Technical Specification Coltcs
Technical Specification Coltcs
500 MW
W NNTPS
S NEW NEYVE
N LI
TECHNIC
CAL SPECIFICATION
N
FOR CONDENSER
R ON LOA
AD TUBE CLEANING
C G
SYST
TEMS (COL
LTCS).
V
VOLUME -IIIB
BHAR
RAT HEAVVY ELECTR RICALS LIMITED
POWWER SECCTOR
PROJECT ENGIINEERINGG MANAGE EMENT
PPE
EI BLDG., SEC-16A, PLOT NO
O. 25
NOID
DA – 2013001 (UP)
TITLE : TECHNICAL SPECIFICATION SPEC. NO. PE-TS- 402-165-N002
FOR VOLUME : II B
CONDENSER ON LOAD TUBE CLEANING
SYSTEMS (COLTCS). REV. NO. 0 DATE :19.05.14
PREAMBLE SHEET 1 OF 2
1.0 The tender document contains three (3) volumes. The bidder shall meet the
requirements of all the three volumes.
1.2.1 Volume - II B :
1.0 This volume contains technical schedules and Data Sheets - B, which are to be
duly filled by the bidder and the same shall be furnished with the technical bid as
per instructions given in Document No.PES-100-901 in Volume-III.
INDEX
SECTION TITLE
A SCOPE OF ENQUIRY
B PROJECT INFORMATION
C SPECIFIC REQUIREMENTS
STANDARD TECHNICAL
SPEC.NO. PE-TS-999-165-N001
DATA SHEET-A
DATA SHEET-C
QUALITY PLAN
D2 ELECTRICAL SYSTEMS
SECTION - A
SCOPE OF ENQUIRY
TITLE : TECHNICAL SPECIFICATION SPEC. NO. PE-TS-402-165-N002
FOR VOLUME : II B
CONDENSER ON LOAD TUBE CLEANING SECTION : A
SYSTEMS (COLTCS). REV. NO. 0 DATE : 19.05.14
SHEET 1 of 1
1.00.0 SCOPE
This enquiry covers the design, manufacture, assembly, inspection and testing at
manufacturer's and/or his sub-contractors works properly packed for delivery of the items
as follows:
Condenser On Load Tube Cleaning Systems (COLTCS) complete with all accessories as
per the requirements specified in different sections of this specification for:
The bidder’s scope also includes installation checks, commissioning, trial runs & PG
Testing at site of COLTCS.
2.01.00 It is not the intent to specify herein all the details of design and manufacture. However
the equipment shall conform in all respects to high standard of design, engineering and
workmanship, and shall be capable of performing the required duties in a manner
acceptable to Engineer/ Owner, who will interpret the meaning of drawing and
specifications, and shall be entitled to reject any component or material, which in his
judgement is not in full accordance herewith.
2.0.2.00 The omission of specific reference to any component/ accessory necessary for the
proper performance of the equipment’s shall not relieve the bidder of the responsibility
of providing such facilities to complete the supply of the equipment’s at quoted prices.
2.03.00 In case of any deviation from this Technical specification (Vol. IIB) and General
Technical Conditions (Vol. IIC), the same shall be indicated in the schedule of
deviations enclosed in Volume-III, Part-A. In the absence of duly filled schedules it will
be assumed that the bid strictly conforms to the specification.
2.04.00 BHEL's/ Customer’s representatives shall be given full access to the shop in which the
equipment’s are being manufactured or tested and all test records shall be made
available to him.
2.05.00 The equipment’s covered under this specification shall not be despatched unless the
same have been finally inspected, accepted and shipping release issued by BHEL/
Customer
2.06.00 Un-priced copy of price bid shall be furnished along with the technical bid.
TITLE : TECHNICAL SPECIFICATION SPEC. NO. PE-TS- 392-165-N002
FOR VOLUME : II B
CONDENSER ON LOAD TUBE CLEANING SECTION : C
SYSTEMS (COLTCS) REV. NO. 0 DATE : 19.05.2014
SHEET 1 of 1
SECTION – B
PROJECT INFORMATION
2x500 MW, NNTPS, Neyveli
TENDER SPECIFICATION
STEAM TURBINE GENERATOR PACKAGE – NTA2
SECTION - 2
2.1 Introduction
The project site at Neyveli has distinct location advantages, being at pit-head
distance from the source of lignite supply from Mines, making it convenient for
transportation of lignite by belt conveyor. Water source is readily available from
the nearby mines lake. Besides, other infrastructure such as access road, railway
connection etc, already exist.
*****
ATTACHMENT - 1
RAW WATER ANALYSIS
The typical raw water analysis is as shown below:
S.No Description Unit Normal Values
1 Source Lake water
2 Temperature °C 30
3 Colour - Colourless
4 Odour - Odourless
5 Oil mg/l Nil
6 Grease mg/l Nil
7 Total solids in ppm mg/l 519
8 Calcium hardness as CaCO3 mg/l 120
9 Magnesium hardness as CaCO3 mg/l 78
10 Sodium + Potassium as CaCO3 mg/l 95.35
11 Chloride as CaCO3 mg/l 84.6
12 Sulphate as CaCO3 mg/l 84.7
13 M alkalinity as CaCO3 mg/l 160
14 P alkalinity as CaCO3 mg/l Nil
15 Iron as CaCO3 mg/l 1.25
16 Silica as SiO2 mg/l 36.4
17 Aluminium as CaCO3 mg/l 34.7
18 Conductivity at 30 °C m- 590
19 pH at 30 °C - 7.0
20 Free CO2 - 19.36
21 Total hardness (as CaCO3) mg/l 198
SECTION – C
SPECIFIC REQUIREMENTS
SECTION C1
1.0 GENERAL
The Condenser On load Tube Cleaning Systems (COLTCS) complete with all
accessories shall conform to the standard technical specifications (Section-D) and Data
Sheet-A enclosed herewith. In addition the requirements of this section C shall also be
complied with. However, wherever the details given in Section-D and Data Sheet-A are
different, the requirements of Data Sheet-A shall prevail. Similarly in the event of
contradictions between Section-C & Section-D/ Data Sheet-A, Section-C shall prevail.
Section C consists of 3 parts viz. Sec. C1, C2 and C3 for Mechanical, Electrical and C&I
respectively, the requirements of all 3 sections shall be complied with.
The condenser on load tube cleaning system (COLTCS) is intended to prevent formation
of various forms of fouling and scaling in the condenser tubes. The cooling water system
is of closed circuit type with cooling towers or open circuit type as specified. The water
analysis is indicated in project information in section B.
3.0 SCOPE OF SUPPLY UNDER THE SPECIFICATION IN THE BIDDER’S SCOPE FOR
COLTCS.
3.1 The scope of supply for COLTCS covered under this specification is as under.
The size, MOC’s and other particulars of the equipments for various projects are detailed
in Data Sheet A annexed with Section – D of the specification.
3.2.1 Each set of COLTCS for each projects shall comprise of following :
d) One No. Manual ball sorter (Bucket type sorter with sieves to manually sort out the
undersized balls by shaking the sieved bucket manually) for each set of COLTCS.
g) Length of Ball separator, Scope of Counter Flange, Nuts and bolts shall be as per
Annexure- I of section C1.
Thickness of body flange and counter flange shall be as per Drg no PE-DG-999-
141-MO17 enclosed at enclosures at Annexure-II.
j) Power and Control cables between Local Control Panel, PLC and various drives in
bidder’s scope of supply.
a) 2 Sets of COLTCS shall have one Common PLC Control System. However,
separate LCP shall be provided for each set of COLTCS.
Local Control Panel should have suitable arrangement like Bus Coupler for
providing redundancy to incoming supply feeder (1Working + 1 Standby feeder).
16 TITLE : TECHNICAL SPECIFICATION SPEC. NO: PE-TS-402-165-N002
FOR VOLUME : II B
CONDENSER ON LOAD TUBE CLEANING SECTION:C1
SYSTEMS (COLTCS) REV. NO. 0 DATE : 19.05.14
SHEET 3 OF 10
m) Control Cables along with connecting accessories from PLC to DCS as mentioned
in Section C3.
o) All the field instruments stipulated in this specification shall be in Bidder’s scope.
r) Supporting arrangement complete with saddle support (as required as per layout),
foundation plates, anchor bolts, nuts, sleeves, inserts, all installation materials,
fixing bolts, clamps and other accessories etc. for complete equipment supplied
under this package.
s) Finish paints for touch up painting of equipment after erection at site, in sealed
containers.
t) Set of special tools and tackles (if required) for maintenance and erection of the
equipment supplied.
u) Various drawings, data test reports/ certificates instruction manuals for erection
operation and maintenance etc. as specified in Data Sheet-C. and cables schedule
indicating BOQ for power & control cables.
v) Panels & Instruments: Scope and Type as specified in C&I section wherever
required.
Any item not specified but required to make COLTCS a complete package shall also be
in bidder’s scope.
The bidder's scope also includes following services at site, for scope under this
specification for COLTCS for respective projects
The no. of visits may be suitably assessed by bidders as per their experience with
site stay periods on as required basis.
In the event of order number of visits as follows shall be made as a minimum with
charges included in the bidder’s base price itself.
Site Visits :
However the no. of visits may be suitably assessed by bidders as per their
experience with site stay periods on as required basis.
ii. Bidder shall demonstrate guarantees including balls recovery, life of balls,
pressure drops, etc. at site during subsequent visit for COLTCS of each unit.
5.0 EXCLUSIONS :
In addition to the requirements of Section-D the following shall also be complied with for
packages/ projects under scope of this specification:
6.1 For COLTCS - Layout Piping Arrangement Drg. is enclosed in the specifications at
Annexure-III.
6.2 Thickness of body flange and counter flange of COLTCS shall be as per Drg no PE-DG-
999-141-MO17 enclosed at enclosures at Annexure-II.
6.3 The materials of construction specified in Data Sheet-A are minimum requirements and
materials of construction for other components not specified shall be similarly selected
by the bidder for the intended duty which shall be subject to purchaser’s approval during
detailed engineering in the event of order.
6.4 Housing/ body of COLTCS shall be designed and manufactured as per the applicable
codes for pressure vessels and to take care of force and moments as enclosed in the
specification. However in no case thickness of housing/ body shall be less than
connecting pipe thickness as specified in Data Sheet-A of COLTCS.
6.5 Adequate provision for future installation of Cathodic Protection for COLTCS (Sacrificial
type) shall be kept by the bidder in the equipment.
6.6 Any flow straightner for streamlining the CW flow in balls collecting strainer if required
shall be supplied by the bidder along with mounting arrangement and the fixing details.
6.7 Velocity in the pipe work shall be less than 1.5 m/ sec for pump suction and less than 2.5
m/ sec. in other pipe work. All valves upto 150 NB shall be ball valves. For higher sizes,
gate/ globe/ B.F. valves shall be provided. All instrument valves shall be needle valves.
16 TITLE : TECHNICAL SPECIFICATION SPEC. NO: PE-TS-402-165-N002
FOR VOLUME : II B
CONDENSER ON LOAD TUBE CLEANING SECTION:C1
SYSTEMS (COLTCS) REV. NO. 0 DATE : 19.05.14
SHEET 6 OF 10
The Tube Cleaning Systems shall be guaranteed to meet the performance requirements
specified in Section-D and also for trouble free operation after commissioning. Schedule
of performance guarantees (enclosed in Volume III) duly filled and signed shall be
furnished with the bid.
The Performance guarantees of equipments shall stand valid till the satisfactory
completion of performance testing & its acceptance by BHEL/ Consultant/Customer. If
the guarantee period specified in the Commercial Specification is higher, same shall
prevail.
8.0 Performance Guarantee and Bid Evaluation criteria for Condenser on Load Tube
Cleaning System.
Any deviation to above balls life and percentage recovery will not be accepted.
8.1.1 Bidder to note that bids shall be evaluated on account of pressure drop across ball
collecting strainer (in clean condition) and liquidated damages on account of not meeting
the same during PG test shall be in accordance with following:
A) Bid Evaluation Criteria & Liquidated Damages:
The bids received shall be evaluated for Pressure drop across balls collecting
strainers:
9.0 SPARES :
9.1 Recommended Spares :
Bidder to submit the list of recommended spares (along with prices) as per NIT required
for three (3) years of reliable operation and maintenance of COLTCS for BHEL reference
purpose only.
The recommended spares shall not be considered for evaluation and ordering purpose.
If BHEL or BHEL customer decides to witness the tests along with third party, the cost of
travel of BHEL or BHEL customer shall be borne by BHEL or BHEL customer
themselves.
11.0 The makes of various bought out items shall be subjected to purchaser's approval in
the event of order.
12.0 It is mandatory for the bidders to submit along with the bid the deviations if any whether
major or minor in the schedule of deviations only. In the absence of deviations listed
in the schedule of deviations the offer shall be deemed to be in full conformity
with the specification "non-withstanding" any thing else stated elsewhere in
bidder's offer, data sheets etc. The implied/ indirect deviations in data sheets etc.
Shall not be binding on the purchaser.
13.0 The following documents shall be furnished by the bidder with his offer :
The bidder to note that load requirement furnished and finalised during tender
stage shall only be provided by BHEL and any changes or additional requirement
of Electrical load by bidder during contract stage shall be provided by BHEL with
cost repercussions to the bidder.
NOTE: Apart from above, no other drawing/ document/ data sheet etc. shall be
16 TITLE : TECHNICAL SPECIFICATION SPEC. NO: PE-TS-402-165-N002
FOR VOLUME : II B
CONDENSER ON LOAD TUBE CLEANING SECTION:C1
SYSTEMS (COLTCS) REV. NO. 0 DATE : 19.05.14
SHEET 9 OF 10
submitted along with the offer. If any drawing/ document etc. is submitted
with the offer, same shall be considered as for ‘Reference’ purpose only
and shall not be reviewed/ commented upon and any deviation, exclusion
to scope, etc. taken in documents but not highlighted in the deviation
schedule shall not be taken cognizance of.
16 TITLE : TECHNICAL SPECIFICATION SPEC. NO: PE-TS-402-165-N002
FOR VOLUME : II B
CONDENSER ON LOAD TUBE CLEANING SECTION:C1
SYSTEMS (COLTCS) REV. NO. 0 DATE : 19.05.14
SHEET 10 OF 10
ANNEXURE- I
COLTCS
Notes:
1. Ball separator shall be mounted directly on the existing Butterfly valve (Please refer Annexure-III).
2. Flap of butterfly valve shall be extended to 800 mm inside the Ball separator (GA of Butterfly valve has
been enclosed).
REFERENCE DRG. OF CW BUTTERFLY
VALVE FOR 2X500 MW NEYVELI.
4
15
ANNEXURE-III
CW LAYOUT PLAN
7 6 5
18 17 16
CW RETURN PIPING
CW SUPPLY PIPING
2x500 MW, NNTPS, Neyveli
TENDER SPECIFICATION
STEAM TURBINE GENERATOR PACKAGE NTA2
7.1 GENERAL
The scope of supply under On Line Tube Cleaning System per unit shall be as below.
Items not mentioned but deemed necessary by the Bidder for making the system
completely reliable and efficient shall also be included:
a) Condenser On Line Tube Cleaning Systems consisting of -
i. Two (2) nos. Ball separator on the C.W. outlet pipes. Each ball separator
shall consist of Carbon Steel flanged shell, ball separator screens, ball
extraction arrangement; drive units for actuation of screens, differential
pressure measuring system etc.
ii. Two (2) nos. ball re-circulation units complete with pumps, drive motors,
ball collectors, etc.
iii. Two (2) nos. Ball Recirculation Monitors and ball injection arrangement.
b) All interconnecting pipes with necessary valves, fittings, pipe supports etc. for
connecting ball separator section to ball re-circulating skid, re-circulating skid to
injection point, Debris Filter to debris discharge point on the C.W. outlet pipes at
downstream of ball separator, all integral piping for debris flushing system and
ball re-circulating skid, drain line, vent line, drain collectors (floor level), sample
points with suitable valves etc.
c) All supporting steel structures for the equipment, piping and instrument for the
skid.
d) All foundation bolts and embedded inserts required for anchorage of machines,
equipments, structures, and cable trays.
e) Required number of cleaning balls (normal sponge balls as well as abrasive balls)
for commissioning of the system.
f) Provision for manual and automatic back wash arrangement with automatic
collection of balls prior to back washing shall be made.
g) Provision of ball monitoring system including ball circulation monitor, oversize
monitor and ball sorter shall be made.
h) The ball collecting strainer shall have differential pressure transmitter with back
washing system.
i) Provision to prevent loss of balls under normal and abnormal operation including
tripping of CW pumps shall be made.
j) The no. of balls in circulation shall be atleast 10% of no. of condenser tubes.
k) Provision for automatic ball withdrawal from the strainer prior to back washing
shall be made.
Other standards such as IEC, VDI, DIN, BS, IS etc. shall also be accepted subject to
the Purchaser's approval for which the Bidder shall furnish along with the bid
adequate information to justify that these standards are equivalent or superior to the
standards mentioned above. For such alternate standards, which are not normally
published in English, bidder shall also furnish a complete translation for them.
Technical requirements of the condenser On Line Tube Cleaning System have been
indicated in the "Data Sheet" in volume- IIB of the specification. In case of any
contradiction between the above standards and data sheets, the stipulations in the
data sheet shall prevail and shall be binding on the Bidder.
7.4 PROCESS
For maintenance of degree of cleanliness of the condenser tubes, this on load ball re-
circulation type tube cleaning system and debris filters at CW inlet line to condenser
will be employed. The on line condenser tube cleaning system shall maintain a
circulation of resilient balls in a closed loop through the condenser tubes. Thus, while
passing through the tubes, the balls get deformed thereby cleaning the inner surface
of the tubes. The balls will be injected at the C.W. inlet pipe by ball recirculation
pumps, which subsequently will be distributed evenly throughout the cross-section of
the condenser tube sheet to effect uniform cleaning of tubes. The balls after passing
through the tubes will be taken out of the C.W. outlet pipes. The balls are then led to
the C.W. inlet pipe once again for recirculation.
Equipment/works offered shall be designed for high availability, high reliability, low
maintenance and ease of operation & maintenance. The Bidder shall specifically state
the design features incorporated to achieve high degree of reliability, availability,
operability and ease of maintenance. He shall also furnish details of availability
records in plants stated in his experience list.
All similar parts of the equipment shall be made to gauge and shall be interchangeable
with and shall be made of same material and workmanship as the corresponding parts
of the equipment. Where feasible common components shall be employed in different
pieces of equipment in order to optimize the spares inventory and utilization
7.5.1 General Performance Requirement
i. The cleanliness of the condenser tubes utilizing continuous operation of the
system such that the contribution of the tube waterside fouling to the variation of
the condenser vacuum from its design value is negligible.
ii. The pressure drop across the ball separator screens and debris filter screens
during normal cleaning operation shall be minimum.
iii. In the automatic system, sequential operations of various equipment in tube
cleaning system must be performed in such a manner that there is absolutely no
loss of balls during any cleaning.
All materials shall be new, and shall be of the quality most suited to the proposed
application.
In as far as is possible, materials shall be in accordance with national or international
standard specifications and shall be used in accordance with national or international
codes of practice. Where such standards or codes of practice are not available
sufficient information shall be provided to allow the Purchaser to assess the suitability
of the material for the particular application.
All materials used shall have demonstrated lengthy satisfactory service in similar or
more arduous conditions to those proposed by the Bidder
The manufacturer shall conduct all tests and inspections (including stage inspections,
as necessary) required to ensure that the equipment offered by him conforms to the
requirement of this specification. The particulars of the proposed tests and the
procedures for the tests shall be submitted to the Purchaser for approval before
conducting tests.
Test certificates for all tests shall be submitted to the purchaser for approval
SECTION C2
(ELECTRICAL DETAILS)
SPECIFICATION NO.
TECHNICAL SPECIFICATION FOR VOLUME II B
SECTION-C
COLTCS REV DATE 13.05.2014
PAGE 1 OF 1
(ELECTRICAL PORTION)
1.1 Scope for supply, and erection & commissioning of various equipment forming part of electrical system for this
package shall be as per Annexure–I to Section – C [Scope of Work (Electrical)].
1.2 Make of various equipment/ items in the scope of bidder shall be to approval of owner during detailed
engineering stage without any commercial implications.
1.3 Bidder shall furnish all AC as well as DC loads required for the system at different voltage levels (eg. 415V
AC, 240 V AC, 220 V DC etc.) of all types, such as motor feeders, supply feeders in PEM format along with
the offer.
1.4 All electrical equipment shall be suitable for the power supplies, fault levels and climatic conditions indicated
in project information enclosed with the specification.
1.5 All drawings, data sheets, Quality Plan, calculations, test reports, test certificates, etc. shall be submitted
during detailed engineering stage as per formats enclosed. The same shall be subject to approval without any
commercial implications.
1.6 Technical requirements shall be as per specifications listed in Clause 4.1, 4.2 & 4.3 below.
3.1 Bidder shall confirm total compliance to the electrical specification without any deviation from the technical/
quality assurance requirements stipulated. In line with this, the bidder as technical offer shall furnish two
signed and stamped copies of the following:
a) A copy of this sheet “Electrical Equipment Specification for COLTCS and sheet “Electrical Scope
between BHEL and Vendor” with bidder’s signature and company stamp.
b) List of Erection and Commissioning spares.
c) List of Erection & Maintenance tools & tackles.
d) Electrical load requirement in the load data format.
3.2 No technical submittal such as copies of data sheets, drawings, write-up, quality plans, type test certificates,
technical literature, etc, is required during tender stage. Any such submission even if made, shall not be
considered as part of offer.
6 Cable glands and lugs for equipments supplied by Vendor Vendor Vendor 1. Double compression Ni-Cr plated brass cable glands
2. Solder less crimping type heavy duty tinned copper lugs for power
cables
3. Solder less crimping type heavy duty copper lugs for control cables.
7 Conduit and conduit accessories for cabling between Vendor Vendor Conduits shall be medium duty, hot dip galvanised cold rolled mild steel
equipments supplied by vendor rigid conduit as per IS: 9537. Makes of conduits shall be subject to
customer/ BHEL approval at contract stage.
8 Lighting BHEL
$
BHEL
$
11 LT Motors with base plate and foundation hardware Vendor Vendor Makes shall be subject to customer/ BHEL approval at contract stage.
12 Mandatory spares Vendor - Vendor to quote as per specification.
13 Recommended O & M spares, E & C spares, erection & Vendor - As per specification
REV : 0 DATE : 13.05.2014
ANNEXURE – I TO SECTION – C: STANDARD ELECTRICAL SCOPE BETWEEN BHEL AND VENDOR
PACKAGE: COLTCS
PROJECT: 2X500 MW NNTPS TPP
S.NO DETAILS SCOPE SCOPE E&C REMARKS
SUPPLY
NOTES:
1. Make of all electrical equipments/items supplied shall be reputed make & shall be subject to approval of BHEL/customer after award of contract.
2. All QPs shall be subject to approval of BHEL/customer after award of contract without any commercial implication.
3. For skid mounted system, 2 nos. (1W+1S) supply of 415 V, 3 phase, 4 wire AC shall be provided by BHEL/Customer. Complete skid including
changeover between feeder/starters/LCP/inter-locks/protection devices / any other supply etc. shall be in bidder’s scope only.
4. Painting: The painting for electrical equipment shall be epoxy based with suitable additives. The paint shall be corrosion proof epoxy based of approved
class and paint thickness shall be within 100 to 150micron. The vendor shall furnish the complete painting details during detailed engineering.
5. $: Shall be in customer scope where equipment are supplied by customer.
SPECIFIC ELECTRICAL REQUIREMENT FOR COLTCS
PARAMETERS
SL.NO. UNIT NLC
MOTOR
1 DESIGN AMBIENT TEMP 50
DEG. C
2 VOLTAGE SUPPLY AND VARIATION VOLT 415V, + 10%
3 FREQUENCY WITH VARIATION 50 (+) 5% to (-) 3%
Hz
12 ACCEPTABLE NOISE LEVEL Noise level for all motors shall be limited to
DB 85dB(A) at 1.5 m
(in line with IS 12065)
SECTION C3
(C&I DETAILS)
C&I SPECIFICATION FOR COLTCS
FOR NEW NEYVELLI TPP (TG PACKAGE)
2x500 MW, NNTPS, Neyveli
CONTRACT SPECIFICATION
STEAM TURBINE GENERATOR PACKAGE - NTA2
PLC based system is envisaged for OLCTCS. The PLC & Complete
instrumentation system required for this is in the scope of TG Contractor.
The system described hereunder is indicative only for Contractor’s guidance.
The Contractor shall design system for safe & trouble free operation. The
PLC shall be linked to plant DCS via soft link for monitoring of the operation
of OLCTCS.
Operation of the condenser on-line tube cleaning system & debris filter with
necessary audio visual alarm/indications shall be implemented in PLC based
Local Control Panel. The system shall be controlled either in manual or Auto
mode. Following major control logics are envisaged, however Contractor
shall provide required control features for safe & trouble free operation.
Provision for manual override of any automatic operation shall be made
available in control panel. Potential free contacts shall be provided for
interfacing with MCC & other systems.
PLC based system is envisaged for CPU & its Regeneration System. The PLC
& Complete instrumentation system required for this is in the scope of TG
Contractor. The system described hereunder is indicative only for
Contractor’s guidance. The Contractor shall design system for safe & trouble
free operation. The PLC shall be linked to plant DCS via soft link for
monitoring the operation of CPU & Regeneration System.
1. Service Mode
• Flow transmitter shall be provided for monitoring flow rate for each
polishing vessel. If condensate flow is low the operator can initiate
automatic sequence to remove one of the vessels from service.
• DP transmitters shall be provided to monitor/alarm high pressure
drop across the inlet & outlet of the vessel. The bypass system shall
initiate automatically.
• Conductivity analyzer shall be provided at the outlet of each vessel
to monitor the quality of condensate & to initiate the regeneration
cycle.
• When the vessel under Service mode is ready for regeneration, the
operator shall change the same into ‘‘Isolation mode’’ in the panel.
Subsequently the ‘‘Standby vessel’’ shall be selected for ‘‘Service
mode’’ from the OWS/control panel. The selection shall follow,
required sequence as per pressurization of the vessel, checking of
the condensate quality and putting the vessel in service on
satisfactory condensate quality.
• Normally ‘‘Service vessel’’ once exhausted shall be isolated from
service till the ‘‘Regeneration ’’ operation is complete. In addition,
provision shall be kept for isolation of one or all the vessels from
service if required by operator from the panel.
3.10 PROCESSOR CONFIGURATION FOR PLC SYSTEM REDUNDANT WITH HOT STAND BY
13.00 ## NO. OF OWS / LAPTOP/LCD A) 1 NO. LAPTOP PER PLC LOADED WITH ENGG. S/W
B) 1 NO. OF LCD DISPLAY ON EACH PLC PANEL .
POWER SUPPLY AVAILABLE FOR BALL MONITOR (24V DC / 110 V AC UPS A) 230 V AC UPS
15.00
/ 230 V AC UPS) B) 24VDC TO BE DERIVED FROM PLC PANEL
&& POWER SUPPLY AVAILABLE FOR PLC PANEL (3PHASE, 415 V AC/
15.10 3 PHASE, 415 V AC AT SINGLE POINT
1PHASE, 110 V UPS/ 1PHASE, 230 V UPS)
15.40 BATTERY TYPE (LEAD ACID/ Ni-Cd) Lead Acid ‘Plante’ type
DPT = 2 nos.
17.00 PG/ DPG/ PS/ DPS/ PT/ DPT per Balls Collecting Strainer/DF/SCS DPI = 1 no.(ACROSS EACH BALL SEPARATOR)
CONDENSER ON LOAD TUBE CLEANING SYSTEM - C&I REQUIREMENTS
1) DISTANCE BETWEEN CCR AND THE PLC PANEL WILL BE AROUND 150
20.00 REMARKS METRES.
21.00 NOTES:
1. && ALL POWER SUPPLY REQUIREMENTS FOR INDIVIDUAL SUB-SYSTEMS/ COMPONENTS EG. BALL MONITOR, SOL VALVES ETC SHALL BE DERIVED BY
THE VENDOR FROM THIS POWER SUPPLY.
2. ** THE UPS FOR PLC SHALL BE IN BIDDER'S SCOPE WITH 2X100% CONFIGURATION.
3. BIDDER TO PROVIDE INPUT/OUTPUT LIST, DRIVES LIST, JUNCTION BOX SCHEDULE AND TERMINATION DETAILS, RECOMMENDED CONTROL LOGICS /
WRITE-UP ETC. DURING DETAILED ENGINEERING
5. ## LAPTOPS SHALL BE OF LATEST CONFIGURATION WITH PROGRAMMING SOFTWARE & COMMUNICATION CABLE.
6. 2 SETS OF COLTCS SHALL HAVE ONE COMMON STARTER PANEL (SWITCH GEAR PANEL) CUM PLC PANEL. THIS SHALL ALSO SERVE AS THE LCP FOR 1
SET OF COLTCS. HOWEVER, SEPARATE LCP PROVIDED FOR OTHER SET OF COLTCS.
7. COLOUR OF THE PANELS SHALL BE RAL 7035 FOR EXTERIOR & BRILLIANT WHITE FOR INTERNAL.THIS SHALL BE DECIDED DURING DETAIL
ENGINEERING
10. ALARM FACIA SHALL BE UNDER BIDDER'S SCOPE. NUMBER OF FACIA SHALL BE DECIDED DURING DETAILED ENGINEERING.
11. PLC BASED CONTROL SYSTEM SHALL BE PROVIDED UNIT WISE. THE PLC SYSTEM SHALL BE PROVIDED WITH NECESSARY INTERFACE HARDWARE
AND SOFTWARE FOR DUAL FIBER OPTIC CONNECTIVITY INCLUDING LIU (LIGHT INTERFACE UNIT), PATCH CORDS ETC. AT PLC END FOR
INTERCONNECTION WITH DDCMIS LOCATED AT MAIN PLANT CONTROL ROOM FOR MONITORING OF SIGNAL INFORMATION.
LEGEND:
CCR- COMMON CONTROL ROOM
DCS- DISTRIBUTED CONTROL SYSTEM
PLC- PROGRAMMABLE LOGIC CONTROLLER
RPU - REMOTE PROCESSING UNIT
FORM NO. PEM-6666-0
SPECIFICATION NO.:
SPECIFICATION VOLUME
FOR SECTION
MOTORISED VALVE ACTUATOR
REV. NO. DATE:
SHEET 1 OF 3
* PROJECT
OFFER REFERENCE
* TAG NO. SERVICE
* DUTY ON / OFF INCHING
* LINE SIZE (inlet/outlet): MATERIAL
GLOBE GATE REG. GLOBE
* VALVE TYPE
BUTTERFLY
GENERAL* * OPENING / CLOSING TIME
* WORKING PRESSURE
SHALL BE SUITABLE FOR CONTINUOUS
AMBIENT CONDITION OPERATION UNDER AN AMBIENT TEMP. OF 0-55
DEG C AND RELATIVE HUMIDITY OF 0-95%
VALVE SEAT TEST PRESS BIDDER TO SPECIFY
REQUIRED VALVE TORQUE BIDDER TO SPECIFY
ACTUATOR RATED TORQUE BIDDER TO SPECIFY
TOTALLY ENCLOSED, DUST TIGHT, WEATHER
CONSTRUCTION
PROOF, IP:67
MECHANICAL POSITION INDICATOR TO BE PROVIDED FOR 0-100% TRAVEL
DOUBLE SHIELDED, GREASE LUBRICATED ANTI-
BEARINGS
FRICTION.
METAL (NOT FIBRE GEARS). SELF-LOCKING TO
GEAR TRAIN FOR
PREVENT DRIFT UNDER TORQUE SWITCH
CONSTRUCTION LIMIT SWITCH/TORQUE SWITCH
SPRING PRESSURE WHEN MOTOR IS DE-
AND SIZING OPERATION
ENERGIZED.
OPEN/CLOSE AT RATED SPEED AGAINST
DESIGNED DIFFERENTIAL PRESSURE AT 90% OF
RATED VOLTAGE. FOR ISOLATING SERVICE
SIZING THREE SUCCESSIVE OPEN-CLOSE OPERATIONS
OR 15 MINS. WHICHEVER IS HIGHER. FOR
REGULATING SERVICE - 150 STARTS/HR
MINIMUM
* REQUIRED YES NO
SPECIFICATION NO.:
SPECIFICATION VOLUME
FOR SECTION
MOTORISED VALVE ACTUATOR
REV. NO. DATE:
SHEET 2 OF 3
($$ Refer CALIBRATED KNOBS(OPEN&CLOSE TS) REQUIRED FOR SETTING DESIRED TORQUE
Notes) ACCURACY +3% OF SET VALUE
LIMIT SWITCH MFR & MODEL NO. BIDDER TO SPECIFY
(Not Applicable OPEN : INT : CLOSE
1 No
2 Nos. (ADJ.)
1 No.
for Smart 2 Nos. 2Nos.
Actuator) ($$ CONTACT TYPE 2 NO + 2 NC
SPECIFICATION NO.:
SPECIFICATION VOLUME
FOR SECTION
MOTORISED VALVE ACTUATOR
REV. NO. DATE:
SHEET 3 OF 3
NOTES:
1. SCOPE: DESIGN, MANUFACTURE, INSPECTION, TESTING AND DELIVERY TO SITE OF ELECTRIC ACTUATOR FOR INCHING OR OPEN / CLOSE DUTY.
2. CODES & STANDARDS: DESIGN AND MATERIALS USED SHALL COMPLY WITH THE RELEVANT LATEST NATIONAL AND INTERNATION STANDARD. AS A MINIMUM,
THE FOLLOWING STANDARDS SHALL BE COMPLIED WITH:
IS-9334, IS-2147, IS-2148, IS-325, IS-2959, IS-4691, IS 12615 AND IS-4722
4. CABLE GLANDS OF DOUBLE COMPRESSION TYPE, BRASS MATERIAL, WITH NICKEL COATING SHALL BE PROVIDED.
5. THE TORQUE SWITCHES SHALL BE PROVIDED WITH MECHANICAL LATCHING DEVICE TO PREVENT OPERATION WHEN UNSEATING FROM THE END POSITIONS.
THE LATCHING DEVICE SHALL UNLATCH AS SOON AS THE VALVE LEAVES THE END POSITION. IF SUCH PROVISION IS NOT POSSIBLE, THE TORQUE SWITCHES
SHALL BE BYPASSED BY END-POSITION LIMIT SWITCHES WHICH OPENS ON VALVE LEAVING END POSITION.THESE LIMIT SWITCHES ARE ADDITIONAL TO THE
NUMBER OF LIMIT SWITCHES SPECIFIED ELSEWHERE.
6. THE MOTOR SHALL OPERATE SATISFACTORILY UNDER THE +/- 10% SUPPLY VOLTAGE VARIATION AT RATED FREQUENCY, -5% TO +3% VARIATION IN
FREQUENCY AT RATED SUPPLY VOLTAGE, SIMULTANEOUS VARIATION IN VOLTAGE & FREQUENCY THE SUM OF ABSOLUTE PERCENTAGE NOT EXCEEDING 10%.
$$ TORQUE SWITCH & LIMIT SWITCH SHALL ACT INDEPENDENT OF EACH OTHER. TANDEM OPERATION IS NOT ACCEPTABLE.
NAME NAME
SIGNATURE SIGNATURE
DATE DATE
NOTES* = TO BE FILLED BY MPL (LEAD AGENCY). @= TO BE FILLED BY ES
FORM NO. PEM-6666-0
SPECIFICATION NO.:
VOLUME
DATA SHEET FOR PRESSURE / SECTION
DIFFERENTIAL PRESSURE TRANSMITTER
REV. NO. DATE:
SHEET 1 OF 2
TAG No. …………. Qty................. Data Sheet No.: PES-145-01-DS1-0
Data Sheet A & B
DATA SHEET-A FOR PRESSURE / DIFFERENTIAL PRESSURE TRANSMITTER DATA SHEET-B
(TO BE FILLED BY PURCHASER) (TO BE FILLED-UP BY BIDDER)
BIDDER TO SPECIFY
GENERAL MANUFACTURER
BIDDER TO SPECIFY
MODEL NUMBER
CAPACITANCE/PIEZO ELECTRIC
TECHNICAL TYPE
(Microprocessor based 2 wire type, HART
protocol compatible)
MATERIAL
B) ELEMENT 316 SS
C) SEAL TEFLON
WALL/PIPE STAND
MOUNTING
TRANSMITTER RACK
SPECIFICATION NO.:
VOLUME
DATA SHEET FOR PRESSURE / SECTION
DIFFERENTIAL PRESSURE TRANSMITTER
REV. NO. DATE:
SHEET 2 OF 2
TAG No. …………. Qty................. Data Sheet No.: PES-145-01-DS1-0
Data Sheet A & B
DATA SHEET-A FOR PRESSURE / DIFFERENTIAL PRESSURE TRANSMITTER DATA SHEET-B
(TO BE FILLED BY PURCHASER) (TO BE FILLED-UP BY BIDDER)
MANIFOLD
DIFFERENTIAL PRESSURE
5 WAY
MEASUREMENT
NAME NAME
SIGNATURE SIGNATURE
DATE DATE
FORM NO. PEM-6666-0
SPECIFICATION NO.:
VOLUME
DATA SHEET FOR PRESSURE / SECTION
DIFFERENTIAL PRESSURE TRANSMITTER
REV. NO. DATE:
SHEET 1 OF 2
TAG No. …………. Qty................. Data Sheet No.: PES-145-01-DS2-0
Data Sheet C
DATA SHEET-C FOR PRESSURE / DIFFERENTIAL PRESSURE TRANSMITTER
(TO BE FILLED BY CONTRACTOR AFTER AWARD OF CONTRACT)
GENERAL MANUFACTURER
MODEL NUMBER
TECHNICAL TYPE
POWER SUPPLY
TRANSMITTER MEASUREMENT
OUTPUT SIGNAL
NO. OF WIRE
ACCURACY
STABILITY
SENSITIVITY
MATERIAL
A) BODY
B) ELEMENT
C) SEAL
MOUNTING
ENCLOSURE
INSULATION RESISTANCE
INTEGRAL INDICATOR
FORM NO. PEM-6666-0
SPECIFICATION NO.:
VOLUME
DATA SHEET FOR PRESSURE / SECTION
DIFFERENTIAL PRESSURE TRANSMITTER
REV. NO. DATE:
SHEET 2 OF 2
TAG No. …………. Qty................. Data Sheet No.: PES-145-01-DS2-0
Data Sheet C
DATA SHEET-C FOR PRESSURE / DIFFERENTIAL PRESSURE TRANSMITTER
(TO BE FILLED BY CONTRACTOR AFTER AWARD OF CONTRACT)
ZERO DRIFT
SPAN DRIFT
MANIFOLD
a) PRESSURE MEASUREMENT
B) DIFFERENTIAL PRESSURE
MEASUREMENT
NAME NAME
SIGNATURE SIGNATURE
DATE DATE
2x500 MW, NNTPS, Neyveli
CONTRACT SPECIFICATION
STEAM TURBINE GENERATOR PACKAGE - NTA2
Table 9.1
Specifications for Pressure / Differential Pressure / Flow / Level Transmitter
11. Differential pressure type flow transmitters shall have in-built square-
root extractors.
Table 9.2
Specifications for Temperature Transmitter
SPECIFICATION NO.:
VOLUME
DATA SHEET FOR SECTION
PRESSURE / DIFFERENTIAL PRESSURE GAUGE
REV. NO. DATE:
SHEET 1 OF 1
TAG No. …………. Qty................. Data Sheet No.: PE-DC-999-145-I026
Data Sheet A & B
DATA SHEET-A FOR PRESSURE / DIFFERENTIAL PRESSURE GAUGE DATA SHEET-B
(TO BE FILLED BY PURCHASER) (TO BE FILLED-UP BY BIDDER)
GENERAL MANUFACTURER
MODEL NUMBER
COLOR: WHITE
DIAL
NUMERALS: BLACK
NAME NAME
SIGNATURE SIGNATURE
DATE DATE
FORM NO. PEM-6666-0
SPECIFICATION NO.:
VOLUME
DATA SHEET FOR SECTION
PRESSURE / DIFFERENTIAL PRESSURE GAUGE
REV. NO. DATE:
SHEET 1 OF 1
TAG No. …………. Qty................. Data Sheet No.: PE-DC-999-145-I026
Data Sheet C
DATA SHEET-C FOR PRESSURE / DIFFERENTIAL PRESSURE GAUGE
(TO BE FILLED BY CONTRACTOR AFTER AWARD OF CONTRACT)
GENERAL MANUFACTURER
MODEL NUMBER
MATERIAL
ENCLOSURE
DIAL
CASE
ADJUSTMENT
MOUNTING
SWITCHING FACILITY
TYPE
NO. / TYPE OF CONTACTS
CONTACT RATING
SETTING RANGE
REPEATABILITY
POWER SUPPLY
PERFORMANCE ACCURACY
CONNECTION PROCESS
LOCATION
MOUNTING
OTHER
NAME NAME
SIGNATURE SIGNATURE
DATE DATE
2x500 MW, NNTPS, Neyveli
CONTRACT SPECIFICATION
STEAM TURBINE GENERATOR PACKAGE - NTA2
2. Thermo wells shall, in general, be of SS 316 and shall be drilled from bar
stock except for air and flue gas services. However, selection of thermo
well material shall be as per following guideline.
3. Welded type thermo wells with 38 mm O.D. for welding & ½” NPT
internal threads shall be used for pressure above 100 kg / sq cm or
temperature above 400 deg C. Socket weld type thermo well with 34
mm O.D. for welding & ½” NPT internal thread, shall be used for
pressure between 40-100 kg/cm2 and temperature up to 400°C.
Screwed type thermo wells with ½” NPT internal threads & M33X2 (M)
outer threads shall be used for pressure below 40 kg/cm2 and
temperature below 400°C. For pipes having probability of prolonged
vibration, seal welding may be done all around after tightening the
thermo well within the base.
4. Thermo well manufacturing drawing covering material specification,
dimensional details, details of special treatment, finish etc. as well as
test procedure shall be subject to Owner’s / Consultant’s approval.
Material certificate shall have to be furnished for each thermo well.
5. Wherever any approval is necessary from any recognized body /
authority during manufacturing of high pressure wells, the same shall
have to be arranged by the Contractor.
6. The thermo well immersion depth (U) shall be sufficient to eliminate
conduction error. A general rule which may be followed is to use an
immersion length equalling a minimum of 10 times the diameter of the
protective tube or well. In general, immersion length of thermo wells for
different line sizes shall be as follows:
Table 9.5
Thermowell Immersion Length
Table 9.6
Specification for Pressure Gauge/ DP Gauge/ Draft Gauge
Table 9.7
Specification for Temperature Gauge