TPL-100000-CHS-EM-TS-0001 Dust Extraction System

You might also like

Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1of 10

TITLE: TECHNICAL SPECIFICATION FOR DUST Doc:No.

EXTRACTION SYSTEM TPL-100000-CHS-EM-TS-0001

PROJECT: 2x800 MW (PH-II) MAHAN ULTRA SUPERCRITICAL Rev


Date: Sheet :
THERMAL POWER PROJECT No:
0 21.11.2023 1 of 10

2x800 MW (PH-II) MAHAN ULTRA SUPERCRITICAL THERMAL POWER PROJECT


PROJECT:

OWNER:
ADANI MAHAN ENERGEN LIMITED

EPC CONTRACTOR:
TATA PROJECTS LIMITED

DOCUMENT TITLE: TECHNICAL SPECIFICATION FOR DUST EXTRACTION SYSTEM

NTPC DOCUMENT NO: XXXXXX

TPL DOCUMENT NO: TPL-100000-CHS-EM-TS-0001

VENDOR DOC. NO. XXXXXX

R 0 21.11.2023 GR NG TSSP FIRST ISSUE

ISSUE REV DATE INITIALS SIGN INITIALS SIGN INITIALS SIGN Remarks

PREPARED CHECKED APPROVED


TITLE: TECHNICAL SPECIFICATION FOR DUST Doc:No.
EXTRACTION SYSTEM TPL-100000-CHS-EM-TS-0001

PROJECT: 2x800 MW (PH-II) MAHAN ULTRA SUPERCRITICAL Rev


Date: Sheet :
THERMAL POWER PROJECT No:
0 21.11.2023 2 of 10

TABLE OF CONTENTS

1.00.00 INTRODUCTION......................................................................................................................................3
2.00.00 SCOPE OF SUPPLY...............................................................................................................................3
3.00.00 TERMINAL POINTS................................................................................................................................6
4.00.00 EXCLUSIONS...........................................................................................................................................7
5.00.00 PERFORMANCE GUARANTEES.........................................................................................................7
6.00.00 BIDDER OFFER.......................................................................................................................................7
7.00.00 TECHNICAL DATASHEETS..................................................................................................................9
8.00.00 ANNEXURES...........................................................................................................................................9
TITLE: TECHNICAL SPECIFICATION FOR DUST Doc:No.
EXTRACTION SYSTEM TPL-100000-CHS-EM-TS-0001

PROJECT: 2x800 MW (PH-II) MAHAN ULTRA SUPERCRITICAL Rev


Date: Sheet :
THERMAL POWER PROJECT No:
0 21.11.2023 3 of 10

1.00.00 INTRODUCTION
1.01.01 This enquiry specification covers the design, engineering, manufacturing, supply, testing &
inspection at shop, transportation and delivery to site, supervision of erection, trial
operation, training, performance testing and commissioning of Dust Extraction system as
indicated under scope supply for 2x800 MW (PH-II) MAHAN ULTRA THERMAL POWER
PROJECT.

2.00.00 SCOPE OF SUPPLY

2.01.00 MECHANICAL
2.01.01 Scope includes design, engineering, manufacturing, supply, testing & inspection at shop,
transportation and delivery to site, supervision of erection, trial operation, training,
performance testing and commissioning of complete Dust extraction system.

2.02.00 Each Dust extraction system shall be Comprise with the following:
i. Complete dust extraction system including fans, Ducting, Bag filter assembly with
collecting hoppers and Rotary air lock feeder, Chimney with supports, acoustic
insulations and all the drives with drive base frames and accessories.
 All the flexible connections and gaskets required at inlet and outlet of fans and
ducting.
 Compressor and air receivers with necessary valves and fittings as required.
 All interconnecting ducting with counter flange and all interconnecting piping
Dampers as required.
 Screw conveyor with slide gate.
 Dust disposal chute from bag filter hopper to conveyor skirt board.
 Inspection door as required.
 Interconnection with plant DDCMIS
ii. Structures and Access Platform, walkway & hand railing.
iii. Lubrication system
iv. Guards for all the rotating parts.
v. All equipment foundation bolts, base frame, base plates, anchors bolts, all required
fasteners to install the equipment’s.
vi. All the first fill and one year’s topping requirements of consumables till successful
commissioning/initial operation.
vii. Start up and commissioning spares.
viii. Mandatory spares and recommended spares as per annexure-IV
ix. Special Maintenance tools and tackles if any required
2.02.02 Bidder to consider and size the compressor required complete Dust extraction system as
per the flow diagram enclosed. Bidder to note that compressor provided by bidder to cater
an additional requirement of instrument air for other systems whose supply is in TPL scope
TITLE: TECHNICAL SPECIFICATION FOR DUST Doc:No.
EXTRACTION SYSTEM TPL-100000-CHS-EM-TS-0001

PROJECT: 2x800 MW (PH-II) MAHAN ULTRA SUPERCRITICAL Rev


Date: Sheet :
THERMAL POWER PROJECT No:
0 21.11.2023 4 of 10

as mentioned in the specification.


2.02.03 Painting requirements for this package shall be as per the enclosed painting specifications.
2.02.04 Any item not included above but necessary for safe and reliable operation of the dust
extraction system proposed by the bidder shall also be in the contractors’ scope.
2.02.05 All equipments / material shall be sourced from Owner’s approved vendors only. In case the
bidder wishes to source equipments / materials from other reputed vendors, the bidder shall
submit the credentials of such sub-vendors to Purchaser / Owner for approval during
execution. Bidder shall submit all relevant documents for submission of sub-vendor
credentials to End Client. However, approval of such parties is solely at the discretion of
Purchaser / Owner and no allowance shall be made in such cases regarding the cost and
project schedule.
2.02.06 The onus of seeking approval from TPL / ADANI for all the documents/drawings/ QAP/
Procedures/MDCC etc. lies with the Bidder only.

2.03.00 ELECTRICAL
2.03.01 All HT and LT motors for the drives, MOV’s Actuators (if any), VFD Panels, Local control
panels, Local Starter panels (LSP), LPBS shall be in bidder’s scope of supply.
2.03.02 Power and Control Cables between the bidder’s LCP /LSP to the equipment supplied by
bidder. Wherever, both end equipments are in bidder’s scope, the interconnecting cable,
cable carrier system between the bidder supplied equipments, are in bidder’s scope.
2.03.03 LT cabling accessories such as Cable glands, lugs, ferrules, tags and conduits for bidder
supplied cables.
2.03.04 LV system shall be designed for 415V, 3 phase 4 wire. TPL will provide the 41V, 3phase, 3
wire Power supply to the equipments in bidder’s scope or as per the scope specified
elsewhere in the tender specification. Bidder shall derive the control supply, for satisfactory
operation of bidder supplied equipment.
2.03.05 Bidder shall provide the load list as per attached load list template.
2.03.06 PAINTING FOR ELECTRICAL EQUIPMENT
i. The painting of all electrical equipment shall be epoxy based with suitable additives.
The thickness of finish coat shall be minimum 50 microns (minimum total DFT shall
be 100 microns).
ii. However, in case electrostatic process of painting is offered for any electrical
equipment, minimum paint thickness of 50 microns shall be acceptable for finish
coat.
iii. The Contractor shall furnish the complete painting details during detailed engineering
stage.

2.04.00 INSTRUMENTATION
2.04.01 Bidder shall supply complete Control & Instrumentation (C & I) items / devices/ safety
switches for each dust extraction system etc. required for safe and efficient operation of
Dust extraction system.
TITLE: TECHNICAL SPECIFICATION FOR DUST Doc:No.
EXTRACTION SYSTEM TPL-100000-CHS-EM-TS-0001

PROJECT: 2x800 MW (PH-II) MAHAN ULTRA SUPERCRITICAL Rev


Date: Sheet :
THERMAL POWER PROJECT No:
0 21.11.2023 5 of 10

2.04.02 All instruments shall be as per finally approved P&IDs/GA during detailed engineering by
NTPC/TPL. All instruments supplied by bidder shall be integrated as a part of this package.
As a minimum following Instruments shall be provided by Bidder for each dust extraction
system
i. Pressure Gauge and Pressure Switch at air manifold
ii. Differential Pressure Switch on Bag Filter
iii. Level Switch for each Hopper below bag filter
iv. Zero speed switch for Air lock valves below hoppers
v. Instruments Air Compressor Instrumentation shall be provided to meet control and
operation philosophy of technical specification Annexure -III
2.04.03 Bidder shall provide all field instrumentation / sensors / final control elements with actuators/
solenoid valves/ valve positioners / pressure/ DP/ Level transmitters, pressure/ DP/ Draft
gauges, Thermocouples/ RTDs with temperature transmitter, temperature gauges along
with associated thermowell / protecting tubes, pressure/ DP/ temperature/ flow/ level
switches, Level gauges, flow gauges with accessories, local gauge boards, etc. which are
required for Local/ Remote monitoring and control of dust extraction system. All instruments
shall be supplied in line with Annexure-V.
2.04.04 All required mounting & erection hardware like impulse tubes, Manifold, Root / Drain valves
and instrument fittings, Snubbers, Counter flanges, Cable glands, Cable trays, Conduits,
Racks/ Stanchion/LIE/LIR to mount remote Instruments and Structural steel for installing
Bidder’s supplied instruments is under the Bidder’s scope of supply on as required basis.
2.04.05 All instrumentation and control cables up to Junction Box shall be provided by Bidder. All
Cables shall be supplied in line with Annexure-V.
2.04.06 Dust extraction system shall be controlled from DDCMIS. Interface between the various
drives and control system shall be in line with Annexure-V.
2.04.07 Instrument Air Compressor/Dryer shall be operated and controlled from the Microprocessor
Control Panel supplied by Bidder. Complete Start/ Stop, Loading / Unloading shall be done
from the control Panel supplied by Bidder. Auto Changeover of Compressor/Dryers shall be
done using master controller or same shall be implemented in both Local Control Panels with
each compressor set as per OEM standard practices, however same shall be specified in the
bid offer.
2.04.08 Microprocessor based control Panel shall have provision for Remote Start/Stop Command
from purchaser control system. Also, necessary feedbacks like
Running/Off/Trip/Loading/Unloading status shall be provided for monitoring in purchaser
control system (DDCMIS).
2.04.09 Compressor Local Control Panel shall have provision for RS-485 Modbus or TCP/IP
communication with DDCMIS. Necessary fibre optic connectors/ converters/ patch panels etc.
for communications on both ends shall be provided by Bidder.
2.04.10 Bidder shall provide the vibration measurements and temperature measurements monitoring
system for protection of the compressors as per OEM practices. Complete VMS system along
TITLE: TECHNICAL SPECIFICATION FOR DUST Doc:No.
EXTRACTION SYSTEM TPL-100000-CHS-EM-TS-0001

PROJECT: 2x800 MW (PH-II) MAHAN ULTRA SUPERCRITICAL Rev


Date: Sheet :
THERMAL POWER PROJECT No:
0 21.11.2023 6 of 10

with sensors, cables, mounting accessories shall be in Bidder scope only. Make and Model
number of Vibration sensors and VMS shall be in line with Purchaser make /model no. of
Main VMS system.
2.04.11 Local control panel shall be considered for operation of SOV for purging.
2.04.12 In case of HT motors, following shall be considered by Bidder
i. At least two (02) nos. of duplex thermocouples or duplex platinum RTDs (100 ohms
at 0 Def C) and one no. of temperature indicators shall be provided for bearing metal
temperature measurement, control and monitoring.
ii. Six numbers of Duplex type or 12 nos. Simplex type Resistance Element
Temperature Detectors (RTDs) shall be suitably distributed at locations where
highest temperatures may be expected in stator windings and one (1) element in
each bearing. The RTD’s shall comply with the latest edition of IS:2828.
iii. In addition to the above, all necessary instruments required for hydraulic system and
for protection shall also be provided by Bidder. Same shall be as per approved P&ID
during detailed engineering.
2.04.13 Bidder to please note that all RTDs/Thermocouple (Including Bearing and Winding RTDs)
shall be provided with temperature Transmitter.
2.04.14 Bidder to please note that PT/DPT/TT shall be Foundation Fieldbus/ Profibus (FF/PF)
compatible, which shall be decided during detailed engineering based on finalization of
DDCMIS vendor.
2.04.15 Bidder to note that all electrical actuator shall be Foundation Fieldbus/ Profibus (FF/PF)
compatible, which shall be decided during detailed engineering based on finalization of
DDCMIS vendor.
2.04.16 Bidder to please note that cable from FF/ PF instruments and actuator along with necessary
junction box shall be in purchaser scope, however necessary cable tray / conduit/ cable tray
support and space for mounting junction box shall be considered by bidder.
2.04.17 For Binary and analog inputs required in major equipment of FGD system protection, triple-
sensing devices shall be provided.
2.04.18 Binary and analog inputs, which are, required for protection of more than one equipment as
well as protection signals for HT Drives etc., triple sensing devices shall be provided.
2.04.19 For other critical binary and analog inputs required for protection and interlock purpose of
other equipment (e.g. those interlocks which may result in loss of production, non-availability
of a major equipment etc.), triple sensors shall be provided.
2.04.20 Bidder to please note that scope of supply and services shall be in line with the Scope
Matrix for C&I.
2.04.21 All systems, Instruments and accessories shall be from the latest proven product range of a
qualified manufacturer whose successful performance has been established.
2.04.22 All Instruments / Panels/JB etc. shall be tagged as per KKS tagging philosophy. Tag plate
shall be provided of corrosion resistant material.
2.04.23 All special tools/ Tackles required for Control and Instrumentation shall be provided by
TITLE: TECHNICAL SPECIFICATION FOR DUST Doc:No.
EXTRACTION SYSTEM TPL-100000-CHS-EM-TS-0001

PROJECT: 2x800 MW (PH-II) MAHAN ULTRA SUPERCRITICAL Rev


Date: Sheet :
THERMAL POWER PROJECT No:
0 21.11.2023 7 of 10

Bidder.
2.04.24 Bidder to please refer Annexure-V for all technical requirements of Control and
Instrumentation.

3.00.00 TERMINAL POINTS


3.01.01 Conveyor discharge point: Conveyor discharge chute
3.01.02 Conveyor receipt point: Conveyor skirt top
3.01.03 Dust Suction hoods of various equipment as per the flow diagram
3.01.04 Top of civil foundation which shall be by TPL
3.01.05 Power supply at the incoming terminal of Motors / MOV’s / Actuators / VFD / Local control
panel / LSP / LPBS.
3.01.06 Construction Power: At the incoming terminal of bidder supplied 415V construction power
DB. Further distribution is in the scope of bidder.
3.01.07 Instrumentation and Control Cable up to Junction Box/ Local Control Panel system.
3.01.08 One number 230 VAC non UPS feeder shall be provided at single point for Bidder’s scope
items. Further distribution and conversion to any other voltage level shall be in Bidder’s
scope.

4.00.00 EXCLUSIONS
4.01.01 Civil foundation excluded.
4.01.02 Erection and commissioning (however supervision is included)
4.01.03 Handling facilities
4.01.04 HT switchgear, 11/0.433kV Service Transformer, 415 V LT Non Segregated Bus Duct
between Service Transformers and PMCC, PMCC/MCC/DB, 220V DC Battery and Battery
charger.
4.01.05 Illumination
4.01.06 Above ground earthing and Below ground earthing
4.01.07 Lightning Protection.
4.01.08 DDCMIS
4.01.09 UPS system
4.01.10 I&C Cables from Junction Box to DDCMIS
4.01.11 FF/PF cable and Junction Box for FF/PF compatible instruments/actuators supplied by
Bidder.

5.00.00 PERFORMANCE GUARANTEES


5.01.01 Bidder to guarantee the performance of equipment according to attached Guarantees/data
sheet.
5.01.02 ODC shall be less than 30 mg/Nm3
TITLE: TECHNICAL SPECIFICATION FOR DUST Doc:No.
EXTRACTION SYSTEM TPL-100000-CHS-EM-TS-0001

PROJECT: 2x800 MW (PH-II) MAHAN ULTRA SUPERCRITICAL Rev


Date: Sheet :
THERMAL POWER PROJECT No:
0 21.11.2023 8 of 10

5.01.03 Measurement of rated volumetric capacity of fans


5.01.04 Measurement of vibration (velocity and amplitude) at the bearing of motors and fans
(wherever possible)
5.01.05 Noise level shall be less than 85dB at 1.5m

6.00.00 BIDDER OFFER


6.01.01 Bidder shall submit a complete offer within the time period prescribed in the Enquiry
document, including all details of the systems / equipment’s in his scope. The Technical
Offer shall include, but not be limited to:
i. Technical Write-up, including the Scope of Supply and Services of the Bidder,
terminal points, and technical features (including technical leaflets / catalogues etc.)
of the system offered. Bidder shall clearly bring out any outstanding technical feature
in his offer including catalogues and other literatures.
ii. Technical Datasheets (indicated elsewhere in the specification) – Completely filled-
as per attached annexure VI & VIII.
iii. Proposed layout of facilities in Bidder’s scope.
iv. General Arrangement drawings, sections indicating the major dimensions along with
required hoist / crane details.
v. In case of HT Drive, Number of vibration sensor required along with the type of
Sensor and measurement range
6.01.02 Load list with following information:
i. Load Description, Quantity – Working and standby, KW rating, Location, Load factor,
Type of load – Continuous/Intermittent,
ii. Type of feeder required in switchgear – Power feeder/motor feeder, Type of supply –
Normal supply/Emergency supply,
iii. Voltage level – HT (3.3/6.6/11kV) or LT (415V AC, 240V AC, 220V DC, 415V
[Emergency]), Type of control – PLC, Local control panel.
iv. Type of starters – DOL, VFD operated, VVFD along with voltage level and
requirement of converter transformer (if any).
v. UPS/ Non-UPS Load Requirement (if any)
6.01.03 Bidder to submit the instrument list, P&ID, control philosophy, special tools and tackles (if
any) in technical offer. In the absence of the same offer shall not be considered as
complete.

6.02.00 Details of each facility (Type of building – Closed/ Semi-closed/open to atmosphere,


RCC/Steel, Site constructed/Pre-fabricated, No of floors, False ceiling requirement).
6.02.01 Load data for civil foundation design.

6.03.00 Any special requirements as per Norms/codes/standards.


TITLE: TECHNICAL SPECIFICATION FOR DUST Doc:No.
EXTRACTION SYSTEM TPL-100000-CHS-EM-TS-0001

PROJECT: 2x800 MW (PH-II) MAHAN ULTRA SUPERCRITICAL Rev


Date: Sheet :
THERMAL POWER PROJECT No:
0 21.11.2023 9 of 10

6.04.00 Bidder to submit special tools and tackles, recommended spares, as required for the
proposed package.

6.05.00 Bidder to submit equipment cooling water requirement (DM water), service water,
instrument air, service air etc (if any).

6.06.00 Bidder shall submit the following documents during detailed Engineering
i. Instrument List (in purchaser format provided during detailed engineering).
ii. I/O list (in purchaser format provided during detailed engineering).
iii. Instrument Datasheet
iv. Cable Interconnection Diagram and Cable Schedule (in purchaser format provided
during detailed engineering).
v. Operation and Control Philosophy defining the interlock and protection required for
each drive.
vi. Logic Diagram (including compressor) for Bidder supplied systems in NTPC format
vii. GA and Datasheet of VMS (as Applicable)
viii. UPS/ Non UPS / 24 VDC load Requirements
ix. Mandatory / Recommended / Start up and Commissioning spares list.
x. Calibration Test certificates / Type test reports
xi. As built drawings

7.00.00 TECHNICAL DATASHEETS

7.01.00 Filled in data sheet: Annexure-VI & VIII.

8.00.00 ANNEXURES

Annexure-I Technical data sheet-Mechanical

Annexure-II Technical Data Sheet - Electrical

Annexure-III Client Technical Specification - Mechanical

Annexure-IV Client Technical Specification – Electrical

Annexure-V Client Technical Specification – C&I

Annexure-VI Functional Guarantees

Annexure-VII Spares

Annexure-VIII Quality Assurance

Annexure-IX Project Information

Annexure-X Scope Matrix

Annexure-XI Painting specification


TITLE: TECHNICAL SPECIFICATION FOR DUST Doc:No.
EXTRACTION SYSTEM TPL-100000-CHS-EM-TS-0001

PROJECT: 2x800 MW (PH-II) MAHAN ULTRA SUPERCRITICAL Rev


Date: Sheet :
THERMAL POWER PROJECT No:
0 21.11.2023 10 of 10

You might also like