Professional Documents
Culture Documents
P-007555/ED3.740.MH-0
Equipment Specifications
Mundra Converter Station (M)
Haryana Converter Station (H)
Index of Revisions
S i gna t ur e
Rev. Date Revised Items Page Remarks Date Date
Name of Reviser Name of Approver
Copy
Index:
1 INTENT ...................................................................................................................4
4 DESIGN REQUIREMENTS...................................................................................14
4.1 GENERAL ................................................................................................................14
4.2 FIRE DETECTION & ALARM SYSTEM...................................................................15
4.2.1 GENERAL..........................................................................................................15
4.2.2 AIR SAMPLING BASED FIRE DETECTION SYSTEM .....................................15
4.2.3 SMOKE DETECTORS.......................................................................................16
4.2.4 MANUAL BREAKGLASS BOX ALARMS ..........................................................16
4.2.5 AUDIBLE DEVICES...........................................................................................16
4.2.6 FIRE ALARM CONTROL PANEL ......................................................................16
4.3 FIRE PROTECTION SYSTEM .................................................................................18
4.3.1 WATER SYSTEMS...................................................................................................18
4.3.1.1 Fire Water Distribution Criteria...........................................................................19
4.3.1.2 Fire Water Supply & Storage .............................................................................19
4.3.1.3 Fire Water Pumping System ..............................................................................20
5 ENCLOSURES .....................................................................................................23
5.1 ANNEXURE-A: TYPICAL POWER SUPPLY DISTRIBUTION SCHEME ...............23
5.2 ANNEXURE-B: CABLES BEING PROCURED BY SIEMENS................................24
5.3 ANNEXURE-C: WATER QUALITY AT MUNDRA CONVERTER STATION...........25
5.4 ANNEXURE-D: WATER QUALITY AT HARYANA CONVERTER STATION.........26
1 INTENT
1.1 This Specification is intended to cover the complete furnishing of the Fire Fighting System,
including Fire Protection, Detection & Alarm system for Control Building, Oil filled Equip-
ments (Converter Transformers, Station Service Transformers), rest of the plant among
others for the 2500 MW, 500 kV Mundra-Haryana HVDC transmission system which shall
be Owned and operated by ADANI POWER LIMITED.
1.2 In this Specification the technical requirements for various major equipment have been
specified. The Contractor (Supplier of Fire Fighting System) shall provide all equipment
necessary to meet the operational and performance requirements of the Specification.
1.3 The system / equipment shall be designed to operate in the environmental and system
conditions as specified in General Information Equipment Specification (Document No.: P-
007555/ED3.003.MHR-0).
1.4 The system / equipment shall comply with the relevant Codes & Standards and satisfy the
General Requirements as specified in General Information Equipment Specification
(Document No.: P-007555/ED3.003.MHR-0).
1.5 It is not the intent to specify completely herein all details of the design and construction of
equipment. However, the equipment shall conform in all respects to high standards of engi-
neering, design and workmanship and shall be capable of performing, in continuous, com-
mercial operation in a manner acceptable to the Owner/Purchaser, who shall interpret the
meanings of drawings and Specification and shall have the power to reject any work or ma-
terial which, in his judgment, is not in accordance therewith. The equipment shall be com-
plete with all components necessary for their effective and trouble free operation and such
components shall be deemed to be within the scope of the Contractor's supply irrespective
of whether those are specifically brought out in this Specification and/or the Contract or not.
1.6 The term ‘Owner’ / ‘Client’ appearing in this specification shall refer to ADANI POWER
LIMITED, the term ‘Purchaser’ shall refer to Siemens Limited and the term ‘Contractor’
shall refer to the successful Bidder.
2 SCOPE OF WORK
The scope shall cover complete Design, Engineering, Manufacturing, Supply of Fire Fighting
Alarm, Detection and Protection systems including Packing & Transportation from works to site,
Receipt of all materials at site, Storage, Handling of material, Erection, Testing & Commissioning
and Putting the system in satisfactory operation for the mentioned areas of the Converter Stations
(Mundra & Haryana). All the cabling and wiring erection & termination to all the equipment and
components is in the scope of Fire Fighting contractor.
The requirements mentioned under this clause are indicative and minimum for the system. Any
other item/ service required to complete the work for safe and sound operation of system shall be
provided and installed by the Bidder/Contractor at no extra cost to the purchaser. The Bid-
a. SITE SPARES
The contractor shall supply spares, which he expects to consume during installation, testing
and commissioning of the systems. The quantity of these spares shall be decided based on his
previous experience, such that site work shall not be hampered due to non-availability of these
spares. Bidder to furnish a list of Site spares which shall be part of the base offer.
A list of spare parts given below as minimum shall be considered by the bidder in his price bid
of one set for each type. This list is only an indicative list and the bidder should include the req-
uisite spares based on his experience and conforming to TAC. Bidder to furnish a list of Rec-
ommended spares with item wise price break-up.
In the event of utilization of any optional spare(s), which is/are purchased by the
Owner/Purchaser, during the guarantee period to keep the down time to a minimum, it shall still
be considered as “NOT AVAILABLE" for the purpose of calculating guaranteed availability.
The Contractor shall also supply at each site one set of all standard tools & tackles, which are
required by the Owner's maintenance staff to maintain the stations successfully. Bidder to fur-
nish a list of Tools & Tackles which shall be part of the base offer.
d. ELECTRICAL SYSTEM
Bidder to supply suitable nos. of MCC and control panels which shall feed and control all the
equipment including pumps & compressor in the pump house. 2 nos. 415V, 3 ph 50Hz feeders
shall be provided by Siemens as incoming power supply for the MCC. These power supplies to
remain independent and no paralleling is allowed. Automatic power supply change over system
to be provided in MCC so that failure of one incoming power supply does not cause interruption
in functioning of system. 25% spare feeders shall be provided. Control supply shall be derived
using control transformer. Siemens shall provide two no. 220V DC feeders to meet the power
requirement of indication circuits in MCC. These power supplies to remain independent and no
paralleling is allowed. Automatic power supply change over system to be provided in DC cir-
cuit so that failure of one incoming power supply does not cause interruption in functioning of
system.
2 nos. batteries & battery chargers shall be provided for the diesel engine driven pumps.
In addition to it, an annunciation panel shall also be provided in the firewater pump house. This
panel shall indicate the status of pumps, system pressure, hydrant system in operation, and
water spray system in operation, water tank & diesel tank levels etc.
For typical scope split for Power Distribution Scheme refer Annexure – A.
e. Bidder in his offer shall furnish the requirement of feeders i.e. number, type & rating for pump
house and control room. Siemens will lay the main incomer to these areas; however termina-
tion of these cables in the respective panels shall be in contractor’s scope. All cabling (laying &
termination) further from these panels to various equipments and for control & interlocking of
these equipments shall also be in contractor’s scope.
f. Power & Control cables for fire protection system (except for fire detection system) will be sup-
plied on free issue basis to contractor. Siemens shall procure various sizes of cables for the
complete requirement of sub-station. Size of cables envisaged to be procured by Siemens is
enclosed in Annexure - B of this specification. Contractor shall have to choose their cables
from these available sizes and shall intimate the tentative requirement of the cables in the bid
itself. It may be noted that the necessary modifications shall be made by contractor for the ter-
mination of the cables in the fire protection equipments.
g. Since laying & termination of all power & control cables is in contractor’s scope, supply of cable
accessories such as lugs, glands, cable tags & markers etc. shall be included by the bidders in
their offers along with supply of cable for fire detection and alarm system.
h. Necessary cable trays will be supplied on free issue basis to the contractor, however neces-
sary hardware for fixing the same on walls or elsewhere shall be included by the bidders in
their offers.
i. Earthing material viz. GS flat & wire will also be supplied on free issue basis to contractor;
j. PIPING SYSTEM
Pipeline shall be above ground supported at suitable intervals on RCC pedestals. However at
road or rail crossings and around the control room building where there is a likelihood of ve-
hicular movement pipeline shall run underground and through buried RCC Hume pipes of ap-
propriate pressure class at crossings. Hume pipes shall be provided by Siemens at all applica-
ble road / rail crossings. All underground pipes shall be wrapped & coated.
Material of construction for underground and aboveground piping shall conform to TAC.
k. Pipe structure for pylon support around transformer shall be fixed to the bottom of sump with
the help of Anchor fasteners. The structure will be in two pieces with a flanged joint at around
Zero level above chequered plate. Pipe size for pylon, size of Anchor fasteners etc. shall be
adequate for the support to provide sufficient rigidity against vibration & load during operation.
The whole arrangement shall be in bidder's scope. The contractor shall justify adequacy of de-
sign during engineering.
l. All puddle flanges on water storage tank shall be supplied by the contractor. Additionally,
valves for puddle flanges for drain shall also be supplied by the contractor. Bidders shall con-
sider the price for the same in their respective bids.
n. The seismic withstand capability of all seismically classified equipment (as defined in the Gene-
ral Information Specification, Document No.: P-007555/ED3.003.MHR-0) shall be demon-
strated by calculations.
o. Only reputed and BIS approved makes available in the market shall be considered. All such
makes shall be subjected to acceptance of Owner/Purchaser. Bidder shall intimate the list of
sub-suppliers in the bid itself.
All the first fill of consumables such as oils, lubricants, filling compounds, touch up paints, sol-
dering/brazing material for all copper piping and essential chemicals etc. which will be required
to put the equipment covered under the scope of the specifications, into successful Operation,
shall be furnished by the Contractor unless specifically excluded under the exclusions in these
specifications and documents.
a. The scope of ETC shall include receipt of material at site, safe storage of material, handling of
equipment/ material at site, erection of equipment /material at site including fabrication, equip-
ment and system testing, commissioning of the entire system.
b. Erection of pipe pylon supports, with pipe hangers and other pipe supports corresponding to
c. Painting of equipment, all aboveground piping including for hydrant system & HVW spray sys-
tem, pipe pylon supports etc. as per General Information Equipment Specification / TAC re-
quirements.
d. Land excavation, laying of underground piping for hydrant/ spray system with wrapping & coat-
ing and backfilling.
e. Laying and termination of power and control cables for the equipment under the scope of this
specification.
g. All electrical components shall be properly earthed by the contractor to the nearest earthmat
riser of the Owner / Purchaser.
h. Breaking and making good of openings/ cut outs etc during installation of equipment.
i. The contractor shall arrange all machinery -tools & tackles and consumables required for erec-
tion of the system.
j. Contractor shall ensure that sufficient quantity of commissioning spares is made available for
timely completion of commissioning of the system. The contractor shall furnish a list of com-
missioning spares that will be brought by him. The unused commissioning spares shall be re-
turnable to the Contractor.
l. It is the responsibility of the successful Bidder to obtain necessary approval/ clearance from
statutory organizations wherever applicable for the equipment/ systems under the scope speci-
fied.
m. During erection and commissioning of the system, the Owner’s Engineers shall be associated
with the Contractor so that they are fully conversant with both electrical and mechanical part of
the package.
n. The contractor shall furnish six (6) nos. hardcopies along with softcopy in a CD of the operation
and maintenance manual specifically compiled for each of the sub-stations. The draft O&M
manual shall be submitted within 20 weeks after award of contract. The O&M manual shall con-
tain the following information:
i) Description of the system and equipment with design particulars
ii) Instruction for erection.
iii) Instruction for operation, maintenance and repair.
iv) Recommended inspection practices and inspection schedule.
v) Ordering information for all replaceable parts.
vi) Recommendation for type of lubricants and frequency of lubrication.
2.4 TESTS
All tests on the equipment have to be carried out in accordance with common industrial practice in
order to demonstrate compliance with the specification. All test documentation, including test plan,
test reports are to be approved by the Contractor and submitted to Purchaser for review informa-
tion.
The Manufacturer shall propose a test program, which covers the requirements of the applicable
standards. The Contractor will eventually decide about the scope of required tests.
Factory test reports of Sub-suppliers shall be submitted together with the Manufacturer’s test cer-
tificates.
It is the responsibility of the Contractor to run and maintain the plant till it is handed over to the
Owner. Contractor shall assist Purchaser to hand over the plant to Owner.
3 SYSTEM DESCRIPTION
3.1 GENERAL
A comprehensive fire detection and protection system covering all areas of the station shall be
provided for all equipment which is critical to station operation and also for equipment having a
significant fire hazard because of its construction or content e.g. oil filled equipment (Converter
Transformers & Reactors, if applicable). The system shall conform to Indian Rules & Regulations.
All the system shall be designed to meet the requirement of Tariff Advisory Committee (TAC) of In-
dia and this section of the specification.
The Contractor shall be exclusively responsible for getting approval from the Loss Prevention As-
sociation of India (LPAI) for the fire fighting system. Any other additional equipment not specifi-
cally mentioned above but found necessary to meet the requirements of TAC and also for safe
and sound operation of the plant shall be provided by the Contractor at no extra cost to the Pur-
chaser.
3.2 SCOPE
The following specific equipment and areas of the converter station shall be protected against fire
by Hydrant system, Deluge system (High Velocity Water spray system) or with portable fire extin-
guishers as specified.
converter transformers;
smoothing reactors;
station service transformers;
power control centres;
insulating oil storage and handling equipment;
all buildings;
diesel generator;
cable galleries and vaults;
outdoor AC & DC switchyards.
Depending on the design and layout of the station other areas not included specifically but requir-
ing fire protection shall also be provided with fire protection system by the Bidder/Contractor at no
extra cost.
3.3.1 The main fire protection system shall consist of a fire water system serving the whole
station. It shall be designed to cater for the provision of water at flow rates to suit large
transformer and other deluge systems, and also to provide for the fighting of a maximum
credible fire on any equipment, not protected by deluge. The system shall be designed as
defined in TAC rules.
3.3.2 In the areas of the station containing electronic equipment, relays and switchgear; the
use of water shall not be permitted. These areas include, but are not limited to the follow-
ing:
control rooms;
cable vault.
For the above areas alternative fire extinguishers shall be provided using media as
specified in this section.
For situations covered by the Standards, the level of protection specified therein
shall be regarded as the minimum acceptable and, where the situation so requires,
protection systems of greater capabilities shall be provided without any extra cost to the
Purchaser/Owner.
3.3.3 For situations which are not covered by the standards, the system shall be supplied and
installed to ensure effective protection.
4 DESIGN REQUIREMENTS
4.1 GENERAL
All mechanical works shall be carried out with the latest engineering practices. The following
requirements shall be met by the equipment supplied by the Contractor:
a. The equipment shall be designed and constructed for safe, proper and continuous
operation under all conditions described or implied in the Specification, without un-
due strain, vibration, corrosion or other operating difficulties.
b. Parts shall be designed and supported to permit free expansion and contraction
without causing leakage, distortion or excessive strain on the equipment.
d. All heavy components shall be provided with convenient means for slinging or han-
dling during installation and maintenance.
e. All defects found during manufacture and/or fabrication shall be made known imme-
diately to the Purchaser/Owner. Any repair or any similar operation involving the
plugging, welding, boring or addition of metal to the original casting or forgings shall
be carried out only after receipt of Purchaser’s approval. Drawings showing details,
and location of modifications carried out shall be submitted to the Purchaser/Owner
for his records.
i. No mechanical equipment shall be installed on the roof any building including the
converter building, i.e. valve halls and service building.
4.2.1 GENERAL
The Contractor shall supply a fire detection and alarm system, which has to be completely inde-
pendent from the fire protection system, consisting of manual break glass alarms, automatic fire
detectors and all necessary equipment to complete the system, which shall initiate alarms on
the station fire alarm control panel installed in the control room. This system shall be electrically
supervised against failure on the detection and alarm circuits. In case of failure of an alarm circuit,
a visual and audible alarm, different from those for fire detection, shall indicate on the station fire
alarm control panel.
Operation of any manual alarm or automatic detector shall cause the following:
Initiating of the visual and audible alarm on the station fire alarm control panel, indicating the area
or the location of the originating alarm.
Automatic shut down of the air conditioning & ventilation and opening of the exhaust systems.
Annunciation of the fire alarm in the station alarm monitoring reporting system.
Operation of fire bells throughout the station.
significant level of combustion products is present. At the lowest levels an alarm shall be sounded.
At the next level an alarm shall be sounded and a period of several minutes shall be allowed be-
fore any automatic action is taken. At higher levels the time before automatic action shall be re-
duced, eventually becomes instantaneous. In the event of automatic action being taken the valve
hall ventilation system shall be tripped and the exhaust dampers shall be opened. In addition the
Valve hall shall be de-energised and the fire audible alarm system in the station shall be actuated.
In the event of automatic action being taken the valve hall ventilation system shall be tripped auto-
matically and the exhaust dampers shall be opened. In addition the Valve hall shall be de-
energised and the fire audible alarm system in the station shall also be actuated.
In case VESDA sampling pipes are routed through air conditioned areas, suitable measures shall
be taken to prevent condensation. If so required the detection system shall be suitably compen-
sated to take care of the existing ambient pollution levels.
cally at the applicable areas and centrally at the control room. In addition these alarms shall also
be incorporated into the station alarm, monitoring and reporting system. The system, as installed,
shall include, but not be limited, to the following:
a) The Fire Alarm Control Panel shall be micro processor based fully Analogue Ad-
dressable Analogue Control Unit which shall control all Analogue Addressable detec-
tors, Manual Call Stations and Switching Systems (for disconnecting AHU and power
supply) connected to it.
b) All addressable units shall be connected to the Panel through the Loop Cards and
shall be addressed through individualised numbers. The Panel shall be able to ob-
tain analogue value for all detectors in the circuit through a pulsed digitalised current
data. The Panel shall be able to analyse all analogue inputs from all addressable
units, and through its own software and ambient level screening the Panel shall be
able to Identify Fire, possible Fire or Fault conditions. The Unit supervision shall be
dynamic and continuous.
The Fire Alarm Panel shall itself have all Zone Cards in it. Each Loop shall be able to
access a 127 addressable detector with a total of 200 addressable devices per Loop.
The Panel shall also give adequate warning signal whenever there is dust accumula-
tion in detectors, and up to the point of its replacement it should be possible to
change the level of ambient alarm calibration condition either by the use of software
programme operable by the Purchaser/Owner or by resetting the detector. This is
especially so for the Basement where there is possibility of false Fire Signals for the
Smoke Detectors.
c) Short circuit, loose wiring or missing units shall also be reported at the Panel with pin
point or segment wise location. In such cases, the System through the use of Fault
Isolators shall be able to isolate that segment between the two fault isolators.
The Panel shall have a Liquid Crystal Display Alpha - Numeric type on it to indicate
immediately at all conditions. The display should be high resolution, 40 characters x
8 lines graphical. In case of testing of the system from the Panel, the Display shall
be able to give readouts of analogue value of all detectors being tested. The Panel
shall also be able to carry out continuous self monitoring when in normal condition.
d) The Panel shall have either an in-built or external printer coupled to the Panel which
shall log all events with time. The printout shall clearly indicate the event- Fire/Pre
Alarm/Fault etc., the Unit address and time. The Panel shall also be able to discrimi-
nate between false alarms and fire conditions, as well as priority selection of alarm in
case alarm activates in two or more remotely located Units simultaneously. In such
cases, the Mutual Call Box shall be reported first, group of sequentially laid detectors
9 in one room for example second and a detector with the greatest obscuration over
a period of time third.
e) The System shall be failed safe and adequate safe guards should be undertaken
that in the event of a failure of a part of the System it shall not handicap the complete
System. The Mother Board shall be of Modular Construction.
The Contractor shall undertake the responsibility of the complete installation. Com-
missioning interfacing, user trails, training and maintenance of the System as re-
quired. The Contractor shall take all responsibility for preparation and installation of
System Software into the Panel. The Software shall be such so as to be easily oper-
ated by the Purchaser/Owner's Personnel, is secured against Software errors, ability
to be upgraded so as to incorporate Detector Unit or replacement/changing of De-
tector Units, can incorporate more features at a later date such as illumination Con-
The system shall be fully automatic. The operation of the deluge valves and fire pumps shall be
controlled by fire detection devices. However it shall be possible to operate the system manually
from control room as well as locally.
Operation of the deluge systems shall be initiated by means of heat detectors located around the
equipment. Design of the detectors and their circuits shall meet NFPA-72E requirements.
A local control panel shall be provided with each deluge system to control the deluge valve as re-
quired.
(a) Deluge valve open
(b) Low water pressure
(c) Stop valve partly closed
(d) Detector circuit fault
(e) Water flow
(f) Detector circuit operated
Controls shall be provided which shall shut off the deluge water flow after operating for a preset
timed cycle, adjustable between 0 and 10 minutes. The deluge flow shall restart if any heat detec-
tor is still operating.
Remote annunciation of deluge valve alarms shall be provided in the control room.
The portable CO2 fire extinguisher system shall consists of all equipment required for directing the
CO2 gas discharge at a fire including, but not limited to, a wheel carriage loaded with CO2 cylinders
and necessary piping and instrumentation system and a flexible hose along with a jet nozzle.
The effective reach of CO2 gas jet release shall be sufficient to fight small fires that could develop
in a valve structure. Alternatively CO2 or equivalent extinguishers with adequate range can be
provided. This system shall be located close to the valve hall entrance.
Bidder to indicate item rate for each type of Portable Fire Extinguisher & Detector along with base
offer.
5 ENCLOSURES
Sr.
Item Description
No.
1. 3.5 C x 400 sq. mm Al. cable
2. 3.5 C x 300 sq. mm Al. cable
3. 3.5 C x 95 sq. mm Al. cable
4. 3.5 C x 70 sq. mm Al. cable
5. 3.5 C x 35 sq. mm Al. cable
6. 4 C x 16 sq. mm Al. cable
7. 4 C x 6 sq. mm Al. cable
8. 2 C x 10 sq. mm Al. cable
9. 2 C x 6 sq. mm Al. cable
10. 2 C x 2.5 sq. mm Cu Cable
11. 5 C x 2.5 sq. mm Cu Cable
12. 7 C x 2.5 sq. mm Cu Cable
13. 10 C x 2.5 sq. mm Cu Cable
14. 14 C x 2.5 sq. mm Cu Cable
15. 19 C x 2.5 sq. mm Cu Cable
Cables shall be supplied on free issue basis to contractor therefore contractor shall choose cables
from among the above sizes only and accordingly prepare the schemes.
Bidder shall intimate the tentative requirement of the cables in the bid itself.