You are on page 1of 29

TECHNICAL SPECIFICATION FOR

FIREFIGHTING SYSTEM
FOR NTPC BARAUNI THERMAL POWER PROJECT (STAGE-II, 2X250 MW)

Technical Specification of Prasenjit


00 28/04/2020 Vaibhav Vinod Dinesh U
Firefighting System Chakrabarti

Rev Date Prepared By Description Checked Approved


STATUS CODE: A = Issued for comments, B = Issued for Approval, C = Approved
Project: FLUE GAS DESULPHURISATION (FGD) SYSTEM PACKAGE

CUSTOMER NAME: NTPC LIMITED.

CONTRACTOR: NTPC GE POWER


SERVICES PVT. LTD.

DOC No- Document Category:

Rev - 00 Tender Purpose


Only

PROPRIETARY & CONFIDENTIAL DOCUMENT


TABLE OF CONTENTS

TABLE OF CONTENTS ..................................................................................................... 2


1. INTENT .................................................................................................................... 3
2. REFERENCES ......................................................................................................... 3
3. PROJECT SITE INFORMATION ............................................................................. 4
4. SCOPE OF SUPPLY & SERVICES ......................................................................... 4
5. TERMINAL POINTS AND EXCLUSION .................................................................. 8
6. TECHNICAL REQUIREMENT ................................................................................. 9
7. DESIGN DATA............................................................. Error! Bookmark not defined.
8. FUNCTIONAL GUARANTEES .............................................................................. 21
9. SURFACE PREPARATION AND PAINTING ........................................................ 22
10. GENERAL REQUIREMENTS ................................................................................ 22
11. SPARES, TOOLS & TACKLES ............................................................................. 26
12. FIRST FILL OF CONSUMABLES.......................................................................... 27
13. BIDDER’S DOCUMENTS SUBMISSION: ............................................................. 28

PROPRIETARY & CONFIDENTIAL DOCUMENT


1. INTENT
This specification defines the minimum requirements for the design, manufacture, testing,
preparation for shipment and delivery of materials, engineering documentation, technical
direction for construction/installation, and commissioning for Firefighting System. The bidder is
solely responsible for correct design, engineering, construction and installation of his scope of
supply.
If the bidder notes deficiencies in the type of equipment requested or has reason to suggest
alternatives to improve operability, maintainability, safety, wear resistance, reducing cost of
manufacture, using standard sizes or materials, reducing lead time, or effort for installation,
Bidder shall indicate such alternatives in their quotation. Any missing documents referring to this
specification that are necessary to fulfill the contract have to be ordered by the bidder early
enough that no delays or additional costs will result.
Equipment furnished shall be the bidder’s standard design whenever possible, with minimum
modifications as necessary to meet this specification. “One of a kind”, “First of its kind”, or
“Unproven in this application” equipment should not be supplied. However, if bidder wants to
propose such equipment, he should submit required technical documentation at the time of the
quotation for Buyer’s / Owner’s consideration verifying the suitability for the specified
performance.
In the event of conflicts between codes, standards, this specification and the Owner’s
Specifications, the more stringent requirements should apply and the conflict between these
specifications shall be submitted to Buyer in writing. Compliance to the Specification that
pertains to the bidder’s scope of supply is mandatory unless Buyer approves the exceptions
requested by bidder in writing.
2. REFERENCES
2.1. Codes and Standards

The design, manufacture, shop testing, erection, testing & commissioning at site of the
Firefighting System shall in general conform to the latest revisions of the following Codes and
Standards. In addition to other standards mentioned elsewhere in the tender documents
subject to any modification & requirement specified hereinafter.
The complete Fire Detection and Protection Systems shall be as per the guidelines/ codes/
standards / rules of TAC/ NFPA / IS: 3034 / OISD etc. and all the systems, equipments and
installation shall be got approved from TAC accredited professional(s)-India.
a. The design, manufacture, testing, performance, etc. of the various components of the analog
addressable Fire Detection and Alarm System shall comply with all currently applicable
statutes, regulations and safety codes in the locality where the equipment will be installed.
Nothing in this specification shall be construed to relieve the contractor of this responsibility.
b. Unless otherwise specified, the Fire Detection and Alarm System and the components shall
conform to the latest applicable Indian or IEC Standards. Equipment complying with any
other authoritative National Standards such as British, USA, VDE, etc. will also be
considered, provided the parameters specified are equivalent or better than the
corresponding IS.
c. The Contractor shall be solely responsible for obtaining the required approval and clearance
for the different components and systems of the Fire Detection and Alarm System from the
following authorities, as applicable:

PROPRIETARY & CONFIDENTIAL DOCUMENT


i. Department of Atomic Energy (Certification of safety from Radioactivity).
ii. Central Building Research Institute, Roorkee.
iii. Central Mining Research Station, Dhanbad.
iv. Local Fire Authorities.
d. The equipment and the system shall be of types approved by any of the following bodies, as
applicable:
1. Loss Prevention Council, (LPC), U.K.
2. National Fire Protection Association, (NFPA), USA
3. Under-writers laboratories, (UL), USA
4. Factory mutual (FM)

The codes and standards specified above are indicative but not exhaustive. Any other
equivalent code, subject to purchaser’s approval.
Standards not indicated in the specification are acceptable subject to the approval of
purchaser/ owner, if they are established to be equal or superior to the standards indicated in
the specification.
Metric units / SI units shall be used in all data / drawings submitted for this package.
Bidder shall furnish with the bid, English translations of standards, if specifically requested to
which the equipment and systems offered are conforming to.

In the event of any conflict between the codes and standards referred to elsewhere in the
specification and the requirements of this specification, more stringent of the two shall govern.
2.2. Hierarchy of Documents
The hierarchy of technical specification documents shall be as follows:
a. Codes, laws, ordinances and other criteria having the force of law.
b. NGSL’s Technical Specifications
c. Referenced industry and national standards
d. Bidder’s proposal
In the event of conflicts between equal-grade documents, the more stringent requirement, as
determined solely by NGSL, shall apply. Any such conflicts or other specification anomalies
apparent to the bidder at the time of bidding shall be stated in the proposal.
Silence on the part of superior contract documents does not affect the applicability of
subordinate documents.

3. PROJECT SITE INFORMATION


Barauni Super Thermal Power Project (Coal Based) stage-II (2X250MW) is set up in the state of
Bihar, located near Barauni of Begusarai district of Bihar. The capacity of the project in Stage-II
is 500 MW comprising of 2x 250 MW units and the ultimate capacity of the project is 720 MW
(2X250 + 2X110 MW).
4. SCOPE OF SUPPLY & SERVICES
Scope for the bidder shall include Design, Engineering, Manufacturing, Testing, Packing,
Supply, Supervision of Erection & Commissioning, Performance Guarantee Test and handing
over to Owner.

PROPRIETARY & CONFIDENTIAL DOCUMENT


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 Buyer
in obtaining time bound approval from owner.
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 owner's O&M Personnel and handing over to
owner.
4.1 Scope of supply:

Scope of supply of Fire Detection and protection system shall include design, manufacture,
engineering, inspection and testing at suppliers works, packing, forwarding to site, unloading,
erection, supervision, pre-commissioning, testing and commissioning and performance testing
of the equipment/system and works indicated in this Sub-section of the technical specification.
Any item or works though not specifically mentioned in this specification but needed to complete
the equipment & systems to meet the intent of the Specification shall also be furnished.

A comprehensive Fire Detection and Protection System covering all the areas of the power
plant including Employer's facilities/ system /buildings (if applicable) is included in the scope of
the Contract.
The complete Fire Detection and Protection Systems shall be as per the guidelines/ codes/
standards / rules of TAC/ NFPA / IS: 3034 / OISD etc. and all the systems, equipments and
installation shall be got approved from TAC accredited professional(s)-India.

4.1.1. Hydrant System:


Complete hydrant system (pipe, hydrant valves, landing valves, water monitors, hoses, branch
pipes and nozzles etc) for FGD area shall be provided as per TAC norms. Tapping for hydrant
system shall be provided from nearby existing fire water header.
Complete FGD area and other auxiliary buildings / areas under the scope of the NGSL shall be
covered.

4.1.2. HVW Spray System:


Automatic fire detection cum high velocity water spray system shall be provided for various
transformers (having oil capacity 2000 liters or more) envisaged under this package. Tapping for
HVW spray system shall be provided from nearby fire water header.

It shall consists of water mains network, deluge valves, isolation valves, Y type strainers,
spray nozzles/ projectors, spray nozzles piping network, detection system, instrumentation,
local control panels, cables etc.

All transformers For FGD System of rating 10MVA & above OR having oil capacity above
2000Ltrs & located with-in plant boundary shall be covered.

4.1.3. MVW Spray System:


Automatic fire detection cum medium velocity water spray system for the various cable galleries
envisaged under this package. Tapping for MVW spray system shall be provided from nearby
fire water header.

PROPRIETARY & CONFIDENTIAL DOCUMENT


All cable galleries/ cable vault/ cable spreader room in Bidder scope of work under FGD System
shall be covered.

4.1.4. Fire Extinguishers


The contractor shall supply the following quantity (minimum) of fire extinguishers and
install the same at various locations of FGD system as per TAC requirement.
1. Pressurized water type (9lit. capacity as per IS 15683): 8 Nos.
2. CO2 type (4.5 kg Cap IS:15683): 8 Nos.
3. Dry chemical type (6 kg Cap IS:15683) : 8 Nos.

4.1.5. Analogue addressable type Fire Alarm System / Annunciation Panels:


Analogue addressable type Fire Alarm System consisting of Multi sensor type
detectors, Linear Heat Sensing Cable (LHSC) detector, cabling, junction boxes,
instrumentation, Fire Alarm cum control panels, repeater panels, etc. for various
areas/equipment as detailed out below: -
a) All MCC / switch gear room / Control room shall be provided with Multisensor type
detectors.
b) All Conveyors and Cable Galleries shall be provided with Linear Heat Sensing Cable
detectors.
c) All cable galleries shall be provided with Multisensor type detectors.

4.1.6. The Contractor is responsible for getting the complete approval of the system
elaborated in this specification from TAC accredited professional(s).

4.1.7. If the contractor feels, it is necessary to include any other items, which, in his opinion,
may be required to comply with TAC regulations, other than those indicated in the
specification, the same shall also be supplied, erected and commissioned. Any
amendments, modified rules to the latest TAC regulations till techno-commercial bid
opening date should be considered by contractor to fulfill the above condition.

4.1.8. Successful contractor shall furnish complete hydraulic calculation.

4.1.9. Supply of complete mandatory spares as specified elsewhere.

4.1.10. Set of commissioning spares as may be required during erection and commissioning.

4.1.11. One (1) set Special tools and tackles required for maintenance of all the mechanical,
electrical and C & I equipment under the scope of Contractor.

4.1.12. Any additional item/ equipment required to make the system complete.

4.1.13. Grouting, dressing and final finishing of all foundations of various equipment, etc.

4.1.14. Supply of structural supports for piping in trench and for above ground piping wherever
applicable.

4.1.15. Supply & application of protective coatings and wrapping for buried pipes and pipes in
RCC trenches, and painting for above ground piping, valves, pipe supports, etc. as
detailed in technical specifications.

PROPRIETARY & CONFIDENTIAL DOCUMENT


4.1.16. Excavation, preparation of bed, laying, backfilling with compaction of soil for all
underground/buried piping. Also, breaking and re-erection of paving for buried piping (if
any)

4.1.17. Preparation of necessary detailed drawings including schematics, layouts, isometrics,


fabrication drgs, erection drgs, etc. as required and also development of “As Built
Drgs”.

4.1.18. Conductance of Performance and Guarantee test as per Standard Guaranteed test
procedure given elsewhere in the specification.

4.1.19. All pylons required for transformers, shall be anchored to soak pit base slab of
individual transformer, paved area outside soak pit, etc. using anchor fasteners of
adequate capacity. Subsequent to fixing the pylons, lower part of pylon which would be
within filled up gravel portion shall be encased with concrete by Employer for corrosion
protection.

4.1.20. Separate Hydrant and spray header (within 100 meter) available in plant area for
tapping required for Hydrant and spray system for FGD facilities. Minimum pressure
available for hydrant and spray system shall be 8 Kgf/cm2.

Note:

The basic things are given in this Specification, and even if the items are not clearly mentioned
in detail, it is all bidder’s responsibility to provide the entirely necessary equipment and devices
for achieving the objective of this device and equipment .
4.2 Scope of Services

S.NO DESCRIPTION BIDDER’S CONFIRMATION

1. All equipment and components etc. supplied under this


specification shall be fully designed and engineered by
bidder.

2. Basic design, detail design, manufacturing and assembly


work of Firefighting System & its accessories.

3. Preparation and furnishing all drawings, data, documents,


information, technical catalogues, operation and maintenance
manual, etc.as per NGSL MDL (Same shall be provided
during detailed engineering).

Submission of a phased time schedule for various stages of


4. completion of the package, which shall be the essence of the
contract.

Shop test and inspection as per applicable codes & standards


5. and as per approved QAP.

PROPRIETARY & CONFIDENTIAL DOCUMENT


6. Supervision of erection, testing and commissioning at site.

7. Project engineering and management till handing over the


equipment. This shall include but not be limited to necessary
co-ordination, follow up etc. as required for timely completion
of the job as per contract stipulations.

8. Bidder shall furnish training to the Owner's operation


personnel.

Note:

1. Bidder shall clearly indicate the deviations in the attached “Annexure-2_format of


Deviation”, and even if there are none this shall be explicitly indicated in the offer.

5. TERMINAL POINTS AND EXCLUSION

6.1 Terminal Points

The terminal points for the entire equipment/ system to be supplied under this contract shall
be as given below. All equipment, components, etc. within the terminal points shall be
supplied so as to ensure completeness of the package supplied from the point of view of
proper performance, operation and maintenance.

 Separate Hydrant and spray header (within 100 meter) available in plant area for tapping
required for Hydrant and spray system for FGD facilities. Minimum pressure available for
hydrant and spray system shall be 8 kgf/cm2.
 Purchaser will provide One (1) number 415V (+/- 10% variation), 3 phase, 4 wire, 50HZ
(+3% to -5% variation) Power Supply at one point at outside the Firefighting house; further
distribution and cabling and other components/equipment’s required for Firefighting system
operation shall be in bidder’s scope of supply.
Note:

 Bidder’s Scope of supply of Firefighting System with motor and Auxiliaries for 2x250 MW
Units.
 All components / items / systems required for Firefighting System may have not been
specified in the above scope matrix; therefore, it is the responsibility of the bidder to provide
the detailed split of items applicable for their proposed system along with the clarity on
responsible agency. However, as a general, design / engineering / manufacturing / testing /
packing / supply of all components / items / systems with-in the above specified terminal
points shall be the responsibility of the bidder.

6.2 Exclusions

 All the RCC and structural steel works are excluded from the bidder’s scope.

PROPRIETARY & CONFIDENTIAL DOCUMENT


 Cranes & Hoists for maintenance and handling during maintenance.
6. TECHNICAL REQUIREMENT

6.1 SYSTEM DESCRIPTION


 All major equipment/ system components in the entire fire protection & detection system
shall have the approval from one of the following:
a) Underwriters laboratories of USA
b) LPCB-UK
c) VDS
d) BIS (for the approval of pumps and valves as applicable)
e) FM- USA
However, design and installation of complete system and requirements shall be
approved by TAC accredited professional(s)-India.

 Hydrant System
Design philosophy (minimum requirement)
i) Category of Hazard and minimum terminal pressure shall be as TAC norms.

ii) All the landings of staircases, building, and other multi-storied structures of the plant
shall be provided with hydrant landing valves.

iii) Each of the landing valves and external hydrant valves associated with FGD area
shall be provided with a hose box. Each hose box shall contain two (2) numbers of 15M
long hoses & coupling, branch pipes & nozzles, spanner etc as per TAC guidelines.

For landing valves of various buildings of FGD area, the hose box shall have two (2)
numbers 7.5 m long hoses, branch pipes, couplings, nozzles, spanners, etc. as per TAC
guidelines.

iv) The pipelines routed in RCC trenches shall be provided with coating and wrapping.
Road, Rail or pipe trench crossing be through trestle/RCC hume pipes of appropriate
pressure class and the pipe lines shall be provided with coating and wrapping as per
specification.

v) Isolation valves (Gate Valves) shall be provided in each of the ring mains / sub-loops
to enable to take up part of any of the ring mains for maintenance without any loss of
system in the balance part.

vi) An isolation valve (Gate Valves) shall be provided in feeder & terminal pipes serving
three or more hydrants or water monitors or in case the terminal length is 15 meters or
more with a single/two hydrant valve. Each ring main shall be terminated with an
isolation valve (Gate Valve) with a blind flange at all corners to enable future expansion/
modification by Employer.

vii) Hydrant risers in staircases shall be provided with isolation valves (Gate Valves).

PROPRIETARY & CONFIDENTIAL DOCUMENT


 HVW & MVW Spray System
Design Philosophy (Minimum Requirements)
i) Design discharge density shall be as per the rules of TAC and/ or NFPA standards.

ii) Deluge valve along with trims like pressure gauge, water motor gong, etc. shall be
UL/FM or equivalent approved / listed. The deluge valve (auto resetting type) assembly
shall consist of accessories such as water motor gong, alarm test valves, drip/drain
valves, strainers for these valves, hydraulic releasing system, solenoid valves, etc.
Further, the design features and make of all the projectors / spray nozzles shall be
UL/FM or equivalent approved / listed.

iii) A strainer ('Y' type) be provided at upstream of deluge valve.

iv) Pressure switches be provided in spray and detector piping to exhibit "FIRE" and
"SPRAY ON" annunciations and as well as for interlock.

v) Wet type pipe detector network shall be provided for spray system using quartzoid
bulb detectors.

vi) Each of the outdoor deluge valve and accessories shall be provided with housing.

vii) Remote manual operation of the deluge valves shall be possible from the respective
fire alarm cum control panel when the system is selected in remote manual mode. Apart
from the automatic operation of the deluge valve, the system shall have provision for
manual operation of the deluge valve by means of hand operated lever close to the
deluge valve assembly. There shall also be a provision to operate deluge valve
electrically from a nearby local panel.

viii) Material of construction for projectors / spray nozzles shall be Stainless Steel.
Pressure gauges and pressure switches at upstream and downstream of deluge valves
shall be provided.

ix) An isolation valve (Gate Valve) with limit switch shall be provided at both upstream
and downstream of each of the deluge valve. The size shall be same as that of the
deluge valve.

 Fire Detection, Alarm and Control System

Design Philosophy (Fire Alarm and Detection System)

i. The addressable type panels at FGD Control equipment rooms shall receive signal
from sensors from various areas/ equipments of the respective units. This shall give
audio-visual annunciations for fire in each of the risk area / equipment / status of the fire
protection system as well as system operator open / short circuit status of detector or
control cabling, etc. Further, this shall activate a hooter/sounder in each of the area
provided with fire/smoke detection system

ii. Alarms from the FGD fire alarm panel shall be repeated simultaneously in repeater
panel at Fire station. Also the fire alarms of this area has to be communicated to the
main plant Fire alarm control panel through potential free contacts.

PROPRIETARY & CONFIDENTIAL DOCUMENT


iii. The addressable panel shall evaluate the signals received from the detectors,
transmit the fire or trouble alarms (audio-visual) to prearranged points, supervise and
monitor the complete fire detection & extinguishing circuits, initiate control functions like
shutdown of draft fans, air-conditioning and ventilation plant/equipment, closure of Fire
dampers in A/C & Ventilation system etc. Opening smoke extraction vents, switching on
smoke extraction equipment emergency lighting, tripping of transformer lockout relays
etc.

iv. All the circuits from the detectors to the panels and the circuits from the panels to the
actuating devices (such as solenoid valves, deluge valves, push buttons etc.) shall be
closed loop type and shall be supervised for open and short circuiting. The trouble signal
also be annunciated in the respective panels.

v. Facilities shall be provided on the fire alarm panel for simulating fire conditions,
sensitivity adjustment, isolation of detectors etc. from the panel.

6.2 DESIGN AND CONSTRUCTION REQUIREMENTS

Areas to be covered under Fire detection and alarm System:


a) Multi-sensor type detection system (Above and below the false ceiling or below the
false flooring as the case may be)

i) All switchgear / MCC/battery rooms of FGD control room building, various auxiliary buildings
(if applicable), etc.
ii) Cable galleries of FGD control room building protected by MVW spray system. Further,
multisensory detectors shall also be provided inside all cubicles/panels of control room,
control equipment room and UPS / Battery charger areas.
iii) Above and Below false ceiling areas of all air-conditioned rooms of FGD control room
building, various control rooms of auxiliaries as defined in Sl. No. (i) above.

b) Linear heat sensing cable detection system


Gypsum and lime conveyor of FGD system and Cable Galleries.

c) Quartzoid bulb heat detection system


Equipment protected by HVW spray system.

6.3 GENERAL REQUIREMENTS FOR ALL TYPES OF DETECTORS

 Detectors shall be housed or mounted in suitable enclosure in such a way that their
performance is in no way affected. Special maintenance procedures if any required for
the satisfactory operation of the detectors shall be clearly stated in the bid.
 Necessary mounting accessories shall be provided for all the detectors.
 In case the detectors are offered with their output (on sensing a fire) in the form of an
electrical contact, it shall be noted that the contact shall be ‘NC’ type such that under fire
conditions, this contact will open to initiate the fire alarm system
 Detectors shall preferably be designed as plug-in units, which fit into various bases
according to place and type of mounting. This would also enable interchangeability.

PROPRIETARY & CONFIDENTIAL DOCUMENT


 Detectors shall be provided with the necessary compression type cable terminating
glands for the incoming cables of flameproof type or PVC/metallic flexible/rigid conduits.
 Depending upon the environmental conditions in which detectors are installed,
chlorinated rubber based or epoxy or equivalent paint shall be used for finishing the
surface of the enclosure.
 The coverage or the zone of protection afforded by the detector and recommended
height of mounting shall be furnished by the Bidder. The bidder shall furnish the test
certificate in support of this.
 Any metal parts used for detector construction shall be inherently resistant to corrosion
or shall be plated or otherwise suitably treated to afford protection against corrosion. The
plating or treatment shall in no way affect the detector performance.
 Any plastic material or any sealing compound used in the detector shall be such as it will
not deform or fail under the maximum temperature to be expected.
 No detector shall contain any moving parts subject to wear and tear and must be able to
operate afresh after each alarm release, without its exchange or adjustment.
 The detector shall be located where the largest combustion gas concentration can be
expected.
 Adequate compensation and considerations shall be made for effects for wind velocities
such as air-conditioning system and exhaust fans where dilution of particles of
combustion is greater.
 The exact location of detectors shall be coordinated with other services like air-
conditioning grills, light fittings, cable trays etc. to provide aesthetically pleasing
appearance. The return air paths of air-conditioning shall be avoided for detector
location.
 The detectors shall not be affected by temperature, humidity; air flow or by drift failures
and shall not give any false alarm due to above.
 The detectors shall not be sensitive to vibrations. Any special mounting arrangements
required to counteract vibration shall be included in the contractor scope.
 The quantity of multi- sensor detectors in each zone shall be based on the coverage
factor of 25-sq. meter per detector. However, the actual quantity of detectors required,
taking into consideration obstructions due to floor beams, ventilation, doors, windows
etc., shall be worked out and supplied (based on the actual layout) and installed by the
contractor.
 The detectors shall not give false alarm due to high humidity, temperature, and velocity
of air in the surroundings and static electricity conditions.
 Process actuated switch devices such as pressure switches, flow switches, level
switches, etc. shall be provided with suitable individual addressable interface (local or
remote) units or modules so that these devices are addressable from the panel.

6.4 LINEAR HEAT SENSOR CABLES


 Application Detection of Stationary fire
 Type Digital
 Operating voltage 24 V DC
 Approval FM/UL
 Conductor material Steel
 Insulation Heat sensitive polymer
 Outer Sheath Black or colored PVC or fluoropolymer suitable for the application
environment

PROPRIETARY & CONFIDENTIAL DOCUMENT


 Installation features for LHSC
1. Mounting arrangement will be provided as per proven practice.
2. Linear heat sensing cable detector shall run in a zigzag fashion (with an included
angle of 90 deg) on each top cable tray, bottom tray and every alternate
intermediate trays of each section of cable tray without undue sagging and interfering
the normal operations. All supporting materials for mounting of LHSC shall be provided
by the bidder.
6.5 ADDRESSABLE ANALOG INTELLIGENT DETECTORS
In addition to the features specified under the item General requirements for all types of Detectors, the
Addressable Analog Intelligent Detectors shall be provided with the following features:
I. Detectors not specifically listed for sensitivity testing from the control panel are not acceptable due to
the expense involved with manual testing as required by NFPA 72E.
II. The detector shall be suitable for two-wire operation and two-way communication on the intelligent
analog signaling circuit.
III. The detector shall display a steady LED when in the Alarm State. The LED shall flash when in stand
by or normal mode.
IV. Each detector in a loop shall have short circuit isolator suitable for style-7 wiring as per NFPA-72.
V. Address and sensitivity assignments shall be set preferably electronically. However, dip switches /
rotary switches for the same are acceptable. The detectors shall be assigned a sensitivity level based on
environment, time of day or any programmable function as required by the system user, and shall respond
at that level whether in the “on line” or “default” mode.
VI. The fire alarm control panel shall permit detector sensitivity adjustment through field programming of
the system.
VII. The detectors furnished shall be listed for use in environments as covered by Factory Mutual and UL
and shall be installed according to the requirements of NFPA 72E for open area coverage.

6.6 MULTI SENSOR DETECTORS


 Multi sensor detectors shall incorporate a heat detection element and a photoelectric
detection element. Both the elements shall be incorporated in a single unit. Both the
elements shall be operative at all times and the fire signal shall be available from any or
both elements combined together.
 The detectors shall be sensitive to very low smoke densities of the order of say 0.05
g/m3. Also it shall be possible to adjust this sensitivity on a step less basis over a range
so that the optimum sensitivity could be selected at site to suit the conditions of
installations. The coverage area of the smoke detection under standard NFPA test
conditions shall not be less than 80-90m2.
 The detectors shall be complete with a mounting base that includes a terminal box into
which the detector can be plugged in. Terminals for looping of the cables shall be
provided.
 All detectors shall be provided with built-in response and indicating lamps which shall
give local visual indication, when it has operated in dense smoke conditions. The failure
of lamp shall not prevent the function of detector.
 In areas such as false ceiling where detectors themselves are not easily accessible, the
remote response indicators outside the enclosed areas shall be provided to indicate the
fire condition.
 It shall be possible to replace any type of detector head by a different type detector
without requiring change in cabling/panel wiring and condition of the zone, originally
covered by the detector.

PROPRIETARY & CONFIDENTIAL DOCUMENT


6.7 SYSTEM CONFIGURATION
 The Addressable Fire Alarm panel shall be able to communicate with repeater
annunciation panel located at different places. The detectors or other devices of any
other unit/area shall be addressable only from the respective Addressable Fire Alarm
Panel, so that each of the Addressable Fire Alarm Panel is under the control of
designated operating personnel at that location.
 At least one spare loop shall be provided in each of the addressable type fire alarm
panel located in FGD control equipment room with complete loop card and all other
accessories so that Employer can expand the system in future. Further, at least 10% of
loop capacity be left free in each of the connected loop in all the panels, so that,
additional devices may be connected to the system in any of the loop by Employer in
future.
 FGD Fire alarm system shall be provided with necessary interface hardware and
software for communicating fire alarms from this fire alarm panel to the main plant fire
alarm control panel through potential free contacts.

6.8 ANALOG ADDRESSABLE FIRE DETECTION AND ALARM SYSTEM


General Requirements
 This specification in general covers the functional requirements, and general design
aspects of Microprocessor based, Analog Addressable Fire Detection Alarm /
Annunciation and Control System.
 The following description intends to describe only the brief hardware and functional
requirements, scope of hardware requirements etc. but the actual configuration of the
system shall be in line with the prevalent normal practices in the industry and shall
conform to latest product range of selected manufacturer.
 The fire detection and control system offered shall be complete in all respects for the
safe and reliable operation of the entire system. Any additional hardware/software than
those mentioned herein required to make the system complete shall be included in the
scope of the Bidder.
 All the system and its equipment specifically detectors, interface modules, panels, power
supply, battery chargers etc. shall be furnished from a single source and the same shall
be new and latest state of the art products of manufacturer engaged in the manufacture
of Integrated Microprocessor based Analog Addressable Fire Detection and Alarm
System.
 All equipments such as detectors, panels etc shall be approved and listed by
UL/FM/LPCB/VDS.
 All types of smoke detectors shall be of analogue addressable type. Conventional
detectors with interface modules are not acceptable. Each zone of LHSC detector and
each IR detector shall be provided with interface module.
 All the fire detection systems, process actuated switch devices such as
pressure/flow/temperature switches and relays of control functions shall be hooked up
with the analogue addressable fire detection and alarm system. Required addressable
interface units shall be provided for various switch devices by the bidder to make them
addressable.
 The wiring shall be of class-A as per NFPA-72.
 Bidder shall provide isolators at the start & end of the loop.
 The complete system shall include, but not be limited to the following :
a. Master system CPU.

PROPRIETARY & CONFIDENTIAL DOCUMENT


b. Analog Addressable Fire Detection and Alarm System panels including alarm
modules, system supervisory control modules, auxiliary output control modules
etc.
c. Power supplies, batteries and battery chargers.
d. Analog addressable type smoke detectors.
e. Non addressable type conventional detectors (Linear heat sensing cable detector/
infra-red type heat detector) and switching devices each with its own addressable
interface modules.
f. Software and hardware as required for complete operation of the system.
g. Complete Wiring/cabling including its conduits/trays/fixtures etc.
h. The fire alarm control panel shall function as a communication interface between
central processing unit and sensors. This panel shall have facility to process the
input signal and to control all the input data received from initiating and indicating
devices.
i. Fire alarm control panel shall have filters to ignore false alarm and increase
sensitivity to real fire from sensors. The sensitivity of each detector should be
automatically raised if detectors are gradually polluted due to dust and dirt
entering inside the detector. If detectors are more polluted the control panel shall
give a warning. The trouble report shall indicate the location of device requiring
service.
j. Fire alarm control panel shall have printer to print out the alarm/ trouble
occurrences.
k. The CPU shall serve as the systems central processor. Software shall be
designed especially for fire alarm annunciation system applications and shall
monitor status of processing alarms according to priorities, controlling/processing
communications and synchronizing all system activities.
l. The system shall be able to recognize and indicate an alarm condition in a
degrade mode of operation, in the event of processor failure or the loss of system
communications to the circuit interface panels.
m. All devices shall be individually identifiable for its type, its zone location, alarm set
value, alarm and trouble indication by an unique alpha numerical label.
n. The software logic modules and system database shall be programmable using a
MS - Windows compatible program (latest version) on PC at site and required
hardware shall be included in scope of supply. The system software programme
shall be password protected and shall include full upload and download capability
and during program upload or download through the PC, the capability of alarm
reporting shall be retained. The software shall be downloaded to a PC for editing.
The software shall enable Employer to add the spare loop provided in the fire
alarm panels or addition of additional devices/detectors in any of the fire alarm
panel.
o. The system shall support the use of Color Graphic display terminal for the display
of information in an appropriate format.
p. The system shall include software for system data base, historical event log, logic,
and operating system. The system shall require no manual input to initialise in the
event of a complete power down condition. It shall return to an on line state as an
operating system performing all programmed functions upon power restoration.
q. Activation of any fire alarm initiating device shall display (LCD alpha numeric
display) message in describing the device originating the alarm condition at the
Central monitoring station, at alarm panel, simultaneously at the repeater
annunciation panel and shall initiate the associated protection systems & other
related control functions. Similarly activation of any supervisory circuit,

PROPRIETARY & CONFIDENTIAL DOCUMENT


(supervised valve closure, air pressure abnormal, fire pump trouble, water
pressure low, etc.) or receipt of trouble report (primary power loss, open or
grounded initiating or signaling circuit wiring, battery disconnect etc) shall display
at the fire alarm control panel the origin of supervisory condition or origin of
trouble condition as the case may be. It shall also record the occurrence of the
event, the time of occurrence and the device initiating the same.
r. System configuration shall be menu driven and capable of being operated by, a
person with no previous computer programming experience.

6.9 SYSTEM FUNCTIONAL REQUIREMENTS


a. The fire alarm panel shall evaluate the signals received from the detectors and shall
handle the following functions:
 System self monitoring and fault signaling.
 Transmission of alarm and fault signals to the respective fire alarm panels and as well as
in the repeater panel in fire station. Further, the panel shall activate a hooter/sounds in
each of the area locally provided with fire/smoke detection system. Further, the system
shall enable operation of spray system from the panel through monitoring station when
the system operation is selected under remote, manual mode.
 Initiate control functions like stoppage of conveyor, closure of fire doors, shutdown of
draft fans, air-conditioning and ventilation plant/ equipment, opening smoke extraction
vents, switching on smoke extraction equipment, emergency lighting etc.
 Triggering stationary extinguishing systems such as clean agent system. Supervising of
unauthorised removal of a detector head from its base and giving a fault alarm on the
control panel.
 Supervising and monitoring the detection cabling, to indicate fault conditions in case of
open/short circuit in the wiring.
 Supervising by a separate annunciation window, changeover from mains supply to
battery supply. “Mains On” indication shall be continuously on, as long as the main
supply is available.
 Facilitating simulation of fire conditions to enable the testing of circuits (without creating
actual fire) under the test mode from the fire Alarm panel.
 The control unit shall contain all the systems main switches lamps and fuses. Switches
and lamps shall be easily identified even in closed casings.
 All the circuits from the detectors to the panels and the circuits from panels to the
actuating/operating devices of the respective extinguishing system shall be of closed
loop type and shall be supervised for open-circuiting and short-circuiting of cables. The
cable fault shall be audio-visually annunciated on the panels. Separate hooters with
different tones shall be provided for ‘fault’ alarms and ‘fire’ alarms.
 Actuate solenoid valve in spray system in case of fire from respective fire alarm panel.
For achieving this if any additional hardware is required like relays, power supply and
cables, the same may be provided.

b. Analog Addressable Fire Detection and Alarm System shall also meet the
following functional requirements:

 Each of the system shall support analog addressable detectors of all types,
nonaddressable type detectors/devices along with its addressable interface
units/modules, Video display units etc.
 Each of the devices and/or detectors shall be individually, uniquely and continuously

PROPRIETARY & CONFIDENTIAL DOCUMENT


addressable by the panel to which it is connected.
 Detectors shall be interrogated for sensitivity settings from the control panel, logged for
sensitivity changes indicating the requirement for cleaning and tested by a single
technician using the field test routine. Sensitivity of each of the detectors made available
in the panel shall be adjustable from the panel.
 The system shall be capable of self-adjustment to compensate for the accumulation of
contaminants that would change the detector sensitivity in either a more or less sensitive
direction to prevent false indications or failure to alarm in the actual fire conditions. The
system shall annunciate a trouble condition when any analog addressable smoke
detector reaches 80% of its alarm threshold due to gradual contamination, signaling the
need for service and eliminating unwanted alarm.
 Continuous supervision/monitoring of all the circuits and its components shall be made
available from the panel for open, short circuits and grounding.
 The system shall be able to recognize and indicate and alarm condition in a degraded
mode of operation, in the event of processor failure or the loss of system
communications to the circuit interface panels.
 The system shall be programmable at site and required hardware shall be included in
the scope of supply. The system software Programs shall be password protected and
shall include full upload and download capability. During program upload or download
the system shall retain the capability for alarm reporting. The system shall download to a
PC for program editing. The software shall eligible employer to add the spare loop
provided in the fire alarm panel or addition of additional devices/detectors in and of loop
in any of the fire alarm panel.
 The system shall support the use of color interactive History Reporting video display
terminal for the display of information in an appropriate format.
 The system shall include software for system database, historical event log, logic and
operating system. The system shall require no manual input to initialize in the event of a
complete power down condition. It shall return to an on line state performing all
programmed functions upon power restoration.
 Software logic modules and system database shall be programmable using a windows
compatible program on PC. It shall be possible to program or edit the system database
off site after down loading from the panel.
 All detectors shall incorporate internal automatic temperature compensation to overcome
the effects of either high or low ambient temperatures in the installed environment on the
detector sensitivity. The detectors shall be tested at a specified frequency by raising the
detector sensitivity level to the alarm threshold, to check the operation of the detector
without system alarming automatically by the control panel.
 In an alarm or trouble condition the following shall occur on the monitoring station:
1. Sound an audible.
2. Write details of the actuation to a system log file on the PC.
3. Print the details of the actuation to the system printer.
4. Activate the color graphic display system controls, providing functions such as
zooming, scrolling of Alarms, troubles, etc.

 System configuration shall be menu driven and capable of being operated by a person
with no previous computer programming experience.

c. Panel Display Requirements


 System display shall consist of minimum 80 character back lighted alphanumeric LCD
display readable at any angle. Thirty-two character customer defined custom messages

PROPRIETARY & CONFIDENTIAL DOCUMENT


shall describe the location of the active device. In addition to the above, the following
features shall be available.
 The system shall be capable of programming to allow troubles occurred and restored in
the system to be automatically removed from the display queue, eliminating the
necessity for individual acknowledging of these events. This feature shall not affect the
historical logging of events as programmed.
 As a minimum an LED display for “Alarm”, “Audible Silenced”, “Supervisory”, “Trouble”,
“Security”, “Power On”, And “Partial System Disabled”.
 Touch activated membrane switches for “Alarm Acknowledge”, “Audible Silence”,
“Supervisory Acknowledge”, “Security Acknowledge”, “Reset”, “Display Hold”, And
“Display Next”.
 All membrane switches shall be tactile with audible feedback when pressed.

d. System Software Requirements


 The software shall control the operation, function and display of the graphic system and
provide for automatic boot up and run from the hard disk drive of the computer.

 All project specifics actuating device programming shall be capable of being carried out
on site via password access.

 The system shall monitor all alarm, supervisory; trouble and security conditions detected
by the fire alarm control panel and provide separate disk based files, for each condition.
These logs may be enabled, disabled, or cleared with password access.

 This log information is not to be lost upon power failure or fire alarm control panel reset.
A utility file shall be provided to sort the log data by date or by device and display this
information either on the screen or the system printer.

 Selective memory storage up to 800 events, shall be stored in flash memory and
displayed, printed or downloaded by classification for selective event reports.
a. Software shall allow selection of events to be logged, including; inputs as alarms,
troubles, supervisors, securities, status changes and device verification; out puts, as
audible control and output activation; action, as reset, set sensitivity, arm/disarm,
override, password, set time and acknowledge.
b. Audible and visual indications shall be generated when memory is 80% and 90% full
to allow downloading of data. The system shall be programmable circular logging,
assuring that at least the last 400 events will always be stored in non-volatile
memory.

 Software has driven logic for adjusting the alarm threshold windows on detectors to
compensate for accumulating contamination and keep detector response sensitivity
constant. The software shall compensate for either over-sensitized or desensitized units,
raising a system flag when a detector approaches the allowable limits of adjustment,
indicating a requirement for cleaning.
a. Values shall be stored in non-volatile memory allowing activation of all tracking
functions within 90 sec of system initiation from a "cold boot". During the boot
sequence, alarms from detectors programmed with the feature shall be suppressed.
When the full data history is active all devices shall be checked and any active
alarms displayed.

PROPRIETARY & CONFIDENTIAL DOCUMENT


b. The control panel shall place each detector in the system in an alarm condition,
transparent to the system user, every twenty-four hours as a dynamic check of the
accuracy of the alarm threshold setting. Upon reception of the alarm report, the
system detector shall be restored to its pretest state.
c. The system shall be capable of monitoring the stage of detectors and displaying a
message when a detector is approaching the limits of adjustment as a result of
contaminates. A second message shall be displayed when the detector reaches the
limits of adjustment due to these contaminate.
d. The system shall be capable of recognizing that a detector has been cleaned,
initiating a series of tests to determine if the cleaning was successful and display a
detector cleaned message, readjusting that detectors normal sensitivity setting
reference.

 When an alarm or trouble is registered at the fire alarm control panel the graphics
system shall display the first screen image for the first actuated device. The system shall
be capable of zooming in for further information if required. At all times when in the alarm
or trouble mode the fire control panel status i.e. number of current alarms and or troubles
is to be displayed on the graphics screen.

e. Power Supply for Fire Alarm Panels & Repeater Alarm Panel
 One set of 24V DC redundant power supply system comprising of 2 x 100% chargers
and 1 x 100% batteries shall be provided for fire alarm panel and repeater alarm panel.
The batteries for fire alarm system shall be sealed maintenance free lead acid type. The
battery backup for each fire alarm panel and repeater alarm panel shall be 24 hours and
30 minutes (in alarm conditions). At least 25% of the devices shall be considered to be
active in alarm conditions. Each of the redundant chargers shall be sized to meet
connected load requirements and keep the connected batteries full charged (Float
Mode). Furthermore, the charger shall be sized to enable the boost charge of a fully
discharged battery in 10 hours while feeding the load.
 The batteries shall be sized as per relevant IEEE standard. For battery sizing calculation,
an aging factor of 0.8, a temperature correction factor (based on temperature of 4 deg.
C), voltage drop of 2V in cables. Capacity factor, Float Correction Factor, as per Battery
Supplier Standard, shall be taken into consideration, if applicable and ambient
temperature shall be considered as the electrolytic temperature. The sizing of the battery
shall be as approved by Employer during detailed engineering.
 The battery chargers and batteries shall be placed at a suitable location inside the fire
alarm panel with partitions.
 The detailed specification related to power supply system of fire detection & protection
system shall be as specified in other sections of the technical specification.

f. Cabling for fire alarm system


All instrumentation cables twisted & shielded, FRLS PVC insulated and sheathed data
highway / fibre optical cables, short term fire proof cables including prefabricated cables
(with plug-in connectors) etc shall be provided by Contractor.
The contractor shall follow the cable philosophy as below:

PROPRIETARY & CONFIDENTIAL DOCUMENT


Application Type of cable

From To

PLC cabinets PC, Printers etc As Mfr.’s Standard. However, connection


between PLC and the remote I/Os shall be
through fibre optic cable by Bidder if length
is>300 M & coaxial cable if length<300 M

Detectors Detector Shielded, Twisted, PVC Cu. FRLS cables type


“S”
(including (including
detectors Detectors Refer Note 2, 3, 4 and 5 below.
mounted inside
mounted inside
panels) /Any panels) / Isolator/
loop device Interface unit

Detectors JB Shielded, Twisted, PVC Cu. FRLS cables type


“S”
(including
Refer Note 2, 3, 4 and 5 below.
detectors
mounted inside
panels) /
Isolator /
Interface Unit

JB Fire alarm Panel Shielded, Twisted, PVC Cu. FRLS cables type
“S”
Refer Note 2, 3, 4 and 5 below.

Notes:
1. 10% spare pair shall be provided for all cables having more than four pairs.
2. Type “S” cable shall be multicore control cable having overall shielding & specification
similar to instrumentation cable except insulation thickness and voltage grade which shall
be 1100 V. Type “S” cable shall also satisfy requirements of Article 760 of NFPA 70.
3. Over and above, contractor shall provide all the cables so as to complete the system.
4. Cable size of 2 core 1.5 sq.mm shall be used for loop wiring in-case of both control cable
and short term fire proof cable.
5. Cable size of 2 core 2.5 sq.mm shall be used to provide power supply to various devices in
the loop in-case of both control cable and short term fire proof cable.
6. The detailed specification of instrumentation cables and optical fiber cable shall be as
specified in other sections of the technical specification.
7. Detector cables outside the building shall be corrugated steel taped armoured laid through
cable trays wherever available and for rest of the areas, cable shall be buried at 600 mm
depth with sand filling and brick covering at the top.

PROPRIETARY & CONFIDENTIAL DOCUMENT


8. Detector cable within the building shall be either unarmoured & laid through galvanized iron
(GI) conduits or armoured cables, as per the standard and proven practice of the
manufacturer.

g. Detection System for Conveyors

Linear Heat Sensor Cables:

a) The LHS cable detector for each conveyor to be provided for both forward and return
conveyors and shall be mounted as per the standard practice of the manufacturer/
supplier. Suspension of LHSC through flexible chains is a preferred arrangement. Further,
LHS cable shall also be provided for return side of conveyors inside the bunker house.
b) The detection zone/loop divisions of LHSC system shall match with the MVW spray
system.
c) The LHSC detector shall be provided with suitable interface unit, which shall generate/
make the signal compatible with fire alarm panel.
d) Type: Digital, Operating Voltage: 24V DC, Conductor Material: Steel, Approval: FM/UL

h. Detection System of Cable Galleries

 In cable galleries, MVW spray system shall be actuated either by detection of fire by
Linear Heat sensing cable detectors or by fire signal from Multisensor detection system.
Apart from the automatic operation of spray system in the detected zone, the adjacent
two zones shall also be sprayed with water automatically after a set time delay
simultaneously.
 LHSC detector shall run in a zig-zag fashion (with an included angle of minimum 90o atleast) in each
of the top tray, bottom tray and in every alternate trays. The mounting arrangement of LHSC detector
shall be as per manufacturer’s standard practice.
 The detection zone/ loop divisions shall match with MVW spray zones.

i. Multisensor Detection System


 Upon detection of fire, multi-sensor detector shall be annunciated in the respective
panels and shall activate a local hooter/sounder in the areas where fire is activated and
this fire signal shall be employed to initiate the fire extinguishing system of that area
such as automatic MVW spray system of cable galleries, fire extinguishing system of
Control rooms/Control Equipment Rooms.
 Cross zoning of the signal from two adjacent multi-sensor detectors shall be employed to
initiate the fire extinguishing system of inert gas protected areas and MVW spray system
of cable galleries.
 Multisensor detector shall be provided for return air ducts of main plant, which shall
consist of intake probe, detector housing, and exhaust pipe etc. The detector shall be
mounted outside the duct
 The design coverage area for detectors (to be considered) shall not exceed 25 Sq.M. for
each detector.
7. UTILITY LIST

Bidder has to furnish the utilities shall be made available at terminal point for normal operation
of the equipment. Should there be any specific needs during start up, commissioning, shutdown
and maintenance activity then the same shall be highlighted separately.

PROPRIETARY & CONFIDENTIAL DOCUMENT


8. FUNCTIONAL GUARANTEES

a) Capacity and Discharge pressure of each Compressor at shop.


b) Dew point of air at the outlet of air-drying plants of air compressor at Site.
c) Pressure drop across air drying plant.
d) Vibration and noise level of air compressors, blowers of air-drying plant (if applicable)
e) Availability
f) The equivalent ‘A’ weighted sound pressure level measured at a height of 1.5 m
above floor level in elevation and at a distance of one (1) meter horizontally from the
nearest surface of any equipment/machine, furnished & installed under these
specification, expressed in decibels to a reference of 0.0002 microbar shall not
exceed 85 dbA.
9. SURFACE PREPARATION AND PAINTING

a. All the Equipments shall be protected against external corrosion by providing suitable
painting.
b. The surfaces of stainless steel, Gunmetal, brass, bronze and non-metallic components
shall not be applied with any painting.
c. All Steel Surfaces (external) exposed to atmosphere (outdoor installation)
(i) Surface Preparation: The steel surfaces to be applied with painting shall be thoroughly
cleaned before painting by wire brushing, air blowing, etc.
(ii) Painting: One (1) Coat of red oxide primer of thickness 30 to 35 microns followed up
with three (3) coats synthetic enamel paint, with 25 microns as thickness of each coat.
For plant at coastal area, epoxy resin-based zinc phosphate primer followed by epoxy
resin-based paint pigmented with titanium di-oxide shall be used in place of enamel
paints.
d. All Steel Surfaces (external) inside the building (indoor installation)
(i) Surface Preparation: The steel surfaces to be applied with painting shall be thoroughly
cleaned before painting by wire brushing, air blowing, etc.
(ii) Painting: One (1) Coat of red oxide primer of thickness 30 to 35 microns followed up
with two (2) coats synthetic enamel paint, with 25 microns as thickness of each coat. For
plant at coastal area, epoxy resin-based zinc phosphate primer followed by epoxy resin-
based paint pigmented with titanium di-oxide shall be used in place of enamel paints.
e. Deluge Valves, Alarm Valves, Foam monitors, Water monitors, Foam Proportioning
equipments, Foam makers, etc.
Painting of all equipments /components of FDPS package shall be as per manufacturer’s
standard practice or as detailed below whichever is superior in quality.

Environment Paint scheme Total DFT

Normal / Mild Primer- zinc filled epoxy Min 125 microns


Corrosive Finish – Aliphatic
Polyurethane
Environment
(shade RAL3000) (P.O Red)

PROPRIETARY & CONFIDENTIAL DOCUMENT


10. PIPING AND VALVE

PIPING THICKNESS:
Pipes for sizes 200 NB & above shall confirm to IS: 3589 Grade 410. The final thickness shall
not be less than that specified as per IS: 3589 as indicated below.

Nominal pipe
Outside Diameter
Size Wall Thickness (mm)
(mm)
(mm)

200 NB 219.1 6.3

250 NB 273 6.3

300 NB 323.9 7.1

350 NB 355.6 8.0

400 NB 406.4 8.0

450 NB 457 8.0

500 NB 508 8.0

600 NB 610 8.0

VALVES:

Oblique female type as per IS:5290


1. Hydrant Valve
MOC: Body/bonnet/stop valve/valve seat/trim : SS304/SS316

As per IS:8442 Type-I, Size: 75mm, Nozzle dia: 38mm


2. Water monitor MOC: Water barrel/reducer/elbow: CS (seamless)/SS
Nozzle: Copper alloy / SS confirm in to IS:3444

As per IS:903 / IS:2871


3. Water branch pipe
MOC: Branch pipe: SS316 (Gr 4 of IS:3444) (both ends)
& nozzle
Nozzle : SS316 (Gr 4 of IS:3444), Size: min 16mm & max 25mm

- Design Code: a) IS:14846 or BS:5150 (for valves coming inside


4. Water line Gate / fire water pump house)
Sluice Valve b) BS:5150 (for valves at other locations)
- Pressure rating: PN1.6 (as per IS:14846) / PN16 (as per

PROPRIETARY & CONFIDENTIAL DOCUMENT


BS:5150)
-Working Pr. :12Kg/cm2

MOC: Body/bonnet/Yoke/Wedge : CI to IS:210 FG-200


Spindle: SS to ASTM-A-276 type 410

Design Code: Double flanged or lugged wafer type of low


leakage rate confirming to BS:EN:593/API-609/AWWA C-504
Pressure class: PN 16
5. Butterfly Valve
MOC: Body & Disc : Cast Iron, Shaft : SS 410 / SS 420
Seat Rings : EPDM

11. GENERAL REQUIREMENTS


i. Descriptions in the drawings, documents and in displays shall be in English.
ii. All dimensions and measurements shall be in SI units. No deviation shall be allowed from
this requirement.
iii. The equipment shall be designed to withstand the corrosive and moist environment in
which these are proposed to operate.
iv. Noise level produced by any rotating equipment individually or collectively shall not
exceed 85 dBA measured at a distance of 1.0 m from the source in any direction and 1.5
m above operating floor.
v. The bidder shall offer only proven design in successful operation in similar application at
previous installations. The design, manufacture, installation and testing of the Firefighting
System shall follow the latest applicable Indian/International (IBR/ASME/EN/Japanese)
standards.
vi. The overall vibration level shall be as per ISO 10816 and VDI 2056.
vii. The equipment shall be suitable for stable operation continuously.
viii. The equipment shall be suitable for multiple start and stop requirements.
ix. All rotating parts such as coupling shall be covered with suitable protective guards.
Guards shall be easily removable type.
x. Bidder shall suitably specify their delivery schedule along with the offer.
xi. Entire equipment except wearing parts shall be designed and fabricated for a minimum
service life of 25 years of operation.
xii. Corrosion allowance for entire equipment shall be in accordance with latest applicable
Indian / International standards.
xiii. Parts that are subject to wear shall be replaceable.

PROPRIETARY & CONFIDENTIAL DOCUMENT


xiv. All equipment shall be provided with nameplates indicating the item number 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.
xv. Rotation arrows shall be cast in or attached with stainless steel plate on each item of
rotation equipment at a readily visible location.
xvi. Unless otherwise specified, all equipment items where the weight exceeds 15 kg shall be
provided with suitable lifting lugs, ears or ring bolts or tapped holes for lifting rings.
xvii. 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.
xviii. Two pieces of stainless-steel earth lugs shall be provided with equipment diagonally. The
position of earth lugs shall be shown on each GA and/or outline drawing.
xix. 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.
xx. Bidder to provide the details of heaviest component to be handled for Hoist selection.
xxi. The list of all Bought out items with makes and country of origin to be mentioned along
with offer to be submitted.
xxii. Material of construction not specifically mentioned for equipment/components shall be
subject to buyer / owner’s approval during detail engineering. Accordingly bidder shall
consider MOC for all equipment/component as per best engineering practice, global
standard and global references.
xxiii. Bidder to provide sub vendor list and bidder shall strictly adhere to approved sub-vendor
list. In case bidder proposes an additional vendor for an item or vendor approval is
required for any new item, acceptance shall be subject to approval by buyer / owner
before placing order and bidder shall submit relevant documents for the same.
xxiv. It shall be the complete responsibility of the successful bidder to obtain "Sub Vendor
Approval" from buyer / owner for all equipment & components. Any delay in sub vendor's
approval should not affect the project schedule. If any of the sub vendors does not have
the approval of buyer / owner, the same may be replaced with another buyer / owner
approved sub-vendor only, without any price implications to buyer.
xxv. The modalities of inspection (Stage, Final, In-process) shall be finalized during detail
engineering after submission of Quality Assurance Plan (QAP). It shall be reviewed by the
buyer / owner. Bidder shall follow the procedures of inspection as per the approved QAP.
xxvi. During detail engineering, bidder to strictly adhere to buyer / owner’s drawing formats,
document numbering, quality plan & FQP formats.

PROPRIETARY & CONFIDENTIAL DOCUMENT


xxvii. The identification and numbering of equipment, systems, items, etc. of supply, as well as
of all documents and drawings shall be in accordance with reference Designation System
for Power Plants - KKS system.
xxviii. Complete detail engineering drawings, calculations, selection of components etc. shall be
reviewed & subject to approval of buyer / owner during detail engineering.
xxix. Bidder shall furnish necessary inputs & drawings of all equipment in editable Auto
CAD/MS-Word /Excel format.
xxx. During detail engineering, successful bidder shall ensure flow of drawings/documents as
per schedule. Any comments from buyer / owner should be addressed timely by the
bidder.
xxxi. Bidder to note that list above is not exhaustive and any work/item required for completing
the smooth operation and ensuring satisfactory running of the machines till final hand over
to the end user shall also be in the scope of the bidder.
xxxii. Refer attached QA requirements for Firefighting System.
xxxiii. Bidder shall submit the signed and stamped copy of all the pages which constitutes this
technical specification signed by authorized signatory and clearly mentioning each clause
under following two categories to avoid any ambiguity in scope understanding & the scope
division along with technical offer.
a) "Accepted without deviation".
b) "Not considered in scope of work".
c) “Not Applicable”
12. SPARES, TOOLS & TACKLES
12.1. Start-up & Commissioning Spares
Start-up & Commissioning Spares shall be part of the main supply of the Firefighting
System. Start-up & commissioning spares are those spares which may be required during
the start- up and commissioning of the equipment. All spares required for successful
operation till commissioning of Firefighting System 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 equipment is energized.
12.2. Mandatory Spares
Bidder shall provide Mandatory spare list as per attachment.
12.3. 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 equipment. List of special tools & tackles shall be decided by the 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

PROPRIETARY & CONFIDENTIAL DOCUMENT


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.

The Bidder shall supply with the equipment one complete set of all special tools and tackles
and other instruments required and other instruments for the erection, assembly,
disassembly and proper maintenance of the equipment and systems (including software).
These special tools will also include special material handling equipment, jigs and fixtures
for maintenance and calibration / readjustment, checking and measurement aids etc. A list
of such tools and tackles shall be submitted by the Bidder along with the offer.

The price of each tool / tackle shall be deemed to have been included in the total bid price.
These tools and tackles shall be separately packed and sent to site. The Bidder shall also
ensure that these tools and tackles are not used by him during erection, commissioning and
initial operation. For this period the bidder should bring his own tools and tackles. In case
these tools and tackles are used by the bidder during erection, commissioning or initial
operation the same shall be refurbished repaired/replaced as required to the satisfaction of
the Employer before handing over to the Employer. All the tools and tackles shall be of
reputed make acceptable to the Employer.
13. FIRST FILL OF CONSUMABLES
Bidder's scope shall also include supply and filling of all chemicals, resins, lubricants, grease,
filters and consumable items for operation up to commissioning including one year top up
requirements. All lubricants proposed for the plant operation shall be suitable for all operating
and environmental conditions that will be met on site consistent with good maintenance
procedures as instructed in the maintenance manuals.
Detailed specifications for the lubricating oil, grease, gases, servo fluids, control fluids,
chemicals including items qualities and quantities required per month of the plant operation for
the buyer / end user approval herein shall be furnished within 2 months for placement of
Order. On completion of erection complete list of bearings/equipment giving their location and
identification marks shall be furnished to buyer along with lubrication requirements. All types of
chemicals, consumables, lubricants and grease shall be readily obtainable locally and the
number of different types shall be kept to a minimum. For each type and grade of lubricant
recommended, vendor shall list at least three equivalent lubricants manufactured by
alternative companies.
All the first fill and one year’s topping requirements of consumable such as grease, oil,
lubricants servo fluids etc. which will be required to put the equipment covered under the
scope of specifications, into successful commissioning/initial operation and to establish
completion to facilities shall be furnished by the bidder, unless specifically excluded under the
Exclusions in these specifications and documents.
All the first fills of consumables and one year topping requirement of consumables such as
greases, oil, lubricants, servo fluids / control fluids, gases and essential chemicals etc. which
will be required to put the equipment covered under the scope of specifications, into
successful commissioning / initial operation and to establish completion of facilities shall be

PROPRIETARY & CONFIDENTIAL DOCUMENT


supplied by the Bidder. Suitable standard lubricants as available in India are desired. Efforts
should be made to limit the variety of lubricants to minimum.
Bidder shall supply a quantity not less than 10 % of the full charge or one (1) year topping
requirement mentioned above (whichever is higher) of each variety of lubricants, servo fluids,
gases, chemicals etc (as detailed above) which is expected to be utilized during the first year
of operation. The additional quantity shall be supplied in separate container. As far as possible
lubricants marketed by the Indian Oil Corporation shall be used. The variety of lubricants shall
be kept to a minimum possible.
Detailed specifications for the lubricating oil, grease, gases, servo fluids, control fluids,
chemicals etc. required for the complete plant covered herein shall be furnished. On
completion of erection, a complete list of bearings/ equipment giving their location and
identification marks shall be furnished to the Employer along with lubrication requirements.
14. BIDDER’S DOCUMENTS SUBMISSION:

13.1 At tender stage


The bidder shall provide 1 (one) copy of all drawings and documents listed and marked with
below.

 Signed copy of Technical Specification with all the attachments.


 P&ID with control write-up
 Complete BOQ
 Electrical Load List
 Equipment Layout & GAD
 Utility List
 Lubrication list.
 Special Tools and Tackles
 Mandatory Spares list
 Start-up and Commissioning Spares
 Technical literature / Catalogue
 List of sub vendors for bought out items
 Experience list as on date
 Heat load from all equipment, panels/ cabinets for air conditioning system/ Ventilation
requirements.
 Deviations/Alternatives/Clarification in the attached format “Annexure-2_format of
Deviation”.

NOTE:
Any deviations (variations/alterations) from the technical specification intended by a bidder
in this proposed bid shall be clearly stated in the attached annexure of deviation list format
(Annexure-2) with implications, if any. Bidder shall also explain the reasons in detail for
the deviations. The final decision will be made by Purchaser after evaluating the
deviations. Bid without stated deviation shall be deemed to fully comply with all the
requirements of the technical specification.

PROPRIETARY & CONFIDENTIAL DOCUMENT


13.2 After Placement of Order:
Bidder shall submit all design drawing and documents as per MDL provided documents
which are part of customer submission list (CSL) shall be mandatorily included in the
MDL and appended further if additional documents are required by customer for their
review/approval during detailed engineering. For CSL documents, the document
numbers/titles shall also be in line to customer’s requirement.

PROPRIETARY & CONFIDENTIAL DOCUMENT

You might also like