of equipment shall be carried out in a neat and efficient way so as not to impair their normal functioning in any way.

2.02.06 The pre‐commissioning checks as well as commissioning of different equipment shall be carried out as per guidance of actual manufacturer's supervisor and or as per written instructions in Erection manuals.

2.02.07 All erection work under this specification shall be carried out strictly in accordance with the approved drawings.

2.02.08 In order to avoid concentration of stresses, all sharp edges of clamps, connectors etc. shall be rounded off.

2.03.00 Methods and Workmanship

Page 124: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

123

2.03.01 All work shall be installed in a first class, neat workmanlike manner by mechanics/electricians skilled in the trade involved.

2.03.02 The erection work shall be supervised by competent supervisors holding relevant supervisory license from any State Government.

2.03.03 All details on installation shall be electrically and mechanically correct.

2.03.04 The installation shall be carried out in such a manner as to preserve access to other equipment installed.

2.04.00 Consumables and Hardware

2.04.01 The Contractor shall furnish all erection materials, hardware and consumables required for the completion of the installation.

2.04.02 The materials shall include but not be limited to the following:

a) Consumables : Welding rods & gas, oil and grease, cleaning fluids, paints, electrical tape, soldering materials etc.

b) Hardware : Bolts, nuts, washers, screws, brackets, supports, clamps, hangers, saddles, cleats, sills, shims etc.

c) Materials : Junction boxes, terminal blocks, connectors, ferrules, lugs, brass glands, rigid/flexible conduits, cables, ground wires etc.

2.04.03 Supply of cement, sand, stone etc. required for the execution of the contract shall be the responsibility of the Contractor.

2.05.00 Installation ‐ General

2.05.01 Installation work shall be carried out in accordance with good engineering practices and also manufacturer's instructions/ recommendations where the same are available.

2.05.02 Equipment shall be installed in a neat workmanlike manner so that it is level, plumb, square and properly aligned and oriented.

2.05.03 All erection work shall be carried out in strict compliance with manufacturer's instructions and shall include all necessary adjustments, checks and measurements.

2.05.04 All internal wiring of the equipment which has been left incomplete because of shipping split or which requires minor modifications shall be carried out by the contractor.

2.05.05 The contractor shall record results of all erection tests and measurements. The contractor shall submit copies of those test results to the SPM for his reference and record.

Page 125: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

124

2.06.00 Steel Fabrication Elevated Steel Platforms/ Ladders/ Supporting Structures

2.06.01 All racks, supports, hangers and brackets, Platforms, ladder, stairs wherever necessary shall be fabricated by the contractor.

2.06.02 Steel for fabrication shall be straightened and cleaned of rust and grease. All fabrication shall be free of sharp edges.

2.07.00 Painting

2.07.01 The Contractor shall paint all racks, supports and miscellaneous steel fabrication with two (2) coats of red oxide primer and two (2) coats of synthetic enamel paint of approved shade (say battle ship grey IS shade # 632).

2.08.00 Foundation & Civil Works

2.08.01 Equipment foundations, equipment mounting structure foundation, panel foundations and other civil work will be provided by the Contractor.

2.08.02 The Contractor shall check these foundations before commencement of erection to ensure their suitability.

2.08.03 All final adjustment of foundation levels, chipping and dressing of foundation surfaces, setting and grouting of anchor bolts, sills, inserts and fastening devices shall be carried out by the contractor including minor modification of civil work as may be required for erection.

2.09.00 Cleaning up of Work Site

2.09.01 The Contractor shall, from time to time, remove all rubbish resulting from execution of his work. No materials shall be stored or placed on passage or drive ways.

2.09.02 Upon completion of work, the Contractor shall remove all rubbish, tools, scaffoldings, temporary structures and surplus materials etc. to leave the premises clean and fit for use.

3.00.00 TESTS

3.01.00 Site Tests

3.01.01 Contractor shall thoroughly test and meggar all cables, wires and equipment to prove the same are free from ground and short circuit after erection and installation at site.

3.01.02 If any ground or short circuit is found, the fault shall be rectified or the cable and/or equipment replaced.

3.01.03 All equipment shall be demonstrated to operate in accordance with the requirements of this specification.

Page 126: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

125

3.01.04 All equipment shall be subject to High Potential test.

3.01.05 All protective relays shall be checked for correctness of operations.

3.01.06 All current transformers shall be subjected to Primary Injection test.

3.02.00 Pre‐commissioning Tests at Site

3.02.01 The installation of different type of equipment and accessory shall be tested by the contractor after completion of his erection work with an advance notice to the Engineer concerned so that he may witness the same also.

3.02.02 The test result of any installation or equipment or its parts, if considered unsatisfactory to the Engineer, the concerned installation/equipment and its accessories shall be properly rectified and tested again to the satisfaction of the Engineer by the Contractor at his own cost.

3.02.03 The site tests to be carried out by the contractor on completion of installation/erection of equipment are broadly listed in Annexure‐A for ready reference by contractor.

3.02.04 The major testing equipment which will be necessary for carrying out pre‐commissioning tests at site are already listed in this specification.

Page 127: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

126

ANNEXURE A

SCHEDULE OF PRE‐COMMISSIONING TESTS OF

EQUIPMENT (as applicable)

1.0 Earth Pit for Grounding

a) Continuity of grounding connection.

b) Testing of Earth Resistivity of Individual Pit.

2.0 Switchboards/MCC/Distribution Board/Panels

a) Measurement of Insulation Resistance of Bus‐bar System.

b) Measurement of I.R. of Control Circuit.

c) Functional check of circuit components.

d) Continuity check of different circuits.

e) Calibration test of Relays and Meters.

3.0 Motor

a) Insulation test of winding by Meggar.

b) Proper direction of rotation.

4.0 Relays & Meters

a) Calibration test.

b) Operation/Performance test.

Page 128: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

127

TECHNICAL SPECIFICATIONS

VOLUME – ID

CONTROL & INSTRUMENTATION

(Section – VII)

Page 129: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

128

TECHNICAL SPECIFICATIONS

I N D E X

Clause No. Description

1.00.00 INTENT OF SPECIFICATION

2.00.00 GENERAL REQUIREMENT

3.00.00 SCOPE OF WORK & SERVICES

4.00.00 SCOPE OF SUPPLY

5.00.00 METERING BASES AND CHART UNITS

6.00.00 DRAWINGS AND DOCUMENTS

7.00.00 TECHNICAL SPECIFICATION

1.00.00 INTENT OF SPECIFICATION

1.00.01 This specification is intended to provide the technical guidelines of Control

& Instrumentation System for the 3.5 MLD Effluent Treatment Plant for Security Paper Mill’s New PM#5 & Upgradation Project.

1.00.02 The technical specifications that follow serve as the guide specification for the Local Instruments.

1.00.03 In conformity with the guidelines provided in the specification, the scope of works shall

completely cover all the Control & Instrumentation equipment, functions, activities and documentation specified under the accompanying Technical Specifications.

1.00.04 The requirements enumerated in this specification are based on typical

configuration of the package for bidding purpose. It shall be the responsibility of Bidder to offer the complete Control & Instrumentation system to meet the actual functional requirements of the package.

Page 130: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

129

1.00.05 It is not the intent to completely specify all details of design and construction features herein.

Nevertheless, the instruments / equipment and their installation shall conform to high standards of engineering design and workmanship in all respects.

2.00.00 GENERAL REQUIREMENT 2.00.01 All Local instruments shall be guaranteed to meet the performance,

functional and accuracy requirements over the complete regime of operation of main equipment. All Local instruments shall be guaranteed against manufacturing defects for at least Three (3) years from the date of handing over of the C & I system in totality.

2.00.02 All instruments shall ensure high reliability, low downtime and ease of

maintenance.

2.00.03 All instruments / equipment shall be capable of performing satisfactorily in continuous operation conforming to all relevant codes and regulatory requirement under the specified environmental conditions.

2.00.04 Equipment and accessories shall be supplied from latest proven product

range of reputed experienced manufacturer whose successful performance has been established and shall be based on the latest engineering practice.

3.00.00 SCOPE OF WORK & SERVICES

3.00.01 Bidder shall be responsible for providing all material, equipment &

services specified or otherwise required to fulfil the intent of ensuring operability, maintainability and reliability of Instruments as described in this specification.

3.00.02 The Bidder shall refer Lead Specification and Conditions of Contract for scope of services, in general. The Bidder shall render all services necessary for meeting the intent and requirement of this specification.

3.00.03 Provision of supply of spare parts for at least 10 years after

commissioning of the plant shall be provided by Bidder.

3.00.04 Participation of Bidder's personnel and experts as well as experts from their collaborator in discussion with Owner / Consultant and other

Page 131: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

130

equipment Vendors during various stages of contract implementation as required by Owner to achieve desired system configuration and performance.

3.00.05 The scope of supply shall include but not be limited to the following :

4.00.00 SCOPE OF SUPPLY

All instruments e.g. ‐ Pressure Gauges, Flow Meter, Level Gauges, Float type Level Indicator for Parshall Flume etc. with all necessary accessories.

Bidder shall be responsible for supply of pH Indicator. However it may be local or may be monitored from remote location.

Rating plates, Nameplates and Labels for all instruments. Erection & Commissioning:

Unloading at site, storage, re‐handling and erection of Local instruments & accessories described above will be done by the customer. The bidder, however, will be responsible for supervision of erection, testing and commissioning.

5.00.00 METERING BASES AND CHART UNITS

The following system of units shall be followed for various displays and scales unless otherwise mentioned:

i) Pressure : Kg/cm2 (g) or a

ii) Differential Pressure : mm of H2O column

iii) Draught : mm of H2O column

iv) Vacuum : mm of H2O column / mm of Hg

v) Temperature : Degree Celsius (O C)

Page 132: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

131

vi) Flow (Effluent) : Meter3 / hr

vii) Flow (Air) : Tonnes / hr.

viii) Density : gm / cc.

ix) Level : mm

x) Conductivity : Micro‐mho / cm

xi) Gas Analyzer : Percentage by weight or as specified in respective case.

xii) Dissolved Oxygen / Silica / Hydrogen/ B.O.D./C.O.D.

: ppm or ppb

6.00.00 DRAWINGS AND DOCUMENTS

6.00.01 Bidder shall furnish operational write‐up, bill of materials, drawings, data, technical catalogues, test certificates and other details required to fully establish the capability and performance of the equipment and systems offered. Any bid not containing sufficient details to fully describe the equipment and systems offered may be treated as non‐responsive and hence rejected.

6.00.02 Bidder shall submit his BID in multiple copies as per guideline of Tender. Each copy shall contain the following:‐

a) Bill of Materials of items indicating make along with technical catalogue.

b) List of reference of similar system already in service with complete performance record details.

Page 133: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

132

c) Data/information as per “Bid Proposal Sheets”.

d) All other schemes, data, drawing, document required to establish product quality and completeness of supply.

6.00.03 Submission of Drawings and Documents by the Successful Bidder (Contractor)

On award of the contract, the successful Bidder shall submit progressively each of all drawings and documents, in multiple copies as stipulated in NIT, for approval of Owner at different stages of the contract. Contractor shall obtain Owner’s approval in writing and manufacture the equipment as per these approved drawings and documents. Contractor shall revise the drawings in line with DCPL/SPM’s comments and resubmit till DCPL/SPM’s approval is accorded to the drawings. The Drawings / documents shall include but not be limited to the following:‐

a) Schedule / Bar chart for submission of drawings proposed to be prepared by Bidder. This will be reviewed and finalized by Owner.

b) Final version of all drawings and data submitted along with the proposal.

c) Detail dimensional drawings of various equipment, components/ sub‐assemblies with internal views.

d) Instrument manuals including instruction, installation, calibration, operation, maintenance and recommended spare parts list etc.

e) Data sheet for all instruments, Instrument list & Process hook‐up drawings.

f) Any other relevant data, drawings/documents and information necessary for review of items whether specifically mentioned or not, shall be furnished by Bidder.

After award of the contract, DCPL/SPM in association with Contractor, will draw up a list of drawings / document deliverables with corresponding submission schedule and will assign review status of either “A” (for approval ) or “I” (for information) to each deliverable

7.00.00 TECHNICAL SPECIFICATION

7.01.00 PRESSURE GAUGE

Page 134: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

133

01. Type : Bourdon/Bellows/Diaphragm.

02. Sensing Element Material : AISI 316 SS.

03. Movement material : AISI 304 SS.

04. Case : Stainless steel with clear shatterproof glass cover conforming to IP‐65

05. Scale : Black lettering on white back ground in 260 °C. arc.

06. Range Selection : Normal process pressure within 30 to 70 percent of range approximately.

07. Over range Protection : 125% of maximum range by internal stop. External stop at zero.

08. Adjustment : External micrometer screw for zero adjustment. Internal micrometer screw for range adjustment.

09. Element connection : Argon welded

10. Process connection : ½” NPT(M), Bottom connection for local mounting, back connection for panel mounting

11. Performance : Accuracy ± 1.0 percent of span or better

12. Ambient temp. : 0 to 50 Deg. C

13. Safety feature : Blow out disc at the back.

14. Accessories : a) Union nut and tailpiece.

Page 135: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

134

b) Snubber & Glycerin filled for pulsating fluid application and at pump discharge.

c) Diaphragm seals (with capillary extension, if required) for corrosive, viscous, solid‐bearing or slurry type process fluids.

d) Three way gauge valve

7.02.00 LEVEL INDICATORS

7.02.01 Mechanical Type

a) Type : Float and Tape or Float & Board

b) Float Material : 316 SS PTFE lined

c) Tape Material : 316 SS

d) Pulley Material : Aluminium

e) Guide wire : Stainless steel PTFE lined

f) Scale : Circular or Vertical dial at readable location.

g) Body & cover : Die cast aluminium

h) Enclosure Die cast aluminium IP 55.

i) Accuracy : +_ 2mm for Float & Tape

j) Rating : Twice the design pressure

k) Accessories : As required.

Page 136: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

135

l) Application : For liquid application in underground or over ground high capacity reservoir, bulk storage tanks and Parshall Flume.

7.02.02 Magnetic Level Indication

a) Type : Magnetically coupled level indicator

b) Display : Coloured flags

c) Chamber material : Stainless steel 316

d) Wetted part material : Stainless steel 316

e) Process connection : Side‐Side Flanged

f) Drain & Vent : Flanged

g) Scale : Standard, Stainless steel

h) Accessories : Counter flange, gaskets, drain & vent valves

i) Application : Liquid application in small critical over ground tanks.

7.02.03 Gauge Glass

a) Type : Transparent /Reflex

b) Glass :

Toughened borosilicate (unbreakable)

(Resistant to mechanical, chemical and thermal shocks)

c) Body material : Stainless steel 304

Page 137: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

136

d) Other wetted part material : Stainless steel 304

e) Pressure rating : Twice the maximum working pressure

f) Accessories : Isolation Valves, Drain & vent flanges, gaskets, companion flange, protection guard etc.

Back illumination for transparent gauge.

g) Application 1 Transparent gauge for acid, caustic, interface liquid and dark colour liquid application in over ground small tanks.

2 Reflex gauge for water application in over ground small tanks.

7.02.04 FLOW METERS

01. Type : Variable Area Flow meter

02. Wetted part : 316 SS

03. Indicator type : Directly coupled

04. Scale : Black graduated scale on white dial

05. Window : Glass (unbreakable)

06. Enclosure : IP 65

07. Process connection : Flanged

08. Accuracy : 2.5% full scale

Page 138: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

137

09. Accessories : (i) Counter flange, Nuts, bolts, gasket

(ii) Isolation & bypass valve.

(iii) Orifice in case of bypass Rotameter (for line size above 100 mm)

7.02.05 PH INDICATOR

A. Sensor

01. Type of Cell : Flow thru’

02. Process Connection : Screwed

03. Type of measurement : pH indication

04. Temperature Compensation : Automatic with PT‐100 Sensor

05. Preamplifier : Integral

06. Range : 0‐14 pH

07. Measuring Electrode : Glass (unbreakable)

08. Liquid Junction : Ceramic/Kyner or equivalent

Page 139: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

138

09. Pressure Rating : 10 kg/cm2

10. Accessories : Tee / Vessel (PVC or to suit process fluid)

11. Cable : Upto local display in flexible conduct

B. Local Display

01. Type : Microprocessor based

02. Mounting : Local Bracket mounted

03. Protection Class : IP‐65

04. Display : i) Digital Display of process variable in Engineering Unit, Temperature, Alarm Status.

ii) Back lit LCD

iii) Character Height 12 mm

05. Calibration : Two‐point calibration with standard buffer solutions.

06. Temperature Compensation : Manual and Automatic

Page 140: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

139

07. Diagnostic : Self diagnostic, electrode checking etc.

08. Enclosure : Die cast aluminium epoxy coated

09. Cable Termination : Internal (cable entry through conduit)

10. Accuracy : ± 0.02 pH or better

11. Repeatability : ± 0.1% or better

12. Response Time : 7 seconds for FSD or better

13. Stability : ± 0.01 pH/month/non‐cumulative

14. Power Supply : 240 V AC, 50 Hz

15. Alarm : Dual alarm set point adjustable.

16. Output : 4‐20 mA DC for remote monitoring

17. Operating Temp. : 0 ‐ 50°C

18. Accessories : a)

Phenolic nameplate giving tag number, service, etc.

b)

Pre‐amplifier, special cable, etc.

Page 141: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

140

Proposal Sheets Annexure I thru’ VI

Page 142: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

141

:

:

:

:

:

PROPOSAL SHEETS

ANNEXURES TO TENDER SPECIFICATION

(To be filled by the Tenderer)

1.0.0 The Tenderer shall fill in the Technical information and the data sheets required in the following Annexures and submit the same along with this proposal.

Annexure – I Key Information

Annexure – II Guaranteed Data

Annexure – III Technical Particulars

Annexure – IV Progress Schedule

Annexure – V Drawing Submission Schedule

2.0.0 The information sought out in data sheets enclosed hereinafter in this Section, shall be furnished by the Tenderer in the format specified by typing out answers to the questionnaire at the appropriate spaces allotted. These must be properly signed by the authorised representative of the Tenderer as verification of the data submitted. These signed pages, in their entirety, shall be retained with and shall be a part of the Tenderer’s original Proposal. Other copies of the proposal shall contain prints of these sheets duly filled in. Failure to comply with the above requirement may result in rejection of the Proposal.

Page 143: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

142

ANNEXURE – I

KEY INFORMATION

1.00.00 Tenderer’s Proposal Number :

2.00.00 Terms of Payment :

3.00.00 Furnished base offer strictly as per specification requirement?

:

4.00.00 Equipment guarantee period :

5.00.00 Tender guarantee furnished? :

If yes, in what form?

6.00.00 Tenderer has filled in the data sheets as follows :

Annexure ‐ I Key Information : Yes / No

Annexure ‐ II Guaranteed data : Yes / No

Annexure ‐ III Technical Particulars : Yes / No

Annexure ‐ IV Progress Schedule : Yes / No

Annexure ‐ V Drawing Submission Schedule

: Yes / No

Signature of Tenderer’s authorized representative with office seal:

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

Date : ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

Page 144: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

143

Sheet 1 of 1

ANNEXURE‐II

GUARANTEED DATA

The Tenderer shall furnish his guaranteed figures on the following parameters for the Effluent Treatment Plant under his Scope of Supply.

Clause No.

Description of Guaranteed Parameters

1.01.00 Design Capacity of the plant :

1.02.00 pH, Suspended Solids, B.O.D & C.O.D. of the tertiary treated effluent as per norms (State Pollution Control Board, Madhyapradesh & Central Pollution Control Board)

:

1.03.00 Percentage of total tertiary effluent recycled to mill for plantation/ gardening

:

Page 145: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

144

ANNEXURE ‐ III

TECHNICAL PARTICULARS Bidder is to furnish all the requisite details of each item/equipment delineated below to ensure process requirements:‐

1.00.0 PULP MILL EFFLUENT COLLECTION SUMP

2.00.0 PULP MILL EFFLUENT SUMP PUMPS

3.00.0 FLASH MIXER AGITATOR

4.00.0 FLOCCULATOR ALONG WITH TUBE SETTLER & PADDLE TYPE AGITATOR

5.00.0 FLOCCULATOR UNDERFLOW SLUDGE TRANSFER PUMPS

6.00.0 BUFFER TANK

7.00.0 ANAEROBIC SYSTEM FEED PUMPS

8.00.0 ANAEROBIC SYSTEM FOR ANAROBIC DIGESTION

9.00.0 PRE‐AERATION TANK

10.00.0 MICROFIBER REMOVAL UNIT (DAF UNIT)

11.00.0 DAF UNDERFLOW SLUDGE TRANSFER PUMPS

12.00.0 COLLECTION CUM EQUILISATION TANK

13.00.0 EFFLUENT TRANSFER PUMPS

14.00.0 REACTIVATE CLARIFIER (PRIMARY CLARIFIER)

15.00.0 AERATED LAGOON & SURFACE AERATORS

16.00.0 SECONDARY CLARIFIER

17.00.0 SECONDARY CLARIFIER SLUDGE TRANSFER PUMPS

18.00.0 HOLDING TANK

Page 146: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

145

19.00.0 SECONDARY CLARIFIER TREATED EFFLUENT TRANSFER PUMPS

20.00.0 SAND FILTER

21.00.0 ACTIVATED CARBON ADSORPTION UNIT

22.00.0 TREATED EFFLUENT STORAGE TANK

23.00.0 EFFLUENT RECYLCE PUMPS

24.00.0 SLUDGE MIXING TANK

25.00.0 ROTARY DRUM FILTER FEED PUMPS

26.00.0 ROTARY DRUM FILTER

27.00.0 CHEMICAL HOUSE Alum preparation & dosing system

Polymer preparation & dosing system

Acid preparation & dosing system Alkali preparation & dosing system

Nutrient preparation & dosing system

28.00.0 ANY SPECIFIC TECHNICAL INFORMATION

(ADD MORE SHEETS IF REQUIRED)

Page 147: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

146

ANNEXURE ‐ IV

PROGRESS SCHEDULE

The Tenderer shall indicate the time required for different phases of work in the fashion below, Time shall be mentioned in weeks taking the date of issue of Letter of Intent as datum.

Sl. No.

Description Time in days from placement of order or Notification of Award of contract whichever is earlier

1. Start submission of drawing / data as specified for approval

:

2. Complete submission of drawings / data as specified for approval

:

3. Start manufacture :

4. Start issuing purchase orders for bought out items

:

5. Complete issuing purchase orders for bought out items

:

6. Complete manufacture :

7. Start testing at manufacturer’s works :

8. Complete testing at manufacturer’s work :

9. Start shipment :

10. Complete shipment :

11. Start Erection :

12. Complete Erection :

13. Start final check‐up testing & commissioning :

14. Complete final check‐up testing &commissioning

:

Page 148: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

147

ANNEXURE ‐ V

DRAWING SUBMISSION SCHEDULE

Sl. No. Description Time in days from placement of order or Notification of Award of contract whichever is earlier

1 GA for the Effluent Treatment Plant showing major dimensions

2 Equipment location layout including main columnsand loads imposed on the foundations and other drawings for design of equipment foundation.

3 P&I Diagrams along with interlock arrangement

4 Piping arrangement drawing with schedule of fittings, valves, instruments and ancillaries for various system

5 Bar chart showing engineering, manufacturing anddispatch of each equipment, material and monthly progress reports

6 Control Logic Diagram

7 Dimensional drawings of the control panel, powerschematic, control schematic and wiring diagram of the panel for the crane

8. Operation, erection and maintenance manual

9. Approval certificates from Environmental Authorities

10. Test certificates of all bought out items

11. Material test certificates from manufacturer or from Purchaser’s Consultant’s approved testing agency

Page 149: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

148

(SECTION VIII)

QUALITY CONTROL REQUIREMENTS 1.00.00 QUALITY ASSURANCE PROGRAMME 1.01.00 To ensure that the equipment and services under the scope of Contract whether manufactured

or performed within the Contractor's works or at his Sub‐Supplier's premises or at the SPM's Site or at any other place or work are in accordance with the specifications, the Contractor shall adopt suitable quality assurance program to control such activities at all points, as necessary. Such programs shall be detailed by the Contractor and shall require acceptance and approval by the DCPL/SPM before the award of Contract.

1.02.00 A quality assurance program of the Contractor shall generally cover the following:

a) His organization structure for the management and implementation of the proposed quality assurance programs.

b) Qualification data for key personnel. c) Use of suitably qualified and experienced personnel in required number for each type of

work. d) The procedure for quality assurance in design & engineering. e) The methods, procedures and program for presenting, collating and assessing information

from the various sources, and its incorporation in designed submissions. f) Documentation control system.

g) The procedure for purchase of materials, parts, components and selection of Sub‐contractor's services including vendor analysis, source inspection, incoming raw‐material inspection, verification of materials purchased etc.

h) The method of protection, storage, stock control and issue of materials at site. i) System for shop manufacturing and site erection control including process controls and

fabrication and assembly controls. j) Inspection, sampling, testing, and acceptance procedures for plant and materials delivered to

site. k) Control of non‐conforming items and system for corrective actions. l) Inspection and test procedure both for manufacture and all site related works. m) Control of calibration and testing of measuring and testing equipment. n) System for quality audit and self‐monitoring of QA Systems. o) System for indication and appraisal of inspection status. p) System for handling, storage and delivery to site. q) Final inspection and certification of completed sections of work. r) Site security procedures. s) The recording and processing of variations to the Works and their incorporation on record

drawings.

Page 150: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

149

t) System for maintenance of records. u) Furnishing of quality plans for design & engineering, manufacturing and field activities

detailing out the specific quality control procedure adopted for controlling the quality characteristics relevant to each item of work.

1.03.00 The Quality Assurance arrangements shall include the preparation of and adherence to documented quality plans. After approval by the SPM/DCPL Engineer the Quality Assurance arrangements shall form an integral part of the Contract. No changes shall be made without the prior written approval of the SPM Engineer.

1.04.00 The Bidder shall list his proposed sub‐contractors and shall provide the following information in

respect of each sub‐contractor: a) The items which the Bidder proposes to sub‐contract. b) The basis on which the Bidder has assessed, or proposes to assess, the quality assurance

arrangements of the sub‐contractors. c) How sub‐contractors' quality plans/procedures will be approved, monitored and audited on

site during the Contract period. d) The results of any recent evaluations and audits of the sub‐contractor which have been

performed by the Bidder or other organizations external to the sub‐contractor. The Bidder shall also state the level of detail of the Quality Plan proposed for each sub‐

contracted item. The information supplied in response to the above in the Tender shall be deemed a part of

the Bidder's proposed Quality Assurance arrangements. 1.05.00 The Contractor shall provide documentation in such a manner that the DCPL/SPM Engineer is

thereby enabled to satisfy himself as to the effectiveness with which the Contractor is implementing those provisions of the agreed and accepted Quality Assurance arrangements which relate to the monitoring by the Contractor to sub‐tier Quality Assurance arrangements.

1.06.00 Audits of sub‐tier Quality Assurance arrangements shall be recorded in such a manner that the

relevant documentation constitutes, inter alia, objective evidence of the extent of the audits and of the effectiveness with which they have been conducted. All such documentation relating to any one audit shall be made available to the Engineer, on request, as a single self‐contained document or as one discrete self‐contained package of documents.

1.07.00 General Requirements ‐ Quality Assurance 1.07.01 All materials, components, equipment and systems covered under this specification shall be

designed, procured, manufactured, erected, commissioned and tested at all the stages, as per a comprehensive Quality Assurance Program. Inspections, and tests at works including shop

Page 151: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

150

performance tests and test at site for all equipment and systems shall be as per respective codes and standards and also as required in the specification.

1.07.02 Bidder shall furnish a detailed and exhaustive list of all inspections and tests that he or his sub‐

contractors shall carry out at works and at site for all equipment and systems covered under this specification. The list shall have to be approved by the DCPL/SPM before Award of Contract.

1.07.03 The Quality Plan for design and engineering shall cover the procedure for independent

verification, validation and assessment of designs in terms of fitness for purpose, constructability, safety, compliance with standards, maintenance requirements, cost effectiveness etc.

1.08.00 The detailed Quality Plans for manufacturing and field activities (where applicable) shall be

drawn up by the Bidder separately and shall be submitted to DCPL/SPM for approval. Schedule of finalization of such Quality Plans shall be finalized before award of Contract.

1.08.01 Manufacturing Quality Plan will detail out for all the components and equipment, various

tests/inspections to be carried out as per the requirements of this specification and standards mentioned therein and quality practices and procedures followed by Contractor's Quality Control organization, the relevant reference documents and standards, acceptance norms, inspection documents raised etc., during all stages of materials procurement, manufacture, assembly and final testing/performance testing.

1.08.02 Field Quality Plans will detail out for all the equipment, the quality practices and procedures etc.

to be followed by the Contractor's site Quality Control organization, during various stages of site activities from receipt of materials/equipment at site.

1.09.00 The Bidder shall also furnish copies of the reference documents/plant standards/acceptance

norms/tests and inspection procedure etc., as referred in Quality Plans along with Quality Plans. These Quality Plans and reference documents/standards etc. shall be subject to DCPL/SPM's approval without which manufacture shall not proceed. These approved documents shall form a part of the Contract. In these approved Quality Plans, DCPL/SPM representative shall identify Customer Hold Points (CHP). A Customer Hold Point signifies a stage in any item of work which requires documented proof of approval based on tests/checks which shall be carried out in presence of the SPM/DCPL’s Engineer or his authorized representative and beyond which the work shall not proceed without consent of SPM/DCPL in writing.

1.10.00 The Contractor shall submit to the Engineer complete field welding schedule for all field welding

activities for approval. The field welding schedule shall be submitted along with all supporting procedures like welding procedures, heat treatment procedures, NDT procedures etc.

Page 152: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

151

1.11.00 No material shall be dispatched from the manufacturer's works before the same is accepted subsequent to pre‐dispatch final inspection including verification of records of all previous tests/inspections by SPM/DCPL’s Engineer, and duly authorized for dispatch.

1.11.01 Quality assurance/Inspection group of SPM/DCPL would issue a Material Dispatch Clearance Certificate (MDCC) after the inspection clearance which will enable the Contractor to dispatch the equipment and claim the payment.

1.12.00 All materials used or supplied shall be accompanied by valid and approved materials certificates

and tests and inspection report. These certificates and reports shall indicate the sheet numbers or other such acceptable identification numbers of the material. The material certified shall also

have the identification details stamped on it. 1.13.00 Castings and forgings used for construction shall be of tested quality. Details of results of

chemical analysis, heat treatment record, and mechanical property test results shall be furnished.

1.14.00 All welding and brazing shall be carried out as per procedure drawn and qualified in accordance

with requirements of ASME Section‐IX/BS‐4870 or other International equivalent standard acceptable to the DCPL/SPM.

All brazers, welders etc. employed on any part of the contract at Contractor's/Sub‐Contractor's

works or at site shall be qualified as per ASME Section‐IX or BS‐4871 or equivalent international standards. Such qualification tests shall be conducted in presence of SPM/DCPL’s Engineer.

1.15.00 All non‐destructive examinations (NDT) shall be carried out in accordance with approved

international standard. The NDT operator shall be qualified as per SNT‐TC‐IA (of American Society of non‐ destructive examination). Results of NDT shall be properly recorded and submitted to SPM/DCPL.

1.16.00 All the sub‐vendors proposed by the Contractor for procurement of equipment, material and

services and their quality assurance plans shall be subject to DCPL/SPM’s approval. 1.16.01 The list of all major sub‐contractors would be submitted along with the Tender and this shall be

mutually discussed and agreed to at the time of award of Contract. Regarding the various other minor sub‐vendors, the list would be submitted within six (6) months of the award of the Contract and shall be mutually discussed and agreed to.

1.17.00 All the purchase specifications for the major bought‐out items, list of which shall be drawn up by

the Contractor and finalized with the DCPL/SPM shall be furnished to the DCPL/SPM for comments and subsequent approval before orders are placed.

Page 153: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

152

1.18.00 SPM reserves the right to carry out quality audit and quality surveillance of the systems and

procedures of the Contractor's or their sub vendor's quality management and control activities. The Contractor shall provide all necessary assistance to enable the SPM carry out such audit and surveillance.

Quality audit/approval of the results of tests and inspection shall not prejudice the right of the

SPM to reject equipment not giving the desired performance after erection and shall not in any way limit the liabilities and responsibilities of the Contractor in earning satisfactory performance of equipment as per specification.

1.19.00 Quality requirements for main equipment shall equally apply for spares and replacement items. 1.20.00 Repair/rectification procedures to be adopted to make any job acceptable shall be subject to the

approval of the DCPL/SPM. 1.21.00 Quality Assurance Document 1.21.01 The Contractor shall be required to submit two (2) copies and two (2) sets of electronic files of

the following Quality Assurance documents within three (3) weeks after dispatch of the equipment: a) Material mill test reports on components as specified by the specification. b) The inspection plan with verification, inspection plan check points, verification sketches, if

used and methods used to verify that the inspection and testing points in the inspection plan were performed satisfactorily.

c) Non‐destructive examination results/reports including radiography interpretation reports. d) Factory tests results for testing required as per applicable codes and standards referred in

the specification.

e) Welder identification list listing welders and welding operator's qualification procedure and welding identification symbols.

f) Sketches and drawings used for indicating the method of traceability of the radiographs to the location on the equipment.

g) Stress relief time temperature charts.

h) Inspection and test reports duly signed by QA personnel of the SPM and Contractor for the agreed customer hold points. During the course of inspection, the following will also be recorded:

i) When some important repair work is involved to make the job acceptable.

ii) The repair work remains part of the accepted product quality.

Page 154: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

153

iii) Letter of conformity certifying that the requirement is in compliance with finalized specification requirements.

1.22.00 Inspection, Testing and Inspection Certificates

The Bidder shall communicate to the SPM prior to the readiness of the machine to arrange visit of representative for pre dispatch inspection. The inspection will be carried out for five working days by five authorized representatives of the SPM for monitoring the progress of the various facilities of the machine at the suppliers work.

1.22.01 The Engineer, his duly authorized representative and/or an outside inspection agency acting on behalf of the SPM shall have access at all reasonable times to inspect and examine the materials and workmanship of the works during its manufacture or erection and if part of the works is being manufactured or assembled on other premises or works, the Contractor shall obtain for the Engineer and for his duly authorized representative permission to inspect as if the works were manufactured or assembled on the Contractor's own premises or works.

1.22.02 The Contractor shall give the Engineer fifteen (15) days written notice of any material being ready for testing. Such tests shall be to the Contractor's account except for the expenses of the Inspector. The Engineer, unless the witnessing of the tests is virtually waived, will attend such tests within fifteen (15) days of the date on which the equipment is notified as being ready for test failing which the Contractor may proceed with test which shall be deemed to have been made in the Inspector's presence and he shall forthwith forward to the Inspector duly certified copies of test reports in six (6) copies.

1.22.03 The Engineer shall within fifteen (15) days from the date of Inspection as defined herein give notice in writing to the Contractor, or any objection to any drawings and all or any equipment and workmanship which is in his opinion are not in accordance with the Contract. The Contractor shall give due consideration to such objections and shall either make modifications that may be necessary to meet the said objections or shall confirm in writing to the Engineer giving reasons therein, that no modifications are necessary to comply with the contract.

1.22.04 When the factory tests have been completed at the Contractor's or sub‐contractor's works, the Engineer shall issue a certificate to this effect fifteen (15) days after completion of tests but if the tests are not witnessed by the Engineer, the certificate shall be issued within fifteen (15) days of the receipt of the Contractor's test certificate by the Engineer. Failure of the Engineer to issue such a certificate shall not prevent the Contractor from proceeding with the works. The completion of these tests or the issue of the certificates shall not bind the SPM to accept the equipment should it, on further tests after erection be found not to comply with the Contract.

Page 155: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

154

1.22.05 In all cases where the contract provides for tests whether at the premises or works of the Contractor or any sub‐contractor, the Contractor, except where otherwise specified shall provide free of charge such items as labour, materials, electricity, fuel, water, stores, apparatus and instruments as may be reasonably demanded by the Engineer/Inspector or his authorized representatives to carry out effectively such tests on the equipment in accordance with the Contractor and shall give facilities to the Engineer/Inspector or to his authorized representative to accomplish testing.

1.22.06 To facilitate advance planning of inspection in addition to giving inspection notice, the Contractor shall furnish quarterly inspection programme indicating schedule dates of inspection at customer hold points and final inspection stages. Updated quarterly inspection plans will be made for each three consecutive months and shall be furnished before beginning of each calendar month.

1.23.00 Archiving

In addition to the requisite number of hard copies as specified, four (4) copies of all quality assurance documents, final inspection and test certificates etc. shall be made available to the SPM in Compact Disks before handing over of the plant.

Page 156: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

155

(Section IX)

QUALIFICATION/ELIGIBILITY CRITERIA

1. Bidder shall have manufactured, supplied, installed and commissioned at least one (1) no. Three stage (Primary, Secondary & Tertiary Treatment) Effluent Treatment Plant of capacity not less than 3.5 MLD during last five (5) years ending March 31st, 2012.

2. Bidder must have an annual capacity to manufacture and supply at least one (1) no. Three stage (Primary, Secondary & Tertiary Treatment) Effluent Treatment Plant of capacity not less than 3.5 MLD.

3. The average annual turn‐over of the Bidder during the last three (3) financial years, ending March 31st, 2012 should be more than Rs. 1.23 Crores.

4. The Bidder firm should not have suffered any financial loss for more than one (1) financial year during the last three (3) financial years ending March 31st, 2012.

5. The net worth of the Bidder firm should not have eroded by more than 30% in the last three (3) years ending 31st March 2012.

6. Either the Indian agent on behalf of the principal/OEM or principal/OEM itself can bid both cannot bid simultaneously for the same item/product in the same tender.

7. If an agent submits bid on behalf of the principal/OEM, the same agent shall not submit a bid on behalf of another principal/OEM for the same item/product.

NOTE:

1. All experience, past performance and capacity/capability related data should be certified by the authorized signatory of the Bidder firm. The credentials regarding experience and past performance to the extent required as per the above eligibility criteria as submitted by the Bidder may be verified from the parties for whom work has been done.

2. All financial standing data should be certified by certified accountants’ e.g. Chartered Accountants (CA) in India and Certified Public Accountant/ Chartered Accountant of other countries.

3. MOST IMPORTANT NOTE: BIDDER TO FURNISH STIPULATED DOCUMENTS IN SUPPORT OF FULFILLMENT OF QUALIFYING CRITERIA. NON‐SUBMISSION OR INCOMPLETE SUBMISSION OF DOCUMENTS MAY LEAD TO REJECTION OF OFFER.

Page 157: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

156

(Section X)

TENDER FORM Date……….

To

………………………………. ………………………………. ………………………………. (Complete address of SPM)

Ref: Your Tender document No. …………………………dated …………

We, the undersigned have examined the above mentioned tender enquiry document, including amendment No. ‐‐‐‐‐‐‐‐, dated ‐‐‐‐‐‐‐‐‐ (if any), the receipt of which is hereby confirmed. We now offer to supply and deliver………. (Description of goods and services) in conformity with your above referred document for the sum of (total tender amount in figures and words), as shown in the price schedule(s), attached herewith and made part of this tender.

If our tender is accepted, we undertake to supply the goods and perform the services as mentioned above, in accordance with the delivery schedule specified in the List of Requirements.

We further confirm that, if our tender is accepted, we shall provide you with a performance security of required amount in an acceptable form in terms of GCC clause 6, read with modification, if any, in Section V – “Special Conditions of Contract”, for due performance of the contract.

We agree to keep our tender valid for acceptance for a period upto ‐‐‐‐‐‐‐, as required in the GIT clause 19, read with modification, if any in Section‐III – “Special Instructions to Tenderers” or for subsequently extended period, if any, agreed to by us. We also accordingly confirm to abide by this tender up o the aforesaid period and this tender may be accepted any time before the expiry of the aforesaid period. We further confirm that, until a formal contract is executed, this tender read with your written acceptance thereof within the aforesaid period shall constitute a binding contract between us.

We further understand that you are not bound to accept the lowest or any tender you may receive against your above‐referred tender enquiry ………………………………… Dated this …………… day of ………………………………..

For and on behalf of

(With seal) Signature

Name In the capacity of

(DULY AUTHORISED TO SIGN THE BID)

Page 158: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

157

(Section – XI)

PRICE SCHEDULE

Name of Bidder :

Offer No. & Date :

Plant/ Item : SPM’s Enquiry Ref. :…………………

Sl. No. Description AmountRs.

A. PLANT & EQUIPMENT 1.

(a) (b) (c) (d) (e) (f) (g)

Quoted Price (FOR Hoshangabad)One (01) no. Effluent Treatment Plant complete with Mechanical, Electrical and Instrumentation & Control system as per the scope of supply on turnkey basis as mentioned in Section ‐ VI & Section ‐ VII of the Tender document. Packing & Forwarding charges Excise Duty VAT/CST Taxes and other charges as applicable(if any) Freight charges (Including Unloading) Taxes (if any)

Total Price of Equipment/ System (1a+1b+1c+1d+1e+1f+1g)

Total Amount (in Words): ………………………………………………………………………….

B. SERVICES a. b.

Complete Erection, Testing, Start‐up & Commissioning, fulfilment of guaranteed performance obligation including training of Purchaser’s operation and maintenance staff Taxes as applicable (if any)

Total Price of Services (a+b)

Total Amount (in Words): ………………………………………………………………………

Page 159: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

158

C. CIVIL & STRUCTURAL WORKS a. b.

Complete Civil and Structural works for buildings, equipment foundations, RCC Tanks/Chests including hydro testing, etc. and ready for mechanical erection Taxes as applicable (if any)

Total Price of civil & Structural Works (a+b)

Total Amount (in Words): ………………………………………………………………………

GRAND TOTAL (A+B+C) = Rs. ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ /‐In Words: Rupees ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

Note:‐ The method of evaluation of L1 criteria for awarding the Contract shall be on consolidated offer by the bidder and will be decided taking into consideration of total offered price including (A+B+C) as above.

Bidder’s Signature

Page 160: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

159

(Section XII)

QUESTIONAIRE

The tenderer should furnish specific answers to all the questions/ issues mentioned below. In case a question/ issue do not apply to a tenderer, the same should be answered with the remark “not applicable”. Wherever necessary and applicable, the tenderer shall enclose certified copy as documentary proof/ evidence to substantiate the corresponding statement. In case a tenderer furnishes a wrong or evasive answer against any of the under mentioned question/ issues, its tender will be liable to be ignored.

1. Brief description of Work and services offered:

3. Your permanent Income Tax A/C No. as allotted by the Income Tax Authority of Government of

India : Please attach certified copy of your latest /current Income Tax clearance certificate issued by the above authority.

4. Status :

a) Are you currently registered with the Directorate General of Supplies & Disposals (DGS&D), New Delhi, and/or the National Small Industries Corporation (NSIC), New Delhi, and/or the present SPMICL and/or the Directorate of Industries of the concerned State Government for the goods quoted? If so, indicate the date up to which you are registered and whether there is any monetary limit imposed on your registration.

b) Are you currently registered under the Indian Companies Act, 1956 or ant other similar Act?

Please attach certified copy(s) of your registration status etc. in case your answer(s) to above queries is in affirmative.

5. Please indicate name & full address of your Banker(s):

6. Please state whether business dealings with you currently stand suspended/ banned by any

Ministry/ Deptt. of Government of India or by any State Govt. ………………………. (Signature with date) ………………………. ……………………….

(Full name, designation & address of the person duly authorized sign on behalf of the tenderer) For and on behalf of

………………………….. ………………………….. (Name, address and stamp of the tendering firm)

Page 161: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

160

(Section XIII)

BANK GUARANTEE FORM FOR EMD

Not applicable

Page 162: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

161

(Section XIV)

MANUFACTURER’S AUTHORIZATION FORM

To

…………………………

………………………… (Name and address of SPM)

Dear Sirs,

Ref. Your Tender document No. …………………………………………… dated …………………

We, ………………………………………………………………. Who are proven and reputable manufacturers of

……………………………………… (Name and description of goods offered in the tender) having factories at

………………………………………. hereby authorize Messrs.

…………………………………………(name and address of the agent) to submit a tender, process the same further

and enter in to a contract with you against your requirement as contained in the above referred tender

enquiry documents for the above goods manufactured by us.

We further confirm that no supplier or firm or individual other than Messrs.

………………........(name and address of the above agent) is authorized to submit a tender, process the

same further and enter into a contract with you against your requirement as contained in the above

referred tender enquiry documents for the above goods manufactured by us.

We also hereby extend our full warranty, as applicable as per clause of the General Conditions of Contract

read with modification, if any, in the Special Conditions of Contract for the goods and services offered for

supply by the above firm against this tender document.

Yours faithfully,

………………………………….

(Signature with date, name and designation)

For and on behalf of Messrs. …………………………………………. (Name and

address of the manufacturers)

Note: This letter of authorization should be on the letter head of the manufacturing firm and should be

signed by a person competent and having the power of attorney to legally bind the manufacturer.

Page 163: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

162

(Section XV)

BANK GUARANTEE FORM FOR PERFORMANCE SECURITY

[insert: Bank’s Name, and Address of Issuing Branch or Office] Beneficiary: Date:

[Insert: Name and Address of SPM]

PERFORMANCE GUARANTEE No.:

WHEREAS……………………………………………………………………………………. (Name and address o f t h e s u p p l i e r ) (Hereinafter ca l l ed “ the s u p p l i e r ”) h a s u n d e r t a k e n , in p u r s u a n c e o f contract no…………………………. dated …………. to supply (description of goods and services) (herein after called “the contract”).

AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you with a bank guarantee by a scheduled commercial bank recognized by you for the sum specified therein as security for compliance with its obligations in accordance with the contract;

AND WHEREAS we have agreed to give the supplier such a bank guarantee;

NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of the supplier, up to a total of ……………… …… ……… …… …………………. (amount of the guarantee in words and figures), and we undertake to pay you, upon your first written demand declaring the supplier to be in default under the contract and without cavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the supplier before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the contract to be performed thereunder or of any of the contract documents which may be made between you and the supplier shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change, addition or modification.

We undertake to pay SPM up to the above amount upon receipt of its first written demand, without SPM having to substantiate its demand.

This guarantee will remain in force for a period of forty five days after the currency of this contract and any demand in respect thereof should reach the Bank not later than the above date. ……………………………. (Signature of the authorized officer of the Bank) ………………………………………………………. …………………………………………………………. Name and designation of the officer …………………………………………………………. Seal, name & address of the Bank and address of the Branch …………………………………………………………. Name and designation of the officer …………………………………………………………. ….………………………………………………………. Seal, name & address of the Bank and address of the Branch

Page 164: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

163

(Section XVI)

CONTRACT FORM

(Address of SPM’s office issuing the contract)

Contract No…………. dated…………….

This is in continuation to this office’ Notification of Award No……………..….dated ………….

1. Name & address of the Supplier: ……………………………………..

2. SPM’s Tender document No…………………… dated…………. and subsequent Amendment No.…………., dated……… (If any), issued by SPM

3. Supplier’s Tender No……………………………… dated……………….. and subsequent

communication(s) No………… dated …….. (If any), exchanged between the supplier and SPM in connection with this tender.

4. In addition to this Contract Form, the following documents etc, which are included in the

documents mentioned under paragraphs 2 and 3 above, shall also be deemed to form and be read and construed as part of this contract:

i) General Conditions of Contract; ii) Special Conditions of Contract; iii) List of Requirements; iv) Technical Specifications; v) Quality Control Requirements; vi) Tender Form furnished by the supplier; vii) Price Schedule(s) furnished by the supplier in its tender; viii) Manufacturers’ Authorisation Form (if applicable for this tender); ix) SPM’s Notification of Award

Note: The words and expressions used in this contract shall have the same meanings as are

respectively assigned to them in the conditions of contract referred to above. Further, the definitions and abbreviations incorporated under Section –V ‐ ‘General Conditions of Contract’ of SPM’s Tender document shall also apply to this contract.

5. Some terms, conditions, stipulations etc. out of the above‐referred documents are reproduced below for ready reference:

i) Brief particulars of the goods and services which shall be supplied/ provided by the supplier are

as under:

Any other additional services (if applicable) and cost thereof: ………………………..

Schedule No.

Brief description of goods/ services

Accounting unit

Quantity to be supplied

Unit Price (in `)

Total price

Page 165: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

164

Total value (in figure) (In words)

(ii) Delivery schedule

(iii) Details of Performance Security

(iv) Quality Control

(a) Mode(s), stage(s) and place(s) of conducting inspections and tests. (b) Designation and address of SPM’s inspecting officer

(v) Destination and despatch instructions

(vi) Consignee, including port consignee, if any

(vii) Warranty clause

(viii) Payment terms

(ix) Paying authority

………………………………. (Signature, name and address of SPM’s authorized official) For

and on behalf of……………………

Received and accepted this contract

…………………………………………………………………… (Signature, name and address of the supplier’s executive duly authorized to sign on behalf of the supplier)

For and on behalf of ………………….……………………… (Name and address of the supplier)

……………………. ………………………. (Seal of the supplier)

Date: Place:

Page 166: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

165

(Section XVII)

LETTER OF AUTHORITY FOR ATTENDING A BID OPENING

The General Manager Security Paper Mill Hoshangabad M.P – 461 005

(Refer to clause 24.2 of GIT)

Subject : Authorization for attending bid opening on (date) in the Tender of

.

Following persons are hereby authorized to attend the bid opening for the tender mentioned above on behalf of preference given below.

(Bidder) in order of

Order of Preference Name Specimen Signatures

I.

II.

Alternate Representative

Signatures of bidder or Officer authorized to sign the bid Documents on behalf of the bidder.

Note:

1. Maximum of two representatives will be permitted to attend bid opening. In cases where it is restricted to one, first preference will be allowed. Alternate representative will be permitted when regular representatives are not able to attend.

2. Permission for entry to the hall where bids are opened may be refused in case

authorization as prescribed above is not produced.

Page 167: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

166

(Section XVIII)

SHIPPING ARRANGEMENTS FOR LINER CARGOES

Not applicable

Page 168: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

167

(Section XIX)

PROFORMA OF BILLS FOR PAYMENTS

(Refer Clause 22.6 of GCC) Name and Address of the Firm..................................................................................... Bill

No............................................................... Dated................................................. Purchase

order No……………......................... Dated................................................

Name and address of the consignee ...........................................................................

S.No. Authority for purchase

Description of Stores

Number or quantity

RateRs.

Price perRs.

Amount Rs.

Total 1. C.S.T./Sales Tax Amount 2. Freight (if applicable) 3. Excise Duty (if applicable) 4. Packing and Forwarding charges (if applicable) 5. Others (Please specify) 6. PVC Amount (with calculation sheet enclosed) 7. (‐) deduction/Discount 8. Net amount payable (Rupees in Words)

Despatch detail:

RR No. /other proof of despatch.......................... Dated.......................... (enclosed)

Inspection Certificate No..................................... Dated........................... (enclosed) Modvat

Certificate No ................................................................................. (enclosed) Excise Duty Gate

pass…….......................................................................... (enclosed)

Received `............................. (Rupees in Words)......................................................... I hereby certify that the payment being claimed is strictly in terms of the contract and all the obligations on the part of the supplier for claiming that payment has been fulfilled as required under the contract.

Revenue stamp Signature and of Stamp Supplier

Page 169: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,

168

(Section XX)

DRAWINGS

SL.NO DRAWING NO TITLE / DESCRIPTION

1. DWG. No. 11P01‐DWG‐P‐131‐200.01, Rev. d P & I DIAGRAM

EFFLUENT TREATMENT PLANT

2. DWG. No. 11P01‐SKT‐M‐131‐1360.01, Rev. b G.A.‐PLAN

EFFLUENT TREATMENT PLANT

3.

DWG. No. 11P01‐SKT‐P‐131‐1300.02, Rev. c

HYDRAULIC FLOW DIAGRAM

EFFLUENT TREATMENT PLANT

Page 170: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,
Page 171: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,
Page 172: SECURITY PAPER MILL, HOSHANGABAD 461005(M.P.) · PDF file2 Security Classification: Non‐Security Item TENDER DOCUMENT FOR ‘EFFLUENT TREATMENT PLANT – DESIGN, SUPPLY, CONSTRUCTION,