Professional Documents
Culture Documents
BHEL-FGD-GYPSUM DEWATERING SYSTEM - Revised Spec PDF
BHEL-FGD-GYPSUM DEWATERING SYSTEM - Revised Spec PDF
FOR
CONFIDENTIAL
CUSTOMER : NTPC
PROJECT : DADRI 2 x 490MW
APPLICATION : FLUE GAS DESULPHURIZATION SYSTEM
DADRI:FGD:GDS:R01
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.
Page 2 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
Page 3 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
CONTENTS
PART - I
MAIN SUPPY
1.0 PROJECT INFORMATION
2.0 APPLICABLE CODES & REGULATIONS
3.0 INTENT OF SPECIFICATION
4.0 PROVENNESS CRITERIA
5.0 TECHNICAL INFORMATION
6.0 SCOPE OF SUPPLY
7.0 GENERAL REQUIREMENTS
8.0 DESIGN AND CONSTRUCTION
9.0 PACKING & FORWARDING
10.0 SUPERVISON OF ERECTION & COMMISSIONING
11.0 EXCLUSION
12.0 INSPECTION AND TESTING
13.0 PAINTING
14.0 SPARES, TOOLS & TACKLES
15.0 PERFORMANCE GUARANTEE
16.0 BID EVALUATION CRITERIA FOR POWER CONSUMPTION
17.0 LIQUIDATED DAMAGES FOR POWER CONSUMPTION
18.0 WARRANTY
19.0 FIRST FILL OF CONSUMABLES
20.0 TRAINING
21.0 CONFLICT
22.0 DOCUMENTATION
23. REFERENCE DOCUMENTS
REFERENCE
24.0 ANNEXURES
DOCUMENTS
24.1 ANNEXURE-I- PROVENNESS CRITERIA
24.2 ANNEXURE – II- TECHNICAL DATA SHEET
24.3 ANNEXURE III- SCHEDULE OF GUARANTEES
24.4 ANNEXURE – IV- LIST OF DEVIATIONS/EXCEPTIONS TO THE ENQUIRY DOCUMENT
24.5 ANNEXURE –V
A) DOCUMENTS TO BE SUBMITTED ALONG WITH THE OFFER:
B) DOCUMENTS TO BE SUBMITTED AFTER CONTRACT:
24.6 ANNEXURE-VI TECHNICAL SPECIFICATION FOR SEAWORTHY PACKING
24.7 ANNEXURE-VII INSPECTION & TESTING
24.8 ANNEXURE-VIII HEALTH & SAFETY MANAGEMENT MANUAL
Page 4 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
24.9 ATTACHMENT 3K - QUALIFICATION OF GYPSUM DEWATERING SYSTEM SUPPLIER
PART - II
TEN YEARS - AMC and O&M SPARES
25 O & M Services for 10 Years Operation – Annual Maintenance Contract (AMC).
Page 5 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
PART –I
MAIN SUPPLY
Page 6 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
1.0 PROJECT INFORMATION:
a. Owner NTPC
b. Buyer BHEL, Ranipet
c. Process/Application Flue Gas Desulphurization system
A) SITE CONDITIONS
Note:
1) Reference site conditions shall apply for the Guarantee Values as well as for the Guarantee
test/Performance test
2) Equipment and Material must be suitable for the range of ambient site conditions.
a. Country India
b. State/Division Uttar Pradesh
c. District Gautam Buddha Nagar
Page 7 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
ii. One vacuum belt filter and accessories
iii. One no. vacuum receiver
iv. One no. vacuum pump with motor
v. One set of Secondary Hydro-cyclones
vi. 2 nos. (1W+1S) Belt filter cloth wash pump with motor
vii. 2 nos. (1W+1S) cake wash pump with motor
viii. Complete piping and valves of the system.
b. Bidder shall assume full unit responsibility for the entire equipment assembly and make all
possible efforts to comply strictly with the requirements of this specification and other
specifications/attachments to inquiry/order.
c. In case, deviations are considered essential by the Bidder (after exhausting all possible efforts),
the same shall be separately listed in the Bidder's proposal under separate section, titled as
"List of Deviations/Exceptions to the Enquiry Document (Annexure-IV)".
d. Any deviation, not listed under the above section, even if reflected in any other portion of the
proposal, shall be considered as null and void.
e. No deviation or exception shall be permitted without the written approval of the purchaser.
f. Compliance to this specification shall not relieve the Bidder of the responsibility of furnishing
equipment and accessories/auxiliaries of proper design, materials and workmanship to meet
the specified start up and operating conditions.
g. In case, the Bidder considers requirement of additional instrumentation, controls, safety
devices and any other accessories/auxiliaries essential for safe and satisfactory operation of
the equipment, the same shall be recommended along with reasons in a separate section and
include the same in scope of supply.
h. All accessories, items of work, though not indicated but required to make the system complete
for its safe, efficient, reliable and trouble free operation and maintenance shall also be in
supplier’s scope unless specifically excluded.
4.0 PROVENNESS CRITERIA:
The Bidder shall offer only proven design which meets the Provenness criteria indicated in the
Annexure-I. Necessary document evidences as per Attachment-3K for qualification shall be
submitted along with the bid. If bidder doesn’t meet the specified Provenness criteria, they are
denied to participate in this tender.
The Bidders are required to meet the Qualification Requirement (QR) for Gypsum Dewatering
System as per Annexure-I & submit the Annexure to qualification requirement (Attachment-3K)
Page 8 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
5.0 TECHNICAL INFORMATION
S.
No. S. Description Requirement
No
1. Quantity
Quantity of Gypsum dewatering system 2 streams (1 working + 1 standby)
2. Parameters
Vacuum belt filter design capacity 32.10 TPH (wet cake) each
Duty Continuous
Location Inside Building
A common gypsum dewatering system for both FGD units is envisaged. Gypsum slurry is produced
in the FGD plant. Two stage gypsum dewatering system, consisting of a primary stage of sets of
hydro-cyclones and secondary stage of vacuum belt filters for dewatering of gypsum slurry from
FGD plant up to less than 10% moisture is envisaged.
Gypsum slurry produced by FGD plant is collected in primary hydro cyclone feed tank. Primary
hydro cyclone feed pump (BHEL scope) supplies gypsum slurry to Primary Dewatering Hydro-
cyclones.
The underflow from primary hydro cyclone is fed to vacuum belt filter for final stage of
dewatering gypsum slurry to produce gypsum cake with moisture content less than 10%.
The overflow from the primary set of hydro-cyclone shall be taken to a secondary hydro-cyclone
feed tank (BHEL Scope). Secondary Hydro cyclone feed pumps (BHEL Scope) shall transfer the
slurry from tanks to Secondary hydro cyclone feed.
Water from vacuum receiver tank and the underflow from the secondary hydro-cyclone shall be
taken to the filtrate water tank (BHEL Scope). The over flow from the Secondary hydro-cyclone
shall be taken to a waste water tank (BHEL Scope)
For cake washing only clarified water shall be used. For this purpose, 2x100% cake washing pumps
shall be provided for each Vacuum Belt Filter. One stage of cloth washing arrangement shall be
provided along with 2x100% cloth washing pumps for each Vacuum Belt Filter. Cake wash tank &
cloth wash tank are in BHEL scope.
Page 9 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
Page 10 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
6.0 SCOPE OF SUPPLY
Scope for the bidders shall include Design, Engineering, Manufacturing, Packing, Supply, Supervision of
Erection & Commissioning, Performance Guarantee Test, handing over of the system to final Customer
(NTPC).
Design: Includes basic engineering, detail engineering, preparation and submission of engineering
drawings/calculations/datasheets/quality assurance documents/field quality plans, storage instructions,
commissioning procedures, Erection & assembly Drawings, operation & maintenance manuals,
performance guarantee test procedures and assisting BHEL in obtaining time bound approval from NTPC.
Supply: Includes manufacturing/fabrication, shop floor testing, stage inspections, final inspections,
painting & packing.
Supervision of Erection & commissioning: Includes supervision of erection & commissioning, supervision
of trial operation, PG test, training of customer’s O&M Personnel and handing over to customer.
The scope of supply for Gypsum Dewatering System shall include but not limited to the following:
Page 11 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
Start-up & Commissioning spares 1 set
20.
Special tools & Tackles if applicable 1 set
21.
Painting and Rust Prevention during shipment and construction 1 set
22.
Seaworthy Packing & Forwarding to Project Site office 1 set
23.
Page 12 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
6.1 DESIGN / PROCESS PARAMETERS:
Page 13 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
Page 14 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
6.1.5 Design Conditions of Vacuum Belt Filter:
Belt filter and the peripherals shall be designed at 32.1 TPH (wet) discharge of product gypsum
a. *Quantity of water shall be finalized by the vendor.
b. *Property of process & Clarified water is as below.
Page 15 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
6.1.7 PROCESS FLOW DIAGRAM WITH SCOPE DEMARCATION
12 11
Belt Support B.L
Fan 10
(If required) Filter Wash
To absorber
7 ATM
Vacuum Vacuum B.L
Receiver Process Pump Clarified
water Water
5 14 B.L 8
B.L
B.L
Filtrate water
tank Pump Belt FilterBelt filter Clarified Cake
Filtrate water Wash Pump Tank Water Tank Wash Pump
tank
Page 16 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
6.1.8 TERMINAL POINTS
1. Primary hydro cyclone feed slurry will be provided by BHEL at the inlet flange of Primary
hydro cyclone.
2. Primary hydro cyclone overflow shall be terminated by bidder at overflow outlet flange.
3. Secondary hydro cyclone feed slurry will be provided by BHEL at the inlet flange of
secondary hydro cyclone
4. Secondary hydro cyclone overflow shall be terminated by bidder at overflow outlet flange.
5. Filtrate water from vacuum belt filter, wash water after belt filter cloth/cake washing and
secondary hydro cyclone underflow shall be terminated by bidder in filtrate water tank.
6. Service & instrument air will be provided at one location near plant boundary. Further
piping from terminal point to GDS system utilities are in bidder’s scope.
7. Discharge of gypsum through discharge chute onto the gypsum belt conveyer is in bidder’s
scope. Please refer enclosed typical layout & elevation drawing of GDS.
0.5
1
5
Cumulative weight Percent(%)
10
20
50 0.1
70
80
90
95
99
99.5
Page 17 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
S.No Description
1. All interconnecting pipes / chutes, pipe supports, trestles, valves, motor (other drives)
etc. along with necessary valves between primary hydro cyclone, vacuum belt filter,
secondary hydro cyclone and wherever required within the system shall be in the scope
of the supplier. Please refer scope demarcation drawing under clause no. 6.1.7
2. Descriptions in the drawings, in the documents, and in the displays shall be in English
3. Any item not included above but necessary for safe and reliable operation of the Gypsum
Dewatering System shall also be in the suppliers’ scope.
The equipment shall be designed to withstand the corrosive and moist environment in
4.
which these are proposed to operate.
Noise level produced by any 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. Predicted sound pressure levels for the GDS drive assemblies shall be
submitted as part of the proposal data.
9. Suppliers shall suitable specify their delivery schedule along with the offer and Standard
code specified shall be strictly adhered.
10. All instruments as per enclosed P&ID and any other instrument required for smooth
function of Gypsum dewatering system wherever necessary shall be supplied by the
bidder
11. Supplier shall provide the loading details of equipment and other factors which shall be
required for civil construction.
12. CHUTES:
Minimum clear cross section of Discharge chute: approx. 600 mm x 500 mm .
Limit of connection: The buyer (BHEL) has an intention to minimize interface for utilities
13.
as much as possible. The bidder shall consider this requirement in the planning stage of
layout for the equipment. The bidder shall provide the header piping for GDS and branch
piping to each nozzle. Terminal points for all utilities shall be located at single point. The
Page 18 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
S.No Description
bidder shall specify all terminal points with tie-in number in the P&ID and submit it in the
proposal to confirm the scope of supply.
Service life: Entire equipment except wearing parts shall be designed and fabricated for
14.
a minimum service life of 30 years of operation or 200,000 full load operating hours
whichever is longer.
Corrosion allowance: Corrosion allowance for entire equipment shall be in accordance
15.
with latest applicable Indian / International standard.
Unless otherwise specified , flanges shall be in accordance with ANSI B16.5 Class 150
16.
Name plate: All equipment shall be provided with nameplates indicating the item number
17.
and 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
18.
rotation equipment at a readily visible location.
Unless otherwise specified, all equipment items where the weight exceeds 15 kg shall be
19.
provided 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
20.
as practical to minimize erection at the site.
Two pieces of stainless steel earth lugs shall be provided with equipment diagonally. The
21.
position of earth lugs shall be shown on each GA and/or outline drawing.
Provide double nuts for anchor bolts
22.
Bidder shall provide allowable vibration level on foundation in foundation drawings
23.
and/or general arrangement drawings.
If the driver/driven equipment train is in the resonance condition or any vibration
24.
problems occur, the bidder shall solve the problems in a timely manner.
25. Bidder shall provide the mating flanges with the necessary gaskets.
26. 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.
27.
Bidder to provide capacity of crane or hoist required for material handling and the details
of heaviest component to be handled.
Page 19 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
S.No Description
The list of all Bought out items with makes and country of origin to be mentioned along
28.
with offer to be submitted.
Page 20 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
S.No Description
f. Bidder should also coordinate in getting the MDCC’s (Material Dispatch
clearance certificate) and all types of IC’s (Inspection Certificates) from the
NTPC along with BHEL.
Minor Chipping i.e. up to 50 mm thk, micro leveling and providing shim plates for erection
35.
of equipment / item at site shall be in the scope of bidder.
During detail engineering, bidder to strictly adhere to BHEL/NTPC drawing formats,
36.
document numbering, quality plan & FQP formats
The identification and numbering of equipment, systems, items, etc. of supply, as well as
37.
of all 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
38.
reviewed & subject to approval of BHEL/NTPC during detail engineering
Bidder shall furnish necessary inputs & drawings of all equipment in editable Auto CAD/
39.
MS-Word /Excel format.
During detail engineering, successful bidder shall ensure flow of drawings/documents as
40.
per schedule. Any comments from BHEL/NTPC should be addressed timely by the bidder.
Bidder to note that list above is not exhaustive and any work /items required for
41.
completing the smooth operation and ensuring satisfactory running of the machines till
final hand over to the end user (NTPC) shall also be in the scope of the bidder.
Bidder shall submit the signed and stamped copy of all the pages of this technical enquiry
42.
specification signed by authorized signatory to confirm that all clauses are read and
accepted by the bidder without deviation and considered in their scope work except the
deviations declared in the deviation schedule.
Page 21 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
S.No Description
The service factor of the gear unit (if any) shall be minimum 1.5.
j.
Piping and wiring within the skid should be in the vendor’s scope.
k.
Nozzles and connections
l.
The suction and discharge pipes will be flanged and will have the same nominal test
procedure as the body of the pump. Threaded connections are not admitted in these
pipes.
S.No Description
- Cast iron flanges as per ANSI 16.1 (flat face type, at least class 125)
- The pipe shall be designed according to API676 with regards to the force.
8.3 VACUUM SYSTEM
The filtrate from each belt filter, cake washing & cloth washing shall be taken to receiver
a.
tank(s) as per the supplier’s proven practice.
Each belt filter shall be provided with an independent vacuum pump sized to meet the
b.
requirements of the belt filter operating at its maximum capacity. An additional margin
of 10% (min.) over the above capacity shall be provided for each vacuum pump.
Page 23 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
S.No Description
Replaceable type wearing rings shall be provided at suitable locations of pumps. Suitable
method of locking the wearing ring shall be used. Wearing rings shall be provided in pump
casing and/or impeller as per manufacturer’s standard practice.
Shaft
h.
The critical speed shall be well away from the operating speed and in no case less than
130% of the rated speed. The shaft shall be ground and polished to final dimensions and
shall be adequately sized to withstand all stresses from rotor weight, hydraulic loads,
vibration and torques coming in during operation.
Shaft Sleeves
i.
Renewable type fine finished shaft sleeves shall be provided at mechanical seals. Shaft
sleeves shall be fastened to the shaft to prevent any leakage or loosening. Shaft and shaft
sleeve assembly should ensure concentric rotation.
Bearings
j.
Heavy duty bearings, adequately designed for the type of service specified in the enclosed
pump data sheet and for long, trouble free operation shall be furnished. The bearings
offered shall be capable of taking both the radial and axial thrust coming into play during
operation. In case, sleeve bearings are offered additional thrust bearings shall be
provided. Antifriction bearings of standard type, if provided, shall be selected for a
minimum life 20,000 hrs. of continuous operation at maximum axial and radial loads and
rated speed. Proper lubricating arrangement for the bearings shall be provided. The
design shall be such that the bearing lubricating element does not contaminate the liquid
pumped. Where there is a possibility of liquid entering the bearings suitable arrangement
in the form of deflectors or any other suitable arrangement must be provided ahead of
bearings assembly. Bearings shall be easily accessible without disturbing the pump
assembly. A drain plug shall be provided at the bottom of each bearings housing.
k. Mechanical Seals
i. Mechanical seals shall be of single type with either sliding gasket or bellows between the
axially moving face and shaft sleeves or any other suitable type. The sealing faces should
be highly lapped surfaces of materials known for their low frictional coefficient and
resistance to corrosion against the liquid being pumped.
ii. The pump supplier shall coordinate with the seal maker in establishing the seal chamber
of circulation rate for maintaining a stable film at the seal face. The seal piping system
shall form an integral part of the pump assembly. For the seals under vacuum service, the
seal design must ensure sealing against atmospheric pressure even when the pumps are
not operating. Necessary provision for seal water supply along with complete piping
fittings and valves as required shall form integral part of pump supply.
Page 24 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
S.No Description
The pump and motor shafts shall be connected with an adequately sized flexible coupling
of proven design with a spacer to facilitate dismantling of the pump without disturbing
the motor. Necessary coupling guards shall also be provided.
Base Plate
m.
A common base plate mounting both for the pump and motor shall be furnished. The
base plate shall be fabricated steel and of rigid construction, suitably ribbed and
reinforced. Base plate and pump supports shall be so constructed and the piping unit so
mounted as to minimize misalignment caused by mechanical forces such as normal piping
strain, internal differential thermal expansion and hydraulic piping thrust. Suitable drain
troughs and drip lip shall be provided.
a. The minimum valley angle of chutes shall be 60 degrees at the feeding point to guide
the material in the direction of belt travel. Transfer chutes shall be adequately sized and
sloped to ensure smooth flow of Gypsum without any accumulation anywhere.
c. Complete chute work in the region of flap gates shall be fabricated from 20 thk TISCRAL
or equivalent. In case of vertical chute (valley angle more than 80 degree) complete
chute, work shall be of 20 mm thick TISCRAL or equivalent material. While finalizing the
chute work inside the building, arrangement for shifting and replacing chute legs, proper
handling arrangement/wall openings, trolleys, hoists shall also be provided. While
fabricating the chute, no welds in between shall be allowed.
a. One no. chute blockage switch of proven type (subject to approval of the employer) shall
be provided
Page 25 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
b. Chute blockage switch shall trip the feeding conveyor in case of Chute blockage and
protect the feeding conveyor equipment.
a. 8All the pipes handling slurry shall be provided with replaceable rubber lining of proven
. quality. The slurry pipes shall be lined with replaceable wear resistant natural rubber
7lining of minimum 6 mm thickness. Additional thickness of 2 mm in rubber lining shall be
. provided at bends.
2
The Supplier can provide slurry pipes of size lower than 3” made up of FRP material.
Piping MOC
Water line Carbon steel
Slurry line Carbon steel with rubber lining
b. The isolation valves provided in all the slurry lines shall be of knife gate type/butterfly
type. Motorized actuators shall be provided for valves requiring frequent operation as
indicated in the relevant scheme.
c. The valves shall be of proven type and the supplier shall submit a detailed valve schedule
for employer’s approval. Reference list for previous installations for similar application
shall also be furnished to the employer
d. The isolation valves shall be of knife gate type with rubber seats designed to prevent
accumulation of solids on the valve seat.
e. Supplier shall provide all necessary arrangements for purging & flushing of all the process
pipelines, equipment’s etc.
Page 26 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
8.7 Motor
8.7.1 General
This specification generally covers the requirement for motors involved in gypsum
dewatering system package.
Voltage rating for special purpose motors viz, VFD shall be as per manufacturer’s
standard.
Page 27 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
4 Starting 1. Less than or equal to 600 % full load current
Current subject to tolerance as per IS (Normal motor)
2. Less than or equal to 700 % full load current
subject to tolerance as per IS (Normal motor)
5 Starting 1. Up to 85% of rated voltage for ratings below 110
Voltage KW
2. Up to 80% of rated voltage for ratings from 110 KW
to 200 KW
Page 28 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
3 More than 45 sec’s under hot condition at highest voltage
limit shall be more than starting time by at least 10% of
the starting time
Accelerating torque at any speed with the lowest permissible starting voltage shall be at
least 10% motor full load torque.
Pull out torque at rated voltage shall not be less than 205% of full load torque. It shall be
275% for crane duty motors.
8.8.1 GENERAL
This specification generally covers the requirement for Junction boxes involved in
gypsum dewatering system package. The requirements are only indicative. If , any additional
facility to be provided for satisfactory operation same shall be brought out.
8.9 INSTRUMENTS
8.9.1 General:
This section covers the specification for instruments involved in gypsum dewatering system.
Instruments as per attached list (Section 8.9.7) shall be minimum. Instruments that are
required for satisfactory operation of the system though not indicated in the list shall also be
supplied.
8.9.2 INSTRUMENTS:
8.9.2.1 General:
All transmitters, sensors, switches and gauges for parameters like pressure, level, flow etc.
as required for the safe and efficient operation and maintenance of equipment in the system
under the scope of specification shall be provided on as required basis.
Page 30 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
root valves shall be provided for all pressure tapping where the pressure exceeds 40
Kg./sq.cm.
8.9.3 SPECIFICATION FOR ELECTRONIC TRANSMITTER FOR PRESSURE, DIFF PRESS AND DP
BASED FLOW / LEVEL MEASUREMENTS
Minimum technical requirements shall be as follows: -
8.9.3.1 Microprocessor based 2 wire loop powered electronic transmitter with 4-20 mA DC HART
output signal shall be provided.
8.9.3.2 For calibration ranges greater than or equal to 400mmwc, accuracy of transmitter shall
be ± 0.060 % of calibrated range(min), stability 0.25 % of calibrated range for 10 years and
50:1 turn down. For calibration ranges less than 400mmwc accuracy shall be ± 0.10 % of
calibrated range (min) and 20:1 turndown.
8.9.3.3 Overpressure rating of transmitter shall be 150% of maximum operating pressure.
8.9.3.4 Transmitter shall have weather proof IP-67 metallic housing with durable corrosion
resistant coating, integral digital display with self-indicating diagnostics, plug and socket type
electrical connection, calibration using HART calibrator, 2/3/5 Valve non integral manifold and
rack with canopy.
Page 31 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
8.9.4.6 It should be possible to calibrate the instrument without any level in the
tank/sump etc. All weather canopy shall be provided for protection from direct
sunlight and direct rain for open locations.
8.9.4.7 In case of Guided wave radar (GWR) type level transmitters coaxial probe of
SS316L shall be provided. However, Rod probe, cable probe of SS316L can be
used for applications wherever coaxial probe is not suitable.
8.9.4.8 External cage and other mounting accessories shall be provided where ever
side mounting is required. Where ever top mounting is required, all mounting
accessories, stilling well (as required) etc., shall be provided by the contractor.
8.9.4.9 Four wire type transmitters can be provided for applications where 2- wire
transmitter has some technical limitations. However, in such cases isolated 4-20
mA DC (analog) output shall be provided.
8.9.4.10 Power supply required for such transmitters shall be 24V DC.
For applications where transmitter location is not accessible, the transmitter
shall have separate sensor unit and electronic unit for such applications. It shall
be possible to mount the electronic unit at accessible location.
8.9.4.11 Sonic frequency based transmitters can also be provided under “ultrasonic
transmitters” category for powdery medium
Page 32 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
All transmitters, switches, etc. for Gypsum dewatering system and other system
being provided under the contract shall be suitably grouped together and mounted
inside (i) local instruments enclosures in case of open areas of the plant and (ii) In
local instrument racks in case of covered areas.
-Washing water
-instrument air
-Vacuum receiver
-Vacuum receiver
-Cloth sway
-Pull code
Page 33 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
1.1 KV Grade Control Cables shall have stranded copper conductor and shall
be multicore PVC insulated, PVC inner sheathed, armoured / unarmoured, FRLS PVC
outer sheathed conforming to IS: 1554. (Part-I).
General:
This section covers the specification for instrumentation cables involved in
gypsum dewatering system.
Instrumentation cable required for the gypsum dewatering system shall be
supplied till the terminal of the local junction box. Termination of the cables in
junction box shall also be in vendor’s scope.
Page 34 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
Page 35 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
Page 36 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
Page 37 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
Page 38 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
Page 39 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
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
8.
as follows.
NTPC NATIONAL CAPITAL THERMAL POWER PROJECTS STAGE – II
DADRI, 2 X 490 MW.
UTTAR PRADESH INDIA
EPC CONTRACTOR:BHARAT HEAVY ELECTRICALS LIMITED, INDIA”
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
9.
packed 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.
10. Each case shall contain a packing list showing the detailed contents of the package. When
any 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.
11. The case number shall be written in the form of a fraction, the numerator of which is the
serial number of the case and the denominator the total number of case in which a
complete unit of equipment is packed.
12. Wherever necessary besides usual inscriptions the cases shall bear special indication such
as “Top”, “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)
13. Marking for Safe handling: To ensure safe handling, packing case shall be marked to show
the following:
a. Upright position
b. Sling position and center of Gravity position
c. Storage category
d. Fragile components ( to be marked properly with a clear warning for safe handling)
14. Each crate or package is to contain a packing list in a waterproof envelope. All items are
to be 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
Page 40 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
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.
16. Prior to transport from manufacturer’s work to destination, components of the unit shall
be 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.
17. All necessary painting, corrosion protection & preservation measures shall be taken as
specified in painting schedule. Supplier shall consider the coastal environment zone
which is defined as “very severe” during final finishing/shipping.
18. Successful bidder shall furnish the detail packing /shipment box details with information
like 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
19.
be dispatched in loose condition such that it becomes difficult to store/identify its
location at site at a later stage).
20. Cases which cannot be marked as above shall have metal tags with the necessary
markings on 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.
10.0 SUPERVISION OF ERECTION AND COMMISSIONING
1. The erection of Gypsum Dewatering System (GDS) will be done by owner as per Erection
Manual and check List. However, the bidder shall make one visit per GDS 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.
2. There will be one visit per GDS and totally there will be 2 visits for 2 GDS. The bidder will
be informed well in advance for the visit. Bidder shall include 15 working days per visit in
the offer with minimum 2 visits.
3. TA/DA, boarding and lodging shall be borne by the bidder and shall be inclusive in supply
portion.
Page 41 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
11.0 EXCLUSION
1. 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.
List of Non-Destructive test over and above the material test are as follows:
2.
a. Mechanical Seal- Manufacturer’s recommendation.
b. Base Plate- Stress relieving of weld.
c. Replaceable Rubber liner- Shore Hardness, Class and Type certificate
3. Once mounting is finished and operation test will be conducted on each GDS to
determine the characteristic curves. to determine the parameters at the design point,
mechanical running & performance testing shall be performed & witnessed.
5. 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.
6. 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.
7. Test certificates shall be issued for each lot of raw material used in the coating,
corresponding to specific weight and traction resistance.
Page 42 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
8. 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.
9. 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.
Page 43 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
Vibration levels shall be measured during shop running/performance tests.
4.
Contract shaft seals shall be used during shop tests, unless the seal design is
5.
unsuitable for the shop-test condition.
GDS shall not be released for shipment, until shop tests data and performance tests
6.
curves have been approved by Owner.
Bidder should furnish performance guarantee as per applicable standard guarantee for
7.
the design, 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
8.
shall be given for attending the inspection.
10. Mechanical running and the performance test shall be carried out.
13.0 PAINTING
FINISH COAT:
3.
One coats of Synthetic Enamel to IS 2932, DFT- 50μ/ coat
Total DFT : 50 micron.
Page 44 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
commissioning of GDS shall come under this category. Bidder shall provide an adequate
stock of such start up and commissioning spares to be brought by him to the site for the
equipment erection and commissioning. The spares must be available at site before the
equipments are energized.
14.2 SPECIAL TOOLS & TACKLES:
Any special tools & tackles required for the entire equipment to disassemble, assemble
or maintain the units, they shall be included in the quotation and furnished as part of the
initial supply of the machine. List of special tools & tackles shall be decided by bidder as
per his proven practice. When special tools are provided, they shall be packaged in
separate, boxes with lugs and marked as “Special Tools for (tag / item number).”Each tool
shall be stamped or tagged to indicate its intended usage. Levers and eye bolts for the
removal of parts to be serviced shall be submitted with special tools.
15.0 PERFORMANCE GUARANTEE
All performance tests for GDS shall be carried out in accordance with any latest
international codes/standards.
1) Bidder shall furnish Performance guarantee for the design, manufacture, material,
safe and trouble-free operation of the GDS and its accessories
2) Vendor shall Guarantee and demonstrate each Vacuum Belt Filter capacity of 32.10
TPH wet gypsum cake with an inlet solid concentration of not more than 45% wt.
3) The contractor shall guarantee and demonstrate that gypsum cake moisture content
shall not be more than 10% and chloride content shall not be more than 100ppm.
4) The filter cloth shall be guaranteed for a minimum life of not less than 7000 hrs.
5) The liners in hydro-cyclone shall have a minimum wear life of not less than 7000 hrs.
6) 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.
7) Noise level ≤85 dB (A) at 1m horizontal distance from equipment/enclosures and
1.5m above operating floor is to be guaranteed.
8) 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.
9) Acceptance tests to be carried out as per the procedure defined by the bidder which
shall be submitted for BHEL/ NTPC approval.
10) 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
Page 45 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
Bidder to specify the total guaranteed power per Gypsum Dewatering System (GDS)
operating at the rated capacity in their offer
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 in INR per GDS = (GPC-APC) X P X 1 No. of Working GDS
Where
GPC- Guaranteed Power Consumption quoted by bidder in KW
APC- Actual Power Consumption in KW
P- Penalty @ 197,080 INR per KW
18.0 WARRANTY
1. The warranty period shall begin on the date of taking over by NTPC or date of issuance
of the provisional acceptance certificate for the unit (whichever occurs first) and shall
end after twenty-four (24) months. Provided that the successful bidder shall extend the
provisions of this warranty to cover all repaired and replacement parts furnished under
the warranty obligations hereunder, subject to the warranty period for the same being
for a period of 24 months from the date on which replacement or renewal work is
completed.
2. In case of failure of the equipment to meet the guarantee, NTPC/BHEL reserves the right
to reject the equipment. However, NTPC/BHEL reserves the right to use the
equipment until new equipment supplied by bidder meets the guaranteed requirement
.
Page 46 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
20.0 TRAINING
21.0 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 NTPC 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.
22.0 DOCUMENTATION
The Bidder shall submit all documents, drawings, diagrams and all such information,
which are necessary to fully understand the offer for techno – commercial evaluation as
per Annexure V. Annexure V documents are required for proper evaluation purpose and
vendors are requested to comply with above in all respect.
Page 47 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
Drawings that are reviewed by the NTPC/ BHEL will be returned to bidder with a
transmittal letter with any comments and / or questions marked on the drawings or noted
in the letter. All comments and questions must be resolved before a resubmission of
drawings / documents. If the design has not developed enough to resolve some of the
comments or questions, bidder shall place a “hold” on those items or areas of design.
NTPC/ BHEL reserves the right to return drawings unprocessed to bidder if there exists
any evidence that bidder has not acknowledged all comments and questions.
All necessary GA drawings, sections, sub-assembly drawings, specifications of main and
sub components and necessary set of operation & maintenance manual as asked by NTPC
must be furnished by bidder in soft and hard copy forms. For all documents softcopy
format shall be searchable pdf, however in addition all drawings, diagrams like P&IDS
shall be supplied in ACAD or other editable format and all lists in Excel format. Further
break up of technical documents will be discussed during finalization of the purchase
contract.
Unless agreed otherwise, Ten (10) hard copies and five (05) sets of electronic copies of
all documents are to be submitted in the English language. Electronic Copies shall be
submitted in primary original data format (e.g. DOC, XLS, DWG) as well as in a printable
non-proprietary document format (e.g. PDF). Especially P&IDs shall be submitted as DWG
files and PDF files. Bidder to ensure submission of hard copies as per NTPC requirement
for all engineering drg/doc and for all subsequent revisions along with a soft copy through
email to concerned project team.
However all the engineering related information shall be furnished in soft form to BHEL.
Page 48 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
24.0 ANNEXURES
Page 49 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
24.2 ANNEXURE – II- TECHNICAL DATA SHEET (to be submitted along with bid)
i) No. of Streams
a) Make / Model
b) Number working
a) Manufacturer
b) Model
c) Dimensions (W x L x H) (m x m x m)
g) Capacity (Guaranteed)
h) Inlet Flow
Volume (m3/hr)
Page 50 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
Casing
Cloth
Vacuum Box
b) Capacity (m3)
a) Make / Model
Page 51 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
b) Type
Base/Lining
Casing
Shaft
Impeller
m) Type of Seal
o) Bearing
No. of Bearings
Type of Bearings
p) Type of coupling
b) Fittings
Page 52 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
c) Make / Model
d) Impeller Type
f) Casing Type
g) Material/Thickness of Casing/Lining
c) Make / Model
d) Impeller Type
f) Casing Type
g) Material/Thickness of Casing/Lining
a) Make / Model
Page 53 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
NAME -------------------
DESIGNATION ---------------------
Page 54 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
Page 55 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
NAME -------------------
DESIGNATION ---------------------
Page 56 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
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.
NAME -------------------
DESIGNATION ---------------------
Page 57 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
Sl Clause Page
Description of Deviation
No No No
NAME -------------------
DESIGNATION ---------------------
Page 58 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
Page 59 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
24.5 ANNEXURE -V
No of copies
Sl. With proposal
Description
No.
Page 60 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
29. Overall space and headroom requirement with 1
details of handling during Erection, operation &
maintenance of the equipment.
30. Erection, Operation & Maintenance manual with 1
lubrication schedule
31. Procedure for shop / site performance tests 1
32. Time schedule for delivery. 1
33. Quality Assurance Plan. 1
34. Make of all bought out items. 1
35. Deviation list 1
36. Spares list. 1
37. Hoist / Crane requirement. 1
38. Reference list of similar projects executed. 1
39. List of proposed makes and vendors 1
40. Training program and schedule for BHEL/NTPC 1
personnel
41. Equipment maintenance schedules 1
Page 61 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
No of copies Delivery Time
Sl. After award of contract
Description
No.
Page 62 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
No of copies Delivery Time
Sl. After award of contract
Description
No.
NAME -------------------
DESIGNATION ---------------------
Page 63 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
NAME -------------------
DESIGNATION ---------------------
Page 64 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
NAME -------------------
DESIGNATION ---------------------
Page 65 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
NAME -------------------
DESIGNATION ---------------------
Page 66 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
The following type test reports shall be submitted for each type and rating of
LT motor of above 50 KW only
1. Measurement of resistance of windings of stator and wound rotor.
2. No load test at rated voltage to determine input current power and speed
3. Open circuit voltage ratio of wound rotor motors (in case of Slip ring motors)
4. Full load test to determine efficiency power factor and slip.
5. Temperature rise test.
6. Momentary excess torque test.
7. High voltage test.
8. Test for vibration severity of motor.
9. Test for noise levels of motor:
Noise level for all the motors shall be limited to 85dB (A) except for BFP motor for
which the maximum limit shall be 90 dB(A). Vibration shall be limited within the
limits prescribed in IS/IEC 60034-14. Motors shall withstand vibrations produced
by driven equipment. HT motor bearing housings shall have flat surfaces, in both
X and Y directions, suitable for mounting 80mmX80mm vibration pads.
10. Test for degree of protection
11. Over speed test.
12. Type test reports for motors located in fuel oil area having flame proof
enclosures as per IS 2148 / IEC 60079-1
All acceptance and routine tests as per the specification and relevant standards shall be
carried out. Charges for these shall be deemed to be included in the equipment price.
The type test reports once approved for any projects shall be treated as reference. For
subsequent projects of NTPC, an endorsement sheet will be furnished by the
manufacturer confirming similarity and “No design Change”. Minor changes if any shall
be highlighted on the endorsement sheet.
Page 67 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
PART –II
Page 68 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
Page 69 of 70
TECHNICAL SPECIFICATION OF GYPSUM DEWATERING SYSTEM
NTPC DADRI 2X490MW TPS
DADRI:FGD:GDS:R01
b) Pump Bearing: 1 set
c) Seals: 1 set
d) Motor: 1 no
3) Vacuum Breaker Valves
a) Valve Assembly: 2 Set
b) Actuator: 2 set
4) Slurry Valves: 4 no of each type
5) Slurry Line Bends: 4 no of each type
6) Hydro-cyclones
a) Hydro-cyclone isolation valve: 10% of each type or 1 no whichever is higher
b) Hydro-cyclone: 10% of each type or 1 no whichever is higher
c) Hydro-cyclone rubber lining: 10% of each type or 1 no whichever is higher
C) GENERAL
1. The AMC (A) & O & M Spares (B) are part of the scope for 10 years up keep
of the equipments.
2. Maintenance charges – AMC (A) & O&M Spares (B) together will be paid
yearly on a pro-rata basis for 10 years.
3. The AMC (A) & O&M Spares (B) rate to be quoted separately with the main
offer.
4. The Price offer for supply of Gypsum Dewatering System & 10 years AMC
(A) & O&M Spares (B) of Gypsum Dewatering System & its accessories will
be considered for Evaluation.
5. All spares to be used during AMC under this contract shall be strictly inter-
changeable with the parts for which they are intended for replacements.
Page 70 of 70
Doc. No. Dadri:Valve:001
VALVE MATERIAL SPECIFICATION
Page 1 of 5
Doc. No. Dadri:Valve:001
Slurry Valves Specification:
1) Butterfly Valve:
Body: A126-B
Trim: A351-CF8M
DN50 - DN150 Lining: EPDM
3.
Bonnet FF
Connection: WAFER
WAFER ELECTRIC MOTOR WITH
Operation type:
L.SWITCH
Valve Rating: ASME-B16.34 CL.150
Body: A126-B
Trim: A351-CF8M
DN200 - DN300
4. Lining: EPDM
Bonnet FF
Connection: WAFER
Body: A126-B
Trim: A351-CF8M
DN200 - DN300
5. Lining: EPDM
Bonnet FF
Connection: WAFER
Page 2 of 5
Doc. No. Dadri:Valve:001
Valve Rating: ASME-B16.34 CL.150
Body: A126-B
Trim: A351-CF8M
DN200 - DN300 Lining: EPDM
6.
Bonnet FF
Connection: WAFER
WAFER ELECTRIC MOTOR WITH
Operation type:
L.SWITCH
Body: A126-B
Trim: HASTEALLOY-C
DN50 - DN150 Lining: EPDM
3.
Bonnet FF
Connection: WAFER
WAFER ELECTRIC MOTOR WITH
Operation type:
L.SWITCH
Valve Rating: ASME-B16.34 CL.150
Body: A126-B
Trim: HASTEALLOY-C
DN200 – DN600
4. Lining: EPDM
Bonnet FF
Connection: WAFER
Page 3 of 5
Doc. No. Dadri:Valve:001
Valve Rating: ASME-B16.34 CL.150
Trim: HASTEALLOY-C
5. Lining: EPDM
Bonnet FF
Connection: WAFER
Body: A126-B
Trim: A351-CF8M
DN200 – DN600 Lining: EPDM
6.
Bonnet FF
Connection: WAFER
WAFER ELECTRIC MOTOR WITH
Operation type:
L.SWITCH
2) Ball Valve
3) Diaphragm Valve
Page 4 of 5
Doc. No. Dadri:Valve:001
4) Pinch Valve
The above data is basic design data and may vary based on selected vendor’s recommendations.
Page 5 of 5
ANNEXURE-I- PROVENNESS_CRITERIA____
CLAUSE NO. INTENT OF SPECIFICATION
4.01.01 Vacuum Belt Filters for the Wet Limestone based Flue Gas Desulphurisation
(FGD) System offered by the Bidder shall be only from such manufacturer(s)
who has previously designed (either by itself or under collaboration / licensing
agreement), manufactured / got manufactured the respective equipment(s) of
the type, application and minimum equipment rating as stipulated below such
that the respective equipment(s) should have been in successful operation in at
least one (1) plant for a period not less than 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:
_ .... _ lification
SI. Name of Type of Equipment
No. Equipment Equipment Application Rating
(g) Vacuum Belt type Wet 80% of the offered
Belt Limestone Vacuum Belt filter
filters based FGD capacity
application in
Coal fired
power plant
Bidder shall offer and supply only the type of the above equipment(s) for which he
himself or the manufacturer proposed by the bidder for the above equipment(s) is
qualified.
4.01.08 Before taking up the manufacturing of such equipment(s) as per clause 4.01.02,
4.01.03, 1
1.01.04, 4.01.05(i), 4.01.06 & 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.
4.01.09 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.
4.01.10 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.
115
410 00
1:3
11)
> Co 0.
C C
24.10ATTACHMENT 3K - QUALIFICATIONOFGYPSUMDEWATERINGSYSTEM
•
o c < a)
2 ‘7 f) 2 .0
/*4.01.03
O 0 a) . as co 0: at
cr) 7 ci) 0 o_
M <I) (.=
.' : -
X 0 a) o Tz 6 -7 0. CO
OD
at
CNI(.1
0 (.) = (1) c > • 0
C
*4.01.01
=
a) -a •—
< 0 (75 (2
a)
IL CI?
• Ci)
c.r) CU 2 (z co 15 6 .2
0_ c L w Mb OD ON CO AN at U)
E E, - _ CD a) 15
re • a.) CL .6 co Or a. ON ON
5 :3 C•1 (1) u) , •
re 0 0 .0 u) as u) 0
O < Z 2 c) cis _
U- 1— E' _ 7:3
O co 1— o N 0_
• Z H 0 z z 2
11.1
1— 5 = u)
• n u) --,_
O a) C
Z 0
ci ris
0 9 o _(.0
.— ..o a) a a)
co
U)
O •
t:73 •0
Note : *Strike-off whichever is not applicable.
O 0
<
a)
cTs E
T.) i5
tr)
• C _
• (I)
Bidder's Name andAddress:
0) -0
=
C
0
Vacuum Belt filters
• -a.
To 1)
"E) CT a)
U) = _0
co O
E E
o_
c:r CO
Z
5 -co =
(i-- .Q.)
-(3 'a. ffi, a)
-5 -- en
-es L5 -0 _2 ' D
o cr) >
>, =
0 0 -.--, E, 03 (13 CL 0
.., ,_ a.) - - r, 6 . 2 o > -!---. D C a)
>. 0 5 o o_ ‘(15) c -a tcr) 0 o -o D
c -cs CO CD oLS C La
= 1 :5 c .0- o u) -0 CO
M U)0c _C)‘7) "T 5 LE o as
D_ 4- 0 V) ': . •=• :-• -C
(..) 0 -(3 _C •-
6 .,_. C
E - o , 0 .,_, -o — =c as
02 >-, 0 co 0 a)
U Ca -0 -0 -0 5 ai u) _c = (/) 2
U _c a cao) a) as 0 0 t 0
0_ >
c"' co -c -- E c a3 -5 u) 0 a)
(a _ a)
a' 0 w 4-
D 0 Oa 4-
,.., 2— 7 ',.,7 ° 2 E -- _c
as (7) CL - c..., •5 zt 'F.); 0 a) c) -5 -'-'
-< E 42 13 Q) Lc =
- cCCO
cr)
c __,,, -,..., -0 .0 cr- CD D
c7)
c5 5 2 6 -5
_o -o •,7. as 0 a) a- "c l) i r) OL
= -0 = 0_ > .0 Q a) c) as m
c
2 _.! _ 1 -1 :0
0
0) LE)
--, a) r) -) c•Ts _c N- D
..•-•
(TS "f- c .c :.z._
c
a3 03 La U) tO m
---) _c
,.._. =
a) c E -(1:_ 5 c
0.< ti -; _C)15
° 7.7 s_
c c a E as a) a) M
C1 4- °C
O >, as o Lc ._ _- = 2 1:13
„0 z
a3 .r) 5 .....
° c)
u) -° E f; a) a) E .5 > -
- a) _c -a t a) c
o 0 c o CO , 03
03 ''
4—* (1)
c , .-•-•
C.3) (/) . o ...c -15 ( E ...-7. u) M
o) 4=MS -0
-61) cL E c as a) 0a) (1) C C 0- :3
t) u) = 7 _c -0CD E.2- _CD
cn c '3 03 --, cy3
a) •5 a) (1) 45 g- $.). en E ,..7.,'
if (
i
tE) 8 .0 o 0c
•- ,- = 0 -0 = Q) = 0 -0
c a) 0) c)
c • I-.). LE c C.) 0 u)
_ v.)
>4
u) 0
,... a)
',.,
c0 a;
a) _c a) , as a) co o 13 ,-- ui- 32 ,_ 0 -.
2 c> , - a) = cn
c > c
0)
. _ - as C- as < i — 2_
°
.ca ,_
C 8 u) (13 E cD o E5D t CI) 12
0 a) -a o_ ,,_. -•E E 0- 4 2 '77 -8 as - E 2
-0 (1.) -'-E. E 0_ ci as = c
r.) a) 8 ;., cts = ,_ - ,as•x- c
a) as
.?:, OC cu ao ,..
L m
E 0 c
c ..=
a:s • co "'
-
-.E, c,_ o_ a-, o .0-
_ _c as a) 0 -ff. >
cn lc
5 5 cu a) '17,• '5 as a., = -.--• CL = ,0 ° ..... o' Fa .5
-cE as N
< LS '5 E 5 S T ?:5 as -ii c).. ,...
t) `') .-'' = a)
c a) 0 (I) - 0
0 ir) c) a) •5 = = (2 ,..- ca
all 10 _ op a.) -0 Q.> -0 1
5 i 2 0- o >,0_
1:2 (1) -.--
IV „,-.-- c
a) = cn 0- (1.) CO o .1.,_, 0
a_ 0 = 5) E :4-2• cr) -9 :€ -0 a.'
as 2 Oa Ts Lio as u) . (
,c,_›....„- V) = (1) 57 = To0 C=•- TO 4- t 5.C1 E
--f-
--I' 'F t') >
C. ca a , ...., cr a) ?T 3 c 25
-,' = cl- cn a) 03 .--) -C 0 --•-• t E o_ 0 -5 C cr
a) -• _7) -.-.-7.• 0
.o 0 E c i- o 0- _c ...s 2, = -, 03 = (.., _0 (1.)
a) 0 u) 0 05 e
L )0- ° ,0,.., _c
f) -c) (..) 0 f2 - ..c c E =
Q)
cn To a^ >,0) -•--' 0 8 co 45 -0 -5., 6 :I = cLE
I 1) . 2 >(f ,) -2
C 3 (c 1) 5 20 6)
_cs _c as us .= CU 1)
a) :-_,. 0 -•c ..c
u) O a) o_ c) 46 - a) -0 .- o_ 4-
.0 4- CL -C O. 5 = -0 a
= M (7) c E - 5
U) 5 a) F F; b cr) (% ,_. cz ca)
_o _c '-c 75. .2 2 a E - g _c = .c
co- LI5 C o o as _c -(.17:5 o_ ,:s o = o ,- CD Ca a) 0 .--•
CD - co a) _c 0- ,_ 4- a) 0 Cl)
(p
c -.-' >, .4 8_ . a.) 0 .5 Ws
4_ a.) c 23_
w
0 - > 'a ,.._ 0)
>-. ff) > ( 3 u) _c c -0 = _c 0 -E
0 - --) _c C0 0 c ...=.• a)
4 0 u) ,5caso- .CS _c lo
0) 0 -5 U) E2 8 >ca30,Tc
a) a) c 2 a) = c c c as
c a.) o 4-
0) -c 0 ,E, -o -0 >, CI_ 20)Eca)'- • CI
= E o c .0 2 ,,:,,, co _c o
2 :.= U ._ as C c
-
Cn -
co ca. --,=. a) 1-3 c ci M 0 a) 5 *ii-) =
id a3
CL _C) (13
0 ET o _o (..)
-C a) 2- as a) as t)
r,
a) ID
o u) ,,_ Q) Cl. = CO a3 C 6 iD- -0 t) E
_c o 7.-- -, _c a) ., a.) 8 0 -= cu u) -0 To 6 _ 2 (7) 45 2
45 S' 2 0- a) 73 - 0 -.•-, C> a)
0_ 0 •_ o:= 4 -Cl c -$ 13:3 < 1E
-...., .t_ a) a) a) -r) ..0 iti .E
0 :.=• >4
co
0, o 45 ._ c 5 .: E _a CD C (T) 5 -c c :s . a = -0 E
03 0 2 all 3_ CD -_oCD 2 0- _c _C = (r) 6 -0
5 0 -E-. 4- eL u) c -o c
c -o
5 .ct - o) c c
en .r_ a) o a) >,
E a) ff -5 E' u) a) -ccu
= E 0 ' t
a) (
L
o ) 0 8
0 0::3 0 : 11)
0 =
c.) :13 C c..) = s._ a) . a 7 T6 5 t 4- :
0
o To O La >, 4 u) 0 L
5 .0 W 4E' 2 CZ 'a7
O= a3 -o
..• mc 45 ,.,_ a) -0 c>,,......- R. (73 Fs
- -0 ; _a 'E
M "
a) ,-
o E 0 a3 (,) -45 gi C (73 .0 D Icr) -92 E 2 u)
cts
C.) E >, >4 a_ >, eL T) E -0 ■ _ 4.= . a) 8 _,e 0T
ca. o_ -5 _o a) -° = o_ =u
!-
o 0 _ 0- ...., E>
5.,1- 0 a) 92 = > 0
a) > - „, CI .(T3 6 t , , .......
Ts < _s
, __ cs) >, a- ) a.)
= 8 c_.) c..) a) 0 c.) u) a) i_- ,-- -9 ....g' u..1 as _c) L.. 10
* strike
0- -ca:3 a) c) ,,, as
a) c • Q.
o8 .., ,-, ,--- = c) _ca)E 0
u_ ,a- (..)
c\i
••▪ 0- • o
E .c 0
=
D C cn
el cNi
_ o (1) -c
Z—
Z1 c > a• E
E o
2n a) E.1.) _c .x
w a) E) a) u)
2
U ch
° cr)O
as f) c
• a) .-•E _c as
_c
i-- U) -0
< c o c ii]
a) as (a
.0 `:'
-. a)
, co as c'E. .6
o E a "5
..=
co m ,,;-; _0
o E `" ›.
> TO
as -- E 0 >
-0
0 E 0_ 0
O 0 -0
" a
a) sn-
c a_
Reference Work
a) L.. 4.-...-
13 a.)
C = To 8
= .... 0
8 -t-; 0 g
4a) -u.)c
-.
.- .17
-3.
A E
4o • 7
• o= • (7)
". 00 0
c Q
• 0_
5§
0 as
o
-o a 41 Ti)
a) 0 — C13 _a
c E LL 13
Co
V) C
(D
a) CD
= -0 _C -C
-0 ----. (1)
cull g 2
• a)
_c c -0 (,) =
a)03 U) 0
C •— .1-T5
0 -0 CtS
_„, .0
-(7)
a.)
00 73 TD_
E cl) 0a.
co
7.i 8 -.€
al t 0
,
a
eL .c
(g. CO2 -a
a)
u)
cp..- a.) CO
c a) -0 _0
:,7 C -0 a)
c
,_o .15
O o
• = E (T3
-' r
a)
ai E E
g,- :E (I) ID
-'-' E -E 76
Tu 8 2
1-3 as s
- c cti
o t- .-c o_
' - -. 0)
.F. 5 1,1-3'_ =
0 C 43
CD a) 0 4=,
0_ CL 4- 2 0
co_o a.)
O 0 a) CL
C Ca- -0
0 2 ..,
D.
`-' 42 -6 -.=
(1) co
..- 00 o_ `cr) L.=
_c Tu 0
)
-4= a.) Ts .= cu
0
u, 1-') o o_
15 a) _c 0 as
03 u) as 0 •S 0
V) tNi
I— 'a-
Z 4-
W 0
2#
1.1.1 CD
2 Cr)
C.) (1J Y Y
< 11 0 (-0 "
0co
,
---- cr) -.E.
I— 'C—D .C - i =
I—
E E - 6
a)
et
a) o c '3 /\
ci:
-0 E
c
w f)
!.._ 73 ,12 x 3 0
i= -■-• c cll
(1)Onc 6- As EA3
--20, —‹
cu -.E. _(2 ca 2 o -o
o `-' lb' .Es —:
04L) c
>" -0 E7
E
• o a a
4 ,_ "
p 2
0 4 =
2
a) 0 — 8 X i- X
O u) a.) Cl.c
) =a) c
CD
Es = E
Reference Work
cv c CD c
E a) •c co < --I <
cp 2 f) al .1,
< -ctC1 216 -C.-6
0 To 4- (/) E c
Z 0 CD 3 0 (1)5- -0 +6 -o
*
1.- -o E
.E c ,...,
.- ...., a) (-) la)
u)
--CO c..) O .-= o
a) -45 c.) CD 0
-I?- as k// _J a) C 40a) C
147 P E a < 4
Flue gas Desulphurization system details:
0
cri
0 ------ 0) 0) (1)
•-• ,- to -o cm _c p_ -,-,)- (ID Iii
"--- -13 C (/) us C .(1) C0 co
(I) a) 4-
- = ::6 IC ,.... -,,cs.. E
C 0a.)Eca ,Tso°
_ a)E u) n 2
01 CNI -C-0
C) 0 73 (-) cu = _c = 0
i- •-•
Z 46
9
.- 6 rfi
as o as ,_ .L 0- >, (0 .0_ as co °
a:s 0
X
L.L.1 c, &-o(i)
co '
cacE 0 0) 0 0
= 4- cr =
cn c .7-6 c 1 .
:•_71 Ca > c
.- a) _ c _cc7)) a, 8 c
LI.J (1.1 s... w 7.5 ...,
C 4- _C S-
Vi <
I 7) a) c 1-6 (/) E ti) a) 0 CD 0 0 a) 0 = -C
0_ c .c _c 7:3 u) a3 E.c,_ =000 "E' to'
6°
NQ c E (1) = a) ° = u) 2 ----- 0 .=
< ra" as c 2 u) 7°
2 -c as = 2 o- -t- E a)
•.= E s.N_ ..-
I- 0 0
I- -5 15 c as a) a) > -0 a_ co
< a.) -0Fil x 0o E as a) 2 t>, sz)
c7) a)
5 a) •5 o
E 53 a_ ° (7) >a) (-) O E O. c +al a- T-)
a) oc
>, 8 a) 0 >-, o
5--6o o s as
0 2 (.0 . 5 a)
O cn _c cr)
:C)
cr c 2 -c Tts -5 -ti ''= as co
w a) u) ,_N (3 E 2- S c C
0 5 al (7) u)
:7 2 cn a) 6 ces O CI -) = as fL.) L.
C 6 - 2 -c
o C 0
cTi as (1)
(n ci
0 itS-a 0, a) 700-
( 80
E -s
c Em.2 a)
2
o 5 0 5 c> ,9
s1 .s _0 Ts P_ a) ›, ° CO
a) 5
‘5 1.) •8 _c
C
0 o .- -5 _o 3
cc 03 C =
(2 -5 2 : -,a)
--) =92 c5 -- -r) o
8 ..=
...
w RS To V) n a) 0_..-
T'- 1̀) E ...-
° •-('-
73 5' o °- a3 cp
u
i_ co ..c > '5 2 0. a) = = =
0 2 o 5 03 ,-a)
a) o c CO a)
.• .<
.- lc 0_ E ,
0 c 0_
4:15
C c .0 C 0_ '_''' E E .:::'
, ,,a s c Cg c O -5 B
•-, 8 2
oa> •E) a)
0 -0 2 o_m
(Data to be furnishedin line withformat given at 1.00.00 of this Attachment)
(Data to be furnishedin line withformat given at 1.00.00 of this Attachment)
0.)
N a) 0 r3 '7) (. a) 45 ct 0 0 _c C .c 2 as 0-)
ED- 7 E , _c a) '(.7) I) ..co" _.
(1) -cm 0 co -ci5 co
-0 :0 o (D a) 0.)
RD 0 " .5 a ..;0.: E 0 U •a) c 0c o cot.-) co
a.)f) a- cLt2 -,_ a) lc as
75 la a) a) al a) '7) '-
-t
C) o 0 a, 4= 0 C a) a
5 0 a.) 70C
C
a) =
c a) 10 ,cy
L
- ) = 50 " tPi c _.g:.c.I.,) (1 3 c -5
(13 _
>"
(j) = 0_a
(..) 0 _
.
. s c 6 .z, L) O - al . (L) 44.. 2 7 c
= 0 0
7 •k-- _c 0. _,- :... C c 0
E
o `‘,7 a)o co
41g 45 7 (76 u) o c co -E-z_
0 4_ > -t.. O.. o >G
To R --._
> 1-. 0 a) =‘.--,_
C)
o C
__, ..5
----
c' 4 ,- -0 a) 2
6 cu t)
a) al > c a) c ..c (D cts ,0 t3 ..,_
>, . ,
w -.o
.__, ,.,
--
.,
0a) ,(36 0 12 a)
_C
.0 E 0- > a-
TO CI) E as .2 ".
0 0- >, r•••• ...-7 .e. -0 o =
_0 Cn
0 03 (I) C 0 0 C ..._ 03 0• co as as
0 a) o T D 0 a) 5
ts a) fll
co
0 (1) 0. c -c (D > -I--.
CS CD = (// m
,c c Z0 (-)
CO "a- Cl-
C (13 -0 a) 8 45 ,
TD V3
O '75 (22 a) - -0 ,,,,
c, a)
u) 0=.
7 a) a)
a),...,
o 3 ,-,a)c_c
› u)
0 co 0_ = 0(N1 0 _C(i) CIS
4=
D C0 -r)
1-.., - 0_ o -E- - 5 .2
L., = ... u) co U) _ 0- 0 co - 0 - > 45 U)
0 .2-15 8 5 -._ ) _ca) 0
a), u) .52
a- co t, 45 .0 as (12 ...„75
0 .. 6, -5,1
C as w Tss = c
2 -.. Ls 2 al 2) .- as
.0
z a_ E =
0) (,) c) ta. 0-
0 .mo 0 L- C
a.)
0 a) o a) Eg = ._ a„ i-
o D Cr) CO C
(f) E 2 0 a) _c 0
c.. ) „ 45 48 >" -Ni
c_, CI 0 "-
co (13 irs
'Es 2 co -a as 0 .-.
■-
■ >,
C
> 0.)
> .--, 11.1._,,
-a cr
0. '1=
7- ,--
9 '--. m u) EcL '''
''' 1 (1) 'D u)
2-) (0 a)
_. -(3 = c P) ° o -45 2
_c it
a)
•CIS 73 'E" O • 0 _ - - -15 c (D
_C "a' T5 4 ?. as f!' 2 _c
C
4) = E = 51, co aN 7:3 7:5 6 -..-•
0 a)
> c ,:e E -= = = -8 cu 2 a.) ti-- 0 E (,)
O C .0- 60 CO c = T3 .cT3 -0 --. .(,) 'f- (1) CD
4,_ 0 - (7) <
c 8 t ._ o 5 E T.) co u) _cm c7) ..--.c 45 0 -
O " 0- 4-
E a) a) cz --,) o 0 0 -L_ o CD E
U E a_ .,__. 0,.......
,S■ 4:1) U 6 1T6 E o E _c
::.1-) o _c CO >, c = (Ts 03 0 0
1(5 0 cp
_co ( sticc m c -0 -' &.‘
) E 73 c 15 _c _c =
_c 0 ,... 12 -=,
,,, a) 6
"171
0 4 0 ,„ C (1.)
E ‘--as0.00 a)E= o -c <
4c2 ..., ,6 E .0 < (1)
N ``' '-'
_c =
O O O
O O O
O
O O O
a) -8
cc; -
a) 17) E.
22 -
o
8 _c al 0
1- a.) o _ c)
C t r _c u) § -El
*
0 CD = ,=.
.(Ti c E "
0 iii c7)-
w 0 c _c E
3E (/)D c _
— a)
a)
c..) 0 E
.x
all "-P
= 2
O -0
-o c
c (13
< c -0 < 0 (4 a)
c ii) (.0 o0-as > o)
Q) 0 0
> a) -0 a) LE c
.,,... 1- _c _o .c
0_
2 (1) kil (i) ==
FL" f- o = 45 u) -.,,
a3 a)
a) .,.... en -.-. (.% u
,._ Cu
a) 0_ i4= a) (05 = 4-
0 _c = - a) 0 oc=
V- 0 ,_ 11 T.) E So ,,
0c0 o , CI3 0 ci,
c
co
QS
(f)
„‘ cz as E -c a" .-c_o45 --a") E
ff_ 0_ -,6 c!...) f3 = _ / -
c 0
co ,
-- = cu u) -- CtS us
>, ---- (%) a) c = > Ei.). ' 7)
—c >1 ‘-
c 0 .- ° 2 a) a)
6 a) Q5 co 0 .5 < _c eL - -0
0 c a) = CD
,_- 85-
-c .-P2 -rEs
0 a3 ®
— .-u)
-c 1-4 o
a) 2 ,._ c
1- al _c C:1 0 vo sO
c 3 ad a) a.)
.- co 0)
-8' E 0 -8 c c
+E' a) 2 45 ry a) (L) 2 as 0
>, Z :.= E8
C E a) 45 = Ea = .
E Q) -,- c a) ---,-..)
.c E @ / 0
x 2 4= FP cz 7 as .1-
(LB a)
..._ crq al E c7) > -.2
o s a) as c w
its c CO 5 V) o ci
..c '-
a) Es c..) _o
= 0
® &/ c E C L2
_c eL ms .(7) = o 4=
c = ...= =, '45 u) CD
c MI
0 0a) t- (1.) a) (.) m u a) (1) .4-
0o
0) .0 o co -cTs
a) ...NG > U) -0
• u)
C 0
c 7 -0 er: E (I) a) '-
c a)
8 c as _0 To CD --■• -c § 15
,._ o > LC t = 0
Q) -CI -.... 13> (cT co71) 0 03
(1)
2j / 70 mc c= ti r+,- -0 as
5 0 0- - u) = u)
c _,
c 2E m -c c -8 _`:::', 3
.-P
> 0_ QS ••--,`
= -0
cz •- 0 LC
< .u) 2
o_ 1)0
0 c T0)
•.•g;as= a)
,_s E- ER
as g as -oc (,)
to -5 03
0- ...
u)
a) =0-,...,
_c = a) _e
_c .u)
-0 E ,„ 03 -5 CD I s 0 (-) 4--
rz c 0
c) 0 ai- = -c 2 2 =
0 -0 45 > cl) t a) (15
a.) c -0 5 0 - 0 c la5 u)
CD -0 _c:2 %- 4- 0 0) a.)
(1.) a3 C:.' c z1 c 1:3
-0 .c ',.=
Cti
_0 c (9- c) %-
2 c'es CD = cts ,,, co . ...-. a) _c LE -a) 03
0
Eye u) a) ‘'-. 1 ,--*0 v .= 0 u) = c
>a cs (I)
c ‘5 7 ii c 9
,( 5_ a) 2 0)
o 5 ,1,- u) u) a) 2 0 •c
0 8 , --,
*w2 .„a o3 .00. mu =
ct s 1
(7
c
>
w
I ) i .i
ci
c
:
w
a) ,=
_0 =
o 0_ a) .,_, .5
/k % .--- co
= -a3-.
q«
Q) 0 Q3 cl)
Cr) c\ To- 2 =
c -0 _c -c E2 0 2 a) Ets c
(1) cm c o -5 ca. CI- E cz
.= _c E ,„„ t= co -E.
0 ,.._ 0
0_ 0 c .4= c o 0
c -o
00 "--
C- c c o
o 'c o > Tr) (-) -E. o c) 0
c c) 0 -r.; c.) _c) +E. 0- a/ (D its
o 8 a) a) it) co
= (I) u) Cr) 22
-o -a ..c ocL._
'5' ...c _c 0 ,_:
a)
-o a) a)
c _c r 17; a -c m E 2 c)- em -2
-c
= (1) C
!..= 0 (J) = = 0 . f.1-) C ..— > (I)
4— a) -C
a) E
4-
0 .--
''65Cr
5 ro
CZ c a) m
..c17)
>,
•,.
> ..1 a)
= a) -o 0 CICS
a) (t3
> •-•_
* co
u) Cr 6- 4- *
cci
0 di ch
COMPANY
_c 0_ c o
U
0 I- co iii
ANNEXURE-I
0_ Z c a) 0
E -, o ..- z
0
E as •(7)
u) _, a) (f)
a) c- "E
Z 0 c) ,._o a)
L) :
E
-3) 0_ . E
1 =
I- 0 >a!)
cc (-) , a) a) rt3
< "•a' O -c C- ,.7) 2
1— > 0 •- C 2 (-) c LII
W w 0 O LE
F- %, U) 3: LO (13 ,, c
0 0 :3 '6'
8 O cm ,_ 8 'a
Q J
C3 0 a) a) ••=, -a
-% -I
LL cc >, c. ) br)
_j 0 co 4 C.) 0 2 0
Z < co
LU a) a ,,, ..
5 U-I
a) a) cs) E
Lii c 0
fa_ (-)
z C__ o -0
0 5
z z (7) > -L-
< 0 Ci) a)
0 03 0
5
6 cn <
a= c73 '5' b u) t
Lij H > 0
U. a) up 0 Q_
CS) ...,,
0 LU U- .c._
a) t
(ONNON-JUDICIAL STAMPPAPEROFAPPROPRIATEVALUE)
Lu LIJ C cn
0 (13
Li I- LLI 11.1 = U (13 "di'
cc 0 a"
-J cr 'c5' 0
< ip
< 5 z u_ 2p g 0 T13
0 0 7,13
a) 77 N cL. i_
LLJ (f)
0
E. 112 N
•C
- a)
" V) L-
Z Lu
z L_ cp 0 a3 =
CL ai
CW
C 2cp
Lu 0 c.) a) CL E .c - ,_
"
0— N N o) 0 T2
I- C
C) co 0 0 >4)
0 (-) 0 Luco 0 C13
_C Cl) a) -c 0_ c
< cl5 z Lu
ce Cl) 2 Y a) -5 < = .5
03 p: _J 3: 0 a) N
c̀r) E a)
z :3 UJ :D a) c) Z Ei -.E.
OD LU U- >
ca •c- c-
O U- 5 X., c) E as
_c =
as
_c -0 as <
a)
CL
E cn 08 = -
WW up I- -- J 77 f.2 L0 ''''
( c 1-1
0 CD _J M 00 C a) . 07 0 a_
E5 u) (V3 Lo= c9) 2-:c E o.
0 15 _I-
O 00 0)
I—e5 1-_5 c0 :3
>- 0 c .F, z
LL. •-
-J C.) E a) "
a) ,c2
a) •u))
= Z•
>- Z _c
co w 2 <
ce (-) in' .0
0 axi 0 2-
0DZLI-1 L-
- ....
(1) 0 -c
LLI mer 0 > a) L- ix u) a) L
6— < i= .- a) U..1
W as
12.- 0 C. "2
> c.) 1:7) (L' C _ 0
0 -E 0
Lu I— LI- Lu
a.) LE) 5 E 0
.-(I)-
X < 0
.cL) c)_ C _1 a)
CD -
cc
a co E a)
W L0U LiJ <e ›- E 0 95 w
N 0
0) as 2 .5 8 »a-)
The DEED OF UNDERTAKING executed
c 6 C; 13) -5 di ra
La (f) (n E' := g,) c
•,, -0
M CV o 15 0
- -C
0 co (I)
.- 0 c.) , 0 1_ a) a_ -E
-0 a)
C1) 7. 15 CU E
C -0 ;--_- 7
( 3 >7, (i) .c c 'D-
Lij 0 'E. .....
D ,--. (1) = c a) >, "5 c -7) o
co To ,_
• o 1-5 9 -CI 0- 03 ---. (I3 3 0-
MI a)
01 0 _ 03 CI- -'-' -c) .7-- E .(4)
'LO O as
5 9 13 2 E _8 E 0 _c • a) 0
O ct as c -4- a) as 0 -co N--:._cn a)
< Q- id c (13 _c 0) 0 y) 8 a) C E D E
c co
_c .2 E ° _ .c o) 0 c 4 ii) 2
H 15 2 ia. L5 .0 . o a) 15 C
< a) m (37) - (13 ...= co a) 5
c (7 O
C.) E ti035...-.2-^
7 CI3 7 .6) a)
:". 9 a) -)
< a) -.,.-4
a) - •c =c03
(1) a.) C T.) a) a) O (15 ‘4.5
4-_> ...c
-0 -' (L) ,5 c- -- L)-- .)
(i) as cr) a) •S E 2 u) 0) 0
C0- c Ct "E 7) :D a) El_.)
Cl.)
m to' CD - 2 -0
_ '''' -
cn a) a) a)
O
C
O "7 - c: =L co .0 c (13 0
ct T.) a)
A C C
u) .o .cs).=. g (ci,), as >, co
(7) (I) -0 LE) 1--- .5
2 00
2 (om-)
0. a) co - 0 a) CT _C O a.)
a) D -•, ..E
..-, 2? +
C.
(t) .E 16 73 O N C 22 C
6- _( o E - u) .;•_-. m a)
_Ct a) Ea.) a) 'c
= 7
a .6
a) a) ,
C CD C g -92 8 U) en 2
a) a) 5 5 .- =(_c ( c
0 a) en 2
.5
E
.0_
-:wc
• a.)
E 45 E a, 7_ 0 u) 0_ a) 0 Cr 5 F, _c E
=
U^a)2o.t) a) D ,„
(/) E i- a) s"
c-
2 a) cy) 0 -C , 'E a)
o 2 0) E al 0 >, u) I-UEfo 0 0
C cc _c C 1 5 a) -5 0
) 5 Ct3 .. 8 a.) •- cr,
C • " CI) ..-. 3 -C e'ts 5) eL !..= 0- C
c.
en -• ,_ E - (1) c
412 1715 ° CO .>
p 9 u) a) 413 7) 0) o Q
0_ a
cizs 0 C) a) 2OEE
13 v. c 0 0
executant
-E .c
(1) •o (1) 45 ay CL/ 5 CcIT) (c
>. p2 a5
a) _c c a) a)
0 C
0_ C -a T.: > -.0-' as a)
0
..c c
-,--• -c
L
2 a3 CO c a) cn c o =
Ce) Cl) 4,5 -0 ay 0
0 6 as a3 1/4- .,_. CO 0 c
- a) _c
0_
5 a) as -, 17).
cts a) c -a _c c .0
•_ Z >, >,W = 4c-73 m *-•• 2 o z as
Z
o T.) a) - 03 a) -= ._ - x th
b
.,, ai i =
W (1) C (13 .-e. (13 as a) 48 "L" c
2 0) -0 c 1 t_
E a u_ E , 0 2 TL) ,,-;,' a) as -0 0_ 0 ca
>-• 0 o u) a) .- ( -.) c = as
o_ c..)
= -° E -a o't-c--c...)
.- -a
c -5) a) as >, o_ To 17) >, a)
Uac's 2 1/4- cE > c c •-• Cl) ..Y', c
< a) 0 as cp_ 6 _c •-5 as Lu a)
_c
.=
-- -0 TO 4- TO ,
..
-s§ -: -- 6 ia) -t c = a) = -0
a)
0_ " ,..- 2 Fo eL a. a) -0 _C 0 (IS 0- _T) -C
-0 t) 2 D 0 E -0 0 E 45 a) 0 =
El.l „
a) Co a) 2 'C) g F ..,.. 45 , 715Co (-) 2 c 10
O -5 -5 5 a) _c eL
+'„ 1/4-
O
a)
.— o a)
, arnu 45 _c .(7) 9.=
t.5 o = '7,2 c)
2 (01) C.) v) fl 6 N- > = -L=
— ...!_.
- - -0 0 C CD (1) m a3 E. m
E (.9
O a) _c o- c _, 0 a) c *(7) a) 2 t3coa2 a) =,
C.) Co
= as c_) > as c >, To IF) co Q 1/4-)
1=
0 I- o = 't - a) c
-r-i = o ,,,'' v) =w.,...
071 ,,g 2- -c3 a) c
- -ds a3
a) (D
-a a) -t-
a)t's 73 = c- va CT
a) a) Tli C 6
= as z
-a (I) CD L_ C o U) - a) o a) c 4.a)- -c
-3 -0
.=-• a) >, -'' cr E as c.) -.t.'
(1) (3 C/) -C Ca = (3) = C _0 L'
a) 5 Q) u) c 0_ _c L .- 5 -' as .= o C 6.) s_ m
c D a3
-c 2:
- 3 E '5 .= 0
....„ 0. u) 5 a) a) .c c ca. a) =
,•-•:-. u) c (f) 4- > " Z..,(T5 L—
co
C
1E t5 -C 0
a; 2 cc”)
c_ •.,=,
2 43 iTs 2 .2 a) - (-) cr) 2 To 0 as *- c. t) = u)
>,
0 0_ rts .2 t Co 5 2 as = -c as a) En.,..,
a)
C- 0 7> CD
0- E 2" .0) 76 Et'. -0 E "-C - T) w 45 c .-
0 .E)
Q E,, 0= IT) ..E2) -,..-L•c,, a) 0 a) as 8 -0
8 )'="' 10:1)
a) = -.-. .a) E -S isi as c
E-
a) 0 ..Z 6
0-) .0 a) o 0 _ >, a) °
;0 C.)
U) -c Ti as c 8 13 .— --- co . -5 45 6
0 >.. a) — a3 = c a) .-1 - (..) ,,, < 0-a c
12 - 0 L-
a) _0 -0 -.E. -0 = 0 's= a '''' 'z -o = as .— o_
_c a) c as . or) = _, c Co -t 1( ) (D
EE a) Lcir
5j E 15 Co
cB -0 ai- - O = c _,_ as ..c) a)
-a O _E= 0 0a)c-,R .- c -0 t5 (" •,T ) a) 02 -,-
• as ,•co_ as - >0, as „...- N
-a c MC 0 CO c CU ...„ g 45 E a) >.),
,00 E. c)
cd 0
• a) t_3 0 a) • . Fs -0 o_ , o
c
a d 0 c C CD D = 0_ a)
,4=5 E -0 ", ca 0) a) _c a) c 2 Co
E *5 E) o.
ocwa)Ea32a)a^2" -0 -C
_._. al as W
0 1
(-) = 4- -C (13 0 U-I (-) (13 °- f3 -0
.3. ›.. o ..-. -0 ..,,, _ca , 45 2 z
>-.... ow
;
(I) U a.) L) 0 2 c a)
= Cocu = as +E. -0 as -a"
-;-_,
(2 -8 ,_ ? & (P-
_c ._, (L) 0 -0 0
Co
u)
.›... a) 4- a) 0
-co 0_2a)0_co
8 1- FE c o
1/4-4)asas a) a) 0
;. 5_ .- e)
E O a3 cam
0 e z _c Co ‘.... 1.1
- . D. _0
(..) ,--- (..) lb (_) ...-. '.. " 76 t 2 . a.) —
= = 0 E 1:c3
0 00 -c -0 =a)0= 0 7) if) CY (13
CD -0 •--
-0 - (D (1) u) 0 0 7-5 0 0) 11.1 -C ° CY) a3
a) a) -,-. 0 ,- >„ -a e) o co Co
E 0 C 70 n -F. .- E. 9 c El o a.) o -a I_
_c Cw
i- Y
+-
O= —
,_ as co 0 .§ 2 -E0- ...-• 2 czt -a, a) .-2 T-.) = -0
c -.-' = 0
O a)
-5
as- -5
,T, -n
a) cf) a) (i)- -E)
0 -C
0 c 0 0 (a CO a)_ 0
*-• (D,_ -o c (pa) w as = 8 _co
>,
-to a) 2 c ° 'El 7L) cu 15 (1) -0 a) D __F., c.) 0 a) 0 2 ,z -11 c
=
O
!..= a)
co c 17) E H -= 72 (S' -, -5 -0
-
= — ,_
a) -a a) 2 a
2 .- 0) (f) ,----., ai • •u) co
........ a.E
E0 5 -rD .—Tts -•
a) a) c) -f. E E
To -c as ... -0 sa7)
a) s..- c
>, -0 2) _c o 0oo
C5 1:2 0 a.)
.
- ,-- c a5 >
(1.) (1) 0 cu ›, 0 = t,
.._. c Lii --,
a0 -F,. 8_ L.1._ 0 (..)
E ..as Zs -5 -.-
D> a)
_C = vii eL co '' E 0_ ° ,,, ° c rn a cu _ ..0
0 =a) as
,,,,, 0
al *- (1) a .- -c as kl'- E -.
-, _c 0 o --•
(-) 0- = -= E _ a) 'E' as
a) P
c
C ILI
(-) >, LI) -C 0 ,_ 03
ca ii.1 w cr cn
- o ) 0 _a 0 H C)
•
U)
c::)_ to .r=
Z = E
,:,'
0 ) fa To Ta_
-c
.66
- 12 E TS c n cl 5- cr)
-. -E -E 0_ 415. as 4- >s ._7,
c
4- a3
-
Z.
1.- 0 =
1.) u) (..) ca3-,, E -00-5 a) 7:' - ' - c '5 1:),
=
0
0
2)= 0= c
-0 .=
=
0_ =ow To E 0 0- c-
as 0clau=
as 0 (7.) as --
O >4 cn as 73 .0- a) I-1-i .s all ..... u) c 2 1.)
O o
5 -5 Ti)3 a,a) c 5 -c 73 -
_, 0 ° cuu -• >1 1.-
as
4- a) ,- al (1) L- -C - •E' 8 >,
5 0- _2
-C .--
- .0) , w it E. c > - al CI 0
=,00 0 0 .- ..;_-- .- a) ru
c E c c al -.-
as u j (1) co >:. c ?) co ,_ >. c • 0),
- c, -0
c Ton E•-
eL t O -0 a) a, CO
p ,.._
- ,- E
2 ---,- - 2 CO --c-.c:,) cn . 0 -0 --• _ cT.) ....
0 ..-: a) CU 5 a) -c c c .5
• 7F- -0
-E -Nu2 ''=: 2 '-a.)- .0cow
0 ca 0
c 13) 2
E
-o 73 -0 Cr -0 0 c) a.) 0
(7)
0- -_. c
O 8 -,.., .t.,, c, c./) w co as
2 .c
..._ eL -0
E (2 .g .
(1)
5. ZM 3: al >, 73
0 -2 8 -o -0 ..a.
a).2
462 c
4= CD -0 4E) (1)
E _
0 0_ _o O - 0 .J a) 2 (13
o_
CO co t 9_, --- t,..-
t.) c
., a) •- c c 0 4- :-E 0 cT_
5 u) S)
-0 •5 !. a) a) -c a) -- 0_ CD 0) = o o
•.>, ,,, 7c) 0- c.) Li= a) u) it o u.) c = c -0 .4---• ,., CO i..-)- a.)
Lu
W c c a3 W 0 E 0 a38 (3 . ..22 0
u) m co _c
a) 0 u, c 7:3 Ta E 'at) 8
1:3 0_ 0_ a) -0 co 0 = ,-, ,- a) u)
C
0 -0 -2 (i) °- cn ':F- 0
c .-
(D EE'- 0 11) u) E C5 -E -P, 11) - g En 2 16 ) > 0 c
4= .) -,--, 11) (T3 7§3 0RE E-
E
03
•- o 0 4- _, = ) c
va E .o_
O (..) 0 •••• CO
as .- al
C E '. o
n ,_, 't'
, .to
0 ) „?,' b-) D= "'"c
(") - ..h-02 =u) ,_ co
0..) = 4- ro ,a, .Eil 0 0_ t. - a' CO
,L7=•r_ c c or 2 2 Es u, a.) 0 t g .
a) a) a) 0= - *-F., o 4- .--. .FEt
0 .,=_ 0_ as5 ID .'.- .-(-5
6 a) Q.
_c 0 '- c.) o u)
-c ,- ,-,
.- iii
c
---i =
To C 0
-0 ra
.- (,) c 5 ,-
0 2 g 6
.- .- ..- =o
c..) ej a) .- -0.-, >,
C .-
a4- C E
> o a) 0
=
a)
c al (..) -( i = -,_,
-D 'E' cat
,_-- CO as - J.-- E 0.) 0 E f 2 ,_ _0 a a3 a) o o E --
a) 4- 4- 03 a.) 0 E ct a) (o -E -c
o02 0
0 n - _ca) 0 •- c 0_ CU 0 _w .-
E _ ,..6 ° -
,_ 0 '
0
D
"
Li_ 2 2 f
= a) 72
u_ o_ no 0 c.)
0 3 ; (13 0- _c
= --- 1-1-1 En
E : o c
- - 0 -
1._ -.:_, . . _
0 4,i
: 0 co5 4:3
2 "o
u)
-045 2L-
7)
7 -c
.a)
-
co E co
-c ° T:
-8 -° m a) ,..a)
--., ai -0 5- -a
0 = E
c1) ••a7' ,...
a) - u) ,...,
-c cn a)
13 073 Lao 0__ I- cts c
• • •
• •
▪ • ••
= >, 5,
Q) -SC E. a) ,_- a) co c co
= 4.— C a.) -0 = _c co
To1( -3-c as E E 0 Q. P
Y >' -0 0_ co 0 -o 0) E (D
M ("1 _c a)"' a)'5 fo 7:3 -to cas o -c
I- 74--- u) _C (D _c cr T
S 0 C
Z 0 •E H _c H a) (1) >, C
(1)
C (0 0) (10
a) t CY) 0
11.1 T- '5 co to -C.:'
) . _C cf,--
E r, _ = -2 5 CIS Z
(D
C
—
CD 15 .a.)
1.11 a)
To a) as La-.). E -5o c c ts E
= 0) 2 as, :—
-c E "6 (TS D
0 co
_c E _,
0 R 0 — 0 § cn w E *E•
as 030-
4—
< 11-
I-
1— .... -1-• -0 ,.....
a)-0
,_ o (1) . (1) 0
a)
8 a 2co 0E
1-- .2 _ 0:4= _c, c c
-C) 2 --, a,
2 a) To 45 C u
a)
< (CO- ) `E) ' c () o a 1 a3 _c 12
- -0 .- co ,_ _,-.ca) co -o (i) -a c
- ca .-R >
= -0 0 0 0_ 0) a)
a- -a a) _c >, a) a) c-3
E; a)
C • — = a .s c a) -a c
as -° 0) (,) > C 2> as 0 c — C- 0
a) O -45 o 0_ a) -0 a)
2.2 ..- _o E. -2 C.)
C c E .,(1) D
a)
O c '>„
ci) 0 .(7) TO _c
E
0_ 0 _c a3 o -6. c--) ° ,-
r2 -g co) 1-1:.3 —3 =
•- c 0 (..) a) Tti Ct- 0 C -C.,...
48 0 13
c 7:3 *c
LLI .5 -o as ,,_ _c a)
a) lil 03 ca
ii t= a) C To
-co o c 0 Cr) .g as cg) a) a)
a) ,-, " a) u) (:)_ -0 =w 0 -o
— E 7:3 75 0 a) 2 '0 , cco cu)0
(Bidder/Co ntractor)
1.) (13 2 :F., --• > o_
— L6 , 2 2 .a.. 0a) ._
*2 :15 a) .c
E
0
4.-
°
co -o
,,,
a..) -0
_ cco .°) °
8' w .§ s.:,. co ci — 0 0) sn'
X
E (0 73 !. C
2 2
-a•Er u s-Qt2
0 LL1 a) c u) CD CL
_cco CD 6 :2 o 2 a5
0 -o
n cti -E" a)
(-.) a) O. c'l a) a) 0) *.
i; 0 •=a) co a) as _c
O-c = .co-co 0 _o C a) -a -a
C O re 8 ___ 0 2 ..c c a) E .../),
.0_ c O
0 (.., 9, -c = t1:$ >
= 0
„2 , 5 co‘-..f.- • -c
cn a) a) C -.E' f.) cs u) (0
c0 ., a) in 2 a)
C> C . ill c C D (0
L.. 0
a) -0 CL c (r)
=.. 0) 'C 0 = ..... ..c 22 a) a) O
(..) c c ,, E ...,7_,Eo c (I) ...
R a) „,
u) O
wO • 0 pa = 0_ ca .(7) ar) a __ • To =_E cr) E
= = —3 C CO ‘a-,) E -.--, 2
-t -to E a) = (D E EE
aU --. .= -0
a) (3.) "5 f 0 2 0 va)
4— C)- (0 a) 0 0
c ,= (0 -0 -5 LL Z 0
CIS 2 c as • -1—,
c
73 =
CD a.) 2 (,) a)
> c 0
E co e
1.- =
D > c Co a) -0 CU a)
73 0 C -. .4 .f3 1, X
( I') ix ..E' C >4 03
▪ s'''' CO = D0 a) 45 o a)
a) Z .(7) a3 ,-z
w a) cr) E :g C E so_ -t-') a)
ri c — -) a) -0 - 0 0
o_ o)
.= •C
0 ES >
Um aa 0 4— -0
03 .0
0 as `*-0 1- .. -, t —.
o- c a) -E.
o CO
..c
`tr. u j .0) _o
a) RS -0 00 L., LE5 Fi) = 0 Ui
( ./., •o '0 •c- .0 a) .> a)
O c Cr a) a) as = a) = •.a) -E3
45 -.' 0
Ocua)0t0T1) 0 a) •-•
o) -o -i-ti 8
E a) u) .- ID a)0 cD To a) • (73 -...=
0
a) ‘-
-.-
- C
0 -0 .= Tcs — _c •c u) -- > C
:.2 u_i 4.
a) _C)
0
o as
.,,-•• c
— c 2 5c
cp ,.., •a) -.,
u), (I) "0 E0 _0
a) C L
(Signature Name)
cn 41) s
Address)
—
aS ) = 0 73 (-) 't= 0.) > ' (13
e) ,4=
D
-0Etaic00
a>
• a-a)i_
0 L__.
o_ = 0 .‘1 0
M E c'3
..c
›... =
(0
. 2 +E'.(7) ccLLJ 0)
.E)
w 8 77)
E
•— n E .c., _c • 0- w rn To
— -'E'
O t5 o
E 0 _c E3 4—
(Official
T2 ° 0 8 — .... -C
a) 2 -, 0 -I-, C t
S. (.0
co C ,, --- as al-.) co.—9., I) -••••
,_ C (1) Ct) CL6
_c (63) a) 0 a) a) U) ‘_ >, z
al -20a) c.)-0 _o
,„ "C) >, 0- T) -0 a)
< ->, - c Jo c a) " 0 1:3 ril 0 0 (r) '5 H
..- :*=. co c 0 = o 0 Ili _c 73
0 " as a)
= - c ..- -0 a) ft)
'5 '-c-. E E --• cn Z '''' c
al
CL ° 1- .1 a) --.
oS
(,) a)
(-)...)
-" ,_ „, C 11) -0
,_ ,...
cn 0
,0 0.) .)
- E I—
- -c
0) _C
(Du) =0' (1)
,=. c
O CI) t a$ >
-a) a)
0 >, _c = a) CTci = E'
2o
.-4--(DnOxf2 <
C .c0
0 > (13 0 .c Z _c E
- (a o Q. ar) (_) a) >. 0.. 0 H
C
N- cci r
LL
8
203
cB
- a)
E
co
U
C)
(1) •
(Signature of the Authorised
CO
ai
(Official
Address)
0
c
(1)
c
a)
4=
cm
Common Seal of the
c
co
E
o
0
0.
>,
Z
w
CI)
C I)
---.
H
2
L m
(TS
cn 0
as
a)
-0
o (3
C
"E".
u_ —
0-
cn
us
_c
a)
-5
.=
2 o
E <
. cr
a)
(3' ci)
M a)
ru C 2
2 -E
W "5 *-ct
>
(Signature Name)
•_o_ _a)
:
o) 0-
as
a)
(Official
E
z
Address)
C
TO
_c
a)
"E)
a)
CO
o o
EE
0 0
u) :
E o_
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 eq uipment/system s hallbe furnished by the Bi dder.