Vous êtes sur la page 1sur 7

TENV-07-ELI-001/3I351

SECTION - I GENERAL
1.0 1.1 GENERAL

This specification covers design , manufacture , supply , storage and handling, transportation, erection, testing, trial run and commissioning of the equipments/facilities/instruments required for Connectivity of Signals from different Catch Pits, Common Effluent Treatement Plant (CETP), Water Management Department (WMD) and Environment Management Department (EMD). The above mentioned systems shall be installed under Environment Management project for Tata Steel Ltd at Jamshedpur, Jharkhand State on turnkey basis. 1.2 The equipment covered under this specification shall be complete in all respects and any equipment item or accessories not specifically mentioned in this technical specification but essential for proper installation and operation of the system shall be included by the TENDERER. 1.3 The tenderer shall study the specification and satisfy himself thoroughly regarding the workability of the equipment and shall take full responsibility for the guaranteed operation of the equipment/system as regards output, performance and smooth reliable working. 1.4 The tenderer shall furnish a composite list of makes of bought-out items proposed by them. The Purchaser reserves the right of selecting the manufacturer of instrumentation and other items or any other specialised items in the interest of standardisation or otherwise. 2.0 STANDARDS

2.1 The equipment and component parts for instrumentation, automation and communication shall conform to the requirements of the relevant standards published by the Bureau of Indian Standards ( BIS ) wherever available, so that Indian conditions may be taken care of . In case suitable Indian Standards are not available , international standards and codes of practices may be adopted with prior approval of the Purchaser . In case any standard or code other than those published by BIS is adopted , the tenderer shall be required to furnish a copy of such standards / codes ( in English language ). Preferably IEEEE 802.3 shall be followed for the communication system. GPRS Protocol i.e. Internet Protocol and Point-to-Point Protocol shall be considered for the communication system. Notwithstanding any stipulation elsewhere in the technical documents and
I-1

TENV-07-ELI-001/3I351

specification , relevant standards and codes in force on the date of award of the Contract shall govern the work . In case there is revision in any of the standards / codes after award of the Contract and during execution of the work , the tenderer shall bring notice of the same to the Purchaser . The tenderer shall abide by such revisions , only if required by the Purchaser . Cost implications , if any , arising from the adoption of such revised codes / standards shall be settled through mutual agreement as per the provision of ITT and GCC . 2.2 All equipment shall also comply with the latest regulations of Inspectorate of Factories , Pollution Control Boards and other applicable statutory bodies of Government of India and the State Government , where applicable . Nothing shall be construed to relieve the supplier of this responsibility . Wherever required by regulations , the tenderer shall have to obtain approval from the concerned statutory authority . The cost for the same shall be reimbursed by TATA STEEL on production of documentary evidence . 2.3 In addition , all work shall conform to the following General Specifications :
General specification No . TISCO/GS-E-10 TISCO/GS-E-11 TISCO / GS - I - 01 Description Selection of Electrical equipment, Cables and Earthing materials Power, control and special cables Instrumentation and Control System

2.4

The tenderer shall study the General Specifications carefully and specifically indicate acceptance of the same. In case there are exceptions taken by TENDERER, the same shall be clearly stated in the offer with the reasons for the deviation. If exceptions are not listed clearly, they shall not be considered by the Purchaser during execution of work. 3.0 3.1 OTHER REQUIREMENTS Standardisation

Standardisation in design of equipment and systems intended for identical tasks and duties shall be preferred . All identical parts on equipment supplied or on duplicate equipment are to be interchangeable . 3.2 Accessibility

I-2

TENV-07-ELI-001/3I351

All working parts , as far as possible, are to be arranged for convenience of operation , inspection , lubrication and ease of replacement with minimum downtime . 3.3 Quality and Workmanship

Workmanship and materials shall be of first class quality suitable for the purpose intended and in accordance with the highest standards and practices for equipment of the class covered by the specification . 3.4 Painting

All items of equipment and materials shall be thoroughly cleaned. Any structure or canopy shall be painted in accordance with General Specification for Painting ( TISCO / GS - P 01 ). 3.5 Safety

All equipment shall be complete with approved safety devices wherever a potential hazard to the personnel exists and with provision for safe access of personnel to and around equipment for operational and maintenance functions . These items shall include not only those usually furnished with components of machinery , but also the additional covers , guards , cross - overs , stairways , ladders , platforms , handrails etc which are necessary for safe operation of the plant . The offer shall include all safety items but not be limited to the following : 3.6 All equipment shall be designed for smooth , efficient and trouble free operation in tropical humid climate for 40 o C ambient as an average with a short time maximum of 45 o C and relative humidity of 86 per cent . The maximum temperature and maximum relative humidity , however , are not likely to occur simultaneously . The derating of indoor equipment , however , shall be done for an ambient temperature at 45 o C . 3.7 3.8 All equipment shall be strong and of robust construction and suitable for use in a steel plant .

All equipment controls and instruments shall allow adequate access to facilitate connecting up , inspection , maintenance and repair and shall operate under variation of load , pressure and climatic conditions as prevalent at site . 4.0 ELECTRIC POWER 4.1 415 V, 3-phase, 3-wire, 50 Hz electric power with voltage variation of 15% and +10% and frequency variation of + 6% will be available in all the Catch Pits, CETP area. Where as 230 V AC, Single Phase, 50 Hz electric power is available inside the office of the Water Management Department (WMD) and the Environment Management Department (EMD).
I-3

TENV-07-ELI-001/3I351

If any equipment is designed for a voltage different from the above, necessary transformers and conversion equipment shall be provided by the tenderer 5.0 5.1 SPARES

The tenderer shall submit with his technical a list with itemised prices of various spares in accordance with the relevant clauses of the Invitation to Tender and General Conditions of Technical . The tenderer shall supply all relevant particulars and details including drawings and specifications. The offer for spares shall include the following : 5.2 5.2.1 Commissioning Spares No separate commissioning spares shall be ordered . All

spares required for commissioning of the equipment and for its satisfactory operation until provisional acceptance after demonstration of performance guarantees shall be included in the main offer and must be at site along with the main equipment . These items shall be based on tenderers experience in commissioning similar plants in the past . 5.3 5.3.1 Spares for Two (2) Years Normal Working

Spare parts for two ( 2 ) years normal working of the plant after provisional acceptance of the plant and after demonstration of satisfactory performance shall be quoted . The tenderer shall quote itemised prices for all spares in accordance with the relevant clauses of Invitation to Tender and General Conditions of contract . 6.0 6.1 SPECIAL TOOLS AND TACKLES

Special tools and tackles required for normal operation and maintenance of the equipment quoted by The tenderer shall be included in the scope of supply as per relevant clauses of the Invitation to Tender and General Conditions of contract . Itemised list , prices and quantity of tools and tackles shall be indicated in the price schedule . 7.0 7.1 CONSUMABLES AND OPERATING SUPPLIES

The tenderer shall include in his offer the itemized price and quantity of all consumable materials required for start - up , commissioning and performance test. The tenderer shall also furnish detailed technical information / specification and make of recommended consumables and supplies for two ( 2 ) years operation .

I-4

TENV-07-ELI-001/3I351

8.0 8.1

INSPECTION

Inspection shall be carried out in accordance with the General Specification for Inspection and Testing requirement for Plant and Equipment at Manufacturers Premises ( TISCO / GS - O - 01 , Rev . 01 ). 8.2 All supply items of equipment under the scope of this specification shall be inspected by the Purchaser / Consulting Engineers as per General Conditions of contract, General Specification No . TISCO / GS - O - 01 , Rev . 01 and relevant Inspection Procedure to be finalised between the tenderer r and the Purchaser / Consulting Engineers . However, the tenderer shall not be relieved from any of their obligation under this Agreement. 8.3 The tenderer shall submit quality assurance plan, proposed Inspection procedure of all mechanical , electrical and instrumentation items in duly filled - in formats FMI & FMII depending on category of items to the Purchaser/Consulting Engineers for finalization . 9.0 9.1 ERECTION, TESTING AND COMMISSIONING

The tenderer shall undertake complete erection , testing and commissioning of all equipments/instruments within the battery as specified and in accordance with the General Conditions of contract and General Specification for Erection of Equipment . 10.0 10.1 COMPLETION TIME

The tenderer shall keep in his mind that the completion time is the essence of this technical and accordingly the completion time shall not exceed ten (10) months from the date of issue of LOA. 11.0 11.1 GUARANTEES AND ACCEPTANCE TESTS

The equipment and the system designed, supplied and installed by the tenderer in accordance with the specification shall be guaranteed for design, material, workmanship and satisfactory performance as asked for and in accordance with General Conditions of contract. 11.2 11.2.1 Acceptance Tests

The complete CETP shall be tested for demonstration of the performance for a continuous period of four (4) days. This test shall be carried out by the TENDERER in presence of the Purchaser to establish whether or not the equipment/item supplied are performing as per specification requirement without any trouble.

I-5

TENV-07-ELI-001/3I351

11.2.2

If the performance guarantee tests fail to meet the performance guarantee parameters, TENDERER shall rectify the system supplied by them to meet the recommended guarantee parameters and accordingly further test shall be carried out. If the system supplied by the tenderer fails to achieve the recommended tolerance limit of guarantee parameters, the system supplied by the tenderer shall be rejected. Cost towards the modification/replacement required to achieve the tolerance limit shall have to be borne by the tenderer. 12.6 12.6.1 Drawings, Documents and Manuals After completion of erection, testing and commissioning

the tenderer shall submit all constructed drawings and document as per the clause no. 8.1 of Sec-III of the Specification. 13.0 WORKS BY OTHERS

The following work shall be executed by the Purchaser either departmentally or by OTHERS and shall be excluded from the scope of work of the tenderer : 13 . 1 The complete Instrumentation & Level-1 automation system (i.e. PLC System) for the operation & control of the Common Effluent Treatement Plant (CETP). 13.2 Two (2) nos. HMI console for the operation & control of the Common Effluent Treatement Plant (CETP). 13 . 3 The complete Instrumentation & Level-1 automation system (i.e. PLC System) for the operation & control of the Clarified Water Storage Tanks & Pump House. 13 . 4 All the Electromagnetic Flowmeter at different Low End Consumer. 13 . 5 All relay based control panel for control and operation of Catch pits except for the Garam Nallah & the Susungaria Catch Pit. 13 . 6 The complete PLC system for the operation & control for the Garam Nallah & the Susungaria Catch Pit. 13 . 7 HMI console of executives computer at Water Management Department (WMD) and Environment Management Department (EMD).

I-6

TENV-07-ELI-001/3I351

14.0

BATTERY LIMIT

The battery limit for this package is marked in the Proposed Schematic Diagram for Signal Connectivity between different catch pits, Low End Consumers, CETP, WMD & EMD, Drg. No. 27445-00-00-ELI-0003-R0. 15.0 TRAINING

Training of Purchasers operation and maintenance personnel for various equipment as well as the overall system shall be in the scope of work of the tenderer. The tenderer shall submit a list detailing the number of personnel and man month of training.

I-7

Vous aimerez peut-être aussi