Agitator Technical Specifications for FGD
Agitator Technical Specifications for FGD
601401/2021/BAP-9762_FGD
TECHNICAL SPECIFICATION OF AGITATORS
FGD:AGITATORS:REVO1
SPECIFICATION NO : FGD:AGITATORS
BUYER (EPC) : BHEL
APPLICATION : WET LIMESTONE FGD
This document is meant for the exclusive purpose of bidding against this specification and
shall not be transferred, reproduced or otherwise used for purposes other than that for
which it is specifically issued.
25
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
Purpose
Sl. Offer part
Description
No.
1. Documents for meeting the Pre- Part -1 Qualification requirement
Qualification Requirement (3K format has to for considering the offer
be submitted along with supporting
documents)
2. Reference list – Annexure-I Part -1 Qualification requirement
for considering the offer
3. Compliance to the technical specification Part-1 Technical evaluation
(Complete Specification with Signature and
Seal along with filled Annexures)
4. Data sheet of all Agitators (As per Part -1 Technical evaluation
Annexure-II)
5. GA drawing, Exploded view with Material of Part -1 Technical evaluation
construction, total weight of all Agitators
models offered
6. Performance curve & TS curve of Agitators Part -1 Technical evaluation
Page 2 of 37
BIDDER SIGN WITH SEAL AND DATE:
26
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
Page 3 of 37
BIDDER SIGN WITH SEAL AND DATE:
27
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
CONTENTS:
MAIN SUPPLY
Page 4 of 37
BIDDER SIGN WITH SEAL AND DATE:
28
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
Page 5 of 37
BIDDER SIGN WITH SEAL AND DATE:
29
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
POWER SUPPLY
The following voltage levels shall apply:
3 phase, 3.3 kV AC ,50 Hz Voltage for motors equal to / bigger than
200KW and for power distribution within
the plant.
3 phase, 415 V, AC , 50 Hz Standard voltage for power supplies to
electric power consumers and motors
Above 0.2 KW and upto 200 kW.
240V AC / 3 phase 415 V AC, 50 Hz Standard voltage for power supplies to
electric power consumers and motors
Upto 0.2 kW.
1. All equipments shall be suitable for rated frequency of 50 Hz with a variation of + 3%
& -5%, and 10 % combined variation of voltage and frequency unless specifically
brought out in the specification.
2. Bidder shall design and supply the equipment suitable for satisfactory operation
under above mentioned power supply condition.
Page 6 of 37
BIDDER SIGN WITH SEAL AND DATE:
30
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
Page 7 of 37
BIDDER SIGN WITH SEAL AND DATE:
31
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
Sl. Scope
No
xvii. Any other items required for completeness of the equipment except the items covered in
the exclusions.
Page 8 of 37
BIDDER SIGN WITH SEAL AND DATE:
32
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
Belt drives (if applied) shall be properly designed to provide a minimum lifetime of 2
13.
years under design conditions
It shall be noted that all Agitators (except Absorber Agitator, Auxiliary Absorbent Tank
Agitator and Drain Sump Agitator) are meant for keeping the solid particles in suspended
14.
mode in liquid with “Full Uniform Suspension” of solid particles to 98% of liquid column to
virtually “Uniform Solid Concentration”. No chemical reaction will take place.
For Absorber, Auxiliary Tank and Drain Sump Agitators : There shall not be any slurry
15. settlement at the Bottom of the Tank and all solids shall be suspended off the tank bottom
(i.e. Off Bottom suspension)
It is to be noted that in continuous process any deposit at tank bottom is the loss of material
16. which are not getting converted as per process. Hence, total loss of material by
sedimentation is a loss to FGD Process & determines the “In efficiency of the Agitator”.
Vendor should ensure nil settlement; utilization of solid material shall be a guaranteed
17. parameter and will be assessed in percentage (%) term to net wet of solid mass of inflow or
out flow. This is one of the guarantee parameter.
Agitator and its driver shall perform on the test stand at shop and on the Agitator’s
permanent location at site within vibration limit the vibration of combined unit will be the
18. responsibility of Agitator manufacturer. Agitator manufacturer is to ensure that Site
performance of vibration is one of the “Acceptance Criteria” of the equipment. Please note
vibration at test stand can only be taken as for information.
Impeller shall be kept above the sedimentation level of the tank (just 100-200mm above the
19.
sedimentation level).
Agitator must have low-pitch propeller with low solidity ratio and low Power Number.
Power number shall 0.35 or lower. The Maximum Input Power at motor terminal shall be
considered as a guaranteed parameter under “Schedule of Guaranteed Parameters” in
“Annexure-V-Schedule of Guarantees”- and the same shall be calculated for maximum liquid
level in tank. A calculation of power specifying the hydraulic power of Agitator, Seal loss,
20.
Gear box and Motor internal loss must be submitted along with the offer. A characteristics
curve showing power versus liquid level should be submitted from the lowest liquid level,
required for Agitator to maximum liquid level in the tank. Motor should be selected based
on the highest power demand with a margin as per clause 5.3.1 at maximum liquid level,
taking into account frequency variation.
Bidder shall provide the design and arrangement of baffle plates in circular tanks.
21.
Baffle plates are in BHEL scope.
5.2 CONSTRUCTIONAL FEATURES
Page 9 of 37
BIDDER SIGN WITH SEAL AND DATE:
33
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
Impeller should be dynamically balanced to Gr: G16: ISO-1940 after rubber lining of shaft
v)
(wherever applicable)
For circular tanks with Top Entry agitator, the tip diameter of the impeller shall be one-third
vi) of the Tank diameter.
For circular tanks with Top Entry agitator, Two level of impellers have to be offered for
achieving uniform suspension if both the following conditions are satisfied:
I. Agitators
I should be provided with Single Stage mechanical seal. the mechanical seal should
be
I as per ISO-21049 / API 682
The Mechanical Seals shall be so arranged that repacking or fitting of replacement seals can
II. I
be carried out with the minimum of disruption to plant operation.
Design the mechanical seals chamber to have sufficient room to lubricate and get seal face
III.
cool with its own slurry.
IV. Provide requirements for periodical flushing to rinse the seal face for leaked slurry.
All mechanical seals, regardless of type or arrangement, shall be of the cartridge design.
V.
Hook sleeve cartridge should not be used.
VI. Requirement of flushing water, its quantity, and pressure to be indicated in data sheet.
Zero leakage is the intension of this specification. However, quantity of leakage, if it is
VII.
unavoidable, it should have a provision of collecting / or discharging back to the tank.
Mechanical seals shall be fitted and installed in the Agitator before shipment and shall be
VIII.
clean. Mechanical seals shall be plugged with screw for shipping.
Intention of the specification is not to specify Type of Seal, Seal design, Spring configuration,
IX. Seal configuration, Balanced or Unbalance type etc. Agitator manufacturer to decide the
same along with seal manufacturer the best seal that is suitable for the offered Agitator
Seal life has to be guaranteed, taking into consideration all its components for 20000 hrs. If
X. the seals fail before the completion of guaranteed period, the same should be replaced free
of cost by the bidder.
XI. The
I sub-vendor of the seal shall be approved by END CUSTOMER during contract execution.
Page 10 of 37
BIDDER SIGN WITH SEAL AND DATE:
34
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
2. Vertical Agitators for Other Slurry Tanks & Drain Pit Tanks
Agitator shall be supplied with stuffing box or Labyrinth seal or any proven equivalent or
superior sealing type.
Mechanical and hydraulic conditions in the seal chamber, required to maintain a stable film
I at seal face, including temperature, pressure and flow, shall be jointly established by
Agitator manufacturer and seal manufacturer, and shall be noted in data sheet submitted in
tender. If mechanical seal is offered by bidder, the mechanical seal should be as per ISO-
21049 / API 682.
C) SHAFT
Use of dissimilar material at flange joint shall be avoided to eliminate any crevice corrosion.
Spacing of the shaft joint should not be more than 3.0 m (preferably) for easy assembly if it
is more than 40kg. If welding is used for joining two tubes, welding joint must be 100%
radio graphed. If split shaft is proposed for larger tanks , shaft flange at the joining interface
has to be rubber lined at manufacturer’s works and necessary fasteners have to be
provided. All the connecting fasteners shall be Alloy 926 or better material. All the Fasteners
coming inside the tank (below the Mounting base or Mounting flange) shall be Alloy 926 or
better material.
D) BEARING & BEARING HOUSING IN GEAR BOX
Bearing shall be of rolling type radial and thrust bearing (FAG/SKF make only) as required.
Thrust bearing shall be sized for continuous operation under all specified condition.
Thrust bearing shall provide full load capability if the Agitator’s normal direction of rotation
is reversed. Up-thrust and Down-thrust load must be taken into account in sizing bearing.
Life of every anti-friction bearing, used in the bearing housing as per manufacturer’s design,
should have L10 of 25000 hr (minimum).
None of the Shaft bearings shall be allowed to be inside the tank or drain.
Page 11 of 37
BIDDER SIGN WITH SEAL AND DATE:
35
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
plan (QAP) along with the offer. The same shall be followed at post order stage also.
QAP should be as per the best practice followed internationally to avoid any conflict
of interest.
F) Driver ( Motor)
Driver shall be sized to meet all specified operating conditions including bearing
1
housing , seal, external gear box and coupling loss( if any).
Motor shall be able to accelerate to speed at reduced voltage and frequency as
2
specified in “Site Power Supply Condition” as per Clause: 4.1.
3 It should meet Motor specification enclosed.
G) GEAR BOX
Gear box should be vertical flange mounted solid shaft type (Vertical Agitators),
reducing speed type, specially designed for the requirement of Slurry mixing and to
be manufactured by the Agitator supplier. Complete up-thrust and down-thrust,
developed by Agitator shall be taken by thrust bearing housing of Gear Box. Gear
Reducers shall confirm to AGMA standard as follows:
A. 1.25 Service Factor based on Motor Horsepower
B. 1.5 Service Factor based on calculated brake Horsepower
H) COUPLING & COUPLING GUARD
Coupling and coupling guard should be supplied between driver and driven
I.
equipment.
II. Coupling should be designed taking into consideration adequate service factor.
Design rating of the coupling (excluding service factor) should be indicated in data
III.
sheet.
Coupling must be having locking screw so that it does not slide over shaft in due course
IV.
operation.
Vertical Agitators - Coupling between Motor and Gear Box shall be Spacer-type flexible
coupling, made of Cast Iron. Spacer length shall be of sufficient length so than Motor and
V.
Gear Box shall be able to run independently at no-load condition by detaching the
respective coupling.
It is desirable that for servicing of seal, coupling half should not be removed. Coupling
VI.
should be dynamically balanced to Gr: G6.3, ISO-1940.
Removable coupling guard shall conform to the requirements of all applicable national,
VII.
industrial or statutory regulations.
I) PLATE AND FASTENING BOLTS
Base plate shall be interpreted as the component of Agitator assembly through
which the whole load will be transmitted to the Sole Plate/Nozzle over which the
I. equipment will be mounted. The Base plate shall be fabricated with mild steel of
structural quality (UTS=42N/sq mm minimum) with anti-corrosive paint of sufficient
dry-film thickness.
II. Base plate must have provision of leveling on its intended mounting place. Sole plate
Page 12 of 37
BIDDER SIGN WITH SEAL AND DATE:
36
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
is not in the scope of supply of Agitator manufacturer. It should be noted that Sole
plate will be rubber lined to prevent any leakage of corrosive gases
Alignment between Gear Head Shaft and Agitator shaft shall be within the
permissible limit of Gear Box. Similarly, misalignment between Motor shaft and Gear
III.
Box Shaft shall be within 0.050 micron (radial) and 2 degree (angular) or better as
per requirement of Motor and Gear Box
Sole plate with desired number of hole, will be machined on one side. Sole Plate shall be
IV. welded to the structure after leveling, as recommended by Agitator manufacturer and
rubber lining is completed before placing the equipment in its desired location.
J) OTHER COMPONENTS
All fasteners used in wetted condition must be of Nickel alloy material or better material
(bidder shall refer to the Technical Information of Agitators/Agitator Selection Criteria for
details regarding the MOC of Wetted Fasteners) so that even if it comes in contact with
liquid by swelling of rubber, thread remains unaffected. All fasteners provided inside the
tank (even if it is exposed to the slurry vapour) shall be treated as wetted part only. Raw
material of fastener must undergo Inter-granular Corrosion test as per ISO-3651, Part-1 for
Nitric Acid test.
GENERAL REQUIREMENT OF SIDE ENTRY AGITATORS:
I. 1
All Agitators shall be designed for continuous operation.
a
II. 1 Material of Construction (MOC) of side entry Agitators shall be as per “Technical
The
c
Information for Agitator/Agitator Selection Data” enclosed.
III. 1
It should be of Flange mounted type.
d
Nozzle, on which Agitator shall be mounted, shall have enough opening to Insert rotating
IV. assembly from side. Vendor to suggest the nozzle size . Purchaser will provide the Nozzle
based on Vendor’s recommendation.
V. 1
Bidder shall consider Gypsum Sedimentation during stoppage of Agitator.
f
Page 13 of 37
BIDDER SIGN WITH SEAL AND DATE:
37
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
Agitators shall be vertical mounted type and shall be driven by motor with reducing speed
gear box of rigid type, solid shaft coupling between gear box and agitator and flexible
IV. 2coupling of spacer type coupling between Motor and Gear Box. Both Gear Box and Motor
eshould be vertically/horizontally flange mounted type with a common frame of the whole
equipment. The entire thrust load of agitator should be transmitted to the thrust bearing of
Gear box.
V. Cable
3 entry to the Motor terminal box should preferably be from top when motor is
vertically
d mounted at its position and it should be easily accessible.
VI. Nozzle,
2 on which Agitator shall be mounted, shall have enough opening to Insert rotating
assembly
e from top.
VII. Impeller should be dynamically balanced to Gr: G16: ISO-1940 after rubber lining of shaft.
5.3 MOTOR
Degree of Protection
Degree of protection for various enclosures shall be as follows:
a) Outdoor motors : IP 55
b) Cable box-Outdoor area : IP 55
Codes and Standards
a) Three phase induction motors : IS325
b) Single phase AC : IEC 60034
Painting
Paint shade shall be as per RAL5012
Motors shall be of IE3 energy efficient class. The Motor speed shall be 1500 rpm or less.
AC Motors:
All AC motor shall be Squirrel cage induction motor and, shall be suitable for direct –on-line
starting. Rating of the motor should of Type S1 (Continuously rated) as per ISO-60034, Part-
1. Rating of motor must be at least 1.2 times the maximum power demand of the driven
equipment.
[Link] Description
Metric unit shall be used in the drawings and in the any displays on the equipment’s. Special
1.
attention should be taken that the unit of pressure shall be in dual scales of kPa and kg/cm2G. For
instance the pressure gauges should have dual unit’s indication.
Page 14 of 37
BIDDER SIGN WITH SEAL AND DATE:
38
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
[Link] Description
2. Descriptions in the drawings, in the documents, and in the displays shall be in English
All rotating parts such as coupling shall be covered with suitable protective guards. Guards shall be
3.
easily removable type.
The equipment shall be designed to withstand the corrosive and moist environment in which these
4.
are proposed to operate.
Noise level produced by any rotating equipment individually or collectively shall not exceed 85 dB
5.
measured at a distance of 1.0 meters from the source in any direction and 1.5m above operating
floor.
Corrosion allowance: Corrosion allowance for entire equipment shall be in accordance with latest
9.
applicable Indian / International standard.
Unless otherwise specified , flanges shall be in accordance with ANSI B16.5 Class 150
10.
Name plate: All equipment shall be provided with nameplates indicating the item number and
11.
service name. Name plates shall be of 304 Stainless steel plate and placed at a readily visible
location. Nameplate of main equipment shall have enough information, which will be confirmed
during engineering phase. Stainless steel nameplates for all instruments and valves shall be
provided.
Rotation arrows shall be cast in or attached with stainless steel plate on each item of rotation
12.
equipment at a readily visible location.
Unless otherwise specified, all equipment items where the weight exceeds 15 kg shall be provided
13.
with suitable lifting lugs, ears or ring bolts or tapped holes for lifting rings. Minimum shock factor
for lifting lugs shall be minimum 2.0. The position of lifting lugs and reference dimension shall be
shown on GA and/or outline drawings. NDT shall be conducted for lifting lugs. When any spreader
bars are required for lifting and laydown, the bidder shall provide spreader bar with equipment.
Skid Mount/Transportation: Equipment shall be fabricated as skid mount design as much as
14.
practical to minimize erection at the site.
If the driver/driven equipment train is in the resonance condition or any vibration problems occur,
15.
the bidder shall solve the problems in a timely manner.
17. All the surfaces of the carbon steel should be rust prevented before shipment for the period of at
least 12 months for storage and construction.
Bidder to provide capacity of crane or hoist required for material handling and the details of
18.
heaviest component to be handled.
Page 15 of 37
BIDDER SIGN WITH SEAL AND DATE:
39
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
[Link] Description
The list of all Bought out items with makes and country of origin to be mentioned along with offer
19.
to be submitted.
Page 16 of 37
BIDDER SIGN WITH SEAL AND DATE:
40
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
[Link] Description
The identification and numbering of equipment, systems, items, etc. of supply, as well as of all
27.
documents and drawings shall be in accordance with reference Designation System for Power
Plants - KKS system.
Complete detail engineering drawings, calculations, selection of components etc. shall be reviewed
28.
& subject to approval of BHEL/END CUSTOMER during detail engineering
Bidder shall furnish necessary inputs & drawings of all equipment in editable Auto CAD/ MS-Word
29.
/Excel format.
During detail engineering, successful bidder shall ensure flow of drawings/documents as per
30.
schedule. Any comments from BHEL/END CUSTOMER should be addressed timely by the bidder.
Bidder to note that list above is not exhaustive and any work /items required for completing the
31.
smooth operation and ensuring satisfactory running of the machines till final hand over to the end
user shall also be in the scope of the bidder.
Bidder shall submit the signed and stamped copy of all the pages which constitutes this technical
32.
enquiry specification signed by authorized signatory and clearly mentioning each clause under
following two categories to avoid any ambiguity in scope understanding & the scope division along
with technical offer.
a. “Accepted without deviation and considered in scope of work”
b. “Not considered in scope of work”
Page 17 of 37
BIDDER SIGN WITH SEAL AND DATE:
41
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
[Link] Description
Packaging or shipping units shall be designed within the limitations of the unloading facilities of the
5.
receiving ports and the ship will be used. It shall be the bidder’s responsibility to investigate these
limitations and to provide suitable packaging and shipping to permit transportation to site.
Packing (tare) shall be part of the equipment cost and shall not be subject to return. The packing
6.
should ensure integrity and cohesiveness of each delivery batch of equipment during
transportation. In case of equipment assemblies and unit’s delivery in the packing of glass, plastics
or paper the specification of packing with the material and weight characteristics are to be
indicated.
Each package should have the following inscriptions and signs stenciled with an indelible ink legibly
7.
and clearly:
a. Destination
b. Package Number
c. Gross and Net Weight
d. Dimensions
e. Lifting places
f. Handling marks and the following delivery marking
Each package or shipping units shall be clearly marked or stenciled on at least two sides as per the
8.
dispatch instruction givens during the contract:
In addition, each package or shipping unit shall have the symbol painted in red on at least two
sides of the package, covering one fourth of the area of the side.
Each part of the equipment which is to be shipped as a separate piece or smaller parts packed
9.
within the same case shall be legibly marked to show the unit of which it is part, and match marked
to show its relative position in the unit, to facilitate assembly in the field. Unit marks and match
marks shall be made with steel stamps and with paint.
Each case shall contain a packing list showing the detailed contents of the package. When any
10.
technical documents are supplied together with the shipment of materials no single package shall
contain more than one set of such documents. Shipping papers shall clearly indicate in which
packages the technical documents are contained.
The case number shall be written in the form of a fraction, the numerator of which is the serial
11.
number of the case and the denominator the total number of case in which a complete unit of
equipment is packed.
Wherever necessary besides usual inscriptions the cases shall bear special indication such as “Top”,
12.
“Do not turn over”, “Care” , “Keep Dry” etc. as well as indication of the center of gravity (with red
vertical lines) and places for attaching slings (with chain marks)
Marking for Safe handling: To ensure safe handling, packing case shall be marked to show the
13.
following:
a. Upright position
b. Sling position and center of Gravity position
Page 18 of 37
BIDDER SIGN WITH SEAL AND DATE:
42
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
[Link] Description
c. Storage category
d. Fragile components ( to be marked properly with a clear warning for safe handling)
Each crate or package is to contain a packing list in a waterproof envelope. All items are to be
14.
clearly marked for easy identification against the packing List. All cases, packages etc. are to be
clearly marked on the outside to indicate the total weight where the weight is bearing and the
correct position of the slings are to bear an identification mark relating them
to the appropriate shipping documents. All stencil marks on the outside of
cases are either to be made in waterproof material or protected by shellac or varnish to prevent
obliteration in transit.
The packing slip shall contain the following information: -
15.
Customer name, Name of the equipment, Purchase Order number with Date, Address of the
delivery site, Name and Address of the Sender, Serial Number of Agitator, BHEL item Code, Gross
Weight and Net weight of Supplied items.
Prior to transport from manufacturer’s work to destination, components of the unit shall be
16.
completely cleaned to remove any foreign particles. Flange faces and other machined surfaces
shall be protected by an easily removable rust preventive coating followed by suitable wrapping.
All necessary painting, corrosion protection & preservation measures shall be taken as specified in
17.
painting schedule. Supplier shall consider the coastal environment zone which is defined as “very
severe” during final finishing/shipping.
Successful bidder shall furnish the detail packing /shipment box details with information like
18.
packing box size, type of packing, weight of each consignment, sequence no. of dispatch, no. of
consignment for each deliverable item against each billing break up units/ billable blocks. Without
these details the BBU shall not be approved during detail engineering.
Also, complete billing break-up with above mentioned details shall be submitted within 10days of
LOI.
All items/equipment shall be dispatched in properly packed condition (i.e. no item shall be
19.
dispatched in loose condition such that it becomes difficult to store/identify its location at site at a
later stage).
Cases which cannot be marked as above shall have metal tags with the necessary markings on
20.
them. The metal tags shall be securely attached to the packages with strong steel binding wire.
Each piece, Skid, Case or package shipped separately shall be labelled or tagged properly.
8.0 SUPERVISION OF ERECTION, TESTING AND COMMISSIONING
1. The erection of Agitators will be done by owner as per Erection Manual and check List. However,
the bidder shall make visit as per enquiry/PO for the supervision of erection, pre-commissioning &
post- commissioning check-up, start-up, testing and trial runs of all the items covered under the
scope of supply.
3. All TA/DA, Site Expenses, Travel charges boarding and lodging shall be borne by the bidder and
shall be inclusive in supervision portion.
Page 19 of 37
BIDDER SIGN WITH SEAL AND DATE:
43
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
[Link] Description
4. Price comparison for evaluating the lowest bid will be considered all main supply, supervision of
E&C charges and mandatory spares price all together.
9.0 EXCLUSION
e) In the event there being elements or components that are stuck together, the adherence ,
hardness , lack of porosity shall be checked.
f) An operating test shall be conducted in the workshop on every type of agitator model, with
a view of verifying that the operating parameters comply with the guarantee parameters.
The Bidder shall furnish performance test procedure along with standard. The test
procedure will be reviewed and approved by the BHEL/END CUSTOMER
Since there is no standard for “Acceptance Test Procedure” for Agitator, Agitator manufacturer is
2.
to submit a test procedure and Quality Plan, clearly indicating that equipment will meet the
desired parameter.
Power consumption at motor terminal and vibration of equipment will be conducted at site.
3.
Vendor to indicate other material tests that are to be conducted as per their practice in their
Quality plan.
No liquid should enter the tube through any flange joint. “O”-ring used in the flange joint will
4.
deteriorate at a highly chlorinated and acidic environment of medium at a maximum operating
temperature unless right quality of rubber is used. Hydrostatic testing of tube assembly is required
at a pressure of twice that of maximum liquid column in any tank or 30m whichever is higher. The
hydro test duration will be for a minimum of 1 hr to check sweating at any flange. Hydrostatic test
is meant in part for a check of equipment joint at new condition only. It cannot be considered as a
Page 20 of 37
BIDDER SIGN WITH SEAL AND DATE:
44
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
[Link] Description
guarantee of functional objective of rubber used.
5. DYNAMICS
Operation speed of the Agitator motor shall be at least 25% below the first critical speed
Additional to the requirement of the critical speed of Agitator, as specified above. Agitator
manufacturer is to analyze the torsional critical speed of combined system of Agitator, Gear Box
and Motor to establish that the torsional critical speed is well off the operating speed by 20% from
the operating speed.
During performance test, unfiltered vibration measurements shall be made with running of
Agitator in Air. Measurement shall be taken on the Gear Box thrust bearing housings as well in
motor top.
Guaranteed Site vibration of the equipment on its own pedestal, at commissioning with normal
level of liquid and with maximum liquid at respective tank, Vibration limit at site will be as per ISO-
10816, even if Motor rating falls below 15kw.
Vibration measurements of bearing housing shall be made in root mean square (RMS) velocity.
Vibration levels measured on the non-rotating parts shall not exceed the zone limit “B” as defined
in ISO 10816 at steady conditions and shall not exceed the zone limit “C” as defined in ISO 10816 at
transient conditions.
6. For surfaces with rubber lining, Welding shall be visually inspected to verify the absence of rough
area and unacceptable transition between surfaces which prevent the adequate adherence of
rubber. The acceptance criteria shall be as per latest standard.
7. For surfaces with rubber lining, degree of cleaning shall be visually checked before the application
of the coating. There must be no area with oxidation, dirt or partially or generalized corrosion
defects.
8. Test certificates shall be issued for each lot of raw material used in the coating, corresponding to
specific weight and traction resistance.
9. For surfaces with rubber lining, adherence test shall be conducted on production samples.
Adherence test shall be conducted on the actual surface through hammering. In order to verify the
absence of air packets (or) surface without adherence.
10. For surfaces with rubber lining, Coating thickness shall be checked at 100%. A High voltage porosity
test will be conducted on 100 % of the coated surface.
Out of all Agitators, One Number of each type will be inspected by the Purchaser at the Bidder’s
11.
Page 21 of 37
BIDDER SIGN WITH SEAL AND DATE:
45
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
[Link] Description
works before dispatch or where the test facilities are available.
However, the Bidder shall conduct performance test for the remaining Agitators and submit the
12.
reports.
Contract shaft mechanical seals shall be used during shop tests, unless the seal design is
13.
unsuitable for the shop-test condition, if applicable.
Agitators shall not be released for shipment, until shop tests data and performance tests curves
14.
have been approved by Owner.
Bidder should furnish performance guarantee as per applicable standard guarantee for the design,
15.
manufacture, material and safe operation of the equipments.
BHEL shall witness the test at Bidder's works and a notice of minimum three (3) weeks shall be
16.
given for attending the inspection.
11.0 PAINTING
1. Painting details :-
Agitators shall be painted as per the painting scheme which will furnished to the
Successful Bidder during contract stage. The Total DFT will be maximum 300 micron
2. Rust preventive paint after inspection at shop floor before dispatch shall be in bidder’s scope
Corrosion protection, coating and galvanizing, painting shall be taken care by the bidder. Bidder
3.
shall follow the painting scheme which will be furnished by the Purchase during contract stage.
Page 22 of 37
BIDDER SIGN WITH SEAL AND DATE:
46
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
[Link] Description
energized. The List of such spares to be provided during bidding stage.
Bidder shall consider and supply all the spares required for the operation of the equipment within
the warranty or guarantee period.
Bidders shall also furnish the recommended spares list along with the offer required for 3
years of normal operation of the plant and should be independent of the list of the
mandatory spares. Prices of recommended spares will not be used for evaluation of the
bids. The price of these spares will remain valid up to 6 months after placement of
Notification of Award for the main equipment
a) All performance tests for Agitators shall be carried out in accordance with any latest
international codes/standards.
b) Bidder shall furnish Performance guarantee for the design, manufacture, material, safe and
trouble-free operation of the Agitators and its accessories
c) The Bidder shall ensure a design of the equipment to achieve an average target availability of
98% for 120 days and average target availability of 95% for 1 year.
d) Noise level ≤85 dB (A) at 1m horizontal distance from equipment/enclosures and 1.5m above
operating floor is to be guaranteed.
Page 23 of 37
BIDDER SIGN WITH SEAL AND DATE:
47
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
[Link] Description
e) Vibration levels measured on the non-rotating parts shall not exceed the zone limit “B” as
defined in ISO 10816 at steady conditions and shall not exceed the zone limit “C” as defined in
ISO 10816 at transient conditions.
f) Acceptance tests to be carried out as per the procedure defined by the bidder which shall be
submitted for BHEL/ END CUSTOMER approval.
g) In the event that the performance test is unsuccessful, bidder shall take necessary remedial
action at his cost and the performance test shall be repeated.
1. POWER GUARANTEE
Bidder to specify the total guaranteed power per Agitators (i.e. power consumed at Motor input
terminal at normal liquid level ) operating at the rated capacity in their offer.
Adjustment factor for excess power consumption = (GPC-BV) X PL X No’s of Working Agitators
GPC- Guaranteed Power Consumption at the Motor Terminal at the Normal Liquid level quoted by
bidder in KW
BV- Base Value (Bidder shall refer to the Technical Information or Agitator Selection Document)
PL- Power Loading per KW . (Bidder shall refer to the Technical Information or Agitator Selection
Document)
However, the maximum value of power loading will be limited to 10% of the equipment value.
If actual Power Consumption during prove out (or) PG Test operating at the duty point exceeds the
value guaranteed by the bidder, liquidated damages for shortfall in performance shall be deducted
from contract price as per the formula given below
Liquidated damage deductible = (APC-GPC) X P X Total no of Working agitators
Where
GPC- Guaranteed Power Consumption at the Motor Terminal at the Normal Liquid level quoted by
bidder in KW
APC- Actual Power Consumption in KW
N- Total Number of Agitators
P- Penalty per KW (Bidder shall refer to the Technical Information or Agitator Selection Document)
Page 24 of 37
BIDDER SIGN WITH SEAL AND DATE:
48
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
[Link] Description
Note :
1. LD will be levied after conducting performance test as above subjected to the maximum 10% of
the main equipment value. LD will be adjusted from the pending bills payable to the bidder.
[Link] conducting PG test at project site for demonstrating the guaranteed parameters of Agitator,
vendor has to make own arrangement. TA/DA , Stay , Travel charges shall be borne by the Bidder
and charges towards the same shall be considered suitably in their Offer.
1. The Bidder warrants that the equipment’s/items shall be free from defects in the design,
engineering, materials and workmanship of the Plant and Equipment supplied and of the work
executed. The Warranty Period shall be thirty six months (36) months from the date of Supply or
twenty four (24) months from the date of commissioning, whichever first occurs. If during the
Warranty/Defect Liability Period any defect should be found in the design, engineering, materials
and workmanship of the Plant and Equipment supplied or of the work executed by the Bidder, the
Bidder shall promptly, in consultation and agreement with BHEL regarding appropriate remedying
of the defects, and at its cost, repair, replace or otherwise make good (as the Bidder shall, at its
discretion, determine) such defect as well as any damage to the Facilities caused by such defect.
2. In case of failure of the equipment to meet the guarantee, END CUSTOMER/BHEL reserves the
right to reject the equipment. However, END CUSTOMER/BHEL reserves the right to use the
equipment until new equipment supplied by bidder meets the guaranteed requirement .
18.0 TRAINING
Successful bidder shall provide comprehensive training for END CUSTOMER/BHEL Engineering,
O&M, Erection & Commissioning staffs at site covering all aspects of the Agitators - Operation &
Maintenance, Troubleshooting etc.
Page 25 of 37
BIDDER SIGN WITH SEAL AND DATE:
49
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
[Link] Description
19.0 CONFLICT
Bidder’s equipment shall be designed for and shall meet the service, performance and minimum
level of quality requirements specified. Bidder shall be solely responsible for advising END
CUSTOMER in writing of any conflicts between the specifications and Bidder’s design, including
performance and levels of quality. Bidder agrees that its obligations, liabilities and warranties shall
not be diminished or extinguished due to its meeting the requirements of the Specification.
20.0 DOCUMENTATION
The Bidder shall submit all documents, drawings, diagrams and all such information, which are
necessary to fully understand the offer for techno – commercial Offer. Vendors are requested to
comply with above in all respect.
Page 26 of 37
BIDDER SIGN WITH SEAL AND DATE:
50
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
REFERENCE LIST as per format shown below. (Reference plant details for Horizontal and Vertical
Agitators)
Coal Wet
Project fired Limest
Name , Yes/No one Type /
Size of Speed Year of
[Link] Customer Based Model Hor / Qty
Tank rpm Commg
& Plant FGD Vertical
capacity Yes/No
Note :
Bidders shall also submit reference list of Horizontal /Vertical agitators as per the
format given above.
DESIGNATION :___________________________
DATE :___________________________
Page 27 of 37
BIDDER SIGN WITH SEAL AND DATE:
51
601401/2021/BAP-9762_FGD
TECHNICAL SPECIFICATION OF AGITATORS
FGD:AGITATORS:REV01
1.3 Location
1.6 Service
1.7 Installation
j, Impeller diameter mm
k. Minimum clearance required below mm
impeller centre line
l. Maximum liquid level over propeller mm
centre line up to which Agitator can work
without overloading of motor at 50Hz
3 Construction Features
3.1 Impeller
a) Type
b) Diameter(tip to tip) mm
c) Hub diameter mm
d) No of blade per Impeller
e) Thickness of blade mm
3.2 Tube thickness, if any mm
3.3 Shaft diameter at coupling (GH-Agitator) mm
3.4 Length of Top shaft mm
3.5 Connection Details
· Blade to Hub:
· Hub to Shaft/Tube
· Line Shaft to Line shaft
· Line shaft to top shaft
3.6 Bearings in Gear Head
Thrust bearings Housing
a) Type
b) Make
Bearing Number
· Radial Bearing
· Radial Bearing
· Thrust Bearing
c) Type of lubrication
d) Lubricator
3.7 Coupling between Agitator & Gear Head
a) Type
b) Make & Model No.
c) Rating KW/rpm
3.8 Stuffing Box/Mechanical Seal
a) Type
b) Details of gland packing
c) No of packing
d) Cooling water
e)Lubrication type
f)Qty of grease and interval of lubrication.
4 Material of Construction
a. Blade of Impeller
b. Hub of Impeller
c. Base Plate/Gear head Stand
d. Line Shaft & Line shaft Coupling
Page 29 of 37
BIDDER SIGN WITH SEAL AND DATE:
53
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
e. Impeller Shaft
f. Top Shaft
g. Gland Sleeve
h. Location of Thrust bearing
i. Coupling guard
j. Fasteners in Wet region
k. Fasteners in Dry region
l. Stuffing Box
m. Gland
n. Gland packing
5 Weight
a) Bare Agitator weight Kgs
b)Rotating Assembly weight Kgs
c) Motor weight Kgs
d) Gear Head weight Kgs
e)Wt. of the equipment, (a+c+d)
f) Heaviest single piece component of
Agitator to be handled. Kgs
Page 30 of 37
BIDDER SIGN WITH SEAL AND DATE:
54
601401/2021/BAP-9762_FGD
TECHNICAL SPECIFICATION OF AGITATORS
FGD:AGITATORS:REV01
4 AGITATOR SPEED(RPM) n
8 GEARBOX EFFICIENCY η1
9 BEARING TRANSMISSION η2
EFFIFICIENCY
10 EFFICIENCY DUE TO ANY OTHER η3
LOSSES
11 MECHAINCAL POWER Agitator BKW= P/(η1*η2*η3)
REQUIRED
12 MOTOR EFFICIENCY η
13 Rated Input Power at Motor Power consumed at Motor
Terminal at Normal water level terminal = Agitator BKW/ η
and at Normal voltage and
Frequency or Agitator BKW
14 MOTOR POWER (KW) Motor Power shall be at least
1.2 times the Power consumed
at Motor Terminal.
DESIGNATION :___________________________
DATE :___________________________
55
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
Page 32 of 37
BIDDER SIGN WITH SEAL AND DATE:
56
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
Page 33 of 37
BIDDER SIGN WITH SEAL AND DATE:
57
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
D. List of accessories.
Page 34 of 37
BIDDER SIGN WITH SEAL AND DATE:
58
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
Torque
1 speed characteristic of the motor
Thermal
2 withstand characteristic
Starting.
3 current Vs. Time
Starting.
4 current Vs speed
P.F. 5and Effi. Vs Load
Page 35 of 37
BIDDER SIGN WITH SEAL AND DATE:
59
601401/2021/BAP-9762_FGD
TECHNICAL SPECIFICATION OF AGITATORS
FGD:AGITATORS:REV01
Project:
Enquiry No:
Agitator Name:
DESIGNATION :___________________________
DATE :___________________________
60
601401/2021/BAP-9762_FGD
REF: FGD:AGITATORS
TECHNICAL SPECIFICATION OF
AGITATORS REV. No. 01
*We hereby accept to the Technical Specification for agitators and all the parameters for this
project
SIGNATURE OF BIDDER --------------------
NAME -------------------
DESIGNATION ---------------------
(OR)
Sl Clause Page
Description of Deviation
No No No
NAME -------------------
DESIGNATION ---------------------
Page 37 of 37
BIDDER SIGN WITH SEAL AND DATE:
61
601401/2021/BAP-9762_FGD
Technical Information of Agitators for Karanpura ( 3X660 MW)
REF: NKSTPP:FGD:AGITATORS
PROJECT INFORMATION:
a. Owner NTPC
b. Capacity (MW) 3X660 MW
c. Buyer BHEL, Ranipet
c. Process/Application Flue Gas Desulphurization
PROJECT LOCATION
a. Country India
b. State/Division Jharkand
c. District Chatra
SECONDARY HYDROCYCLONE FEED LIMESTONE SLURRY STORAGE TANK ABSORBER AREA DRAIN SUMP GYPSUM AREA DRAIN SUMP LIMESTONE AREA DRAIN
ABSORBER AGITATOR Auxiliary Absorber Tank Agitator FILTRATE WATER TANK AGITATOR WASTE WATER TANK AGITATOR PRIMARY HYDROCYCLONE FEED TANK AGITATOR
TANK AGITATOR AGITATOR AGITATOR AGITATOR SUMP AGITATOR
S. No Description Requirement Requirement Requirement Requirement Requirement Requirement Requirement Requirement Requirement Requirement
1 Agitaor slno 1 2 3 4 5 6 7 8 9 10
2 Parameters
b. Medium to be handled Gypsum slurry Gypsum slurry Gypsum slurry Gypsum slurry Gypsum slurry Limestone slurry Gypsum slurry Gypsum slurry Gypsum slurry Limestone slurry
Mechanical Seal with flushing Gland Packing or Stuffing Seal or Labyrinth Gland Packing or Stuffing Seal or
Gland Packing or Stuffing Seal or Labyrinth Seal Gland Packing or Stuffing Seal or Labyrinth Gland Packing or Stuffing Seal or Labyrinth Seal Gland Packing or Stuffing Seal or Labyrinth Seal or Gland Packing or Stuffing Seal or Labyrinth Seal or any Gland Packing or Stuffing Seal or Labyrinth Gland Packing or Stuffing Seal or
c. Seal Type ( Flushing water for Seal available is 0.2 m3/hr Seal or any equivalent Seal. Labyrinth Seal or any equivalent
or any equivalent Seal Seal or any equivalent Seal or any equivalent Seal any equivalent Seal equivalent Seal Seal or any equivalent Seal Labyrinth Seal or any equivalent Seal
@ 2 Bar(G)) Seal
Duty Continuous Continuous Continuous Continuous Continuous Continuous Continuous Continuous Continuous Continuous
d Location Outdoor Outdoor Outdoor Outdoor Outdoor Outdoor Outdoor Outdoor Outdoor Outdoor
3 Tank Details
# Slurry Analysis
Slurry to be handled Gypsum slurry Gypsum slurry Gypsum slurry Gypsum slurry Gypsum slurry Gypsum slurry Gypsum slurry Gypsum slurry Gypsum slurry Gypsum slurry
200 mesh ( 74 micron);
200 mesh ( 74 micron); 200 mesh ( 74 micron);
6-7 mm size particle may also
6-7 mm size particle may also exist and 6-7 mm size particle may also exist and
Maximum solid particle size 200 mesh (75 micron) 200 mesh (75 micron) 200 mesh (75 micron) 200 mesh (75 micron) 200 mesh (75 micron) 200 mesh (75 micron) 200 mesh (75 micron) exist and
it may be less than 1% of weight of solids it may be less than 1% of weight of
it may be less than 1% of weight
only solids only
of solids only
Normal solid particle size, d50 325 mesh (43 micron) 325 mesh (43 micron) 325 mesh (43 micron) 325 mesh (43 micron) 325 mesh (43 micron) 325 mesh (43 micron) 325 mesh (43 micron) 325 mesh (43 micron) 325 mesh (43 micron) 325 mesh (43 micron)
Gypsum along with Lime Stone and other Gypsum along with Lime Stone and other Gypsum along with Lime Stone and other Gypsum along with Lime Stone and other Gypsum along with Lime Stone and other Gypsum along with Lime Stone and other Gypsum along with Lime Stone and
Solid to be handled Lime Stone and other impurities Gypsum along with Lime Stone and other impurities Lime Stone and other impurities
impurities impurities impurities impurities impurities impurities other impurities
Chloride concentration 30,000 ppm (max) 30000 ppm (max) 30,000 ppm (max) 30,000 ppm (max) 30,000 ppm (max) 100 ppm (max) 30000 ppm (max) 30000 ppm (max) 30000 ppm (max) 100 ppm (max)
Hardness of particle 5-7 (Mho scale) 5-7 (Mho scale) 5-7 (Mho scale) 5-7 (Mho scale) 5-7 (Mho scale) 5-7 (Mho scale) 5-7 (Mho scale) 5-7 (Mho scale) 5-7 (Mho scale) 5-7 (Mho scale)
Slurry concentration 30 wt% 30 wt% 12.5 wt% 16.6 wt% 3.0 wt% 30 wt% 30 wt% 30 wt% 30 wt% 47 wt%
Sp. Gravity of slurry 1.217 1.217 1.1 1.112 1.023 1.215 1.217 1.217 1.217 1.432
Sp. Gravity of Lime Stone & Gypsum 2.32 (Avg) 2.32 (Avg) 2.32 (Avg) 2.32 (Avg) 2.32 (Avg) 2.32 (Avg) 2.32 (Avg) 2.32 (Avg) 2.32 (Avg) 2.32 (Avg)
Viscosity of Slurry 0.01 Pa.S 0.01 Pa.S 0.004 Pa.S 0.004 Pa.S 0.003 Pa.S 0.03 Pa.S 0.01 Pa.S 0.01 Pa.S 0.01 Pa.S 0.1 Pa.S
pH 04-08 04-08 04-08 04-08 04-08 04-08 04-08 04-08 04-08 04-08
SiO2 Content 4 to 6 g/l 4 to 6 g/l 4 to 6 g/l 4 to 6 g/l 4 to 6 g/l 4 to 6 g/l 4 to 6 g/l 4 to 6 g/l 4 to 6 g/l 4 to 6 g/l
Normal: 63 Deg C Normal: 63 Deg C Normal: 59.5 Deg C Normal: 63 Deg C Normal: 63 Deg C Normal: 45 Deg C Normal: 63 Deg C Normal: 63 Deg C Normal: 63 Deg C Normal: 45 Deg C
Temperature
Design: 70 Deg C Design: 70 Deg C Design: 70 Deg C Design: 70 Deg C Design: 70 Deg C Design: 50 Deg C Design: 70 Deg C Design: 70 Deg C Design: 70 Deg C Design: 50 Deg C
5 Type of Suspension Required Off-Bottom Suspension Off-Bottom Suspension Unifrom Suspension Unifrom Suspension Unifrom Suspension Unifrom Suspension Unifrom Suspension Off-Bottom Suspension Off-Bottom Suspension Off-Bottom Suspension
6 No of Impeller level(minimum) 1 2 1 1 1 2 1 1 1 1
( )
(℃)
(
(
( )
( )
( )
( )
×
( )
×
( )
( )
( )
( )
REFER NOTE: 06
( )
All connecting Nuts,
Bolts shall be ( )
Alloy 926 material
( )
TANK HEIGHT
00
REFER
NOTE: 05
Impeller shall be
above the slurry
settlement height
TANK DIA
3 of 11
64
601401/2021/BAP-9762_FGD
4 of 11
65
601401/2021/BAP-9762_FGD
5 of 11
66
601401/2021/BAP-9762_FGD
6 of 11
67
601401/2021/BAP-9762_FGD
7 of 11
68
601401/2021/BAP-9762_FGD
8 of 11
69
601401/2021/BAP-9762_FGD
9 of 11
70
601401/2021/BAP-9762_FGD
2 ( Top & Bottom)
2 ( Top & Bottom)
3
3
1 (TYP)
2 (TYP)
4 1
5
5
DET-'M' DET-'M'
F F
1
1
5 4 4
5
DET-'M'
DET-'M'
SEC. HYDROCYCLONE FEED TANK
FILTRATE WATER TANK
1. ALL OF THE CORNERS AND WELDING SURFACES LOCATED INSIDE OF CASING SHALL
BE GROUND SMOOTHLY AS THE FOLLOWING METHOD.
R=ID/2 (Top & Bottom) a) INTERNAL CORNER ------- R10 OR MORE
3 b) EXTERNAL CORNER ------- R3 OR MORE
2 c) CASING TO CASING PLATE JOINT
2 - GROUND FLUSH FOR SAME PLATE THICKNESS
- GROUT TO 135° SLOPE FOR DIFFERENT PLATE THICKNESS
F d) ALL STANDARD STEEL CORNERS TO BE ROUNDED TO R3 OR MORE
°
TYP)
IN DETAILS.(BAFFLE PLATE)
f) ITEM 04 & 05, PLATE EDGES ARE TO BE ROUNDED AT SHOP TO R5 ON TOP & BOTTOM.
(TYP)
1
TYP) 1
1
4
4
5 5
DET-'M' DET-'M'
(TYP)
All edges grind to R5(TYP) WASTE WATER TANK PRIMARY HYDROCYCLONE FEED TANK
SL TANK Qty ID HT L L1 L2 G1 G2 W B T T1 LB
2 2 2 2 01 LIMESTONE SLURRY TANK 2 15000 15600 10000 1000 4000 750 100 1000 300 25 12 1830
AUX ABSORBENT TANK 1 13000 13300 8000 800 3200 650 100 880 300 25 12 1620
02
1 6100 6700 4500 450 500 100 400 300 16 10 805
03
FILTRATE WATER TANK 1800
SEC. HYDROCYCLONE FEED TANK 1 6700 6700 4500 450 1800 500 130 420 300 16 10 889
04
05 WASTE WATER TANK 1 7200 8100 5500 550 2200 600 130 420 300 16 10 899
06 PRIMARY HYDROCYCLONE FEED TANK 1 7500 8500 6000 600 2400 600 130 420 300 16 10 907
10 of 11
71
601401/2021/BAP-9762_FGD
( )
(℃)
Anchor bolts to be
Ø350.0000
500.0000
provided by vendor (
Ø200.0000
Ø600.0000
300.0000
Ø100.0000
550.0000
×
( )
( )
( )
( )
( )
( )
150.0000
( )
( )
( )
( )
( )
( )
600
: 00
11 of 11
72
601401/2021/BAP-9762_FGD
AGITATORS:QR-3K:NKSTPP:REV00
NTPC DESCRIPTION
CLAUSE NO
4.01.01 The Bidder / Bidder's sub-vendor(s) is required t o m eet t he provenness crit eria and/ or
qualification requirement for critical equipm ent s, auxiliaries, syst em s and bought out it em s
as per crit eria st ipulat ed below
4.01.02 Agit at ors for t he Wet Lim est one based Flue Gas Desulphurisat ion (FGD) Syst em offered by
t he Bidder shall be only from such m anufact urer(s) w ho has previously designed (eit her by
it self or under collaborat ion / licensing agreement ), m anufact ured / got m anufact ured t he
respective equipm ent (s) of t he t ype, application and m inimum equipm ent rat ing as
st ipulat ed below such t hat t he respect ive equipm ent(s) should have been in successful
operat ion in at least one (1) plant for a period not less t han one(1) year reckoned as on 30t h
of January, 2019.
Type and Rating for Qualification
Name of Type of Equipment Application Equipment Rating
Equipment
Agit at ors Vertical/ Wet Limest one based Agit at or rat ing not
Horizont al FGD application in less t han t hat
Coal fired power supplied for 500
plant M W or higher size
unit for sim ilar
applicat ion
4.01.04 A JV / Subsidiary Com pany form ed for m anufact uring and supply of equipm ent(s) as list ed at
clause no. 4.01.02 above in India, can also m anufact ure such equipment (s), provided t hat it
has a valid collaborat ion or licensing agreem ent for design, engineering, m anufact uring of
such equipm ent (s) in India wit h a qualified equipm ent m anufact urer w ho meet s t he
requirem ent s st ipulat ed at clause 4.01.02 above (or the technology provider of the qualified
equipm ent manufact urer) for t he respective equipm ent(s). Before t aking up t he
m anufact uring of such equipment (s), t he bidder/ his sub-vendor(s) must creat e / have
creat ed m anufact uring facilities at his w orks as per collaborat or’s/ licenser's design,
m anufact uring and qualit y control syst em for such equipm ent (s).
Furt her, in such a case, such qualified equipment m anufact urers should have, directly or
indirectly through it s holding company/ subsidiary com pany, at least 26% equity
part icipation in the Indian Joint Vent ure Com pany/ Subsidiary Com pany, w hich shall be
m aint ained for a lock-in period of seven (7) years from t he dat e of incorporat ion of such
Joint Vent ure/ Subsidiary or upt o t he end of defect liability period of t he cont ract ,
w hichever is later.
In addit ion, t he Bidder along w it h t he Indian Joint Vent ure Com pany/ Subsidiary Com pany,
qualified equipm ent m anufact urers and it s holding/ subsidiary Com pany, as applicable, shall
1 of 25
73
601401/2021/BAP-9762_FGD
AGITATORS:QR-3K:NKSTPP:REV00
furnish DJU in which executant of the DJU shall be jointly and severally liable for the
successful performance of the equipment as per the format enclosed in the bidding
document. The DJU shall be submitted prior to the placement of order on the approved
subvendor for a particular equipment. In case of award, each executant of the DJU except
the Bidder shall be required to furnish an on demand bank guarantee for INR 10 Million
(Indian Rupees ten Million only) for each equipment.
4.01.07 In case the Bidder or the proposed sub-vendor is not manufacturer of proven
Agitators as per clause 4.01.02(f) above but is a manufacturer of Agitators for similar
process/duty application in petrochemical or metals and mining industry, the Bidder or the
proposed sub-vendor can also manufacture Agitators, provided it has collaboration or valid
licensing agreement for design, engineering, manufacturing, supply of such Agitators in India
with such manufacturer who meet the requirements stipulated at clause 4.01.02(f) above
for the Agitators.
Before taking up the manufacturing of such equipment, the bidder/ his sub-vendor must
create /have created manufacturing facilities at his works as per collaborator’s /licenser's
design, manufacturing and quality control system for
such equipment’s.
04.01.09 Before taking up the manufacturing of such equipment(s) as per clause 4.01.03,
4.01.04,4.01.07 above, the Bidder / its sub vendor(s) must create (or should have created)
manufacturing and testing facilities at its works as per Collaborator / licenser’s design,
manufacturing and quality control system for such equipments duly certified by the
Collaborator / licensor. Further, the Collaborator / Licenser shall provide (or should have
provided) all design, design calculation, manufacturing drawings and must provide (or
should have provided) technical and quality surveillance assistance and supervision during
manufacturing, erection, testing, commissioning of equipments.
04.01.10 Bidder shall offer and supply only the type of the above equipment(s) for which it, itself or
the manufacturer / Collaborator(s) / Licenser(s) proposed by the Bidder for the above
equipment(s) is qualified.
04.01.10 The Employer reserves the right to fully satisfy himself regarding capability and capacity of
Bidder / its sub-vendor(s) and the proposed arrangement and may prescribe additional
requirement before allowing manufacture of the equipment listed above for this contract.
Note to clause 4.01.01 : Whenever the term 'coal fired' is appearing above, "Coal" shall be
deemed to also include bituminous coal/brown coal/Anthracite Coal/lignite.
REMARKS: Agitator vendor shall furnish the 3K- form as per the enclosed format
along with all supporting documents. The offer will be considered only after
obtaining approval from the end-customer(NTPC) and the above conditions for
qualification criteria may be relaxed subject to the end-customer’s approval for the
vendors participating in this enquiry
.
2 of 25
74
601401/2021/BAP-9762_FGD
ATTACHMENT 3K ATTACHMENT - 3K
PAGE 1 OF 88
Summary of Critical Equipment indicated under clause 4.01.00, sub-section-I, Part-A of Section-VI.
3 of 25
75
601401/2021/BAP-9762_FGD
ATTACHMENT - 3K
PAGE 2 OF 88
2. If the qualification sought as per the clause 4.01.03, sub-section-I-A, Part-A of Section-VI, then the details of proposed sub vendor (i.e
manufacturer of such equipments for at least 500 MW unit rating) shall be filled individually by the bidder in the format A and the details
of collaborator who meets the requirement stipulated at 4.01.02, sub-section-I-A, Part-A of Section-VI shall also be filled by the bidder in
the format A separately. Further, in case of qualification vide clause 4.01.02, sub-section-I-A, Part-A of Section-VI a copy of valid ongoing
collaboration and technology transfer agreement for design, engineering, manufacturing, supply of such equipment in India with the
collaborator who meets the requirement stipulated at 4.01.02, sub-section-I-A, Part-A of Section-VI shall also be furnished.
3. If the qualification sought as per the clause 4.01.04, sub-section-I-A, Part-A of Section-VI then the details of JV/Subsidiary Company
formed for manufacturing of such equipments in India shall be furnished individually for each equipment by the bidder such as,
i) Copy of document of incorporation of JV/Subsidiary company in India
ii) Copy of valid ongoing collaboration and technology transfer agreement for design, engineering, manufacturing, supply of such
equipment in India with the collaborator who meets the requirement stipulated at 4.01.02, sub-section-I-A, Part-A of Section-VI.
iii) Copy of document of at least 26% equity participation of qualified equipment manufacturer in the Indian JV company/subsidiary
company directly or indirectly through its holding company /Subsidiary company, which shall be maintained for a lock -in period of
seven (7) years from the date of incorporation of such JV/subsidiary or up to the end of defect liability period of the contract which
ever is later.
Further, the details of collaborator or technology provider of the qualified equipment manufacturer who meets the requirement stipulated
at 4.01.02, sub-section-I-A, Part-A of Section-VI shall be filled by the Bidder in the format A to G (format given at 1.00.00). In addition to
that, the sub vendor along with the Indian JV company/subsidiary company, qualified equipment manufacturer and its holding
company/subsidiary company as applicable shall furnish the DJU.
1.00.00 (Applicable for Bidder/his sub vendors seeking qualification as per clause no. 4.01.02, Sub section-I, Part-A of Section-VI. Bidder
shall furnish the required data only for those equipments / auxiliaries which are proposed to be sourced under this route.)
We, hereby furnish the data on proveness criteria for critical equipment, auxiliaries, systems and Bought Out Items such as Booster
Fans, Slurry Recirculation Pumps, Oxidation Blowers, Wet Limestone Grinding Mills, Slurry Pumps, Agitators & Vacuum belt filters
which have been designed (either by self manufacturer or under valid ongoing collaboration and technology transfer agreement),
*manufactured/ *got manufactured and supplied by us /Manufacturer (or manufactured/ got manufactured & supplied by our
proposed sub-vendors) and these are in successful operation in at least one (1) plant for a period not less than one year reckoned
4 of 25
76
601401/2021/BAP-9762_FGD
ATTACHMENT - 3K
PAGE 3 OF 88
as on the date of consideration for approval but not later than six months to award date of contract to the Main bidder. The details
of type and minimum equipment rating of such equipment are given below:
A. For Booster Fans: We declare that, we/our Sub-Vendor, have designed (either by itself or under collaboration / licensing
agreement),*manufactured/*got manufactured and supplied at least one (1) number of Booster Fan of minimum 80% of the flow &
100% of the head of the offered Booster Fan with Fan Speed 900 rpm (maximum), Axial type with variable pitch control working in
a Coal fired power plant and which has been in successful operation for minimum one(1) year reckoned as on the date of
consideration for approval but not later than six months to award date of contract to the Main bidder, as per the details furnished
below:
5 of 25
77
601401/2021/BAP-9762_FGD
ATTACHMENT - 3K
PAGE 13 OF 88
F. Agitators: We declare that, we/our Sub-Vendor, have designed (either by itself or under collaboration / licensing
agreement),*manufactured/*got manufactured and supplied at least one (1) number of Agitators with rating not less than that supplied for
500 MW or higher size unit for similar application, Vertical/Horizontal type working in Wet Limestone based FGD application in Coal fired
power plant and which has been in successful operation for minimum one(1) year reckoned as on the date of consideration for approval
but not later than six months to award date of contract to the Main bidder, as per the details furnished below::
6 of 25
78
601401/2021/BAP-9762_FGD
ATTACHMENT - 3K
PAGE 14 OF 88
12. Flue gas Desulphurization system details: *Technical extract! *paper letter/ *email/
*Drwaing from user or *contract docu
ment or *scheme or *any document in
public domain enclosed at annexure .... to
Attachment-3K
7 of 25
79
601401/2021/BAP-9762_FGD
ATTACHMENT - 3K
PAGE 17 OF 88
*2.00.00 Applicable for Bidderlits sub vendor seeking provenness criteria as per clause no. 4.01.02 & 4.01.03, Sub section-I, Part-
A of Section-VI.
2.01.00 We, hereby confirm that we/our sub-vendor are a regular manufacturer of Booster Fan for units of atleast 500MW rating and the
details in this regard on provenness criteria as per clause 4.01.02, sub-section-I, Part-A, Section-VI are hereby furnished below:
2.02.00 We further confirm that details in respect of collaboration / valid licencing agreement for the aforesaid equipment as per 2.01.00
above who meets the requirement stipulated at clause 4.01.02, sub-section-I, Part-A, Section-VI are enclosed at Annexure- ...... .
to this Attachment. The data in respect of proveneness criteria for these equipment which are in successful operation in at least
one (1) plant for a period not less than one reckoned as on the date of consideration for approval but not later than six months to
award date of contract to the Main bidder are furnished below. We further confirm that wei our sub vendor(s) have created
manufacturing and testing facilities at our/ their works as per collaborator's/ Licensor's design, manufacturing & quality control
system for these equipment(s)/ Auxiliary(ies).
*3.00.00 Applicable for JV Company/Subsidiary Company meeting provenness criteria as per clause no. 4.01.04, Sub section-lA,
Part-A of Section-VI.
3.01.00 We, hereby confirm that JV company/ Subsidiary company (Strike off whichever is not applicable) formed for manufacturing and
supply of equipment(s) (*Booster Fans, *Slurry Recirculation Pumps, *Oxidation Blowers, *Wet Limestone Grinding Mills, *Slurry
Pumps, *Agitators, *vacuum belt filters) has a valid ongoing collaboration and technology transfer agreement for design,
engineering, manufacturing of such equipment(s) in India with a qualified equipment manufacturer who meets the requirements
stipulated at clause 4.01.02 of sub-section-I, Part-A, Section VI of bidding documents (or the technology provider of the qualified
equipment manufacturer). Further, in such a case, such qualified equipment manufacturers is having, directly or indirectly through
its holding company/subsidiary company, at least 26% equity participation in the Indian Joint Venture Company/subsidiary
company, which shall be maintained for a lock-in period of seven (7) years from the date of incorporation of such Joint Venture /
Subsidiary or up to the end of defect liability period of the contract, whichever is later. Before taking up the manufacturing of such
equipment(s) (*Booster Fans, *Slurry Recirculation Pumps, *Oxidation Blowers, *Wet Limestone Grinding Mills, *Slurry
8 of 25
80
601401/2021/BAP-9762_FGD
ATTACHMENT - 3K
PAGE 18 OF 88
Pumps,*Agitators, vacuum belt filters), wei our sub vendor(s) *will create /*have created manufacturing facilities at his works as
per collaborator's/Iicenser's design, manufacturing and quality control system.
We further confirm that details in respect of collaboration / valid licencing agreement for the aforesaid equipment(s) (*Booster
Fans, *Slurry Recirculation Pumps, *Oxidation Blowers, *Wet Limestone Grinding Mills, *Slurry Pumps, *Agitators, vacuum belt
filters) who meets the requirement stipulated at clause 4.01.02, sub-section-I, Part-A, Section-VI for are enclosed at Annexure-
....... to this Attachment.
In addition, the Bidder along with its sub-vendors, as per 3.01.00 above (if applicable) and the qualified Oxidation Blower
manufacturer and its holding/ subsidiary Company, as applicable, shall furnish DJU in which executant of the DJU shall be jointly
and severally liable for the successful performance of the equipment as per the format enclosed at Attachment-3K
*4.00.00 Applicable for Bidder/his sub vendors seeking proven ness criteria as per clause no. 4.01.05, Sub section-I, Part-A of
Section-VI.
4.01.00 We, hereby confirm that *we/*our sub-vendors is a manufacturer of Blowers/compressors for minimum 50 NM3/min capacity.
(Details of references enclosed at Annexure ..................... )
4.02.00 We further confirm that details in respect of collaboration / valid licencing agreement for the Oxidation Blower between *usl*our
sub-vendors, as per 4.01.00 above, and with qualified Oxidation Blower manufacturer, who meets the requirement stipulated at
clause 4.01.02, sub-section-I, Part-A, Section-VI are enclosed as per Annexure- ........ to this Attachment. The data in respect of
proveneness criteria for the qualified Oxidation Blower manufacturer, which are in successful operation in at least one (1) plant for
a period not less than one reckoned as on the date of consideration for approval but not later than six months to award date of
contract to the Main bidder are furnished below. We further confirm that wei our sub vendor(s) have created manufacturing and
testing facilities at our/ their works as per collaborator's/ Licensor's design, manufacturing & quality control system for the Oxidation
Blowers.
We further confirm that before taking up the manufacturing of such Oxidation Blower *we/ *our sub vendor(s) *will create /*have
created manufacturing facilities at his works as per collaborator's/Iicenser's design, manufacturing and quality control system.
9 of 25
81
601401/2021/BAP-9762_FGD
ATTACHMENT - 3K
PAGE 19 OF 88
We further confirm that details in respect of collaboration I valid licencing agreement for the Oxidation Blowers who meets the
requirement stipulated at clause 4.01.02, sub-section-I, Part-A, Section-VI for are enclosed at Annexure- ....... to this Attachment.
In addition, the Bidder along with our sub-vendors, as per 4.01.00 above (if applicable) and the qualified Oxidation Blower
manufacturer and its holdingl subsidiary Company, as applicable, shall furnish DJU in which executant of the DJU shall be jointly
and severally liable for the successful performance of the equipment as per the format enclosed at Attachment-3K.
*5.00.00 Applicable for Bidder/his sub vendors seeking provenness criteria as per clause no. 4.01.06, Sub section-I, Part-A of
Section-VI.
5.01.00 We, hereby confirm that *we/*our sub-vendors is a manufacturer of Dry Grinding Mills for minimum 20 T/h capacity. (Details of
references enclosed at Annexure ..................... )
5.02.00 We further confirm that details in respect of collaboration I valid licencing agreement for the Wet Grinding Mills between *us/*our
sub-vendors, as per 5.01.00 above, and with qualified Wet Grinding Mill manufacturer, who meets the requirement stipulated at
clause 4.01.02, sub-section-I, Part-A, Section-VI are enclosed at Annexure- ..... to this Attachment. The data in respect of
proveneness criteria for the qualified Wet Grinding Mill manufacturer, which is in successful operation in at least one (1) plant for
a period not less than one reckoned as on the date of consideration for approval but not later than six months to award date of
contract to the Main bidder are furnished below.
We further confirm that before taking up the manufacturing of such Wet Grinding Mill *wel *our sub vendor(s) *will create I*have
created manufacturing facilities at his works as per collaborator's/licenser's design, manufacturing and quality control system.
In addition, the Bidder along with our sub-vendors, as per 5.01.00 above (if applicable) and the qualified Wet Grinding Mill
manufacturer and its holdingl subsidiary Company, as applicable, shall furnish DJU in which executant of the DJU shall be jointly
and severally liable for the successful performance of the equipment as per the format enclosed at Attachment-3K.
10 of 25
82
601401/2021/BAP-9762_FGD
ATTACHMENT - 3K
PAGE 20 OF 88
*6.00.00 Applicable for Bidder/his sub vendors seeking provenness criteria as per clause no. 4.01.07, Sub section-I, Part-A of
Section-VI.
6.01.00 We, hereby confirm that *we/*our sub-vendors is a manufacturer of a manufacturer of Agitators for similar process/duty
application in petrochemical or metals and mining industry. (Details of references enclosed at Annexure ..................... )
6.02.00 We further confirm that details in respect of collaboration / valid licencing agreement for the Agitator between *us/*our sub-vendors,
as per 6.01.00 above, and with qualified Agitator manufacturer, who meets the requirement stipulated at clause 4.01.02, sub-
section-I, Part-A, Section-VI are enclosed at Annexure- ..... to this Attachment. The data in respect of proveneness criteria for the
qualified Agitator manufacturer, which is in successful operation in at least one (1) plant for a period not less than one reckoned
as on the date of consideration for approval but not later than six months to award date of contract to the Main bidder are furnished
below.
We further confirm that before taking up the manufacturing of such Agitator, *we/ *our sub vendor(s) *will create /*have created
manufacturing facilities at his works as per collaborator's/Iicenser's design, manufacturing and quality control system.
In addition, the Bidder along with our sub-vendors, as per 6.01.00 above (if applicable) and the qualified Agitators manufacturer
and its holding/ subsidiary Company, as applicable, shall furnish DJU in which executant of the DJU shall be jointly and severally
liable for the successful performance of the equipment as per the format enclosed at Attachment-3K.
11 of 25
83
601401/2021/BAP-9762_FGD
ATTACHMENT - 3K
PAGE 21 OF 88
*7.00.00 Applicable for Bidder/his sub vendors seeking provenness criteria as per clause no. 4.01.08, Sub section-I, Part-A of
Section-VI.
7.01.00 We, hereby confirm that *we/*our sub-vendors is a manufacturer of a manufacturer of Slurry Pumps who meets the requirements
stipulated at clause 4.01.02 (e), sub-section-I, Part-A, Section-VI.
(Details of references enclosed at Annexure ..................... )
7.02.00 We further confirm that details in respect of collaboration / valid licencing agreement for the Slurry Recirculation Pumps, between
*us/*our sub-vendors, as per 7.01.00 above, and with qualified Slurry Recirculation Pump manufacturer, who meets the
requirement stipulated at clause 4.01.02(b), sub-section-I, Part-A, Section-VI are enclosed at Annexure- ....... to this Attachment.
The data in respect of proveneness criteria for the qualified Slurry Recirculation Pump manufacturer, which is in successful
operation in at least one (1) plant for a period not less than one reckoned as on the date of consideration for approval but not later
than six months to award date of contract to the Main bidder are furnished below.
We further confirm that before taking up the manufacturing of such Slurry Recirculation Pumps, *we/ *our sub vendor(s) *will create
/*have created manufacturing facilities at his works as per collaborator's/Iicenser's design, manufacturing and quality control
system.
In addition, the Bidder along with our sub-vendors, as per 7.01.00 above (if applicable) and the qualified Lime stone slurry
recirculation pump manufacturer and its holding/ subsidiary Company, as applicable, shall furnish DJU in which executant of the
DJU shall be jointly and severally liable for the successful performance of the equipment as per the format enclosed at
Attachment-3K.
12 of 25
84
601401/2021/BAP-9762_FGD
ATTACHMENT - 3K
PAGE 22 OF 88
DEED OF JOINT UNDERTAKING TO BE EXECUTED BY THE BIDDER/CONTRACTOR, INDIAN JVlSUBSIDIARY COMPANY MEETING
THE REQUIREMENTS SPECIFIED AT CLAUSE NO. 4.01.04 OF SUB-SECTION-I, PART A, SECTION VI AND THE QUALIFIED EQUIPMENT
MANUFACTURER & ITS *HOLDINGI*SUBSIDIARY COMPANY(IES), AS APPLICABLE, MEETING THE REQUIREMENTS AS PER CLAUSE
4.01.02 OF SUB-SECTION-I, PART A, SECTION VI FOR *BOOSTER FANS/*SLURRY RECIRCULATION PUMP/*OXIDATION
BLOWERS/*WET LIMESTONE GRINDING MILLS/*SLURRY PUMPS/*AGITATORS/*VACUUM BELT FILTERS IN WHICH EXECUTANT OF
THE DJUs ARE JOINTLY AND SEVERALLY LIABLE FOR THE SUCCESSFUL PERFORMANCE OF THE *BOOSTER FANS/*SLURRY
RECIRCULATION PUMP/*OXIDATION BLOWERS/*WET LIMESTONE GRINDING MILLSI*SLURRY PUMPS/*AGITATORS/*VACUUM BELT
FILTERS
The DEED OF UNDERTAKING executed this ............. day of ................... Two thousand ............. by M/s .............................. a Company
incorporated under ................... having its Registered Office at ............................... (hereinafter called the "Bidder/Contractor", which
expression shall include its successors, administrators, executors and permitted assigns) AND
**M/s ......................................................... .. ... ... , a JV / SUBSIDIARY COMPANY as per the requirement of clause 4.01.04 of sub-section-I,
Part-A, Section-VI, incorporated under ................................................... having its Registered Office at ............................... (hereinafter
called the" Indian JV/ SUBSIDIARY Manufacturing Company"), which expression shall include its successors, administrators, executors and
permitted assigns) AND
M/s ......................................................................... having its Registered Office at ................................. (hereinafter called the "Qualified
Equipment Manufacturer", which expression shall include its successors, administrators, executors and permitted assigns) AND
*M/s ..................... A Company registered under ................................................... having its Registered Office at ................................. ,
hereinafter called holding/ subsidiary company of the qualified equipment manufacturer in favour of NTPC Limited, A Government of India
Enterprise, incorporated under the Companies Act, 1956, having its Registered Office at NTPC Bhawan, Scope Complex, 7, Institutional Area,
Lodhi Road, New Delhi-110003 INDIA (hereinafter called "NTPC" or "Employer" which expression shall include its successors, administrators,
executors and assigns).
13 of 25
85
601401/2021/BAP-9762_FGD
ATTACHMENT - 3K
PAGE 23 OF 88
WHEREAS, the Employer invited Bids for design, engineering, manufacture, supply, transportation to site, construction, installation, testing,
commissioning and conductance of guarantee tests for the Flue Gas Desulphurisation (FGD) System Package for North Karanpura STPP
(3X660MW) (hereinafter referred to as "Plant") vide its Bidding Document No. CS-4410-109-2.
AND WHEREAS vide clause 4.01.04 of Sub-Section-I, Part A, Section VI of bidding documents, it has been specified that a Qualified Indian
Manufacturing Company can also manufacture equipment listed at clause no. 4.01.02 ( ... )of Sub-Section-I, Part A, Section VI for which it is
qualified, provided that it has a valid ongoing collaboration and technology transfer agreement for design, engineering, manufacturing of
"'BOOSTER FANS/"'SLURRY RECIRCULATION PUMP/"'OXIDATION BLOWERS/"'WET LIMESTONE GRINDING MILLS/"'SLURRY
PUMPS/"'AGITATORS/"'VACUUM BELT FILTERS in India with a qualified equipment manufacturer who meets the requirements stipulated at
clause 4.01.02( .... ) of Sub-Section-I, Part-A, Section-VI of bidding documents. Before taking up the manufacturing of "'BOOSTER
FANS/"'SLURRY RECIRCULATION PUMP/"'OXIDATION BLOWERS/"'WET LIMESTONE GRINDING MILLS/"'SLURRY
PUMPS/"'AGITATORS/"'VACUUM BELT FILTERS, the bidder/ his sub-vendor(s) must create /have created manufacturing facilities at his works
as per collaborator's/ licenser's design, manufacturing and quality control system for Wet limestone Grinding mill. In addition, the
Bidder/Contractor along with the Qualified Indian JV/SUBSIDIARY Manufacturing Company, qualified equipment manufacturers and its
holding/subsidiary company shall furnish DJU for each equipment in which executant of the DJU shall be jointly and severally liable for the
successful performance of the equipment.
WHEREAS M/s ...................................... (Bidder/Contractor) has submitted its proposal in response to the aforesaid Invitation for Bid by the
Employer bearing No ...................... dated ............... for Flue Gas Desulphurisation (FGD) System Package for North Karanpura STPP
(3X660MW) (hereinafter referred to as "Plant") vide its Bidding Document No. CS-441 0-1 09-2.
AND WHEREAS M/s ........................................ (Indian JV/SUBSIDIARY Company) meets the requirement of clause 4.01.04 of sub-section-I,
Part-A, Section-VI and has a valid ongoing collaboration*/Iicensing* agreement for design, engineering, manufacturing of
..................................... (Name Of Equipment) in India with M/s .................................. who meets the requirements stipulated at clause
4.01.02(a)*/(b)*/(c)*/(d)*/(e)*/(f)*/(g)* of Sub-Section-I, Part A, Section-VI of bidding documents.
AND WHEREAS M/s ............................. (Qualified Equipment Manufacturer) meets the requirements of clause 4.01.02 of sub-section-I, Part-
A, Section-VI for ..................................... (Name Of Equipment)
AND WHEREAS M/s ............................... directly*/indirectly through its holding/subsidiary company M/s ................ * have atleast 26% equity
participation in the Indian JV/SUBSIDIARY Company which shall be maintained for a lock in period of seven (7) years from the date of
incorporation of the Indian JV/ SUBSIDIARY Company or upto the end of defect liability of the contract whichever is later.
14 of 25
86
601401/2021/BAP-9762_FGD
ATTACHMENT - 3K
PAGE 24 OF 88
AND WHEREAS the Bidder/Contractor along with the *Qualified Indian Manufacturing Company, Qualified Equipment Manufacturers alongwith
its holding/subsidiary company are required to jointly execute and furnish prior to the placement of order for .................................. (Name of
equipment), an irrevocable Deed of Joint Undertaking and be jointly and severally responsible and bound unto the Employer for successful
performance of the (Name of Equipment) for North Karanpura STPP (3X660MW) Project fully meeting the stipulated technical requirements,
guaranteed parameters and characteristics as per the Bidding Documents, in the event the bid is accepted by the Employer resulting into a
Contract.
1. We the Qualified Equipment Manufacturer and the Indian JV/SUBSIDIARY Company and the Bidder/Contractor, do hereby declare and
undertake that we shall be jointly and severally responsible to the Employer for the successful performance of the
.................................... (Name of Equipment).
2. In case of any breach of the Contract committed by the Indian JV/SUBSIDIARY, we the Bidder/Contractor and Qualified Equipment
Manufacturer do hereby undertake, declare and confirm that we shall be fully responsible for the successful performance of the
... ... ... ... ... ... ... ... ... ... ... ... (Name of Equipment) and undertake to carryout all the obligations and responsibilities under this Deed of
Joint Undertaking in order to discharge the Indian JV/SUBSIDIARY Company obligations stipulated under the Contract. Further, if the
Employer sustains any loss or damage on account of any breach of the Contract for the .................................... (Name of Equipment),
we the Bidder/Contractor and Qualified Equipment Manufacturer jointly and severally undertake to promptly indemnify and pay such
loss/damages caused to the Employer on its written demand without any demur, reservation, Contest or protest in any manner whatsoever.
This is without prejudice to any rights of the Employer against the Contractor/ his Sub-Vendor under the Contract and/or guarantees. It
shall not be necessary or obligatory for the Employer to first proceed against the Indian JV/SUBSIDIARY Company / Bidder/Contractor
before proceeding against the Qualified Equipment Manufacturer nor any extension of time or any relaxation given by the Employer to
the Qualified Indian Manufacturing Company / **Bidder/Contractor shall prejudice any rights of the Employer under this Deed of Joint
Undertaking to proceed against the Qualified Equipment Manufacturer.
3. The liability of the Contractor, his sub-vendor and Associate/Collaborator shall be limited to an amount equal to 100% of the value of the
contract** between the contractor and the sub supplier for the equipment.
4. Without prejudice to the generality of the Undertaking in paragraph 1 above, the manner of achieving the objective set forth in paragraph
1 above shall be as follows:
(a) We the Qualified Equipment Manufacturer shall ensure that complete design, manufacturing, quality assurance and installation of
the .................................... (Name of Equipment) is carried out inline with our manufacturing & quality drawings and
15 of 25
87
601401/2021/BAP-9762_FGD
ATTACHMENT - 3K
PAGE 25 OF 88
procedures and shall be fully responsible for its compliance so as to ensure satisfactory, reliable, safe and trouble free performance
of .................................... (Name of Equipment).
Further, we, the Qualified Equipment Manufacturer shall extend our quality surveillance/ supervision/ quality control to the
Contractor during manufacture, erection, commissioning and performance testing, both at Qualified Indian Manufacturing
Company's works and/ or at Employer's project site.
Further, the Qualified Equipment Manufacturer shall depute their technical experts from time to time to the Indian JV/SUBSIDIARY
Manufacturing Company's works/ Employer's project site as required by the Employer and agreed to by Indian JV/SUBSIDIARY
Manufacturing Company to facilitate the successful performance of the .................................... (Name of Equipment) as
stipulated in the aforesaid Contract.
Further, the Qualified Equipment Manufacturer shall ensure proper design, manufacture, installation, testing and successful
performance of the .................................... (Name of Equipment) under the said Contract in accordance with stipulations of
Bidding Documents and if necessary, the Qualified Equipment Manufacturer shall advise the Indian JV/SUBSIDIARY
Manufacturing Company suitable modifications of design and implement necessary corrective measures to discharge the
obligations under the contract.
(b) In the event Indian JV/SUBSIDIARY Manufacturing Company /Contractor fail to demonstrate that the ................................... .
(Name of Equipment) meets the guaranteed parameters and demonstration parameters as specified in the contract, the Qualified
Equipment Manufacturer shall promptly carry out all the corrective measures related to engineering services at their own expense
and shall promptly provide corrected design to the Employer.
(c) Implementation of the corrected design and all other necessary repairs, replacements, rectification or modifications to the
.................................... (Name of Equipment) and payment of financial liabilities and penalties and fulfillment of all other
contractual obligations as provided under the contract shall be the joint and severally responsibility of the Contractor and Indian
JV/SUBSIDIARY Manufacturing Company and Qualified Equipment Manufacturer.
5. We, the Bidder/Contractor and Qualified Equipment Manufacturer and the Indian JV/SUBSIDIARY Manufacturing Company do hereby
undertake and confirm that this Undertaking shall be irrevocable and shall not be revoked till ninety (90) days after the end of the defect
liability period of the equipment covered under the Contract and further stipulate that the Undertaking herein contained shall terminate
after ninety (90) days of satisfactory completion of such defect liability period. In case of delay in completion of defect liability period, the
validity of this Deed of Joint Undertaking shall be extended by such period of delay. We further agree that this Undertaking shall be
16 of 25
88
601401/2021/BAP-9762_FGD
ATTACHMENT - 3K
PAGE 26 OF 88
without any prejudice to the various liabilities of the Contractor including Contract Performance Security as well as other obligations of the
Contractor in terms of the Contract.
6. The Bidder/Contractor and Qualified Equipment Manufacturer will be fully responsible for the quality of all the equipment/main
assemblies/components manufactured at their works or at their Vendors' works or constructed at site, and their repair or replacement, if
necessary, for incorporation in the Plant and timely delivery thereof to meet the completion schedule under the Contract.
7. In case of Award, in addition to the Contract Performance Security for the Contract, the Qualified Equipment Manufacturer, Its
holding/subsidiary campany (as applicable) and Indian JV/SUBSIDIARY manufacturing company shall furnish 'as security' an on demand
Performance Bank Guarantee in favour of the Employer as per provisions of the bidding documents. The value of such Bank Guarantee
shall be equal to INR 1.510 Million (Indian Rupees One Ten and half Million) for each and it shall be guarantee towards the faithful
performance /compliance of this Deed of Joint Undertaking in accordance with the terms and conditions specified herein. The bank
guarantee shall be unconditional, irrevocable and valid till ninety (90) days beyond the end of defect liability period of the last equipment
covered under the Contract. In case of delay in completion of the defect liability period, the validity of this Bank Guarantee shall be
extended by the period of such delay. The guarantee amount shall be promptly paid to the Employer on demand without any demur,
reservation, protest or contest.
8. Any dispute that may arise in connection with this Deed of Joint Undertaking shall be settled as per arbitration procedure/rules mentioned
in the Contract Documents. This Deed of Joint Undertaking shall be construed and interpreted in accordance with the Laws of India and
the Courts of Delhi shall have exclusive jurisdiction.
9. We, the Bidder/Contractor and Qualified Equipment Manufacturer and the Indian JV/SUBSIDIARY Manufacturing Company shall form an
integral part of the Contracts from the date of signing of this Deed of Joint Undertaking. We further agree that this Deed of Joint
Undertaking shall continue to be enforceable till its validity.
10. That this Deed of Joint Undertaking shall be operative from the effective date of signing of this Deed of Joint Undertaking.
IN WITNESS WHEREOF, the Bidder/Contractor and Qualified Equipment Manufacturer and its holding/subsidiary company (as
applicable) and the Indian JV/SUBSIDIARY Manufacturing Company through their authorised representatives, have executed these
presents and affixed common seal of their respective companies, on the day, month and year first mentioned above.
17 of 25
89
601401/2021/BAP-9762_FGD
ATTACHMENT - 3K
PAGE 27 OF 88
(Official Address) Name ...... .. .... ..... .. .... ..... ..... .. .... ..... .... .
Designation .................................. .
18 of 25
90
601401/2021/BAP-9762_FGD
ATTACHMENT - 3K
PAGE 28 OF 88
(Official Address) Name ....... ..... .. .... ..... .. .... ..... ..... .. .... ... .
Designation ..................................... .
Designation .................................. .
Note: Power of Attorney of the persons signing the said Deed of Joint Undertaking is to be furnished.
** copy of priced purchase order for the equipment/system shall be furnished by the Bidder.
19 of 25
91
601401/2021/BAP-9762_FGD
ATTACHMENT - 3K
PAGE 41 OF 88
DEED OF JOINT UNDERTAKING TO BE EXECUTED BY THE BIDDER/CONTRACTOR, QUALIFIED INDIAN MANUFACTURING COMPANY
MEETING THE REQUIREMENTS SPECIFIED AT CLAUSE NO. 4.01.07 OF SUB-SECTION-I, PART A, SECTION VI ALONGWITH
QUALIFIED EQUIPMENT MANUFACTURER OF AGITATORS MEETING THE REQUIREMENTS AS PER CLAUSE 4.01.02 (f) OF SUB-
SECTION-I, PART A, SECTION VI FOR SUCCESSFUL PERFORMANCE OF AGITATORS IN WHICH EXECUTANT OF THE DJU ARE
JOINTLY AND SEVERALLY LIABLE FOR THE SUCCESSFUL PERFORMANCE OF THE AGITATORS
The DEED OF UNDERTAKING executed this ............. day of ................... Two thousand ............. by M/s .............................. a Company
incorporated under ................... having its Registered Office at ............................... (hereinafter called the "Bidder/Contractor", which
expression shall include its successors, administrators, executors and permitted assigns) AND
**M/s ................................................................. , a AGITATORS manufacturer as per the requirement of clause 4.01.07 of sub-section-I, Part-
A, Section-VI, incorporated under ................................................... having its Registered Office at ............................... (hereinafter called the
"Qualified Indian Manufacturing Company"), which expression shall include its successors, administrators, executors and permitted assigns) AND
M/s ........................... .............. a AGITATORS manufacturer meeting the requirements of clause 4.01.02 (f) of sub-section-I, Part-A, Section-VI
incorporated under ................................................... having its Registered Office at ................................. (hereinafter called the "Qualified
Equipment Manufacturer", which expression shall include its successors, administrators, executors and permitted assigns) AND
in favour of NTPC Limited, A Government of India Enterprise, incorporated under the Companies Act, 1956, having its Registered Office at NTPC
Bhawan, Scope Complex, 7, Institutional Area, Lodhi Road, New Delhi-1100031NDIA (hereinafter called "NTPC" or "Employer" which expression
shall include its successors, administrators, executors and assigns).
WHEREAS, the Employer invited Bids for design, engineering, manufacture, supply, transportation to site, construction, installation, testing,
commissioning and conductance of guarantee tests for the Flue Gas Desulphurisation (FGD) System Package for North Karanpura STPP
(3X660MW) (hereinafter referred to as "Plant") vide its Bidding Document No. CS-4410-109-2.
AND WHEREAS vide clause 4.01.07 of Sub-Section-I, Part A, Section VI of bidding documents, it has been specified that a Qualified Indian
Manufacturing Company can also manufacture equipment listed at clause no. 4.01.02 (f) of Sub-Section-I, Part A, Section VI for which it is
qualified, provided that it has a valid ongoing collaboration and technology transfer agreement for design, engineering, manufacturing of
20 of 25
92
601401/2021/BAP-9762_FGD
ATTACHMENT - 3K
PAGE 42 OF 88
AGITATORS in India with a qualified equipment manufacturer who meets the requirements stipulated at clause 4.01.02(f) of Sub-Section-I, Part-
A, Section-VI of bidding documents. Before taking up the manufacturing of AGITATORS, the bidder/ his sub-vendor(s) must create /have created
manufacturing facilities at his works as per collaborator's/ licenser's design, manufacturing and quality control system for Wet limestone Grinding
mill. In addition, the Bidder/Contractor along with the Qualified Indian Manufacturing Company, qualified equipment manufacturers shall furnish
DJU for each equipment in which executant of the DJU shall be jointly and severally liable for the successful performance of the equipment.
WHEREAS M/s ...................................... (Bidder/Contractor) has submitted its proposal in response to the aforesaid Invitation for Bid by the
Employer bearing No ...................... dated ............... for Flue Gas Desulphurisation (FGD) System Package for North Karanpura STPP
(3X660MW) (hereinafter referred to as "Plant") vide its Bidding Document No. CS-441 0-1 09-2.
AND WHEREAS M/s ........................................ (Qualified Indian Manufacturing Company) meets the requirement of clause 4.01.07 of sub-
section-I, Part-A, Section-VI and has a valid ongoing collaboration and technology transfer agreement for design, engineering, manufacturing,
supply of ..................................... (Name Of Equipment) in India with M/s .................................. who meets the requirements stipulated at
clause 4.01.02(f) of Sub-Section-I, Part A, Section-VI of bidding documents.
AND WHEREAS M/s ............................. (Qualified Equipment Manufacturer) meets the requirements of clause 4.01.02 of sub-section-I, Part-
A, Section-VI for ..................................... (Name Of Equipment).
AND WHEREAS the Bidder/Contractor along with the *Qualified Indian Manufacturing Company, Qualified Equipment Manufacturers, are
required to jointly execute and furnish prior to the placement of order for .................................. (Name of equipment), an irrevocable Deed of Joint
Undertaking and be jointly and severally responsible and bound unto the Employer for successful performance of the .................................... .
(Name of Equipment) for North Karanpura STPP (3X660MW) Project fully meeting the stipulated technical requirements, guaranteed
parameters and characteristics as per the Bidding Documents, in the event the bid is accepted by the Employer resulting into a Contract.
1. We the Qualified Equipment Manufacturer and the Qualified Indian Manufacturing Company and the Bidder/Contractor, do hereby declare
and undertake that we shall be jointly and severally responsible to the Employer for the successful performance of the
.................................... (Name of Equipment).
2. In case of any breach of the Contract committed by the Qualified Indian Manufacturing Company, we the Bidder/Contractor and Qualified
Equipment Manufacturer do hereby undertake, declare and confirm that we shall be fully responsible for the successful performance of
the .................................... (Name of Equipment) and undertake to carryout all the obligations and responsibilities under this Deed of
Joint Undertaking in order to discharge the Qualified Indian Manufacturing Company obligations stipulated under the Contract. Further, if
21 of 25
93
601401/2021/BAP-9762_FGD
ATTACHMENT - 3K
PAGE 43 OF 88
the Employer sustains any loss or damage on account of any breach of the Contract for the .................................... (Name of
Equipment), we the Bidder/Contractor and Qualified Equipment Manufacturer jointly and severally undertake to promptly indemnify and
pay such loss/damages caused to the Employer on its written demand without any demur, reservation, Contest or protest in any manner
whatsoever. This is without prejudice to any rights of the Employer against the Contractor/ his Sub-Vendor under the Contract and/or
guarantees. It shall not be necessary or obligatory for the Employer to first proceed against the Indian Qualified Indian Manufacturing
Company / Bidder/Contractor before proceeding against the Qualified Equipment Manufacturer nor any extension of time or any relaxation
given by the Employer to the Qualified Indian Manufacturing Company / **Bidder/Contractor shall prejudice any rights of the Employer
under this Deed of Joint Undertaking to proceed against the Qualified Equipment Manufacturer.
3. The liability of the Contractor, his sub-vendor and Associate/Collaborator shall be limited to an amount equal to 100% of the value of the
contract** between the contractor and the sub supplier for the equipment.
4. Without prejudice to the generality of the Undertaking in paragraph 1 above, the manner of achieving the objective set forth in paragraph
1 above shall be as follows:
(a) We the Qualified Equipment Manufacturer shall ensure that complete design, manufacturing, quality assurance and installation of
the .................................... (Name of Equipment) is carried out inline with our manufacturing & quality drawings and
procedures and shall be fully responsible for its compliance so as to ensure satisfactory, reliable, safe and trouble free performance
of .................................... (Name of Equipment).
Further, we, the Qualified Equipment Manufacturer shall extend our quality surveillance/ supervision/ quality control to the
Contractor during manufacture, erection, commissioning and performance testing, both at Qualified Indian Manufacturing
Company's works and/ or at Employer's project site.
Further, the Qualified Equipment Manufacturer shall depute their technical experts from time to time to the Qualified Indian
Manufacturing Company's works/ Employer's project site as required by the Employer and agreed to by Qualified Indian
Manufacturing Company to facilitate the successful performance of the .................................... (Name of Equipment) as
stipulated in the aforesaid Contract.
Further, the Qualified Equipment Manufacturer shall ensure proper design, manufacture, installation, testing and successful
performance of the .................................... (Name of Equipment) under the said Contract in accordance with stipulations of
Bidding Documents and if necessary, the Qualified Equipment Manufacturer shall advise the Qualified Indian Manufacturing
Company suitable modifications of design and implement necessary corrective measures to discharge the obligations under the
contract.
22 of 25
94
601401/2021/BAP-9762_FGD
ATTACHMENT - 3K
PAGE 44 OF 88
(b) In the event Qualified Manufacturing Company /Contractor fail to demonstrate that the .................................... (Name of
Equipment) meets the guaranteed parameters and demonstration parameters as specified in the contract, the Qualified Equipment
Manufacturer shall promptly carry out all the corrective measures related to engineering services at their own expense and shall
promptly provide corrected design to the Employer.
(c) Implementation of the corrected design and all other necessary repairs, replacements, rectification or modifications to the
.................................... (Name of Equipment) and payment of financial liabilities and penalties and fulfillment of all other
contractual obligations as provided under the contract shall be the joint and severally responsibility of the Contractor and Qualified
Indian Manufacturing Company and Qualified Equipment Manufacturer.
5. We, the Bidder/Contractor and Qualified Equipment Manufacturer and the Qualified Indian Manufacturing Company do hereby undertake
and confirm that this Undertaking shall be irrevocable and shall not be revoked till ninety (90) days after the end of the defect liability
period of the equipment covered under the Contract and further stipulate that the Undertaking herein contained shall terminate after ninety
(90) days of satisfactory completion of such defect liability period. In case of delay in completion of defect liability period, the validity of
this Deed of Joint Undertaking shall be extended by such period of delay. We further agree that this Undertaking shall be without any
prejudice to the various liabilities of the Contractor including Contract Performance Security as well as other obligations of the Contractor
in terms of the Contract.
6. The Bidder/Contractor and Qualified Equipment Manufacturer will be fully responsible for the quality of all the equipment/main
assemblies/components manufactured at their works or at their Vendors' works or constructed at site, and their repair or replacement, if
necessary, for incorporation in the Plant and timely delivery thereof to meet the completion schedule under the Contract.
7. In case of Award, in addition to the Contract Performance Security for the Contract, the Qualified Equipment Manufacturer and Qualified
Indian manufacturing company shall furnish 'as security' an on demand Performance Bank Guarantee in favour of the Employer as per
provisions of the bidding documents. The value of such Bank Guarantee shall be equal to INR 1.5 Million for each (Indian Rupees One
and half Million) and it shall be guarantee towards the faithful performance /compliance of this Deed of Joint Undertaking in accordance
with the terms and conditions specified herein. The bank guarantee shall be unconditional, irrevocable and valid till ninety (90) days
beyond the end of defect liability period of the last equipment covered under the Contract. In case of delay in completion of the defect
liability period, the validity of this Bank Guarantee shall be extended by the period of such delay. The guarantee amount shall be promptly
paid to the Employer on demand without any demur, reservation, protest or contest.
23 of 25
95
601401/2021/BAP-9762_FGD
ATTACHMENT - 3K
PAGE 45 OF 88
8. Any dispute that may arise in connection with this Deed of Joint Undertaking shall be settled as per arbitration procedure/rules mentioned
in the Contract Documents. This Deed of Joint Undertaking shall be construed and interpreted in accordance with the Laws of India and
the Courts of Delhi shall have exclusive jurisdiction.
9. We, the Bidder/Contractor and Qualified Equipment Manufacturer and the Qualified Indian Manufacturing Company shall form an integral
part of the Contracts from the date of signing of this Deed of Joint Undertaking. We further agree that this Deed of Joint Undertaking shall
continue to be enforceable till its validity.
10. That this Deed of Joint Undertaking shall be operative from the effective date of signing of this Deed of Joint Undertaking.
IN WITNESS WHEREOF, the Bidder/Contractor and Qualified Equipment Manufacturer and the Qualified Indian Manufacturing Company
through their authorised representatives, have executed these presents and affixed common seal of their respective companies, on the
day, month and year first mentioned above.
(Official Address) Name ...... ..... .. .... ..... .. .... ..... ..... .. .... ... .
Designation ..................................... .
24 of 25
96
601401/2021/BAP-9762_FGD
ATTACHMENT - 3K
PAGE 46 OF 88
(Signature Name)
Representative) .......... ..... ..... .. .... .... .
Designation .................................. .
(Official Address) Name ....... ..... ..... .. .... ...... ..... ..... .. .... ... .
Designation ..................................... .
Note: Power of Attorney of the persons signing the said Deed of Joint Undertaking is to be furnished.
** copy of priced purchase order for the equipment/system shall be furnished by the Bidder.
25 of 25
97
601401/2021/BAP-9762_FGD
MANDATORY SPARES FOR AGITATORS OF NORTH KARANPURA(UNPRICED FORMAT)-TO BE FILLED AND SUBMITTED
[Link] MATERIAL CODE DESCRIPTION QUANTITY UNIT MODEL NO QUOTED/ REMARKS(IF NOT
NOT QUOTED QUOTED, VENDOR TO
GIVE THE REASON)
1 RFW115130001 Impeller Assembly for ABSORBER AGITATOR (each type and size) 2 ST
2 RFW115130002 Bearing Assembly for ABSORBER AGITATOR (each model/bearing no) 3 ST
3 RFW115130003 Motor for ABSORBER AGITATOR 1 ST
Belt & Pulley
or Coupling Between Motor & Gearbox (If applicable) for ABSORBER AGITATOR
4 RFW115130004 (each type and size) 3 ST
5 RFW115130005 Gear Box Assembly (If Applicable) for ABSORBER AGITATOR 2 ST
Impeller Assembly for AUXILIARY ABSORBENT AGITATOR (each type and size)
6 RFW115130006 2 ST
Bearing Assembly for AUXILIARY ABSORBENT AGITATOR (each model/bearing no)
7 RFW115130007 3 ST
8 RFW115130008 Motor for AUXILIARY ABSORBENT AGITATOR 1 ST
Belt & Pulley
or Coupling Between Motor & Gearbox (If applicable) for AUXILIARY ABSORBENT
9 RFW115130009 AGITATOR (each type and size) 3 ST
10 RFW115130010 Gear Box Assembly (If Applicable) for AUXILIARY ABSORBENT AGITATOR 2 ST
11 RFW115130011 Impeller Assembly for FILTRATE WATER AGITATOR (each type and size) 2 ST
Bearing Assembly for FILTRATE WATER AGITATOR (each model/bearing no)
12 RFW115130012 3 ST
13 RFW115130013 Motor for FILTRATE WATER AGITATOR 1 ST
Belt & Pulley
or Coupling Between Motor & Gearbox (If applicable) for FILTRATE WATER
14 RFW115130014 AGITATOR (each type and size) 3 ST
15 RFW115130015 Gear Box Assembly (If Applicable) for FILTRATE WATER AGITATOR 2 ST
Impeller Assembly for SECONDARY HYDROCYCLONE FEED TANK AGITATOR (each
16 RFW115130016 type and size) 2 ST
Bearing Assembly for SECONDARY HYDROCYCLONE FEED TANK AGITATOR (each
17 RFW115130017 model/bearing no) 3 ST
18 RFW115130018 Motor for SECONDARY HYDROCYCLONE FEED TANK AGITATOR 1 ST
Belt & Pulley
or Coupling Between Motor & Gearbox (If applicable) for SECONDARY
19 RFW115130019 HYDROCYCLONE FEED TANK AGITATOR (each type and size) 3 ST
Gear Box Assembly (If Applicable) for SECONDARY HYDROCYCLONE FEED TANK
20 RFW115130020 AGITATOR 2 ST
Impeller Assembly for WASTE WATER TANK AGITATOR (each type and size)
21 RFW115130021 2 ST
Bearing Assembly for WASTE WATER TANK AGITATOR (each model/bearing no)
22 RFW115130022 3 ST
23 RFW115130023 Motor for WASTE WATER TANK AGITATOR 1 ST
Belt & Pulley
or Coupling Between Motor & Gearbox (If applicable) for WASTE WATER TANK
24 RFW115130024 AGITATOR (each type and size) 3 ST
25 RFW115130025 Gear Box Assembly (If Applicable) for WASTE WATER TANK AGITATOR 2 ST
Impeller Assembly for LIMESTONE SLURRY STORAGE TANK AGITATOR (each type
26 RFW115130026 and size) 2 ST
Bearing Assembly for LIMESTONE SLURRY STORAGE TANK AGITATOR (each
27 RFW115130027 model/bearing no) 3 ST
28 RFW115130028 Motor for LIMESTONE SLURRY STORAGE TANK AGITATOR 1 ST
Belt & Pulley
or Coupling Between Motor & Gearbox (If applicable) for LIMESTONE SLURRY
29 RFW115130029 STORAGE TANK AGITATOR (each type and size) 3 ST
Gear Box Assembly (If Applicable) for LIMESTONE SLURRY STORAGE TANK
30 RFW115130030 AGITATOR 2 ST
Impeller Assembly for PRIMARY HYDROCYCLONE FEED TANK AGITATOR (each type
31 RFW115130031 and size) 2 ST
Bearing Assembly for PRIMARY HYDROCYCLONE FEED TANK AGITATOR (each
32 RFW115130032 model/bearing no) 3 ST
33 RFW115130033 Motor for PRIMARY HYDROCYCLONE FEED TANK AGITATOR 1 ST
Belt & Pulley
or Coupling Between Motor & Gearbox (If applicable) for PRIMARY
34 RFW115130034 HYDROCYCLONE FEED TANK AGITATOR (each type and size) 3 ST
Gear Box Assembly (If Applicable) for PRIMARY HYDROCYCLONE FEED TANK
35 RFW115130035 AGITATOR 2 ST
Impeller Assembly for ABSORBER AREA DRAIN SUMP AGITATOR (each type and
36 RFW115130036 size) 2 ST
Bearing Assembly for ABSORBER AREA DRAIN SUMP AGITATOR (each
37 RFW115130037 model/bearing no) 3 ST
38 RFW115130038 Motor for ABSORBER AREA DRAIN SUMP AGITATOR 1 ST
Belt & Pulley
or Coupling Between Motor & Gearbox (If applicable) for ABSORBER AREA DRAIN
39 RFW115130039 SUMP AGITATOR (each type and size) 3 ST
Gear Box Assembly (If Applicable) for ABSORBER AREA DRAIN SUMP AGITATOR
40 RFW115130040 2 ST
Impeller Assembly for GYPSUM AREA DRAIN SUMP AGITATOR (each type and size)
41 RFW115130041 2 ST
Bearing Assembly for GYPSUM AREA DRAIN SUMP AGITATOR (each
42 RFW115130042 model/bearing no) 3 ST
43 RFW115130043 Motor for GYPSUM AREA DRAIN SUMP AGITATOR 1 ST
Belt & Pulley
or Coupling Between Motor & Gearbox (If applicable) for GYPSUM AREA DRAIN
44 RFW115130044 SUMP AGITATOR (each type and size) 3 ST
Gear Box Assembly (If Applicable) for GYPSUM AREA DRAIN SUMP AGITATOR
45 RFW115130045 2 ST
Impeller Assembly for LIMESTONE AREA DRAIN SUMP AGITATOR (each type and
46 RFW115130046 size) 2 ST
Bearing Assembly for LIMESTONE AREA DRAIN SUMP AGITATOR (each
47 RFW115130047 model/bearing no) 3 ST
48 RFW115130048 Motor for LIMESTONE AREA DRAIN SUMP AGITATOR 1 ST
Belt & Pulley
or Coupling Between Motor & Gearbox (If applicable) for LIMESTONE AREA DRAIN
49 RFW115130049 SUMP AGITATOR (each type and size) 3 ST
Gear Box Assembly (If Applicable) for LIMESTONE AREA DRAIN SUMP AGITATOR
50 RFW115130050 2 ST
Note: Vendor has to quote all spares along with model nos as tabulated above for all the [Link] spares for two or more agitators are of same type and size, then BHEL will
decide required quantity of spares and order shall be only for each type and size.









