+ All Categories
Home > Documents > Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power...

Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power...

Date post: 12-Mar-2020
Category:
Upload: others
View: 3 times
Download: 0 times
Share this document with a friend
413
Tender No. CMM/HMP/75-00-10-078 Page 1 of 4 NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING, COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4 BGR ENERGY PRE-BID QUERIES : COMMERCIAL NAME OF THE BIDDER QUE RY NO. TENDER SECTION NO. REFERENCE CLAUSE NO. TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL 1 2 3 4 5 6 7 BGR ENERGY SYSTEMS LIMITED 1. 2 Tender Form Price Bid We hereby agree to keep the price and other commercial terms and conditions valid for your acceptance for a period of 120 (one hundred and twenty) days from the date of opening of Part-II (Price bid) of the tender. Opening of the Price Bid is an undefined date and hence validity of bid from such date becomes indefinite. Hence we request you to specify validity of the bid from techno- commercial bid submission. The bids can be suitably extended if the need arises. Please review and confirm. Refer Pre bid response to Commercial Queries. BGR ENERGY SYSTEMS LIMITED 2. 4 TENDER FORM PART-I (Technical and Commercial Bid except Price) You will be at liberty to accept any one or more of the items of stores offered by us and I/We shall be bound to supply you the stores as may be specified in the purchase order/contract. As per this clause NPCIL has the option of ordering part of the scope bid for, this is normally not the case as the bid is based on us securing the complete contract. Hence we request you to delete the requirement of this clause. Please confirm. Refer Pre bid response to Commercial Queries.
Transcript
Page 1: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 1 of 4

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : COMMERCIAL NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 BGR ENERGY SYSTEMS LIMITED

1. 2 Tender Form Price Bid We hereby agree to keep the price and other commercial terms and conditions valid for your acceptance for a period of 120 (one hundred and twenty) days from the date of opening of Part-II (Price bid) of the tender.

Opening of the Price Bid is an undefined date and hence validity of bid from such date becomes indefinite. Hence we request you to specify validity of the bid from techno-commercial bid submission. The bids can be suitably extended if the need arises. Please review and confirm.

Refer Pre bid response to Commercial Queries.

BGR ENERGY SYSTEMS LIMITED

2. 4 TENDER FORM PART-I (Technical and Commercial Bid except Price) You will be at liberty to accept any one or more of the items of stores offered by us and I/We shall be bound to supply you the stores as may be specified in the purchase order/contract.

As per this clause NPCIL has the option of ordering part of the scope bid for, this is normally not the case as the bid is based on us securing the complete contract. Hence we request you to delete the requirement of this clause. Please confirm.

Refer Pre bid response to Commercial Queries.

Page 2: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 2 of 4

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : COMMERCIAL NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 BGR ENERGY SYSTEMS LIMITED

3. 5 TENDER FORM PART-I (Technical and Commercial Bid except Price) I/We hereby agree to keep the prices and our bid valid for your acceptance for a period of 120 (one hundred and twenty) days from the date of actual opening of Part-II of this tender.

Opening of the Price Bid is an undefined date and hence validity of bid from such date becomes indefinite. Hence we request you to specify validity of the bid from techno-commercial bid submission. The bids can be suitably extended if the need arises. Please review and confirm.

Refer Pre bid response to Commercial Queries.

BGR ENERGY SYSTEMS LIMITED

4. e- EPC-04-ITT

5.3 b) However, bidders may note that deviations or substitutions from the technical specifications may lead to rejection of their bid.

As per the Instructions the bidder is free to take deviations to the specifications. Hence we do not understand the requirement of this statement. Please clarify.

Refer Pre bid response to Commercial Queries.

BGR ENERGY SYSTEMS LIMITED

5. e- EPC-04-ITT

8.1 Tenders made subject to counter conditions or with deviations from the General Conditions of the

As per this clause the Bidder is not allowed to take any deviation on the GCC or SCC. Please clarify whether our understanding is correct.

Refer Pre bid response to Commercial Queries.

Page 3: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 3 of 4

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : COMMERCIAL NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 Contract / Special Conditions of Contract (SECTION B) of this tender document are liable to be rejected.

BGR ENERGY SYSTEMS LIMITED

6. e- EPC-04-ITT

9.3.1 Service Tax on civil works, if any, shall be included in the price of civil works and shall not be claimed separately.

Please clarify whether Service Tax on Erection services is to be included in the quoted price or indicated separately.

Refer Pre bid response to Commercial Queries.

BGR ENERGY SYSTEMS LIMITED

7. GCC/EPC-4/R-2

3.4.7 Latent Defect Security: The Contractor shall submit a Bank Guarantee for 1% (one percent) of the total value of goods sold, in the respective contract currencies, as security against latent defect.

The normal industry practise is only to cover the warranty period with a Bank Guarantee. Latent Defect Liability period is not covered by a Bank Guarantee, hence we request you to delete this clause. Please confirm.

Refer Pre bid response to Commercial Queries.

BGR ENERGY SYSTEMS

8. GCC/EPC-4/R-2

5.4.3 d) Only the following components of the contract price will be subject to Price

We presume that there is no ceiling for the price adjustment for civil works. Please confirm.

Refer Pre bid response to Commercial

Page 4: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 4 of 4

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : COMMERCIAL NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 LIMITED adjustment:

The civil works prices (GCC clause 5.8)

Queries.

BGR ENERGY SYSTEMS LIMITED

9. GCC/EPC-4/R-2

6.4.3 Failure to Remedy Defects If the Contractor fails to make the desired repairs/replacement within 15 days of issue of notice

It may not be practically feasible to carry out repairs or replace within 15 days in all cases. The same may be changed to at least 30 days. Please confirm.

Refer Pre bid response to Commercial Queries.

BGR ENERGY SYSTEMS LIMITED

10. GCC 6.8.7, Pg.43/100

FORM NO. GCC/EPC-4/Rev.2

a) Please clarify if the for the subject package right to recourse as per CLND Act/Rules is applicable. b) In Para (ii) of 6.8.7(a) reference is made to duration of initial license issued by AERB. Please clarify what is this duration and whether NPCIL will obtain this license.

Refer Pre bid response to Commercial Queries.

Page 5: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 1 of 3

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : CIVIL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 BGR ENERGY SYSTEMS LIMITED

1 Volume_2 Section C_1_1

2.6-Site Conditions

I02.KK34.0.0.TH.TS.PR002(R0)

Contour map of the area under scope of work may please be furnished.

Drawing showing the spot level plan is uploaded in folder 1 of folder 5 along with pre bid response.

BGR ENERGY SYSTEMS LIMITED

2 Volume_2 Section C_1_1

2.6-Site Conditions

I02.KK34.0.0.TH.TS.PR002(R0)

Please clarify whether micro grading is in the scope of the bidder or not.

All backfilling and area grading within the battery limits of structures under this EPC contract are under bidder’s scope.

BGR ENERGY SYSTEMS LIMITED

3 Vol_3 C2-Tech Specs_C-2.1-Civil

4.0-Ground Water Table

I301.KK34.0.0.GR.TS.WD026

As per Geotechnical investigation report design ground water table shall be considered at 0.5m below Finished Ground Level. Please confirm.

For the purpose of design ground water table shall be considered at FGL

BGR ENERGY SYSTEMS LIMITED

4 Vol_3 C2-Tech Specs_C-2.1-Civil

9.0- Corrosion Protection system for foundations and structures below the grade level

I301.KK34.0.0.GR.TS.WD025-GEOTECHNICAL DATA

We propose two coats of Bitumen coating of grade 85/25 as per IS:702 with 1% anti stripping compound as per IS:6241. The total application of bitumen shall

Design for corrosion protection shall be based on the aggressiveness of soil/ground water as established during

Page 6: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 2 of 3

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : CIVIL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 not be less than 1.7kg/sq.m confirmatory

geotechnical investigations (included in the scope of EPC contractor).

5 Section 3 2.6- Graded levels 3.1.2.1-FGL

I02.KK34.0.0.TH.TS.PR002(R0) & I301.KK34.0.0.GR.TS.WD026

It is mentioned in site conditions that “The locations of NPP buildings have been already levelled in two terraces,…….first terrace varies from 6.0m to 9.0m and the second terrain is at an elevation of 13.0m above MSL”. But Civil Structural design basis- Cl.No.3.1.2.1, page mentions that the “safe grade elevation…shall be +7.5m above MSL”. Please confirm that the FGL is +7.5m above MSL i.e. RL+

Safe Grade Elevation of the plant site is +7.5m MSL. Hence all area grading shall be at minimum +7.5m MSL. Except for Electrical Switch Yard Area which is at a Finished Grade Level (FGL) of +13.00m MSL, rest of the plant area has FGL varying between +9.3m MSL (at Switch Yard on north) and +7.5m MSL at shore protection bund (on south side) with FGL sloping gently towards

Page 7: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 3 of 3

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : CIVIL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 7.5M sea between +9.3m

MSL and +7.5m MSL . Finished grade level around any structure shall be 150mm below the ground floor elevation of that structure (as mentioned in respective architectural drawings).

BGR ENERGY SYSTEMS LIMITED

6 Volume_2 Section C_1_1

3.0 I02.KK34.0.0.TH.TS.PR002(R0)

Scope-Roads-Roads and shoulders not considered. Please confirm.

Construction of all roads is outside the bidder’s scope. However layout of roads within the auxiliary area is included in the bidder’s scope.

BGR ENERGY SYSTEMS LIMITED

7 Volume_2 Section C_1_1

NPCIL Drawing No:I301.KK34.0.000.WK.TT.P003

Please clarify whether approach Road to main plant is in the scope or not.

The approach Road to main plant is not in the scope of bidder of present work.

Page 8: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 1 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 BGR set-1 dt 01/09/16

BGR ENERGY SYSTEMS LIMITED

1. Sec.C 1.0, pg.6/60

I02.KK34.0.0.TH.TS.PR002, 3rd para, last line

The last sentence is not clear. NPCIL to clarify.

The text from 3rd para 4th line shall be read as “ Some of the documents cross refer the documents “system description and scope of auxiliary plant area” (doc. No. I301.KK34.0.0.TH.TS.PR0010) and “System description and scope of Main plant area” (doc. No. I301.KK34.0.0.TH.TS.PR0011) which are superseded by this document (doc no. I02.KK34.0.0.TH.TS.PR002). Hence this document shall be referred (applicable) wherever such references are made in other documents of this tender. The specification prepared and submitted by contractor shall be reviewed and approved by the PUCHASER / Consultant based on which work shall be executed.”

BGR 2. Sec.C 3.2, I02.KK34.0.0.TH.TS. Please clarify if the scope ofwork Please refer annexure -1 for scope

Page 9: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 2 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 ENERGY SYSTEMS LIMITED

pg.9/60 PR002, 3rd para,

related to KK 1 and 2 involves execution of works inside the KK 1 and 2 operation area,

matrix of scope document of tender specification. Scope does not include work inside KK1-2 , except for the aux. area trestle (USY) between KKNPP unit 2, and KKNPP unit 3 for gas (H2, N2, O2 )/ steam services system.

BGR ENERGY SYSTEMS LIMITED

3. Sec.C 3.3.1, pg.9/60

I02.KK34.0.0.TH.TS.PR002,

We understand that the buildings referred herein are those defined specificallyin the specifications, and not all buildings inplant.

Confirmed

BGR ENERGY SYSTEMS LIMITED

4. Sec.C 3.3.1, pg.9/60

I02.KK34.0.0.TH.TS.PR002,

We understand Public Health mentioned refers to sanitary works, sewage handling, plumbing. Please clarify if National Building Code of India is acceptable for this.

Public Health requirements shall be as per applicable national standards.

BGR ENERGY SYSTEMS LIMITED

5. Sec.C 3.3.2 (xvii) , pg.10/60

I02.KK34.0.0.TH.TS.PR002,

We understand civil works for the 6. kVswitcgear is also excluded from scope of this tender. Please clarify the "distribution system" refers to compressed air distribution.

Scope of contractor includes civil works (refer clause 4.0 exclusions for scope details). Yes, distribution system refers to compressed air distribution.

BGR 6. Sec.C 3.3.2 I02.KK34.0.0.TH.TS. Please clarify which area is termed Please refer indicative layout of

Page 10: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 3 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 ENERGY SYSTEMS LIMITED

(xxv) , pg.11/60

PR002,

as 'Main Plant'. Please confirm that these piping are the ones in the scope of the Bidder in this tender.

buried piping –document number I301.KK34.0.UZC.AB.OK.WD001 (section C2.6.2, sl.no.19 of Folder –M of tender specification )

BGR ENERGY SYSTEMS LIMITED

7. Sec.C 3.3.2 (xxvi) , pg.11/60

I02.KK34.0.0.TH.TS.PR002,

We understand that the "all the buildings" referred here is for those buildings which are in NPCIL scope(other than those covered in the Balance of Plantpackage. Please confirm. Please provide the list of such buildings.

Confirmed. Refer Annexure-1 for list of buildings.

BGR ENERGY SYSTEMS LIMITED

8. Sec.C 3.3.2 (xxviii) , pg.11/60

I02.KK34.0.0.TH.TS.PR002,

Please clarify if this is referring to oil containing water only and sanitary sewage is not under this item. (covered in Item xxviii)

Yes sr.no. xxvii of 3.3.2 is for oil containing water onlyand sanitary sewage covered in Item xxviii and not in xxvii

BGR ENERGY SYSTEMS LIMITED

9. Sec.C

3.3.2 (xxviii), xxvii, xxviii, xxix, xxx, xxxi,

I02.KK34.0.0.TH.TS.PR002,

Please clarify whether the terminal point for the system will be 1 m away from the face of wall of the respective buildings of buildings other than Balance of Plant- Common Services package for

Confirmed

Page 11: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 4 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 pg.11/60 systems in the referred clause.

BGR ENERGY SYSTEMS LIMITED

10. Sec.C 3.3.2 (xxxvi) , pg.12/60

I02.KK34.0.0.TH.TS.PR002,

Please clarify type of equipment in these rooms (any major/heavy rotating equipment). Any underground RCC tanks etc. This is to help in estimations.

No underground RCC tank is envisaged. The scope of Complete Architectural, Civil/Structural, layout, foundations, supply of all equipment, erection, HVAC, Material Handling, Electrical, C & I, Piping indicated in all applicable documents of UKU, UYB & USV building is in scope of EPC CONTRACTOR. For buildings UKU/USV/UYB, the equipment listed in the table1,2,3,4 of Section 11 of technical specification I301.KK34.0.AR.TS.WD040 is in the scope of EPC Contractor. The data provided in the technical specification are sufficient for detailed engineering. The equipment listed in table 5 & 6 of section 11 are out of the scope of Present Work.

Page 12: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 5 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 However, the layout and civil foundation for all these items is in scope of EPC Contractor. The equipment to be installed in UKU/UYB/USV buildings, are by & large similar to KK1&2 equipment. All bidders are requested to visit to KKNPP Site to get the first hand information as informed in the pre-bid meeting. The list & data of all these equipment will be provided to successful bidder.

BGR ENERGY SYSTEMS LIMITED

11. Sec.C 3.5, pg.12/60

I02.KK34.0.0.TH.TS.PR002,

Permanent power supply for energising electrical equipment shall be provided by Purchaser only. It is not possible to predict or estimate such temporary arrangement for power supply to permanent equipment and hence cannot be quoted. Whether it is at one place or multiple places is also not clear. Temporary arrangement

Purchaser would provide power supply to the designated buildings. In case Purchaser's work is not completed to provide permanent power supply to the Contractor's scope of buildings/structures, then the Purchaser would by temporary means provide the same. The subject tender includes termination of the cable as in the tender and the changeover from temporary to

Page 13: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 6 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 may call for additional structures and the extent of work required to carry-out such activity cannot be predicted now. Any such temporary arrangement required by Purchaser shall be mutually discussed and commercially compensated by Purchaser.

permanent cable(s), in case required.

BGR ENERGY SYSTEMS LIMITED

12. Sec.C 3.11, pg.13/60

I02.KK34.0.0.TH.TS.PR002,

Please confirm that such Scope of work shall be limitedto those to meet the functionalrequirement of the system within the terminal points defined inthe specification.

Confirmed

BGR ENERGY SYSTEMS LIMITED

13. Sec.C 3.12, pg.13/60

I02.KK34.0.0.TH.TS.PR002,

Please confirm that theengineering of the firedetection and alarm system is excluded from the scope of Bidder and willbe carried out by Purchaser.

Generation and implementation of protections and interlocks for complete fire fighting system is covered under different contract i.e. AFPS.Only fire fighting equipment electrically operated valves, gas cylinders, powder cylinders etc.., are covered under this package and those shall be compatible with signals received from AFPS.

Page 14: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 7 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 Refer to Sr.no.14, pg.no.11 of 37 of Annexure-4 in 'I02.KK34.0.0.TH.TS.PR002' for further details.

BGR ENERGY SYSTEMS LIMITED

14. Sec.C 3.13, pg.13/60

I02.KK34.0.0.TH.TS.PR002,

Please confirm that this is applicable for thebuildings in the scope of Bidder.

Yes, this is applicable for the buildings in the scope of Bidder of this EPC work.

BGR ENERGY SYSTEMS LIMITED

15. Sec.C 3.17, pg.13/60

I02.KK34.0.0.TH.TS.PR002,

Please clarifyreferenceto'optimisation studies'. Any specificoptimisation studies to be submitted may be indicated. Since concept note, design basis report are already prepared by NPCIL we do not see any requirement to prepare additional optimisation studies document.Please inform if it is mandatory to provide any optimisaiton studies.

Optimization studies if any shall be carried out the successful bidder during detail design and detail engineering stage.

BGR ENERGY SYSTEMS

16. Sec.C 3.19, pg.14/60

I02.KK34.0.0.TH.TS.PR002, 1st para

As this is a nuclear power plant, please provide a list of statutoryapprovals required except

Refer clause no.24 of scope document for statutory requirements, standards and codes. NPCIL has

Page 15: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 8 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 LIMITED AERB.

Please note that environmental and forest clearances, coastalregulationsetc are to be arrangedby NPCIL. Permission for construction from local authorities shall also bearranged by Purchaser.

obtained MOEF clearances / coastal regulations for whole Site. It may please be noted that except AERB, all the applicable statutory approval and clearances indicated in cl.no.3.19 and cl no.24 shall be obtained by the EPC contractor of his scope of work.

BGR ENERGY SYSTEMS LIMITED

17. Sec.C 3.19, pg.14/60

I02.KK34.0.0.TH.TS.PR002, 2nd para

Approvals from State Pollution Control Board may please be arranged by NPCIL as this isrelated to environment.

NPCIL has already obtained Consent To Establish from TNPCB under Air Act & Water Act for KK Unit-3&4. During commissioning stage, NPCIL will obtain consent to operate from TNPCB with the assistance of contractor.

BGR ENERGY SYSTEMS LIMITED

18. Sec.C 3.22, pg.15/60

I02.KK34.0.0.TH.TS.PR002,

Where there is interface with the existing 1 & 2 units, the relevantdrawings for reference and interface engineering shall be made available by NPCIL.

Confirmed. However interface engineeringfor hook up connections is in scope of EPC contractor.

BGR ENERGY 19. Sec.C 3.29,

pg.18/60 I02.KK34.0.0.TH.TS.PR002,

As this is a BOP contract, the individual systems will Confirmed.

Page 16: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 9 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 SYSTEMS LIMITED

becommissioned and handed over,since these will be required for further plant activities by Purchaser. Commissioning of the total unit is not BOP scope. Accordingly the 'unit' herein is understood to refer to the specific system. Please confirm.

BGR ENERGY SYSTEMS LIMITED

20. Sec.C 6.5, pg.22/60

I02.KK34.0.0.TH.TS.PR002,

Details of RF materialat these interface points shall beprovided by NPCIL at execution stage.

Confirmed.

BGR ENERGY SYSTEMS LIMITED

21. Sec.C 7.1, pg.24/60

I02.KK34.0.0.TH.TS.PR002, 6th para

For Phase -II (KK-5&6) design of overall layout is in BOP scope. This means provision of space in the layout. Please confirm. The material supply, construction etc are not included for KK-5&6 facilities. Please confirm.

The design, detailed engineering of equipment, piping, process, electrical and C&I systems in facilities which are common for KK Units 3 to 6 / KK 1 to 6, is in the scope of this package. Supply, installation & commissioning of equipment for the respective phases (KK1-2/KK3-4 / KK5-6) will be as per scope document.

Page 17: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 10 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7

BGR ENERGY SYSTEMS LIMITED

22. Sec.C 7.3, pg.26/60

I02.KK34.0.0.TH.TS.PR002,

Please clarify only space provision is to be kept for KK-5&6 facilities. Please clarify regarding provision of electricals and C&I in the KK3&4 for the Phase-II.

The design, detailed engineering of equipment, piping, process, electrical and C&I systems in facilities which are common for KK Units 3 to 6 / KK 1 to 6, is in the scope of this package. Supply, installation & commissioning of equipment for the respective phases (KK1-2/KK3-4 / KK5-6) will be as per scope document.

BGR ENERGY SYSTEMS LIMITED

23. Sec.C 7.3, pg.27/60

I02.KK34.0.0.TH.TS.PR002, chemical laboratory

Fire detection and alarm system is excluded from BOP scope as per specification. Please clarify scope of work for these in the chemical lab.

Generation and implementation of protections and interlocks for complete fire fighting system is covered under different contract i.e. AFPS.Only fire fighting equipment electrically operated valves, gas cylinders, powder cylinders etc.., are covered under this package and those shall be compatible with signals received from AFPS. Refer to Sr.no.14, pg.no.11 of 37 of Annexure-4 in 'I02.KK34.0.0.TH.TS.PR002' for

Page 18: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 11 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 further details.

BGR ENERGY SYSTEMS LIMITED

24. Sec.C 7.4 (c) , pg.29/60

I02.KK34.0.0.TH.TS.PR002,

The pumps and filters are mounted on the tank lorry and not in scope of BOP Contractor. Please confirm.

Confirmed

BGR ENERGY SYSTEMS LIMITED

25. Sec.C 7.4 (e) , pg.29/60

I02.KK34.0.0.TH.TS.PR002,

For 3 and 4We understand it will be 1 tank for 2 units. Total 2 nos for KK 3 to 6

Capacity is specified in terms of m3. Detail engineering has to be done by contractor for the required facilities.

BGR ENERGY SYSTEMS LIMITED

26. Sec.C 7.4 (f) , pg.30/60

I02.KK34.0.0.TH.TS.PR002,

Please clarify fire rating required for the fire barrier. Please confirm that RCC or brick can be used for this.

Fire rating shall be finalized by EPC contractor during design and detailed engineering of oil facility.

BGR ENERGY SYSTEMS LIMITED

27. Sec.C

7.5, , pg.31/60, gaseous nitrogen

I02.KK34.0.0.TH.TS.PR002,

Please clarify if source of the nitrogen is from the nitrogen generation plant proposed in KK 3 and 4.

Source of the nitrogen will be from the nitrogen generation plant proposed in KK 3 and 4 which is in scope of this work.

BGR ENERGY SYSTEMS LIMITED

28. Sec.C

7.5, , pg.31/60, compressed air

I02.KK34.0.0.TH.TS.PR002,

Please clarify reference to compressed air here as it is not used for the purging/displacement of hydrogen.

Compressed air will be used while emptying/filling H2 receivers, N2 is used in intermediate process of exchange to prevent direct contact of H2 and air.

BGR 29. Sec.C 7.6, I02.KK34.0.0.TH.TS. For the BOP contract, liquid Confirmed

Page 19: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 12 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 ENERGY SYSTEMS LIMITED

pg.32/60 PR002, nitrogen plant is not applicable. Please confirm.

BGR ENERGY SYSTEMS LIMITED

30. Sec.C 7.7, pg.33/60

I02.KK34.0.0.TH.TS.PR002,

Please provide the project specific requirements from the MOEF and TNPCB.

NPCIL has obtained Environment Clearance, CRZ clearance from MOEF and Consent to Establish from TNPCB for KK Unit-3&4 and 5&6. During commissioning stage, NPCIL will obtain consent to operate from TNPCB with the assistance of contractor for its facilities under this tender. The clearance document are available in NPCIL Website.

BGR ENERGY SYSTEMS LIMITED

31. Sec.C 7.11, pg.35/60

I02.KK34.0.0.TH.TS.PR002,

Please clarify if the building is 5 storey or 3 storey as indicated for the two blocks

Refer technical specification and architectural drawings of UKU building for further detail.

BGR ENERGY SYSTEMS LIMITED

32. Sec.C 7.11, pg.36/60

I02.KK34.0.0.TH.TS.PR002,

Please clarify if there is any other crane or hoist other than the 80/20T crane mentioned.

Refer technicalspecification (Doc. No. I02.KK34.0 UKU.0.AR.TS.PR001 and I301.KK34.0.AR.TS.WD040) for further details.

Page 20: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 13 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 BGR ENERGY SYSTEMS LIMITED

33. Sec.C 7.11, pg.36/60

I02.KK34.0.0.TH.TS.PR002,

Please confirm that thefurniture for all rooms, furnishing store room isin scope of Purchaser.

Furniture is not included in the scope of bidder.

BGR ENERGY SYSTEMS LIMITED

34. Sec.C 7.11, pg.36/60

I02.KK34.0.0.TH.TS.PR002,

In previous para it is mentioned as 26.7 m high block. Please clarify.

Refer technical specification and architectural drawings of UKU building for further detail.

BGR ENERGY SYSTEMS LIMITED

35. Sec.C 7.11, pg.36/60

I02.KK34.0.0.TH.TS.PR002,

Please clarify if there are any special foundation requirements (such as large rotating or reciprocatingmachinery in the building. Please clarify any vibration isolation system are required for equipment foundations. If so please clarify scope.

Requirements of equipment/machinery are covered in scope document. Accordingly required Civil foundation details are to be worked out by EPC Contractor. Designer needs to address equipment specific vibration isolation measures as required.

BGR ENERGY SYSTEMS LIMITED

36. Sec.C 7.11, pg.36/60

I02.KK34.0.0.TH.TS.PR002,

We understand that all equipment in the building are in scope of Purchaser. Please clarify scope of electrical and C&I in the building Please also clarify scope of piping in the building.

Complete piping, electrical, C&I etc are in the scope of EPC Vendor.

Page 21: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 14 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7

BGR ENERGY SYSTEMS LIMITED

37. Sec.C 7.12, pg.36/60

I02.KK34.0.0.TH.TS.PR002,

Please clarify if there are any special foundationrequirements (such as large rotating or reciprocating machinery in the building. Please clarify any vibration isolation system arerequired for equipmentfoundations. If so please clarify scope.

Requirements of equipment/machinery are covered in scope document. Accordingly required Civil foundation details are to be worked out by EPC Contractor. Designer needs to address equipment specific vibration isolation measures as required.

BGR ENERGY SYSTEMS LIMITED

38. Sec.C 7.12, pg.36/60

I02.KK34.0.0.TH.TS.PR002,

We understand that all equipment in the building are in scope of Purchaser. Please clarify scope of electrical and C&I in the building Please also clarify scope of piping in the building.

Complete piping, electrical, C&I etc are in the scope of EPC Vendor.

BGR ENERGY SYSTEMS LIMITED

39. Sec.C 7.12, pg.36/60

I02.KK34.0.0.TH.TS.PR002,

Please confirm that thefurniture for all rooms, furnishing store room isin scope of Purchaser.

Furniture is not included in the scope of bidder.

BGR ENERGY SYSTEMS LIMITED

40. Sec.C 7.12, pg.36/60

I02.KK34.0.0.TH.TS.PR002,

Please clarify if there is any other crane or hoist other than the 1T crane mentioned.

Refer technical specification (Doc. No. I301.KK34.0.AR.TS.WD040) for further details.

Page 22: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 15 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 BGR ENERGY SYSTEMS LIMITED

41. Sec.C 7.13, pg.37/60

I02.KK34.0.0.TH.TS.PR002,

Please clarify requirement of elevator for the building.

Refer technical specification (Doc. No. I301.KK34.0.AR.TS.WD040) for further details.

BGR ENERGY SYSTEMS LIMITED

42. Sec.C 7.13, pg.37/60

I02.KK34.0.0.TH.TS.PR002,

We understand that allequipmentin the building are in scope of Purchaser. Please clarify scope of electrical and C&I in the building Please also clarifyscope of piping in the building.

Complete piping, electrical, C&I etcare in the scope of EPC Vendor.

BGR ENERGY SYSTEMS LIMITED

43. Sec.C 7.13, pg.37/60

I02.KK34.0.0.TH.TS.PR002,

Please confirm that thefurniture for all rooms, furnishing store room isin scope of Purchaser.

Furniture is not included in the scope of bidder.

BGR ENERGY SYSTEMS LIMITED

44. Sec.C 7.13, pg.37/60

I02.KK34.0.0.TH.TS.PR002,

Please clarify the material handling facility required for the building.

Refer technical specification (Doc. No. I301.KK34.0.AR.TS.WD040) for further details.

BGR ENERGY SYSTEMS LIMITED

45. Sec.C 7.13, pg.37/60

I02.KK34.0.0.TH.TS.PR002,

Please clarify if there are any special foundationrequirements (such as large rotating or reciprocatingmachinery in the building.

Requirements of equipment/machinery are covered in scope document. Accordingly required Civil foundation details are to be worked out by EPC

Page 23: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 16 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 Please clarify any vibration isolation system are required for equipment foundations. If so please clarify scope.

Contractor. Designer needs to address equipment specific vibration isolation measures as required.

BGR ENERGY SYSTEMS LIMITED

46. Sec.C 7.15 a, pg.38/60

I02.KK34.0.0.TH.TS.PR002,

Please clarify whether all the surface drains are covered with perforated precast concrete coversFor buildings in Main plant and electrical area, please confirm that the building roof drains, garland drains around building will be provided by the respective contractor.

All surface drains shall be covered with perforated precast concrete covers. Roof rainwater down comers for main plant and electrical area are not in the scope of this EPC. However subsequent routing of storm water from all area including main plant and electrical area is included in the scope of this EPC.

BGR ENERGY SYSTEMS LIMITED

47. Sec.C 7.15 c, pg.38/60

I02.KK34.0.0.TH.TS.PR002,

Please clarify scope of sump, pumps etc for clean drains system inside the buildings provided by Purchaser

The scope of sump ,pumps etc for conventionally clean drain systems inside the buildings which are not part of BALANCE OF PLANT - COMMON SERVICES PACKAGE shall be done by Purchaser. However hook up connection at battery limit of these building for conventionally drain system shall be done by EPC

Page 24: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 17 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 contractor of this work.

BGR ENERGY SYSTEMS LIMITED

48. Sec.C 7.15 f, pg.38/60

I02.KK34.0.0.TH.TS.PR002,

Please clarify if this "feasibility" refers to drainage sizing study to design thedimensions and invert level of the drains.

EPC contractor will study the feasibility of providing either RCC surface type drain with perforated precast concrete covers or underground buried drain lines depending on space availability and gravity flow.

BGR ENERGY SYSTEMS LIMITED

49. Sec.C

7.15 , pg.38/60, Underground drainage piping system (b)

I02.KK34.0.0.TH.TS.PR002,

Please confirm that the drains around the main plant buildings are provided by the respective building contractor and it is not in scope of BOP contractor.

Roof rainwater down comers for main plant and electrical area are not in the scope of this EPC. However subsequent routing of storm water from all areas (including main plant and electrical areas) is included in the scope of this EPC

BGR ENERGY SYSTEMS

50. Sec.C 7.15,pg 40/60

I02.KK34.0.0.TH.TS.PR002,

Please clarify in which area this RCC provision is required. Is this RCC referring to drains or the

EPC contractor to ensure in area of his scope of work that the finished ground surface shall be sloped

Page 25: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 18 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 LIMITED finished ground surface towards the drain with a provision of

100mm thick RCC with nominal reinforcement and grade of concrete as M25.

BGR ENERGY SYSTEMS LIMITED

51. Sec.C 7.15,pg 40/60

I02.KK34.0.0.TH.TS.PR002,

Please clarify the terminal point for the rain water connection system for buildings in Main Plant, Electrical area scope.

The terminal point for the rain water connection system for buildings in Main Plant, Electrical area scope is at battery limit which is at 1.0 meter away from the face of wall of the these buildings. Engineering and supply for hookup connection is in EPC contract of scope.

BGR ENERGY SYSTEMS LIMITED

52. Sec.C 7.16(a),pg 40/60

I02.KK34.0.0.TH.TS.PR002,

Please clarify scope of the internal oil containing water collection and disposal upto outdoor network for buildings not in EPC scope (in main plant area, electrical area)

The scope of the internal oil containing water collection and disposal upto battery limit of buildings which are not part of BALANCE OF PLANT - COMMON SERVICES PACKAGE shall be done by Purchaser. However hook up connection at battery limit of these

Page 26: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 19 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 building for this system shall be done by EPC contractor of this work.Please refer Annexure-4 for amendment of scope document(I02.KK34.0.0.TH.TS.PR002,).

BGR ENERGY SYSTEMS LIMITED

53. Sec.C 7.17(a),pg 41/60

I02.KK34.0.0.TH.TS.PR002,

Please clarify scope of internal sewage collection and disposal to outdoor network in buildings not in scope of EPC contract.

The scope of the internal sewage collection and disposal upto battery limit of buildings which are not part of BALANCE OF PLANT - COMMON SERVICES PACKAGE shall be done by Purchaser. However hook up connection at battery limit of these building for this system shall be done by EPC contractor of this work.Please refer Annexure-4 for amendment of scope document(I02.KK34.0.0.TH.TS.PR002,).

Page 27: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 20 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 BGR ENERGY SYSTEMS LIMITED

54. Sec.C 8.0,pg 49/60

I02.KK34.0.0.TH.TS.PR002,

Please include JIS, EN (European), IEC, ASHRAE, ISHRAE, in the list of codes.

Clause 8.0 of scope document shall prevail.

BGR ENERGY SYSTEMS LIMITED

55. Sec.C 12.0,pg 51/60

I02.KK34.0.0.TH.TS.PR002,

Please clarify if there are any specific items which require such review by independent group/agency. Please provide a list of such agencies (if available) for specific nature of work

Incase of independent review, EPC contractor shall Propose the name of institute/organization having expertise /experience to NPCIL for review and approval.

BGR ENERGY SYSTEMS LIMITED

56. Sec.C 24.0(19),pg 51/60

I02.KK34.0.0.TH.TS.PR002, Please provide these stipulations

Environmental clearance granted by Ministry of Environment and Forest, Govt. of India for KK-3&4 is available on NPCIL web site (www.npcil.nic.in)

BGR ENERGY SYSTEMS LIMITED

57. Sec.C

Additional Requirement to the Technical Specification

Radioactive gaseous sampling system: Folder 1 & 2 – following drawings referred in this drawing no. I01.KK.0.KUJ.AB.OK.WD001 are not attached with the specification:

Drawings are uploaded. Equipments shown as CR20X & CR60X are part of ARMS which are not in scope of EPC-contractor. The design, supply, erection and commissioning of ARMS is in the

Page 28: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 21 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 R25.KK.0.UYB.0.RK.OKT.WD001 R25.KK.0.UKU.0.RK.OKT.WD001 R25.KK.0.UKS.0.RK.OKT.WD001 Kindly provide the above drawings. Also, the drawings refer to Iodine CR20X & Inert gas CR60X but there are no instruments shown. Please clarify.

scope of purchaser (NPCIL). BOP package vendor has to provide the interface for integration with purchaser's system. The details required for interface will be submitted as an Addendum to I02.KK34.00.AP.TT.PR.001 .

BGR ENERGY SYSTEMS LIMITED

58. Sec.C S.no.21, Pg.3/8

Technical Compliance form

We understand that AERB or TAC accredited agencies can be engaged. Please confirm.

Confirmed. As mentioned in cl. no 24 of scope document, AERB and TAC are the standards , codes and guides to be taken into account and comply during detailed engineering, procurement, construction & commissioning.

BGR ENERGY SYSTEMS

59. Sec.C S.no.23, Pg.4/8

Technical Compliance form

Please clarify licensor requirements mentioned in this clause.

The requirements at sl.no. 23 is self explanatory and shall be read in conjunction with the responses of

Page 29: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 22 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 LIMITED query of 58.

BGR ENERGY SYSTEMS LIMITED

60. Sec.C S.no.2, pg.5/8

Technical Compliance form

Please clarify scope of GIS/GIBD etc., in this package GIS/GIBD not in bidder scope.

BGR ENERGY SYSTEMS LIMITED

61. Sec.C Table-6, s.no.6, Pg.27/39

I301.KK34.0.AR.TS.WD040

Please clarify on dimensions for drawer pedestal.

Finalization of dimension for drawer pedestal shall be done by EPC contractor during detail engineering stage..

BGR ENERGY SYSTEMS LIMITED

62. Sec.C Table-6, s.no.9, Pg.27/39

I301.KK34.0.AR.TS.WD040

Please clarify on dimensions for table.

Finalization of dimension for table shall be done by EPC contractor during detail engineering stage..

BGR ENERGY SYSTEMS LIMITED

63. Sec.C Table-6, s.no.13, Pg.28/39

I301.KK34.0.AR.TS.WD040

Please clarify on dimensions for Bench.

Finalization of dimension for Bench shall be done by EPC contractor during detail engineering stage..

BGR set-2dt 06/09/16 BGR Energy 64. C12 1.0 I301.KK34.0.SGA.TS.

WD001 We understand fire sensors, detectors, local & master control Confirmed.

Page 30: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 23 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 Systems Limited

panels, annunciation unit, cables and entire plant building fire alarm system are not in the scope of contract. Please confirm

BGR Energy Systems Limited

65. C12 2.2.3 I301.KK34.0.SGA.TS.WD001

We understand electrical detection system, actuation system and interfacing for all automatic fire protection system are not in the scope of contract such as smoke / fire detector for MVWS system, UV / IR / Probe type detectors for automatic fixed foam system etc., since it is a part of fire alarm system. Please confirm.

Fire detection and alarm and implementation of protections and interlocks for complete fire fighting system is covered under different contract .Only fire fighting equipment, electrically operated valves, piping ,gas cylinders, powder cylinders etc of all fire fighting systems are covered under this package

BGR Energy Systems Limited

66. C12 2.2.3 I301.KK34.0.SGA.TS.WD001

Please confirm the requirement of Linear Heat Sensing cable detection (LHS Cable) for MVWS system of cable galleries.

Fire alarm and detection system is not in the scope of this package. Please refer section 4.6 of ‘I02.KK34.0.0.TH.TS.PR002’

BGR Energy 67. C12 7.4 I301.KK34.0.SGA.TS.

WD001 We understand water sprinkler system with standard response CONFIRMED

Page 31: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 24 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 Systems Limited

sprinkler heads for the facilities required to be installed sprinkler system (SGC), listed in the fire protection system scope matrix (Clause 7.4) Please confirm.

BGR Energy Systems Limited

68. C12 2.4 I301.KK34.0.SGA.TS.WD001

We understand automatic fixed powder fire system (SGL) is ceiling mounted modular type dry powder fire extinguishers. Please confirm.

As per technical specification, detailed design and engineering shall be done by EPC contractor.

BGR Energy Systems Limited

69. C12 7.4 I301.KK34.0.SGA.TS.WD001

As per scope sheet (7.4) 0UTF (Compressor building) to be installed with automatic fixed powder fire system (SGL). Please confirm the exact area / room(s) to be installed with powder fire fighting system.

Shall be decided by EPC bidder during detailed engineering. Refer technical specification and applicable drawing of UTF building for further details.

BGR Energy Systems

70. C12 7.4 I301.KK34.0.SGA.TS.WD001

We consider Gas fire fighting system only for control rooms and control equipment rooms for the

Confirmed. UAC is not in bidder scope of work.

Page 32: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 25 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 Limited buildings 0UAC and 0UCS.

Please confirm.

BGR Energy Systems Limited

71. C12 7.4

I301.KK34.0.SGA.TS.WD001 &D5-EQU~1 (Equipment Layout for 0 UEL)

We understand automatic fixed foam system will be considered only for diesel storage tanks (4 nos.), however please confirm the requirement of foam system if any inside the diesel pump station (0 UEL) since there is a requirement of foam system for 0 UEL in scope matrix (7.4)

Confirmed.

BGR Energy Systems Limited

72. C12 2.2.3 & 7.4

I301.KK34.0.SGA.TS.WD001

Please confirm the areas / equipment to be protected with HVWS and MVWS system for KK 3-4

Clauses 2.2.3 & 7.4 are self explanatory.

BGR Set-3dt15/09/16 BGR ENERGY SYSTEMS LIMITED

73. Sec-C2, General process description

Cl 4.1, Page 3/40

I301.KK34.0.0.AB.TS.PR001

Please clarify ‘MDMT’ mentioned in B(3) of Table under clause 4.1.

Minimum design metal temperature

BGR ENERGY SYSTEMS

74. Sec-C2, General process

Cl 6.3 page 9/40 (Flushing

I301.KK34.0.0.AB.TS.PR001

Please clarify ‘SS’ mentioned in the sketch. With reference to the note in the

SS stands for “suit to site condition”. For rest of the query, tender specification shall prevail.

Page 33: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 26 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 LIMITED description arrgt

sketch) drawing ‘This connection to be provided only for Exchangers located at platform (18m and above)’ please clarify if this is applicable for the package. This valve will be normally closed. Please confirm.

BGR ENERGY SYSTEMS LIMITED

75. Sec-C2, General process description

Cl 8.1 Page 10/40

I301.KK34.0.0.AB.TS.PR001

For pressure vessel design please confirm acceptance of IS or European or equivalent standard also apart from ASME/ANSI/ASTM codes

Tender specification shall prevail.

BGR ENERGY SYSTEMS LIMITED

76. Sec-C2, General process description

Cl 8.2.1.3, page 12/40

I301.KK34.0.0.AB.TS.PR001

We understand TEMA R, TEMA S both are acceptable.

Please refer TEMA standards for further details.

BGR ENERGY SYSTEMS LIMITED

77. Sec-C2, General process description

Cl 8.2.1.3, page 12/40

I301.KK34.0.0.AB.TS.PR001

Where heat exchanger form integral part of the equipment, it will be as per equipment manufacturer standard practice and this clause will not be applicable. Please confirm. Where heat exchangers are provided separately this clause

Tender specification shall prevail. Details shall be worked out during detailed engineering stage.

Page 34: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 27 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 will be applicable.

BGR ENERGY SYSTEMS LIMITED

78. Sec-C2, General process description

8.3.1, page 14/40

I301.KK34.0.0.AB.TS.PR001

Reference is made to KOD (knockout drum) in this clause. We understand that for the air and gas compressors (in gas plant) which are part of the tender specification these KOD are not applicable unlike natural gas compressors.

Tender specification shall prevail. Details shall be worked out during detailed engineering stage.

BGR ENERGY SYSTEMS LIMITED

79. Sec-C2, General process description

8.3.1, page 14/40

I301.KK34.0.0.AB.TS.PR001

The additional holdup is referred here. Please confirm that these are applicable where such vessels are provided as per the scheme. Please clarify whether a particular compressor is identified as ‘critical compressor’ in this plant.

This aspect shall be finalized during detailed engineering stage depending upon the design developed to meet the requirement.

BGR ENERGY SYSTEMS LIMITED

80. Sec-C2, General process description

8.6.1a, page 14/40

I301.KK34.0.0.AB.TS.PR001

Please clarify if compressors are in shed or building with side cladding

Pl see the Technical Specification related to compressors building (UTF).

BGR ENERGY

81. Sec-C2, General

8.6.1b, page

I301.KK34.0.0.AB.TS.PR001

Please clarify if spare rotor is required to be included separately

Please refer mandatory spare Technical Specification.

Page 35: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 28 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 SYSTEMS LIMITED

process description

14/40 for the centrifugal compressor.

BGR ENERGY SYSTEMS LIMITED

82. Sec-C2, General process description

9.2.4, page 18/40

I301.KK34.0.0.AB.TS.PR001

Please identify the critical rotating equipment and pumps referred here which require vibration monitoring system.

The MVC compressor of desalination plant shall be provided with vibration monitoring system. For other equipment system may be provided if envisaged in design during detailed engineering stage.

BGR ENERGY SYSTEMS LIMITED

83. Sec-C2, PROCESS SPECIFICATION ON NON SAFETY CHILLED WATER PLANT AND DISTRIBUTION SYSTEM

Cl 2.1 b and c, page 3/24

We understand that proven design of evaporator, expansion valve in the centrifugal chiller as per manufacturer standard would be acceptable; as we note that the writeup is describing features of a specific make.

Understanding is correct.

BGR ENERGY

84. A209-320/314/30

1.3 Seawater intake For initial period till Unit 3 sea water pump house is

The design scheme for drawal of sea water to desalination plant of KK-

Page 36: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 29 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 SYSTEMS LIMITED

4-17-41-SP-0001

commissioned, the sea water for desalination plant shall be drawn from Unit 2 PCB system. Please clarify from where exactly the seawater will be pumped to the desalination plant. Also, please clarify us that after the sea water will start to be pumped from Unit 3, their source will be same as from Unit 2 PCB.

3&4 is from unit -3 main pump house. The sea water comes to main pump house after filtering it through mechanical cleaning system of 4mm mesh size. Sea water to pump house is dosed with sodium hypochlorite solution. During initial period till Unit 3 main pump house is commissioned, feed sea water for commissioning of at least one stream of Desalination plant shall be brought from Unit-2 pump house forebay. Detailing, supply and laying/ installation of the scheme for commissioning feed sea water from Unit-2 pump house forebay to desalination plant & brine disposal to sea are in EPC contractor’s scope. The quality of sea water will be similar to unit 3 main pump house.

BGR 85. A209- 1.3 Seawater quality The feed sea water quality for the As indicated in tech spec feed sea

Page 37: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 30 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 ENERGY SYSTEMS LIMITED

320/314/304-17-41-SP-0001

desalination plant provided, is the raw seawater parameters or the actual parameters anticipated in the entrance to the desalination plant?

water quality is in the entrance to the desalination plant.

BGR ENERGY SYSTEMS LIMITED

86. A209-320/314/304-17-41-SP-0001

1.7 EQUIPMENT LIST Number of multi effect evaporators: there is a missmatch between the number of evaporators indicated in the equipment list (3+1) and the number indicated in the text (3). Please confirm the actual required number

Number of MVC streams in KK-3&4 is 4 (3 working and one standby) and each MVC streams having multi-effects evaporators ( consisting minimum three effects).

BGR ENERGY SYSTEMS LIMITED

87. A209-320/314/304-17-41-SP-0001

1.1 I301.KK34.0.0.TH.TS.WD110

What is meant by "trial runs including stabilization of the plant for 30 days" ?

Operation of plant for stable design parameters and continuous operation thereafter for 30 days after successful commissioning of plant.

BGR ENERGY SYSTEMS LIMITED

88. A209-320/314/304-17-41-SP-0001

1.3 I301.KK34.0.0.TH.TS.WD110

Desalinated water quality: ph for desalinated water leaving the MVC is usually 5-6. If the specification remains as is, we will have to add caustic to the product. Is this acceptable to NPCIL

Tender specification shall prevail

Page 38: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 31 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 BGR ENERGY SYSTEMS LIMITED

89. A209-320/314/304-17-41-SP-0001

1.3 I301.KK34.0.0.TH.TS.WD110

Feed seawater to desalination plant

b.l. Condition ; min. Pressure required for mvc is typically 3 kg/cm2-g . Please check if possible to receive it, otherwise additional booster pump station will be required which will only add further to the cost of the plant

3 kg/cm2 shall be considered for feed sea water to desalination plant.

BGR ENERGY SYSTEMS LIMITED

90. A209-320/314/304-17-41-SP-0001

1.3 I301.KK34.0.0.TH.TS.WD110

MVC reject to sea, b.l. Condition; it appears that 4.5 kg/cm2-g too high. Preliminary pressure designed can be for 3 kg/cm2-g. Please clarify.

Tender specification shall prevail

BGR ENERGY SYSTEMS LIMITED

91. A209-320/314/304-17-41-SP-0001

1.4 I301.KK34.0.0.TH.TS.WD110

IDE's Compressors Are Per our own IP and Conform To very strict Internal Standards.We Are Using This Standard Successfully. In All Of Our Units Including The 4 Units Currently Installed In NPCIL. We request you to kindly allow for

Acceptable, Subject to the components are meeting the tender specifications& performance requirement.

Page 39: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 32 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 supplier's standards to be conformed in consultation with NPCIL. We assure that they would meet all the requirements of NPCIL.

BGR ENERGY SYSTEMS LIMITED

92. A209-320/314/304-17-41-SP-0001

1.4 I301.KK34.0.0.TH.TS.WD110

Blowers: Please Allow For Equivalent Standards As Well

Acceptable, Subject to the components are meeting the tender specifications & performance requirement.

BGR ENERGY SYSTEMS LIMITED

93. A209-320/314/304-17-41-SP-0001

1.4 I301.KK34.0.0.TH.TS.WD110

Evaporators: Please Allow For Equivalent Standards As Well

Acceptable, Subject to the components are meeting the tender specifications & performance requirement.

BGR ENERGY SYSTEMS LIMITED

94. A209-320/314/304-17-41-SP-0001

1.4 I301.KK34.0.0.TH.TS.WD110

API standards: As mentioned in centrifugal pumps, dosing pumps &phe. We believe that for water treatment plants API standards are not necessary. We request you to accept ANSI-HIS/BIS or other equivalent standard pumps.

Acceptable, Subject to the components are meeting the tender specifications & performance requirement.

Page 40: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 33 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 BGR ENERGY SYSTEMS LIMITED

95. A209-320/314/304-17-41-SP-0001

1.6 I301.KK34.0.0.TH.TS.WD110

Minimum turndown that most MVC supplier's offer is 60% per train. Less than this causes the compressor to choke and further adds troubles to buyers. Request you to kindly change the criteria to 60%.

Minimum turn down capacity of each MVC train of Desalination plant shall be 50%.

BGR ENERGY SYSTEMS LIMITED

96. A209-320/314/304-17-41-SP-0001

1.7 I301.KK34.0.0.TH.TS.WD110

Vapour compressor: We would recommend using a compressor with casing integral to the vessel for better performance (lower pressure losses) and a smaller footprint. We would request you to accept manufacturers standard design with respect to the equipment design.

Can be used provided it meets the technical specification and performance requirement.

BGR ENERGY SYSTEMS

97. A209-320/314/304-17-41-SP-

1.7 I301.KK34.0.0.TH.TS.WD110

Equipment list: Multi-effect evaporators MOC for the tubes and tube plates: Industry standard MOC

The minimum Upper/top 3 rows of heat transfer tubes of multi effect evaporators are of Titanium alloy

Page 41: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 34 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 LIMITED 0001 is aluminium which has a higher

heat transfer coefficient. Concerns about erosion can be aleviated by making the top rows of tubes out of titanium. IDE has been using this standard successfully in all of our thermal seawater desalination plants for the past 50 years. Kindly change the MoC to aluminium as it will increase the overall efficiency of the unit as well.

and lower rows of heat transfer tubes are of Aluminium

BGR ENERGY SYSTEMS LIMITED

98. A209-320/314/304-17-41-SP-0001

1.7 I301.KK34.0.0.TH.TS.WD110

Equipment list, multi-effect evaporators. Moc for the evaporator shell material: ide standard moc is cs with internal epoxy painting and external coating . We have used this standard successfully in all of our thermal seawater desalination plants and in the 4 units currently operated in npcil. Ide's operating conditions are based on vacuum.

MOC for the MVC evaporators of Desalination plant, CS with internal epoxy painting along sacrificial anode cathodic protection and externally coated can be used.

Page 42: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 35 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 The lining specified in the tender is not suitable for vacuum conditions and is brittle which may cause cracks afterwhich the lining cannot be repaired

BGR ENERGY SYSTEMS LIMITED

99. A209-320/314/304-17-41-SP-0001

1.7 I301.KK34.0.0.TH.TS.WD110

Equipment list, compressor moc: IDE's rotor is made out of aluminum for better unit performance and has been tested and tried over for the past 50 years. We have used this standard successfully in all of our plants for over 50 years including the 4 units currently installed in NPCIL. Please review and confirm.

Can be used provided it meets the technical specification and performance requirement for design life.

BGR ENERGY SYSTEMS LIMITED

100. A209-320/314/304-17-41-SP-0001

1.7 I301.KK34.0.0.TH.TS.WD110

Equipment list, brine disposal and product water pump's moc: SS316 is sufficient, duplex is not necessary for dearated brine and certainly not for the distiled water. This standard has been successfully

For product water pump SS316 material can be used and for brine disposal pump tender specification shall prevail

Page 43: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 36 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 used world over including IDE in the 4 units currently operated in NPCIL. Kindly review and confirm.

BGR ENERGY SYSTEMS LIMITED

101. 1.7 I301.KK34.0.0.TH.TS.WD110

Equipment list, for all chemical dosing tanks & pumps: Usually the supply is pp / hdpe / pvc / ptfe materials instead of ss or titanium where chemically possible. This alternative has lower maintenance and lower costs and no compromise on the perfomance and results.

PP / HDPE / PVC / PTFE materials instead of SS or Titanium can be used.

BGR ENERGY SYSTEMS LIMITED

102. A209-320/314/304-17-41-SP-0001

1.7 I301.KK34.0.0.TH.TS.WD110

Scale cleaning dosing pump is not necessary. Cip is done by the brine pump which is sufficient and will help further tune the system better by minimizing the equipment list. Please review and confirm.

Acceptable, Subject to the plant are meeting the tender specifications.

BGR ENERGY SYSTEMS LIMITED

103. A209-320/314/304-17-41-SP-0001

1.7 I301.KK34.0.0.TH.TS.WD110

Dechlorination system is not required for the mvc plant. This type of desalination is robust enogh to withstand any kind of water.

As per Technical specification of Desalination plant, it depends on supplier’s recommendations.

Page 44: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 37 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 Dechlorination will not solve any purpose in the proposed system but only add to cost. We recommend NPCIL should remove it.

BGR ENERGY SYSTEMS LIMITED

104. A209-320/314/304-17-41-SP-0001

I301.KK34.0.0.TH.TS.WD110

Section 1.11, Piping Material For Desalinted Water: We recommend using PP as it is applicabile for temperature and chemical composition of the water

Tender specification shall prevail.

BGR ENERGY SYSTEMS LIMITED

105. A209-320/314/304-17-41-SP-0001

1.17 I301.KK34.0.0.TH.TS.WD110

Air supply failure: We recommend using pneumatic actuators. This standard has been successfully used in many including the 4 units currently operated in NPCIL. If needed, we can install a redundant air compressor.

Pneumatic actuators can be used.

BGR ENERGY SYSTEMS LIMITED

106. A209-320/314/304-17-41-SP-0001

1.1 I301.KK34.0.0.TH.TS.WD110, SECTION 1.1 VS. I301.KK34.0.0.AB.TS

Please clarify auxiliary steam available quantity and pressure

Auxiliary steam is not available instead auxiliary boiler shall be used which is a part of desalination plant and is in the scope of EPC

Page 45: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 38 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 .PR001, TABLE 6.1 contractor.

BGR ENERGY SYSTEMS LIMITED

107. A209-320/314/304-17-41-SP-0001

5.3 I301.KK34.0.0.TH.TS.WD044

We recommend that the plate minimum thickness wil be reduced to 0.5mm since this is enough from a mechnical standpoint. From a process standpoint this will allow better heat transfer. This standard does not compromise on the perfomance of the unit though and only further optimizes the solution offering.

Minimum Thickness of 0.5mm can be used for plate type heat exchanger of Desalination plant subject to the components are meeting the tender specifications.

BGR ENERGY SYSTEMS LIMITED

108. C-2.7.2 - SUBVENDOR LIST FOR MECHANICAL ITEMS, I02.KK34.0.0.AP.REP.PR.002 / 003 - SUBENDOR LIST OF INSTRUMENTATION & SUBEVNDOR

Please clarify if the lists are only a recommendation. Can a supplier propose different qualified vendors equivalent to the list. We request it be allowed please.

Bidder can propose different qualified vendors equivalent to the list subject to approval of NPCIL.

Page 46: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 39 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 LIST FOR ELECTRICAL EQUIPMENT

BGR ENERGY SYSTEMS LIMITED

109. A209-320/314/304-17-41-SP-0001

1.4 I301.KK34.0.0.TH.TS.WD110

Comply with Atomic Energy Factory Rules, 1996. Please advise, as the water treatment packages are in the utilities section/area, there's no need to comply with these rules under this section.

Compliance to Atomic Energy Factory Rules 1996 for water treatment package as applicable.

BGR ENERGY SYSTEMS LIMITED

110. A209-320/314/304-17-41-SP-0001

1.11 I301.KK34.0.0.TH.TS.WD110

Material selection: Tanks are defined as RCC epoxy coated. We recommends: Tanks up to 25 m3 from PP/PE Tanks above 25 m3 and up to 300 m3 from GRP. Allowing this does not compromise on the perfomance of the unit though and only further optimizes the solution offering.

MOC & Capacity of tank as per Clause 1.7 of Tech Spec of Desalination, DM Plant

BGR ENERGY

111. A209-6-44-0005

7 12

I301.KK36.0.0.TH.TS.WD705

Piping material specification index: - DM water , polished water from

Material of piping shall be as per technical specification of respective

Page 47: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 40 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 SYSTEMS LIMITED

13 rubber lined CS - We suggest GRP or PP, please confirm if can be considered - Cooling water supply and cooling water return (sea water) from carbon steel - this material is not sutable for seawater - We suggest GRP or PP, please confirm if it can be considered. - Potable water(under ground) from HDPE - Is HDPE only for underground piping? Please clarify.

facility

BGR ENERGY SYSTEMS LIMITED

112. A209-802-17-41-SP-0002

1.1 I301.KK34.0.0.TH.TS. WD111

OCWT plant consists of TPI, DAF, DMF and two stages ACF. Sludge treatment consists of thickener and centrifuge.For max feed oil content of 100 mg/L, TPI unit is actually not required as it does not solve ANY purpose. Also nothing is written about oil peaks. Since hold up tank that receives the wastewater before TPI unit has 4

Tender specification shall prevail

Page 48: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 41 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 hours retention time,can it be assumed that such high retention time be sufficient to deal with oil peaks.Since the requirement for oil (petrochemical content) is only less than 5 mg/L and the requirement for TSS is only less than 10 mg/L, the activated carbon filters are not actually required. DMF can be left. Instead of ACF, nutshell filter will be more efficient.Two process schemes that should be considered as optimal solution are:(1) TPI, DAF, nutshell filter(2) DAF, nutshell filter, DMF. Adding not required equipments is only a burden and overkill of the overall solution. Hence we request suitable modification.

BGR ENERGY SYSTEMS LIMITED

113. A209-802-17-41-SP-0003

1.7 I301.KK34.0.0.TH.TS. WD112

DAF saturation vessel - DAF unit is required to be designed with saturation vessel. For such small size DAF unit, the alternative to

Query pertains to specification no I301.KK34.0.0.TH.TS. WD111. Tender specification shall prevail.

Page 49: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 42 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 saturation vessel design is special type pump that mixes air and water and provides recirculated stream with sufficiently small size air bubbles. Two alternative for DAF design: (1) Using saturation vessel (2) Using air / water mixing pump Request suitable modification.

BGR ENERGY SYSTEMS LIMITED

114. A209-802-17-41-SP-0004

1.7 I301.KK34.0.0.TH.TS. WD113

Thickener dimensions - No retention time or volume of thickener are mentioned. Only typical size of 25 m diameter and 3-4 m height that gives 1,500 – 2,000 m3 volume. The flow rate to thickener is 2 m3/hr so that the corresponding proposed thickener size is too big. Thickener retention time or thickener volume should be given. 1 – 2 hours retention time is

Query pertains to specification no I301.KK34.0.0.TH.TS. WD111. Tender specification shall prevail.

Page 50: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 43 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 sufficient from solution standpoint.

BGR ENERGY SYSTEMS LIMITED

115. A209-802-17-41-SP-0005

1.7 I301.KK34.0.0.TH.TS. WD114

On-line analyzers - Two analyzers are required – Oil (upstream of TPI, DAF and ACF outlets) and TOC (outlets of ACF) analyzers with correlation to COD and BOD. Oil analyzer should be defined in the detailed form.The best method to detect oil is infrared method. This method detects all type of oil – dissolved, emulsified, droplet and free. The problem that this method can be done only in laboratory and no online analyzers are available. This method can be used for calibration of online oil analyzers that operated according to other method.Oil online monitoring instrument can be based on UV absorption. This method detects only aromatic hydrocarbons (most of them are dissolved). By using

Query pertains to specification no I301.KK34.0.0.TH.TS. WD111. Suitable analyser meeting tender specification shall be used.

Page 51: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 44 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 the ratio between total hydrocarbons to aromatic hydrocarbons, the total amount of hydrocarbons can be evaluated from UF absorption method. The widely used online monitoring instrument is based on UV fluorescence method.TOC analyzer is available but very-very expensive. No direct correlation between COD and TOC or BOD and TOC are available.Instead two analyzers are proposed:(1) Oil analyzer based on UV fluorescence method. Total amount of hydrocarbons can be evaluated by using ratio between total hydrocarbons to aromatic hydrocarbons.(2) Turbidity analyzer for TSS evaluation.No TOC analyzer is recommended. TOC, BOD and COD measurements are proposed to be

Page 52: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 45 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 done in the laboratory once per day.

BGR ENERGY SYSTEMS LIMITED

116. A209-320/314/304-17-41-SP-0002

1.3 I301.KK34.0.0.TH.TS.WD111

Potable water quality -Only a pH range and Ca as ion < 75 ppm was given and to follow WHO standards however no other parameters were defined. Please provide clear values for Ca concentration with minimum level as well, alkalinity and LSI. In relation to the above, is the sodium carbonate system actually necessary ?

Tender specification shall prevail LSI values should be positive..

BGR ENERGY SYSTEMS LIMITED

117. Specifications for electrical systems

1.3 I02.KK34.0.0.ET.DS.PR017

Motor design ambient temprature- 45 ˚ - may cause power derating due to larger ambient temperature. Generally the MVC designs are according to 40 ˚. We would request NPCIL to make suitable change so that only tried and tested systems be supplied to you which have a proven track record

Requirement given in the Technical specification shall prevail.

Page 53: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 46 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 of successful running over years.

BGR ENERGY SYSTEMS LIMITED

118. Specifications of instrumentation for common services package - Technical requirements of instrumentation

1.5 I02.KK.34.0.0.AP.TT.PR001

Request for a waiver on suppying IRP panels - hard wired relay cabinets on top of the PLC/RIO panels, as according to us it's not required in this water utilities type system. Also in NPCIL 1 project there were no IRP panels required either.

Section indicates the generic equipments used in I&C process control. IRP may be used where there is necessity to interface signals of different voltage levels. Hence, blanket waiver cannot be provided.

BGR ENERGY SYSTEMS LIMITED

119. Specifications of instrumentationfor common services package - Technical

6 & 7 I02.KK.34.0.0.AP.TT.PR001

The wiring for the instrumentation and the redundant system should be separate, meaning working with junction boxes/marshaling cabinets. According to our experience and engineering practice it's not required in this water utilities type system.

Wiring for redundant instrumentation channels may be routed through JB/Marshalling cabinets as per industry best practices for similar systems.

Page 54: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 47 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 requirements ofinstrumentation

BGR ENERGY SYSTEMS LIMITED

120. Specifications of instrumentation for common services package - Technical requirements of instrumentation

1.8 I02.KK.34.0.0.AP.TT.PR001

PRODOK software is required for drawings and technical documents in the design stage. IDE uses EPLAN/.AUTOCAD as default - please confirm that the same can be used.

EPLAN can be Accepted, provided the formats mentioned covers the Engineering applications like Document flow control, auto detection of errors in TL etc. If not latest Engineering software (Updated to PRODOK/equivalent) shall be identified by vendor and shall be submitted to NPCIL for approval.

BGR ENERGY SYSTEMS LIMITED

121. Specifications of instrumentation for common services

4.10 I02.KK.34.0.0.AP.TT.PR001

Number of I/O channel per module shall be max. 16. Request confirmation to use 32 I/O channels per module, in order to reduce unnecessary number of cards

Accepted. Care should be taken such that failure of single I/O channel should not effect other Process/Equipment.

Page 55: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 48 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 package - Technical requirements of instrumentation

BGR ENERGY SYSTEMS LIMITED

122. PROCESS SPECIFICATION

5.00 I301.KK34.0.0.AB.TS.PR001

"Plant operating life for all equipment required shall be 40 years. EPC contractor to necessarily bring out in notice during offer stage itself in case life of any equipment is less than 40." Typically equipment life is considered for 25 years. Equipment operating life can be 40 years, however during operation components would require mainteance and replacement. The maintenance and replacement frequency would depend on the operating conditions and

Tender Specification shall prevail.

Page 56: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 49 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 maintenance also. Is it a mandatory requirement. It would not be possible to define the life of individual equipment or component.

BGR ENERGY SYSTEMS LIMITED

123. PROCESS SPECIFICATION

7.20 I301.KK34.0.0.AB.TS.PR001

Minimum corrosion allowances for CS is 3mm - We request it be modified to minimum corrosion allowances for CS of 1.5 mm, as according to best engineering pactices it's not required in this water utilities type of systems.

Tender specification shall prevail.

BGR ENERGY SYSTEMS LIMITED

124. GENERAL GENERAL IDE request NPCIL/EIL to provide the templates for the equipment data sheets of this project in an editable format, such as Word or Excel.

Editable format will be provided to successful bidder.

BGR Set-4dt16/09/16

Page 57: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 50 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 BGR Energy Systems Limited

125. Sec-C2, Non safety child water plant

Table-5, Page 14/24

In the Table-3 and Table-4 Maximum heat load is indicated. In table-5 normal load is indicated.

Please clarify of the significance if any. Considering Table-6 data we feel this should also be maximum.

The maximum heat load as per table -5 is 4883.8 KWt/ 462.98 m3/hr. But, that is an anticipated operational occurrence case only wherein only compressor process load will be in service and other loads can be shut off to meet demand and the chilled water system is to be designed for the total capacity as indicated in Table-6.

BGR Energy Systems Limited

126. Sec-C2, Non safety child water plant

Table-5, Page 14/24

Please clarify ‘PPM’ in the Table-3 to 5 for intermittent demand.

Planned preventive maintenance

BGR Energy Systems Limited

127. Sec-C2, Non safety chilled water plant

2.1, Page 3/24 and Data sheet B1(2) for chiller

Refrigerant type as per data sheet is R134a/R123; please confirm.

R134A

BGR Energy Systems Limited

128. SCOPE OF WORK/SUPPLY FOR MATERIA

Capacity of crane is 15/3 T as per SOW document. In architectural drawing 25T is indicated. Please

Crane capacity is 25 MT.

Page 58: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 51 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 L HANDLING FACILITIES OF COMMON SERVICES And architectural drawing of 0UQR building

check and confirm.

BGR Energy Systems Limited

129. Sec-C2, Non safety chilled water plant

Cl 11.0, Page 18/24 Data sheet for pump

MOC- Impeller of chilled water recirculation pump is indicated as Killer Carbon steel in the description and in data sheet it is indicated as SS304L. Please clarify.

This applies to other chilled water pumps also.

Chilled water recirculation pump impeller should be of SS304L

BGR Energy

130. Data sheet for chilled

a) MOC of expansion tank is indicated as SA516 Gr 70 in

a) Material of expansion tank is SA516 grade 70. Epoxy coating

Page 59: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 52 of 52

NUCLEARPOWERCORPORATIONOFINDIALIMITED DESIGN,ENGINEERING,PROCUREMENT,MANUFACTURE,SUPPLY,ERECTION/CONSTRUCTION,TESTING,

COMMISSIONING,HANDINGOVERANDPERFORMANCEGUARANTEE(PG)OFCOMMONSERVICESSYSTEMS, STRUCTURESANDCOMPONENTS(SSC)FORKUDANKULAMNUCLEARPOWERPROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : MECHANICAL

NAME OFTHE BIDDER

QUERY NO.

TENDER SECTION

NO.

REF. CLAUSE

NO.

TECHNICAL SPECIFICATION

NO./ COMMERCIAL REF. NO.

DESCRIPTION OFTHE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7 Systems Limited

water system-Expansion tank

one data sheet but in other place it is epoxy coated killed carbon steel.

b) Diameter is 700 mm in one data sheet and 1200 mm in other data sheet

should be given as a part of painting

b) Diameter 1200 mm is indicative. Actual tank sizing calculations to be done on ASHRAE guidelines on chilled water expansion tankl sizing.

BGR Energy Systems Limited

131. General Process Specification

8.6, Page 17/40

For compressors only API standards are mentioned. As these are not refinery application, other standards such as IS, EN, BS, etc.

Refer clause 8 of scope document which shall prevail.

BGR Energy Systems Limited

132. Sec-C2, Compressed air plant

4.0 The discharge pressure for reciprocating compressor is indicated as 6.27 MPa in this clause. Please check.

The pressure indicated is correct.

Page 60: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 1 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 BGR Energy systems LTD

1. C2 2.7.11 (b), Page 6 of 36

I02.KK34.0.0.PR.TT.PR.002 JOB SPECIFICATION OF ELECTRICAL EQUIPMENT FOR BALANCE OF PLANT - COMMON SERVICES 2.7.11 (b), Page 5 of 36 In the substation, ……. In addition, space for future extension of the substation/ MCC room building shall also be considered.

As per specification space for future extension of the substation/ MCC room building shall also be considered. Space for future extension cannot be given unless it is quantified. Hence please delete this clause Please Confirm acceptance

Requested information is available in the document.

BGR Energy systems LTD

2. C2 3.10.11, Page 13 of 36

I02.KK34.0.0.PR.TT.PR.002 JOB SPECIFICATION OF ELECTRICAL EQUIPMENT FOR BALANCE OF PLANT - COMMON SERVICES 3.10.11, Page 13 of 36 Power cables of different voltage grades shall be,…..requirements of the same are already covered in the relevant chapters/ sections of Technical Specification Documents.)

As per standard and general practice we propose to have the following voltage level segregation in the race way system to accommodate the huge number of cable trays that is required in the plant. a) HV Cable tray (ladder type) to consider HV cable consisting of HV & MV system. b) LV cable tray (ladder

Tender Clauses, as specified, shall prevail. Bidder may also refer the Technical Specifications on ‘Cable Carrier Systems & Cabling Guidelines’ for the same.

Page 61: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 2 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 type) for 1.1KV grade LV power cables. c) Control cable tray for LV control cables (ladder type) d) Instrumentation Tray for Instrument cables / signal cables. (perforated type) Please Confirm your acceptance.

BGR Energy systems LTD

3. C2 3.10.15, Page 13 of 36

I02.KK34.0.0.PR.TT.PR.002 JOB SPECIFICATION OF ELECTRICAL EQUIPMENT FOR BALANCE OF PLANT - COMMON SERVICES 3.10.15, Page 13 of 36 All MV & LV power cables in racks/ trays/ cable ducts shall be laid in single layer only.

As per standard and general practice 1100V grade power cables size less than or equal to 120sqmm shall be laid in two layers. Cables above 120sqmm shall be laid in single layer. We request you to accept the above.

Tender Clauses, as specified, shall prevail. Bidder may also refer the Technical Specifications on ‘Cable Carrier Systems & Cabling Guidelines’ for the same.

BGR Energy systems

4. C2 3.10.18, Page 13 of 36

I02.KK34.0.0.PR.TT.PR.002JOB SPECIFICATION OF ELECTRICAL EQUIPMENT FOR BALANCE OF

We understand that the specified arrangement shall be followed in cable Chase

Tender Clauses, as specified, shall prevail. Bidder may

Page 62: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 3 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 LTD PLANT - COMMON

SERVICES3.10.18, Page 13 of 36Cable trenches in hazardous areas shall be sand filled.

and direct buried cables. Since sand filling is not applicable inside Cable trench because difficulty in maintenance and relaying of additional cables. Suitable fire stop arrangement shall be ensured as per hazardous requirement.Please Confirm your acceptance.

also refer the Technical Specifications on ‘Cable Carrier Systems & Cabling Guidelines’ for the same.

BGR Energy systems LTD

5. C2 3.19.2, Page 23 of 36

I02.KK34.0.0.PR.TT.PR.002 JOB SPECIFICATION OF ELECTRICAL EQUIPMENT FOR BALANCE OF PLANT - COMMON SERVICES 3.19.2, Page 23 of 36 Contractor shall increase the size of the building/room, if required at any stage, to accommodate electrical equipment required for all areas/facilities/buildings in contractor's scope and purchaser's equipment, as applicable.

Substation switchgear building will be sized based on bidder’s equipment & purchaser’s equipment as per tender requirement and submitted for Client's approval. Once approval is given and construction commences building size cannot be increased. Hence the following clause shall be deleted "Contractor

No change in the building size is envisaged after the approval of drawings by Purchaser.

Page 63: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 4 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 shall increase the size of the building/room, if required at any stage, to accommodate electrical equipment .......... as applicable. Please Confirm your acceptance.

BGR Energy systems LTD

6. C2 3.19.4, Page 24 of 36

I02.KK34.0.0.PR.TT.PR.002 JOB SPECIFICATION OF ELECTRICAL EQUIPMENT FOR BALANCE OF PLANT - COMMON SERVICES 3.19.4, Page 24 of 36 Substation shall be a single story building with cable room below. Cable room,……. adequately ventilated with fresh air entry from safe side

1) No sub-zero level cellar / cable spreader room is envisaged in any Substation switchgear building to avoid water ingress. 2) Cable Vault shall be provided for the Building with HV & MV Switchgear and PMCC. 3) Cable Trench shall be provided for the buildings with PMCC & MCC where the quantum of cable is less. Please Confirm your acceptance.

Tender Clauses, as specified, shall prevail

Page 64: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 5 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7

BGR Energy systems LTD

7. C2 5.1, Page 4 of 38

I02.KK34.0.0.ET.TT.PR.001 CABLE SYSTEMS & CABLING GUIDELINES 5.1, Page 4 of 38 Cables shall be laid,….Cables shall not be directly buried in the ground. .

As per general practice buried Cable trench may be essential / required for remote location where the quantum of cables is less and where pipe rack/cable rack facilities are not available, This arrangement shall be allowed based on specific approval by owner / Consultant as per Tender Doc No I02.KK34.0.0.ET.TT.PR.001 Sec-C2 Clause 7.2.10, Page 15 of 38 Please Confirm your acceptance.

Tender Clauses, as specified, shall prevail

BGR Energy systems

8. C2 7.1.3, Page 11 of 38

I02.KK34.0.0.ET.TT.PR.001CABLE SYSTEMS & CABLING GUIDELINES7.1.3, Page 11 of 38All

We have considered the following cable carrier system for the entire plant1)

Tender Clauses, as specified, shall prevail

Page 65: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 6 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 LTD the cable,…….. for very short distances. Prefabricated Hot Dipped GI

cable tray.2) Cable trench3) Shallow trench / cable chase4) Direct buried cable trench 5) GRP trays for acid / alkali handling area 6) Duct bank / PVC encased in concrete / RCC Hume pipe for road crossing 7) Pipe sleeves / Channel / angle support shall be used for branch route near the equipment.Please Confirm your acceptance for the above.

BGR Energy systems LTD

9. C2 7.1.4, Page 11 of 38

I02.KK34.0.0.ET.TT.PR.001 CABLE SYSTEMS & CABLING GUIDELINES 7.1.4, Page 11 of 38 Separate cables shall be used for AC and DC System. Power and control cables shall be

As per standard and general practice we propose to have the following voltage level segregation in the race way system to accommodate the huge number of cable trays that is

Tender Clauses, as specified, shall prevail

Page 66: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 7 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 laid in separate trays, identified as power and control cable trays.

required in the plant. a) HV Cable tray (ladder type) to consider HV cable consisting of HV & MV system. b) LV cable tray (ladder type) for 1.1KV grade LV power cables. c) Control cable tray for LV control cables (ladder type) d) Instrumentation Tray for Instrument cables / signal cables. (perforated type) Please Confirm your acceptance.

BGR Energy systems LTD

10. C2 7.1.6, Page 11 of 38

I02.KK34.0.0.ET.TT.PR.001 CABLE SYSTEMS & CABLING GUIDELINES 7.1.6, Page 11 of 38 Remote controls (tripping /closing) from control panels shall be with 48 V DC. Control

As per standard and general practice we propose to have the following voltage level segregation in the race way system to accommodate the huge number of cable trays that is

Tender Clauses, as specified, shall prevail

Page 67: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 8 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 cables and terminal blocks for this shall be segregated from 220 V DC cables.

required in the plant. a) HV Cable tray (ladder type) to consider HV cable consisting of HV & MV system. b) LV cable tray (ladder type) for 1.1KV grade LV power cables. c) Control cable tray for LV control cables (ladder type) d) Instrumentation Tray for Instrument cables / signal cables. (perforated type) Please Confirm your acceptance.

BGR Energy systems LTD

11. C2 7.1.7, Page 11 of 38

I02.KK34.0.0.ET.TT.PR.001CABLE SYSTEMS & CABLING GUIDELINES7.1.7, Page 11 of 38Provision of space for accommodating additional cabling, in future, to an extent of at least10-15% shall be kept in all cable trays/ cable

1) As a general practice tray shall be designed for 85 to 90% fill-in-criteria. which satisfies 10 to15% spare space for future use, however spare 10 to 15% in racks, trenches and tunnels

Tender Clauses, as specified, shall prevail

Page 68: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 9 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 ducts, racks, trenches and tunnels. is not envisaged. Please

Confirm your acceptance.

BGR Energy systems LTD

12. C2 7.1.18, Page 13 of 38

I02.KK34.0.0.ET.TT.PR.001 CABLE SYSTEMS & CABLING GUIDELINES 7.1.18, Page 13 of 38 The RCC cable trenches,....The trenches in hazardous areas shall be filled up with sand. The width of cable,…... inside the trench for safe pulling of the cables.

We understand that the specified arrangement shall be followed in cable chase and direct buried cables. Since sand filling is not applicable inside Cable trench because difficulty in maintenance and relaying of additional cables. Suitable fire stop arrangement shall be ensured as per hazardous requirement. Please confirm your acceptance.

Tender Clauses, as specified, shall prevail

BGR Energy systems LTD

13. C2 7.2.14, Page 15 of 38

I02.KK34.0.0.ET.TT.PR.001 CABLE SYSTEMS & CABLING GUIDELINES 7.2.14, Page 15 of 38 Control cables on trays may be laid in

Control cables shall be laid in cable trays in maximum three layers as per general practice Please Confirm your

Tender Clauses, as specified, shall prevail

Page 69: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 10 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 one line or in bundles depending on the number of cables on a tray and also in multiple layers in metal ducts.

acceptance.

BGR Energy systems LTD

14. C2 8.1, Page 24 of 38

I02.KK34.0.0.ET.TT.PR.001CABLE SYSTEMS & CABLING GUIDELINES8.1 Page 24 of 38Following types of cable carriers are envisaged are to be used.a. Ladder type of trays (without covers).b. Solid ducts- to be used in process areas,c. Solid ducts- to be used in outdoor area – as a feeder to the solid box.d. Solid box (multi-tiered) – for outdoor area, (on the trestle - from switchyard to nearpump house area) and in some indoor areas.e. Wire mesh – indoor - to be used for running the cables for lighting and receptacles,fire alarm and protection, welding and maintenance lighting. Direct installation ofcables on wall/ceiling, is to be avoided except in

We have considered the following cable carrier system for the entire plant1) Prefabricated Hot Dipped GI cable tray.2) Cable trench3) Shallow trench / cable chase4) Direct buried cable trench 5) GRP trays for acid / alkali handling area6) Duct bank / PVC encased in concrete / RCC Hume pipe for road crossing) Pipe sleeves / Channel / angle support shall be used for branch route near the equipment.Please Confirm your acceptance for the above.

Tender Clauses, as specified, shall prevail

Page 70: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 11 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 situations where such a length is notmore than 2m and the number of cable run is not more than ONE.

BGR Energy systems LTD

15. C2 9 (a), Page 36 of 38

I02.KK34.0.0.ET.TT.PR.001 CABLE SYSTEMS & CABLING GUIDELINES 9 (a), Page 36 of 38 Following points are to be noted while laying cables: a. 6 kV, 3 core HT cables shall be laid in single layer only without exception. These cables in general will be laid with a spacing equal to diameter of the cable.

As per general practice and based on all our previous projects we are considering touching configuration for HT multicore power cables Please Confirm your acceptance.

Tender Clauses, as specified, shall prevail

BGR Energy systems LTD

16. C2 9 (b), Page 36 of 38

I02.KK34.0.0.ET.TT.PR.001 CABLE SYSTEMS & CABLING GUIDELINES 9 (b), Page 36 of 38 b. 1100V grade power cable of OD above 16 sq. mm shall be laid touching in single layer in trays.

As per standard and general practice 1100V grade power cables size less than or equal to 120sqmm shall be laid in two layers. Cables above 120sqmm shall be laid in single layer.

Tender Clauses, as specified, shall prevail

Page 71: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 12 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 Please Confirm your acceptance.

BGR Energy systems LTD

17. C2 9 (c), Page 36 of 38

I02.KK34.0.0.ET.TT.PR.001CABLE SYSTEMS & CABLING GUIDELINES9 (c), Page 36 of 38c. 1100V grade power cables of OD 16 sq. mm and below can be laid in double layerand touching each other.

As per standard and general practice 1100V grade power cables size less than or equal to 120sqmm shall be laid in two layers.Cables above 120sqmm shall be laid in single layer.Please Confirm your acceptance.

Tender Clauses, as specified, shall prevail

BGR Energy systems LTD

18. C2 9 (d), Page 36 of 38

I02.KK34.0.0.ET.TT.PR.001 CABLE SYSTEMS & CABLING GUIDELINES 9 (d), Page 36 of 38 d. Control and instrumentation cables shall be laid touching upto a maximum of two layers or upto 70% volume wise, if not specifically mentioned otherwise, in each pan whichever is higher.

Control cables shall be laid in cable trays in maximum three layers as per general practice Please Confirm your acceptance.

Tender Clauses, as specified, shall prevail

Page 72: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 13 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7

BGR Energy systems LTD

19. C2 4.1.2., Page 3 of 31

I02.KK34.0.0.PR.TT.PR.009 TECHNICAL SPECIFICATION FOR CABLE CARRIER SYSTEM 4.1.2., Page 3 of 31 The elements shall be fabricated from carbon steel as mentioned under the title ‘raw material’. The elements shall be hot dip galvanized as per requirements given in this tender. The elements for installation in the common access area shall be made of galvanized carbon steel with a thickness of zinc coating no less than 80 micron.

As per IS 4759 /1996 Table-1 Mass of Zinc coating for 2mm thick sheet steel Galvanising shall be 460gm per sqm (ie. 65 microns) Please Confirm your acceptance for the above..

Tender Clauses, as specified, shall prevail

BGR Energy systems LTD

20. C2 4.1.3, Page 3 of 31

I02.KK34.0.0.PR.TT.PR.009TECHNICAL SPECIFICATION FOR CABLE CARRIER SYSTEM4.1.3, Page 3 of 31The elements/components of cable metal structures include:- Racks (ceiling, wall, floor, spacer-types);-

We have considered the following cable carrier system for the entire plant1) Prefabricated Hot Dipped GI cable tray.2) Cable trench3) Shallow trench / cable

Tender Clauses, as specified, shall prevail

Page 73: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 14 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 Cantilevers;- Trays for laying power and control cables;- Flat Cable ducts for laying power and control cables;- Modular Cable ducts for laying power and control cables;- Separating partitions for installation in ducts;- Duct - bend sections.- Accessories for the elements/components- Fasteners for the assembly- Cable fastening clamps – of all types

chase4) Direct buried cable trench 5) GRP trays for acid / alkali handling area6) Duct bank / PVC encased in concrete / RCC Hume pipe for road crossing) Pipe sleeves / Channel / angle support shall be used for branch route near the equipment. Please Confirm your acceptance for the above.

BGR Energy systems LTD

21. C2 4.4, Page 4 of 31

I02.KK34.0.0.PR.TT.PR.009 TECHNICAL SPECIFICATION FOR CABLE CARRIER SYSTEM 4.4, Page 4 of 31 CLASSIFICATION The cable carrier system and its elements are designed for operation as part of the NPP system equipment, classes 2S, 3N and 4 according to NP-001-97 (PNAE G-01-011-97, OPB-

All safety factors are subject to manufacturer’s standard and recommendation. Please Confirm your acceptance

Tender Clauses, as specified, shall prevail

Page 74: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 15 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 88/97).

BGR Energy systems LTD

22. C2 4.8.3, Page 5 of 31

I02.KK34.0.0.PR.TT.PR.009 TECHNICAL SPECIFICATION FOR CABLE CARRIER SYSTEM 4.8.3, Page 5 of 31 Following tests shall also be conducted in the presence of Purchaser‘s representative on the samples selected randomly from each set. i) Incoming raw material tests ii) Visual inspection iii) Dimensional checking iv) Copper Sulphate Test (Uniformity test) v) Zinc coating thickness check. vi) Stripping tests. vii) Tests on hardware

All tests are subject to manufacturer's standard QAP Please Confirm your acceptance

Tender Clauses, as specified, shall prevail

BGR Energy systems

23. C2 5.1.2, Page 5 of 31

I02.KK34.0.0.ET.TS.PR.009TECHNICAL SPECIFICATION FOR CABLE CARRIER SYSTEM5.1.2, Page 5 of

All dimensions are subject to manufacturer’s standard practice.Please Confirm

Tender Clauses, as specified, shall prevail

Page 75: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 16 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 LTD 31RacksThe lengths of racks shall be in

standard sizes ranging from 300 to 3000 mm with a 50-mmpitch for the (circular) slotted holes on all the faces.

your acceptance

BGR Energy systems LTD

24. C2 5.2.3, Page 8 of 31

I02.KK34.0.0.ET.TS.PR.009 TECHNICAL SPECIFICATION FOR CABLE CARRIER SYSTEM 5.1.2, Page 8 of 31 Brackets Standard sizes of brackets facilitate installation standard trays and ducts of widths of 100, 200, 300, 400, 500, and 600 mm.

All dimensions are subject to manufacturer’s standard practice. Please Confirm your acceptance

Tender Clauses, as specified, shall prevail

BGR Energy systems LTD

25. C2 5.3.2, Page 11 of 31

I02.KK34.0.0.ET.TS.PR.009 TECHNICAL SPECIFICATION FOR CABLE CARRIER SYSTEM 5.3.2, Page 11 of 31 Cable trays shall be in standard widths of – 100, 200, 300, 400, 500, 600mm.

Cable tray width as per standard industrial practice shall be 150, 300, 450, 600mm. Please Confirm your acceptance

Tender Clauses, as specified, shall prevail

Page 76: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 17 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 BGR Energy systems LTD

26. C2 5.4, Page 15 of 31

I02.KK34.0.0.ET.TS.PR.009 TECHNICAL SPECIFICATION FOR CABLE CARRIER SYSTEM 5.4, Page 15 of 31 Flat Cable Ducts

We have considered the following cable carrier system for the entire plant 1) Prefabricated Hot Dipped GI cable tray. 2) Cable trench 3) Shallow trench / cable chase 4) Direct buried cable trench 5) GRP trays for acid / alkali handling area 6) Duct bank / PVC encased in concrete / RCC Hume pipe for road crossing 7) Pipe sleeves / Channel / angle support shall be used for branch route near the equipment. Please Confirm your acceptance for the above.

Tender Clauses, as specified, shall prevail

BGR Energy

27. C2 5.5, Page 23 of 31

I02.KK34.0.0.ET.TS.PR.009TECHNICAL SPECIFICATION FOR CABLE

We have considered the following cable carrier

Tender Clauses, as specified, shall

Page 77: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 18 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 systems LTD

CARRIER SYSTEM5.5, Page 23 of 31Modular Cable Ducts

system for the entire plant1) Prefabricated Hot Dipped GI cable tray.2) Cable trench3) Shallow trench / cable chase4) Direct buried cable trench 5) GRP trays for acid / alkali handling area6) Duct bank / PVC encased in concrete / RCC Hume pipe for road crossing7) Pipe sleeves / Channel / angle support shall be used for branch route near the equipment.Please Confirm your acceptance for the above.

prevail

BGR Energy systems LTD

28. C2 1.2, Page 2 of 11

I02.KK34.0.0.ET.TS.PR.019 TECHNICAL SPECIFICATION FOR GLASS REINFORCED POLYESTER(GRP) CABLE TRAY 1.2, Page 2 of 11 The GRP cable tray system shall be

GRP trays shall be used for acid / alkali handling area as per standard practice Please Confirm your acceptance for the above.

Tender Clauses, as specified, shall prevail

Page 78: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 19 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 used in outside GIS building areas and near the sea shore areas like chlorination plant, desalination plant, dyke areas DM plant and pump house areas, water borne areas, etc. (as included in the tender).

BGR Energy systems LTD

29. C2 1.2, Page 2 of 8 I02.KK34.0.0.ET.TS.PR.020 TECHNICAL SPECIFICATION FOR WIRE MESH CABLE TRAY 1.2, Page 2 of 8 Wire mesh – indoor - to be used for running the cables for lighting and receptacles, fire alarm and protection, welding/multipurpose receptacles and maintenance lighting. Direct installation of cables on wall/ceiling, is to be avoided except in situations where such a length is not more than 2m and the number of cable run is not more than ONE.

We have considered the following cable carrier system for the entire plant 1) Prefabricated Hot Dipped GI cable tray. 2) Cable trench 3) Shallow trench / cable chase 4) Direct buried cable trench 5) GRP trays for acid / alkali handling area 6) Duct bank / PVC encased in concrete / RCC Hume pipe for road crossing 7) Pipe sleeves / Channel / angle support shall be used

Tender Clauses, as specified, shall prevail

Page 79: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 20 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 for branch route near the equipment. Please Confirm your acceptance for the above.

BGR Energy systems LTD

30. C2 Sh.No. 3 of 3, Sl.Nos.6,8,9 & 12

STANDARD No.7-51-333, Rev.1, DETAILS FOR HOT DIP GALVANISED LADDER TYPE CABLE TRAYSSh.No. 3 of 3, Sl.Nos.6,8,9 & 12

1. With the consideration of cable tray collar/flanges and rungs, it is difficult to fix both side fish plates, and hence single fishplate provision is sufficient for given loading factors.2. As per IS 4759 /1996 Table-1 Mass of Zinc coating, cable tray galvanisation for the 2mm thick. tray is 460 g/Sq.Mtr (i.e 65 Microns).3. The standard straight length of cable tray shall be 2.5M as per manufacturer standard and as per general practice

Tender Clauses, as specified, shall prevail

Page 80: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 21 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7

BGR Energy systems LTD

31. Volume_7 Section-C2.3, Tech Specs C-2.3-Electrical C 2.3.1

2.3

1_I02.KK34.0.0.ET.TS.PR002 Overall SLD (Drg. No. A209-00-16-50- 0002) is not available with tender documents. Please provide the same.

Technical specification I02.KK34.0.0.ET.TS.PR002 is not related to scope of work of the Tender. I02.KK34.0.0.ET.TT.PR002 is relevant document, the same is uploaded in folder 2.3.1 of folder 4 along with prebid response.

BGR Energy systems LTD

32. Volume_7_Section_C_C2.3, C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

Annexure-13_SLD of 400kV System, Annexure-14_SLD of 230kV System

Dwg.No.IO2.KK34.0.0.ET.OKP.WD001, Dwg.No.IO2.KK34.0.0.ET.OKP.WD002

As per the 220kV Single Line Diagram, there is an incoming line feeder for KKNPP (Unit 3 & 4). The interconnecting details between 400kV GIS, 220kV GIS are not clear.

These drawings are enclosed with the tender only for reference / sharing inputs, if any, for interfacing requirements. Any other works related to the same are not

Page 81: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 22 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 included in the scope of this package.

BGR Energy systems LTD

33. Volume_7_Section_C_C2.3, C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

The Specification pertaining to 400kV & 220kV GIS and EHV cables are not mentioned in the Technical Specification. Please confirm whether it comes under BGR scope. If, so, please provide the complete specification.

Not included in the scope of this package

BGR Energy systems LTD

34. Volume_7_Section_C_C2.3, C2-Tech Specs_C-2.3-Electrical_C 2.3.2_Data Sheets

Doc No.I02.KK34.0.0.ET.DS.PR008, I02.KK34.0.0.ET.DS.PR009, I02.KK34.0.0.ET.DS.PR010,I02.KK34.0.0.ET.DS.PR011, I02.KK34.0.0.ET.DS.PR012,

Following standards for cables are not available : PvVng(A)-LS, VVGng-FRLS & VVGEng-FRLS, VVGng-LS & VVGEng-LS, KVVGng-FRLS & KVVGEng-FRLS, KVVGng-LS & KVVGEng-LS). Please mention the equivalent IS/IEC code for all the above cables. The

The requested details for the cables are covered in the technical specifications of the cables.

Page 82: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 23 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 cables shall be procured based on IS/IEC code

BGR Energy systems LTD

35. Volume_7_Section_C_C2.3, C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

Cl.no:3.10.10 Doc No.1_I02.KK34.0.0.ET.TS.PR002 For selection of MV & LV cable size we consider Length, short circuit current and Current rating of the feeder. During detail Engineering, we propose 1C/3C cables according to the site requirement. Please confirm your acceptance.

The Tech. Spec. document on ‘400kV Outdoor Switchyard Equipments’ stands withdrawn / not included in the scope of this package.

BGR Energy systems LTD

36. Volume_7_Section_C_C2.3,C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

Cl.no:3.10.10 Doc No.1_I02.KK34.0.0.ET.TS.PR002 As per general practice Cables, for circuit breaker controlled feeders fault clearing time shall be as per Protection coordination study as follows:- A.)Incomer from transformer: 0.5 B.)Incomer from other Switchboard: 0.5

The Tech. Spec. document on ‘400kV Outdoor Switchyard Equipments’ stands withdrawn / not included in the scope of this package.

Page 83: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 24 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 C.)Plant feeder: 0.5 D.)Motor/Transformer feeder: 0.16 Proper protection co-ordination study will be provided during detail Engineering. Please confirm your acceptance.

BGR Energy systems LTD

37. Volume_7_Section_C_C2.3,C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

Cl.no:3.2 Doc No.1_I02.KK34.0.0.ET.TT.PR002 Dwg.No:I304.KK34.0.0.ET.OKP.WD004,SLD 6kV & 415kV system

6kV Short circuit withstand current shall be of 40kA for 1sec as per the Single line Diagram which is not matching with the specification. Please clarify.

Short Circuit rating of 6kV CB is 50 kA for 1 Sec. Please refer the relevant Technical specification and data sheet.

BGR Energy systems LTD

38. Volume_7_Section_C_C2.3,C2-Tech Specs_C-2.3-Electrical_C

Cl.no:6.1.8 Doc No.20_I02.KK34.0.0.ET.TT.PR001/ Cable Systems & Cabling Guidelines/

Screened cables shall be used only for communication system. For other cables we shall provide armoured control

Tender clauses, as specified, shall prevail

Page 84: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 25 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 2.3.1_Tech Specs

cables as per standard practice.

BGR Energy systems LTD

39. Volume_7_Section_C_C2.3,C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

Cl.no:6.1.12 Doc No.20_I02.KK34.0.0.ET.TT.PR001/ Cable Systems & Cabling Guidelines/

For LV Power cable XLPE Insulation is better than PVC insulation. Please confirm your acceptance.

Tender conditions, as specified, shall prevail. In case of any improvement wrt to tech. spec. requirements, the same can be reviewed / considered during the detailed engineering stage.

BGR Energy systems LTD

40. Volume_7_Section_C_C2.3,C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

Cl.no:2.7.9 Doc No.1_I02.KK34.0.0.ET.TT.PR002/ Power System description

The maximum voltage dip shall not exceed 20% of rated voltage at motor terminals during starting of MV and LV motors. As per Doc No. 20_I02.KK34.0.0.ET.TT.PR001/ Cable Systems &

Tender clauses, as specified in the relevant documents, shall prevail

Page 85: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 26 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 Cabling Guidelines Cl.no:6.3.3 415V Power cable Maximum permissible voltage dip at load end for motor load during starting shall be restricted to 15%. However we will follow maximum voltage dip shall not exceed 20% of rated voltage at motor terminals during starting of MV and LV motors.

BGR Energy systems LTD

41. Volume_7_Section_C_C2.3,C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

Cl.no:9.6.2 Type Test, Anti rodent and anti termite test, Test for continuous current rating

Doc No.I02.KK34.0.0.ET.TS.PR010-MV POWER CABLE, I02.KK34.0.0.ET.TS.PR011, I02.KK34.0.0.ET.TS.PR012 - LV POWER CABLES, I02.KK34.0.0.ET.TS.PR013, I02.KK34.0.0.ET.TS.PR014- CONTROL CABLES

As per specification the type test shall be done according to the procedure agreed with NPCIL. NPCIL shall provide the approved testing procedure for MV & LV Power and LV Control Cables..

Tender clauses, as specified, shall prevail

BGR 42. Volume_7Se Clause No. (I02 KK34 00 PR.TT.PR 002): Load capacity above or Tender clauses, as

Page 86: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 27 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 Energy systems LTD

ction_C_C2.3

2.7.8, Page no. 5 of 36

Generally, load having capacity 90kW and above shall be fed from 415V switchgear and load of capacity less that 90kW shall be fed from MCCs.

below 90 kW shall be fed from either PMCC or MCC based on location of equipment. Please accept the same.

specified, shall prevail

BGR Energy systems LTD

43. Volume_7Section_C_C2.3

Clause No - Page no. 1 of 74 & Clause No – 3.6 (ix) Page no. 11 of 74

I02.KK34.0.0.ET.TS.PR025 Technical Specification for 6.0 kV Switchgear & I02.KK34.0.0.ET.TS.PR025: Single core 6kV cables are used in KKNPP.

As per Motor Standard- IS 325, Clause. 8.1, The standard rating of voltage for 3 phase, 50 Hz motor is 6.6 kV. Kindly confirm the HT Switchgear voltage rating 6KV or 6.6 KV

Tender clauses, as specified, shall prevail

BGR Energy systems LTD

44. Volume_7Section_C_C2.3

Clause No – 3.6 (v) Page no. 11 of 74

I02.KK34.0.0.ET.TS.PR025: Metal clad unit frame shall comprise of folded mild steel sheets of 2.5mm (min) thick. For load bearing application and for all front and rear doors and covers, minimum thickness of sheet steel shall be 2(14 SWG) mm. For internal partition and

Thickness shall be as per approved Manufacturer's standard design. Kindly accept.

Tender clauses, as specified, shall prevail

Page 87: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 28 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 other no-load bearing applications, minimum thickness of sheet steel shall be 1.6 mm (16 SWG), cold rolled.

BGR Energy systems LTD

45. Volume_7Section_C_C2.3

Clause No – 3.5 (xviii) Page no. 10 of 74

I02.KK34.0.0.ET.TS.PR025: Space provision shall be made in Bus VT to accommodate Automatic Voltage Regulator for RATs and CSAT OLTC control.

We propose separate panel for AVR for OLTC, instead of Bus VT panel. Kindly accept.

Tender clauses, as specified, shall prevail. However 6kV switchgear of 01,2,3 UBG buildings are not under the scope of this Contract.

BGR Energy systems LTD

46. Volume_7Section_C_C2.3

Clause No – 3.7 (iv) Page no. 15 of 74

I02.KK34.0.0.ET.TS.PR025: To provide a seal between adjacent cubicles, bus bars shall be, preferably taken through seal-off bushings.

Seal between adjacent cubicles shall be as per approved Manufacturer's standard design. Kindly accept.

Tender clauses, as specified, shall prevail

BGR Energy systems

47. Volume_7Section_C_C2.3

Clause No – 3.7 (viii) Page no. 12 of

I02.KK34.0.0.ET.TS.PR025: Main and tap-off/jumper bus bars inside the cubicle shall have a high voltage

The insulating cover of the main and tap-off/jumper bus bars inside the cubicle shall

Tender clauses, as specified, shall prevail

Page 88: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 29 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 LTD 74 grade heat shrinkable insulating

covering be as per approved Manufacturer's standard design. Kindly accept.

BGR Energy systems LTD

48. Volume_7Section_C_C2.3

Clause No – 3.8 Page no. 13 of 74

I02.KK34.0.0.ET.TS.PR025: In order to provide protection against internally generated flooding, base frame height shall be 100mm. The front spacing between the switchgears shall also be provided with 100 mm structural framework covered with suitable chequered plates to facilitate withdrawal of circuit breakers. The ends of the steel structure between switchgears front area shall be provided suitable slopes for easy transportation of circuit breakers. Necessary structural supports and plates and Insulating mats of Elastomer, as required for proper movement of circuit breaker trolley, shall be included in the scope of Contractor.

To facilitate withdrawal of circuit breakers, slope guide plate/channel will be provided at switchgear as per approved Manufacturer's standard design instead of 100 mm structural framework covered with chequered plates. Kindly accept

Tender clauses, as specified, shall prevail

Page 89: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 30 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 BGR Energy systems LTD

49. Volume_7Section_C_C2.3

Clause No – 5.9.19, Page no. 25 of 74

I02.KK34.0.0.ET.TS.PR025: The breakers shall have at least 6 normally open (NO) and 6 normally closed (NC) spare auxiliary contacts for OWNER’s use. 20% spare NO+NC contacts has to be provided above 6NO+6NC

Spare contacts or additional contacts shall be achieved through contact multiplier. Kindly accept

Tender clauses, as specified, shall prevail. Contact multiplier relays may be used for 20% spare NO+NC contacts.

BGR Energy systems LTD

50. Volume_7Section_C_C2.3

Clause No – 6.14.10, Page no. 42 of 74

I02.KK34.0.0.ET.TS.PR025: Provision shall be made for detection of internal arc by means of sensor based on sensing of internal pressure, light and current

Arc sensing by either pressure or light and current. Kindly accept.

The requested information is already provided in the specification document. Tender clauses, as specified, shall prevail

BGR Energy systems LTD

51. Volume_7Section_C_C2.3

Clause No – 7.4 Page no. 65 of 74

I02.KK34.0.0.ET.TS.PR025: Independent Verification and Validation (IV&V) of software-based devices/systems shall be performed after completion of factory inspection by OWNER’s Quality surveillance department.

Please clarify whether NPCIL will carry out the testing or BGRESL have to carry out.

All tests are to be carried out by the Contractor as specified in the Tender clauses. The Purchaser could participate through review, witness

Page 90: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 31 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 and/or hold points.

BGR Energy systems LTD

52. Volume_7Section_C_C2.3

Clause No – 7.10 Page no. 68 of 74

I02.KK34.0.0.ET.TS.PR025: All the numerical relays covered under this specification shall be subject to functional tests by real time simulation of power systems at independent testing laboratory such as CPRI. CONTRACTOR shall submit detailed test procedure for OWNER’s approval. OWNER will provide data as required for simulation.

As all the numerical relays will be provided from the approved manufacture, please check the requirement of real time simulation of power system study. However proper relay coordination will be provided by ETAP software.

Tender clauses, as specified, shall prevail

BGR Energy systems LTD

53. Volume_7Section_C_C2.3

Clause No – 5.2.10 Page no. 9 of 45

I02.KK34.0.0.ET.TS.PR001: All panels shall be of uniform height of not more than 2450 mm with single front Execution.

Height shall be as per approved Manufacturer's standard design. Kindly accept.

Tender clauses, as specified, shall prevail

BGR Energy systems LTD

54. Volume_7Section_C_C2.3

Clause No – 3.8.3 Page no. 8 of 24

I02.KK34.0.0.ET.TS.PR023: No filler material shall be used during epoxy casting.

“No filler material shall be used during epoxy casting” this requirement will be as per approved Manufacturer's standard design.

Tender clauses, as specified, shall prevail

BGR 55. Volume_7Se Clause No – I02.KK34.0.0.ET.TS.PR023: Suitable provision will be Noted. Tender

Page 91: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 32 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 Energy systems LTD

ction_C_C2.3

5.4.5 Page no. 9 of 24

The LV side terminals of auxiliary transformer shall be connected directly to switchgear bus by direct bus bars. Horizontal/ vertical connections to bus bars shall be straight and without unnecessary joints.

provided in the transformer to extend the bus bar upto PCC panel based on the layout.

clauses, as specified, shall prevail

BGR Energy systems LTD

56. Volume_7Section_C_C2.3

Clause No – 3.5.9 Page no. 7 of 28

I02.KK34.0.0.ET.TS.PR029: The negative plates shall be of interlocking pasted grid design. The grids shall be cast with low antimony lead alloy and shall normally be of the box type. End negative plates, if of box type shall be of the half pasted type. Pasted plates shall have adequate mechanical strength and shall be so designed that the active material is maintained in intimate contact with the grid under normal working conditions throughout the life of the battery

The grids shall be lead calcium instead antimony as per approved Manufacturer’s standard design. Kindly accept.

Tender clauses, as specified, shall prevail

BGR 57. Volume_7Se Clause No – I02.KK34.0.0.ET.TS.PR029: Brass insert shall be Tender clauses, as

Page 92: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 33 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 Energy systems LTD

ction_C_C2.3

3.5.14(b) Page no. 9 of 28

Terminal posts with copper insert/ fillers shall be provided. Copper inserts shall be properly centered and adequately covered with lead so as to avoid its direct contact with acid.

provided instead of copper insert due to high mechanical strength of brass compared to copper, as per approved Manufacturer’s standard design. Kindly accept.

specified, shall prevail

BGR Energy systems LTD

58. Volume_7Section_C_C2.3

Clause No – 3.6.1 Page no. 10 of 28

I02.KK34.0.0.ET.TS.PR029: Battery racks for lead acid cells shall be constructed from good quality sheet steel 3mm thick and pre-treated and powder coated with thermofix KPE03 (coating material based on polyolefine) or equivalent.

Epoxy powder coating instead of polyolefine. Kindly accept.

Tender clauses, as specified, shall prevail

BGR Energy systems LTD

59. Volume_7Section_C_C2.3

Clause No – 5.1.1 Page no. 10 of 24

I02.KK34.0.0.ET.TS.PR028: Additional canopy shall be provided for outdoor horizontal portion of the bus duct.

Not required since the outdoor bus duct is having sloped roof construction. Kindly accept.

Tender clauses, as specified, shall prevail

BGR Energy

60. Volume_7Section_C_C2.3

Clause No – 5.4.2

I02.KK34.0.0.ET.TS.PR028: Support locations along the run of the

Support spacing shall be as per the design requirement.

Tender clauses, as specified, shall

Page 93: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 34 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 systems LTD

Page no. 13 of 24

bus duct shall be identified by the CONTRACTOR and interval of the support location shall not be more than 1.5 meters.

Required calculation will be provided during Detail Engineering. Kindly accept.

prevail

BGR Energy systems LTD

61. Volume_7Section_C_C2.3

Clause No – 5.1 (5) Page no. 6 of 37

I02.KK34.0.0.ET.TS.PR021: Rated frequency and its variation (50Hz +/- 3%)

Permissible variation in frequency is (50Hz +/- 5 %). Kindly accept the same.

Tender clauses, as specified, shall prevail

BGR Energy systems LTD

62. Volume_7Section_C_C2.3

Clause No – 6.5.17 Page no. 7 of 37

I02.KK34.0.0.ET.TS.PR021: The motor manufacturer shall provide CTs for differential protection of motor in this terminal box.

Motor above and including 1000 kW shall be provided with motor differential protection. Please accept the same.

Tender clauses, as specified, shall prevail

BGR Energy systems LTD

63. VOLUME 2, Section C_0

Clause 3.4, Pg 12/60

I02.KK34.0.0.TH.TS.PR002 Scope: Clause 3.4: Complete Electrical power receipt and distribution system required for all buildings, structure and components along with necessary auxiliary Transformers, LV Switchgears, PDB, Cabling, Lighting, Grounding & Lightning Protection, etc.

Scope: Clause 3.4: Lighting for storage Tanks area such as 3 1UGB, 4 1UGB, 3 2UGB, 4 2UGB, 3 1UKE, 4 1UKE, 02UGU, 01UGF, 02UGF, etc. which are to be installed in Main Plant Building will be in the

This clause is applicable for all buildings/Structures under scope of this Contract.

Page 94: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 35 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 scope of Main plant building

contractor whereas Buildings and structures like, 0 UKU, 0 UYB, 0 USV, 0 UPK, etc. will be in the scope of BOP contractor. Please confirm that our understanding is correct.

BGR Energy systems LTD

64. VOLUME 2, Section C_0

3.6, Pg 12/60 I02.KK34.0.0.TH.TS.PR002 Scope: Clause 3.6 : Street Lighting in the complete Auxiliary area and up to 10 mt away from boundary of Main plant building is included in subject Tender scope.

Query: Main Plant Building Boundary is shown only on North side of Auxiliary Battery Limit. For all other sides, Street Lighting scope shall be limited to within Auxiliary area Battery Limit shown in the plot plan. Please confirm our understanding is correct.

Tender clauses, as specified, shall prevail

BGR Energy systems

65. VOLUME 7, Section C_2.3. Part 1

3.12.8 & 3.12.9 Pg 15/36

I02.KK34.0.0.PR.TT.PR.002

Building USY details are not available in the Spec. Please arrange to send the details if

Construction of 0USY trestle is not under scope of this

Page 95: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 36 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 LTD it is in BOP scope.

Contract. However details of same shall be shared with successful bidder during the detailed engineering by the Contractor.

BGR Energy systems LTD

66. VOLUME 7, Section C_2.3. Part 1

3.19.7 Pg 24/36 I02.KK34.0.0.PR.TT.PR.002

Special Light Fixtures to be considered for cable Galleries/Room. For this area, LED Fixtures with IP 54 will be considered. Please confirm.

Acceptable in general. However, it can be reviewed and finalised only detailed engineering, subject to fulfilment of all requirements.

BGR Energy systems LTD

67. VOLUME 7, Section C_2.3. Part 1

3.13.1 Pg 16/36 I02.KK34.0.0.PR.TT.PR.002

The specification for Shielding arrangement to take care of electrostatics in the required areas including control room shall be provided, if the requirement is other than the grounding of Equipment, cable armour/shield, etc. with

Tender clause, as specified, shall prevail. (The subject works are part of EPC scope)

Page 96: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 37 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 Main Grounding network.

BGR Energy systems LTD

68. VOLUME 7, Section C_2.3. Part 1

3.13.5 Pg 16/36 I02.KK34.0.0.PR.TT.PR.002

The minimum thickness of sheet metal used for roofing is mentioned in IS 2309 Table-5. Please confirm whether the same shall be followed for Lightning protection of self- conducting structures.

Tender clause, as specified, shall prevail.

BGR Energy systems LTD

69. VOLUME 7, Section C_2.3. Part 1

3.12.2 Pg 14/36 5.4 Pg 6/50 5.10 Pg 9/50

I02.KK34.0.0.PR.TT.PR.002 I02.KK34.0.0.ET.TS.PR.004 I02.KK34.0.0.ET.TS.PR.004

In clause 3.12.2 & 5.10, it is mentioned that evacuation Light is continuously ON whereas in clause 5.4, it is mentioned that evacuation supply will be ON after failure of Group-2 Supply. Please clarify.

Evacuation lights would be continuously ON.

BGR Energy systems LTD

70. VOLUME 7, Section C_2.3. Part 1

5.8 Pg 6/50 I02.KK34.0.0.ET.TS.PR.004

Buildings 0UAC, 0UAB, 0UAD are not mentioned in BOP scope. Please confirm Lighting system for the

Buildings 0 UAC, 0 UAB & 0 UAD and 01, 2, 3, 4 UBG as well as cable tunnel

Page 97: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 38 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 above are in BOP scope. Similarly, please confirm the Lighting BOP scope for cable tunnel connecting 0UAB & 0UAB, Bus duct Tunnel connecting GIS and Exhaust ventilation centre, etc.

mentioned in the query, are not included in the scope of this package.

BGR Energy systems LTD

71. VOLUME 7, Section C_2.3. Part 1

5.9 c Pg 7/50 I02.KK34.0.0.ET.TS.PR.004

It is mentioned that evacuation Lighting for all rooms of Main Plant Buildings are in BOP Scope. The evacuation Lighting for the Main plant Buildings which are in BOP scope only will be considered. Also evacuation Lighting for cable tunnel for Main Plant scope, Bus duct Tunnel connecting GIS, Pipe Rack in Main Plant building are not considered in BOP

Pl refer the System description and scope document. Lighting works of buildings covered in this package are well identified.

Page 98: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 39 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 scope. Please confirm.

BGR Energy systems LTD

72. VOLUME 7, Section C_2.3. Part 1

5.11 Pg 8/50 I02.KK34.0.0.ET.TS.PR.004

Lighting for Switch yard control room, CMRP room is not in BOP scope. Please confirm

Lighting of Switchyard Control Room is not included in the scope of this Package.

BGR Energy systems LTD

73. VOLUME 7, Section C_2.3. Part 1

5.11.2 Pg 9/50 I02.KK34.0.0.ET.TS.PR.004

Lighting for 400 and 230 kV Switchyard is in BOP Scope. Emergency and Evacuation Lighting feeders for BOP package would be provided by Purchaser and only downstream Lighting distribution from the above feeders like LDBs, LPs etc. are in BOP scope. Please confirm our understanding is correct.

Lighting of Switchyard Bldgs are not included in the scope of this Package.

BGR Energy systems

74. VOLUME 7, Section C_2.3. Part 1

5.12 i - e) Pg 10/50

I02.KK34.0.0.ET.TS.PR.004

Lighting Transformer for Emergency Lighting & Evacuation Lighting System

Tender clause, as specified, shall prevail.

Page 99: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 40 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 LTD has not been envisaged since

adequate Feeders for the above would be provided by the Purchaser. Please confirm our understanding is correct.

BGR Energy systems LTD

75. VOLUME 7, Section C_2.3. Part 1

5.12 ii) - i) Pg 10/50

I02.KK34.0.0.ET.TS.PR.004 ELCB is generally provided at the incomer of Lighting Panel. Please confirm the requirement of ELCB for all outgoing Circuits. If this is required, RCBO would be provided for outgoing circuits for better protection. Please confirm. The ELCB/RCBO requirement of Receptacle Panels incomer/outgoing circuit shall also be confirmed.

RCCBs would be acceptable. Tender clause, as specified, shall prevail.

Page 100: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 41 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7

BGR Energy systems LTD

76. VOLUME 7, Section C_2.3. Part 1

5.31.1 Pg 14/50 I02.KK34.0.0.ET.TS.PR.004 Lighting Calculation is carried out with DIALUX Lighting Software. Please convey your acceptance.

Tender clauses prevail. Can be reviewed and if acceptable conveyed during detailed engineering only.

BGR Energy systems LTD

77. Volume-2, Section_C-1, Volume-3, Section_C2_3 & Volume-10, Sec- 2.6.2_ Mech\L

Cl.no.3.0 - Scope, & Area Division Layout

I02-KK34-0-0-TH-TS-PR-002, R0 & I02-KK34-0-0-PR-TT-PR-001, R0 No details are mentioned & NPCIL Drg. No. – EIL drg.no.A209-000-16-43-0001 Area-01: Bus Shunt reactors structures, Interconnecting Auto transformers structures, Transmission towers, 400kV GIS Building Oil & water emergency discharge tans, Area-02: Switchyard Central Control building, Transmission tower, 220kV GIS Buildings

Scope of work for the following equipment / items are not mentioned in tender specification. Hence we have not considered the below said equipment’s / items in our scope of work. Please confirm your acceptance. Bus shunt reactors

structures, Interconnecting Auto

Transformers structures, Transmission towers in

400kV & 230kV

The buildings mentioned in the query are not included in the scope of this package.

Page 101: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 42 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 SWYD,

400kV Gas Insulated Switchyard (GIS) & GIS building,

400kV Outdoor Switchyard equipment’s (except for line bays),

230kV GIS & GIS building,

230kV Outdoor Switchyard equipment’s and

Switchyard Central control building.

BGR Energy systems LTD

78. Volume_7_Section_C_C2.3

Cl.no. 5.2 & 11.0

Doc.no. I02.KK34.0.0.ET.TS.PR-002, R1 – Technical specification for 400kV Outdoor Switchyard Typical/Preliminary layout of 400kV Outdoor SWYD (Dwg.no. I02.KK34.0.UAB.ET.OKS.WD001) is attached. The same shall be referred for

The referred preliminary layout of 400kV Outdoor Switchyard is not available in the tender specification. Kindly confirm the bidder’s scope of work & furnish the mentioned documents.

400kV Outdoor Switchyard is not included in the scope of this package. (This specification has been withdrawn from the tender document)

Page 102: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 43 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 developing final layout.

BGR Energy systems LTD

79. Volume_7_Section_C_C2.3

Cl.no.11.0 & 6.13.1

Doc.no. I02.KK34.0.0.ET.TS.PR-002, R1 – Technical specification for 400kV Outdoor Switchyard List of documents: Data sheet for 400kV Outdoor

Switchyard (Doc.no. I02.KK34.0.0.ET.DS.PR002)

Tech spec for Control Metering Relay Protection Panels for EHV System (Doc.No.I02.KK34.0.0.ET.TS.PR008)

Tech spec for installation of earthing system (Doc.No.I02.KK34.0.0.ET.TT.PR002)

The referred Datasheet for 400kV Outdoor Switchyard, Tech Spec for Control Metering relay Protection panels for EHV system & Tech spec for installation of earthing system are not available in the tender specification. Kindly confirm the bidder’s scope of work & furnish the mentioned documents.

400kV Outdoor Switchyard is not included in the scope of this package. (This specification has been withdrawn from the tender document)

BGR Energy systems

80. Volume_7_Section_C_C2.3

Cl.no. 5.9.4 & 6.18

Doc.no. I02.KK34.0.0.ET.TS.PR-002, R1 – Technical specification for 400kV Outdoor Switchyard

The referred specifications are not available in the tender specification. Please

400kV Outdoor Switchyard is not included in the scope

Page 103: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 44 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 LTD

Steel grade shall be as specified in General Tech requirements for Civil design for Electrical Package (Doc. No.I301.KK34.0.0.TS.WD02). Fire fighting arrangement inside the outdoor yard shall be as per the details covered in Technical specifications for fire Extinguishing (Water, Gas, Powder, Foam) Systems (doc. No. I301.KK34.0.SGA.TS.WD001) and Datasheet for fire fighting system (doc. No. I301.KK34.0.SGA.AB.DS.WD100)

furnish the same. of this package. (This specification has been withdrawn from the tender document)

BGR Energy systems LTD

81. Volume_7_Section_C_C2.3

Cl.no.1.1, 6.8.1, 6.8.3 & 6.8.6

Doc.no. I02.KK34.0.0.ET.TS.PR-002, R1 – Technical specification for 400kV Outdoor Switchyard 1.1) The list of items to be supplied,

but not limited to it, shall be as follows:

a) We understand that PLCC associated equipment’s required for 400kV SWYD located at Power plant end only in bidder’s scope. PLCC associated equipment’s

400kV Outdoor Switchyard is not included in the scope of this package. (This specification has been withdrawn from the tender

Page 104: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 45 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 ……… PLCC associated equipment’s 6.8.1) PLCC link between the proposed switchyard and the sending end grid substation shall meet the recommendation of CBIP, IEC, etc. 6.8.3) Batteries / Battery charger required for PLCC shall be dedicated for PLCC system 6.8.6) Contractor shall be responsible for co-ordinating the PLCC requirements with concerned State Electricity board for ensuring compliance and compatibility.

for remote end substations are not in bidder’s scope of work. Please confirm your acceptance.

b) Please furnish the line length and name of the remote end sub-stations for each 400kV line.

c) We have considered 1x100% Battery bank with 1 no. of Float-cum-Boost charger for PLCC system at Power plant end only. Please confirm your acceptance.

d) Please clarify the type of the battery.

document)

BGR Energy systems LTD

82. Volume_7_Section_C_C2.3

Cl.no.1.1 & 6.16 Doc.no. I02.KK34.0.0.ET.TS.PR-002, R1 – Technical specification for 400kV Outdoor Switchyard

We have considered one (1) no. of Electrically operated equipment (mobile trolley) for on line mobile washing

400kV Outdoor Switchyard is not included in the scope of this package.

Page 105: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 46 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 1.1) The list of items to be supplied,

but not limited to it, shall be as follows:

………Equipment’s for online mobile washing facility 6.16) On line mobile washing system ……………….. 6.16.2) Electrically operated Equipment

system for cleaning of bus post insulator and other switchyard insulator for 400kV Switchyard. Please confirm your acceptance.

(This specification has been withdrawn from the tender document)

BGR Energy systems LTD

83. Volume_7_Section_C_C2.3

Page 57 of 57 Doc.no. I02.KK34.0.0.ET.TS.PR-002, R1 – Technical specification for 400kV Outdoor Switchyard On line mobile washing equipment to be common for 400kV and 230kV yard and provision shall be provided for movement of the equipment from 230kV yard area to 400kV Yard area and vice versa.

230kV outdoor switchyard is not in bidder’s scope of work. Hence this clause is not applicable for bidder’s scope of work. Please confirm your acceptance.

400kV Outdoor Switchyard is not included in the scope of this package. (This specification has been withdrawn from the tender document)

Page 106: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 47 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 BGR Energy systems LTD

84. Volume_7_Section_C_C2.3

Cl.no.1.1 & 5.2 Doc.no. I02.KK34.0.0.ET.TS.PR-002, R1 – Technical specification for 400kV Outdoor Switchyard Scope of this specification…….. as required for 400kV Outdoor Switchyard including Gantry Structures, LA, CVTs, Wave traps, Bus Post Insulators, Conductors, insulators, etc., for the same. ………… The contractor shall do the complete design, engineering ……. of the electrical equipment and accessories as detailed below, of 4 nos. of 400kV lines. The Switchyard shall have six nos. of bays for transmission lines for evacuation of power, out of which two numbers are spare line bays for power evacuation in future

We understand that 400kV GIS, Bus reactors, LA & CTs for GT bays, etc., are not in bidder’s scope of work. Only outdoor 400kV SWYD equipment’s such as Gantry structures (Within switchyard fence), LA, CVTs, Wave traps, BPIs, Conductors, insulators etc., for 3 nos. of fully equipped line bays and 1 no. of unequipped line bay as per 400kV GIS SLD are in bidders scope of work. Please confirm your acceptance.

400kV Outdoor Switchyard is not included in the scope of this package. (This specification has been withdrawn from the tender document)

Page 107: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 48 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 Drg. No. I02.KK34.0.0.ET.0KP.WD001, R0 – SLD of 400kV System 400kV Lines:

1) ACL11 2) ACL12 3) ACL21 4) ACL22 – Spare / Tie for future

units BGR Energy systems LTD

85. Volume_7_Section_C_C2.3

Cl.no.1.1, 5.4, 5.4.2, 5.4.4, 5.5, 6.9.1 & 6.10.1

Doc.no. I02.KK34.0.0.ET.TS.PR-002, R1 – Technical specification for 400kV Outdoor Switchyard 1.1) 400kV electrolytic grade

copper conductors for conductor leads and associated shield wire system for all the 400kV line feeders from SF6 air bushing to gantry along with all clamps, connectors and accessories, etc.

As per standard engineering practice which has been followed for various projects and the practices followed in various utilities such as NTPC, PGCIL, various state utilities such as TANGECO, APGENCO, GETCO, RRVNUL, OPGCL, etc. the following material is used for the connection b/w equipment’s & supporting sizing calculation will be

400kV Outdoor Switchyard is not included in the scope of this package. (This specification has been withdrawn from the tender document)

Page 108: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 49 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 5.4) Strain type bus bar/conductor shall be used for connection between incoming ACSR conductor and lightning arrester, CVT. 4” copper IPS tube (minimum) shall be used for connection between CVT, Wave trap / bus post insulator and SF6 air bushing. 5.4.2) Flexible copper conductor of adequate min. size i.e. 4x303 sq.mm shall be used for strain type bus bar, strung between two supporting structures and supported by strain type insulators 5.4.4) ACSR Conductor is envisaged to be used for connection b/w transmission line tower & SWYD gantry & the same is in the scope of PGCIL. 5.5) a) In the case of rigid conductor arrangement, copper pipes shall be used.

furnished for approval during detail engineering. Please confirm your acceptance. a) 4 inch IPS AL tube will

be used for connection b/w SF6 air bushing to outdoor bus post insulator.

b) Moose ACSR conductor will be used for connection b/w incoming ACSR conductor and LA & CVT.

c) 4 inch IPS AL tube will be used for connection b/w Wave trap / bus post insulator and SF6 air bushing.

d) Moose ACSR Conductor will be used

Page 109: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 50 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 b) Tubular bus bar conductor of size min. 4” IPS heavy duty Cu tube shall be used. 6.9.1) Flexible copper conductor of size min. 4x303 sq.mm shall be used for strain type bus bar. 6.10.1) Tube material shall be copper …..

for connection b/w strain type bus bar, strung between two supporting structures and supported by strain type insulators.

BGR Energy systems LTD

86. Volume_7_Section_C_C2.3

Cl.no. 5.4.2 Doc.no. I02.KK34.0.0.ET.TS.PR-002, R1 – Technical specification for 400kV Outdoor Switchyard Flexible copper conductor of adequate min. size i.e. 4x303 sq.mm shall be used for strain type bus bar, strung between two supporting structures and supported by strain type insulators

We understand that take-off gantry located inside the 400kV SWYD fence is in bidder scope of work. Gantries located outside the SWYD fence is not in bidder’s scope. Hence connection between two supporting structures are not in bidder’s scope of work. Please confirm your acceptance.

400kV Outdoor Switchyard is not included in the scope of this package. (This specification has been withdrawn from the tender document)

Page 110: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 51 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 BGR Energy systems LTD

87. Volume_7_Section_C_C2.3

Cl.no. 1.1 Doc.no. I02.KK34.0.0.ET.TS.PR-002, R1 – Technical specification for 400kV Outdoor Switchyard Wherever Software/controller is used for control and monitoring, all requisite Software/Controller tools for maintenance shall be made available for the scope of this work without any extra cost to NPCIL. Wherever any Software / controller is used for control and monitoring, the Contractor shall ensure all requisite software/controller tools for maintenance shall be made available for scope of this work at no extra cost to NPCIL.

The mentioned items are not applicable for outdoor 400kV Switchyard. Hence we have not considered in our scope of work. Please confirm your acceptance.

400kV Outdoor Switchyard is not included in the scope of this package. (This specification has been withdrawn from the tender document)

BGR Energy systems LTD

88. Volume_7_Section_C_C2.3

Cl.no. 3.2 Doc.no. I02.KK34.0.0.ET.TS.PR-002, R1 – Technical specification for 400kV Outdoor Switchyard

This shall be as per OEM standard design practice only. Please confirm your acceptance.

400kV Outdoor Switchyard is not included in the scope of this package.

Page 111: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 52 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 Vendor shall ensure availability of spare parts and maintenance support services for the offered equipment at least for 15 years from the date of supply.

(This specification has been withdrawn from the tender document)

BGR Energy systems LTD

89. Volume_7_Section_C_C2.3

Cl.no. 5.2 (vii) Doc.no. I02.KK34.0.0.ET.TS.PR-002, R1 – Technical specification for 400kV Outdoor Switchyard vii) Cable trench requirement for cabling inside the outdoor yard with slop for water movement – this shall have design provision for water to flow from trench to the storm water drain. Cable trench shall have interconnection with outdoor switchyard and switchyard control room.

Please clarify the cable trench b/w outdoor 400kV CVT to Switchyard control room is in bidder scope of work or not. Further cabling b/w outdoor CVT to SWYD relay panels are not in bidder’s scope of work. Please confirm your acceptance.

400kV Outdoor Switchyard is not included in the scope of this package. (This specification has been withdrawn from the tender document)

BGR Energy systems

90. Volume_7_Section_C_C2.3

Cl.no. 5.3 Doc.no. I02.KK34.0.0.ET.TS.PR-002, R1 – Technical specification for 400kV Outdoor Switchyard

We have not considered protection, control and monitoring of the equipment

400kV Outdoor Switchyard is not included in the scope

Page 112: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 53 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 LTD

All protection, control and monitoring of the equipment associated with 400kV line feeders shall be located in the Switchyard Central Control building (0UAC). Metering and billing panels, PLCC and RTU/SPS panels shall also be located in 0UAC. The control and monitoring of 400kV equipment shall also be provided through SCADA System.

associated with 400kV line feeders, Metering and billing panels, RTU/SPS panels and SCADA system for 400kV Equipment’s. Please confirm your acceptance.

of this package. (This specification has been withdrawn from the tender document)

BGR Energy systems LTD

91. Volume_7_Section_C_C2.3

Cl.no. 5.4.3 & 5.5

Doc.no. I02.KK34.0.0.ET.TS.PR-002, R1 – Technical specification for 400kV Outdoor Switchyard Bus bars ii) … The max temperature in case of steady state shall be limited to 75 deg C Tubular bus bar: e-i) ….The max temperature shall be limited to 75 deg C.

The maximum temperature of ACSR MOOSE conductors shall be 85 deg C as per CEA Manual on transmission planning criteria. For other conductors as per relevant standards. Please confirm your acceptance.

400kV Outdoor Switchyard is not included in the scope of this package. (This specification has been withdrawn from the tender document)

Page 113: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 54 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 BGR Energy systems LTD

92. Volume_7_Section_C_C2.3

Cl.no. 5.7, 5.8 & 5.12

Doc.no. I02.KK34.0.0.ET.TS.PR-002, R1 – Technical specification for 400kV Outdoor Switchyard Main and Maintenance Gates: 6m (min.) wide, double hinged gates for main transformers & 1.5m (min) wide gate for routine operation and maintenance shall be provided at suitable location. Perimeter Fences shall be provided as per standard specification for chain link fencing (Doc. No.6-51-0013) & standard detail of chain link fencing (with conc. Post) (Doc.No.7-65-0400). Access roads shall be provided, if required to facilitate transport of equipment and personnel for erection, operation & maintenance.

Please furnish the Outdoor 400kV Switchyard Equipment layout indicating all switchyard equipment’s including main transformers for estimation of main & maintenance gates, Perimeter fences & Access roads.

400kV Outdoor Switchyard is not included in the scope of this package. (This specification has been withdrawn from the tender document)

BGR 93. Volume_7_S Cl.no. 5.13 Doc.no. I02.KK34.0.0.ET.TS.PR-002, As per CBIP Manual for 400kV Outdoor

Page 114: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 55 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 Energy systems LTD

ection_C_C2.3

R1 – Technical specification for 400kV Outdoor Switchyard The following minimum electrical clearances and Creepage distances shall be considered in layout design:

a) Phase to phase clearance : 5500 mm b) Phase to earth clearance : 5000 mm c) Sectional clearance : 6500 mm d) Ground clearance for bare conductor

: 8200 mm e) Minimum Ground clearance to

bottom of any insulator : 2500 mm

substation layout and standard engineering practices have been followed in various utilities such as PGCIL, NTPC, etc., the following are the minimum electrical clearances for 400kV Outdoor switchyard. Please confirm your acceptance. a) Phase to phase clearance

: 4200 mm b) Phase to earth clearance :

3400 mm c) Sectional clearance :

6400 mm d) Ground clearance for

bare conductor : 8000 mm

e) Min. Ground clearance to bottom of any insulator : 2440 mm

Switchyard is not included in the scope of this package. (This specification has been withdrawn from the tender document)

Page 115: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 56 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 BGR Energy systems LTD

94. Volume_7_Section_C_C2.3

Cl.no. 6.2.1 Doc.no. I02.KK34.0.0.ET.TS.PR-002, R1 – Technical specification for 400kV Outdoor Switchyard v) Tanks shall be provided with pressure release device, …. Nitrogen valve, etc. vi) CVT provided with nitrogen cushion for compensation of oil volume…. If metal bellow is used for the above purpose a ground glass window shall be provided to monitor the position of metal bellow.

We have considered metal bellow for CVTs instead of pressure release device. Please confirm your acceptance.

400kV Outdoor Switchyard is not included in the scope of this package. (This specification has been withdrawn from the tender document)

BGR Energy systems LTD

95. Volume_7_Section_C_C2.3

Cl.no. 6.3.2 Doc.no. I02.KK34.0.0.ET.TS.PR-002, R1 – Technical specification for 400kV Outdoor Switchyard ii) 420kV class surge arresters……

As per SLD of 400kV System (dr.no.I02.KK34.0.0.ET.0KP.WD001, R0) rated voltage & MCOV of the outdoor lightning arresters are 390kV & 303kV respectively. Please confirm your acceptance.

400kV Outdoor Switchyard is not included in the scope of this package. (This specification has been withdrawn from the tender document)

Page 116: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 57 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 BGR Energy systems LTD

96. Volume_7_Section_C_C2.3

Cl.no. 6.4.1 Doc.no. I02.KK34.0.0.ET.TS.PR-002, R1 – Technical specification for 400kV Outdoor Switchyard Though the detailing of insulators is for porcelain type, composite type of insulators is also acceptable subject to providing of requisite information to the purchaser for review and acceptance as a part of the bid. …… xix) Suspension and tension string insulator shall be anti-fog disc / long rod insulators having electro mech strength as indicated below:

For Disc insulator, Insulator string for 400kV switchyard, please accept long rod polymer insulators which has the following advantages over conventional disc insulators:- 1) Ease of transportation, 2) Easy and safe erection, 3) Easy and relatively less maintenance, 4) Damage free transportation / erection and 5) Saves lot of erection time. All the above are achieved without deviating any system / standard requirements. Please confirm your acceptance for polymer insulators.

400kV Outdoor Switchyard is not included in the scope of this package. (This specification has been withdrawn from the tender document)

Page 117: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 58 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 BGR Energy systems LTD

97. Volume_7_Section_C_C2.3

Cl.no. 6.4.2.5 Doc.no. I02.KK34.0.0.ET.TS.PR-002, R1 – Technical specification for 400kV Outdoor Switchyard Tension and suspension clamps i) The suspension clamps shall be

made from Aluminium / copper alloy bolted type….. The tension clamps shall be Aluminium alloy compression type.

As per standard engineering practice, we have considered Aluminium alloy bolted type for tension and suspension clamps. Please confirm your acceptance.

400kV Outdoor Switchyard is not included in the scope of this package. (This specification has been withdrawn from the tender document)

BGR Energy systems LTD

98. Volume_7_Section_C_C2.3

Cl.no. 6.4.2.3 & 6.4.2.4

Doc.no. I02.KK34.0.0.ET.TS.PR-002, R1 – Technical specification for 400kV Outdoor Switchyard Suspension Strings:

i) … Min. breaking strength shall be 11500 kg for single suspension and 23000 kg for double suspension

Double tension strings (compression type)

As per standard engineering practice, we have considered Single suspension (bolted type) for suspension strings and double tension (bolted type) for tension strings. Please confirm your acceptance.

400kV Outdoor Switchyard is not included in the scope of this package. (This specification has been withdrawn from the tender document)

BGR Energy

99. Volume_7_Section_C_C2.

Cl.no. 6.6.1(i), v Doc.no. I02.KK34.0.0.ET.TS.PR-002, R1 – Technical specification for 400kV

All CVTs shall be supplied along with Secondary

400kV Outdoor Switchyard is not

Page 118: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 59 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 systems LTD

3 Outdoor Switchyard i) The contractor shall supply, install

and wire the marshalling panels in switchyard and marshalling boxes for CVTs as required to make the job complete.

v) The Contractor shall supply and install the Junction / Marshalling boxes (control box for sump pump and Junction box for CVTs, JB for electronic grounding) wherever required for the convenience of marshalling several cables at a local point near…. Marshalling boxes for CVTs shall be mounted on Y phase CVT structure (1 for 3 single phase CVT).

terminal boxes. Further common Junction box will be mounted on Y Phase of CVT structure (1 no. for 3 single phase CVT). Please confirm your acceptance.

included in the scope of this package. (This specification has been withdrawn from the tender document)

BGR Energy systems

100. Volume_7_Section_C_C2.3

Cl.no. 6.7.3-v Doc.no. I02.KK34.0.0.ET.TS.PR-002, R1 – Technical specification for 400kV Outdoor Switchyard

For this package, supervision of erection by OEM for 400kV SWYD

400kV Outdoor Switchyard is not included in the scope

Page 119: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 60 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 LTD

Wherever specified in the module, Contractor shall ensure the availability of engineer from Original Equipment Manufacturer (OEM) for supervision of erection and commissioning services.

equipment’s are not applicable and not required, since there is no critical equipment such as Circuit breakers, Isolators, etc. Please confirm your acceptance.

of this package. (This specification has been withdrawn from the tender document)

BGR Energy systems LTD

101. Volume_7_Section_C_C2.3

Cl.no. 6.13.3 & 6.13.4-iii

Doc.no. I02.KK34.0.0.ET.TS.PR-002, R1 – Technical specification for 400kV Outdoor Switchyard Main Earth Grid conductor shall be Tinned Copper multi-strand conductor buried at a depth of 0.5 m depth. For equipment earthing, required size of flexible tinned copper conductor shall be used. The earth loop impedance to ground shall not be in excess of 0.5 ohm.

As per standard engineering practice for 400kV switchyard, material of the main earth grid conductor and equipment earthing conductor shall be Mild steel and Galvanised steel only. Further earth loop impedance to ground shall be less than one (1) ohm. Please confirm your acceptance.

400kV Outdoor Switchyard is not included in the scope of this package. (This specification has been withdrawn from the tender document)

Page 120: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Tender No. CMM/HMP/75-00-10-078

Page 61 of 61

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

BGR ENERGY PRE-BID QUERIES : ELECTRICAL NAME

OF THE BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 BGR Energy systems LTD

102. Volume_7_Section_C_C2.3

Cl.no. 7.1.2 Doc.no. I02.KK34.0.0.ET.TS.PR-002, R1 – Technical specification for 400kV Outdoor Switchyard Type tests must not have been conducted earlier than five years from the date of opening of bids.

As per standard engineering practice for power plants, validity of the type test certificates shall be not less than ten (10) years from the date of opening of bids. Please confirm your acceptance.

400kV Outdoor Switchyard is not included in the scope of this package. (This specification has been withdrawn from the tender document)

BGR Energy systems LTD

103. Volume_7_Section_C_C2.3

Cl.no. 8.0 Doc.no. I02.KK34.0.0.ET.TS.PR-002, R1 – Technical specification for 400kV Outdoor Switchyard For QAP for 400kV Outdoor Switchyard, please refer the attached document.

The reference QAP document for 400kV Outdoor switchyard is not available in the tender specification. Please furnish the same.

400kV Outdoor Switchyard is not included in the scope of this package. (This specification has been withdrawn from the tender document)

Page 121: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. /COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY NPCIL RESPONSE s

BHEL 1Volume-1, Section A

Clause 2.5 of ITT: Integrity

Pact (IP)

4. Format forPre Contract Integrity Pact

Article-6/ Fall ClauseThe Contractor undertakes that it has not supplied/is not supplying …

BHEL Query:The price of any particular product/systems or subsystems depend on a lot of factors including level of competitiveness in the market, ease and price of procurement of items from India or abroad, tender requirements by any Purchaser etc. As these conditions/requirements can vary from time to time for the same Purchaser(like NPCIL) or for different Purchasers/ Ministry/ Department of the Govt. of India/ PSUs, so based on the pertinent conditions and Purchasers, the prices are bound to vary. The prices can vary for even the same product and customer for two different projects. We have never come across this clause in tenders of any other customer. In view of all above, we humbly request to remove the Article-6.

Refer prebid response of Commercial Queries

Set-1 Queries on 17/08/2016

Tender No. CMM/HMP/75-00-10-078Appendix 'Y'

NUCLEAR POWER COPROPRATION OF INDIA LIMITED

DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION/CONSTRUCTION, TESTING, COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

Pre bid Queries of BHELSection -Commercial

1/1

Page 122: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. /COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY NPCIL RESPONSE sSection -Commercial

BHEL 2Volume-1, Section A

2.5 (d) and h (II) 2.5 Integrity Pact and IPBG

BHEL Query:We understand that the validity of 5 years of Integrity Pact Bank Guarantee starts from the original bid submission date i.e. 13.09.2016 and it shall not change in case of any change/extension in the Bid submission date.

Refer prebid response of Commercial Queries

BHEL 3Volume-1, Section A

Clause no 14 of ITT

Clause no:14/ Validity of Bids

BHEL Query:The validity of Bid is kept for a period of 120 (One Hundred and Twenty) days from opening of part II bid. In view of the price fluctuation in market and our past experience about long gap between part I bid opening.and part II bid opening, we request NPCIL to keep this as 120 days from Part I bid opening.

Refer prebid response of Commercial Queries

BHEL 4Volume 1, Section B-1

Clause No. 3.4.1 (d) of GCC

3.4 Securities

As per tender specification: The value of the bank guarantees submitted...may be reduced once in six months.. adjusted against suchreceipts / milestone completion.BHEL Query: We request NPCIL to consider reduction every quarter.

Refer prebid response of Commercial Queries

BHEL 5Volume 1, Section B-1

Clause No. 3.6.1 and 3.6.2 of GCC

3.6 Subcontracting

BHEL Query: We understand that the documents, including the list of sub-contractors/ vendors which are approved by NPCIL for earlier Projects for the same items can be used without the need of resubmission/approval. Please confirm.

Refer prebid response of Commercial Queries

2/2

Page 123: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. /COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY NPCIL RESPONSE sSection -Commercial

BHEL 6Volume 1, Section B-2

SCC Clause No. 4

Time for completion-(Delivery Schedule)

As per tender specification: In case of dispatches which are delayed … for reasons attributable to Contractor or Force Majure..

BHEL Query: Force Majure being not in the contractor's control, Price variation for dispatches delayed beyond CDD due to Force Majure may be applicable same as for delays attributable to the Purchaser.

Refer prebid response of Commercial Queries

BHEL 53 B-1 3.6 GCC -Subcontracting

BHEL being a public sector company, the award of subcontracts will be through open tender. The contractors are evaluated through a well established system. Hence this clause may please be deleted.

Refer prebid response of Commercial Queries

BHEL 54 B-1 6.11.7 GCC - Additional Insurance

Kindly provide us the details of additional insurance coverage required to be arranged by the bidder during execution of the contract.

Refer prebid response of Commercial Queries

BHEL 55 B-1 6.12 GCC - Force Majeure

Kindly clarify whether local agitation / stoppage of works at plant due to local disturbances will also be considered as Force Majeure

It will be considered as force majeure, If it falls under clause 6.12.1 Definition of Force Majeure.

BHEL 56 B-1 9.3 GCC - Free Issue Materials

Kindly confirm whether BHEL has to arrange insurance for free materials issued by NPCIL (for the risks mentioned in the document). If so, kindly provide us the approximate value of FIM envisaged for the project.

No free issue materials is envisaged in this contract.

3/3

Page 124: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. /COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY NPCIL RESPONSE sSection -Commercial

BHEL 57 B-1 11.1 GCC - LandLevelled land may please be provided as required by BHEL.

Land as available shall be provided. Levelling shall be done by contractor.

BHEL 58 B-1 11.4 GCC - Water SupplyKindly provide us construction water at one place inside the boundary at free of cost.

Refer clause 11 of SCC. No water supply shall be provided by NPCIL.

BHEL 59 B-1 11.5 GCC - Electricity

Kindly provide us construction power at two pints inside the boundary at free of cost.

SCC Clause 12 for construction power supply shall prevail. SCC clause 13 for domestic power supply stands withdrawn. No domestic power supply will be extended by NPCIL.

BHEL 60 B-1 18 GCC - Taking Over

We understand that upon successful commissioning and issuance of Erection Completion Certificate of individual BOP packages, the same packages shall be taken over by the customer individually as and when the packages are commissioned.

Refer clause 18. Contractor shall take up commissioning up on issue of erection completion certificate. Partial acceptance as per clause 18.4.1 is applicable.

BHEL 7Volume 1, Section B-2

SCC Clause No. 5.9.5

Testing/Analysis Charges

Ex-works price of items shall be inclusive of 100% Testing/analysis charges along with taxes and duties, for testing/analysis done on them.

Query pertains to GCC clause 5.9.5. Prices shall be inclusive of testing / analysis charges.

Set-4 Queries on 07/09/2016

Set-2 Queries on 02/09/2016

4/4

Page 125: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. /COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY NPCIL RESPONSE sSection -Commercial

BHEL 1

Section B SCC

GCC

SCC Clause No. 11 Departmental water supply Charges

GCC Clause 11.4.2

Special Conditions of the Contract

General Conditions of the Contract

As per tender specification:Water Supplya) The contractor shall make his own arrangements for construction water supply and potable water to meet the domestic requirements for his employees/ workers at labour camp and at the work site at his own cost.b) No boreholes for drawal of the water shall be allowed in the plant area/camp.The above clauses shall be read in conjunctionwith GCC clause no. 11.4.

BHEL Query: As no boreholes is allowed for extraction of water, there do not seem any other source of potable water or water for construction work till Desalination plant gets functional. Hence, NPCIL is requested to provide potable water, construction water etc. for free of cost/ charge. NPCIL to Confirm.

Refer prebid response of Commercial Queries

BHEL 2Corrigendum I to the

tender

Due date and time of online submission of Part-I and Part-II bids

Keeping in view the quantum of scope of work for this tender and in order to enable offer a optimum techno commercial solution , NPCIL is requested to give minimum 30 days time for offer submission after receipt of pre-Bid queries.

Refer prebid response of Commercial Queries

5/5

Page 126: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. /COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY NPCIL RESPONSE sSection -Commercial

BHEL 3 Section BClause No. 6.2 Delay in Supply

General Conditions of the Contract

We understand LD for delay shall be leviable in case of delay beyond CDD of 56 months due to reasons solely attributable to contractor. LD shall not be appilable for intermediate milestone date(s). NPCIL to confirm our understanding is correct.

Methodology/ break up for refund of LD deducted under Clauses 6.2.2 (a) and 6.2.2 (b) is also not clear. NPCL is requested to clarify further.

Refer prebid response of Commercial Queries

BHEL 4 Section BSCC Clause No. 14 GCC Clause No. 5.9Terms of PaymentAnnexure A to SCC

Weightage for cost of Supply, Erection & Commissioning and Civil may not be in line with Annexure-I, II and III , as the cost of various packages in the tender may not follow the exact price distribution as weightages mentioned in the above Annexure. Hence, price shall be mentioned in line with format given in Price Bid (Part-II Bid) and Price break up ( Billing Breakup) for Supply of individual items/systems, Erectio & Commissioning activities, Civil works shall be finalized after placement of Purchase Order

Refer prebid response of Commercial Queries

6/6

Page 127: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. /COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY NPCIL RESPONSE sSection -Commercial

BHEL 5C1‐Scope ofSupply and

Work3.3.1 (xxxvi) I02.KK34.0.0.TH.TS.PR002 (RO)

Tender Requirement: Design and construction of foundations for the equipments in the scope of PURCHASER's supply and erection in UKU, USV & UYB. The details of the equipment shall be provided to CONTRACTOR at a later date.

BHEL Query: Price Offer shall be made based on scope of work specified in the tender. For any design and construction of foundations for equipments in the scope of Purchaser's may be done by the contractor but these shall be covered under GCC Clause no. 19, Change in the Facilities.

This will have price implication. NPCIL to confirm.

The equipment to be installed in UKU/UYB/USV buildings, are by & large similar to KK1&2 equipment. All bidders are requested to visit to KKNPP Site to get the first hand information as informed in the pre-bid meeting. The details of equipment will be given to Successful bidders at later date.

7/7

Page 128: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 1 C1‐Scope ofSupply andWork_C1.2Projectexcution andassuranceplan

7.0CONSTRUCTIONOF STORES

1301.KK34.0.0.MP.PCA.P08REQUIREMENTS FORCONSTRUCTIONSUPERVISION ANDMANAGEMENTBY CONTRACTOR

As per tender specification:The storage areas should have adequate unloading and handling facilities with adequate passage space for movement of material handling equipment such ascranes forklift trucks etc.BHEL Query/ Clarification: Space for movement of cranes, forklift etc has been asked in the referred clause. We understand that mobile crane/forklift are in customer's scope. Accordingly, no mobile crane/fork lift is considered in scope of supply of BHEL. Please confirm.

Warehouse management and material handling is in the scope of the contractor. Mobile crane/ forklift shall be arranged by contractor.

BHEL 2 4.1 (iii) I301.KK34.0.0.MRR.TS.WD002Technical Specification for Electric Wire Rope Hoist

As per tender specification:Creep speed, if specified in data sheets shall be provided with one of the following means:a) Pole changing motorsb) Epicyclic gear trainc) Additional gear box and clutch system.BHEL Query/ Clarification: As VVVF drive is already included in list of supply. Hence, same shall be used for creep speed and means mentioned above shall not be applicable.

Accepted

BHEL 3 SECTION 2BUILDINGS & STRUCTURE DESCRIPTION

2.1 (6) I301.KK34.0.0.TH.TS.WD026GENERAL TECHNICAL REQUIREMENTS FOR CIVIL DESIGN FOR COMMON SERVICES PACKAGE

As per tender specification:I301.KK34.0.0.MRR.TS.WD003 - Technical Specification for EOTCrane.BHEL Query:Above document is not traceable in tender documents.

Kindly provide the same.

Uploaded In folder 2.2.1 of folder 4 along with query response.

BHEL 4 Notes at the end of document SAMPLE QUALITY ASSURANCE PLAN FOR CRANES

I02.KK34.0.0.TH.QP.P001- SAMPLE QUALITY ASSURANCE PLAN FOR CRANES

As per tender specification:1 : NPCIL 2 : CRANE MANUFACTURER 3 : SUB VENDOR

BHEL Query/ Clarification:BHEL proposes as follows:1 : NPCIL 2 : MAIN CONTRACTOR 3 : CRANE MANUFACTURER/ SUB VENDORPlease confirm.

Proposal is acceptable. For all QAPs following shall apply 1 : NPCIL 2 : MAIN CONTRACTOR 3 : MANUFACTURER/ SUB VENDOR

NUCLEAR POWER COPROPRATION OF INDIA LIMITEDDESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION/CONSTRUCTION, TESTING, COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND

COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

Pre bid Queries of BHEL Section - Technical

Set-1 Queries on 17/08/2016

1/1

Page 129: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 6 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs Part 1

Clause No-5.3, Page 5 OF 15

130 1.KK34.0.0.MRR. TS. WD004, Technical Specification for Elevators

As per tender specification: Material Scratch Proof finish of: Landing doors: Stainless Steel 1.6mm Car doors: Stainless Steel 1.6mm Inside car: Stainless Steel 1.6mm Car body: Structural steel 2.5mm BHEL Query/ Clarification: As per standard industrial practice, Landing doors, Car doors, Inside car of SS-304, 1.5mm thick sheet shall be provided. Also, all reputed vendors have standardized sheet thickness as 1.5 mm. Further please note that Car body shall be as per structure design requirement. Please confirm.

The higher thickness as per tender or design shall prevail

As per tender specification: ENGINEERING UTILITY AND LABORATORY BUILDING-2 Nos. elevators i.e. one (01) no. of each following type:- * 400 Kg Passenger type * 1000 Kg Goods Type HEALTH PHYSICS BUILDING(CONTROLLED ACCESS AREA)-6 Nos. elevators i.e. one (01) no. of each following type:- * 5000 kg Goods Type * 1000 kg Goods Type* 100 kg Goods Type* 100 kg Goods Type* 400 kg Passenger type* 400 kg Passenger type CONTROLLED ACCESS AREA CENTRAL WORKSHOP- 1 No. elevators of 3200 Kg Goods Type BHEL Query/ Clarification: * We understand that total only 9 Nos. elevators for subject tender as per list mentioned above are to be provided. Please confirm. * Further, please note that elevator manufacturers manufacture goods elevator in accordance with IS 14665 wherein standard capacity is 3000KG instead of 3200KG. Same may please be permitted. Please confirm. * Please note that 100KG goods elevator seems to be a very small capacity elevator. Kindly confirm the purpose/ application for the same.

The quantity indicated in document I301.KK34.0.0.PR.TT.WD004, shall be applicablefor this tender. Elevator with 3000 kg can be supplied in place of 3200 Kg. 100 Kg elevators are used for lighter material. Contractor can visit site and understand requirments before quoting.

BHEL 5 I30 LKK34.0.0.PR.TT.WD004, SCOPE OF WORK/SUPPLY FOR MATERIALHANDLING FACILITIES OF COMMON SERVICES

Clause No-1, Page 3 OF 4

C1-Scope of Supply and Work_C1.1 scope of work

2/2

Page 130: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 7 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs Part 1

Clause No-5.4, Page 5 OF 15

130 1.KK34.0.0.MRR. TS. WD004, Technical Specification for Elevators

As per tender specification: Degree of protection for control panel: IP 52 BHEL Query/ Clarification: All reputed suppliers provide control panel with IP 21 for indoor duty. Further to this, we propose to provide air conditioner for the elevator machine room. Hence IP 21 control panel is adequate. Please confirm.

Tender requirements shall prevail.

BHEL 8 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs Part 1

Clause No-4.6, Page 4 OF 15

130 1.KK34.0.0.MRR. TS. WD004, Technical Specification for Elevators

As per tender specification: Scope of works shall be as per refereed document: Scope of work/supply for Main Plant Package: I301.KK34.0.0.PR. TI.WDOO3 BHEL Query/ Clarification: The document mentioned in the above clause is not available in the tender specification. However, a document with doc no- I301.KK34.0.0.PR. TT.WDOO4 titled "Scope of Work/Supply for Material Handling Facilities of Common Services Package" is provided wherein the scope of Elevators (Quantity & Type) is mentioned. We understand that the scope or work for elevator package for subject tender doc. no. I301.KK34.0.0.PR. TT.WDOO4 is to be referred.

Please confirm.

Bidders understanding is correct. Some of the documents cross refer the documents "System description and scope of auxiliary plant area & System description and scope of Main plant area which are superseded by System description and scope of balance of plant -common services document . Hence document titled as "common services " shall be referred where ever such references are made in other documents of this tender.

BHEL 9 3.8.3 03-Architecture Scope of Work-I301.KK34.0.0.PR.TT.P030

WALL:- …solid concrete block wall..

Alternatively walls may be constructed with aerated concrete blocks.

Please confirm.

Use of aerated concrete blocks is acceptable subjected to ensuring compliance of all applicable design requirements (including strength, wind/seismic resistance etc).

BHEL 10 3.8.3 03-Architecture Scope of Work-I301.KK34.0.0.PR.TT.P030

…solid concrete block wall..

Wherever solid concrete block wall is used plastering is not envisaged on either side of wall.

Please confirm.

Plastering is envisaged over both faces (internal and external) of solid concrete block masonry.

BHEL 11 Technical Specification for Plastering & Pointing I301.KK34.0.AR.TS.WD036

Plastering

Plastering whereever applicable shall be provided with 18mm thick with cement mortar 1:6 for external surfaces, 12 mm thick with cement mortar 1:6 for internal surfaces and 6 mm thick with cement mortar 1:4 for ceiling.

Please confirm.

Thichness and mix proportions of sand faced external plaster are covered in subsection 6 of Technical specification for plastering and pointing-Doc.No. I301.KK34.0.AR.TS.WD036 (in pages 5 & 6/7). For internal surfaces and ceiling, thickness and proportions mentioned in the query are confirmed.

3/3

Page 131: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 12 2.1.1 02-TS_for Civil General1301. KK34.0.0.TH.TS.WD026Compressor building-….pre-castR.C.C roof

For roofing over trusses, RCC cast insitu roof is acceptable (with left in shuttering), in place of precast roof planks, subject to ensuring that (internal layout is not effected and) all functional requirements of the facility are met.

BHEL 13 2.1.1 02-TS_for Civil General1301. KK34.0.0.TH.TS.WD026Engineering Utility and Laboratory Building…….pre-castR.C.C roof

same as above

BHEL 14 4.4.5 02-TS_for Civil General1301. KK34.0.0.TH.TS.WD026 TECHNICAL SPECIFICATIONS

Technical Specification for shop &field paintingI301.KK34.0.0.TH.TS. WD122

Document not available with tender documents.

Please furnish the same.

Document enclosed in volume-4-section C 2.2.1 as file number 38- TS painting.

BHEL 15 Table 2.1.1 02-TS_for Civil General1301. KK34.0.0.TH.TS.WD026Reference Schematic Drawing

Reference Schematic Drawing as mentioned is not attached with tender documents.

Please furnish the same.

Schematic drawings are enclosed in volume 9,10 &11-section C 2.6 for civil, mechanical,electrical and C&I works. Please refer the list of drawing in the "System description and scope of balance of plant -common services" document - annexure-3 for latest drawing numbers.

BHEL 16 6.1.2 02-TS_for Civil General1301. KK34.0.0.TH.TS.WD026All Steel Structures under Design Class DC3 shall be designed as per provisions of AERB/SS/CSE-2 and relevant BIS Codes.

Please provide the document AERB/SS/CSE-2 as the same in not available on AERB website.

All AERB publications shall be purchased directly from AERB

Floors are RCC cast in situ over removable shuttering. Roof may be of RCC cast in situ over removable shuttering.

Please confirm.

4/4

Page 132: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 17 6.3 102.KK34.0.0.TH.TS.PR002…. The battery limit of contractor ends one meter outside the building…….

Please clarify that whether following are in bidder's scope or not:

1. Fencing/ boundary wall around auxilliary package and Main plant package2. Watch tower 3.Drain diversion4. Landscaping, green belt & horticulture5.Rain water harvesting

(1) All fencing works as marked around auxiliary area and PPS double fencing around main plant area are under bidders scope. (2) Watch towers are not in bidderes scope.(3) Drain diversion is not in bidderes scope. (4)Green belt/horticulture are not in bidders scope. However backfilling and area grading within the battery limits of strctures under this BOP scope are under bidders scope.(5) Rain water harvesting is not included. However storm / underground water drain systems (through GUD & GUU system) is included in the scope.

BHEL 18 Indicative layout for GUD System1301. KK34.0.GUD.AB.OK.WD001 Rev 02

The following needs to be clarified :-1. Road & drains for auxiliary area pacakge are in bidder's scope or not?2. Road & drains for main plant area pacakge are in bidder's scope or not?If yes, then please provide the drawing with clear demarcation of scope.

Complete under ground drainage (GUU system) and surface drainage (GUD system) in the whole plant area (including around all main plant buildings in Russian scope of design) and BOP-Electircal Pkg. are under the bidders scope. Construction of all roads are outside the bidders scope. However layout of roads within the auxiliary area are included in the bidders scope.

BHEL 19 Indicative layout for GUD System1301. KK34.0.GUD.AB.OK.WD001 Rev 02

The following needs to be clarified :-1. Leveling & grading for auxiliary area pacakge are in bidder's scope or not?2. Leveling & grading for main plant area pacakge are in bidder's scope or not?

If yes, then please provide the drawing with extent of leveling & grading, Finished Grade Level (FGL) for each package/area.

Finished grade level around any strcture shall be 150mm below the ground floor elevation of that structure (as mentioned in respective architecural drawings). All backfilling and area grading within auxiliary area and within the battery limits of rest of structures under present contract are within bidder's scope.

BHEL 20 Indicative layout for GUD System1301. KK34.0.GUD.AB.OK.WD001 Rev 02

We understand that fencing and gates as marked "battery limit for development of plot plan for auxilliary area" is excluded from bidder's scope.

Please confirm.

No. These are part of bidders scope. Additionally Nuclear Island Guard Houses (0 1UYE & 0 2UYE) and PPS double fencing around nuclear island (01 UZJ) are also part of bidders scope (see subsection 3.3.2 of document titled "Technical Specification with system description and scope of BOP-Common Services (doc. No. I02.KK34.0.0.TH.TS.PR.002)".

BHEL 21 3.3.6 02-TS_for Civil General 1301. KK34.0.0.TH.TS.WD026Permissible increase in SBC / pile capacity shall be as per relevant AERB/BIS codes if not otherwise mentioned in the Geo-technical report

It is understood that bearing capacity recommendation provided in geo-tech investigation report titled "01-TS_for geo technical design" is arrived with due consideration of requrement of AERB/BIS codes.

Please confirm.

The Geotechnical Investigation report generated by the contracor shall contain all necessary assessments related to geo-technical design basis and shall be submitted to NPCIL for their review/approval. The bearing capacities included in the referred report are the upper limits which shall not be exceeded.

5/5

Page 133: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 22 page 1 of 10, CL. 1.1 I301.KK34.0.0.PR.TT.P020- Scope of Works - Civil-Structural for Auxiliary Area Package

Overall Plot Plan for Auxiliary Area I301.KK34.0.000.WK.TT.P001

Please provide the Plot Plan drg no. I301.KK34.0.000.WK.TT.P001.

Please furnish the same in Autocad format.

PDF version is covered in the folder "C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.1_Civil". Only pdf version (converted from autocad) will be provided - refer response to query no. 1 from set 2 dated 02.09.2016.

BHEL 23 page 16 of 24, CL 3.8.8

I301.KK34.0.AR.PR.TT.P031- Scope of Works -Architecture for main plant Area Package

parapet shall be 500 mm high for non approchable roof and 1000 mm high for approchable roof

Parapet shall be provided with brick work.

Please confirm.

No. All parapets shall be in RCC

BHEL 24 page 54 of 82, CL 3.5.1

I301.KK34.0.0.TH.TS.WD026- GENERAL TECHNICAL REQUIREMENTS FOR CIVIL DESIGN FOR COMMON SERVICES PACKAGE

Hand rails, 1000 mm high, shall be provided to all walkways, platforms & staircases.

GI pipe hand rail shall be provided.

Please confirm.

Material and coating system shall be selected by the designer taking into consideration the exposure conditions and substantiated with necessary justifications.

BHEL 25 General We understand that owner shall provide well leveled land, free from all encumbrances to the bidder.

Land is in owners custody and is free from all encumberances. Before submitting the bid, bidder shall visit the site to get fully acquainted with the site conditions.

BHEL 26 3.1.2.1. 02-TS_for Civil General1301. KK34.0.0.TH.TS.WD026

The safe grade elevation to be maintained for the site shall be +7.5 m above MSL

BHEL 27 Indicative layout for GUD System1301. KK34.0.GUD.AB.OK.WD001 Rev 02

Various FGL shown in the referred layout varying from (+) 7.7 m to (+)12.5 m. We understand that various facilities / structures under this pacakage shall be constructed over natural ground level and no leveling & grading works is required.

Please confirm.

Finished Grade Level around any structure shall be 150mm below the ground floor elevation of that structure (mentioned in respective architecural drawings). All strucures shall be founded over competent strata as per the requirements of duly approved geo-technical design basis report. All backfilling and grading of areas within the battery limits of structures & in auxiliary area are within bidder's scope. The final area grading shall slope towards the sea with FGL at shore protection bund as +7.5m MSL.

6/6

Page 134: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 28 3.3.6 02-TS_for Civil General1301. KK34.0.0.TH.TS.WD026Minimum depth of foundation for all structures shall be from FGL (Finished Grade Level) or NGL (Natural Ground Level),whichever is lower.

Drawing showing the spot level plan is uploaded in folder 1 of folder 5 along with prebid responses.

BHEL 29 5.0 FINISHED GROUND LEVEL, PAGE NO. 3 OF 56

For finished ground level, refer Plot Plan and for the depth of corresponding cutting/filling details of each unit/facility, refer ground contour drawing.

Document titled 'Foundation levels of Buildings and Tunnels in Main Plant Area of KKNPP Units 3&4 is uploaded in folder 1 of folder 5 along with prebid response.

BHEL 30 Geotechnical data, Doc. No. I301.KK34.0.0.GR.TS.WD025, GEOTECHNICAL DESIGN BASIS FOR COMMONSERVICES PACKAGE

1.0 INTRODUCTION, PAGE NO. 1 OF 56

The subsoil data and foundation system included herein are based on two numbers of borehole logs & laboratory test details generated by Geotechnical investigation in auxiliary plant area & main plant area.

12 no. bore logs only (2 in Auxiliary Plant area and 10 in main plant area) are mentioned in the specification. Laboratory test results of soil and rock samples, chemical analysis of water & sub soil are not available in the specification.

Kindly furnish the same for reference.

Test results of some of the bore holes are attached. However EPC contractor shall carry out detailed investigation for his scope of work.

BHEL 31 Geotechnical data, Doc. No. I301.KK34.0.0.GR.TS.WD025, GEOTECHNICAL DESIGN BASIS FOR COMMONSERVICES PACKAGE

1.0 INTRODUCTION, PAGE NO. 1 OF 56

The bidder shall submit Geotechnical investigation specification and Scheme to NPCILfor their review/approval. The Geotechnical Investigation report so generated by investigation shall be submitted to NPCIL for their review/approval before adoption in design. However, the recommended bearing capacities included herein shall not be exceeded in any case.

Foundation system shall be adopted based on the approved Geotechnical Investigation Report submitted by bidder during contract stage.

Please confirm.

Yes. All strucures shall be founded over competent strata and the selected foundation system shall be as per as per the duly approved geo-technical design basis report.

Please provide contour and topographic survey drawing in AutoCad format of the proposed site.

7/7

Page 135: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 32 Geotechnical data, Doc. No. I301.KK34.0.0.GR.TS.WD025, GEOTECHNICAL DESIGN BASIS FOR COMMONSERVICES PACKAGE

6.0, PAGE NO. 3,4 & 5 OF 56,

FOUNDATION RECOMMENDATIO

N

Net safe bearing capacities mentioned in Table-1, 2 & 3.

Unit of Net Safe Bearing Capacities in Table-1,2 & 3 is not mentioned. We understand that unit of Net safe bearing capacities furnished in Table-1,2 & 3 is in T/m2.

Please confirm.

Yes. This clarification is already covered at "B. Civil, Sl. No. 2"of Annexure-4 to document titled "Technical Specification with system description and scope of BOP-Common Services (doc. No. I02.KK34.0.0.TH.TS.PR.002)".

BHEL 33 Geotechnical data, Doc. No. I301.KK34.0.0.GR.TS.WD025, GEOTECHNICAL DESIGN BASIS FOR COMMONSERVICES PACKAGE

6.0, PAGE NO. 3,4 & 5 OF 56,

FOUNDATION RECOMMENDATIO

N

Net safe bearing capacities mentioned in Table-1, 2 & 3. Permissible settlement for isolated footings and raft is given as 25 mm.

Permissible settlement for isolated footings and raft shall be as per IS 1904.

Please confirm.

For estimation of net safe bearing capacity, settlement value shall be as given in the referred tables of the technical specification.

BHEL 34 Geotechnical data, Doc. No. I301.KK34.0.0.GR.TS.WD025, GEOTECHNICAL DESIGN BASIS FOR COMMONSERVICES PACKAGE

6.3.1,6.3.2 PAGE NO. 6 OF 56,

FOUNDATION IN FILL AREA & CUT

AREA

Base of the foundation pit shall be compacted to 95% of modified proctor density before filling the pit for 500mm thick with excavated soil laid in layers of maximum 150mm thick and compacted to 95% of modified proctor density.

Base of the foundation pit shall be compacted to 95% standard proctor density. Filling shall be done using excavated soil laid in layers of maximum 150 mm thick and compacted to 95% standard proctor density.

Please confirm.

All structural backfill shall be as per specification (ie field compaction corresponding to 95% modified proctor density)

8/8

Page 136: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 35 Geotechnical data, Doc. No. I301.KK34.0.0.GR.TS.WD025, GEOTECHNICAL DESIGN BASIS FOR COMMONSERVICES PACKAGE

9.0 AGGRESSIVENESS OF SOIL AND GROUND WATER TO FOUNDATIONCONCRETE :, PAGE NO. 8 of 56

The cement shall be of Portland pozzolana cement or Portland slag cement with minimum grade of M 30 and 350 Kg cement per Cum. The foundation and the structures below the grade level shall be coated with suitable corrosion protection system approved by NPCIL.

Please furnish the type/detail of Corrosion protection system to be adopted for structures below grade level.

Type of corrosion protection shall be based on the aggressiveness of soil/ground water as established during confirmatory geotechnical investigations (included in the scope of EPC contractor).

BHEL 36 Geotechnical data, Doc. No. I301.KK34.0.0.GR.TS.WD025, GEOTECHNICAL DESIGN BASIS FOR COMMONSERVICES PACKAGE

10.0 PAGE NO. 8 OF 56, BACKFILLING

The back filling in foundations shall be done with excavated soil/suitable uncontaminated soil as approved by Engineer-in-charge. Debris/organic maters, industrial waste etc if available in top soil should not be used in back filling. This shall be compacted in layers not exceeding 150mm to 90% modified proctor density.

Backfilling around foundations shall be done with excavated soil in layers not exceeding 150 mm to 90% standard proctor density.

Please confirm.

All structural backfill shall be as per specification (ie field compaction corresponding to 95% modified proctor density). 90% standard Proctor Compaction can be adopted only for non structural backfilling aroud the strctures.

BHEL 37 GENERAL GUIDELINES FOR

PIPING 2.1.3.1 Inserts for Piping:-300x300 Insert plates shall be provided on outer face of all RCC columns at main tier elevations

BHEL 38 02-TS_for Civil General

GENERAL TECHNICAL REQUIREMENTS FOR CIVIL DESIGN FOR AUXILIARY AREA PACKAGEThe trestle structure shall support overhead outdoor piping systems and cable systems. The structural framing shall constitute steel portal frames hinge connected to each other through longitudinal ties.

Please clarify, whether trestle shall be of steel framed or RCC framed structure.

RCC framed structure shall be provided.

9/9

Page 137: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 39 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs Part 3

Cl. 2.6.3 Method Of Analysis

I301.KK36.0.0.TH.TS.WD701 This clause calls for engineering in smart plant 3D and "P&ID" software whereas another part of specification (Cl. 3.2 Software / Section- C1-Scope of Supply and Work_C1.3-Documents for owners review / 01-Drawings and docs Prep & submission / Page 31 OF 40) provides a choice among Smart Plant 3D, PDMS and PDS.

Please review and clarify.

Clause 3.2 of document I301.KK34.0.0.PR.VDR.P001 shall prevail.

BHEL 40 I02KK3400APTTPR001

1.0/1.23 Successful interface with the purchaser’s systems shall be the responsibility of the vendor.

Provision of interface shall be kept in package side control system. However, it will be responsibilty of Purchaser to keep provsion and do the interfacing between vendor supplied packages.

Please confirm.

It is vendor's responsibility to have provision in his supplied I&C systems to interface with purchaser's I&C system at required points. Integration of various makes of I&C systems supplied by main vendor of this package and commissioning of above interface is under scope of main vendor of this package.Also, Refer to 4.37 of I02.KK34.0.0.AP.TT.PR001.

BHEL 41 I02KK3400APTTPR001

3.1.3/7 Marshalling panels As control system for these packages are vendor driven, provision of marshalling panels may not be standard practice of these package vendors. PLC IO's will be housed and wired in the control panel.

Please confirm.

Not Accepetd. Provision of marshalling panel provides various other benefits during commissioning and maintenance, hence is used in our practice. Vendor should adhere to the configuration drawings mentioned in I02.KK34.0.0.AP.AL.PR.001 (R0)

BHEL 42 I02KK3400APTTPR001

3.1.3/19 All documents shall be prepared in KKHQ-KKNPP format & shall follow KKHQ/KKNPP numbering procedure.

This format is not clear to us.

Kindly elaborate or provide some reference.

Format to be followed is specified in technical specifications. For eg. Instrument index format mentioned in I02.KK34.0.0.AP.AL.PR.001 (R0). If any format not mentioned, the same shall be submitted to successful vendor. Also, the coding system (KKS coding) is specific for the project.

BHEL 43 I02KK3400APTTPR001

3.1.3/26 Location of field equipments/ instruments shall be as per Non Important to Nuclear Safety (NINS) Class

This safety class is not clear to us.

Kindly elaborate or provide some reference. Further, these BOP packages must be outside Nuclear Power Plant boundary area.

Please confirm.

Refer to Section 10.0 of I02.KK34.0.0.TH.TS.PR002. Safety classification is mentioned in AERB/NPP-PHWR/SG-D-1. NINS is equivalent to unclassified safety class, which has no impact on nuclear safety as per IEC 61226.

10/10

Page 138: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 44 I02KK3400APTTPR001

3.2/3.2.54.0/4.37

Control System supplied by contractor shall be interfaced with TLPS (Top Level Plant System) to purchaser’s Main Control System via TCP/IP link.PLC based control system shall be serially connected to Purchaser’s T L P S ( T o p l e v e l P l a n t S y s t em) . This serial connection shall be dual redundant.MODBUS TCP protocol over Ethernet shall be considered for this connection.

Provision of interface shall be kept in package side control system. However, it will be responsibilty of Purchaser to keep provsion and do the interfacing between vendor supplied packages.

Please confirm.

Refer respone to query no. 40 above.

BHEL 45 I02KK3400APTTPR001

3.2/3.2.10 One no potential free contact shall be provided to interface with Top Level Plant System (TLPS) for system failure.

As soft interface is already being envisaged, hence hardwired interface is not required. Further, distance between different packages and TLPS is not clear.

Not accepted. Potential free contact shall be provided for hardwired failure alarm from PLC to TLPS. Interrogation supply to dry contact will be provided from purchaser's system.

BHEL 46 I02KK3400APTTPR001

3.3.1/3.3.1.1.

PT & DPT shall be of capacitance type Transmitters shall be selected based on the process/fluid requirement and also as per latest technologies available in the market.

Please confirm.

Not accepted. Only capacitance type of transmitters shall be used as a practice.

BHEL 47 I02KK3400APTTPR001

3.3.1/3.3.1.12. Transmitter shall be Yoke mounted Rack and Enclosure mounted Transmitter shall also be considered.

Please confirm.

Vendor may propose the mounting arrangement during detail design for NPCIL approval before supply and erection.

BHEL 48 I02KK3400APTTPR001

4.0/4.3 Micro processor based system. The system shall be of modular construction and expandable in future by adding additional modules.

20% spare capacity shall be considered.

Please confirm.

The present clause requires modularity as a design feature to enable easy maintenance and future expansion of I&C system, as required.

Refer section 15.0 for spares.

BHEL 49 I02KK3400APTTPR001

4.0/4.43 Inside cabinet wiring shall preferably be done using ribbon type pre-fabricated cables.

As control system for these packages are vendor driven and marshalling panels are not envisaged, provision of ribbon type cables for wiring may not be standard practice of these package vendors. PLC IO's wiring shall be done through indivdual cabling upto terminals.

Please confirm.

Regarding marshalling panel refer response to query no. 41 above.

Use of flat ribbon cables for inside cabinet wiring is one of the preferred method due to achieved neatness. Other wiring methods that achieve equal or better results may be followed.

BHEL 50 I02KK3400APTTPR001

8.0/8.1 Junction boxes shall be suitable for 6 pair/ 12 pair cables.

4P & 8P shall also be included.

Please confirm.

Accepted. But cable glanding should be proper to take care of IP class.

11/11

Page 139: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 51 I02KK3400APTTPR001

11.2/11.2.2/1 S.S. Tubes shall be cleaned with lint free cloth dipped in acetone and pulled through the tube using nylon wire until all dirt / dust is removed to the satisfaction of the Engineer

Generally this is not required as new tubing free of dust/dirt is being used.Further, this shall be discussed during detail engineering.

Please confirm.

Will be discussed in detailed Engineering stage.

BHEL 52 I02KK3400APTTPR001

11.2/11.2.2/4 Double ferrule compression type (Swagelok/Parker make) fittings

Double ferrule compression type fittings shall be from approved vendors.

Please confirm.

Accepted, also please refer 'Suggested vendor list' for the same.

BHEL 53 B-1 3.6 GCC -Subcontracting BHEL being a public sector company, the award of subcontracts will be through open tender. The contractors are evaluated through a well established system. Hence this clause may please be deleted.

Shifted to Commercial Queries.

BHEL 54 B-1 6.11.7 GCC - Additional Insurance Kindly provide us the details of additional insurance coverage required to be arranged by the bidder during execution of the contract.

Shifted to Commercial Queries.

BHEL 55 B-1 6.12 GCC - Force Majeure Kindly clarify whether local agitation / stoppage of works at plant due to local disturbances will also be considered as Force Majeure

Shifted to Commercial Queries.

BHEL 56 B-1 9.3 GCC - Free Issue Materials Kindly confirm whether BHEL has to arrange insurance for free materials issued by NPCIL (for the risks mentioned in the document). If so, kindly provide us the approximate value of FIM envisaged for the project.

Shifted to Commercial Queries.

BHEL 57 B-1 11.1 GCC - Land Levelled land may please be provided as required by BHEL. Shifted to Commercial Queries.

BHEL 58 B-1 11.4 GCC - Water Supply Kindly provide us construction water at one place inside the boundary at free of cost.

Shifted to Commercial Queries.

BHEL 59 B-1 11.5 GCC - Electricity Kindly provide us construction power at two pints inside the boundary at free of cost.

Shifted to Commercial Queries.

BHEL 60 B-1 18 GCC - Taking Over We understand that upon successful commissioning and issuance of Erection Completion Certificate of individual BOP packages, the same packages shall be taken over by the customer individually as and when the packages are commissioned.

Shifted to Commercial Queries.

12/12

Page 140: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 61 27_I301.KK34.0.0.ET.TS.PR032

6.0 Requirements6.1 Flame proof control station6.2 Flameproof Lighting Panels…and so on

Kindly inform us the classification of hazardous zone for various BOP systems.

Does DM plant , chlorination, Waste water treatment plant, chemical storage etc are under Hazardous or safe zone?

If Hazardous , Do we need to provide Flame proof Motor ? kindly furnish the specification as the specification for flame proof motors are not available.

Classification of hazardous zone shall be as per th tender specification and as per relevant standards. Flame proof motors and flame proof lighting would be used based on the hazard category of the building .

BHEL 62 1_PR.TT.PR002 3.10.10 No of cores of Motor cables We would like to use 3C cables. Kindly accept. Would be as per the specification, as a standard practice.

BHEL 63 1_PR.TT.PR002 3.10.10 Power Cable SpecificationConductor Material - Cu

We would like to use Cu conductor upto 16 sq.mm and Aluminium Conductor above 16 sq.mm. Kindly accept.

Would be as per the specification, as a standard practice.

BHEL 64 1_PR.TT.PR002 9.0 List of attachments We could not find the following Documents in tender. Kindly furnish.

Sl.No 5) I02.KK34.0.0.ET.TS.PR007Sl.No 6) I02.KK34.0.0.ET.TS.PR023Sl.No 7) I02.KK34.0.0.ET.TS.PR021Sl.No 8) I02.KK34.0.0.ET.TS.PR022Sl.No 18) I02.KK34.0.0.ET.TT.PR002

1.) Sl.No 5) I02.KK34.0.0.ET.TS.PR007- This document is available in tender Volume_7_a__Section_C_C2.3__Part_1_& Volume_7_b__Section_C_C2.3__Part_2_and_Part_32.)Sl.No 6) I02.KK34.0.0.ET.TS.PR023-this document is available in tender Volume_7_b__Section_C_C2.3__Part_23.)Sl.No 7) I02.KK34.0.0.ET.TS.PR021-this document is available in tender Volume_7_b__Section_C_C2.3__Part_24.)Sl.No 8) I02.KK34.0.0.ET.TS.PR022-this document is available in tender Volume_7_b__Section_C_C2.3__Part_25.)Sl.No 18) I02.KK34.0.0.ET.TT.PR002- This document will is being provided.

BHEL 65 0UGX-0UGD/01I301.KK34.0.0.TH.TS.

WD110

1.1 Technical specification of Desal. Plant, DM plant & Plant WTS

We propose to offer Sea water Reverse osmosis plant in place of Mechanical vapour compression (MVC) & evaporation system for Desalination plant.

Sea water RO (SWRO) plant shall meet the NPCIL water (volume and quality) requirement and also have the following advantages over MVC:1. Easy to operate 2. Easy to maintain (Compressor & heat exchangers in MVC have higher maintenance involved.)3. Lower power consumption4. Can accommodate variation in flow rate and recovery.Kindly provide acceptance for SWRO based Desalination plant.

Tender specification shall prevails

13/13

Page 141: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 66 I02.KK34.00.AP.TT.PR.001

Clause No. 1.5, Page 6 of 62

Clause No. 1.7

Clause No. 4.0, Page 27 of 62

Clause No. 3.2.1, Page 13 of 62

Contractor shall supply …….. local control panels, PLC, work station,

In general, all instruments and instrument control systems, like Programmable Logic Controller (PLC) …..

PLC based Control System

Programmable Logic Controller (PLC) based system shall be used for measurement, control, interlock & shutdown.

BHEL proposes supply of in house manufactured, DCS control system for NPCIL’s Balance Of Plant – Common services in lieu of PLC. This shall help NPCIL to reap benefits of Unified Automation, like: 1. Common hardware platform for controls of all BOP packages in the bid scope2. Unified HMI, Information management & common engineering platform across the control system3. Optimum utilization of O&M resources, reduced spare inventory4. Better life cycle management due to assured long term support from OEM, i.e BHEL.NPCIL to confirm acceptance of the same.

Acceptable subject to compliance to other technical charateristics mentioned in this specfication, as applicable.

BHEL 67 Section C-2.4.1I02.KK34.00.AP.TT.P

R.001

Clause No. 1.23, Page 8 of 62

Integration of all C&I systems supplied by the vendor (including various systems supplied by sub-vendors of this package) and successful interface with the purchaser’s systems shall be the responsibility of the vendor.

PLC based control system shall be serially connected to Purchaser’s T L P S (Top Level Plant System). All hardware/ software required for this in PLC based control system shall be supplied by Vendor. Serial link cables, I/O port, Switches etc shall be in vendor scope. Commissioning of this serial link at site in coordination with respective agencies shall be Vendor’s responsibility.

NPCIL is requested to furnish list of all such systems / subsystems, other than TLPS, to be integrated with the proposed BOP package.

However, it is requested that hardware part shall be in NPCIL scope.

NPCIL to clarify.

Along with TLPS, vendor has to integrate Fire alarm system (details given below), Communication system (as mentioned in I02.KK34.00.AP.TT.PR.001) and Automated Radiation monitoring system (ARMS) with the proposed BOP scope. The design, supply, erection and commissioning of ARMS is in the scope of purchaser (NPCIL). BOP package vendor has to provide the interface for integration with purchaser's system. The details required for interface will be submitted as an Addendum to I02.KK34.00.AP.TT.PR.001 . It is mentioned that " All hardware/ software required for this in PLC based control system shall be supplied by Vendor"

Fire Alarm system and alogirhtm for alarm and fire fighting system is excluded from this contract. However Fire protection part is covered under this contract. Type of interface of fire fighting system / equipment with fire alarm system is provided in the contract. Same shall be met. Refer Annexure-4 "AMENDMENT DOCUMENT FOR BALANCE OF PLANT COMMON SERVICES PACKAGE"

#NAME? 68 Section C-2.4.1I02.KK34.00.AP.TT.P

R.001

Clause No. 4.31, Page 31 of 62

All type of power supplies shall be made available at one point. Further distribution of power supply shall be in vendor's scope.

It is understood that 230V AC UPS is in NPCIL scope. Further, NPCIL is requested to provide redundant feeders at one point each separately for CCR & LCC instead providing at single point.

Would be as per the specification, as a standard practice.

14/14

Page 142: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 69 Section C-2.4.1I02.KK34.00.AP.TT.P

R.001

Clause No. 13.1.1, Page 53 of 62

The scope of installation shall include all the field instruments and control systems like field instruments, analyser system, control system equipment i.e. PLC, HART Maintenance system in local control room.

It is our understanding that, HART maintenance system is in NPCIL scope.

NPCIL to confirm.

HART maintenance system supply, installation and commissioining is in the scope of Vendor.

BHEL 70 Annexure#1 Clause No. 2, Page 59 of 62

A Common Control Room (CCR) along with control equipment room (CER) shall be provided in UCS building for the following process / plant systems.

NPCIL is requested to furnish the following details,• Distance between each PLC systems• Distance between CCR & each LCC• Distance between CCR, CER & UCS building

Requested data is mentioned in Section C.2.6.1 (Civil) drawings.

BHEL 71 Annexure#1 Clause No. 3.1.9, Page 60 of 62

Two no.s of desktop printers (which will be shared) shall be provided for alarms and events printing, log reports, graphics printing etc.

NPCIL to clarify whether these 2 printers are over & above shown in PLC system configuration diagram.Also, please furnish the specification of these printers.

Yes. Laser printer of latest configuration to be considered

BHEL 72I02.KK34.00.TH.TS.P

R.002

Clause No. 21.0, Page 57 of 62

Real Time Integrated Computerized Progress Monitoring System

NPCIL is requested to suggest atleast 3 vendors who meet this specification in total.

The Main vendor shall identify competent manufacturer and take written approval from NPCIL before finalizing the Sub-Vendor.

BHEL 1 Volume_10_Section_C__12_C 2.6.2_Mech Part 4\L Part 1\

25- Trestle piping plan area

Interface Trestle Pipng Plan for different Areas

Overall Plot Plan, Ref Drg No. A-209-000-16-47-0001 for Auxiliary Area is not available.

Kindly provide Editable copy of the drawing.

Uploaded in folder 2.6.1 of folder 4 along with pre bid response

BHEL 2 Volume_10_Section_C__12_C 2.6.2_Mech Part 4\L Part 1\

25- Trestle piping plan area

Interface Trestle Pipng Plan for different Areas

Area Division, Ref Drg No. A-209-000-16-43-0001 is not available.

Kindly provide the drawing.

Available in same folder under file name 'L25I30~1' sheet no. 1(total 13 sheets)Also uploaded again in folder '25- Trestle piping plan area' of folder 'L' of folder '2.6.2' of folder 4 along with prebid response.

BHEL 3 VOL C\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs Part 4\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs Part 4

2.4 Valves/2.4.3 Operation

GENERAL GUIDELINES FOR PIPING

As per standard practice of bidder, gear operation in Ball valves upto 6 inches is not required.

Please Confirm.

Confirmed.For ball valves with size 6 inches and above, gear boxes shall be provided.

Set-2 Queries on 02/09/16

15/15

Page 143: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 4 VOL C\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs Part 4\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs Part 4

2.4 Valves/2.4.3 Operation GENERAL GUIDELINES FOR

PIPING

As per standard practice of bidder, gear operation in Butterfly valves of 8 inches or more size, shall only be provided.

Please Confirm.

Tender specification shall prevail

BHEL 5 VOL C\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs Part 4\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs Part 4

2.4.6 Ball/Plug/Butterfly Valves

GENERAL GUIDELINES FOR PIPING

As per standard practice of bidder, ball valves upto 2 inches shall be 'Floating ball' type only.

Please Confirm.

Tender specification shall prevail

BHEL 6 Compressor sizing: PAGE NO. : 11 OF 23

Document No. No. 1301.KK34.OUTF.SCA.AB.TS.PR001 (Title PROCESS SPECIFICATION ONCOMPRESSED AIR PLANT AND DISTRIBUTIONSYSTEM)

For Centrifugal Compressor, total Compressed air flow rate mentioned is 9990 Nm3/hr whereas Selected Compressor Capacity mentioned is 9600 Nm3/hr.

Please clarify and confirm the Compressor Capacity of Centrifugal Compressor.

centrifugal Compressor Capacity mentioned 9600 Nm3/hr shall be considered.

BHEL 7 For Document at Sl. No.1- refer Clause 7 & 8 at page No:14 of 23.

For Document at Sl. No.2- refer page No:1 of 3 (Doc. No. A209-309-16-46-DS-1201) and page No:1 of 3 (Doc. No. A209-309-16-46-DS-1202)

1. Document No. No.1301.KK34.OUTF.SCA.AB.TS.PR001 (Title PROCESS SPECIFICATION ON COMPRESSED AIR PLANT AND DISTRIBUTION SYSTEM)

2. Document No. 1301.KK34.UTF.0.AB.DS.WD041(Title:STATIC EQUIPMENT MECHANICAL DATASHEET)

As per Document No. 1301.KK34.OUTF.SCA.AB.TS.PR001, (clause-7 & 8), Air receivers capacity mentioned are 10 m3 and 4 m3 respectively; whereas as per Air receiver datasheet (Document No. 1301.KK34.UTF.0.AB.DS.WD041), Air receivers capacity mentioned are 12.15 m3 and 10.26 m3.

Please clarify and confirm the capacity of air receiver.

Air receivers capacity mentioned are 10 m3 and 4 m3 respectively shall be considered

16/16

Page 144: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 8 CHILLED WATER for Compressor Load: Page No.: 5 of 40

Document No. 1301.KK34.0.0.AB.TS.PR001 (Title: GENERAL PROCESS SPECIFICATIONS FOR KKNPP-3&4 PROJECT)

1. Please clarify whether cooling water (ACW) or DMCW can be provided for cooling of compressors.2. A cooling water pressure of 5.0 - 5.5 Kg/cm2 (g) is required at inlet of compressor house .

Please confirm.

Chilled water to be used for cooling of compressors as mentioned in tech.Spec. It is to be noted that chiller plant & chilled water supply system is in scope of EPC contractor.

BHEL 9 P & ID EIL drawing No.:1. A209-14-42-309-11132.A209-14-42-309-11123.A209-14-42-309-11114.A209-14-42-408-11125.A209-14-42-408-11137.A209-14-42-408-1114

1. Doc. No. I301.KK34.0UTF.SCA.AB.OKF.WD 001, Rev R0 (Title:COMPRESSED AIR GENERATION, STORAGE AND SUPPLY)2. Doc. No. I301 KK16 USY 0 AB OKF WD 001, Rev R0 (Title:OUTDOOR TRESTLE PIPING)

1. Valves and Pipe sizes mentioned in P & ID shall be considered only.

Please clarify if any other additional valves specified or requirement.

2. Please confirm the type of flow transmitter indicated in P & ID.

1. Valves and Pipe sizes mentioned in P & ID are indicative and shall be finalized by EPC contractor during Detail Engg. Stage.2. 2. Flow transmitter shown in PID diagrams is only indicative. Vendor may propose type of flow transmitter as per application, as a part of package supply.Same shall be submitted to NPCIL for approval before finalising design.

BHEL 10 Volume_7_a__Section_C_C2.3__Electrical Part_1.1

2.5 & 2.6 1_PR.TT.PR002 Spec requirement:..Contractor shall develop a detailed single line diagram for MV and LV systems and submit the same for review and acceptance of the Purchaser, prior to finalisation of detailed engineering of the Process system.BIDDER'S CLARIFICATION: The basic single line diagram included along with Tender document shall be taken as a reference document for preparation and finalisation of the various BOP packages. Preparation & finalization of ESLD is not in BOP scope.Please confirm.

Single Line Diagram (SLD) enclosed with the Tender package shall be used as indicative minimum (for 6kV/0.415kV/0.38kV) for design and engineering of the Electrical Systems/for reference for MCCs, the job includes the development of respective system SLD to meet the technical (both process & electrical) requirements given in the technical specifications. ESLD mentioned in the query is not clear.

17/17

Page 145: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 11 Volume_7_a__Section_C_C2.3__Electrical Part_1.1

3.3.1 1_PR.TT.PR002 Spec requirement:Contractor shall detail out the single line diagrams based onloads finalized during engineering and size all electrical equipment and furnish the same for the review of Purchaser. Any changes/ improvement recommended by the Purchaser, as found during the review of the drawings shall be carried out and implemented by the Contractor at no extra cost.BIDDER'S CLARIFICATION: Detailing, changes & finalization of auxiliary power distribution for the plant viz ESLD is not in BHEL scope. The same shall be done by the main plant contractor.Please confirm.

Tender clause shall prevail & design, engineering, development and finalisation of the SLD, based on Purchaser's review / comments, if any, are all included in the scope of Bidder.

BHEL 12 PR.TT.PR001 3.2 a) PR.TT.PR001 Spec Requirement: 2 nos. 6kV, 50kA for 1 sec. draw-out type switchgear (OOBCM, OOBCN switchgearbuses) in 0 UBS building and 2 nos. 6kV, 50kA for 1 sec. draw out type switchgear(OOBCJ, OOBCK switchgear buses) in 0 UPK building.Bidder's Clarification: As per Key SLD for 6kV & 415 V System EIL doc no A209-DE1-16-50-0003, fault level of 6Kv Swgrs shall be 40kA for 1 Sec. Please clarify.

Fault Level of 6kV Switchgear shall be 50 KA for 1 Sec as per Tech. Specifications

BHEL 13 PR.TT.PR001 3.2 a) PR.TT.PR001 Spec Requirement: 2 nos. 6kV, 50kA for 1 sec. draw-out type switchgear (OOBCM, OOBCN switchgear buses) in 0 UBS building and 2 nos. 6kV, 50kA for 1 sec. draw out type switchgear(OOBCJ, OOBCK switchgear buses) in 0UPK building, with SF6 vacuum type circuitbreakers including spare feeders and feeders for Purchaser's use, as required. Bidder's Clarification: Apart from above MV Swgrs , following Swgrs are also in BOP scope as per Key SLD for 6kV & 415 V System EIL doc no A209-DE1-16-50-0003, (00BCE & OOBCF) located in 03UBG i.e. Common station Power Supply Building & (00BCG & OOBCH) located in 0UTF i.e. Commpressor Building . Please clarify.

Supply of 6kV Switchgear Panels required for 0 3 UBG & 0 UTF are excluded from the scope of Bidder. However, the design inputs for the finalisation of load rating and layout of 0 UTF 6kV Switchgear Panels, as well as commissioning, relay settings, adjustments etc.. of 6kV Switchgear Panels in 0 UTF are all in the scope of Bidder.

18/18

Page 146: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 14 I02.KK34.0.0.ET.TS.PR029

6.2.5 e) ET.TS.PR029 Cl. Spec Requirement: The following shall be considered for sizing the battery: Compensation for age: 25% (As per IEEE 485) Bidder's Clarification: Aging margin depends on manufacturer's recommendation as per IEEE. Same shall be considered as 1.

Please confirm.

Requirements given in the technical specification shall prevail.

BHEL 15 I02.KK34.0.0.ET.TS.PR029

1.1 ET.TS.PR029 Cl. Spec Requirement: 220V DC, 1700AH Leadacid, Plante type StationaryBattery with Stand and allaccessories 00ATA11,00ATA21 ( 1700AH), location : Battery storage room in Switchyard Central Control Building 0UAC.Bidder's Clarification: Only two nos of batteries are considered as per Scope document.

Please confirm.

Batteries of 0 UAC are not included in the scope of Bidder. However, in case of additional requirement of any Battery Banks in 0 UBS & 0 UPK, for arraning the control power supply, etc. in these buildings, the same shall be in the scope of bidder/Contractor.

BHEL 16 Bidder's Clarification:Public address system is not indicated in scope of work, hence same is not being considered.

Please confirm.

Confirmed.

BHEL 17 Bidder's Clarification:Fire Survival HT, LT Power, LT control & Instrumentation ( screened control) Cable is not indicated in scope of work, hence same is not being considered.

Please confirm.

Tender clauses shall prevail. Since the Design of the Electrical Systems is in the scope of Contractor, the requirements of FS cables, if any, to meet the design intent shall be assessed by the Bidder and be complied accordingly.

BHEL 18 VOL 7a SECTION _C_C2.3_ELECT

PART 1.3

1.1 ET.TS.PR019 Spec requirement:The intent of the specification is to define the requirements of Glass Fibre Reinforced Plastic cable ladder type trays, solid type tray with cover and support system, necessary hardware, accessories and fittings, etc. required for installation of Power and Control cables in corrosive (saline/chemical) atmosphere. Bidder's Clarification:(1)only ladder type Glass fibre reinforced palstic trays & accessories boltabe type is mentioned.perforated trays is not mentioned.(2) solid type trays is not clear .Please clarify.

1. The specification talks about Glass fiber reinforced plastic cabe tray, support system, necessary hardware & accessories. It is not specific to only ladder type Glass fibre reinforced plastic trays. Cable tray/cable duct connection to brackets and bracket connection to rack shall be bolted .2. Perforated tray is generally not envisaged by the Purchaser, in the tender. However, the Contractor during detailed engineering, if specifically required may use the same, subject to approval by the Purchaser.3. Solid type tray is called as cable duct.

BHEL 19 VOL 7a SECTION _C_C2.3_ELECT

PART 1.3

5.1 ET.TS.PR019 Spec requirement:The scope of supply through this specification includes:- Glass Fibre reinforced ladder type, ventilated and solid bottom cable trays and traycovers. Bidder's Clarification: Ventilated cable trays is not clear.Please clarify.

Ventilated (perforated) cable tray is not envisaged in tender, by the Purchaser. However, the Contractor during detailed enginering, if specifically required may use the same, subject to approval by the Purchaser.

19/19

Page 147: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 20 VOL 7a SECTION _C_C2.3_ELECT

PART 1.3

3.3.3 ET.TS.PR020 Spec requirement:Wire mesh cable tray installed in the indoor common access area shall be made of hot dip galvanized carbon steel with the thickness of zinc coating no less than 85 µm. For outdoor applications and a corrosive atmosphere the material shall be SS 316. Bidder's Clarification:Wire mesh type to be used for indoor application. For outdoor & corrossive atmosphere Glass fibre reinforced plastic type to be used.Please confirm.

Requirements given in the technical specification shall prevail.

BHEL 21 Volume_7_a__Section_C_C2.3__Electrical

Part_1.1

Cl. 6.13.2, Page 41 of 57

I02.KK34.0.0.ET.TS.PR002 SPEC REQUIREMENT : "Additionally, vertical earth electrodes shall be provided with test link as per IS:3043."

BIDDER'S CLARIFICATION: Earthing rod for Test pits & ring electrode system shall be "Copper clad steel rod" of dia 14 mm (equivalent to 150 sq.mm.)

Please confirm.

Referred technical specification no. I02.KK34.0.0.ET.TS.PR002 is not relevant to the subject tender, as envisaged by the Purchaser. In case vertical earth electrodes are envisaged in acutal design, they shall be of Copper conductor and not Copper clad.

BHEL 22 Volume_7_a__Section_C_C2.3__Electrical

Part_1.1

Cl. 6.13.3, Page 41 of 57

I02.KK34.0.0.ET.TS.PR002 SPEC REQUIREMENT : "Cross-section of earthing conductor...........shall be used".

BIDDER'S CLARIFICATION : Earthing rod for Test pits & ring electrode system shall be "Copper clad steel rod" of dia 14 mm (equivalent to 150 sq.mm.)Earthing conductor shall be stranded Tinned copper conductor of size 150 sq.mm., as defined in "4_I301.KK34.0.UQR.ET.OKS.WD020", C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.3_Electrical.Please confirm.

Please refer to the clarification for point no. 21.

20/20

Page 148: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 23 Cl. 7.2, Page 35/36 of 62

I02.KK34.00.AP.TT.PR.001 SPEC REQUIREMENT : "Wiring, Instrument electronic…………………voltage drop within the limit.BIDDER'S CLARIFICATION:(i) NPCIL is requested to clearly specify the reference standards to be used for the "Instrumentation cable of 500 V grade, 0.7 - 1.5 mm² solid bare/tinned annealed copper conductorEPR insulated over all Low Halogen Low Smoke (LHLS) PVC sheathed cable".(ii) In case the clarification to Point no. (i) above is not available; Bidder shall provide Instrumentation cable with overall construction & testing as per IEC 60189-1 & IEC 60189-2. Brief details are as below:Voltage grade : 450/750 VoltsConductor Material : Single strand, annealed bare copper conductorConductor size : 0.5 sq. mm (0.8 mm dia)Insulation : PVC, Inner sheath : PVCIndividual/ Overall shield : Al-Mylar tapeDrain wire : Single strand, annealed bare copper conductor, 0.5 sq. mm (0.8 mm dia).Outer sheath : PVC, FRLS

Please refer Section-2 of 'I02.KK34.00.AP.TT.PR.001' for IS/IEC reference standards to be used for "Instrumentation cables of 500 V grade, 0.7 - 1.5 mm² solid bare/tinned annealed copper conductorEPR insulated over all Low Halogen Low Smoke (LHLS) PVC sheathed cable".

BHEL 24 16_I02 KK34 0 0 ET TS PR 015 ,

20_I02.K34.0.0.ET.TT.PR001_R1

6.1 CABLE FIRE BARRIERS AND 7.3 OF 16_I02 KK34 0 0 ET TS PR 015 AND CLAUSE 6.1.9 OF

20_I02.K34.0.0.ET.TT.PR001_R1

16_I02 KK34 0 0 ET TS PR 015 , 20_I02.K34.0.0.ET.TT.PR001_R1

Spec requirement: AS PER CLAUSE 6.1, CABLE FIRE BARRIERS : fire resistant coating is applied on the surfaces of the partitions and cables coming out of the seal. AND AS PER CLAUSE 7.3 OF 16_I02 KK34 0 0 ET TS PR 015A, Fire resistant coating for passive fire protection are intended for coating power and control cables in order to ensure non-propagation of fire in cables in those areas as specified in the cable system and cabling guideline document, AS PER CLAUSE 6.1.9 OF 20_I02.K34.0.0.ET.TT.PR001_R1: A fireproof coating over the bunch of cables installed on trays shall be provided in cases where:- Volume of combustible material in the tray exceeds 7 litres per running metre of tray (for cables of category "A" as per IEC 60332); Bidder's Clarification: WE UNDERSTAND THAT FIRE PROOF COATING WITH 40 MINUTES (As per IEC 60332-22 CAT-A) FIRE RESISTANCE IS TO BE PROVIDED on the surfaces of the partitions and cables coming out of the seal AND WHERE Volume of combustible material in the tray exceeds 7 litres per running metre of tray AT EVERY 15 M FOR HORIZONTAL RUNS OF CABLES AND AT EVERY 5 M FOR VERTICAL RUNS OF CABLES.

Please confirm.

The Contractor shall provide fire barriers with fire coating on the surfaces of the partitions and cables coming out of the seal, as envisaged in the design of the fire barrier. Additionally, for fire coating as per IEC 60332, detailed analysis shall be carried out to ascertain all such areas where volume of combustible material in the tray exceeds the limit per running metre of tray and accordingly provide the requisite coating all along the length of the cable.

21/21

Page 149: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 25 19_I02.K34.0.0.ET.TS.PR004_R2

CLAUSE 1.1 SCOPE Spec requirement: The scope also includes control and distribution of power supply for space heaters in the motors covered under the tender. Bidder's Clarification: THESE SHALL BE FED FROM LT SWITCHGEAR PANEL "OR" Please provide the BOQ of motors and rating of space heaters for which control and distribution of power supply for space heaters in the motors is in BOP vendor scope.

As mentioned in the technical specification, all motors of 30kW and above shall be provided with space heaters. Accordingly the Bidder/Contractor shall provide control and distribution for heater of motors envisaged in his scope of work. Distribution and control of space heaters shall be from MCC/Switchgear against the requirement from separate space heater panels.

BHEL 26 19_I02.K34.0.0.ET.TS.PR004_R2

CLAUSE 1.3 SCOPE , clause 11

Spec requirement: For BoP Package(s), street lighting and area lighting for all the auxiliary areas -within the scope of the tender, is inclusive and shall be in line with the scope definedin the respective tender, list of attachments : annexure:3 street lighting layout for auxiliary area: Bidder's Clarification: This annexure with street lighting layout for auxiliary area is not available, please provide the same to understand the scope.

Street lighting for the roads covered in main plant area (ie., area covered by 01UZJ fencing ) are excluded from bidder's scope. All auxiliary area covered plus 10m into the main plant area included (for lighting spread).

BHEL 27 19_I02.K34.0.0.ET.TS.PR004_R2

CLAUSE 5.10 Spec requirement: For lighting of the main and unit auxiliary buildings and structures, two normal lighting networks are provided; each network ensures approximately 50% of required illumination. Bidder's Clarification: CAN THIS BE ACHIEVED USING TWO DIFFERENT PHASES FROM SAME LIGHTING PANEL OR DIFFERENT LIGHITNG PANELS WITH DIFFERENT INCOMING SOURCE WILL BE REQUIRED?

It would have to be from different sources.

22/22

Page 150: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

Field call stations are not envisaged by the Purchaser in this tender. If the Contractor during detailed engineering finds that it shall be required for his systems the same may be provided.Additionally,Clause no. 5.11.3 of this specification may please be read as follows:“Lighting System Co-ordination:Supply to lighting distribution boards (LDBs) shall be through Motor Control Centre/switchgear via 415V/415V lighting transformer. Incomers of lighting distribution boards shall be provided with disconnector switches of appropriate ratings/ characteristic. In specific cases, if required, use of MCCBs shall be considered during detailed engineering, subject to approval by the Purchaser. Outgoing feeders from lighting distribution boards shall be with 3 pole/ 1 pole MCBs of appropriate ratings/ characteristics. Co-ordination shall be achieved by proper selection of element ratings, use of elements from a single manufacturer’s stable, etc.”

Clause no. 5.18 of this specification may please be read as follows:“Lighting system shall consist of lighting transformers, lighting distribution boards (LDBs), lighting panels, fixtures, junction boxes, etc. as specified. All outdoor lighting shall be automatically controlled by means of microprocessor controlled longitude/ latitude based timers with manual overriding control as specified. Lighting panels, in general shall be fed from LDB which in turn are fed from 415/415V, Dyn-ll, dry type lighting transformer having taps upto ±7.5% . The lighting panels shall be provided with disconnector switch for incomer (In specific cases, if required, use of MCCBs/MCBs shall be considered during detailed engineering, subject to approval by the Purchaser) and for outgoing feeders Miniature Circuits Breakers (MCBs). MCBs shall not be loaded beyond 80% of rated capacity. A minimum of 20% of miniature circuit breakers, terminal blocks in each panel/board shall be provided as spare. In general, the load on each circuit shall be limited to 1.5 kW”.

CLAUSE 6.4.419_I02.K34.0.0.ET.TS.PR004_R2

28BHEL Spec requirement:Similarly equipment such as lighting fixtures, control gear box, lighting panels, field call stations, junction boxes, etc. shall

be installed on suitable steel mounting frame/distance bracket, thereby avoiding direct contact with the concrete used for fire proofing.

Bidder's Clarification:FIELD CALL STATIONS ARE NOT CONSIDERED IN BOP LIGHTING SYSTEM SCOPE.

Please confirm.

23/23

Page 151: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 29 19_I02.K34.0.0.ET.TS.PR004_R2

CLAUSE 6.8.1 Spec requirement:Lighting panels located outdoor shall be IP65 weather protected and shall also preferably have integral canopy for additional weather protection. Bidder's Clarification: DEGREE OF PROTECTION OF OUTDOOR LIGHTING PANELS SHALL BE IP 55 WITH CANOPY.Please confirm.

Requirements given in the technical specification shall prevail.

BHEL 30 19_I02.K34.0.0.ET.TS.PR004_R2

CLAUSE 5.11.2 AND 6.9.2 (D)

Spec requirement:AS PER CLAUSE 6.9.2 (D) Battery backed emergency lighting installations: AS PER CLAUSE 5.11.2 For BALANCE OF PLANT – Common Services: Group 1 and Group 2 power supplies for lighting as indicated in the SLDs shall beprovided by the Purchaser at a point as per the defined battery limits. Bidder's Clarification:Since no emergency lighting is in BOP Vendor scope,Battery backed emergency lighting installations is also NOT CONSIDERED IN BOP SCOPE.

Please confirm.

Emergency lighting as envisaged would have to be provided by the bidder/Contractor within their scope of work.

BHEL 31 Volume_7_a__Section_C_C2.3__Electrical Part_1.3

8.16.1 20_I02.KK34.0.0.ET.TT.PR001_R1 Spec requirement:...The welding and erection of these structures shall conform to the approved installation note by Purchaser.BIDDER'S CLARIFICATION: Cable tray support system shall be welded type.Please confirm.

Requirements given in the technical specification shall prevail.

BHEL 32 Volume_7_a__Section_C_C2.3__Electrical Part_1.3

4.4.1 21_I02 KK34 0 0 ET TS PR009 Spec requirement:The cable carrier system and its elements are designed for operation as part of the NPP system equipment, classes 2S, 3N and 4 according to NP-001-97 (PNAE G-01-011-97, OPB-88/97).BIDDER'S CLARIFICATION: The same is not available. Please provide.

Safety classification - a brief is already included in the tender technical specification. PNAE G-01-011-97, OPB-88/97 are Russian documents.

BHEL 33 Volume_7_a__Section_C_C2.3__Electrical Part_1.3

5.1.5 & 5.2.5 21_I02 KK34 0 0 ET TS PR009 SPEC REQUIREMENT : 5.1.5: Rack fastening elements shall permit attachment to the previously installed embedded parts by welding.5.2.5: All the accessories and fasteners for fastening of brackets to the racks and other structures are also included in scope of supply of the cable carrier system.BIDDER'S CLARIFICATION: Cable tray support system shall be welded type.

Please confirm.

Requirements given in the technical specification shall prevail.

24/24

Page 152: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 34 Volume_7_a__Section_C_C2.3__Electrical Part_1.3

3.1.1 22_I02.KK34.0.0.ET.TS.PR016_R0 SPEC REQUIREMENT : The MS rod, GS flat, GS Junction boxes and GS test link boxes are designed for operation as part of the NPP system equipment, of safety classes 2S, 3N and 4 according to NP-OO 1-97 (PNAE 0-01-011-97, OPB-88/97).BIDDER'S CLARIFICATION: The same is not available. Please provide.

Please refer to the clarification for point no. 32.

BHEL 35 Volume_7_a__Section_C_C2.3__Electrical

Part_1.2

Cl. 6.1.8, Page 07 of 22

I02.KK34.0.0.ET.TS.PR014 SPEC REQUIREMENT : "A bare copper wire of 0.4 mm diameter shall be provided longitudinally under the screen as drain wire.."

BIDDER'S CLARIFICATION: Drain wire is not applicable for control cables as per IEC 60502.

Please confirm.

Requirements given in the technical specification shall prevail.

BHEL 36 Volume_7_a__Section_C_C2.3__Electrical

Part_1.2

Cl. 6.1.8, Page 07 of 22

I02.KK34.0.0.ET.TS.PR012 SPEC REQUIREMENT : "A bare copper wire of 0.4 mm diameter shall be provided longitudinally under the screen as drain wire.."

BIDDER'S CLARIFICATION: Drain wire is not applicable for LT power cables as per IEC 60502.

Please confirm.

Requirements given in the technical specification shall prevail.

BHEL 37 Volume_7_a__Section_C_C2.3__Electrical

Part_1.2

I02.KK34.0.0.ET.TS.PR012 SPEC REQUIREMENT : NIL

BIDDER'S CLARIFICATION: Fault current interrupting time shall be taken as 0.16 sec for outgoing motor & 0.5 sec for incomer and tie feeders of 0.415 kV system to calculate the minimum cable size for breaker operated LT feeder.

Please confirm.

For incomers and tie feeders the short circuit rating shall be minimum 1s. For outgoing motor feeders the short circuit rating shall be minimum 0.2s.

BHEL 38 Volume_7_a__Section_C_C2.3__Electrical

Part_1.2

I02.KK34.0.0.ET.TS.PR010 SPEC REQUIREMENT : NIL

BIDDER'S CLARIFICATION: Fault current interrupting time shall be taken as 0.16 sec for outgoing motor & transformer feeders at 6.6 kV system to calculate the minimum cable size for HT feeder.

Please confirm.

For incomers and tie feeders the short circuit rating shall be minimum 1s. For outgoing motor feeders the short circuit rating shall be minimum 0.2s.

25/25

Page 153: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 39 Section C-2.3.1 Electrical Technical Specifications

6) Technical Spec.for Dry type Auxilliary & lighting Transformers,ET.TS.PRO23

Kindly let us have the details for percentageimpedance and vector group for each rating Cast resinDry type transformer.

Vector group for all the transformers is Dyn11 and the percentage impedance for auxilliary transformer is given in ET.TS.PRO18(DS) at Sl.no 2.20 and for lighting transformers at Sl.no.5.5 respectively.

BHEL 40 Section C-2.3.1 Clause 1.3, Page 2 of 24

6) Technical Spec.for Dry type Auxilliary & lighting Transformers,ET.TS.PRO23

Kindly note that we shall supply Cast resin Dry typetransformer . Regarding mounting of transformer wesuggest fixing of transformer to the to the floor by welding,hence anchor fastners are not required.

Acceptable

BHEL 41 Section C-2.3.1 Clause 1.5, Page 3 of 24

6) Technical Spec.for Dry type Auxilliary & lighting Transformers,ET.TS.PRO23

Kindly note that change in rating and quantity of castresin dry type transformer at later stage will haveprice implication .

Tender clauses shall prevail

BHEL 42 Section C-2.3.1 Clause 1.7, Page 3 of 24

6) Technical Spec.for Dry type Auxilliary & lighting Transformers,ET.TS.PRO23

Kindly note that the list of mandatory spare is notavailable with technical specification.

Mandatory spare list is available in the tender document. Please refer to the same for details.

BHEL 43 Section C-2.3.1 Clause 1.8, Page 3 of 24

6) Technical Spec.for Dry type Auxilliary & lighting Transformers,ET.TS.PRO23

Kindly note that Dry type transformers aremaintenance free and there is no separaterequirement for O&M spare

This should be brought out in the bid document.

BHEL 44 Section C-2.3.1 Clause 1.9, Page3of 24

6) Technical Spec.for Dry type Auxilliary & lighting Transformers,ET.TS.PRO23

Kindly note that the approved list is not attached withthe technical specification.However make of all components shall be as per BHELapproved vendor list.

Approved vendor list is provided in the tender and tender conditions shall prevail.

BHEL 45 Section C-2.3.1 Clause 3.6.9, Page 6 of 24

6) Technical Spec.for Dry type Auxilliary & lighting Transformers,ET.TS.PRO23

Kindly note that the Dry type transformer shall beepoxy painted as per our standard forpainting.

TS Clause no. 3.6.9 page 6 of 24 shall prevail.

26/26

Page 154: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 46 Section C-2.3.1 Clause 3.8.1, Page7 of 24

6) Technical Spec.for Dry type Auxilliary & lighting Transformers,ET.TS.PRO23

Kindly note that the insulation class of cast resin Drytype transformer shall be Class F as per specificationand accordingly the temperature rise shall be 90 DegC over an ambient of 50 Deg C.

As per IS 11171 clause 3.1(b) the max. ambient temperature of external cooling air is given as 50 degree C accordingly in clause 10.1 table 4 the temperature rise limit is given as 90 degree. In ET.TS.PRO18(DS) the maximum ambient temprature is taken as 45 degree C and hence the max. temp. rise limit is specified as 95 degree C. (so if ambient of 50 deg. C is considered by the bidder, 90 degree C is acceptable)

BHEL 47 Section C-2.3.1 Clause 3.8.5, Page7 of 24

6) Technical Spec.for Dry type Auxilliary & lighting Transformers,ET.TS.PRO23

Kindly note that switching voltage and atmosphericimpulse is not applicable , However the Full waveImpulse withstsand capability shall be 60KVp (As perIS 11171)

Insulation levels for short duration power frequency withstand voltage and rated lighting impulse voltage are clearly mentioned in ET.TS.PRO18(DS) at sl.no. 2.23 and is in line with IS 11171. The same shall prevail.

BHEL 48 Section C-2.3.1 Clause 5.3, Page 9of 24

6) Technical Spec.for Dry type Auxilliary & lighting Transformers,ET.TS.PRO23

Kindly note that for changing taps, we shall provideoff circuit bolted links type of tap changer, which isintegral part of HV winding. Changing of the taps shallbe effected by changing the position of tapping linksmanually. Tap range shall be +/-5% in steps of 2.5%.

Acceptable. Tap range shall be as in the specification.

BHEL 49 Section C-2.3.1 Clause 5.4.1, Page9 of 24

6) Technical Spec.for Dry type Auxilliary & lighting Transformers,ET.TS.PRO23

Kindly note that Disconnecting chambers are notrequired. The core coil assembly can easily be takenout of the enclosure by disconnecting the cableconnections .

Not acceptable, clause 5.4.1 shall prevail

BHEL 50 Section C-2.3.1 Clause5.4.8,&5.4.12Page 10 of 24

6) Technical Spec.for Dry type Auxilliary & lighting Transformers,ET.TS.PRO23

Kindly furnish the NCT rating along with the quantity. NCT ratings are mentioned in ET.TS.PRO18(DS) SL.No. 2.35. Quantity to be worked out by the Contractor during detailed engineering with approval of the the Purchaser.

BHEL 51 Section C-2.3.1 Clause 5.4.10,Page 10 of 24

6) Technical Spec.for Dry type Auxilliary & lighting Transformers,ET.TS.PRO23

Kindly note that we shall provide screw in typeterminal block of suitable current rating.

Cage clamp type of terminal blocks are preferred by the Purchaser.

BHEL 52 Section C-2.3.1 Clause 5.4.8, Page10 of 24

6) Technical Spec.for Dry type Auxilliary & lighting Transformers,ET.TS.PRO23

Kindly note that symmetrical short circuit duration of4 seconds is not applicable.The short circuit withstand capability duration shall be2 seconds (Thermal) as per IS 11171 for cast resindry type transformer.

Symmetrical short circuit duration of4 seconds is required.

27/27

Page 155: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 53 Section C-2.3.1 Clause 6.5, Page11 of 24

6) Technical Spec.for Dry type Auxilliary & lighting Transformers,ET.TS.PRO23

Kindly note that the offered cast resin Dry typetransformer is for indoor installation , hence IP-41 isnot applicable. We shall provide IP-23.

Tender specifications prevail.

BHEL 54 Section C-2.3.1 Clause 6.7, Page11 of 24

6) Technical Spec.for Dry type Auxilliary & lighting Transformers,ET.TS.PRO23

Kindly note that minimum service life of cast resin Drytype transformer shall be 20 Yrs.

Tender specifications prevail.

BHEL 55 Section C-2.3.1 Clause 6.8.3, Page12 of 24

6) Technical Spec.for Dry type Auxilliary & lighting Transformers,ET.TS.PRO23

Kindly note that we shall provide plain Bi directionalrollers.

Flat tread rollers as specified shall be provided.

BHEL 56 Section C-2.3.1 Clause 6.8.3 &6.8.4, Page 12 of

24

6) Technical Spec.for Dry type Auxilliary & lighting Transformers,ET.TS.PRO23

Kindly note that LV neutral shall be bus barterminated. Hence neutral bushing is not applicable.

This aspect could be manufacturer specific based on proven experience. Therefore both solutions are acceptable but shall be backed by manufacturer's proven experience.

BHEL 57 Section C-2.3.1 Clause 7.6 Page19 of 24

6) Technical Spec.for Dry type Auxilliary & lighting Transformers,ET.TS.PRO23

Kindly note that type test & special tests shall beconducted on chargeable basis.

Clause 7.5,7.6 and 7.7 are applicable on both Type tests and special tests and clearly mention the conditions, no further clarification is required

BHEL 58 Section C-2.3.1 Clause 7.8.11Page 20 of 24

6) Technical Spec.for Dry type Auxilliary & lighting Transformers,ET.TS.PRO23

Kindly note that Partial discharge test is a type test,hence it shall be conducted on one transformer ofeach rating on chargeable basis.

Partial discharge tests shall be conducted as a part of routine tests, though it could be called as a special tests. The overall price shall be inclusive of this test also.

BHEL 59 Section C-2.3.1 Clause 7.10.3Page 21 of 24

6) Technical Spec.for Dry type Auxilliary & lighting Transformers,ET.TS.PRO23

With reference to environment test (class E1) kindlynote that the offered cast resin dry type transformeris· Fire retardant and self extinguishing· Suitable for operation in heavily polluted andhighly humid conditions· Suitable for operation in low ambienttemperature below IS level.Pl note that facility of conducting environmenttest is not available in India.

Clause 7.5,7.6 and 7.7 are applicable on both Type tests and special tests and clearly mention the conditions, no further clarification is required.

BHEL 60 Section C-2.3.1 Clause 6.22.1,7.10 Page 18 & 20

of 24

6) Technical Spec.for Dry type Auxilliary & lighting Transformers,ET.TS.PRO23

Kindly note that we shall submit the type & special,seismic test report of similar Cast resin Dry typetransformer for waiver of the type/special testrequirement.

Tender specification calls for submission of valid type test reports. If reports are valid then then there is no need for a waiver.

28/28

Page 156: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 61 Section C-2.3.1 Clause 7.13 Page19 of 24

6) Technical Spec.for Dry type Auxilliary & lighting Transformers,ET.TS.PRO23

Kindly note that winding resistance shall be measuredat 75 Deg C only .

Specification calls for values corrected for 120 deg C, and needs to be complied.

BHEL 62 Section C-2.3.1 Clause 7.13 Page21 of 24

6) Technical Spec.for Dry type Auxilliary & lighting Transformers,ET.TS.PRO23

Kindly note that in commissioning test core loss testshall not be conducted at site and further we shallfurnish the test report of current transformer, henceno seperate test shall be carried out at site.

Tender specifications prevail.

BHEL 63 Section C MV Switchgear

Clause 2.5,3.7(VIII), 6.13.14

These clause calls for IEEE standard ref for certain technical issues.

We are offering Switchgear panel with Relevant IEC/IS standard only. IEEE standard is not applicable.

Switchgears as per relevant IECs are acceptable.

BHEL 64 Section C MV Switchgear

Data sheet Point 3.5(b)

Calls for natural cooled Switchgear panel.

Offered Switchgear panel shall be of natural cooled for CB rating up to  3000 A. Above this forced cooled panel shall be supplied. 

Requirement given in the technical specification shall prevail.

BHEL 65 Section C MV Switchgear

Data sheet 2.5 Internal Arc classification(IAC) Offered Switchgear Panel has been IAC classified, Accessibility type A FLR for the rated short circuit current of 40 kA , 1s as per IEC62771-200.

As per Technical specification, the offered switchgear panel shall be IAC classified type A and for classification test value of 50kA for 1 second

BHEL 1 Volume_7_a_Section_C_C2.3

- C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

Please note that technical specification for 400kV GIS & 230kV GIS/230kV Outdoor Switchyard is not available in tender documents.Therefore please confirm if supply/etc/civil works of 400kV GIS Switchgear/400kV GIS Building(0UAB)/400kV Outdoor Switchyard(0 1UAK) and 230kV GIS Switchgear/230kV GIS Building(0UAD)/230kV Outdoor Switchyard(0 2UAK) and Switchyard Control Room Building(0UAC) is in scope of subject tender.

Supply/civil works of 0UAB, 0UAC, 0UAD, 01, 2, 3, 4 UBG, 01UAK, 02UAK buildings are excluded from scope of this Contract.

BHEL 2 Volume_7_a__Section_C_C2.3__Part_1

- C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs - 29_I02.KK34.0.0.ET.TS.PR027_R1 -"Annexure-13_SLD of 400kV System.pdf” & “Annexure-14_SLD of 230kV System.pdf”

Please note that number of bays shown in referred SLD is different from number of bays shown in SLD provided in "Volume_11_Section_C__13_____14_____15_” - “40 SECTION_C_Separator (13).rar” - “C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.3_Electrical” - “45_SCADA system” - “Annexure-13_ SLD of 400kV System.pdf” & “Annexure-14_SLD of 230kV System.pdf”. – Please confirm which SLD is correct.

400kV GIS & 230kV GIS and associated buildings 0UAB& 0UAD are excluded from the scope of subject Contract.

Set-3 Queries on 05/09/2016

29/29

Page 157: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 3 Volume_7_a__Section_C_C2.3__Part_1

- C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs - 29_I02.KK34.0.0.ET.TS.PR027_R1 -"Annexure-13_SLD of 400kV System.pdf” & “Annexure-14_SLD of 230kV System.pdf”

Please note that in reference drawings mentioned in 400kV GIS SLD, a Dwg. No. – IO2.KK34.0.UAB.ET.OKS.WD001 – “Indicative 400kV Switchyard Layout” and in the reference drawings mentioned in 230kV GIS SLD, one Dwg. No. - IO2.KK34.0.UAD.ET.OKS.WD002 – “Indicative 230kV Switchyard Layout” is indicated. Please provide these switchyard layouts if 400/230kV GIS Switchyard is in scope of subject tender.

400kV GIS & 230kV GIS and associated buildings 0UAB& 0UAD are excluded from the scope of subject Contract.

BHEL 4 Volume_7_a__Section_C_C2.3__Part_1

- C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs - 18_I02.KK34.0.0.ET.TS.PR002_R1 - "Technical Specification for 400kV Outdoor Switchyard".

Please note that subject Specification pertains to 400kV Outdoor switchyard, however this spec is not listed in specification “1_PR.TT.PR002 - Job Specification of Electrical Equipment for BOP - Common Services"- Clause 9.0,Pg-27 of 36. Please clarify.

Supply/civil works of 0UAB, 0UAC, 0UAD, 01, 2, 3, 4 UBG, 01UAK, 02UAK buildings are excluded from scope of this Contract. Therefore 18_I02.KK34.0.0.ET.TS.PR002_R1 - "Technical Specification for 400kV Outdoor Switchyard is not included in the job specification document I02.KK34.0.0.PR.TT.PR002.

BHEL 5 Volume_7_a__Section_C_C2.3__Part_1

- C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs - 18_I02.KK34.0.0.ET.TS.PR002_R1 - "Technical Specification for 400kV Outdoor Switchyard".

Please note that in referred specfication,Cl.-1.3,Pg.- 4 of 57, 400 kV GIS building (0UAB) is referred to. Please confirm whether subject 400 kV GIS building (0UAB) along with 400kV GIS Switchgear is in scope of subject tender.

Supply/civil works of 0UAB, 0UAC, 0UAD, 01, 2, 3, 4 UBG, 01UAK, 02UAK buildings are excluded from scope of this Contract.

BHEL 6 Volume_7_a__Section_C_C2.3__Part_1

- C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs - 18_I02.KK34.0.0.ET.TS.PR002_R1 - "Technical Specification for 400kV Outdoor Switchyard".

Please provide internal layout/section of "0UAB" & "0UAD" as it is not available in tender specifications.

Supply/civil works of 0UAB, 0UAC, 0UAD, 01, 2, 3, 4 UBG, 01UAK, 02UAK buildings are excluded from scope of this Contract.

BHEL 7 Volume_7_a__Section_C_C2.3__Part_1

- C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs - 18_I02.KK34.0.0.ET.TS.PR002_R1 - "Technical Specification for 400kV Outdoor Switchyard".

Please provide layout/section of "0 1UAK" & "0 2UAK" as it is not available in tender specifications.

Supply/civil works of 0UAB, 0UAC, 0UAD, 01, 2, 3, 4 UBG, 01UAK, 02UAK buildings are excluded from scope of this Contract.

30/30

Page 158: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 8 Volume_7_a__Section_C_C2.3__Part_1

- C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs - 29_I02.KK34.0.0.ET.TS.PR027_R1 -"Annexure-13_SLD of 400kV System.pdf” & “Annexure-14_SLD of 230kV System.pdf”

Mode of interconnection between 400kV GIS & GT/125MVAr Reactor and 230kV GIS & 230/6.3kV Transformers (05 nos.) is not indicated in SLD. Please clarify whether this inter-connection is to be done by 400/230kV Gas Insulated Bus-Duct (Overground) or 400/230kV EHV XLPE cables (Underground in trench). If inter-connection is to be done by cables, then please provide technical specification of 400/230kV EHV XLPE cables & cable laying information.

Supply/civil works of 0UAB, 0UAC, 0UAD, 01, 2, 3, 4 UBG, 01UAK, 02UAK buildings including Reactor transformers & its structures are excluded from scope of this Contract.

BHEL 9 Volume_7_a__Section_C_C2.3__Part_1

- C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs - 29_I02.KK34.0.0.ET.TS.PR027_R1 -"Annexure-13_SLD of 400kV System.pdf”

Please provide technical specification of 125MVAr Reactor. Please confirm if Reactor is in scope of subject tender.

Supply/civil works of 0UAB, 0UAC, 0UAD, 01, 2, 3, 4 UBG, 01UAK, 02UAK buildings including Reactor transformers & its structures are excluded from scope of this Contract.

BHEL 10 - - EIL Drawing No - A209-000-16-43-0001, rev-R0 - Area Division

Please refer subject Drawing - "Area Division" - AREA 01. There Item - 0UAG - Interconnecting Autotransformer is indicated. However in 'C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs - 29_I02.KK34.0.0.ET.TS.PR027_R1 -"Annexure-13_SLD of 400kV System.pdf” & “Annexure-14_SLD of 230kV System.pdf”, no Interconnecting Autotransformer is indicated. Please clarify scope of Interconnecting Autotransformer.

Supply/civil works of 0UAB, 0UAC, 0UAD, 01, 2, 3, 4 UBG, 01UAK, 02UAK buildings including Reactor transformers & its structures are excluded from scope of this Contract. There is no interconnecting transformer for KKNPP Unit 3&4.

BHEL 11 - - 04 UBG - Power supply transformer building

It is not clear whether (Power Supply Transformer building )04UBG isin scope of subject tender. NPCIL to confirm. If it is in the scope of thesubject tender, NPCIL to provide required specifications.

Supply/civil works of 0UAB, 0UAC, 0UAD, 01, 2, 3, 4 UBG, 01UAK, 02UAK buildings including Reactor transformers & its structures are excluded from scope of this Contract.

BHEL 12 - Page no. 18 of 82,Rev no. R0

GENERAL TECHNICAL REQUIREMENTS FOR CIVIL

DESIGN FOR AUXILIARY AREA PACKAGE

CONTROLLED ACCESS AREA CENTRAL WORKSHOP- (0 UKU)1 No. elevators of 3200 Kg Goods Type. BHEL Query/ Clarification: * As per tender specification there are two blocks in controlled access area central workshop (0 UKU) one is 15.0 m high and another is 30.60m high. Elevator requirement is mentioned for 15.0 m high block only.In view of this BHEL have considered accessbility of floors by elevator for 15.0 m high block only i.e total no. of landing is four including ground (G+3 Floors). BHEL has not considered elevator accessbility of floors for other block (30.6 m high). Please confirm.

Yes. This goods lift is clearly shown within UKU building grids "E-F/1-2" in the architectural drawings provided in the Civil drawings folder.

31/31

Page 159: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 13 - Page no. 20 of 82,Rev no. R0

GENERAL TECHNICAL REQUIREMENTS FOR CIVIL

DESIGN FOR AUXILIARY AREA PACKAGE

ENGINEERING UTILITY AND LABORATORY BUILDING: (0 USV).As per tender specification: At basement Level -3.6 M, the building houses all material stores. Ref drawing; EQUIPMENT LAYOUT AT GROUND FLOOR PLAN (NPCIL DWG NO. A209-0M3-16-49-0251 REV NO. P0) BHEL Query/ Clarification: Customer to review and clarify the requirement of elevator landing at (-) 3.6 m i.e in Basement area. Further basement plan are not available in the above referred drawing. Please furnish.

Yes. This requirement is clearly reflected in Basement Plan at Level -3.6m in Sheet 1 of 5 of architectural drawings of 0 USV provided in the Civil drawings folder.

BHEL 14 C1-Scope of Supply and Work_C1.1 scope of work

Clause No-1, Page 3 OF 4

I30 LKK34.0.0.PR.TT.WD004, SCOPE OF WORK/SUPPLY FOR

MATERIALHANDLING FACILITIES OF

COMMON SERVICES

BHEL Query/ Clarification: Rated speed for passenger and goods elevator is not mentioned in tender specification. Customer is requested to review the same and furnish the rated speed for passenger and goods elevator seperatly.

As per applicable standards

BHEL 15 - Page no. 20 of 82,Rev no. R0

GENERAL TECHNICAL REQUIREMENTS FOR CIVIL

DESIGN FOR AUXILIARY AREA PACKAGE

As per tender specification: * ENGINEERING UTILITY AND LABORATORY BUILDING-* HEALTH PHYSICS BUILDING(CONTROLLED ACCESS AREA)-* CONTROLLED ACCESS AREA CENTRAL WORKSHOP- BHEL Query/ Clarification: Elevator landing at roof of above listed buildings are not mentioned in tender specification.Customer is requested to review the same and confirm the last landing level of each elevator w.r.t buildings.

These details are avilable in the respective architectural drawings provided in the Civil drawings folder {0 USV (sheet 3 of 5), 0 UYB (sheet 4 of 6) & 0 UKU (sheet 5 of 10 respectively).

BHEL 16Volume10, Section C-2.6.2-Mechanical, Folder L

P&ID for Chilled Water system (P&ID for outdoor piping through trestle)

NPCIL drg no. 1301.KK34.0USY.QKA.AB.CH.WD0

01

kindly provide the chilled water pipe routing drawing to various building through trestle / rack / trench to enable us to calculate chilled water pipe BOQ for estimation purpose.

Please refer C 2.6.2 L I301.KK34.0USY.QKA.AB.CH.WD001 P&ID for chilled water system through trestle, Routing has to finalize during detailed engineering by EPC contractor.

BHEL 17 C2-Tech Spec_C-2.2-Mech_C2.2.1_Tech Spec Part 1

Table 6 / Sr. 6 / Page 27 of 29(Central Area Workshops)

I301.KK34.0.AR.TS.WD040 / Technical Specification for 0UKU,

0UYB, 0USV Buildings

As per Tender Specification:Drawer PedestalBHEL Query / Clarification:Customer is requested to furnish size and detail of drawer.

For buildings UKU/USV/UYB, the equipment listed in the table1,2,3,4 of Sectin 11 of technical specification I301.KK34.0.AR.TS.WD040 is in the scope of EPC Contractor. The datas provided in the technical specificatin are sufficient for detailed engineering. The equipment listed in table 5 & 6 of sectin 11 are out of the scope of Present Work.

32/32

Page 160: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 18 C2-Tech Spec_C-2.2-Mech_C2.2.1_Tech Spec Part 1

Table 6 / Sr. 7 / Page 27 of 29(Central Area Workshops)

I301.KK34.0.AR.TS.WD040 / Technical Specification for 0UKU,

0UYB, 0USV Buildings

As per Tender Specification:Joiner's BenchBHEL Query / Clarification:Customer is requested to furnish size and detail of Joiner's bench.

For buildings UKU/USV/UYB, the equipment listed in the table1,2,3,4 of Sectin 11 of technical specification I301.KK34.0.AR.TS.WD040 is in the scope of EPC Contractor. The datas provided in the technical specificatin are sufficient for detailed engineering. The equipment listed in table 5 & 6 of sectin 11 are out of the scope of Present Work.

BHEL 19 C2-Tech Spec_C-2.2-Mech_C2.2.1_Tech Spec Part 1

Table 6 / Sr. 9 / Page 27 of 29(Central Area Workshops)

I301.KK34.0.AR.TS.WD040 / Technical Specification for 0UKU,

0UYB, 0USV Buildings

As per Tender Specification:TableBHEL Query / Clarification:Customer is requested to furnish size and detail of table.

For buildings UKU/USV/UYB, the equipment listed in the table1,2,3,4 of Sectin 11 of technical specification I301.KK34.0.AR.TS.WD040 is in the scope of EPC Contractor. The datas provided in the technical specificatin are sufficient for detailed engineering. The equipment listed in table 5 & 6 of sectin 11 are out of the scope of Present Work.

BHEL 20 C2-Tech Spec_C-2.2-Mech_C2.2.1_Tech Spec Part 1

Table 6 / Sr. 10 / Page 27 of 29(Central Area Workshops)

I301.KK34.0.AR.TS.WD040 / Technical Specification for 0UKU,

0UYB, 0USV Buildings

As per Tender Specification:Stand for Details and componentsBHEL Query / Clarification:Customer is requested to furnish size and detail of Stand for details and components.

For buildings UKU/USV/UYB, the equipment listed in the table1,2,3,4 of Sectin 11 of technical specification I301.KK34.0.AR.TS.WD040 is in the scope of EPC Contractor. The datas provided in the technical specificatin are sufficient for detailed engineering. The equipment listed in table 5 & 6 of sectin 11 are out of the scope of Present Work.

BHEL 21 C2-Tech Spec_C-2.2-Mech_C2.2.1_Tech Spec Part 1

Table 6 / Sr. 12 / Page 27 of 29 (Central Area Workshops)

I301.KK34.0.AR.TS.WD040 / Technical Specification for 0UKU,

0UYB, 0USV Buildings

As per Tender Specification:Tube CutterBHEL Query / Clarification:Customer is requested to furnish size and detail of Tube cutter.

For buildings UKU/USV/UYB, the equipment listed in the table1,2,3,4 of Sectin 11 of technical specification I301.KK34.0.AR.TS.WD040 is in the scope of EPC Contractor. The datas provided in the technical specificatin are sufficient for detailed engineering. The equipment listed in table 5 & 6 of sectin 11 are out of the scope of Present Work.

BHEL 22 C2-Tech Spec_C-2.2-Mech_C2.2.1_Tech Spec Part 1

Table 6 / Sr. 13 / Page 27 of 29(Central Area Workshops)

I301.KK34.0.AR.TS.WD040 / Technical Specification for 0UKU,

0UYB, 0USV Buildings

As per Tender Specification:BenchBHEL Query / Clarification:Customer is requested to furnish size and detail of Bench.

For buildings UKU/USV/UYB, the equipment listed in the table1,2,3,4 of Sectin 11 of technical specification I301.KK34.0.AR.TS.WD040 is in the scope of EPC Contractor. The datas provided in the technical specificatin are sufficient for detailed engineering. The equipment listed in table 5 & 6 of sectin 11 are out of the scope of Present Work.

BHEL 1 EIL Specification No. I301.KK34.UGB.0. AB.DS.WD401 (Equpt. No. 31 & 32 UGB) : Demineralized Water Storage Tank

Code of construction is mentioned as ASME Sec.III Part-ND. Please clarify whether the subject vessel is subjected to Primary Cycle fluid.

Tanks is used for storgae of DM water, but safety classification of tank is safety class-3. Accordingly ASME Sec-III ND shall be used.

Set-4 Queries on 07/09/2016

33/33

Page 161: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 2 EIL Specification No. I301.KK34.UGB.0. AB.DS.WD401 (Equpt. No. 41 & 42 UGB) : Demineralized Water Storage Tank

Code of construction is mentioned as ASME Sec.III Part-ND. Please clarify whether the subject vessel is subjected to Primary Cycle fluid.

Tanks is used for storgae of DM water, but safety classification of tank is safety class-3. Accordingly ASME Sec-III ND shall be used.

BHEL 3 EIL Specification No. I301.KK34.UKE.0. AB.DS.WD401 (Equpt. No. 31 & 41 UKE) : Disilate Storage Tank

Code of construction is mentioned as ASME Sec.III Part-ND. Please clarify whether the subject vessel is subjected to Primary Cycle fluid.

Tanks is used for storgae of DM water, but safety classification of tank is safety class-3. Accordingly ASME Sec-III ND shall be used.

BHEL 4 EIL Specification No. I301.KK34.UKE.0. AB.DS.WD401 (Equpt. No. 32 & 42 UKE) : Disilate Storage Tank

Code of construction is mentioned as ASME Sec.III Part-ND. Please clarify whether the subject vessel is subjected to Primary Cycle fluid.

Tanks is used for storgae of DM water, but safety classification of tank is safety class-3. Accordingly ASME Sec-III ND shall be used.

Set-5 Queries on 15/09/2016Supply of IEC-61850 compliant Ethernet switches for connecting the numericalrelays in MV and LV switchboards to SCADA system on fibre optic datahighway ring would be by Purchaser. including integration of SCADA with the ethernetswitches. Connection of numerical relays to the Ethernet switches using OFC is in the scope of the subject tender. Required signal generation from the bidder's MV & LV boards to SCADA system as per TS of SCADA, TS of Numerical relay, TS of 6kV switchgear is to be ensured under the subject tender.

Volume_7_a__Section_C_C2.3__Electrical

1BHEL SPEC REQUIREMENT : Supply of IEC-61850 compliant Ethernet switches for connecting the numericalrelays in MV and L V switchboards to SCADA system on fibre optic datahighway ring (by others) is by others. Integration of SCADA with the ethernetswitches shall be done by others. Connection of numerical relays to the Ethernetswitches using OFC is in Contractor's scope.BIDDER'S CLARIFICATION: We understand that SCADA & Mosaic control panel is not in BOP contractor scope. Control of MV / LV Swgr to supplied by BOP Vendor is in Customer scope. Please confirm.

I02.KK34.0.0.PR.TT.PROOICl. (f), Page 10 of 19

34/34

Page 162: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

Algorithms shall be prepared during detailed engineering under the subject tender by the successful bidder for review & approval by Purchaser. Control & monitoring of MV switchgears (incomers, transformer feeders, bus coupler CBs)and incomer & standby CBs of LV switchgear is through SCADA system located in 0 UAC building and control of motor feeders is through local control boards/mosaic boards to be located in 0 UCS/0UBS and 0 UPK building( in 0 UPK building rectifier transformer shall also be controlled locally). Information for all the above switchgears through Numerical relays shall be communicated to SCADA system located in 0 UAC building. Details of the above shall be subjected to review & approval of NPCIL during the detailed engineering by the Contractor.

BHEL 2 C 2.3 2.7.3 sheet 5 of 36 ,

running sheet no 8 of 186

I02.KK34.0.0.PR.TT.PR002 SPEC REQUIREMENT :Lighting shall have blackout control from remote during emergency situations.

BIDDER'S CLARIFICATION: We Understand that Remote panel located in Single location, from which LDB's on/off can be controlled. Please confirm.

Yes

BHEL 3 C 2.3 2.7.7 sheet 5 of 36 , running sheet no 8 of

186

I02.KK34.0.0.PR.TT.PR002 SPEC REQUIREMENT :The dry type Auxiliary and Lighting Transformers located in 0 UBS, UKU etc. buildingsshall be designed with 100% standby. During normal operating conditions, eachtransformer shall feed its own bus section.

BIDDER'S CLARIFICATION:Please clarify the complete list of areas where standby transformers are required.

Yes

BHEL 4 C 2.3 6.3.1.1 Sheet 20 of 50, running sheet no 23 of

53

I02.KK34.0.0.PR.ET.TS.PR004 SPEC REQUIREMENT :the boards shall be of thermoplastic polycarbonate material with a temperature withstand ability of 120 deg C or more, with IP 55 or more manufactured by standard manufacturers like Hensel.

BIDDER'S CLARIFICATION:Please clarify if FRP can be used in place of thermoplastic polycarbonate as there are few vedors for thermoplastic polycarbonate LDBs.

Tender clause shall prevail

35/35

Page 163: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 5 C 2.3 6.3.2.13 Sheet 22 of 50, running sheet no

25 of 53

ET.TS.PR004 SPEC REQUIREMENT :The kW rating of LP/DB shall be decided considering the following factors:i. Actual connected lighting loadii. 30% of 1ph receptacle loadiii. One 3ph-63A receptacle load (24kW)iv. 20% of (i+ii+iii) for future load

BIDDER'S CLARIFICATION:It is understood that sizing of LP/DB to be done using Actual connected load along with their diversity factors + 20% margin. Please confirm.

Tender clause shall prevail

BHEL 6 Volume_7_a__Section_C_C2.3__Electrical

Cl. 6.1.7, Page 7 of 22

I02.KK34.0.0.ET.TS.PR014 SPEC REQUIREMENT : "For all twisted insulated conductors of multi-conductor screened cables……….. multi-conductor cable".

BIDDER'S CLARIFICATION: Screening is not applicable for control cables. Hence same is not applicable. Please confirm.

Tender clause shall prevail

BHEL 7 Volume_7_a__Section_C_C2.3__Electrical

Cl. 6.1.7, Page 7 of 22

I02.KK34.0.0.ET.TS.PR014 SPEC REQUIREMENT : "The inner sheath thickness shall be not less than 1.0 mm".

BIDDER'S CLARIFICATION : Please confirm whether same is applicable for control cable or screened control (Instrumentation cable) or both.

Applicable for type of cable mentioned in the specification

BHEL 8 Volume_7_a__Section_C_C2.3__Electrical

Cl. 6.1.8, Page 7 of 22

I02.KK34.0.0.ET.TS.PR014 SPEC REQUIREMENT : "A screen in the form………. under the screen as drain wire".

BIDDER'S CLARIFICATION : (i) Copper screen foil/ tape & drain wire is not applicable for control cables. Please confirm.(ii) For screened control cables, Screen of Al-Mylar tape instead of copper foil/tape shall be provided.(iii) For screened control cable, Drain wire of 0.4 mm dia or 0.8 mm dia?. Please confirm.

Tender clause shall prevail / As specified in the Technical Specifications, Copper Screen foil / table along with additional Drain wire shall be provided. Please refer to the document no. I02.KK34.0.0.ET.TS.PR014 clause no. 6.1.8 of the tender.

BHEL 9 Volume_7_a__Section_C_C2.3__Electrical

Cl. 6.11.7, Page 15 of 22

I02.KK34.0.0.ET.TS.PR014 SPEC REQUIREMENT : The following information shall be either stenciled on the drum or contained in a metallic label attached to it.(n) ISI certification mark

BIDDER'S CLARIFICATION : Since, cables shall be manufactured & tested as per relevant IEC standards; ISI certification cannot be provided. Please confirm.

Acceptable. Can be reviewed in detail during actual execution.

36/36

Page 164: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 10 Ref drg no. I301.KK34.0.PCD.AB.

OK.WD001

MSE_Water System P&ID of Service Water System and Technical Specification for Service Water System is not available in Tender Specifications. Customer is requested to provide the same.

Specification of Service water system is covered in specification of strom water drainage and underground drainage (GUD & GUU) I301.KK34.0.GUD.TS.WD001

BHEL 11 Diesel Oil System5.0 (page no. 8of 21)

10.0 (page no. 13 of 21)

I301.KK36.UE.0.AB.TS.PR001Central Diesel, Oil Storage & Supply System and gases storage

As per Specification Applicable Codes and Standards

Clause no. 5.0 : Tanks : API 620,API 650, API 653, and API 2000Clasue no. 10.0 : Underground- RCC tank with steel lined BHEL Query/ Clarification:As per Datasheet (Doc no. A209-311-14-42-DS-1701), height of underground tank is 8.94 meters and is shown below ground level in sketch. Further, it is mentioned that the tank shall be constructed as per API 650, API 620, and API 653 which are applicable for overground atmospheric tank and is not applicable for buried tank. We understand that the tanks shall be made of Mild Steel as per API 650 and shall be placed in the pit. After construction of shell and bottom plate, RCC ring wall shall be made around these tank and space left between two RCC ring wall shall be filled with soil. Please confirm.

The space between two RCC ring walls i.e the space between two adjacent tanks shall be filled with soil.

BHEL 12 Diesel Oil System5.0 (page no. 8of 21)

10.0 (page no. 13 of 21)

I301.KK36.UE.0.AB.TS.PR001Central Diesel, Oil Storage & Supply System and gases storage

Tank Roof:Conical roof as per API 650 shall be provided. As per specification, tank roof shall be placed 0.4m - 0.5m below the ground level. Further, API 650 tanks and atmospheric tank and do not take any soil load.

We understand that the space between tank roof and ground level (0.4m to 0.5m) shall be left empty and shall not be filled with any sand. Hence, roof shall be designed for live load and plate load as per API 650.Please confirm.Customer is requested to kindly share existing storage tank drawing for our reference.

Bidder's understanding is correct. The available KK1&2 drawings(2 drawings) is uploaded in folder 2 of folder 5 as a part of prebid responses and the same shall be used only for general understanding.

BHEL 13 Diesel Oil System5.0 (page no. 8 of 21)

I301.KK36.UE.0.AB.TS.PR001Central Diesel, Oil Storage & Supply System and gases storage

Please confirm the distance to be maintained between the two underground oil tanks. Also, requested to inform the code to be followed for preoparation of Tank Area layout.

The battery limit dimensions of the 0 6UEJ where these tanks (for KK3 to 6) are to be located is already indicated in the plot plan. The distance between adjacent tank shall be decided by the EPC contractor as per design and statutory requirements.

BHEL 14 Diesel Oil System6.0 (page no. 8 of 21)

I301.KK36.UE.0.AB.TS.PR001Central Diesel, Oil Storage & Supply System and gases storage

Please inform the codes / standard under which Safety and Seismic Classification as indicated in specification is given.

As per AERB Guide SG/D-1.

37/37

Page 165: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 15 Diesel Oil System2.0 (page no. 3 of 21)

I301.KK36.UE.0.AB.TS.PR001Central Diesel, Oil Storage & Supply System and gases storage

As per Specification: Fresh oil Facilities (0 2UEK)Oil storage 0 2UEK should provide container storage of following types of oil:- Fire resistant oil of 275 m3 for Start up of turbine lubrication system- Fire-resistant oil in the quantity of 20 m3 (for each 2 units) for start-up of the governing system of the turbine with a view of first filling-in, washing, annual fillingup and reserve;- upto- fire resistant oil in the quantity of 14 m3 (for each 2 units) for control system of steam dump valves BHEL Query/ Clarification:Please clarify the following:1. Whether only container for oil as specified above to be considered or container with Oil to be provided or only space for keeping these containers to be provided. 2. Whether single container / tank of said volume to be considered or small containers / drums / barrels with cumulative capacity as mentioned in specification to be considered (in case containers are required to be considered).

1) Space for keeping the containers shall be designed and constructed. 2) Small containers / drums / barrels with cumulative capacity as mentioned in specification to be considered Please refer Civil drawing fo 02UEK building I301.KK 3 6.02UEK.0.AR.OK.WD 101 for more information.

BHEL 16 Diesel Oil System2.0 (page no. 3 of 21)

I301.KK36.UE.0.AB.TS.PR001Central Diesel, Oil Storage & Supply System and gases storage

As per Specification: Gas Storage Facility- Storage of 100 no of acetylene (combustible Gas) cylinder.- Storage of 1106 no of Argon cylinder Requirement:- Storage of 28 no of Helium cylinder- Storage of 231 no of CO2 cylinder BHEL Query/ Clarification:Please clarify whether only empty gas cylinder or cylinder filled with gas or only space for keeping these cylinders are to be considered for bidding.

only space for keeping these cylinders are to be considered .

38/38

Page 166: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 17 Diesel Oil System2.1 (page no. 4 of 21)

I301.KK36.UE.0.AB.TS.PR001Central Diesel, Oil Storage & Supply System and gases storage

As per Specification: Process DescriptionEach of the DG has an intermediate storage tank, booster pumps, and strainers, piping valves, instrumentation and control

Four (4) underground intermediate diesel storage tanks of 100 m3 are located near common plant DG and one intermediate diesel tank of 100 m3 capacity located near each SDGS system. Total storage capacity of intermediate storage tanks for an each KKNPP 3-4 and KKNPP 5-6 unit is 500 m3.

BHEL Query/ Clarification:1. Please confirm whether intermediate storage tank, booster pumps, and strainers, piping, valves, instrumentation and control etc. provided for DG sets are in bidder scope or otherwise. if yes, please provide details of the each items / equipment for our working.2. No. of DG sets supplied by customer is not clear from above. Customer is requested to kindly clarify total no. of DG sets supplied by them for the plant.

1. Intermediate storage tank, booster pumps, and strainers, piping, valves, instrumentation and control etc. provided for DG sets are not in EPC Contractor's Scope.2. Total 10 DGs for KK-3&4 and 10 DGs for KK-5&6 which is not part of this EPC Contract.

BHEL 18 Diesel Oil System2.1 (page no. 4 of 21)

I301.KK36.UE.0.AB.TS.PR001Central Diesel, Oil Storage & Supply System and gases storage

As per Specification: Process DescriptionDiesel oil pumps for phase II requirement shall be installed in phase II. Space for the same shall be keptavailable in diesel oil pump house .All other pumps in diesel oil pump house shall be installed in phase I itself.

BHEL Query/ Clarification:

1. As per specification, diesel Forwarding Pumps, Piping and Equipments for unit 5 & 6 are to be installed in Phase-II. However, whether the material is to be supplied in current tender or under phase-II is not clear.

Customer is requested to clarify whether the items which are to be installed in Phase - II are to be supplied under current tender or not.

Design and detail engineering of equipment,pump & piping for unit-5&6 is in Bidder's Scope of this EPC contract. However Supply and installation of equipment,pump and piping for KK5&6 is not part of this EPC contract.

39/39

Page 167: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 19 Diesel Oil System2.1 (page no. 4 of 21)

I301.KK36.UE.0.AB.TS.PR001Central Diesel, Oil Storage & Supply System and gases storage

As per Specification: Leak detection system from RCC structure (bottom of tank RCC structure pipe upto grade level for leak detection) and isolation system(isolation valve close to tank in suction line with spindle at grade level) as in KK-1&2 system to be implemented.

BHEL Query/ Clarification:Customer is requested to kindly clarify how leak detection is done and also requested to provide the scheme / drawing of leck detection system provided for KK 1&2 system for our refernce.

EPC Contractor shall finalize suitable scheme to meet the technical specification intent during detail engineering stage.

BHEL 20 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech

Specs Part 1

Clause No-13, Page 8 OF 15

130 1.KK34.0.0.MRR. TS. WD004, Technical Specification for Elevators

As per tender specification: Vendor data requirement: As per said clause no. 13.0 following information have been asked to be submitted to NPCIL, along with bid: 8. Detailed write up & diagram of control panel provided inside car.9. Detailed write up on hall buttons and indicators provided.10.Vendor's Catalogues for Equipment11. List of recommended spare parts for 5 years normal operation ***13. List of Start-up & Commissioning Spares14. List of sub-vendors ***15. List of special tools and tackles21. Maximum power consumptionBHEL Query/ Clarification: The details mentioned at sl. no. 8,9,10,13,15 & 21 above vary from vendor to vendor & hence, shall be furnished only after finalisation of elevator vendor at BHEL end. *** Regarding details mentioned at sl. no. 11 & 14 above, please refer separate common pre-bid clarification wrt same raised as part of additional techno-commercial queries. Kindly confirm acceptance.

All the requested details except for serial no. 8 & 9 shall be furnished along with the bid.

BHEL 21 General As per the tender specification of various BOP packages, recommended spares list along with prices have been asked by NPCIL.Please note that as the recommended spares are supplier/vendor specific, hence the same can be furnished in the post award stage after the vendor finalisation. we request NPCIL to review and Kindly confirm acceptance

All the requested details shall be furnished along with the bid.

40/40

Page 168: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 22 General As per the tender specification of various BOP packages, Additional sub-vendor list have been asked by NPCIL.NPCIL is requseted to allow bidders to provide list of additional sub-vendors during post-award stage for NPCIL's review & acceptance.we request NPCIL to review and Kindly confirm acceptance

Accepted.

Section C-2.2.1 Sl. No 12 Technical Specification for Desalination Plant, OM Plant & Plant water Treatment System

Clause 1.7, page 13 of 43

1301. KK34.0.GOD.TS.WDOO1

Process Description - "It is proposed to install 4 nos (3 working+1 standby) chains of MVC ………………………………………………………………..During phase II (KKNPP-5&6), additional 3 nos chains shall be provided……………………..The standby chain provided during phase 1 will act as common standby chain for phase I & II

Section C-2.2.1 Sl. No 12 Technical Specification for Desalination Plant, OM Plant & Plant water Treatment System

1.7, page 16 of 43 1301. KK34.0.GOD.TS.WDOO1

Equipment List - " Multi Effect Evaporators, 3 working + 1 standby, Product Flow 125 cum/hr/unit"

A209-17-41-320-1111 P&ID Desalination Plant, sheet 2 of 4

7 MVCs are shown, four for the present tender and 3 for future units

Design scope shall be for 7 MVC and space shall be provided for 7.BHEL 1 As per P&ID 7 MVC are shown. Four (3W+1S) for present tender and 3 for future. Do we need to consider future 3 MVC also in the scope. If not is the space provision for the same has to be kept in the Plot Plan.Please clarify.

Set-6 Queries on 16/09/2016

41/41

Page 169: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 2 Section C-2.2.1 Sl. No 12 Technical Specification for Desalination Plant, OM Plant & Plant water Treatment System

1.3, page 7 of 43 Seawater intake -"For initial period till Unit 3 sea water pump house is commissioned, the sea waterfor desalination plant shall be drawn from Unit 2 PCB system."

Please clarify from where exactly the sewater will be pumped (directly from the sea or from a pit) to the desalination plant. Also, confirm when the feed is shifted from Unit 2 PCB to Unit 3 pump house, the feed water quality shall remain same.

The design scheme for drawal of sea water to desalination plant of KK-3&4 is from unit -3 main pump house. The sea water comes to main pump house after filtering it through mechnical cleaning system of 4mm mesh size. Sea water to pumphouse is dosed with sodium hypochloride solution. During initial period till Unit 3 main pump house is commissioned, feed sea water for commissioning of at least one stream of Desalination plant shall be brought from Unit-2 pump house forebay. Detailing, supply and laying/ installation of the scheme for commissioning feed sea water from Unit-2 pump house forebay to desalination plant & brine disposal to sea are in EPC contractor’s scope. The quality of sea water will be similar to unit 3 main pump house.

BHEL 3 Section C-2.2.1 Sl. No 12 Technical Specification for Desalination Plant, OM Plant & Plant water Treatment System

1.3, page 4 of 43 Feed Seawater quality Customer to please confirm that the desalination plant has to be designed based on the feed seawater quality provided.

Confirmed.

BHEL 4 Section C-2.2.1 Sl. No 12 Technical Specification for Desalination Plant, OM Plant & Plant water Treatment System

1.3, page 5 of 43 Desalinated Water Quality Desalinated water after MVC usually have a pH in the range of 5-6. As per the specification deslinated water pH need to be 6.0 - 7.0. To meet tender specification alkali dosing has to be done. Customer to please clarify and confirm.

Tender specification shall prevail

BHEL 5 Section C-2.2.1 Sl. No 12 Technical Specification for Desalination Plant, OM Plant & Plant water Treatment System

1.3, page 7 of 43 Battery Limit Conditions for inlet and outlet - feed water to deslination plant pressure 2 kg/cm2 (g)

Customer to please note that as feed water to desalination plant has to be provided by them, please confirm the pressure available at the battery limit. If the pressure supplied by customer is not meeting the system requirement, requirement of booster pumps have to be evaluated.

3 kg/cm2 shall be considered for feed sea water to desalination plant.

42/42

Page 170: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.REFERENCE CLAUSE

NO. TECHNICAL SPECIFICATION NO.

/COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY NPCIL Response

BHEL 6 Section C-2.2.1 Sl. No 12 Technical Specification for Desalination Plant, OM Plant & Plant water Treatment System

1.4, page 8 of 43 Applicable codes and standards Customer is requested to please allow equivalent Indian and International standards wrt standards indicated in the tender.

Acceptable, Subject to the componenets are meeting the tender specifcations and performance requirements.

BHEL 7 Section C-2.7.2 C-2.7.2 - SUBVENDOR LIST FOR MECHANICAL ITEMS, I02.KK34.0.0.AP.REP.PR.002 / 003 - SUBENDOR LIST OF INSTRUMENTATION & SUBEVNDOR LIST FOR ELECTRICAL EQUIPMENT

Please clarify if the lists are only a recommendation. Can a supplier propose additional BHEL qualified vendors equivalent to the list provided.

Bidder can propose different qualified vendors equivalent to the list subject to approval of NPCIL.

BHEL 8 1.7 EIL Doc No. A209-802-17-41-SP-0004

Thickener dimensions - No retention time or volume of thickener are mentioned. Only typical size of 25 m diameter and 3-4 m height that gives 1,500 – 2,000 m3 volume. The flow rate to thickener is 2 m3/hr so that the corresponding proposed thickener size is too big. Please clarify and confirm.

Query pertains to specification no I301.KK34.0.0.TH.TS. WD111.Tender specification shall prevail.

BHEL 9 General As per our understanding the scope of supply, E&C etc is splitted into phase 1 (Unit- 3 & 4) and phase 2 (Unit - 5 & 6). We understand phase 2 is not under the scope of tender requirement and hence phase 2 requirements are not part of bidder's scope and not considered.

Tender clause shall prevail

43/43

Page 171: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER TENDER SECTION NO.

REF. CLAUSE

NO.DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

THE 4 MVC UNITS THAT WAS PROVIDED TO PHASE 1&2 ARE DESIGNED FOR PRODUCT CAPACITY OF 2,560M3/DAY. THE CURRENT SPECIFICATIONS REQUIRE 3,000M3/DAY. PLEASE CONFIRM THE REQUIRED PRODUCT CAPACITY. PLEASE NOTE THAT THE DESIGN WOULD HAVE TO CHANGE INCLUDING MAIN EQUIPMENT OF THE MVC WHICH WILL RESULT WITH DIFFERNT MAINTENANCE RUTINE AND EQUIPMENT

As per tender specification present capacity of each MVC stream is 3000 m3/day (i.e.125 m3/hr).

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

1.3 For initial period till Unit 3 sea water pump house is commissioned, the sea waterfor desalination plant shall be drawn from Unit 2 PCB system.Please clarify from where exactly the sewater will be pumped (directly from the sea? from a pit?) to the desalination plant. Also, please clarify uf after the seaater will start to be pumped from Unit 3, their source will be same as frim Unit 2 PCB.

The design scheme for drawal of sea water to desalination plant of KK-3&4 is from unit -3 main pump house. The sea water comes to main pump house after filtering it through mechnical cleaning system of 4mm mesh size. Sea water to pumphouse is dosed with sodium hypochloride solution. During initial period till Unit 3 main pump house is commissioned, feed sea water for commissioning of at least one stream of Desalination plant shall be brought from Unit-2 pump house forebay. Detailing, supply and laying/ installation of the scheme for commissioning feed sea water from Unit-2 pump house forebay to desalination plant & brine disposal to sea are in EPC contractor’s scope. The quality of sea water will be similar to unit 3 main pump house.

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

1.3 Is the feed sea water quality for the desalination plant provided, is the raw seawater parameters, or the actual parameters anticipated in the entrance to the desalination plant?

As indicated in tech spec feed sea water quality is in the entrance to the desalination plant.

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

1.7 NUMBER OF MULTI EFFECT EVAPORATORS: THERE IS A MISSMATCH BETWEEN THE NUMBER OF EVAPORATORS INDICATED IN THE EQUIPMENT LIST (3+1) AND THE NUMBER INDICATED IN THE TEXT (3). PLEASE CONFIRM THE REQUIRED NUMBER

Number of MVC streams in KK-3&4 is 4 (3 working and one standby) and each MVC streams having multieffects evaporators ( cosnisting three effects minimum)

NUCLEAR POWER CORPORATION OF INDIA LIMITED

DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING, COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

PRE-BID QUERIES FROM IDE TECHNOLOGIES

QUERY NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.

3 Seawater quality

4

2 Seawater intake

1 MVC PRODUCT CAPACITY

EQUIPMENT LIST

1 / 10

Page 172: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER TENDER SECTION NO.

REF. CLAUSE

NO.DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM IDE TECHNOLOGIES

QUERY NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

1.1 WHAT IS MEANT BY "TRIAL RUNS INCLUDING STABILIZATION OF THE PLANT FOR 30 DAYS" ?

Operation of plant for stable design parameters and continuous operation thereafter for 30 days after sucessful commissioning of plant.

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

1.3 DESALINATED WATER QUALITY: pH FOR DESALINATED WATER LEAVING THE MVC IS USUALLY 5-6. IF THE SPECIFICATION REMAINS AS IS, WE WILL HAVE TO ADD CAUSTIC TO THE PRODUCT.

Tender specification shall prevail. Please refer Page no. 38 of 43 of technical specification of Desalination plant I301.KK34.0.0.TH.TS.WD110.

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

1.3 FEED SEAWATER TO DESALINNATION PLANT B.L. CONDITION ; MIN. PRESSURE REQUIRED FOR MVC IS 3 KG/CM2-G . PLEASE CHECK IF POSSIBLE TO RECEIVE IT, OTHERWISE ADDITIONAL BOOSTER PUMP STATION WILL BE REQUIRED.

3 kg/cm2 shall be considered for feed sea water to desalination plant.

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

1.3 MVC REJECT TO SEA, B.L. CONDITION ; IT SEEMS THAT 4.5 KG/CM2-G TOO HIGH. PRELIMINARY PRESSURE DESIGNED FOR 3 KG/CM2-G.TBD DURING DETAIL ENG.

Tender specification shall prevail

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

1.4 COMPRESSORS: IDE'S COMPRESSORS ARE PER IDE'S IP AND CONFORM TO INTERNAL STANDARDS.WE ARE USING THIS STANDARD SUCCESSFULLY IN ALL OF OUR UNITS INCLUDING THE 4 UNITS CURRENTLY INSTALLED IN NPCIL

Acceptable, Subject to the componenets are meeting the tender specifcations and performance requirement.

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

1.4 BLOWERS: PLEASE ALLOW FOR EQUIVALENT STANDARDS AS WELL

Acceptable, Subject to the componenets are meeting the tender specifcations and performance requirement.

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

1.4 EVAPORATORS : IDE EVAPORATORS ARE NOT COMPLY WITH THE STANDARDS MENTIONED (PE-D, Ma-D, LV-D, EM-D). PLEASE ALLOW FOR IDE STANDARD DESIGN AS WELL.

Acceptable, Subject to the componenets are meeting the tender specifcations and performance requirement.

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

1.4 API STANDARDS ; WERE MENTIONED IN CENTRIFUGAL PUMPS, DOSING PUMPS & PHE. IS IT REALLY NECESSARY FOR WATER PLANT SYSTEM? IT SEEMS TO BE NOT TECHNO-COST EFFECTIVE.

Acceptable, Subject to the componenets are meeting the tender specifcations and performance requirement.

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

1.6 MINIMUM TURNDOWN THAT IDE'S MVC CAN OFFER IS 60% PER TRAIN. LESS THAN THIS WILL CAUSE THE COMPRESSOR TO CHOCK

Minimum turn down capacity of each MVC train of Desalination plant shall be 50%.

13

7

I301.KK34.0.0.TH.TS.WD110

12 I301.KK34.0.0.TH.TS.WD110

I301.KK34.0.0.TH.TS.WD110

5

6

11 I301.KK34.0.0.TH.TS.WD110

8 I301.KK34.0.0.TH.TS.WD110

I301.KK34.0.0.TH.TS.WD110

9 I301.KK34.0.0.TH.TS.WD110

I301.KK34.0.0.TH.TS.WD110

10 I301.KK34.0.0.TH.TS.WD110

2 / 10

Page 173: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER TENDER SECTION NO.

REF. CLAUSE

NO.DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM IDE TECHNOLOGIES

QUERY NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

1.7 VAPOUR COMPRESSOR: WE RECOMMEND USING A COMPRESSOR THAT'S CASING IS INTEGRAL TO THE VESSEL FOR BETTER PERFORMANCE (LOWER PRESSURE LOSSES) AND A SMALLER FOOTPRINT.THIS IS IDE STANDARD AND IT IS USED IN ALL OF OUR UNITS INCLUDING THE 4 UNITS CURRENTLY OPERATED IN NPCIL

Can be used provided it meets the technical specification and performance requirement.

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

1.7 EQUIPMENT LIST, MULTI-EFFECT EVAPORATORS MOC FOR THE TUBES AND TUBE PLATES: IDE STANDARD MOC IS ALUMINUM WHICH IS OF HIGHER HEAT TRANSFER COEFFICIENT. CONCERNS ABOUT ERROSION CAN BE ALEVIATED BY MAKING THE TOP ROWS OF TUBES OUT OF TITANIUM.. IDE IS USEING THIS STANDARD SUCCESSFULLY IN ALL OF OUR THERMAL SEAWATER DESALINATION PLANTS INCLUDING THE 4 MVC UNITS CURRENTLY OPERATED IN NPCIL

The minimum top 3 rows of heat transfer tubes of multi effect evaporators are of Titanium alloy and lower rows of heat transfer tubes are of Aluminium.

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

1.7 EQUIPMENT LIST, MULTI-EFFECT EVAPORATORS. MOC FOR THE EVAPORATOR SHELL MATERIAL: IDE STANDARD MOC IS CS WITH INTERNAL EPOXY PAINTING AND EXTERNAL COATING . WE HAVE USED THIS STANDARD SUCCESSFULLY IN ALL OF OUR THERMAL SEAWATER DESALINATION PLANTS AND IN THE 4 UNITS CURRENTLY OPERATED IN NPCIL. IDE'S OPERATING CONDITIONS ARE BASED ON VACUUM. THE LINING SPECIFIED IN THE TENDER IS NOT SUITABLE FOR VACUUM CONDITIONS AND IS BRITTLE WHICH MAY CAUSE CRACKS AFTERWHICH THE LINING CANNOT BE REPAIRED.

MOC for the MVC evaporators of Desalination plant ,CS with internal epoxy painting along sacrificial anode cathodic protection and externally coated can be used.

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

1.7 EQUIPMENT LIST, COMPRESSOR MOC: IDE'S ROTOR IS MADE OUT OF ALUMINUM. WE HAVE USED THIS STANDARD SUCCESSFULLY IN ALL OF OUR PLANTS FOR OVER 50 YEARS INCLUDING THE 4 UNITS CURRENTLY INSTALLED IN NPCIL. CHANGING MATERIALS TO DUPLEX IS NOT NECESSARY AND WILL INCREASE THE PACKAGE PRICE.

Can be used provided it meets the technical specification and performance requirement for design life.

14 I301.KK34.0.0.TH.TS.WD110

15 I301.KK34.0.0.TH.TS.WD110

17 I301.KK34.0.0.TH.TS.WD110

16 I301.KK34.0.0.TH.TS.WD110

3 / 10

Page 174: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER TENDER SECTION NO.

REF. CLAUSE

NO.DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM IDE TECHNOLOGIES

QUERY NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

1.7 EQUIPMENT LIST, BRINE DISPOSAL AND PRODUCT WATER PUMP'S MOC: SS316 IS SUFFICIENT, DUPLEX IS NOT NECESSARY FOR DEARATED BRINE AND CERTAINLY NOT FOR THE DISTILED WATER. WE HAVE USED THIS STANDARD SUCCESSFULLY FOR OVER 50 YEARS AND IN THE 4 UNUITS CURRENTLY OPERATED IN NPCIL

For product water pump SS316 material can be used and for brine disposal pump tender specification shall prevail

IDE TECHNOLOGIES

1.7 EQUIPMENT LIST, FOR ALL CHEMICAL DOSING TANKS & PUMPS: WE USUALLY SUPPLY PP / HDPE / PVC / PTFE MATERIALS INSTEAD OF SS OR TITANIUM WHERE CHEMICALLY POSSIBLE. THIS ALTERNATIVE HAVE LOWER MAINTENANCE AND COSTS

PP / HDPE / PVC / PTFE materials instead of SS or Titanium can be used.

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

1.7 SCALE CLEANING DOSING PUMP IS NOT NECESSARY. CIP IS DONE BY THE BRINE PUMP.

Acceptable, Subject to the plant are meeting the tender specifcations.

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

1.7 DE-CHLORINATION SYSTEM IS NOT REQUIRED FOR THE MVC PLANT.

As per Technical specification of Desalination plant, it depends on suppliers recommondations.

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

SECTION 1.11, PIPING MATERIAL FOR DESALINTED WATER: WE RECOMMEND USING PP AS IT IS APPLICABILE FOR TEMPERATURE AND CHEMICAL COMPOSITION OF THE WATER

Tender specification shall prevail

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

1.17 AIR SUPPLY FAILURE: WE RECOMMEND USING PNEUMATIC ACTUATORS TO REDUCE THE PRICE OF THE UNITS. WE HAVE USED THIS STANDARD SUCCESSFULLY IN MANY OF OUR UNITS INCLUDING THE 4 UNITS CURRENTLY OPERATED IN NPCIL. IF NEEDED, WE CAN INSTALL A REDUNDANT AIR COMPRESSOR.

Pneumatic actuators can be used.

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

1.1 PLEASE CLARIFY IF AUXILIARY STEAM IS AVAILABLE. AND CONFIRM QUANTITY AND PRESSURE

Auxiliary steam is not available instead auxiliary boiler shall be used which is a part of desalination plant and is in the scope of EPC contractor.

I301.KK34.0.0.TH.TS.WD110

20 I301.KK34.0.0.TH.TS.WD110

18 I301.KK34.0.0.TH.TS.WD110

19 I301.KK34.0.0.TH.TS.WD110

22 I301.KK34.0.0.TH.TS.WD110

23

21 I301.KK34.0.0.TH.TS.WD110

24 I301.KK34.0.0.TH.TS.WD110, SECTION 1.1 VS.I301.KK34.0.0.AB.TS.PR001, TABLE 6.1

4 / 10

Page 175: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER TENDER SECTION NO.

REF. CLAUSE

NO.DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM IDE TECHNOLOGIES

QUERY NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

1.15 PLEASE CLARIFY IF INSTRUMENT AIR IS AVAILABLE.AND CONFIRM QUANTITY AND PRESSURE

Instrument air is not available

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

5.3 WE RECOMMEND THAT THE PLATE MINIMUM THICKNESS WIL BE REDUCED TO 0.5mm SINCE THIS IS ENOUGH FROM A MECHNICAL STANDPOINT. FROM A PROCESS STANDPOINT THIS WILL ALLOW BETTER HEAT TRANSFER AND FROM A FINANCIAL STANDPOINT THIS WILL REDUCE THE COST OF THE UNITS. WE HAVE USED THIS STANDARD SUCCESSFULLY IN OUR PAST UNITS INCLUDING THE 4 UNITS CURRENTLY OPERATED IN NPCIL.

Minimum thickness of 0.5mm can be used for plate type heat exchanger of Desalination plant subject to the components are meeting the tender specifications.

IDE TECHNOLOGIES

PLEASE CLARIFY IF THE LISTS ARE ONLY A RECOMMENDATION. AND CAN IDE PROPOSE DIFFERENT QUALIFIED VENDORS EQUIVALENT TO THE LIST

Bidder can propose different qualified vendors equivalent to the list subject to approval of NPCIL.

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

1.4 Comply with Atomic Energy Factory Rules, 1996.Please advise, as the water treatment packages are in the utilities section/arae, there's no need to comply with these rules under this section.

Compliance to Atomic Energy Factory Rules 1996 for water treatment package as applicable.

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0001

1.11 Material selection: Tanks are defined as RCC epoxy coated.IDE recommends: Tanks up to 25 m3 from PP/PETanks above 25 m3 and up to 300 m3 from GRP

MOC & Capacity of tank as per Clause 1.7 of Tech Spec of Desalination, DM Plant.

I301.KK34.0.0.TH.TS.WD110

25 I301.KK34.0.0.TH.TS.WD110, SECTION 1.15 VS.I301.KK34.0.0.AB.TS.PR001, TABLE 6.1

29

27 C-2.7.2 - SUBVENDOR LIST FOR MECHANICAL ITEMS, I02.KK34.0.0.AP.REP.PR.002 / 003 - SUBENDOR LIST OF INSTRUMENTATION & SUBEVNDOR LIST FOR ELECTRICAL EQUIPMENT

26 I301.KK34.0.0.TH.TS.WD044

28 I301.KK34.0.0.TH.TS.WD110

5 / 10

Page 176: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER TENDER SECTION NO.

REF. CLAUSE

NO.DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM IDE TECHNOLOGIES

QUERY NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.

IDE TECHNOLOGIES

A209-6-44-0005 71213

Piping material specification index:- DM water , polished water from rubber lined CS - IDE suggests GRP or PP, please confirm- Cooling water supply and cooling water return (sea water) from carbon steel - this material is not sutable for seawater - IDE suggests GRP or PP, please confirm.- Potable wate r(under ground) from HDPE - Is HDPE only for underground piping? Please clarify.

Material of piping shall be as per technical specification of respective facility.

IDE TECHNOLOGIES

A209-802-17-41-SP-0002

1.1 OCWT plant consists of TPI, DAF, DMF and two stages ACF. Sludge treatment consists of thickener and centrifuge.For max feed oil content of 100 mg/L, TPI unit is not required. Nothing written about oil peaks. Since hold up tank that receives the wastewater before TPI unit has 4 hours retention time, it can be assumed that such high retention time can be sufficient to deal with oil peaks.Since the requirement for oil (petrochemical content) is only less than 5 mg/L and the requirement for TSS is only less than 10 mg/L, the activated carbon filters are not required. DMF can be left. Instead of ACF, nutshell filter will be more efficient.Two process schemes are proposed:(1)    TPI, DAF, nutshell filter(2)  DAF, nutshell filter, DMF

Tender specification shall prevail

IDE TECHNOLOGIES

A209-802-17-41-SP-0003

1.7 DAF saturation vessel - DAF unit is required to be designed with saturation vessel. For such small size DAF unit, the alternative to saturation vessel design is special type pump that mixes air and water and provides recirculated stream with sufficiently small size air bubbles.Two alternative for DAF design:(1)    Using saturation vessel(2)  Using air / water mixing pump

Query pertains to specification no I301.KK34.0.0.TH.TS. WD111.Tender specification shall prevail.

IDE TECHNOLOGIES

A209-802-17-41-SP-0004

1.7 Thickener dimensions - No retention time or volume of thickener are mentioned. Only typical size of 25 m diameter and 3-4 m height that gives 1,500 – 2,000 m3 volume. The flow rate to thickener is 2 m3/hr so that the proposed thickener size is too big.Thickener retention time or thickener volume should be given. 1 – 2 hours retention time is sufficient.

Query pertains to specification no I301.KK34.0.0.TH.TS. WD111.Tender specification shall prevail.

31 I301.KK34.0.0.TH.TS. WD111

32 I301.KK34.0.0.TH.TS. WD112

33 I301.KK34.0.0.TH.TS. WD113

30 I301.KK36.0.0.TH.TS.WD705

6 / 10

Page 177: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER TENDER SECTION NO.

REF. CLAUSE

NO.DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM IDE TECHNOLOGIES

QUERY NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.

IDE TECHNOLOGIES

A209-802-17-41-SP-0005

1.7 On-line analyzers - Two analyzers are required – Oil (upstream of TPI, DAF and ACF outlets) and TOC (outlets of ACF) analyzers with correlation to COD and BOD. Oil analyzer should be defined in the detailed form.The best method to detect oil is infrared method. This method detects all type of oil – dissolved, emulsified, droplet and free. The problem that this method can be done only in laboratory and no online analyzers are available. This method can be used for calibration of online oil analyzers that operated according to other method.Oil online monitoring instrument can be based on UV absorption. This method detects only aromatic hydrocarbons (most of them are dissolved). By using the ratio between total hydrocarbons to aromatic hydrocarbons, the total amount of hydrocarbons can be evaluated from UF absorption method. The widely used online monitoring instrument is based on UV fluorescence method.TOC analyzer is available and very expensive. No direct correlation between COD and TOC or BOD and TOC are available.Two analyzers are proposed:(1)    Oil analyzer based on UV fluorescence method. Total amount of hydrocarbons can be evaluated by using ratio between total hydrocarbons to aromatic hydrocarbons.(2)    Turbidity analyzer for TSS evaluation.

No TOC analyzer is recommended. TOC, BOD and COD measurements are proposed to be done in the laboratory once per day.

Query pertains to specification no I301.KK34.0.0.TH.TS. WD111.Suitable analyzer meeting tender specification shall be used.

IDE TECHNOLOGIES

A209-320/314/304-17-41-SP-0002

1.3 Potable water quality -Only a pH range and Ca as ion < 75 ppm was given and to follow WHO standards however no other parameters were defined. Please provide clear values for Ca concentration with minimum level as well, alkalinity and LSI. In relation to the above, is the sodium carbonate system actually necessary ?

Tender specification shall prevailLSI values should be positive.

IDE TECHNOLOGIES

Specifications for electrical systems

1.3 Motor design ambient temprature- 45 ˚ - may cause power derating due to larger ambient temperature.IDE generally designs according to 40 ˚ - request confirmation.

Requirement given in the Technical specification shall prevail.

IDE TECHNOLOGIES

Specifications for electrical systems

1.8 MCC -Referance design Ambient temprature- 45 ˚IDE generally designs according to 40 ˚ - request confirmation.

Requirement given in the Technical specification shall prevail.

IDE TECHNOLOGIES

Specifications for electrical systems

1.11 MCC - Short circuit current withstand- 50kA rmsAccording to IDE's experience, for most of the MCCs 25kA is satisfactory. - request confirmation

Requirement given in the Technical specification shall prevail.

IDE TECHNOLOGIES

Specifications for electrical systems

1.11 MCC - Short circuit current withstand- 100kA peakAccording to IDE's experience, for most of the MCCs 70kA is satisfactory. - request confirmation

Requirement given in the Technical specification shall prevail.

IDE TECHNOLOGIES

Specifications for electrical systems

1.13 MCC -Bus bar material from aluminium.Request confirmation to provide from copper.

Query not clear; All bus bar material shall be Copper

36 I02.KK34.0.0.ET.DS.PR017

I301.KK34.0.0.TH.TS.WD111

34 I301.KK34.0.0.TH.TS. WD114

38 I02.KK34.0.0.ET.DS.PR001

39

35

I02.KK34.0.0.ET.DS.PR001

40

37 I02.KK34.0.0.ET.DS.PR001

I02.KK34.0.0.ET.DS.PR001

7 / 10

Page 178: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER TENDER SECTION NO.

REF. CLAUSE

NO.DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM IDE TECHNOLOGIES

QUERY NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.

IDE TECHNOLOGIES

Specifications for electrical systems

2.1 MCC -2 different colours for interior and exterior finish shade.Request confirmation to use the same paint shade for interior and exterior.

Requirement given in the Technical specification shall prevail.

IDE TECHNOLOGIES

Specifications for electrical systems

3.1 MCC - All LV breakers dhould have 6 NO and 6 NC contacts.Request for a waiver as according to IDE's best engineering pactice it's not required.

Tender clause shall prevail

IDE TECHNOLOGIES

Specifications for electrical systems

10.4 MCC -MCBs should have 2 auxiliary contacts (1NO+1NC).Request a waiver as standard MCB has no auxiliary contacts and should be sufficent.

Tender clause shall govern

IDE TECHNOLOGIES

Specifications for electrical systems

11.1 MCC -Fuses (used for CTs and control circuits) should be HRC typeAccording to IDE's best engineering pactice it's not required and for small circuits cylindrical fuses are satisfactory.

Tender clause shall prevail

IDE TECHNOLOGIES

Specifications for electrical systems

15.4 MCC - Circuit Breakers should have 50kA service breaking capacity.According to IDE's experience, for most of the MCCs 25kA is satisfactory. - request confirmation

Tender clause shall govern

IDE TECHNOLOGIES

Specifications for electrical systems

15.5 MCC - Circuit Breakers should have 105kA rated making capacity.According to IDE's experience, for most of the MCCs 70kA is satisfactory. - request confirmation

Tender clause shall govern

IDE TECHNOLOGIES

Specifications for electrical systems

15.7 MCC - Circuit Breakers should have earth fault release.According to IDE's best engineering pactice it's not required as ground fault release is an extra breaker protection.

Tender clause shall prevail.Requirement of CBCT with earth leakage relay (for protection 50N) shall be worked out (based on the location of equipment and distance) during detailed engineering by the Contractor for motor rating above 11kW subject to review and approval by the PurchaserIDE

TECHNOLOGIESSpecifications of instrumentationfor common services package - Technical requirements ofinstrumentation

1.5 Request for a waiver on suppying IRP panels - hard wired relay cabinets on top of the PLC/RIO panels, as according to IDE's best engineering pactice it's not required in this water utilities type system. Also, in NPCIL 1 project there were no IRP panels required.

Section indicates the generic equipments used in I&C process control. IRP may be used where there is necessity to interface signals of different voltage levels. Hence, blanket waiver cannot be provided.

IDE TECHNOLOGIES

Specifications of instrumentationfor common services package - Technical requirements ofinstrumentation

1.9 Please clarify exactly what are the fire dampers and where they should be located?

For details and locations of fire dampers please refer tech.spec and scope of work of HVAC for NPCIL design buildings(I301.KK34.0.0.OW.TS.WD001) attached in section 2.2.1.

I02.KK34.0.0.ET.DS.PR001

43 I02.KK34.0.0.ET.DS.PR001

49 I02.KK.34.0.0.AP.TT.PR001

44 I02.KK34.0.0.ET.DS.PR001

45 I02.KK34.0.0.ET.DS.PR001

42

46 I02.KK34.0.0.ET.DS.PR001

47 I02.KK34.0.0.ET.DS.PR001

41 I02.KK34.0.0.ET.DS.PR001

48 I02.KK.34.0.0.AP.TT.PR001

8 / 10

Page 179: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER TENDER SECTION NO.

REF. CLAUSE

NO.DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM IDE TECHNOLOGIES

QUERY NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.

IDE TECHNOLOGIES

Specifications of instrumentationfor common services package - Technical requirements ofinstrumentation

6 & 7 The wiring for the instrumentation and the redundant system should be separate, meaning working with junction boxes/marshaling cabintes. According to IDE's best engineering pactice it's not required in this water utilities type system.

Wiring for redundant instrumentation channels may be routed through JB/Marshalling cabinets as per industry best practices for similar systems.

IDE TECHNOLOGIES

Specifications of instrumentationfor common services package - Technical requirements ofinstrumentation

1.8 PRODOK software is required for drawings and technical documents in the design stage.IDE uses EPLAN/.AUTOCAD as default - please confirm.

EPLAN can be Accepted, provided the formats mentioned covers the Engineering applications like Document flow control, auto detection of errors in TL etc. If not latest Engineering software (Updated to PRODOK/equivalent) shall be identified by vendor and shall be submitted to NPCIL for approval.

IDE TECHNOLOGIES

Specifications of instrumentationfor common services package - Technical requirements ofinstrumentation

4.1 PLC configuration shall be dual redundant type including the processors, communication modules and I/O cards - this is a very non standard demand for water utilities type system

Redundancy shall be provided for processing modules & communication modules. Dual I/Os are required to ensure the availability of the system. Same to be identified by vendor during detailed engineering stage and shall be submitted to NPCIL for approval.

IDE TECHNOLOGIES

Specifications of instrumentationfor common services package - Technical requirements ofinstrumentation

4.10 Number of I/O channel per module shall be max. 16.Request confirmation to use 32 I/O channels per module, in order to reduce unnecessary number of cards

Accepted.Care should be taken such that failure of single I/O channel should not effect other Process/Equipment.

IDE TECHNOLOGIES

PROCESS SPECIFICATION

5.00 Plant operating life for all equipments required shall be 40 years. EPC contractor to necessarily bring out in notice during offer stage itself in case life of any equipment is less than 40. Is it a mandatory requirement as most equipments are designed for best performance upto 25. It's not that they don't function beyond it but are designed for lifetime of 25 years. Kindly confirm please.

Tender specification shall prevail.

IDE TECHNOLOGIES

PROCESS SPECIFICATION

7.20 Minimum corrosion allowances for CS is 3mm - We request it be modified to minimum corrosion allowances for CS of 1.5 mm, as according to best engineering pactices it's not required in this water utilities type of systems.

Tender specification shall prevail.

54

55

52 I02.KK.34.0.0.AP.TT.PR001

53 I02.KK.34.0.0.AP.TT.PR001

50 I02.KK.34.0.0.AP.TT.PR001

51 I02.KK.34.0.0.AP.TT.PR001

I301.KK34.0.0.AB.TS.PR001

I301.KK34.0.0.AB.TS.PR001

9 / 10

Page 180: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER TENDER SECTION NO.

REF. CLAUSE

NO.DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM IDE TECHNOLOGIES

QUERY NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.

IDE TECHNOLOGIES

GENERAL We request NPCIL to kindly provide its DWG template of this project for all requested drawings.

DWG template will be provided to successful bidder.

IDE TECHNOLOGIES

GENERAL We request NPCIL to provide the templates for the equipment data sheets of this project in an editable format, such as Word or Excel.

Editable format will be provided to successful bidder.

56

57

GENERAL

GENERAL

10 / 10

Page 181: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

Larsen & Toubro Ltd.

1 Volume-102 NIT- Webhosting-emode/ Corrigendum-1 Dt 17.08.2016

Due Date & Time for online submission of both part-1 & part II

NIT CoverPage/Corrigendum -1

Considering the scope of work, we earnestly request you to extend the due date for submission of tender bids by atleast 08 weeks after receiving pre bid clarification.

Refer Pre-Bid response to COMMERCIAL QUERIES

Larsen & Toubro Ltd.

2 Volume-102 NIT- Webhosting-emode/ Corrigendum-1 Dt 17.08.2016

Offline Pre-Bid Meeting Date & Time

NIT CoverPage/Corrigendum -1

Considering the scope of work, we earnestly request you to host another pre bid meeting 5 weeks after receiving pre bid clarification.

Refer Pre-Bid response to COMMERCIAL QUERIES

Larsen & Toubro Ltd.

3 Volume-1 Section -B1/GCC/EPC-4/R2

5.2 5.2.1 The quantity of spares during bid stage shall be indicative only while total price shall be firm. This is because final list of spares shall be concluded during detailed design. In this case does the quantity of spares impact on the selection of bidder. Kindly clarify.

Refer Pre-Bid response to COMMERCIAL QUERIES

Larsen & Toubro Ltd.

4 Volume-1 Section -B1/GCC/EPC-4/R2

5.9 / 9.7 5.9.1 / 9.7.2 As per clause 5.9.1 20% payment will be released on supply of material, but as per clause 9.7.2 material receipt will be issued after 75 days. This shall be reduced to one week for better cash flow. Kindly confirm

Refer Pre-Bid response to COMMERCIAL QUERIES

Larsen & Toubro Ltd.

5 Volume-1 Section -B1/GCC/EPC-4/R2

6.4 6.4.1 If the project is delayed for the reasons not attributable to the contractor then the cost for equipment preservation shall be reimbursed. Kindly clarify.

Refer Pre-Bid response to COMMERCIAL QUERIES

Larsen & Toubro Ltd.

6 Volume-9 Section-C10 - 11 C 2.6.1 Civil I301.KK34.0USV.0.AR.OK.WD101 SHEET 2/5

With the available data the clarity on the scope of Gallery in Control-Access Area (UJY/UKU) shown in second floor Plan (EL 7.20) is not clear. Also confirm if the gallery is supported on Engineering utility building and if supported, loading details shall be provided. Kindly clarify.

Design and construction of galleries of controlled access area (0 UJY) and common access area (0 UKY) at El + 7.2m are outside the scope of the present contract. However these galleries take support from 0 UYB (Health Physics Building)/0 USV (Engineering Utility and Laboratory Building) also. Necessary loading details from these walkway galleries shall be provided to successful bidder at detailed design stage.

Larsen & Toubro Ltd.

7 Volume-9 Section-C10 - 11 C 2.6.1 Civil I301.KK34.02UYE.0.AR.OK.WD101 SHEET 1/1

In the overall plant layout the building cannot be identified.Please provide the location in the plant layout

0 2UYE (Nuclear Island Guard House) is located at plant grids 550N-600N/950W-1000W (across 0 1UZJ- Nuclear Island Fencing).KK3&4 Plant layout showing 0 2UYE is uploaded in folder 1 of folder 5 along with prebid response.

DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING, COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

NUCLEAR POWER CORPORATION OF INDIA LIMITED

PRE-BID QUERIES FROM L&T

1 / 37

Page 182: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

8 Volume-3 Section-C2-3 C 2.1 Civil I301.KK34.0.0.TH.TS.WD026 In Table:2.1.5 Mechanical System: M7, it is mentioned 01USY (Out-door trestle connecting in Auxiliary area and Units 2 & 3), kindly confirm whether this is in the scope of the contractor. If it is in the scope of the contractor, Kindly provide the battery limit and General arrangement along with required details for civil structural design.

0 1USY-Process Trestle between Units 2 & 3 is an RCC framed structure meant for routing some of the common services to Units 1&2 as detailed in page 46 of 60 of the scope document (Doc. No: I02.KK34.0.0.TH.TS.PR 002). Development of General Arrangement, Complete design and Construction of the same is within the scope of the present contract. For battery limit of trestle piping (01USY), refer section C2.6.2 ,FOLDER L of tender specifications for P&ID for piping through trestle."

Larsen & Toubro Ltd.

9 Volume-2-Section-C1-1 C 1 I301.KK34.0.0.TH.TS.PR002 Annexure- 5 para-5- It is understood , OBE response spectrum derived by multiplying 0.249 with SSE is only applicable for the foundation depth of 10m with shear wave velocity 1800m/s. If foundation is at shallower depth of 2m which has 600m/s then what amplification factor to be considered for both OBE and SSE spectral values.

The bidder shall carryout required evaluations in this regard taking into consideration the actual shear wave velocities at respective structures (as per the geotechnical investigations carriedout by the bidder).

Larsen & Toubro Ltd.

10 Volume-2-Section-C1-1 C 1 I301.KK34.0.0.TH.TS.PR002 In Annexure - 4, Page 20 of 37, it is mentioned that "Corresponding spectrum compatible synthetic time histories for OBE and SSE cases shall be provided to the successful bidder for generation for Floor response spectrum" shall be considered as deleted. Query:- Kindly confirm if the generation of synthetic time histories from the available response spectrum is in the scope of the contractor for FRS generation. In case if time history data is readily available with NPCIL, kindly provide us the data for seismic qualification and consideration.

Yes, generation of synthetic time histories for FRS generation is in the scope of the contractor.

Larsen & Toubro Ltd.

11 Volume-3 SectionC2-3 C-1-1 I301.KK34.0.0.PR.TT.P021 In Cl. 2.2.d. It is mentioned that "Use of STAAD Pro for dynamic analysis is not permitted". Query:- Kindly confirm if SAP2000 or ANSYS can be used for dynamic analysis.

ANSYS can be used for dynamic analysis

Larsen & Toubro Ltd.

12 Volume-9 Section-C10 - 11 C 2.6.1 Civil I301.KK34.0UQR.0.AR.OK.WD101 SHEET 4/5 and SHEET 5/5

Level mismatch found in Plan and Elevation. Kindly confirm the terrace level of the building.

Terrace level shall be +14.0m as mentioned in sheet 5 of 5 of referred drawing of chiller building

Larsen & Toubro Ltd.

13 Volume-9 Section-C10 - 11 C 2.6.1 Civil I301.KK34.0UQR.0.AR.OK.WD101 SHEET 2/5, SHEET 4/5 and SHEET 5/5

Kindly confirm if the peripheral walls above ground level (shown as RC walls in drawings) are RC walls or block walls.

In KKNPP Units 1&2, only in selected bays of the peripheral walls, RCC diaphram walls have been provided. Selection of RCC/masonry as appropriate is the prerogative of the designer/EPC contractor.

2 / 37

Page 183: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

14 Volume-3 Section-C2-3 C 2.1 Civil I301.KK34.0.0.TH.TS.WD026 In Cl. 6.1.2. it is stated that "Only working stress design as per IS:800 in general shall be followed." and in Cl. 7.2., it is mentioned that "Ductile detailing of steel structures shall be done for all steel structures as per Section 12 of IS:800". It is noted that most clauses of Section 12 involves the application of limit state method for capacity calculations, load combinations etc. Kindly confirm.

All steel structures under design class DC3 shall be designed for allowable stress in accordance with requirements specified in AERB/SS/CSE-2 (Design, Fabrication and Erection of Steel Structures Important to Safety of Nuclear Facilities). Structures under class DC4 shall be designed as per IS: 800 by working stress method. Relevant ductility provisions of IS 800 as applicable for working stress method shall be implemented in DC3 & DC4 structures. However, in case of DC3 structures provisions of AERB/SS/CSE-2 will have precedence over corresponding provisions of BIS standards.

Larsen & Toubro Ltd.

15 Volume-9 Section-C10 - 11 C 2.6.1 Civil I301.KK34.0.GKD.AB.OK.WD004 Kindly confirm whether the civil design and construction of Domestic Water Reservoir 0UGA is in the scope of the contractor.

Design and construction of Domestic Water Reservoir (0 UGA) is not in the scope of the contractor

Larsen & Toubro Ltd.

16 Volume-3 Section-C2-3 C 2.1 Civil I301.KK34.0.0.TH.TS.WD026 The scope of civil works for 0UGG (Potable Water Reservoir) shall be confirmed.

In page 25 of 82 of Document No: I301.KK34.0.0.TH.TS.WD026, Potable water reservoir 0 UGG (including pump station) shall be considered as deleted from the scope of this conrract.

Larsen & Toubro Ltd.

17 General General General For RCC buildings with crane bay, it is noted from architectural drawing, the RCC Roof slab is provided above steel truss arrangement. Kindly confirm whether roofing arrangement with steel sheeting is acceptable. If RCC roof Slab is required, whether rigid diaphragm action of Slab shall be considered for Column design.

Sheet roofing is not acceptable. It is not mandatory to consider rigid diaphragm action of roof Slab.

Larsen & Toubro Ltd.

18 General General General Kindly confirm the total area and location for the site infrastructure facilities.

Area requirment for infrastructure shall be submitted by contractor. Location shall be with in theplant premises and shall be given to the successful bidder.

3 / 37

Page 184: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

19 Vol 4, Section C4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

Valve Material Specification

I301.KK36.0.0.TH.TS.WD706_R0 Valve material specification is not available for Pipe class A96Z and A24S. Kindly provide the same.

For pipe class A96Z and A24S following valve class shall be used 54301 – Ball Valve53401- Check Valve55301- Plug valve, indicated in I301.KK36.0.0.TH.TS.WD706_R0

Larsen & Toubro Ltd.

20 Vol 4, Section C4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

Pipe Material Specification

I301.KK36.0.0.TH.TS.WD705_R0 Pipe material specification is not available for Perforated HDPE pipes (Ground water collection system-GUU). Kindly provide the same.

Size and grade of perforated HDPE pipes are part of detailed desing which is under bidder's scope. HDPE pipe shall confirm to relevant national standards (BIS).

Larsen & Toubro Ltd.

21 Vol 4, Section C4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

I301.KK34.0.GUD.TS.WD001_R0 Ground water drainage system (GUU) - Perforated pipe enveloping filter material specification is not available. Kindly provide.

Detailed design of GUU system is the responsibility of EPC contractor

Larsen & Toubro Ltd.

22 Vol 4, Section C4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

Clause No. 2.12 I301.KK34.0.GMA.TS.WD001_R0Technical Specification for Oil Containg Water Sewage Collection

Submersible pumps in RF buildings (UKS, 0 3UMA, 0 4UMA, 1-4UKD & 1-4UKD) are not shown in GMA system PID (I1301.KK34.0.GMA.AB.CH.WD002). Those pumps are not considered. Kindly confirm the scope.

RF SCOPE BUILDING PIPING, PUMP & AUX. ARE NOT IN SCOPE OF THIS EPC CONTRACT

Larsen & Toubro Ltd.

23 Vol 4, Section C4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

2.6 GUD Pump Stations

I301.KK34.0.GUD.TS.WD001_R0Technical Specification for Storm and Ground Water Collection

Submersible pumps in RF buildings (UFC, 1-4UKD, 0 UZM, 3-4UBA, 3-4UMA & UUZ) are not shown in Indicative layout GUD for System PID (I1301.KK34.0.GMA.AB.OK.WD001). Those pumps are not considered. Kindly confirm the scope

RF SCOPE BUILDING PIPING, PUMP & AUX. ARE NOT IN SCOPE OF THIS EPC CONTRACT

Larsen & Toubro Ltd.

Vol 6, Section C6, C2-Tech Specs_C-2.2-Mech_C2.2.2_Data Sheets

Notes I301.KK36.0UGX.0. AB.DS. WD 001

Larsen & Toubro Ltd.

Vol 2, Section C-1 Clause 7.1 I02.KK34.0.0.TH.TS.PR002

Larsen & Toubro Ltd.

25 General Techncial Specification on methods and procedures for Seismic Qualification of valves, panels, Devices, Rotating and reciprocating equipments, Tanks, vessels, Piping and supports is not available.Please furnish the same.

Document is uploaded in folder 3 of folder 5 alongwith pre-bid responses.

Larsen & Toubro Ltd.

26 Vol 5, Section C5, C2-Tech Specs_C-2.2-Mech_C2.2.2_Data Sheets

GUD pumps data sheet I301.K34.0.GUD.AB.DS.WD001 As per data sheet type of pump is mentioned as Submersible Pumps, But as per Storm water pump house drawing(I1301.KK34.01UGH.0.AR.OK.WD101) bidder understand that is Centrifugla pump. Kindly confirm the type of pump.

for 01UGH & 02UGH type of pump shall be centrifugal type

24 As per Data Sheet of Desalination plant, DM plant & PWTP ( I301.KK36.0UGX.0. AB.DS. WD 001) - In notes it is mentioned as additional pumps / tanks / equipment's shall be provided for Phase-II (KK 5 & 6). where as per Technical Specification with System description & Scope of Balance of Plant Common Services(I02.KK34.0.0.TH.TS.PR002) - Clause 7.1 - it is mentioned as "design of the overall layout of Desalination Plant & DM Plant modules and tanks of the phase-II i.e. for future plants like KK5&6 is also in the scope of the contractor".

Query:- Kindly clarify the scope of supply and design for Phase-II (KK-5&6), i.e. whether supply of equipment's/tanks are to be

For Phase-II only scope of layout design (space allocation) is included in present EPC contract.

4 / 37

Page 185: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

Vol 6, Section C 6, C2-Tech Specs_C-2.2-Mech_C2.2.2_Data Sheets

Sheet 4 of 16 I1301.KK34.0.0.AB.DS.WD001

Larsen & Toubro Ltd.

Vol 10 , Section 12 Sheet 2 of 4 I208.KK36.0UGD.0.AB.CH.WD001

Larsen & Toubro Ltd.

28 Volume-10 Section-C-12C2.6.2

A209-311-14-42-DI-1001I208.KK36.06UEJ.0XJN.AB.CH.WD001P & ID Diesel Oil Storage System

For Diesel & Oil Storage System the data sheet & specification for flame arrestor is not available. Kindly provide the same.

This is to be finalized by EPC contractor durinf detailed engineering stage.

Larsen & Toubro Ltd.

29 Volume-4 Section-C-4C2.2.1

Cl.No.1.5: Safety & Seismic Classification

I301.KK34.0.0.TH.TS.WD110 As per the technical specification for desalination water storage tank, DM water storage tanks, Potable water storage tanks the seismic category is mentioned as IIb. However in data sheet of desalinated water storage tank (I301.KK36.0UGX.0.AB.DS.WD001 sheet 5 of 16), potable water storage tank (I301.KK36.0UGD.0.AB.DS.WD001 sheet 23 of 24), DM water storage tank (I301.KK36.0UGD.0.AB.DS.WD001 sheet 2 of 25) it is mentioned in notes that the seismic category is III.

Query:- Kindly clarify which seismic category to be followed

Seismic Category of desalination water storage tank, DM water storage tanks, Potable water storage tanks shall be Iib

Larsen & Toubro Ltd.

30 Volume-5 Section-C-5C2.2.2

I301.KK34.OUQR.QKA.AB.DS.WD001 Sheet 8&9 of 12I301.KK34.UQR.0.AB.DS.WD041Chilled Water System Expansion Tank Data Sheet

In chilled water system, for expansion tank item no. OQKA10BB001/002/003/004 there are 2 no's of data sheets. Please confirm the right data sheet to be followed.

Data sheet I301.KK34.OUQR.QKA.AB.DS.WD001 Sheet 8&9 of 12 shall be used.

Larsen & Toubro Ltd.

31 Volume-5 Section-C-5C2.2.2

I301.KK34.0UYB.SRP50.AB.DS.PR001Special Laundry & Water Treatment System

In the equipment process data sheet of special laundry & water treatment system, the item no. SRP60AM001 defoaming agent tank data sheet (I301.KK34.0UYB.SRP50.AB.CH.WD001) is not available. Kindly provide the same.

The technical data is provided in the table-3 on page no. 22 of technical specification I301.KK34.0.AR.TS.WD040. The final drawing shall be developed during detail engineering stage by the successful bidder.

Larsen & Toubro Ltd.

32 Volume-5 Section-C-5C2.2.2

I301.KK34.UGB.0.AB.DS.WD041Static Equipment's for Demineralized Water

The DM water storage tank(Intermediate tank) located near TB (I301.KK34.UGB.0.AB.DS.WD401) is not considered in the scope of supply. Kindly confirm the scope of supply. In case this is to be included please do provide the related P&ID.

The scope of DM water storage tank(Intermediate tank) located near TB is part of this EPC package.Please refer Annexure -2 of scope document for Reference documents applicable to UGB tank.

27 As per data sheet of Desalination plant(I1301.KK34.0.0.AB.DS.WD001 ) the desalinated water feed pumps to DM plant is mentioned as 4 no's (3W+1SB) for KK 34 in data sheet, where as per P&ID of Desalination plant (I208.KK36.0UGD.0.AB.CH.WD001) it shows only 3 no's (2W+1SB) for KK 34. Kindly confirm the correct quantity.

TOTAL 5 (4W +1SB ) PUMP FOR KK3-6 BUT FOR KK3&4 (2W+1S) of cap. 75m3/Hr each is in the scope of contractor

5 / 37

Page 186: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

33 Volume-4 Section-C-4C2.2.1

Cl.No.2.1: Process Description

I301.KK36.UE.0.AB.TS.PR.001Process Specification on Central Diesel, Oil Storage & Supply and Gases Storage

It is mentioned that "Four (4) underground intermediate diesel storage tanks of 100 m3 located near common plant DG and one intermediate diesel tank of 100 m3 capacity located near each SDGS system. Total storage capacty of Intermediate storage tanks for KKNPP-3-4 and 5-6 is 500 M3.Bidder understands that since the SDGS system is not in the scope of the tender package, the Intemediate diesel storage tanks are excluded from the scope of Contractor.Kindly confirm.

Confirmed.

Larsen & Toubro Ltd.

34 Volume-4 Section-C-4C2.2.1

Cl.No.2.0: System DescriptionGas Storage Facilities

I301.KK36.UE.0.AB.TS.PR.001Process Specification on Central Diesel, Oil Storage & Supply and Gases Storage

The storage facilities building for the gas cylinders is only considered in the scope of supply. The supply of gas cylinders is not considered in the scope of supply. Kindly confirm.

Confirmed.

Larsen & Toubro Ltd.

35 Volume-6 Section-C-6C2.2.2

I301.KK34.OUQR.QKA.AB.DS.WD001 Sheet 8&9 of 12I301.KK16.0UTP.0.AB.DS.PR001

In nitrogen plant package for closed cooling water overhead vessel item no. OGCF40 BB001 there are 2 no's of data sheets "Closed Cooling Water Vessel Mechanical Data Sheet - I301.KK16.USF.0.AB.DS.WD402" & "Data Sheet of Closed Cooling Water Overhead Vessel- I301.KK16.0UTP.0.AB.DS.WD001" are available & the seismic category is different in both the data sheets (IIb and III) . Please clarify which data sheet and seismic class is to be followed.

The data sheet for Nitrogen Generation package I301.KK16.0UTP.0.AB.DS.WD001 is obsolete.The same is indicated in page no.7/37 ,sr.no.of Annexure-4 of scope document for amendment. The seismic category of 0GCF40 BB001 shall be II b

Larsen & Toubro Ltd.

36 Volume-6 Section-C-6C2.2.2

I301.KK16.USF.0.AB.DS.WD041I301.KK16.0UTP.0.AB.DS.PR001

In nitrogen plant package for HP N2 Vessel item no. 00KRA20BB001/002/003/004 there are 2 no's of data sheets "HP Nitrogen receiver Mechanical Data Sheet - I301.KK16.USF.0.AB.DS.WD401" & "Data Sheet of HP Nitrogen Receiver- I301.KK16.0UTP.0.AB.DS.WD001" are available and the seismic category is different in both data sheet(IIb and III) . Please clarify which data sheet and seismic class to be followed.

The data sheet for Nitrogen Generation package I301.KK16.0UTP.0.AB.DS.WD001 is obsolete.The same is indicated in page no.7/37 ,sr.no.of Annexure-4 of scope document for amendment. The seismic category of 00KRA20BB001/002/003/004 shall be II b

Larsen & Toubro Ltd.

37 Volume-4 Section-C-4C2.2.1 & Volume-5 Section-C-5C2.2.2

I301.KK34.0UTF.SCA.AB.TS.PR001I301.KK34.0UTF.0.AB.DS.PR001

As per process specification of compressed air plant and distribution system (I301.KK34.0UTF.SCA.AB.TS.PR001) the seismic category is mentioned as II b , whereas as per process data sheet of compressed air plant and distribution system (I301.KK34.0UTF.0.AB.DS.PR001) it is mentioned as category III. Kindly clarify the seismic category to be followed.

The seismic category of compressed air plant and distribution system (I301.KK34.0UTF.0.AB.DS.PR001) shall be III.

6 / 37

Page 187: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

38 Volume-6 Section-C-6C2.2.2

Cl.No.12: Notes 1301.KK16.0USF.0.AB.DS.WD041Static Equipment Mechanical Data Sheet

As per the closed cooling water overhead vessel data sheet (1301.KK16.0USF.0.AB.DS.WD402) it is mentioned in note no. 12 "This vessel is to be located at min. elevation of 10m". As the terrace level of the Building furnished as (+)6 in the Arch drg, kindly clarify whether this vessel has to be located above terrace level of "0UTP Nitrogen Plant" (I301.KK16.0UTP.0.AR.OK.WD101) .

Shall be finalized during detailed engineering by EPC Contractor.

Larsen & Toubro Ltd.

39 Volume-6 Section-C-6C2.2.2

I301.KK36.0UGX.0.AB.DS.WD001 sheet 5 of 16, Desalination water storage tank

As per the datasheet, tank is considered for supply of KNPP-3&4. Tank for KNPP-5&6 is not considered in the scope of supply. Kindly confirm the scope of supply.

Confirmed.

Larsen & Toubro Ltd.

40 Volume-6 Section-C-6C2.2.2

I301.KK36.0UGD.0.AB.DS.WD001 sheet 23 of 24, Portable water storage tank

As per the datasheet, tank is considered for supply of KNPP-3&4. Tank for KNPP-5&6 is not considered in the scope of supply. Kindly confirm the scope of supply.

Confirmed.

Larsen & Toubro Ltd.

41 Volume-6 Section-C-6C2.2.2

I301.KK36.0UGD.0.AB.DS.WD001 sheet 2 of 25, DM water storage tank

As per the datasheet, tank is considered for supply of KNPP-3&4. Tank for KNPP-5&6 is not considered in the scope of supply. Kindly confirm the scope of supply.

Confirmed.

Larsen & Toubro Ltd.

42 Volume-4-Section-C-4, C-2.2.1

CL. 17.3 I301.KK34.0.AR.TS.WD040 As per document "Additional requirement to technical specification" in Volume-11-section-C, Si-No-1, Ventilation sampling system (KUJ System) in health physics building(0 UYB) is not available. Kindly provide

Ventilation sampling system, KUJ is to beprovided in health physics building, UYBAs per document "Additional requirementto technical specification" in Volume-11-section-C, Si-No-1

Larsen & Toubro Ltd.

43 Volume-4-Section-C-4, C-2.2.1

CL. 17.1 I301.KK34.0.AR.TS.WD040 As per document "Additional requirement to technical specification"Volume-11-section-C, Sl.No-1, requirement of Ventilation sampling system (KUJ System) for health physics building(0 UYB) is not specified in the technical specification no. I301.KK34.0.AR.TS.WD040. Please clarity whether the same needs to be considered

Ventilation sampling system, KUJ is to beprovided in health physics building, UYBAs per document "Additional requirementto technical specification" in Volume-11-section-C, Si-No-1

Larsen & Toubro Ltd.

44 Volume-4-Section-C-4, C-2.2.1

CL. 1.3-A, B I301.KK34.0.OW.TS.WD001 Bidder understands that the Electrical area package buildings (0 UAB, 0UAC, 0UAD, 01UBG, 02UBG, 03UBG ) and Main plant package building(05, 06 UAZ) are not in the subject tender scope.Please confirm whether scope of HVAC is required to be considered for the above buildings in the subject tender.

The buildings mentioned in the query are not covered in the scope of this package, except for meeting the intefacing requirements, if any, and to share the inputs, if any, required for design of the systems through Electrical & Main Plant area Package.

Larsen & Toubro Ltd.

45 Volume-11-Section-C-14, C-2.7.2

- I02.KK34.0.0.TH.QP.PR001 (R0) The QAP for (Chillers, Split AC, Package AC ,AHU, Fans, Dampers, Filters, Ducting, grilles, Diffusers, Registers, Duct Insulation) are not available. Kindly provide

The QAP provided are indicative for reference purpose only. Items for which QAP are not provided are to be prepared by the vendor and submitted to NPCIL for approval.

7 / 37

Page 188: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

46 Volume-4-Section-C-4, C-2.2.3

- I301.KK34.0.0.PR.MS.050 List of Mandatory spares are not specified for Axial fans. Kindly provide the same.

The bidder shall indicate the unit prices of the spare parts and shall quote for the mandatory spares (like fan seal, pedestal, bearing & bearing housings etc) as applicable for the proposed design

Larsen & Toubro Ltd.

47 Volume-5-Section-C-5, C-2.2.1

CL. 4.16 & Annexure I301 KK34 0 0 OW TS WD008 Please provide Data sheet & technical specification requirement for Intake Louvers.

This shall be finalized by EPC Contractor during detailed engineering as per requirment and shall submit to NPCIL for approval

Larsen & Toubro Ltd.

48 Volume-10-Section-C-12, C-2.6.2

All A209-14-42-321-1111 & 1112 P&ID for chilled water supply & return from HVAC load points (AHU) in buildings 0UKU, 0UQR, 0UTF, 0USV, 0UTB are not available. Kindly furnish the same.

P&ID provided in folder C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.2_Mech\C 2.6.2_Mech\L\L1-24--1

Larsen & Toubro Ltd.

49 Volume-12-Section-E Si. No. 3.1.1 & 3.1.13 Doc. 89-Supply Portion The HVAC requiremnt for these Buildings (UGX, UGA & USK) are not covered in doc "I301.KK34.0.OW.TS.WD001-TECHNICAL SPECIFICATION & SCOPE OF WORK FOR VENTILATION AND AIR-CONDITIONING SYSTEMS OF NPCIL DESIGN SCOPE OF PLANT BUILDINGS". Kindly provide HVAC requirement if any for these buildings.

The stated building UGX-desalination plant, UGA -Desalination water storage tank & USK are open/ semi -open area hence HVAC requirements are not applicable for Stated buildings.

Larsen & Toubro Ltd.

50 Volume -6 Section-C, C-2.2.1

CL. 2.2.3 15_I301.KK34.0.SGA.TS.WD001 AFT Fathom software shall be used for hydraulic analysis for the hydrant system & Spray system. Kindly confirm.

Can be used for fire water system.

Larsen & Toubro Ltd.

51 Volume -6 Section-C, C-2.2.1

CL. 7.3 15_I301.KK34.0.SGA.TS.WD001 As per TAC, "In case of electrically driven pumps it is recommended that compression ignition engine driven stationary pump of similar capacity be installed as a standby and vice versa. However, where the hydrant service consists of more than one pump, not more than half the total number (total number + 1 in case of odd number) of pumps shall have prime movers of one type." As per NPCIL Data sheet, Both the fire water main pumps (Working & stand by) are of Electrical Motor driven. Kindly confirm the prime mover of the fire water main pumps.

In case of normal operation failure connected with the failure of normal operation power supply sources(Group-3), fire water main pumps will be fed power from Group -2 reliable power supply system i.e. common-plant diesel generator located in 0 5UKD building.The common-plant diesel generator and 0 5UKD building are Purchaser's scope.

8 / 37

Page 189: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

52 Volume -6 Section-C, C-2.2.1

CL. 2.4 15_I301.KK34.0.SGA.TS.WD001 Powder Fire Fighting system (SGL):Please provide the list of equipment's envisaged to be protected with Powder fire fighting system.

Please refer page no.2.2.4 of tech spec of SGA system for structures and system to be protected with Powder fire fighting system.

Larsen & Toubro Ltd.

53 Volume -6 Section-C, C-2.2.1

CL. 7.4 15_I301.KK34.0.SGA.TS.WD001 Please confirm the Services (Fire protection, Material handling, HVAC etc.) are not in the scope of this tender package for the following buildings:-1) 0 UAB, 2) 0UAC, 3) 0UAD, 4) 01UBG, 5) 02UBG, 6)03UBG, 7)05 UAZ, 8) 06 UAZ

The buildings mentioned in the query are not covered in the scope of this package, except for meeting the intefacing requirements, if any, and to share the inputs, if any, required for design of the systems through Electrical & Main Plant area Package.

Larsen & Toubro Ltd.

54 Volume -6 Section-C, C-2.2.1

CL. 2.2.4 & CL. 7.4 15_I301.KK34.0.SGA.TS.WD001 Automatic Fire fighting water systems for Normal Operation Rooms (SGC). Fire Protection system for Buildings "scope table":As per Specification, it is understood the fire water spray system has been envisaged for the cable structure, Oil storage facilities & Oil transformers. No sprinkler system is envisaged in this package. Kindly confirm.

Automatic Fire fighting water systems (SGC) and Automatic sprinkler system are same which is in scope of contractor. Please refer clause 7.4 of technical specification of SGA for details of structures/systems/equipments to be protected with sprinkler system.

Larsen & Toubro Ltd.

55 Volume -6 Section-C, C-2.2.1

CL. 7.1 15_I301.KK34.0.SGA.TS.WD001 As per tender specification for gas fire fighting system (SGE), HFC125 gas agent system shall be used for extinguishing the fire."Please confirm as an alternate, Novec 1230 also shall be used for gas agent system for gas fire fighting system.

Tender specification shall prevail.

Larsen & Toubro Ltd.

56 Volume -6 Section-C, C-2.2.1

CL. 7.4 15_I301.KK34.0.SGA.TS.WD001 As per tender clause: ""Foam Fire Fighting System (SGF)" to be provided for 0UEL & 06 UEJ"

Please provide the list of equipment's envisaged to be protected with foam fire fighting system. We assume foam system consists of bladder tank shall be used for foam fire fighting system. Kindly confirm.

For equipment list please refer technical specification and applicable drawing of 0UEL &06UEJ. Bladder tank is not acceptable. Foam fire fighting system shall consist of foam solution tank ,supply pump & piping upto 06UEJ with nozzles .Capacity of foam fire fighting system should comply with fire protection requirments.

Larsen & Toubro Ltd.

57 Volume_4_Section_C__4_\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

CL. 10.0 system configuration

I301.KK16.0UTQ.0.AB.TS. PR001Process specification on hydrogen and oxygen generation plant storage and distribution system

As per I301.KK16.0UTQ.0.AB.TS. PR001 the 6 no's of Hydrogen receiver and 4 no's of oxygen receivers shall be installed during KKNPP 3&4 project and 2 no's of Hydrogen receiver and 2 no's of oxygen receiver shall be installed during KKNPP 5&6. Please do confirm that whether the supply of quantities to be installed during KKNPP 5&6 are also included in the scope of this contract or not.

Supply of receiver for KK5-6 is not in scope of this EPC Contract.

9 / 37

Page 190: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

58 Volume_4_Section_C__4_\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

A3Y 33_I301.KK36.0.0.TH.TS.WD705 Please provide the Standard specification for rubber lined piping ( I208.KK36.0.0.TH.TS.WD761)

This shall be finalized by EPC Contractor during detailed engineering as per requirment and shall submit to NPCIL for approval

Larsen & Toubro Ltd.

59 Volume_4_Section_C__4_\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

A96Z 33_I301.KK36.0.0.TH.TS.WD705 Please provide EIL STD for HDPE Fittings A209-6-44-0065 For HDPE Fittings IS 8008 Shall be used

Larsen & Toubro Ltd.

60 Volume_4_Section_C__4_\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

A95Y 33_I301.KK36.0.0.TH.TS.WD705 Please provide the Standard specification for cement lined piping (I208.KK36.0.0.TH.TS.WD774)

This shall be finalized by EPC Contractor during detailed engineering as per requirment and shall submit to NPCIL for approval

Larsen & Toubro Ltd.

61 Volume_4_Section_C__4_\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

A95Y 33_I301.KK36.0.0.TH.TS.WD705 Please provide the pipe specification for pipe size more than 750 DN.since 900 dn pipe is coming in chilled water building.

Pipe dimensions shall be as per IS-3589 withpipe material as IS-3589 GR.330

Larsen & Toubro Ltd.

62 Volume_4_Section_C__4_\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

PMS/VMS 33_I301.KK36.0.0.TH.TS.WD705 Please provide Valve material specification for non metallic pipes like HDPE / GRE

For pipe class A96Z and A24S following valve class shall be used 54301 – Ball Valve53401- Check Valve55301- Plug valve, indicated in I301.KK36.0.0.TH.TS.WD706_R0.

Larsen & Toubro Ltd.

63 Volume_4_Section_C__4_\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

2.5 Underground piping

1301.KK34.0.0.TH.TS.WD701 Please provide the buried DBR document no .1301.KK34.0UZC.0.SR.DBR.PR001

DBR will be provided to the successful bidder .

Larsen & Toubro Ltd.

64 Volume_4_Section_C__4_\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

2.6.3 Method of analysis

1301.KK34.0.0.TH.TS.WD701 Please clarify "all non critical lines may be analyzed using other method"

Other suitable methods available in the market for analysis for non critical lines can be used after approval of NPCIL.

Larsen & Toubro Ltd.

65 Volume_4_Section_C__4_\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

- 1301.KK34.0.0.TH.TS.WD701 Do confirm whether flexibility analysis for buried piping is to be considered as part of this package.

NOT REQUIRED.

Larsen & Toubro Ltd.

66 Volume_4_Section_C__4_\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

C 2.2.2 1301.KK16.0UTP.0.AB.DS.PR001N2 plant - Closed Cooling water Submersible pump

Item tag no 0PCB40 AP001 covered in I301.KK16.0UTP.0.AB.DS.WD001 sheet 8 is submersible pump for sea water draining. As per datasheet the item comes under seismic class IIb. Kindly confirm whether seismic analysis is required or not for submersible pump for the sea water drain.

NOT REQUIRED.

Larsen & Toubro Ltd.

67 Volume-10 Section-C-12C2.6.2

1301.KK36.01UEK.QS.AB.CH.WD0011301.KK36.01UEJ.OXJN.AB.CH.WD001P&ID for Diesel oil storage system and waste Oil system

Furnish the datasheet if any to be followed for Tanker loading/unloading Hose for Diesel, Waste Generator seal Oil/Transformer Oil

Applicable Indian/international standards for Hose can be used.

10 / 37

Page 191: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

68 Volume_4_Section_C__4_\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

Technical specification of EOT crane.

Document Name : Technical specification of EOT crane. Document Number : I301.KK34.0.0.MRR.TS.WD003

The mentioned Technical specification of EOT crane is not available in the Tender documents. Kindly provide the same.

Document no - I301.KK34.0.0.MR.TS.WD003 is uploaded in folder 2.2.1 of folder 4 along with prebid responses.

Larsen & Toubro Ltd.

69 Volume_4_Section_C__4_\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

Technical specification of HOT crane.

Document Name : Technical specification of HOT crane.

The mentioned Technical specification of HOT crane is not available in the Tender documents. Kindly provide the same.

Technical Specification of HOT cranes I02.KK34.0.0.MRR.TS.PR001 uploaded in folder 6 alongwith pre-bid response.

Larsen & Toubro Ltd.

70 Volume_4_Section_C__4_\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

Piping Material specification.

Document Name: Piping Material specification. Document Number:I301.KK36.0.0.TH.TS.WD705PID No. : EIL Dwg.No. : A209-17-41-324-1112

Pipe material A97Y is mentioned in the referred PID but same is not available in the PMS. Please provide the same.

This shall be finalized by EPC Contractor during detailed engineering as per requirment and shall submit to NPCIL for approval

Larsen & Toubro Ltd.

71 Volume_4_Section_C__4_\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

C.1.3 Document Name : Documents / Drawings Preparation & Submission Document Number : I301.KK34.0.0.PR..VDR.P001

Refer S.No.3.0 Scope of work for 3D Modelling (Page 31 of 40) in the referred document. Under S.No.3.2 Software - bidder understands that Smart Plant 3 D is one of the software suggested by Purchaser for detail engineering. Please do provide the Database Hierarchy in Smart Plant 3 D since the same is not available in the tender and is only provided for PDMS and PDS.

Clause 3.0 of Document Number : I301.KK34.0.0.PR..VDR.P001 stands deleted.

Larsen & Toubro Ltd.

72 Volume_4_Section_C__4_\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

Technical Specification of Central Area Workshop (0UKU), Health Physics Building (0UYB) and Engineering Utility and Laboratory Building

Document Name : Technical Specification of Central Area Workshop (0UKU), Health Physics Building (0UYB) and Engineering Utility and Laboratory Building Document Number : I301K.KK34.0.AR.TS.WD040

The scope document describes the "the layout and civil foundations of all equipment in (UKU,USV&UYB) is included in the scope of EPC contractor data for which shall be provided to successful bidder". Bidder understands that the layout and foundations of all equipment are in EPC contractor scope and equipment are not in EPC contractor supply & erection scope. Kindly confirm.

The scope of Complete Architectural, Civil/Structural, layout, foundations, supply of all equipment, erection, HVAC, Material Handling, Electrical, C & I, Piping indicated in all applicable documents of UKU, UYB & USV building is in scope of EPC CONTRACTOR. Scope of Supply of machine tools, laundry machines, laboratory items etc. is not included in the scope of EPC Contractor and will be supplied by Purchaser. However, the layout and civil foundation for all these items is in scope of EPC Contractor. The list & data of all these equipment will be provided to successful bidder.

11 / 37

Page 192: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

73 Volume_4_Section_C__4_\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

Technical Specification of Central Area Workshop (0UKU), Health Physics Building (0UYB) and Engineering Utility and Laboratory Building

Document Name : Technical Specification of Central Area Workshop (0UKU), Health Physics Building (0UYB) and Engineering Utility and Laboratory Building Document Number : I301K.KK34.0.AR.TS.WD040

Bidder understands that supply and erection of equipment in FKK, FKT(UKU bldg), FKJ14-19, FKJ50, SRP10, SRP 50-80(UYB Bldg) Systems as mentioend below for which the data sheets and technical specification are not available are excluded from EPC contractor scope.:Air Domes (0 FKJ 14-19BB02),Air Chamber (FKJ50BB005,05)Evaporator (SRP60AT001),Condenser (SRP60AT002)Blow-off Cooler (SRP60AC001),Distillate Cooler (SRP70AC001)Filter 'Fartos' (SRP92AT001),Blower (SRP91AN001,SRP91AN002)Condensate coolers (SRP65AC001,SRP65AC002,SRP65AC003)Washing and wringing machine (SRP11AW001,SRP11AW002,SRP12AW001, SRP12AW002)Washing and wringing machine (SRP13AW001, SRP13AW002)Disinfection Chamber (SRP15AW001), Decontamination Bath (SRP14AW001, SRP14AW002), Drying Drum (SRP21AW001, SRP21AW002), Drying Cabinet (SRP22AW001, SRP22AW002), Ironing Press (SRP31AW001, SRP31AW002), Steam and air dummy( SRP32AW001,SRP32AW002)Screw Cutting Machine (0STA20KW001),Operating Table (0STA20KW002), Bench Drilling Machine (0STA20KW003)Sheet Bending Rolls ((0STA20KW004), Both way tool grinding Machine (0STA20KW005), Drawer Pedestal (0STA20KW006, 0STA20KW007, 0STA20KW008, 0STA20KW009)Joiners Bench (0STA20KW010, 0STA20KW011)Hydraulic Pipe Bending Machine (0STA20KW012)Table (0STA20KW013, 0STA20KW014)Stand for details and components (0STA20KW015, 0STA20KW016), Grinding-Sharpening Machine ((0STA20KW017)Tube cutter ((0STA20KW018), Bench (0STA20KW019, 0STA20KW020)

For buildings UKU/USV/UYB, the equipment listed in the table1,2,3,4 of Sectin 11 of technical specification I301.KK34.0.AR.TS.WD040 is in the scope of EPC Contractor. The data provided in the technical specification are sufficient for detailed engineering. The equipment listed in table 5 & 6 of section 11 are out of the scope of Present Work.

Larsen & Toubro Ltd.

74 Vol 4, Section C4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

Clause: 1.3, Page 6 of 43

I301.KK34.0.0.TH.TS.WD110 - TECHNICAL SPECIFICATION FOR DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT SYSTEM

Kindly Specify the Feed quality of water at inlet for below mention parameter * Common organic Carbon * oil and heavy oil* Silica

Please refer feed sea water quality at page no 5 of 43, clause no 1.3 of I301.KK34.0.0.TH.TS.WD110 TECHNICAL SPECIFICATION FOR DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT SYSTEM for query parameter.

Larsen & Toubro Ltd.

Vol 4, Section C4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

clause: 1.7, Page 17 of 43

I301.KK34.0.0.TH.TS.WD110 - TECHNICAL SPECIFICATION FOR DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT SYSTEM

Larsen & Toubro Ltd.

Vol 6, Section C6, C2-Tech Specs_C-2.2-Mech_C2.2.2_Data Sheets

SHT 1 OF 25 DM Plant Data Sheet,I301.KK34.0UGX.0.AB.DS.WD001EIL Doc No :-A209 – 314- 41- DS-1201)

Larsen & Toubro Ltd.

Vol 4, Section C4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

Page No. 14 of 34, S No – 06

I301.K34.0.0.TH.TSW.D111 - TECHNICAL SPECIFICATION FOR OIL CONTAINING WATER TREATMENT PLANT

Larsen & Toubro Ltd.

Vol 6, Section C6, C2-Tech Specs_C-2.2-Mech_C2.2.2_Data Sheets

Sheet 6 of 37 Data sheet: I301.KK34.0UGM.0.AB.DS.WD01

75 As per Technical specification (I301.KK34.0.0.TH.TS.WD110) "the capacity of each chain shall be 75 m3/hr (feed flow). The MB shall be designed for regeneration after 72 hrs". Where as per data sheet of DM plant (A209 – 314- 41- DS-1201) it is mentioned as 68 hours Operating Time Excluding Regeneration. Kindly confirm

76 As per Technical Specification of OCWTP (I301.K34.0.0.TH.TSW.D 111) DAF Tank flow is given as 45 m3/hr, where as per data sheet (I301.KK34.0UGM.0.AB.DS.WD01) its mentioned as 45 m3/hr + 15m3/hr. Kindly confirm

The MB shall be designed for regeneration after 72 hrs".

15 m3/hr, is recycle flow and hence the data sheet shall prevail

12 / 37

Page 193: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

Vol 4, Section C4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

Page No. 16 of 34, S No – 15

I301.K34.0.0.TH.TSW.D111 - TECHNICAL SPECIFICATION FOR OIL CONTAINING WATER TREATMENT PLANT

Larsen & Toubro Ltd.

Vol 6, Section C6, C2-Tech Specs_C-2.2-Mech_C2.2.2_Data Sheets

Sheet 15 of 37 Data sheet: I301.KK34.0UGM.0.AB.DS.WD01

Larsen & Toubro Ltd.

Vol 4, Section C4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

Page No. 18 of 34, S No – 31

I301.K34.0.0.TH.TSW.D111 - TECHNICAL SPECIFICATION FOR OIL CONTAINING WATER TREATMENT PLANT

Larsen & Toubro Ltd.

Vol 6, Section C6, C2-Tech Specs_C-2.2-Mech_C2.2.2_Data Sheets

Sheet 31 of 37 Data sheet: I301.KK34.0UGM.0.AB.DS.WD01

Larsen & Toubro Ltd.

Vol 4, Section C4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

Page No. 18 of 34, S No – 35

I301.K34.0.0.TH.TSW.D111 - TECHNICAL SPECIFICATION FOR OIL CONTAINING WATER TREATMENT PLANT

Larsen & Toubro Ltd.

Vol 6, Section C6, C2-Tech Specs_C-2.2-Mech_C2.2.2_Data Sheets

Sheet 35 of 37 Data sheet: I301.KK34.0UGM.0.AB.DS.WD01

Larsen & Toubro Ltd.

Vol 4, Section C4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

Page No. 18 of 34, S No – 36

I301.K34.0.0.TH.TSW.D111 - TECHNICAL SPECIFICATION FOR OIL CONTAINING WATER TREATMENT PLANT

Larsen & Toubro Ltd.

Vol 6, Section C6, C2-Tech Specs_C-2.2-Mech_C2.2.2_Data Sheets

Sheet 36 of 37 Data sheet: I301.KK34.0UGM.0.AB.DS.WD01

Larsen & Toubro Ltd.

Vol 4, Section C4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

Page No. 19 of 34, S No – 37

I301.K34.0.0.TH.TSW.D111 - TECHNICAL SPECIFICATION FOR OIL CONTAINING WATER TREATMENT PLANT

Larsen & Toubro Ltd.

Vol 6, Section C6, C2-Tech Specs_C-2.2-Mech_C2.2.2_Data Sheets

Sheet 37 of 37 Data sheet: I301.KK34.0UGM.0.AB.DS.WD01

Larsen & Toubro Ltd.

82 General Scope of supply of Chemicals for Dosing system is not considered for Desalination, DM, Plant water treatment, Oil containing water treatment plamt & Waste water nuterlization plant packages. Kindly Confirm.

Supply of chemicals during commissoning stage till handing over of facility to purchaser is in scope of bidder.

77 As per Technical Specification of OCWTP (I301.K34.0.0.TH.TSW.D 111) Air Scour Blowers capacity is given 200 m3/hr, where as per data sheet (I301.KK34.0UGM.0.AB.DS.WD01) its mentioned as 150 m3/hr. Kindly confirm

78 As per Technical Specification of OCWTP (I301.K34.0.0.TH.TSW.D 111) ADWPE Solution Dosing Pumps quantity given as 02 Nos., Head -15 mLC, where as per data sheet (I301.KK34.0UGM.0.AB.DS.WD01) Pump head mentioned as 20 m. Kindly confirm

79 As per Technical Specification of OCWTP (I301.K34.0.0.TH.TSW.D 111) PAC Solution Dosing Tank Agitators quantity given as 02 Nos, where as per data sheet (I301.KK34.0UGM.0.AB.DS.WD01) its mentioned as 1 no.. Kindly confirm

80 As per Technical Specification of OCWTP (I301.K34.0.0.TH.TSW.D 111) DOPE Solution Dosing Tank Agitators quantity given as 02 Nos, where as per data sheet (I301.KK34.0UGM.0.AB.DS.WD01) its mentioned as 1 no.. Kindly confirm

Blower flow capacity of 200 m3/hr shall be considred .

Parametrs indicated in technical specification and data sheet are indicative and shall be finalized during details engineering stage.

PAC Solution Dosing Tank Agitators quantity 02 Nos (TWO) shall be considered.

DOPE Solution Dosing Tank Agitators quantity given as 02 Nos shall be considered.

DWPE Solution Dosing Tank Agitators quantity given as 02 Nos shall be considered.

81 As per Technical Specification of OCWTP (I301.K34.0.0.TH.TSW.D 111) DWPE Solution Dosing Tank Agitators quantity given as 02 Nos, where as per data sheet (I301.KK34.0UGM.0.AB.DS.WD01) its mentioned as 1 no.. Kindly confirm

13 / 37

Page 194: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Vol 4, Section C4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

Clause No. 9.2 I301.KK34.0.GQA.TS.WD001 - Technical Specification for GQA system

Vol 9, Section 10-11, C2-Tech Specs_C-2.5 STANDARDS of EIL_C 2.5.1-Std Specs

Clause No. 6.0 & 7.0 6-65-0053 Rev 2 - EIL Standard speification for plumbing and building drainage (6-65-0053 Rev 2)

Larsen & Toubro Ltd.

Vol 4, Section C4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

Clause No. 9.1 I02.KK34.0.GKD.TH.TS.PR001 - Technical Specification for GKD system

Larsen & Toubro Ltd.

Vol 9, Section 10-11, C2-Tech Specs_C-2.5 STANDARDS of EIL_C 2.5.1-Std Specs

Clause No. 8.0 6-65-0053 Rev 2 - EIL Standard speification for plumbing and building drainage (6-65-0053 Rev 2)

Larsen & Toubro Ltd.

85 Volume-5 Section-C-5C2.2.2

I301.KK36.UE.0.AB.DS.PR001Data sheet of central diesel, oil storage & supply system

As per the data sheet of diesel suction filters (I301.KK36.UE.0.AB.DS.WD002 sheet 8 of 10) it is mentioned in notes-3 "The filter shall allow particle size less than 100 micron to pass through it with 99.5% filteration efficiency" which is not possible & only 60-70% filteration efficiency is possible. Please confirm.

Tender specification shall prevail.

Larsen & Toubro Ltd.

86 Volume-5 Section-C-5C2.2.2

I301.KK36.UE.0.AB.DS.PR001Data sheet of central diesel, oil storage & supply system

As per the data sheet of diesel suction filters (I301.KK36.UE.0.AB.DS.WD002 sheet 8 of 10, 9 of 10 & 10 of 10) it is mentioned in notes-5 "Arrangement for backwashing the filter to be provided" however these are manual bag/basket filters in which backwashing is not possible. Backwashing is possible only in self cleaning filters. Please clarify.

Self cleaning filter shall be provided.

Larsen & Toubro Ltd.

87 Volume-6 Section-C-6C2.2.2

I301.KK16.0UTP.O.AB.DS.PR001Process data sheets of nitrogen generation & Storage System

As per the process data sheet of self cleaning basket type filter (I301.KK16.0UTP.O.AB.DS.WD001 sheet 9 of 10) it is mentioned in notes-3 "The filter shall allow particle size less than 1 mm to pass through it with 99.5% filteration efficiency" which is not possible & only 60-70% filteration efficiency is possible. Please confirm.

Tender specification shall prevail.

Larsen & Toubro Ltd.

88 Volume_10_Section_C__12_\C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.2_Mech\C 2.6.2_Mech\C

Central Area Work shop ( Equipment Layout at Ground Floor Plan )

NPCIL Drg No: I301.KK.0UKU.0.AR.OK.WD102 Sheet 1/2 , EIL Drg No : A209.0M3-16-49-0248

Please confirm whehter the List of equipment mentioned as per Equipment Layout drg of Central work shop are in the Bidder's scope. If the same are required to be supplied, furnish the datahseet and specifications for the same.

Scope of Supply of machine tools, laundry machines, laboratory items etc. is not included in the scope of EPC Contractor and will be supplied by Purchaser. However, the layout and civil foundation for all these items is in scope of EPC Contractor. The list & data of all these equipment will be provided to successful bidder.

Material of construction for piping within building to inspection chamber for GQA and GQD System shall be Carbon Steel (CS) as per A94A"

84 As per Technical Specification of Drinking water (GKD) Systems internal water supply piping MOC mentioned as " HDPE ", where as per EIL Standard speification for plumbing and building drainage (6-65-0053 Rev 2) its mentioned as GI pipes.. Kindly confirm

Drinking water (GKD) Systems internal water supply piping MOC shall be " HDPE "

83 As per Technical Specification of sewage collection (GQA & GQD) System internal sewage piping MOC mentioned as "Material of construction for piping within building to inspection chamber shall be Carbon Steel (CS) as per A94A", where as per EIL Standard speification for plumbing and building drainage (6-65-0053 Rev 2) its mentioned as Cast Iron soil & Waste pipes.. Kindly confirm

14 / 37

Page 195: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

89 Volume-6 Section-C-6 C2.2.2

I301.KK16.USE.0.AB.DS.WD401I301.KK16.0USE.0.AB.DS.WD001 sheet 1 & 2

In H2/O2 generation package for H2 receivers item no. 00QJC30 BB001-008 there are 2 no's of data sheets "Hydrogen receivers Mechanical Data Sheet - I301.KK16.USE.0.AB.DS.WD401" & "Vertical Vessel process datasheet- I301.KK16.0USE.0.AB.DS.WD001 sheet 1 & 2" are available & the drawing provided in both the datasheet and number of nozzles are different. Please clarify which data sheet to be followed.

Except for nozzle orientation and number of nozzles, all other parameters are same in both the datasheet. Nozzle orientation, sizing and numbers can be decided during detaild engineering stage.

Larsen & Toubro Ltd.

90 Volume-6 Section-C-6 C2.2.2

I301.KK16.USE.0.AB.DS.WD402I301.KK16.0USE.0.AB.DS.WD001 sheet 3 & 4

In H2/O2 generation package for O2 receivers item no. 00KRQ30 BB001-006 there are 2 no's of data sheets "Oxygen receivers Mechanical Data Sheet - I301.KK16.USE.0.AB.DS.WD402" & "Vertical Vessel process datasheet- I301.KK16.0USE.0.AB.DS.WD001 sheet 3 & 4" are available & the drawing provided in both the datasheet and number of nozzles are different. Please clarify which data sheet to be followed.

Except for nozzle orientation and number of nozzles, all other parameters are same in both the datasheet. Nozzle orientation, sizing and numbers can be decided during detaild engineering stage.

Larsen & Toubro Ltd.

91 Vol 4, Section C4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

Clause 1.1, Page no. 2 of 43

1301.KK34.0.0.TH.TS WD110 As per referred clause, it is mentioned that vendor scope includes auxiliary boiler for initial start-up with its associated requirements. Please provide us the detailed specifications of the auxiliary boiler as datasheet is not provided.

Auxiliary boiler is a part of desalination plant & is in the scope of EPC contractor and specification shall be finalized during detailed engineering to meet the desalination plant requirment.

Larsen & Toubro Ltd.

92 Vol 4, Section C4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

Clause 1.1, Page no. 15 of 43,

1301.KK34.0.0.TH.TS WD110, Kindly Specify the dosage requirement of CO2. If required concentration of CO2 in treated water is 5 ppm, then can we go for Degasser Tower instead of through which we can get 5 ppm CO2 conc. at outlet? Kindly confirm.

CO2 generation/dosing system shall be as per As per system supplier's recommendation. The same is mentioned on page 24 of 43 of tech spec desalination plant.

Larsen & Toubro Ltd.

93 Vol 10 ,Section 12, C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.2_Mech

Sheet 6 of 8 P&ID of Plant Water Treatment System - I1301.KK36.0UGD.0.AB.CH.WD001

As per mentioned clause, we understand that there is requirement of 2 nos of lime stone filters in future which is not our scope, kindly confirm the requirement of 2 nos. of isolation valve in inlet and 2 nos. of isolation valves in outlet header.

2 nos. of isolation valve in inlet and 2 nos. of isolation valves in outlet header shall be considred for future lime stone filter.

Larsen & Toubro Ltd.

94 Vol 6, Section C6, C2-Tech Specs_C-2.2-Mech_C2.2.2_Data Sheets

Sheet 22 of 24, NaOCl Dosing Pump Datasheet

I301.KK36.0UGD.0.AB.DS.WD001 PP is having better chemical compatibility with NaOCl solution than titanium. Kindly allow the bidder to select PP pumps for NaOCl dosing.

can be used.

Larsen & Toubro Ltd.

95 Vol 6, Section C6, C2-Tech Specs_C-2.2-Mech_C2.2.2_Data Sheets

Sheet 17 & 19 of 24, Na2CO3 Transfer & Dosing Pump Datasheet

I301.KK36.0UGD.0.AB.DS.WD001 PP is having better chemical compatibility with Na2CO3 solution than KCS. Kindly allow the bidder to select PP pumps for Na2CO3 transfer and dosing.

can be used.

Larsen & Toubro Ltd.

96 Vol 6, Section C6, C2-Tech Specs_C-2.2-Mech_C2.2.2_Data Sheets

Sheet 18 of 24, Na2CO3 Dosing Tank Datasheet

I301.KK36.0UGD.0.AB.DS.WD001 Since these tanks are designed for 24 hrs detention, we recommend for 1 no of agitator per tank. Kindly confirm.

Acceptable

15 / 37

Page 196: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

97 Vol 6, Section C6, C2-Tech Specs_C-2.2-Mech_C2.2.2_Data Sheets

Sheet 21 of 24, NaOCl Dosing Tank Agitator Datasheet

I301.KK36.0UGD.0.AB.DS.WD001Commercially available NaOCl is having concentration between 6-11%; hence it doesn’t need any agitation/mixing further. So, there is no requirement of agitators in NaOCl dosing tanks. If agitators provision is must, then kindly accept the agitator MOC MS with PP lining instead of titanium.

Agitator with MOC MS with PP lining can be used

Larsen & Toubro Ltd.

98 Vol 6, Section C6, C2-Tech Specs_C-2.2-Mech_C2.2.2_Data Sheets

Sheet 6 of 24, Alkali (NaOH) Dosing Tank Datasheet

I301.KK36.0UGD.0.AB.DS.WD001NaOH dosing tanks need agitator for mixing. Kindly confirm the requirement of 1 no of agitator per tank and also confirm MOC of agitator.

1 number of agitator per tank is required. MOC MS with PP lining can be used.

Larsen & Toubro Ltd.

99 Vol 10 ,Section 12, C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.2_Mech

Sheet 5 of 6 I301.KK34.UGM.0.AB.CH.WD001(A209-17-41-802-1113)Dewatered Sludge for Disposal

We presume that sludge cake disposal is not in bidder’s scope and the same will be in client scope. Kindly confirm.

Confirmed.

Larsen & Toubro Ltd.

100 Desalination, DM, Potable, Oilcontaining water treatment plants

General Please provide the detail specification for Workstation with Dual screen, Laptop, Local control panels for PLC & Marshalling panel

Vendor may propose detailed specification for Workstation with Dual screen, Laptop, Local control panels for PLC & Marshalling panel as a part of package supply. Same shall be submitted to NPCIL for approval before finalising the design.For qualitative specification I02.KK34.0.0.AP.TT.PR001 and I02.KK34.0.0.AP.AL.PR001.

Larsen & Toubro Ltd.

101 Volume_5_Section_C_5_\C2-Tech Specs_C-2.2-Mech_C2.2.2_Data Sheets_Clause B5_S.No.20.2

Datasheet of Centrifugal Compressor Type Water Cooled Vapour Compression Chiller

I301.KK34.0UQR.AB.DS.WD001 Please confirm, the M.O.C. of condenser tubes shall be alternate & equivalent material of Titanium like Nickel alloys, Cupronickel, Zirconium etc.

M.O.C of condenser tubes shall be as mentioned in the datasheet

Larsen & Toubro Ltd.

102 Volume_3_Section_C_2_3_C1.1 scope of work

4 Scope of works for Electrical system - I02.KK34.0.0.PR.TT.PR001, Page 18 of 19

Please confirm that Design, Supply, Installation and termination of the following cables are excluded from the scope of contract.

1. Group-1 ( 240VAC - 2 Feeders and 220VDC - 2 Feeders ) incoming power cables from 0 UAC to 0 UBS. 2. Group-1 ( 240VAC - 2 Feeders and 220VDC - 2 Feeders ) incoming power cables from 0 UAC to 0 UTF.

Design, supply, construction/laying of cables from 0UAC building to 0UBS building and 0UAC building to 0UTF building are excluded from the scope of this Contract.

Larsen & Toubro Ltd.

103 Volume_11_Section_C13_14_15 - C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.3_Electrical

- Key Single line Diagram for 6kV and 415V system. I301.KK34.0.0.ET.OKP.WD004 - Sheet 4 of 4

Please confirm that Design, Supply, Installation and termination of the following cables are excluded from the scope of contract.

1.Lighting Incomer cables from 03 UBA to Group-2 LDB in UKU, USV, UYB, UPK, UQR is excluded.3. Lighting Incomer cables from 30BRT51GH & 30BRT71GH to Group-1(240V AC) LDB in UKU, USV, UYB, UPK, UQR is excluded.

Yes, excluded from the scope of this Contract.

16 / 37

Page 197: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

104 Volume_3_Section_C_2_3_C1.1 scope of work

4 Scope of works for Electrical system - I02.KK34.0.0.PR.TT.PR001, Page 18 of 19

Please confirm that Design, Supply, Installation and termination of the following cables are excluded from the scope of contract.

1. Group-1 ( 240VAC - 4 Feeders and 220VDC - 8 Feeders ) incoming power cables from UTF to UPK.2. Group-1 ( 240VAC - 4 Feeders) incoming power cables from UTF to UGM.3. Group-1 ( 220VDC - 4 Feeders ) incoming power cables from UTF to UKU.

All these works except laying of cable on the Purchaser's Trestle if any, are included in the scope of this Contract.

Larsen & Toubro Ltd.

105 Volume_11_Section_C13_14_15 - C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.3_Electrical

- Key Single Line Diagram for GROUP-1 220V DC & 240V AC systemI301.KK34.0.0.ET.OKP.WD006 & Key Single line Diagram for 6kV and 415V system. I301.KK34.0.0.ET.OKP.WD004 - Sheet 4 of 4

Following feeders are not been identified in the SLD provided.1. Group-1 (220VDC) incoming control power supply to 00BHA and 00BHB in UKU.2. Group-3,2,1 incoming power cables to 1UYE, 2UYE and 01UZJ(if it’s an electrified fencing).Please Provide these details

1. NPCIL has indicated the requirement as indicative minimum, however detailed engineering shall be done by the Contractor based on actual requirements, if 0UAC battery capacity is exceeding due to feeding of these boards and other MV/LV switchgear loads , then separate 220DC power supply arrangement shall be done by Contractor.The calculation for the same to be provided by the successful bidder.2. Query is not clear

Larsen & Toubro Ltd.

106 Volume_11_Section_C13_14_15 - C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.3_Electrical

4 Key Single line Diagram for 6kV and 415V system. I301.KK34.0.0.ET.OKP.WD004 - Sheet 3 of 4

Design, Supply, Installation and commissioning of the following Equipment in UKU is excluded from the scope of contract.1. BHT-122. 00BHB3. All power and control cables emanating / associated with 00BHB.4. Cable trays for the cables as above.5. Earthing of the above equipment.Kindly Confirm

Design, Supply, Installation and commissioning of 00BHT12 and Board 00BHB, including power & control cabling from these equipments including cable trays and earthing is included in the scope of this Contract.

17 / 37

Page 198: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

107 Volume-7a/7b - Section C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

GENERAL - Scope of Supply

I02.KK34.0.0.ET.TS.PR.030 - Technical Specification for Rectifiers, Inverters, DCDBs & ACDBs, Spare cell chargers and Load banks

These specifications is applicable only to the following extent of Equipment for the scope of contract.220V DCDBs:1. 00AUA05GH001 & 00AUB05GH001 in UBS building2 .00AUA06GH001 & 00AUB06GH001 in UTF building240V ACDBs:3. 00ART96GH001 & 00ART96GH002 in UBS 4. 00ART95GH001 & 00ART95GH002 in UTF

All other Equipment covered in these specifications except the above listed items are excluded from the scope of this contract.

Design, Supply, Installation and commissioning of220V DCDBs:1. 00AUA05GH001 & 00AUB05GH001 in UBS building2 .00AUA06GH001 & 00AUB06GH001 in UTF buildingand 240V ACDBs:3. 00ART96GH001 & 00ART96GH002 in UBS 4. 00ART95GH001 & 00ART95GH002 in UTF are included in the scope of this Contract. Source equipments feeding to above equipments & located in 0 UAC building are excluded from this Contract.

Larsen & Toubro Ltd.

108 Volume-7a/7b - Section C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

GENERAL - Scope of Supply

I02.KK34.0.0.ET.TS.PR029 -Technical Specification for Lead Acid Batteries

This specification is not applicable to the scope of contract. Hence these items are not considered as a part of the contract

In case of requirement of any Battery Bank in any of the Buildings covered under this package, then the specification is applicable

Larsen & Toubro Ltd.

109 Volume_3_Section_C_2_3_C1.1 scope of work

3.2 (f), Page no. 10 of 19

Scope of works for Electrical system - I02.KK34.0.0.PR.TT.PR001SCADA

This specification shall only be referred for the interfaces of SCADA with UBS, UTF and UPK. The battery limit for the SCADA shall be at the Ethernet Switches located inside the panel rooms of UBS, UTF, UPK buildings. OFC data highway cable termination to the Ethernet Switches shall be by PURCHASER.

Supply of IEC-61850 compliant Ethernet switches for connecting the numericalrelays in MV and LV switchboards to SCADA system on fibre optic datahighway ring would be by Purchaser including integration of SCADA with the ethernetswitches. Connection of numerical relays to the Ethernet switches using OFC is in the scope of the subject tender. Required signal generation from the bidder's MV & LV boards to SCADA system as per TS of SCADA, TS of Numerical relay, TS of 6kV switchgear is to be ensured under the subject tender. Algorithms shall be prepared during detailed engineering under the subject tender by the successful bidder for review & approval by Purchaser.

Larsen & Toubro Ltd.

110 Volume_3_Section_C2.3 C1-Scope of Supply and Work_C1.1 scope of work

3.2(f) (i)Page no. 10 of 19

Scope of works for Electrical system - I02.KK34.0.0.PR.TT.PR001

Numerical relays of MV and LV Switchgears shall be connected to Ethernet Switches via Cat-6 cables. Ethernet Switches IEC-61850 compliant with OFC combo port for connection to data highway shall not be part of our scope. Please confirm

Connection of Numerical relays of MV and LV switchgears shall be through optical fibre cables (OFC) For OFC cable connections between the Numerical relay and nos. of port required, please refer the details given Technical specification of SCADA, TS & DS of Numerical realys and TS & DS of 6kV switchgear.

18 / 37

Page 199: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

111 Volume_2_Section_C_1_1 3.5Page no. 1 of 60

Technical Specification with system description and Scope of balance of plant- I02.KK34.0.0.TH.TS.PR002 "To provide permanent power supply to the Contractors building, Temporary arrangements to be made in case of purchaser work is not completed "

At this stage this is difficult to quantify the temporary arrangemnts for power. Hence request PURCHASER to pay EXTRA for the temporary power arrangments as per actuals.Kindly Confirm

Clause 3.5 of the document no.I02.KK34.0.0.TH.TS.PR002 is related to providing permanent power supply to Contractor scope buildings/structures. This power supply is for commissioning of the system by charging the electrical equipments and not meant for construction purpose. Purchaser would provide power supply to the designated buildings. In case Purchaser's work is not completed to provide permanent power supply to the Contractor's scope of buildings/structures, then the Purchaser would by temporary means provide the same. The subject tender includes termination of the cable as in the tender and the changeover from temporary to permanent cable(s), in case required.

Larsen & Toubro Ltd.

112 Volume-7a/7b - Section C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

2.7.11 (b), Page no. 6 of 36

Job Specification of Electrical equipment's - I02.KK34.0.0.PR.TT.PR002

Only Space provision for future extension of switchgear shall be provided.No feeders to be considered in the scope of this contract. Kindly confirm.

Acceptable

Larsen & Toubro Ltd.

113 Volume_2_Section_C_1_1 Annexure-4Page 37 of 37

I02.KK34.0.0.TH.TS.PR.002 - Technical specification with system description and Scope of balance of plant - Common services

As per Annexure-3 of Job Specification (I02.KK34.0.0.PR.TT.PR002) OCWT (01 UGM) MCC incoming cables shall be from 00BKG & 00BKH in 0UQR.

As per specification it is mentioned that cables are from 00BKG Locn-UQR. Since the distance between UBS and 01 UGM is very far, bidder

Tender clause shall prevail.

Larsen & Toubro Ltd.

114 Volume-7a/7b - Section C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

3.19.2 Job Specification of Electrical equipments - I02.KK34.0.0.PR.TT.PR002, Page no. 23 of 36

Kindly specify the list of Purchaser equipment with dimensions to be located in the Common substation (0UBS) to finalize the substation size.

Space requirements besides the panels and list of Purchasers equipments are covered in the document no. I02.KK34.0.0.PR.TT.PR002

Larsen & Toubro Ltd.

115 Volume-7a/7b - Section C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

3.8.3, Page no.8 of 24 & 7.8.11, Page 20 of 24

I02.KK34.0.0.ET.TS.PR023 technical Specification for Dry Type Auxiliary and Lighting Transformer

Not all the approved vendors as per "I02.KK34.0.0.AP.REP.PR003_R1- Vendor list for Electrical" are manufacturing the Filler free cast resin transformers. Request yout to consider Transformer with filler material.As per clause 7.8.11, it is difficult to meet 10pC for partial discharge test. The same shall be as per referred IS standards.

No filler material shall be used during casting as indiacted under clause no. 3.8.3 of specification. Regarding partial discharge test, requirements as per tender specification shall be complied.

19 / 37

Page 200: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

116 Volume-7a/7b - Section C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

Annexure-3 Job Specification of Electrical equipments - I02.KK34.0.0.PR.TT.PR002

Only feeders for External Loads shall be considered in the Contractors panels mentioned as per list.

However Cabling between panel and loads shall be in the scope of purchaser.

Kindly clarify.

It is clarified that, any external cabling between the buildings covered in this package, within the battery limits of this package are included (eg. External Cabling between UBS & UGD / UGX, UTF to 0UPK etc..). In case of cabling between Contractor scope of buildings, laying of cables through Trestle is excluded from the Contractor scope. However, any external cabling through main plant buildings / trestles / tunnels , construction/laying of which is not covered in this package, are excluded from the scope of this package. eg. External Cabling between 0 3 UBG to 0 UTF, 0UAC to 0UBS, 0UAC to 0UTF etc.. However in all these cases, the scope invariably includes interfacing requirements as well as sharing of inputs required for the design of the relevant SSCs.

Larsen & Toubro Ltd.

117 Volume-7a/7b - Section C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

Annexure-3, Page no. 4 of 5, S.no. 23 to 28

Job Specification of Electrical equipments - I02.KK34.0.0.PR.TT.PR002

Bidder understand that complete cabling works, including cable routing, provision of cable trays, etc., inside contractors building are included in this scope. However supply, laying and termination of all power and control cables inside and outside building is excluded. Kindly confirm.

All internal cabling within the bldgs covered in this package are included in the scope of this package. For the scope of external cabling, the response given for point no. 116 may be referred.

Larsen & Toubro Ltd.

118 Volume-7a/7b - Section C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

9 Job Specification of Electrical equipments - I02.KK34.0.0.PR.TT.PR002, Page no. 30

" I02.KK34.0.0.ET.TT.PR002" stands for Technical Specification for Grounding and Lightning Protection System. But in the technical spec folder, the same is mentioned for 400kV Switchyard. Kindly provide the grounding and Lightning protection spec.

The technical specifications for 400kV Outdoor Switchyard included along with tender is withdrawn. Specification for Grounding & Lightning Protection System has been uploaded in folder 2.3.1 of folder 4 along with prebid responses.

Larsen & Toubro Ltd.

119 Volume-7a/7b - Section C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

GENERAL Tender Doc - C2-Tech Specs_C2.3-Electrical-C 2.3.1_tech Specs - "5)_I02.KK34.0.0.ET.TS.PR007"

This file is not readable - "5)_I02.KK34.0.0.ET.TS.PR007_R1.pdf <--" from the win rar file 'C2.3part2.rar'. Hence kindly reissue the same.

Readable file is uploaded in folder 2.3.1 of folder 4 along with prebid responses.

Larsen & Toubro Ltd.

120 Volume-7a/7b - Section C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

3.1.7, Page no. 8 of 36

Job Specification of Electrical equipments - I02.KK34.0.0.PR.TT.PR002Tender specifies "Make of switchgear of a particular voltage level shall be restricted to one particular vendor."

Bidder understand that this clause is applicable to panels procured directly by contractor only and not for Packages viz., Desalination, Electro Chlorination, etc., in which complete supply of related electrical equipment’s shall be given to package vendor and difficult to maintain the same. Kindly confirm

For scope of buildings, both for MV & LV for each voltage level, make of the equipment shall be restricted to one vendor only as per relevant clause of the tender.

20 / 37

Page 201: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

121 Volume-7a/7b - Section C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

3.4, Job Specification of Electrical equipments - I02.KK34.0.0.PR.TT.PR002, Page no. 10 of 36

Safety and Seismic Classification: Please clarify whether the system under study is Group-III or Group-I.

NINS means not important to Nuclear safety. Please refer the relevant AERB guide.

Larsen & Toubro Ltd.

122 Volume-7a/7b - Section C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

GENERAL I02.KK34.0.0.ET.TT.PR001 Cable systems guidelines

TN-S system to be followed for this scope of contract. PE conductor sizing shall be done as per NFC 1500. Kindly Confirm

Requirements as given in the technical specification shall prevail.

Larsen & Toubro Ltd.

123 Volume-7a/7b - Section C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

--- General Following documents are not available :1. Indicative QAP for Lighting Fixtures and Receptacles and Grounding & Lightning protection if any2. Datasheet for Cable trays and Fire barriers if any.

Please furnish the same.

1. The indicative QAPs for Lighting Fixtures and Receptacles and Grounding & Lightning protection have not been included in the subject tender. Refer clause no. 8 and 14 of the relevant specification, which states "Contractor shall develop a detailed Quality Assurance Plan and submit to the Purchaser for review and approval".2. Datasheets for Cable trays and Fire barriers have not been included in the subject tender. Contractor shall prepare data sheet for these items and submit to the Purchaser for review and approval in line with the tender requirements

Larsen & Toubro Ltd.

124 Volume_11_Section_C13_14_15 - C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.3_Electrical

--- Key Single line Drawings Documents not available : - Technical specification for 415V MCCs I301.KK34.0.0.ET.TS.PR055.Please furnish the same.

The document no. I301.KK34.0.0.ET.TS.PR055 does not exist. Please refer technical specification document no. I02.KK34.0.0.ET.TS.PR007 for 415V MCCs.

Larsen & Toubro Ltd.

125 Volume_11_Section_C13_14_15 - C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.3_Electrical

--- I301.KK34.0.0.ET.OKP.WD094 - Key single line drawing 0UKU, 0UYB, 0USV

Following drawings are not available for indicative feeder details of UKU, USV, and UYB1. R25.KK.0.UKU.0.EM.OK.WD0022. R25.KK.0.USV.0.EM.OK.WD0013. R25.KK.0.UYB.0.EM.OK.WD002.Please furnish the same.

Please refer the releavant sheet of drawing no. I301.KK34.0.0.ET.OKP.WD004(A209-0E1-16-50-0003) for details. If required, the requested drawings can be provided to the successful bidder.

Larsen & Toubro Ltd.

126 Volume_12_Section_D_and_Section_E

69 D-16 C&I DS submissionFORMAT FOR SUBMISSION OF TECHNICAL DATA FOR CONTROL & INSTRUMENTATION ITEMS.2.The Bidder shall submit herewith the documents along with supporting document/drawings/catalogues for following. a) Proposed Control Philosophy b) Proposed Instrument Schematic

Submission of the technical vendor documents such as Control Philosophy and Instrument schematic shall be provided during Detailed Design.

Not acceptable. Proposed Control Philosophy and Proposed Instrument schematic shall be submitted as mentioned in Section D- 16.

21 / 37

Page 202: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

127 Volume_9_Section_C__10_____11C2-Tech Specs_C-2.5 STANDARDS of EIL_C 2.5.2-Engg stds

C2.5.2 EIL standards to be followed are provided for Civil, Mechanical and Electrical.

EIL standards to be followed for Instrumentation are not provided with the bid.Kindly furnish the same.

EIL standards are not applicable to I&C. Standards and codes mentioned in Section 2.0 of 'I02.KK34.0.0.AP.TT.PR001' to be followed.

Larsen & Toubro Ltd.

128 Volume-8-Section-C-8-9\40 SECTION_C_Separator (9)-C2-Tech Specs-C-2.4 Instrumentation C 2.4.1 Tech SpecsI02.KK34.0.0.AP.TU.PR001_R1

4.2 (Page 6 of 189) Equipments required to be SSE or OBE qualified shall comply with requirements of document R01.KK.0.0.AP.PZ.WD001 referred above.

Doc No.R01.KK.0.0.AP.PZ.WD001 is not part of the Bop tender. Kindly provide the same.

Will be provided to successful bidder.

Larsen & Toubro Ltd.

129Volume-8-Section-C-8-9\40 SECTION_C_Separator (9)-C2-Tech Specs-C-2.4 Instrumentation C 2.4.1 Tech Specs I02.KK34.0.0.AP.TU.PR00

3 R01.KK.0.0.AP.TT.WD001 -Technical requirements to I&C and Thermal Monitoring Hardware for strength, resistance and stability against external effects

Doc No.R01.KK.0.0.AP.TT.WD001 is not part of the Bop tender. Kindly provide the same.

Will be provided to successful bidder.

Larsen & Toubro Ltd.

130Volume-8-Section-C-8-9\40 SECTION_C_Separator (9)-C2-Tech Specs-C-2.4 Instrumentation C 2.4.1 Tech SpecsI02.KK34.0.0.AP.TT.PR001_R0

3.3 He-leak test, Seismic tests and LOCA test wherever specified in C&I specifications are not applicable for this package.

We understand that these tests are not applicable for any instrument supplied for this project, even though the test requirements are specified in the individual Specifications, Datasheets and QAP or any other documents which are part of this tender. Kindly reconfirm.

He- leak test and LOCA test are not applicable here. But Seismic tests shall be conducted as per applicable Seismic class as per R01.KK.0.0.AP.PZ.WD001

Larsen & Toubro Ltd.

131 Volume_11_Section_C__13_____14_____15 ; C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.4_Instrumentation

Important Points for Instrument IndexPage 17 of 104

I02.KK34.0.0.AP.AL.PR.001 The Process parameters for many instruments are not available in the mentioned instrument index.Kindly provide an Instrument Index with complete process data.

Process data is available in the P&IDs. Also it is clearly mentioned in the 'Instrumentation drawing' document that Instrument index is indicative only. It will get updated based on the process design detailed by vendor.

Larsen & Toubro Ltd.

132 Volume_10_Section_C__12_; C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.2_Mech; C 2.6.2_Mech; L;25- Trestle piping plan area;

I301.KK36.0USY.0.AB.OK.WD071 Ref Doc no: I301.KK36.0USY.0.AB.OK.WD071 Note-5: ---The final decision regarding provision of cable trays with cover or closed ducts shall be taken by NPCIL prior to tendering.

Supply scope of cable tray with covers on the trestles of Main plant area for intrumentation cables wired to CCR are not clear. Kindly clarify the scope of cable tray (with covers) supply and installation in main plant area for cables related to instrumentation.

Both KKBS and KKPS (refer TS no. I02.KK34.0.0.ET.TS.PR009) type of cable ducts have been used in KKNPP 1,2. The EPC contractor during detailed engineering, based on the number of cables in the route can decide the type of cable duct, with approval of the Purchaser.

22 / 37

Page 203: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

133 Volume_8_Section_C__8_____9;40 SECTION_C_Separator (9);C2-Tech Specs_C-2.4 Instrumentation_C 2.4.1_ Tech Specs;1_I02.KK34.0.0.AP.TT.PR001_R0

1.24 Ref Doc no: I02.KK34.0.0.AP.TT.PR001Automatic fire protection system and Communication system for common services buildings are not in the scope of this package.

1)We presume that this clause overrides the requirement of Automatic fire protection system, elsewhere in any other specifications attached to this tender. Kindly confirm.2)E.g.: In doc no: I02.KK34.0.0.TH.TS.PR002- Tech spec with system description and scope of BoP Cl. 7.3, Chemical laboratory is to be provided with Fire alarms, Smoke detectors, Gas detector etc. Kindly confirm, if the Fire Alarm system has to be provided. 3)If yes please list out any other buildings for which Fire Alarm and detection has to be provided.

Generation and implementation of protections and interlocks for complete fire fighting system is covered under different contract i.e. AFPS. Only fire fighting equipment like electrically operated valves, gas cylinders, powder cylinders etc.., are covered under this package and those shall be compatible with signals received from AFPS. Refer to Sr.no.14, pg.no.11 of 37 of Annexure-4 in 'I02.KK34.0.0.TH.TS.PR002' for further details.

Larsen & Toubro Ltd.

134 Volume-8-Section-C-8-9\40 SECTION_C_Separator (9)-C2-Tech Specs-C-2.4 Instrumentation C 2.4.1 Tech Specs

3.2.1 Ref Doc no: I02.KK34.0.0.AP.TT.PR001Programmable Logic Controller (PLC) based system shall be used for measurement, control, interlock & shutdown PLC shall be dedicated to the respective system only. There shall not be any integration between other units.

Individual utility systems like DM plant, N2 generation plant etc. are provided with one Skid mounted PLC control panel which actually controls the skid. As per architecture drawings provided in tender, a dedicated PLC control panel is to be provided in CCR or in LCC to control the distribution system in addition to the skid mounted PLC control panel.

Also another PLC panel is also provided in CCR, especially for controlling the instruments and related logics that are not part of the skid/ package (Eg: N2 plant). Which means that each package will have two PLC control panels with Operator Work stations(OWS) in CCR. One PLC control panel & OWS for skid related controls and another PLC control panel& OWS for non-skid related controls, but which are dedicated to a particular package (Eg:N2 Plant) alone. This is presumed as per the specification clause 3.2.1.

Please refer to 'I02.KK34.0.0.AP.AL.PR.001' for Instrumentation drawings for PLC layout of various systems. Also kindly refer Annexure-1 of Technical specification I02.KK34.0.0.AP.TT.PR001 for CCR details.

Larsen & Toubro Ltd.

135 Volume-8-Section-C-8-9\40 SECTION_C_Separator (9)-C2-Tech Specs-C-2.4 Instrumentation C 2.4.1 Tech Specs

3.2.2 Ref Doc no: I02.KK34.0.0.AP.TT.PR001 Ref document no: 02.KK34.0.0.AP.AL.PR001 for configuration drawings of respective systems , CCR & CER and CCR philosophy document.

CCR layout indicates the OWS/printer requirements only.

Kindly provide the complete list of items & quantity required for CCR.

CCR layout (pg.no.2 of 2) mentioned at Doc.no. I02.KK34.0.0.AP.AL.PR001 includes the complete BOQ of CCR.

23 / 37

Page 204: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

136 Volume-1 Section-B GCC/EPC-4/Rev.2

1.7.1 d) Priority of Documents There is conflict among the tender documents itself namely, Technical Specification and Scope of works etc.

Kindly clarify the same and provide the priority among the tender documents in case of conflicts.

Eg: For Chemical laboratory building specification there are 45 instruments listed to be supplied by the Bop contractor, where as in the scope of work there no scope mentioned for supply of instruments. Same is the case for fire alarm system in laboratory building.

This tender is for EPC work and quantity and parameters indicated in each facility are to be finalized during details engineering stage to meet the functional requirement and completeness meeting the technical specification.

Larsen & Toubro Ltd.

137 Volume-1 Section-A 9.4.3 INVITATION TO TENDER AND TENDERING CONDITIONS

Clause:- For local (within the state) supplies, the Purchaser will reimburse VAT as charged by the contractor as per the applicable rates. For inter-state supplies, Purchaser will issue Form – C and reimburse central sales tax as charged by Contractor at the applicable concessional rate (which is currently 2 per cent). In case of inter - state transaction on a sale in transit basis, Purchaser will issue Form – C and reimburses central sales tax at the applicable rates (which is currently 2 per cent) as charged by the Sub-contractor to contractor.

Query:- Form-C, should be issued including Safe Delivery charge.

Refer Pre-Bid response to COMMERCIAL QUERIES

Larsen & Toubro Ltd.

138 Volume-1 Section-A 10.1.2-b INVITATION TO TENDER AND TENDERING CONDITIONS

Clause:- Charges for Special Type Tests, Seismic Qualification/Testing shall not be included in the price of the items and shall be quoted/ claimed separately.

Query:- What is the modality of payment of special tests, seismic qualification/testing charges - Kindly clarify.

Bid price shall be inclusive of all special Type Tests, Seismic Qualification test,etc as specified in the technical specifications.

Larsen & Toubro Ltd.

139 Volume-1 Section-A Appendix-X

D. DOCUMENTARY EVIDENCES TO BE FURNISHED ALONG WITH THE BID AS EVIDENCES FOR BID CONSIDERATION

INVITATION TO TENDER AND TENDERING CONDITIONS

Clause No:- 8. In case the work is executed for private client the following shall be submitted: Work order with bill of quantities

Query:-Private clients issue contract agreement in place of work order with Bill of Quantities. Kindly confirm the acceptability of same as a qualification requirement

If the requested details are covered in the contract agreement form, it is acceptable.

24 / 37

Page 205: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

140 Volume-1 Section-A Appendix-X

D. DOCUMENTARY EVIDENCES TO BE FURNISHED ALONG WITH THE BID AS EVIDENCES FOR BID CONSIDERATION

INVITATION TO TENDER AND TENDERING CONDITIONS

Clause No:- 8. In case the work is executed for private client the following shall be submitted: Extension letter, if the work has been extended /completed beyond stipulated completion date in work order/agreement.

Query:- Final completion certificate shall be produced in place of extension letter. Kindly confirm the acceptability of same as a qualification requirement

Tender condition shall prevail

Larsen & Toubro Ltd.

141 Volume-1 Section-A Appendix-X

D. DOCUMENTARY EVIDENCES TO BE FURNISHED ALONG WITH THE BID AS EVIDENCES FOR BID CONSIDERATION

INVITATION TO TENDER AND TENDERING CONDITIONS

Clause No:- 8. In case the work is executed for private client the following shall be submitted: Stamped and signed certificate by chartered accountant giving details of bill wise payment received, TDS amount, certificate number.

Query:- Abstract of TDS deduction certificate by CA shall be produced. Kindly confirm the acceptability of same as a qualification requirement.

Tender condition shall prevail

Larsen & Toubro Ltd.

142 Volume-1 Section-A Appendix-X

D. Other Requirements INVITATION TO TENDER AND TENDERING CONDITIONS

Clause No:- 8.Completion certificate with final / last bill. The completion certificate shall be for individual work order. The completion certificate clubbing two or more work orders shall be rejected.

Query:- Only completion certificate shall be submitted instead of Completion certificate with final / last bill. Kindly confirm the acceptability of same as a qualification requirement.

Completion certificate without final bill is acceptable only in cases where final bill has not been processed. In such case a letter stating the same from the client shall also be attached.

Larsen & Toubro Ltd.

143 Volume-1 Section-A Appendix-X

E. Other Requirements INVITATION TO TENDER AND TENDERING CONDITIONS

Clause No E:- The Bidder shall submit end user certificate to establish his credentials with respect to qualifying requirements stated above. The above certificates obtained from affiliate/subsidiary/group companies under same management as defined in thecompanies Act 1956 shall not be considered for qualification.Query:- Certificate issued by the client during the execution shall be produced instead of end user certificate by affiliate/subsidiary/group of companies. Kindly confirm the acceptability of same as a qualification requirement

Refer Pre-Bid response to COMMERCIAL QUERIES

Larsen & Toubro Ltd.

144 Volume-1 Section-B1-GCC 5.6 Price adjustment for erection and commissioning

Clause :- The formula for calculation of the monthly price variation of the cost of erection portion of the works isindicated and explained below:E1 = E0 (0.25 + 0.75F1/F0)

Query:- The fixed component shall be 15% instead of 25%. Kindly confirm

Refer Pre-Bid response to COMMERCIAL QUERIES

25 / 37

Page 206: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

145 Volume-1 Section-B2-SCC 12 Construction Power supply Clause :- Construction power supply required by the Contractor can be availed by them from nearest NPCIL’s substation at site as per the NPCIL’sterms and conditions.

Query:- Construction Power supply-Kindly provide the chargeable rates.

Prevailing Tariff Charged by TANGEDCO to KKNPP Site is Rs. 11/kwH and Rs. 350/KVA Demand as Demand Charges ; However, Bidder may note that, the above charges are subject to revision from time to time, as ruled & governed by TNERC / TANGEDCO

Larsen & Toubro Ltd.

146 Volume-1 Section-B2-SCC 23 Time overrun Clause :- 20.2 Time Overrun:- Sub Clause:- 20.2.1 In the event of delay in completion and handing over of the facilities beyond CDD by the contractor due to specific site related issues for which purchaser is responsible like release of work front as per work program schedule and readiness of other facilities to be provided to the contractor by the purchaser in accordance with the contract, the contractor shall be entitled to compensation for additional expenditure for extended stay at site to the extent required for such reasons in addition to extension of time as per GCC clause no. 20.1. The amount of compensation will be arrived at through mutual consultation between the purchaser and the contractor following the other procedures as per GCC sub clause no. 19.2.2 and 19.2.3.

Query:- Kindly clarify the Phrase “additional expenditure”. The amount of compensation to be declared as per the provision of 19.2.2 &3 and within the schedule contract completion. In the absence of the above the contractor shall be permitted to foreclose the contract. -Kindly confirm

Refer Pre-Bid response to COMMERCIAL QUERIES

Larsen & Toubro Ltd.

147 Volume-1 Section-B1-GCC 5.9.1 d. GENERAL CONDITIONS OF CONTRACT Clause :- d) 7.5% on handing over of the facilities to the Purchaser and issue and acceptance of Operational Acceptance certificate as per the format in Annexure-J by the Purchaser for each Reactor Unit.

Query:- the above mentoned stage payment modified as below Instead of 7.5%-• d. 5%- for erection completion of the particular system and issue & acceptance of erection completion certificate by Engineer in charge.• e. 2.5%-Handing over of the facilities and issue& acceptance of operational completion certificate of that particular system.• f. 2.5%-Material accounting. In the event of delay in attaining the above events(5.9.1 d,e,f) pertaining to the delays attributable to purchaser, the corresponding payment shall be released on expiry of original CDD against submission of retention BG. -Kindly confirm.

Refer Pre-Bid response to COMMERCIAL QUERIES

26 / 37

Page 207: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

148 Volume-1 Section-B1-GCC 5.9.4 d. GENERAL CONDITIONS OF CONTRACT Clause :- 7.5% of Ex-works price on handing over of the facilities to the Purchaser and issue and acceptance of Operational Acceptance certificate as per the format in Annexure-J by the Purchaser for each Reactor Unit.

Query:- the above mentoned stage payment modified as below Instead of 7.5%-• d. 5%- for erection completion of the particular system and issue & acceptance of erection completion certificate by Engineer in charge.• e. 2.5%-Handing over of the facilities and issue & acceptance of operational completion certificate of that particular system.• f. 2.5%-Material accounting. In the event of delay in attaining the above events (5.9.1 d,e,f) pertaining to the delays attributable to purchaser, the corresponding payment shall be released on expiry of original CDD against submission of retention BG. - Kindly confirm

Refer Pre-Bid response to COMMERCIAL QUERIES

Larsen & Toubro Ltd.

149 Volume-1 Section-B1-GCC 5.9.7-Erection and Commissioning

GENERAL CONDITIONS OF CONTRACT Clause:- 5.9.7 Erection and Commissioningb) 68% along with 100% of price adjustment if any, on pro-rata basis against satisfactory completion of identified milestone and/or approved Billing Schedule for completion of erection services.

Query:- Instead of 100% price adjustment, the price adjustment shall be for the actual value of work done.

Refer Pre-Bid response to COMMERCIAL QUERIES

Larsen & Toubro Ltd.

150 Volume-1 Section-B1-GCC 5.9.7-Erection and Commissioning

GENERAL CONDITIONS OF CONTRACT Clause :- 5.9.7-d)15% on handing over of the facilities to the Purchaser and issue and acceptance of Operational Acceptance certificate as per the format in Annexure-J by the Purchaser for each Reactor Unit.

Query:- the above mentoned stage payment modified as below Instead of 15% • d. 7.5%- for erection completion of the particular system and issue & acceptance of erection completion certificate by Engineer in charge.• e. 7.5%-Handing over of the facilities and issue& acceptance of operational completion• f. 5%-Material accounting.In the event of delay in attaining the above events (5.9.7 d,e,f) pertaining to the delays attributable to purchaser, the corresponding payment shall be released on expiry of original CDD against submission of retention BG. - Kindly confirm

Refer Pre-Bid response to COMMERCIAL QUERIES

27 / 37

Page 208: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

151 Volume-1 Section-B1-GCC 5.9.8-Civil works GENERAL CONDITIONS OF CONTRACT Clause :- 5.9.8-d-10% on handing over of the facilities to the Purchaser and issue and acceptance of Operational Acceptance certificate as per the format in Annexure-J by the Purchaser for each Reactor Unit.

Query:- the above mentoned stage payment modified as below Instead of 10%:-• d. 7.5%- for erection completion of the particular system and issue & acceptance of erection completion certificate by Engineer in charge.• e. 2.5%-Handing over of the facilities and issue& acceptance of operational completionIn the event of delay in attaining the above events (5.9.8 d,e) pertaining to the delays attributable to purchaser, the corresponding payment shall be released on expiry of original CDD against submission of retention BG. - Kindly confirm

Refer Pre-Bid response to COMMERCIAL QUERIES

Larsen & Toubro Ltd.

152 Volume-1 Section-B2-SCC Loading & Penalty criteria:-

ANNEXURE-C TO SPECIAL CONDITIONS OF CONTRACT

Clause :- Note:- CONTRACTOR shall note that the total penalty on account of above para will not exceed 10% (ten percent) of the total Contract price.

Query:- The penalty on this account should not be more than 5% of Contract price.

Refer Pre-Bid response to COMMERCIAL QUERIES

Larsen & Toubro Ltd.

1 General It is understood that the Tunnels and Trenches in the auxilliary area are in the scope of the contractor. Kindly confirm the battery limits in Main plant area.

In general tunnels are not envisaged in Auxiliary area (ie bet. Plant grids 50W-450W/50S-300N). However design responsibilty of all structures as necessary in auxiliary area (except 0 UGT & 0 UGW-purification facilities for domestic waste water disposal system of controlled access area structures) is under the bidders scope and detailed design shall meet all the system requirements. Information on battery limits is covered in Section 6.0 (page 22/60) of Document No: I02.KK34.0.0.TH.TS.PR.002 (Technical Specification with System Description and Scope of Balance of Plant-Common Services)

Larsen & Toubro Ltd.

2 Volume-10-Section-C-12 C 2.6.2_Mech I301.KK34.0.UZC.AB.OK.WD001 In the drawing it is mentioned that "Development of Road shall be done by EPC contractor". Kindly confirm the scope of the contract for roads and site grading works.

Construction of all roads are outside the bidders scope. However layout of roads within the auxiliary area are included in the bidders scope.

Larsen & Toubro Ltd.

3 Volume-10-Section-C-12 C 2.6.2_Mech I301.KK34.0.UZC.AB.OK.WD001 In the drawing it is mentioned that "The Location and size of Trestle foundation is Tentative and same shall be finalized by EPC contractor during detailed Engineering". Kindly confirm the scope of the contract for Trestle foundation.

Trestle design between KK 1&2 and 3 &4 only in the scope of contract

SET-2 on 16/09/2016

28 / 37

Page 209: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

4 Volume-10-Section-C-12 C 2.6.2_Mech I301.KK34.0.UZC.AB.OK.WD001 In the drawing it is mentioned that "Road Top Level and Finished ground Levels shall be followed as per NPCIL drawings". It is understood from drawings the levels for FGL, Buildings FFL and Road Top level as +8.1, +8.7 and +8.55 respectively considered for site grading/buried piping works. Kindly Confirm.

Safe Grade Elevation of the plant site is +7.5m MSL. Hence all area grading shall be at minimum +7.5m MSL. Except for Electrical Switch Yard Area which is at a Finished Grade Level (FGL) of +13.00m MSL, rest of the plant area has FGL varying between +9.3m MSL (at Switch Yard end on north) and +7.5m MSL at shore protection bund (on south side) with FGL sloping gently towards sea between +9.3m MSL and +7.5m MSL . Finished grade level around any structure shall be 150mm below the ground floor elevation of that structure (as mentioned in respective architectural drawings). Before submitting the bid, bidder shall visit the site to get fully acquainted with the site conditions.

Larsen & Toubro Ltd.

5 General From the tender documents, it is understood that Equipments (Tank, pumps, Vessels etc) foundation is in the scope of the contractor for Phase-II(KKNPP-5&6). But supply of equipments for Phase-II(KKNPP-5&6) doesn’t fall under the contractor's scope. Please confirm the scope of Foundations.

Foundation shall be design and constructed taking equipment sizing same as KK3&4

Larsen & Toubro Ltd.

6 General From the tender documents, it is understood that Desalination plant foundation is in the scope of the contractor. But supply for future scope Desalination plant doesn’t fall under the contractor's scope. So, Kindly clarify if the Desalination plant foundations for future scope still lies in the present scope of work

Foundation shall be design and constructed taking equipment sizing same as KK3&4

Larsen & Toubro Ltd.

7 Volume-11-Section-C-13-14-15

Sr.No.6 Following document shall be part of technical specification

Fencing for Auxiliary area and Nuclear Island is considered as RCC Jalley type. Kindly confirm.

Yes, it shall be of RCC Jalley type (Refer Vol_11_Section_ C_13_14_15, 40 Section C_seperator 15, Folder 6)

Larsen & Toubro Ltd.

8 General Kinldy provide the contour map and Site grading drawing to carry out Excavation and Backfilling for Underground buried Pipping.

Spot level plan(contour details) of Auxillary area is uploaded in folder 1 of folder 5 along with prebid responses.

Larsen & Toubro Ltd.

9 Volume-9-Section-C-10-11 C2-Tech Specs-C-2.5 STANDARDS of EIL-C 2.5.1-Std Specs

6-65-0006 Rev-3 In Cl.4.8 it is mentioned "All Earthwork involved in excavation of all types of manholes, catch pits, valve chambers, inspection chambers, chambers for instrumentation tapping etc., which are coming on the alignment of U/G piping or as defined b drawing as a part of U/G piping work, shall be paid extra under Earth work in excavation, back filling and removal of surplus earth etc. under relevant caluses of the SOR.". Please confirm.

EIL standards are for technical reference only. Commercial related notes mentions in the EIL standards shall not be applicable for this tender.

29 / 37

Page 210: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

10 Volume_10_Section_C12 C.2.6.2 P&ID Diagram compressed air supply for containment test (1301.KK34.0USY.SCC.AB.CH.WD001

Please provide battery limit location for TP 1301 (Near O UTF, KK1&2 (Within Operating Island- main plant area)

Larsen & Toubro Ltd.

11 Volume_10_Section_C12 C.2.6.2 P&ID Diagram Nitrogen distribution system (1301.KK16.0USY.KRA.AB.CH.WD001

Please provide battery limit location for TP 1601&1602 (Near O UTP, KK1&2 (Aux Area)

Larsen & Toubro Ltd.

12 Volume_10_Section_C12 C.2.6.2 P&ID Diagram Hydrogen supply system (1301.KK16.0USY.QJC.AB.CH.WD001

Please provide battery limit location for TP 1701&1702 (Near O UTP, KK1&2 (Aux Area)

Larsen & Toubro Ltd.

13 Volume_10_Section_C12 C.2.6.2 P&ID Diagram Oxyen distribution system (1301.KK16.0USY.KRQ.AB.CH.WD001

Please provide battery limit location for TOG 1801 (Near O UTP, KK1&2 (Aux Area)

Larsen & Toubro Ltd.

14 Volume_10_Section_C12 C.2.6.2 P&ID Diagram Contaminated condensate collection (1301.KK34.0USY.SRP.AB.CH.WD001

Please provide battery limit location for TP 3001 Near 0UTF KK1&2 (Within Operating Island- main plant area)

Larsen & Toubro Ltd.

15 Volume_10_Section_C12 C.2.6.2 P&ID Diagram Auxilary steam supply (1301.KK36.0USY.LBG.AB.CH.WD001

Please provide battery limit location for TP 3201 Near 1 UMA KK 1&2 (Within Operating Island- main plant area)

Larsen & Toubro Ltd.

16 Volume_10_Section_C12 C.2.6.2 NPCIL Drw.No:1301.KK36.OUSY.O.AB.OK.WDO71 SH 1,2,3,4,7,10,11 0F 12 & EIL Drw No:A209-14-42-408-1120

1.5"line size showing in the trestle drawing. but 2" is showing in P & ID. So, kindly confirm the line size for CA-408-2008-A23K

Line size of CA-408-2008-A23K is 2''.

Larsen & Toubro Ltd.

17 Volume_10_Section_C12 C.2.6.2 NPCIL Drw.No:1301.KK36.OUSY.O.AB.OK.WDO71 SH 2,3,4,7,10,11 0F 12 & EIL Drw No:A209-14-42-408-1120

1.5"line size is showing in the trestle drawing. but 2" is showing in P & ID. So, kindly confirm the line size for CA-408-2002 / 2001-A23K

Line size 2" shall prevail.

Larsen & Toubro Ltd.

18 Volume_10_Section_C12 C.2.6.2 NPCIL Drw.No:1301.KK36.OUSY.O.AB.OK.WDO71 SH 1,2,3,4,7,10,11 0F 12 & EIL Drw No:A209-14-42-408-1123

1.5"line size is showing in the trestle drawing. but 2" is showing in P & ID. So, kindly confirm the line size for AC-408-2302-A21N

line size of AC-408-2302-A21N is 2''.

Larsen & Toubro Ltd.

19 Volume_10_Section_C12 C.2.6.2 NPCIL Drw.No:1301.KK36.OUSY.O.AB.OK.WDO71 SH 2,3,4,7,10,11 0F 12 & EIL Drw No:A209-14-42-408-1123

1.5"line size is showing in the trestle drawing. but 2" is showing in P & ID. So, kindly confirm the line size for AC-408-2301-A21N

Line size 2" shall prevail.

Larsen & Toubro Ltd.

20 Volume_10_Section_C12 C.2.6.2 NPCIL Drw.No:1301.KK36.OUSY.O.AB.OK.WDO71 SH 2,3,4,7,10,11 0F 12 & EIL Drw No:A209-14-42-408-1122

1.5"line size is showing in the trestle drawing. but 2" is showing in P & ID. So, kindly confirm the line size for C-408-2201 / 2202-A3K

Line size 2" shall prevail.

Larsen & Toubro Ltd.

21 Volume_10_Section_C12 C.2.6.2 NPCIL Drw.No:1301.KK36.OUSY.O.AB.OK.WDO71 SH 2,3,4,7,10,11 0F 12 & EIL Drw No:A209-14-42-408-1119

1.5"line size is showing in the trestle drawing. but 2" is showing in P & ID. So, kindly confirm the line size for AC-408-1901-A23K

line size of AC-408-1901-A23K is 2''.

30 / 37

Page 211: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

22 Volume_4_Section_C4 C.1.1 1301.KK34.0.0.PR.TT.P072Outdoor piping through trestles

Please provide P&ID Diagram for LCM & SCD services P&ID for SCD system is uploaded in folder 4 of folder 5 and P&ID for LCM is uploaded as file no.18 Drg No. I301.KK3&4.0USY.LCM.AB.CH.WD001 in folder L of folder 2.6.2 of folder 4 along with prebid responses.

Larsen & Toubro Ltd.

23 Volume_4_Section_C4 C.2.2.1 1301.KK34.0UZC.0.TS.WD001 Technical Specification for outdoor buried piping between various plant building (UZC)

Please provide the indicative buried layout for system in russian federation (RF) scope

Buried pipeline of RF Scope of building is not in EPC Contractor scope.

Larsen & Toubro Ltd.

24 Volume 6 Section C.2.2.1 7.4 I301.KK34.0.SGA.TS.WD001 "Technical specifications for Fire Extinguishing {water, Gas, Powder, Foam} systems"

Bidder understands Gas Fire fighting system (SGE) to be provided in 0 UCS common control room only. All switch gear room, control room, control cubicle, local control room, Electrical Panel room in various buildings shall be protected with fire extinguishers & hydrant system only. Kindly confirm.

Scope shall be as per page 19-20 for 43 of I301.KK34.0.SGA.TS.WD001 "Technical specifications for Fire Extinguishing of SGA.

Larsen & Toubro Ltd.

25 Volume 9 Section C 2.6.1 - I301.KK.34.0UKU.0.AR.OK.WD101 Sh. 1/5, "(0UKU) Controlled Access Area Central Workshop First Floor Plan"

Please provide the equipment details of Switch gear Fire Extinguish room in (0UKU) Controlled Access Area Central Workshop First floor plan.

Please refer to the SLD in Volume_11_Section_C__13_____14_____15_.rar/40 SECTION_C_Separator (13).rar/C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.3_Electrical/42_ 6Kv swgr drgs/SLD for6kV and 415Vsystem.pdf for the details of switchgear in this building.

Larsen & Toubro Ltd.

26 Volume 9 Section C 2.6.1 - I301.KK34.0UPK.0.AR.OK.WD101 Sh. 1/2."(OUPK) Chlorination Plant Ground, First and Terrace Floor Plans"

Please provide the equipment details of Distribution center for Fire fighting room in (0UPK) Chlorination Plant First Floor Plan.

Please refer to the SLD in Volume_11_Section_C__13_____14_____15_.rar/40 SECTION_C_Separator (13).rar/C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.3_Electrical/42_ 6Kv swgr drgs/SLD for6kV and 415Vsystem.pdf for the details of switchgear in this building.

Larsen & Toubro Ltd.

27 Volume 9 Section C 2.6.1 - I301.KK.34.0USV.0.AR.OK.WD101 Sh. 1/5, "(0USV) Engineering Utility & Laboratory Building Basement, Ground & First Floor Plan"

Please provide the equipment details of Fire extinguish switchgear room in (0USV) Engineering Utility & Laboratory Building Basement Plan.

Please refer to the SLD in Volume_11_Section_C__13_____14_____15_.rar/40 SECTION_C_Separator (13).rar/C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.3_Electrical/42_ 6Kv swgr drgs/SLD for6kV and 415Vsystem.pdf for the details of switchgear in this building.

Larsen & Toubro Ltd.

28 Volume 6 Section C.2.2.2 - I301.KK34.0.SG.AB.DS.WD012 As per Fire water Pump datasheet, Seismic qualification requirement is not mentioned. Bidder understands the seismic qualification of Fire water pumps is not applicable. Please confirm.

Refer clause no -5.0 of Technical specification for fire extinguishing systems document number - I301.KK34.0.SGA.TS.WD001.

31 / 37

Page 212: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

29 Volume 4 Section C.2.2.2 I301.KK34.0.0.TH.TS. WD113 Thickener dimensions - No retention time or volume of thickener are mentioned. Only typical size of 25 m diameter and 3-4 m height that gives 1,500 – 2,000 m3 volume. The flow rate to thickener is 2 m3/hr so that the corresponding proposed thickener size is too big.Thickener retention time or thickener volume should be given

Query pertains to specification no I301.KK34.0.0.TH.TS. WD111.Tender specification shall prevail.

Larsen & Toubro Ltd.

30 Vol 4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

MVC PRODUCT CAPACITYI301.KK34.0.0.TH.TS.WD110

The 4 MVC units that was installed for Unit 1 & 2 are designed for product capacity of 2,560m3/day. The current specifications require 3,000m3/day for Unit 3&4. Kindly clarify for the Change in capacity.

As per tender specification present capacity of each MVC stream is 3000 m3/day (i.e.125 m3/hr).

Larsen & Toubro Ltd.

31 Vol 4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

1.3 I301.KK34.0.0.TH.TS.WD110Seawater intake

For initial period till Unit 3 sea water pump house is commissioned, the sea waterfor desalination plant shall be drawn from Unit 2 PCB system.Please clarify from where exactly the sewater will be pumped (directly from the sea or from a pit?) to the desalination plant. Also, please clarify us that after the sea water will start to be pumped from Unit 3, their source will be same as from Unit 2 PCB.

The design scheme for drawal of sea water to desalination plant of KK-3&4 is from unit -3 main pump house. The sea water comes to main pump house after filtering it through mechnical cleaning system of 4mm mesh size. Sea water to pumphouse is dosed with sodium hypochloride solution. During initial period till Unit 3 main pump house is commissioned, feed sea water for commissioning of at least one stream of Desalination plant shall be brought from Unit-2 pump house forebay. Detailing, supply and laying/ installation of the scheme for commissioning feed sea water from Unit-2 pump house forebay to desalination plant & brine disposal to sea are in EPC contractor’s scope. The quality of sea water will be similar to unit 3 main pump house.

Larsen & Toubro Ltd.

32 Vol 4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

1.3 I301.KK34.0.0.TH.TS.WD110Seawater quality

The feed sea water quality for the desalination plant provided, is the raw seawater parameters or the actual parameters anticipated in the entrance to the desalination plant. Kindly confirm

As indicated in tech spec feed sea water quality is in the entrance to the desalination plant.

Larsen & Toubro Ltd.

33 Vol 4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

1.7 I301.KK34.0.0.TH.TS.WD110EQUIPMENT LIST

Number of multi effect evaporators: there is a missmatch between the number of evaporators indicated in the equipment list (3+1) and the number indicated in the text (3). Please confirm the actual required number

Number of MVC streams in KK-3&4 is 4 (3 working and one standby) and each MVC streams having multieffects evaporators ( cosnisting three effects minimum)

Larsen & Toubro Ltd.

34 Vol 4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

1.1 I301.KK34.0.0.TH.TS.WD110 What is meant by "trial runs including stabilization of the plant for 30 days" ? Kindly clarify.

Operation of plant for stable design parameters and continuous operation thereafter for 30 days after sucessful commissioning of plant.

32 / 37

Page 213: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

35 Vol 4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

1.3 I301.KK34.0.0.TH.TS.WD110 Desalinated water quality: ph for desalinated water leaving the MVC is usually 5-6. If the specification remains as is, we will have to add caustic to the product. Is this acceptable to NPCIL

Tender specification shall prevail

Larsen & Toubro Ltd.

36 Vol 4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

1.3 I301.KK34.0.0.TH.TS.WD110 Feed seawater to desalination plant b.l. Condition ; as per vendor requirements min. Pressure required for mvc is 3 kg/cm2-g . Kindly accept the same

3 kg/cm2 shall be considered for feed sea water to desalination plant.

Larsen & Toubro Ltd.

37 Vol 4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

1.3 I301.KK34.0.0.TH.TS.WD110 MVC reject to sea, b.l. Condition ; it seems that 4.5 kg/cm2-g too high. Preliminary pressure designed for 3 kg/cm2-g.Kindly accept the same

Tender specification shall prevail

Larsen & Toubro Ltd.

38 Vol 4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

1.4 I301.KK34.0.0.TH.TS.WD110 Desalinaton plant's Compressors are Per our Vendor's IP and Conform To very strict Internal Standards.We Are Using This Standard Successfully In All Of Our Units Including The 4 Units Currently Installed In NPCIL. We request you to kindly allow for supplier's standards to be conformed which would meet all the requirements of NPCIL.

Acceptable, Subject to the componenets are meeting the tender specifcations and performance requirement.

Larsen & Toubro Ltd.

39 Vol 4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

1.4 I301.KK34.0.0.TH.TS.WD110 Blowers: Bidders propose For acceptance of Equivalent Standards As Well

Acceptable, Subject to the componenets are meeting the tender specifcations and performance requirement.

Larsen & Toubro Ltd.

40 Vol 4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

1.4 I301.KK34.0.0.TH.TS.WD110 Evaporators: Bidders propose For acceptance of Equivalent Standards As Well

Acceptable, Subject to the componenets are meeting the tender specifcations and performance requirement.

Larsen & Toubro Ltd.

41 Vol 4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

1.4 I301.KK34.0.0.TH.TS.WD110 As per tender documents, it is mentioned thay API standards are to be followed in centrifugal pumps, dosing pumps & PHE for all water tretament packages.Generally API stds are to be followed for equipments for oil & Gas Industry service. Hence API std will not be followed for the above equipments of water treatment packages. Please confirm.

Acceptable, Subject to the componenets are meeting the tender specifcations and performance requirement.

Larsen & Toubro Ltd.

42 Vol 4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

1.6 I301.KK34.0.0.TH.TS.WD110 Minimum turndown that most MVC supplier's offer is 60% per train. Less than this causes the compressor to choke and further adds troubles to endusers. Request you to kindly change the criteria to 60%.

Minimum turn down capacity of each MVC train of Desalination plant shall be 50%.

Larsen & Toubro Ltd.

43 Vol 4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

1.7 I301.KK34.0.0.TH.TS.WD110 Vapour compressor: Vendor recommend using a compressor with casing integral to the vessel for better performance (lower pressure losses) and a smaller footprint.Same design accepted and used in unit 1&2. Kindly allow the supplier's for freedom in design of MVC units.

Can be used provided it meets the technical specification and performance requirement.

33 / 37

Page 214: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

44 Vol 4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

1.7 I301.KK34.0.0.TH.TS.WD110 Equipment list: Multi-effect evaporators MOC for the tubes and tube plates: Industry standard moc is aluminum which has a higher heat transfer coefficient. Concerns about errosion can be aleviated by making the top rows of tubes out of titanium. Vendor has been using this standard successfully in all of the thermal seawater desalination plants for the past 50 years. Kindly accept to change the MoC to aluminium as this would increase the overall efficieny of the unit as well.

The minimum Upper/top 3 rows of heat transfer tubes of multi effect evaporators are of Titanium alloy and lower rows of heat transfer tubes are of Aluminium.

Larsen & Toubro Ltd.

45 Vol 4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

1.7 I301.KK34.0.0.TH.TS.WD110 Equipment list, multi-effect evaporators. Moc for the evaporator shell material: Vendor proposed moc is cs with internal epoxy painting and external coating . Vendor have used this standard successfully in all of our thermal seawater desalination plants and in the 4 units currently operated in KKNPP 1&2. MVC operating conditions are based on vacuum. The lining specified in the tender is not suitable for vacuum conditions and is brittle which may cause cracks afterwhich the lining cannot be repaired. Kindly accept the change of MOC

MOC for the MVC evaporators of Desalination plant ,CS with intrnal epoxy painting along sacrificial anode cathodic protection and externally coated can be used.

Larsen & Toubro Ltd.

46 Vol 4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

1.7 I301.KK34.0.0.TH.TS.WD110 Equipment list, compressor MOC: Vendor supplied rotor is made out of aluminum for better unit performance and has been tested and tried over for the past 50 years. Vendor have used this standard successfully in all of our plants for over 50 years including the 4 units currently installed in KKNPP 1&2. as per its mentioned as duplex material . Kindly accept the change of MOC.

Can be used provided it meets the technical specification and performance requirement for design life.

Larsen & Toubro Ltd.

47 Vol 4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

1.7 I301.KK34.0.0.TH.TS.WD110 Equipment list, brine disposal and product water pump's MOC: SS316 shall be used in place of Duplex SS for dearated brine and certainly not for the distiled water.Kindly confirm.

For product water pump SS316L material can be used and for brine disposal pump tender specification shall prevail

Larsen & Toubro Ltd.

48 Vol 4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

1.7 I301.KK34.0.0.TH.TS.WD110 Equipment list for all chemical dosing tanks & pumps: Usually the supply is PP / HDPE / PVC / PTFE materials instead of SS or Titanium where chemically possible. This alternative has lower maintenance and lower costs and no compromise on the perfomance and results.Please confirm to the MOC.

PP / HDPE / PVC / PTFE materials instead of SS or Titanium can be used.

Larsen & Toubro Ltd.

49 Vol 4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

1.17 I301.KK34.0.0.TH.TS.WD110 Air supply failure: We recommend using pneumatic actuators to reduce the price of the units. This standard has been successfully used in many of our units including the 4 units currently operated in NPCIL. If needed, we can install a redundant air compressor.

Pneumatic actuators can be used.

34 / 37

Page 215: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

50 Vol 4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

5.3 I301.KK34.0.0.TH.TS.WD044 We recommend that the plate minimum thickness wil be reduced to 0.5mm since this is enough from a mechnical standpoint. From a process standpoint this will allow better heat transfer and from a financial standpoint this will reduce the cost of the units. This standard does not compromise on the perfomance of the unit though and only further optimizes the solution offering.

Minimum Thickness of 0.5mm can be used for plate type heat exchanger of Desalination plant subject to the componenets are meeting the tender specifications.

Larsen & Toubro Ltd.

51 Vol 4, C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

1.3 I301.KK34.0.0.TH.TS.WD111 Potable water quality -Only a pH range and Ca as ion < 75 ppm was given and to follow WHO standards however no other parameters were defined. Please provide clear values for Ca concentration with minimum level as well, alkalinity and LSI. In relation to the above, is the sodium carbonate system actually necessary ?

Tender specification shall prevailLSI values should be positive.

Larsen & Toubro Ltd.

52 Volume_3_Section_C_2_3_C1.1 scope of work

3.1 (f) - Page no.4 of 19, 3.2(e) - Page no. 10 of 19& 4.3 -page no.18 of 19

Scope of works for Electrical system - I02.KK34.0.0.PR.TT.PR001

As per clause 3.1 (f) it is understood that - Design & detailed engineering of cable trays & supports inside the buildings is already done by Purchaser and the same shall be shared with successful bidder and bidder scope limits to only supply of cable trays as per the purchaser's cable tray design. Please confirm.

As per clause 4.3 it is understood that - Design, detail engineering & installation of cable trays & supports between the buildings and routed over the Trestle in the auxiliary area is in contractor scope. However supply of cable trays to be routed over the process trestle (Purchaser's structure) is excluded. Kindly confirm.

Agreed. Tender specification mentions the same.

Larsen & Toubro Ltd.

53 Volume_3_Section_C_2_3_C1.1 scope of work

3.2(a) -page no.9 of 19 Scope of works for Electrical system - I02.KK34.0.0.PR.TT.PR001

Bidder is free to choose between SF6 or VCB circuit breaker for 6kV switchgears. Kindly confirm.

Both type of CBs are acceptable

Larsen & Toubro Ltd.

54 Volume-7a/7b - Section C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

3.4, page 10 of 36 Job Specification of Electrical equipment's - I02.KK34.0.0.PR.TT.PR002

Please clarify whether Group-III power supply system falls under seismic category III or II ,since interruption/failure of same shall not affect the safety of reactor for long duration.

All electrical items in this tender fall under the siesmic category 2.

Larsen & Toubro Ltd.

55 Volume_11_Section_C13_14_15 - C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.3_Electrical

General I301.KK34.0.0.ET.OKS.WD008_R1Overall Electrical bus duct and cable layout - balance of plant for KKNPP-3&4

As per I02.KK34.0.0.PR.TT.PR001_Scope of works of Electrical, Clause 4.1, page 17 of 19 - Power & control cables, OFC cables and its associated cable trays & supports between 0UBS and 03UBG building is excluded.

Hence it is assumed that cable trench (including one road crossing tunnel) inside the auxiliary package area in which the above mentioned cables & trays are to be routed, is also excluded from the scope of tender. Kindly confirm

External Cabling between 0 3 UBG, a building not covered in this package, and 0 UBS, a building covered in the scope of this package, is not included in the scope of this Package. However, any external cabling (cable laying) between the buildings, both of which are part of this package, are included in the scope of this package except the places where Purchaser Trestle shall be used.

35 / 37

Page 216: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

56 Volume-7a/7b - Section C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

6.1.6 - Page no. 4 of 38 I02.KK34.0.0.ET.TT.PR001_R1Cable system & cabling guidelines

Please provide the details of critical system/equipment where three hour fire rating Fire survival cables to be used.

Requirement of Fire Survival Cables, per se, is not specifically mentioned, but the requirement, if any, is to be ascertained by the Designer and the same shall be provided, if the same is felt to be necessary to meet the design intent of the specifications.

Larsen & Toubro Ltd.

57 Volume-7a/7b - Section C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

1.2 I02.KK34.0.0.ET.TS.PR019_R2 - Technical specification for GRP cable trays

As per specification, Bidder understand that GRP type cable trays shall be used for outdoor areas exposed direct to atmosphere only. However GI type trays shall be provided inside plant buildings. Kindly confirm

Area of GRP Trays are well defined in the tender document & the same shall prevail

Larsen & Toubro Ltd.

58 Volume-7a/7b - Section C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

6.5I02.KK34.0.0.ET.TS.PR004_R2 - Technical Specification for Lighting system &

As per lighting system specification, concealed / surface type of conduits shall be adopted for Lighting and Receptacles & Fire alarm inside buildings. Hence no wire mesh trays are envisaged for loads as bought above.

However branching of cables from main route to individual loads other than above shall be routed via Wire mesh trays. Kindly confirm

Concealed wiring is not envisaged in the scope of this package, except in control rooms.Lighting, receptacle, fire alarm, etc. cabling - shall be carried out using wire mesh structure, as specified in the Technical specifications.

Larsen & Toubro Ltd.

59 Volume-7a/7b - Section C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

3.3.7, Page 10 of 36 Job Specification of Electrical equipment's - I02.KK34.0.0.PR.TT.PR002_R0

Kindly provide the list of RF loads available in the Auxiliary area and Main plant area. Also confirm the scope of Power & control cables, Cable trays for the above RF loads if any.Moreover bidder not able to find any RF load details in overall SLD I301.KK34.0.0.ET.OKP.WD004. Hence please confirm

RF load would be informed to the successul bidder as mentioned in the specification. However, an approximate rating of the switchgear/transformer is already given in the SLD.

Larsen & Toubro Ltd.

60 Volume-7a/7b - Section C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

5.4.5, Page 9 of 24 I02.KK34.0.0.ET.TS.PR023_Technical Specification of Dry type Auxiliary & Lighting transformers

As per the clause referred, bidder tend to propose Directly coupled Dry type transformers to PMCC eliminating the use of LV Busducts. The transformers LV side terminals shall be direct busbar connected with 415V PMCC switchgears through Cu bus bars. The same shall be finalized during detail engineering. Please confirm.

Specfication clause shall prevail

Larsen & Toubro Ltd.

61 Volume-7a/7b - Section C2-Tech Specs_C-2.3-Electrical_C 2.3.2_Datasheet

1.11 (b), page 2 of 19 I02.KK34.0.0.ET.DS.PR001_R1 Datasheet for 415V switchgear

As per IEC 61439, recommended maximum peak value shall be 105kA for 415V system with 50kA (rms) for one second . Kindly confirm.

Agreed.

36 / 37

Page 217: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDERR

QUERYNO. TENDER SECTION NO. REFERENCE CLAUSE

NO.TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM L&T

Larsen & Toubro Ltd.

62 Volume_5_Section_C_5 I301.KK34.0UQR.QKA.AB.DS.WD001 & I301.KK34.0.OUQR.QKA.AB.TS.WD001

In process datasheet, chiller control is specified as PLC based whereas in Chiller specification it is specified as "controller shall be field programmable microprocessor based or PLC based." Please clarify

Refer to I02.KK34.0.0.AP.AL.PR001 for PLC system configuration diagram of chilled water system.In addition to LCP (PLC based), machine control panel shall be provided which is microprocessor based and shall be fully wired and mounted on chiller. Selector switch shall be provided in LCP to select PLC based control (for remote control) or machine panel control (for local control).

37 / 37

Page 218: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Page 1 of 7

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

LANCO INFRATECH LIMITED PRE-BID: COMMERCIAL QUERIES NAME OF

THE BIDDER

QUERY

NO.

TENDER SECTION

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 LANCO INFRATECH LIMITED

1 Section -A; ITT

2.5 h (II) As per the contract conditions Performance Security Bond needs to be submitted by the successful Bidder which shall remain valid till expiry of warranty period hence we request NPCIL to consider release of IPBG to Bidder on submission of Performance Security Bond OR consider lowering PBG amount by IPBG amount Major sub-contractors shall be finalised after award of contract as per the approved list of NPCIL.

Refer Prebid response of Commercial Queries.

2 Section-A; ITT

12.2.2 Conducting meeting and preparing MOM with sub-contractors may not be feasible at the technical bid evaluation stage as we might be working with multiple sub-contractors, hence we request NPCIL to revise this clause accordingly.

Refer Prebid response of Commercial Queries.

Page 219: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Page 2 of 7

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

LANCO INFRATECH LIMITED PRE-BID: COMMERCIAL QUERIES NAME OF

THE BIDDER

QUERY

NO.

TENDER SECTION

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 LANCO INFRATECH LIMITED

3 Section-B-2; SCC

Clause No. 5 paragraph 2 of SCC

Price Adjustments should be allowed in case the delays are beyond the control of bidder, not directly attributable to Bidder and is because of Force Majeure event.

Refer Prebid response of Commercial Queries.

LANCO INFRATECH LIMITED

4 Section-B-2; SCC

Clause No. 8 of SCC

Liquidated damages shall be applicable on the base price excluding all taxes & duties i.e. service tax also. Please confirm

Refer Prebid response of Commercial Queries.

LANCO INFRATECH LIMITED

5 Section-B-2; Annexure-A of SCC

Clause 5.9.1 (b).1, 5.9.1 (b).2 & 5.9.1 (b).3 and 5.9.4 (b).1, 5.9.4 (b).2 & 5.9.4 (b).3

As per the stated clause, payment for the completion of milestone activities is proposed to be released against submission of equivalent amount of Bank Guarantees. As the stated payment is against completion of milestone activities in accordance to approved billing schedule and is not an advance payment hence we request NPCIL to review the requirement of Bank Guarantee and amend the contract clause accordingly.

Refer Prebid response of Commercial Queries.

Page 220: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Page 3 of 7

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

LANCO INFRATECH LIMITED PRE-BID: COMMERCIAL QUERIES NAME OF

THE BIDDER

QUERY

NO.

TENDER SECTION

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 LANCO INFRATECH LIMITED

6 Section-B-2; Annexure-A of SCC

Clause 5.9.8 (b).1

The stated milestone payment of 5% against completion of engineering activities _______ etc. is not an advance payment hence we request NPCIL to review the requirement of Bank Guarantee and amend the contract clause accordingly.

Refer Prebid response of Commercial Queries.

LANCO INFRATECH LIMITED

7 Section-B-1; GCC

Clause 3.4.2 (d)

GCC/EPC-4/Rev.2 We understand that value of performance security bond shall be reduced and only be extended for the value of repair/ replaced and/ or facilities if any, after the expiry of contractual defect liability period. Please confirm.

Refer Prebid response of Commercial Queries.

LANCO INFRATECH LIMITED

8 Section-B-1; GCC

Clause 5.4.5 GCC/EPC-4/Rev.2 We request NPCIL to consider price adjustment for spares, tools, tackles and accessories Engineering charges, testing charges, analysis charges etc during the contractual delivery period or the extension thereof in case the delays are not directly attributable to Bidder.

Refer Prebid response of Commercial Queries.

Page 221: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Page 4 of 7

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

LANCO INFRATECH LIMITED PRE-BID: COMMERCIAL QUERIES NAME OF

THE BIDDER

QUERY

NO.

TENDER SECTION

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 LANCO INFRATECH LIMITED

9 Section-B-1; GCC

Clause 5.5.1 (b)

GCC/EPC-4/Rev.2 We request purchaser to review the sub-script '1' for price adjustment as it should be 90 days to prior to dispatch, for material component.

Refer Prebid response of Commercial Queries.

LANCO INFRATECH LIMITED

10 Section-B-1; GCC

Clause 5.13.2 (a)

GCC/EPC-4/Rev.2 We request NPCIL to make payment within 30 days of receipt of Invoice and supporting documents. Interest as per the prevailing PLR/ LIBOR (As applicable) shall be paid by NPCIL for any delay beyond 30 days. Please confirm.

Refer Prebid response of Commercial Queries.

Page 222: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Page 5 of 7

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

LANCO INFRATECH LIMITED PRE-BID: COMMERCIAL QUERIES NAME OF

THE BIDDER

QUERY

NO.

TENDER SECTION

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 LANCO INFRATECH LIMITED

11 Section-B-1; GCC

Clause 6.2.1 (a), (b) and (c )

GCC/EPC-4/Rev.2 We understand that LD conditions mentioned are considering that in case the project is delayed beyond the contractual agreed date for the reasons not attributable to Bidder, different rates shall be applicable depending on the delays beyond contractual period i.e. in case project is delayed beyond 1 years from contractual date (56 months + 12 months) LD rate applicable shall be 0.5% per week or part thereof after expiry of (56 months + 12 months). Please confirm. Similar clause shall be applicable for milestone deliveries, if any.

Refer Prebid response of Commercial Queries.

LANCO INFRATECH LIMITED

12 Section-B-1; GCC

Clause 6.4.5 GCC/EPC-4/Rev.2 We request NPCIL to accept Latent Defect Liability for 3 years from the expiry of defect liability period without any security Bank Guarantee to optimise the overall project cost.

Refer Prebid response of Commercial Queries.

Page 223: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Page 6 of 7

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

LANCO INFRATECH LIMITED PRE-BID: COMMERCIAL QUERIES NAME OF

THE BIDDER

QUERY

NO.

TENDER SECTION

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 LANCO INFRATECH LIMITED

13 Section-B-1; GCC

Clause 21.1 GCC/EPC-4/Rev.2 We request NPCIL to incorporate provision for suspension of work by contractor in case of: - Failure to certify the bills/ approvals within the agreed period under contract - Failure to make payment within the agreed period under contract Further, in case of such suspension provision specified under clause 21.1.2 shall also be applicable in regard to time extension and compensation.

Refer Prebid response of Commercial Queries.

LANCO INFRATECH LIMITED

14 Section-B-1; GCC

Clause 21.5 GCC/EPC-4/Rev.2 We request NPCIL to incorporate provision for termination of work by contractor in case of: - Failure to certify the bills/ approvals within the agreed period under contract - Failure to make payment within the agreed period under contract

Refer Prebid response of Commercial Queries.

Page 224: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Page 7 of 7

NUCLEAR POWER CORPORATION OF INDIA LIMITED DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,

COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

LANCO INFRATECH LIMITED PRE-BID: COMMERCIAL QUERIES NAME OF

THE BIDDER

QUERY

NO.

TENDER SECTION

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.

DESCRIPTION OF THE QUERY

RESPONSE FROM NPCIL

1 2 3 4 5 6 7 - Prolonged suspension - Substantial failure to perform obligations Further, in case of such termination provision specified under clause 21.2 shall also be applicable in regard to compensation along with sub-vendors & sub-contractors claim should be payable.

LANCO INFRATECH LIMITED

15 Section-B-1; GCC

Clause 21.5.9, 21.5.10

GCC/EPC-4/Rev.2 We request NPCIL to incorporate provision for returning the performance security bond in case of termination of contract as per purchaser convenience. Similarly compensation provision should be provided in case the termination of contract is as per the convenience of purchaser.

Refer Prebid response of Commercial Queries.

Page 225: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERYNO.

TENDER SECTION

REFERENCECLAUSE NO.

TECHNICAL SPECIFICATION NO.

/ COMMERCIAL REF. NO.DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7

Lanco Infratech Ltd. 1 Vol 3 /40 Section(2)  Vol 9

2.1   C 2.6.1_Civil Plot Plan

02-Structural Scope of Work-I301.KK34.0.0.PR.TT.P021 40 SECTION_C_Separator (11)

Please provide the size and location on plot plan for buildings with KKS code 02UGM to 06UGM, 04UGT to 08UGT, 0 1UGV/0 2UGV/0 4UGV to 0 15 UGV

02UGM to 06UGM are pump stations in outdoor network GMA. 04UGT to 08UGT are pump stations in outdoor network GQD. 0 1UGV/0 2UGV/0 4UGV to 0 15 UGV are pump stations in outdoor network GQA. Size and location details are to be finalized by the EPC contractor based on his design suiting the overall layout.

Lanco Infratech Ltd. 2 Vol 3 /40 Section(2)

3.8.6 03-Architecture Scope of Work-I301.KK34.0.0.PR.TT.P030

Please provide the size and location of stores, warehouses and storage facilities where vehicular movement and loading/unloading takes place. Please provide the size and location of vehicle parking with respect to the building/sheds in order to assess the covered access required.

Warehouse management and material handling is in the scope of the contractor.Contractor will be provided barren land within the Site boundary for setting up of Contractor's Infrastructure, including warehouse/ stores.

Lanco Infratech Ltd. 3 Vol 3 / 40 Section(3)

6.1 and 6.2 C2-Tech Specs_C-2.1-Civil Major foundations for structures in Main Plant Area is on Shallow Foundations with given bearing capacity in the Geotechnical design basis. Please confirm that no piling is envisaged for any structure.`

 The Geotechnical Investigation report generated by the contractor containing all necessary assessments related to geo-technical design shall be the basis for selection of type of foundations. However there was no need for pile foundations in the adjoining KKNPP Units 1&2.

Lanco Infratech Ltd. 4 Vol 3 / 40 Section(3)

5 C2-Tech Specs_C-2.1-Civil Please provide ground contour drawing as referred herein.

Drawing showing the spot level plan is uploaded in folder 1 of folder 5 along with prebid responses.

NUCLEAR POWER CORPORATION OF INDIA LIMITEDDESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,COMMISSIONING, HANDING OVER AND PERFORMANCE

FORMAT FOR RAISING TECHNO-COMMERCIAL QUERIES BY THE BIDDER FOR PRE-BID PURPOSES

Appendix ‘Y’

SET-1 on 17/08/16

Lanco Infratech Ltd. Pre bid query Section -Civil

1/7

Page 226: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERYNO.

TENDER SECTION

REFERENCECLAUSE NO.

TECHNICAL SPECIFICATION NO.

/ COMMERCIAL REF. NO.DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL

Lanco Infratech Ltd. Pre bid query Section -Civil

Lanco Infratech Ltd. 5 Vol 3 / 40 Section(3)

9 01-TS_for geo technical design Please provide corrosion protection system to be coated on the foundations and the structures below grade level.

Type of corrosion protection shall be based on the aggressiveness of soil/ground water as established during confirmatory geotechnical investigations (included in the scope of EPC contractor).

Lanco Infratech Ltd. 6 Vol 3 / 40 Section (3)

9 4.1.1 01-TS_for geo technical design02-TS_for Civil General

Minimum cement content is 350 kg/cu.m as perTS_Geotechnical Design and 320 kg/cu.mas per TS_for civil General. Please confirm whether it is 350 or 320 kg/cu.m.

 Min. Cement content shall be based on the exposure conditions as per Table 5 of IS 456:2000. However min. cement content in any case shall not be less than 320 Kg per cu.m. in case of reinforced concrete and 250 Kg per cu.m. in case of plain concrete

Lanco Infratech Ltd. 7   Note no. 10 NPCIL Drg. No. I301.KK34.0.GUD.AB.Ok.WD001 Rev R2

Please provide Technical Specifications for ROAD and the standard for compliance, if it is in our scope of works.

Construction of all roads are outside the bidders scope. However layout of roads within the auxiliary area are included in the bidders scope.

Lanco Infratech Ltd. 8 Vol 3 / 40 Section (3)

2.1 General 02-TS_for Civil General There is a mention of document no. I301.KK34.0.9.PR.TT.P022 titled “Scope of Works – Civil – Structural for Common Services Package”. Please elaborate on this document as we could not find it as a part of tender document.

The second sentence in 1st para of Section 2.1 shall be considered as deleted.

Reference documents for scope of works-Civil, shall be as listed Reference Document Matrix for Common Services Package (Annexure-2 to Document No: I02.KK34.0.0.TH.TS.PR 002-Technical Specification with system description and scope of BOP-Common Services)

Lanco Infratech Ltd. 9 Vol 9 C 2.6.1_Civil C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.1_Civil

Please provide the plot plan in AutoCAD version.  PDF version is covered in the folder "C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.1_Civil". Only pdf version (converted from autocad) will be provided. Please refer the updated pdf file of plot plan uploaded in folder 2.6.1 of folder 4 along with prebid responses.

SET-2 on 06/09/16

2/7

Page 227: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERYNO.

TENDER SECTION

REFERENCECLAUSE NO.

TECHNICAL SPECIFICATION NO.

/ COMMERCIAL REF. NO.DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL

Lanco Infratech Ltd. Pre bid query Section -Civil

LITL 1 Vol 3 /40 Section(2)  Vol 9

2.1   C 2.6.1_Civil Plot Plan

02-Structural Scope of Work-I301.KK34.0.0.PR.TT.P021 40 SECTION_C_Separator (11)

Please provide the size and location on plot plan for buildings with KKS code 02UGM to 06UGM, 04UGT to 08UGT, 0 1UGV/0 2UGV/0 4UGV to 0 15 UGV

02UGM to 06UGM are pump stations in outdoor network GMA. 04UGT to 08UGT are pump stations in outdoor network GQD. 0 1UGV/0 2UGV/0 4UGV to 0 15 UGV are pump stations in outdoor network GQA. Size and location details are to be finalized by the EPC contractor based on his design suiting the overall layout.

LITL 2 Vol 3 /40 Section(2)

3.8.6 03-Architecture Scope of Work-I301.KK34.0.0.PR.TT.P030

Please provide the size and location of stores, warehouses and storage facilities where vehicular movement and loading/unloading takes place. Please provide the size and location of vehicle parking with respect to the building/sheds in order to assess the covered access required.

Warehouse management and material handling is in the scope of the contractor.Contractor will be provided barren land within the Site boundary for setting up of Contractor's Infrastructure, including warehouse/ stores.

LITL 3 Vol 3 / 40 Section(3)

6.1 and 6.2 C2-Tech Specs_C-2.1-Civil Major foundations for structures in Main Plant Area is on Shallow Foundations with given bearing capacity in the Geotechnical design basis. Please confirm that no piling is envisaged for any structure.`

 The Geotechnical Investigation report generated by the contractor containing all necessary assessments related to geo-technical design shall be the basis for selection of type of foundations. However there was no need for pile foundations in the adjoining KKNPP Units 1&2.

LITL 4 Vol 3 / 40 Section(3)

5 C2-Tech Specs_C-2.1-Civil Please provide ground contour drawing as referred herein.

Drawing showing the spot level plan is uploaded in folder 1 of folder 5 along with prebid responses.

LITL 5 Vol 3 / 40 Section(3)

9 01-TS_for geo technical design Please provide corrosion protection system to be coated on the foundations and the structures below grade level.

Type of corrosion protection shall be based on the aggressiveness of soil/ground water as established during confirmatory geotechnical investigations (included in the scope of EPC contractor).

3/7

Page 228: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERYNO.

TENDER SECTION

REFERENCECLAUSE NO.

TECHNICAL SPECIFICATION NO.

/ COMMERCIAL REF. NO.DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL

Lanco Infratech Ltd. Pre bid query Section -Civil

LITL 6 Vol 3 / 40 Section (3)

9 4.1.1 01-TS_for geo technical design02-TS_for Civil General

Minimum cement content is 350 kg/cu.m as per TS_Geotechnical Design and 320 kg/cu.m as per TS_for civil General. Please confirm whether it is 350 or 320 kg/cu.m.

 Min. Cement content shall be based on the exposure conditions as per Table 5 of IS 456:2000. However min. cement content in any case shall not be less than 320 Kg per cu.m. in case of reinforced concrete and 250 Kg per cu.m. in case of plain concrete

LITL 7   Note no. 10 NPCIL Drg. No. I301.KK34.0.GUD.AB.Ok.WD001 Rev R2

Please provide Technical Specifications for ROAD and the standard for compliance, if it is in our scope of works.

Construction of all roads are outside the bidders scope. However layout of roads within the auxiliary area are included in the bidders scope.

LITL 8 Vol 3 / 40 Section (3)

2.1 General 02-TS_for Civil General There is a mention of document no. I301.KK34.0.9.PR.TT.P022 titled “Scope of Works – Civil – Structural for Common Services Package”. Please elaborate on this document as we could not find it as a part of tender document.

The second sentence in 1st para of Section 2.1 shall be considered as deleted.

Reference documents for scope of works-Civil, shall be as listed Reference Document Matrix for Common Services Package (Annexure-2 to

LITL 9 Vol 9 C 2.6.1_Civil C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.1_Civil

Please provide the plot plan in AutoCAD version.  PDF version is covered in the folder "C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.1_Civil". Only pdf version (converted from autocad) will be provided. Please refer the updated pdf file of plot plan in folder 2.6.1 of folder 4 uploaded along with prebid responses.

LITL 10 Vol 11 Additional Requirement to the Technical Specification

Volume_11_Section_C_13__14_15_40 SECTION_C_Separator (15)

Flow Sheets of System in Folder 1 and Folder 2 isnot available in the tender document.

Flow sheets are uploaded in folder 'Z Additional Requirement to the Technical Specification' of folder 4 along with prebid responses.

LITL 11 Vol 11 Additional Requirement to the Technical Specification – Excavation Details

Volume_11_Section_C_13__14_15_40 SECTION_C_Separator (15)

For building 0UTF the excavation line is shownwithin the building. There is basement (cable room)for which the excavation line must be outside thebuilding line. Please confirm that the excavation lineis outside the building outer line.

The sketch provides boundaries/levels of excavation being carried out by the customer for central buildings. Any additional excavation/ filling as required as per the design of the EPC contractor shall be in the scope of the contractor.

4/7

Page 229: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERYNO.

TENDER SECTION

REFERENCECLAUSE NO.

TECHNICAL SPECIFICATION NO.

/ COMMERCIAL REF. NO.DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL

Lanco Infratech Ltd. Pre bid query Section -Civil

LITL 12 Vol 3 40 Section ( 3 )

Page of 13 of 56

C2-Tech Specs_C-2.1-Civil 01-TS_for geo technical design

It is blank page in the soft copy. Please provide the location of BH-10. Please provide bore hole log data for the locations of 0UKU, 0UYB, 0UQR, if available with NPCIL.

Necessary clarifications in this regard are provided in Annexure-4 of document no. "I02.KK34.0.0.TH.TS.PR 002-Technical Specification with system description and scope of BOP-Common Services" (on pages 18 & 19 of 37, under B. Civil). As mentioned herein, these details can be seen in the office of ENC at KKNPP site

LITL 13 Vol 3 40 Section ( 3 )

2.16.0

01-TS_for geo technical design Please confirm the design of foundation shall be based on the soil investigation carried out by the bidder and the recommendations given in table 1, 2 and 3 are for not mandatorily to be followed by the bidder.

The Geotechnical Investigations report generated by the contractor shall contain all necessary assessments related to geo-technical design basis and shall be submitted to NPCIL for their review/approval. This report forms the basis for design of foundations. The net safe bearing capacities mentioned in the referred tables are the upper limits which shall not be exceeded.

LITL 14     General Please confirm whether area grading will be done by NPCIL or the Contractor?

All backfilling and area grading within auxiliary area and within the battery limits of rest of structures under present contract are within bidder's scope. Finished grade level around any structure shall be 150mm below the ground floor elevation of that structure (as mentioned in respective architectural drawings).

LITL site     General Please let us know the location of dump yard if envisaged in the Contract where the extra excavated material needs to be dumped.

Dumpyard area will be within the KKNPP site boundary.

5/7

Page 230: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERYNO.

TENDER SECTION

REFERENCECLAUSE NO.

TECHNICAL SPECIFICATION NO.

/ COMMERCIAL REF. NO.DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL

Lanco Infratech Ltd. Pre bid query Section -Civil

LITL 16     General Can we do minor changes in plot plan? Is it mandatory to strictly follow the plot plan?

The plant boundaries are fixed and cannot be altered. The outline/ overall plan size of Central common buildings (0 UTF, 0 UQR, 0 USV etc) shall not be exceeded. Any minor modifications within auxiliary area fencing can be considered subject to review and approval of NPCIL.

LITL 17     General In most of the drawings (Building/reservoirs) the levels are mentioned in the tender drawings. We understand that these are well defined and are mandatory to be followed by the Contractor. Please confirm.

Yes, these shall be followed

LITL 18 Vol 9 C 2.6.1_CivilNPCIL Drg.no. I301.KK34.0.000.WK.TT.P002

C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.1_Civil

In this plot plan, the O/H tanks of KK 1-2(existing), U/G tanks at township (existing), etc are shown beyond N500. Please exact location of these with respect Unit 3 and 4 of KKNPP.

We require the alignment of RIGHT of WAY for executing pipe works is acquired.Please confirm that we will have no responsibility for any land acquisition.

No land acquisition is required by the bidder and all required areas are in the possession of customer. Bidder shall inspect and verify the actual site conditions prior to submission of the bid. Bidder shall be provided necessary right of way for piping works

LITL 19 Vol 3 6.5 Concrete 03-I301.KK34.0.0.TH.TS.WD023 Please confirm that the specifications referred herein “Technical specifications Civil Structural Design” is the document 2 of the volume 3 i.e Specification no. I301.KK34.0.0.TH.TS.WD026

The Specification referred here is Specification No. I301.KK34.0.0.TH.TS.WD026-General Technical Requirements for Civil Design for Common Services Package.

6/7

Page 231: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERYNO.

TENDER SECTION

REFERENCECLAUSE NO.

TECHNICAL SPECIFICATION NO.

/ COMMERCIAL REF. NO.DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL

Lanco Infratech Ltd. Pre bid query Section -Civil

LITL 20 Vol 3   07-I301.KK34.0.AR.TS.WD034 Roof Treatment

The document applies to Roof Treatment works. There are given 3 different types of treatment. Please provide building wise the treatment expected from the Contractor.

Acceptable alternatives are elaborated in this reference. Design and selection of a suitable roof water proofing treatment including performance guarantee for a minimum period of 10 years, is the responsibility of EPC contractor.

LITL 21 Vol 3 2.1.1 (Page 10 of 82)

02-TS_for Civil General It is mentioned that the building accommodates a 15/3t EOT crane whereas in section 1-1 of drawing no. I301.KK34.0UQR.0.AR.0K. W0101 – Sheet 5/5, 25t EOT is shown. Please clarify.

Crane capacity is 25t

7/7

Page 232: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERYNO. TENDERSECTION REFERENCE

CLAUSE NO.TECHNICAL SPECIFICATIONNO. /

COMMERCIAL REF. NO. DESCRIPTIONOF THE QUERY NPCIL response

1 2 3 4 5 6 7Lanco Infratech Ltd.

1

Volume_4_Section_C__4_ - MechanicalC2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs,

 

Clause No.1.1 PURPOSE,

PAGE NO. : Page 2 of 43

12_TEC~1 - Desalination, DM and water plant system For initial start-up, steam for evaporating the sea water shall be supplied by small auxiliary boilers and during normal operating condition the mechanical energy supplied by the compressor shall be sufficient to evaporate the incoming sea water and auxiliary boilers shall be on standby mode then.

We understand that the auxiliary boiler along with all operating service (DM water supply, Oil supply system and all other services) shall be provided by client. Please also provide the terminal point of steam line for unit 3&4 desalination plant.

The meaning of initial start up is not first start up/commissioning of desalination plant but during start up of desalination unit. The start up boilers are part of desalination plant and shall be in the scope of EPC contractor along with other services

Lanco Infratech Ltd.

2

Volume_4_Section_C__4_ - MechanicalC2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs,

 

Clause No 1.2 SCOPE OF SUPPLY PAGE NO. : Page 3 of 43

12_TEC~1 - Desalination, DM and water plant system The Contractor’s scope of supply of equipments for Desalination plant system,DM plant system and Plant water treatment system in general shall be as given in System Description & Scope of Auxiliary plant Area (Doc no.I301.KK34.0.0.TH.TS.PR.0010)

Kindly provide Doc no.I301.KK34.0.0.TH.TS.PR.0010,

This doc is superseded by doc I02.KK34.0.0.TH.TS.PR002 (R0) and is enclosed as scope document with annexures.Please refer sr.no.11 of Annexure -4 of scope document I02.KK34.0.0.TH.TS.PR002

NUCLEAR POWER CORPORATION OF INDIA LIMITED

DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS,STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

Lanco Pre-bid query Section- Mechanical

1/1

Page 233: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERYNO. TENDERSECTION REFERENCE

CLAUSE NO.TECHNICAL SPECIFICATIONNO. /

COMMERCIAL REF. NO. DESCRIPTIONOF THE QUERY NPCIL response

Lanco Pre-bid query Section- Mechanical

Lanco Infratech Ltd.

3

Clause No.1.1 PURPOSE, PAGE NO. : Page 2 of 43

12_TEC~1 - Desalination, DM and water plant system The purpose of the DesalinationPlant is to remove dissolved minerals and salts from seawater to meet the feed waterrequirement of plant water treatment system and DM plant for KK 3-6 by desalinating sea water.

Design, civil works have to be done for KK 3-6 and equipment supply and erection and commissioning shall be done for KK 3 & 4.

Lanco Infratech Ltd.

 

Clause No 1.7 PROCESS DESCRIPTION PAGE NO. : Page 13 of 43

During phase II (KKNPP-5&6), additional 3 Numbers (3 working) chains will be provided each having capacity to produce 3,000 m3/day of desalinated water, i.e. the total desalinated water production of 9,000 m3/day during phase II. The standby chain provided during phase-I will act as common standby chain for phase I & II.

Confirmed

Lanco Infratech Ltd.

4

Volume_4_Section_C__4_ - Mechanical C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs,  

Clause No.1.1 PURPOSE, PAGE NO. : Page 2 of 34

10_TEC~1-Technical Specification for Oil Containing Water Treatment Plant. The main contributors of the waste water to the OCWT are listed below:Turbine building drains ( 01UMA,02UMA )

Please provide the waste water flow rate coming from Turbine area along with scheme and terminal details.

Please refer clause 2.12 & Clause 7 of document I301.KK 34.0.GMA.TS.WD001 for the waste water details.

Lanco Infratech Ltd.

5

Volume_4_Section_C__4_ - Mechanical C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs,

Clause No.1.7 PROCESS DESCRIPTION PAGE NO. : Page 7 of 34

10_TEC~1-Technical Specification for Oil Containing Water Treatment Plant. All the oily water drainage collected through the GMA network from the various buildings of unit KK 3-6 shall be collected in a common well before entering into common oil containing water treatment plant (0 1UGM) where this waste water shallbe treated.

We understand that GMA network and OCWTP shall be provided for unit 3&4. Kindly confirm

As indicated in the referred clause oil containing water treatment plant shall be designed & constructed for four units KK- 3 to 6. GMA net work shall be constructed for KK 3 &4 and up to battery limit of KK 5 & 6. For detailed scope refer clause 1( page 1 of 24) document I301.KK 34.0.GMA.TS.WD001

Volume_4_Section_C__4_ - MechanicalC2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs,

 

We understand desalination and DM plant & plant water system only for unit 3 & 4. We also clarified that we have consider only space provision in unit 3&4 Desalination building, however equipment for unit 5&6 are not in our scope of work.

2/2

Page 234: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERYNO. TENDERSECTION REFERENCE

CLAUSE NO.TECHNICAL SPECIFICATIONNO. /

COMMERCIAL REF. NO. DESCRIPTIONOF THE QUERY NPCIL response

Lanco Pre-bid query Section- Mechanical

Lanco Infratech Ltd.

6

Volume_10_Section_C__12_\C2-Tech Specs_C-2.6  Dwgs_P&ID_ILD_C 2.6.2_Mech\C 2.6.2_Mech\H 

  A209-17-41-304-0101. CO2 Generation System

We understand Co2 Generation plant is not in bidder scope of work. Please confirm

CO2 recovery / generation is part of desalination and plant water treatment system. Refer page 15 of I301.KK34.0.0.TH.TS.WD110 and is in scope of present EPC work.

Lanco Infratech Ltd.

Volume_10_Section_C__12_\C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.2_Mech\C 2.6.2_Mech\H 

  A209-17-41-304-0101.Lime Storage tank As per Process flow diagram total no. of lime stone filters are indicated as 4W + 1 S. But as per technical datasheet it is indicated as 2w + 1s only.Please confirm the Quantity.

The supply scope of present work involves only 2W+1S lime stone filter for two units of KK-3&4. However, design has to be done 4W+1S limestone filter for KK 3 to 6

Lanco Infratech Ltd.

8

Volume_10_Section_C__12_\C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.2_Mech\C 2.6.2_Mech\H

  A209-17-41-304-0101.Potable water tanks

Please Confirm the no of potable water Storage tank to be install by the bidder.Two(2) or One(1).

One(1) tank for unit 3&4. Refer page 26 of 43 of Tech spec. of Diesal,DM and potable water treatment plant.However the design has to be done for four units KK 3 to 6 (one tank for unit-3&4 and one tank for unit-5&6).

Lanco Infratech Ltd.

9

Volume_10_Section_C__12_\C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.2_Mech\C 2.6.2_Mech\H

  A209-17-41-320-0101.AndA209-17-41-320-1111Desalinated water storage Tank

Please Confirm the no of Desalinated water storage Tank to be install by the bidder.Two(2) or One(1).

One(1) tank for unit 3&4. Refer page 17 of 43 of Tech spec. of Diesal,DM and potable water treatment plant.However the design has to be done for four units KK 3 to 6 (one tank for unit-3&4 and one tank for unit-5&6).

Lanco Infratech Ltd.

10

Volume_10_Section_C__12_\C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.2_Mech\C 2.6.2_Mech\H

  A209-17-41-304-0101., A209-320/314/304-17-41-SP-0001. AndA209-17-41-DS-0002Potable water Transfer Pump.

Please Confirm the no of Potable water transfer pump to be install by the bidder.Six(6) or Five(5) or three(3).

Three(2W+ 1S) for unit-3&4. Refer page 15 & 26 of 43 of Tech spec. of Diesal,DM and potable water treatment plant.The design has to be done for KK 3 to 6 with total 5 pumps.

3/3

Page 235: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERYNO. TENDERSECTION REFERENCE

CLAUSE NO.TECHNICAL SPECIFICATIONNO. /

COMMERCIAL REF. NO. DESCRIPTIONOF THE QUERY NPCIL response

Lanco Pre-bid query Section- Mechanical

Lanco Infratech Ltd.

11

Volume_10_Section_C__12_\C2-Tech Specs_C-2.6  Dwgs_P&ID_ILD_C 2.6.2_Mech\C 2.6.2_Mech\H

  A209-17-41-314-0101.ANDA209-17-41-DS-0002MB Vessel

Please Confirm the no of MB Vessel to be installed by the bidder.Five(5) or Three(3).

Three(2W+ 1S) for unit-3&4. Refer page 20 of 43 of Tech spec. of Diesal,DM and potable water treatment plant.The design has to be done for KK 3 to 6 with total 5 no. of MB.

Lanco Infratech Ltd.

12

Volume_10_Section_C__12_\C2-Tech Specs_C-2.6  Dwgs_P&ID_ILD_C 2.6.2_Mech\C 2.6.2_Mech\H

  A209-17-41-314-0101.ANDA209-17-41-DS-0002MB Regeneration Pumps.

Please Confirm the no of MB Regeneration Pumps to be installed by the bidder.Three (3) or Two(2).

2working +1 standby as mentioned in the P&ID shall prevail.

Lanco Infratech Ltd.

13

Volume_10_Section_C__12_\C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.2_Mech\C 2.6.2_Mech\H

  A209-17-41-314-0101.ANDA209-17-41-DS-0002DM Water Transfer Pumps

Please Confirm the no of DM Water Transfer Pumps to be installed by the bidder.Five(5) or Three(3).

Three(2W+ 1S) DM water transfer pump for KK3&4. Refer page 21 of 43 of Tech spec. of

Diesal,DM and potable water treatment

Lanco Infratech Ltd.

14

Volume_4_Section_C__4_ - Mechanical C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs, 

Clause No.2.2.5 PAGE NO. : Page 9 of 41

15_I301.KK34.0.SGA.TS.WD001=eR0.Doc. SGB system is not in this technical specification. Design of this system is in the scope of Russian Federation however tapping shall be terminated at 1.0 away from the battery limit.

In the terminal point we will provide only butt weld pipe joint for interconnection. Kindly confirm 

Confirmed

Lanco Infratech Ltd.

15

Volume_4_Section_C__4_ - Mechanical C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs, AND1-EQ.LAYOUT_FWPH_SGA.AB.OK.WD005=eR0

Clause No.1 PAGE NO. : Page 1 of 41

15_I301.KK34.0.SGA.TS.WD001=eR0 The scope also includes the detailing of fire water pump house and the equipmentshoused in this building for supply of fire water to the entire plant of KK 3-4 with a provision of equipments for KK 5-6.

We understand that the fire protection system shall be provided only for unit 3 & 4. We have consider only space provision in unit 3&4 fire water pump house, however equipment for unit 5&6 are not in our scope of work.

Confirmed. Bidder has to consider only space provision in unit 5&6 in fire water pump house, however equipment for unit 5&6 are not in scope of work.

4/4

Page 236: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERYNO. TENDERSECTION REFERENCE

CLAUSE NO.TECHNICAL SPECIFICATIONNO. /

COMMERCIAL REF. NO. DESCRIPTIONOF THE QUERY NPCIL response

Lanco Pre-bid query Section- Mechanical

Lanco Infratech Ltd.

16

Volume_4_Section_C__4_ - Mechanical C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs, 

Clause No.1 PAGE NO. : Page 1 of 41

15_I301.KK34.0.SGA.TS.WD001=eR0 The Automatic Fire Protection System (AFPS) consists of fire sensors, local firecontrollers, master controllers, annunciation units, door sensors, associated cables for allplant buildings.

Confirmed

Lanco Infratech Ltd.

 

Volume_240 Section ( 1 ) Scope Document With Annexures 

Clause No.3.12 PAGE NO. : Page 13 of 60

Fire detection and alarm system is excluded from the contractor scope.

Confirmed

Lanco Infratech Ltd.

17

Volume_4_Section_C__4_ - Mechanical C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs,  

Clause No.2.2.3 PAGE NO. : Page7 of 41

15_I301.KK34.0.SGA.TS.WD001=eR0 The utilization of the spray water is envisaged in the automatic fire-fighting system forCable Structures, Oil Storage Facilities and Oil Transformers as per codal requirement.

Please provide the list of cable structures area and Oil storage tanks & transformers list where automatic fire fighting system is required.

Refer clause 7.4 of technical specification for structures, systems & equipment where automatic fire fighting system is required.

Lanco Infratech Ltd.

18

  Clause No.2.2.3 PAGE NO. : Page8 of 41

Medium velocity water spray systemshall be provided for cable floor / shaft areas as per NFPA / TAC for Water Spraysystem, the same shall be actuated through smoke detectors

Please clarify the detection system (smoke detector , LHS cable) required for MVW and HVW and Gas system shall be provided by bidder. The fire alarm panel required for these detection systems shall be provided by us or others. Please clarify.

detection system (smoke detector , LHS cable) & fire alarm system required for MVW and HVW and Gas system are not in the scope of this work, however contractor has to provide inputs for fire detectin and alarm system such as fire load.

We understand that complete detection system for the entire plant is not in the Bidders scope of work. Please confirm

5/5

Page 237: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERYNO. TENDERSECTION REFERENCE

CLAUSE NO.TECHNICAL SPECIFICATIONNO. /

COMMERCIAL REF. NO. DESCRIPTIONOF THE QUERY NPCIL response

Lanco Pre-bid query Section- Mechanical

Lanco Infratech Ltd.

20 Volume_4_Section_C__4_\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

2.2.4 15-I301.KK34.0.SGA.TS.WD001 Automatic fire extinguishing------spray system

We are considering fire protection for 33 no’s of building as mentioned in the table ( NPCL scope). For other buildings (RF scope) only tapping for spray & hydrant system shall be provided by the Bidder. Pl confirm.

Confirmed

Lanco Infratech Ltd.

21 Volume_4_Section_C__4_\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

13PAGE NO. : Page37of 41

15-I301.KK34.0.SGA.TS.WD001 List of drg. & Datasheet:

 Pls. provide :- P&ID ,PFD & Indicative layout for SGC,SGE &SGF .

This shall be design and engineered by bidder of this scope of work.

Lanco Infratech Ltd.

22 Vol - 3\40 Section ( 2 )\C1-Scope of Supply and Work_C1.1 scope of work

Clause N0 1.0 TECHNICAL COMPLIANCEPage 3 of 8

0.0.MP.QN.PR002. Confirm that initial fill and extra quantity for top-up of allconsumables, chemicals, lubricants etc. required during pre-commissioning and commissioning of Equipments / Systems have been included in proposal.

We have considered chemical, lubricant, consumables up to hand over and trial run of the each package system.Kindly confirm

Confirmed

Lanco Infratech Ltd.

23 Volume_4_Section_C__4_\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

1 A209-311-14-42-ps-0001 We understand that intermediate tank storage for DG sets is not in Bidder’s scope. please confirm

Confirmed. Intermediate storage tanks (1-4UEJ, 05UEJ) for DG sets are not in the scope of this work.

Lanco Infratech Ltd.

24 Volume_4_Section_C__4_\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

1 A209-311-14-42-ps-0001 We understand that the piping terminal point for diesel supply pumps shall be at the battery limit of auxiliary area. Please confirm.

No. Terminal point for diesel supply system is at the battery limit of intermediate diesel tank of DG sets(1-4UEJ) through process trestle (USY) and is in the scope of present work.

6/6

Page 238: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERYNO. TENDERSECTION REFERENCE

CLAUSE NO.TECHNICAL SPECIFICATIONNO. /

COMMERCIAL REF. NO. DESCRIPTIONOF THE QUERY NPCIL response

Lanco Pre-bid query Section- Mechanical

Lanco Infratech Ltd.

25 General     We have considered all equipment (pumps, pipe, valve, tanks, etc.) parameter as per indicated in Tender Document. Any changes specifically from the above during detail engineering shall be techno-commercially dealt separately.

No. All the parameters of equipment((pumps, pipe, valve, tanks, etc.) given in tender are indicative and shall be finalized during detail engineering within the cost of present work and will not be dealt separately.

Lanco Infratech Ltd.

26 General     Please Provide terminal point list with co-ordinate and length.

Please refer scope and system description doucment (I02.KK34.0.0.TH.TS.PR002) for battery limits. Battery limits are indicated in the drawings.

Lanco Infratech Ltd.

27 General     Whether Multiple tapping pumping System Shall require a recirculation line. Please confirm.

This aspect can be discussed and finalized during detail engineering stage based on the design evolved by the successful bidder.

Lanco Infratech Ltd.

28 General     We understand that pipe rack/cable rack /RCC trench in main plant area is not in bidder scope of work. Kindly confirm

The scope of all piping over process trestle (USY) in main plant and auxiliary area are part of Bidder Scope of Work and shall be in contractor scope of Design, Engineering, procurement, erection, etc. RCC trenches in main plant area is not the Bidder scope of work.

Lanco Infratech Ltd.

29 General     Please provide compositive layout of unit 1 to 4.

The layout Plan of KK1&2 and layout Plan of KK3&4 is uploaded along with prebid

responses. 

7/7

Page 239: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER TENDER SECTION NO. REFERENCE

CLAUSE NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 The 4 mvc units that was provided to phase 1 & 2 are designed for product capacity of 2,560m3/day. The current specifications require 3,000m3/day. Please confirm the required product capacity as the modified design would lead to change including main equipment of the mvc which will result with differnt maintenance routine and equipment. We request you to kindly modify the specification as it would serve good to NPCIL in terms of maintaining the overall solution for all 4 units.

As per tender specification present capacity of each MVC stream is 3000 m3/day (i.e.125 m3/hr).

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 1.3 For initial period till Unit 3 sea water pump house is commissioned, the sea waterfor desalination plant shall be drawn from Unit 2 PCB system.Please clarify from where exactly the sewater will be pumped (directly from the sea or from a pit?) to the desalination plant. Also, please clarify us that after the sea water will start to be pumped from Unit 3, their source will be same as from Unit 2 PCB.

The design scheme for drawal of sea water to desalination plant of KK-3&4 is from unit -3 main pump house. The sea water comes to main pump house after filtering it through mechnical cleaning system of 4mm mesh size. Sea water to pumphouse is dosed with sodium hypochloride solution. During initial period till Unit 3 main pump house is commissioned, feed sea water for commissioning of at least one stream of Desalination plant shall be brought from Unit-2 pump house forebay. Detailing, supply and laying/ installation of the scheme for commissioning feed sea water from Unit-2 pump house forebay to desalination plant & brine disposal to sea are in EPC contractor’s scope. The quality of sea water will be similar to unit 3 main pump house.

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 1.3 The feed sea water quality for the desalination plant provided, is the raw seawater parameters or the actual parameters anticipated in the entrance to the desalination plant?

As indicated in tech spec feed sea water quality is in the entrance to the desalination plant.

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 1.7 Number of multi effect evaporators: there is a missmatch between the number of evaporators indicated in the equipment list (3+1) and the number indicated in the text (3). Please confirm the actual required number

Number of MVC streams in KK-3&4 is 4 (3 working and one standby) and each MVC streams having multieffects evaporators ( cosnisting three effects minimum)

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 1.1 What is meant by "trial runs including stabilization of the plant for 30 days" ?

Operation of plant for stable design parameters and continuous operation thereafter for 30 days after sucessful commissioning of plant.

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 1.3 Desalinated water quality: ph for desalinated water leaving the MVC is usually 5-6. If the specification remains as is, we will have to add caustic to the product. Is this acceptable to NPCIL

Tender specification shall prevail6 I301.KK34.0.0.TH.TS.WD110

2 Seawater intake

3 Seawater quality

4 EQUIPMENT LIST

NUCLEAR POWER CORPORATION OF INDIA LIMITED

DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING, COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

Lanco infratec Ltd Pre bid Query Section- Desailnation

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

1 MVC PRODUCT CAPACITY

5 I301.KK34.0.0.TH.TS.WD110

1 / 8

Page 240: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER TENDER SECTION NO. REFERENCE

CLAUSE NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCILQUERY

NO.TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 1.3 Feed seawater to desalinnation plant b.l. Condition ; min. Pressure required for mvc is 3 kg/cm2-g . Please check if possible to receive it, otherwise additional booster pump station will be required which will only add further to the cost of the plant

3 kg/cm2 shall be considered for feed sea water to desalination plant.

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 1.3 MVC reject to sea, b.l. Condition ; it seems that 4.5 kg/cm2-g too high. Preliminary pressure designed for 3 kg/cm2-g.TBD during detail eng.

Tender specification shall prevail

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 1.4 IDE's Compressors Are Per our own IP and Conform To very strict Internal Standards.We Are Using This Standard Successfully In All Of Our Units Including The 4 Units Currently Installed In NPCIL. We request you to kindly allow for supplier's standards to be conformed in cosultation with NPCIL. We assure that they would meet all the requirements of NPCIL.

Acceptable, Subject to the componenets are meeting the tender specifcations and performance requirement.

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 1.4 Blowers: Please Allow For Equivalent Standards As Well Acceptable, Subject to the componenets are meeting the tender specifcations and performance requirement.

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 1.4 Evaporators: Please Allow For Equivalent Standards As Well Acceptable, Subject to the componenets are meeting the tender specifcations and performance requirement.

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 1.4 API standards: As mentioned in centrifugal pumps, dosing pumps & phe. We believe that for water plants they are really not necessary? For a water treatment plant using these standards would not be the optimal solution on techno-commercial front and would unnecessary burden the buyer and supplier with extra capital cost.

Acceptable, Subject to the componenets are meeting the tender specifcations.

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 1.6 Minimum turndown that most MVC supplier's offer is 60% per train. Less than this causes the compressor to choke and further adds troubles to buyers. Request you to kindly change the criteria to 60%.

Minimum turn down capacity of each MVC train of Desalination plant shall be 60%.

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 1.7 Vapour compressor: We would recommend using a compressor with casing integral to the vessel for better performance (lower pressure losses) and a smaller footprint.As a company we have always worked to help our customers on both of these fronts including NPCIL for their unit 1& 2. Kindly allow the supplier's for freedom in design of MVC units.

Can be used provided it meets the technical specification and performance requirement.

14 I301.KK34.0.0.TH.TS.WD110

11 I301.KK34.0.0.TH.TS.WD110

12 I301.KK34.0.0.TH.TS.WD110

13 I301.KK34.0.0.TH.TS.WD110

8 I301.KK34.0.0.TH.TS.WD110

9 I301.KK34.0.0.TH.TS.WD110

10 I301.KK34.0.0.TH.TS.WD110

7 I301.KK34.0.0.TH.TS.WD110

2 / 8

Page 241: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER TENDER SECTION NO. REFERENCE

CLAUSE NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCILQUERY

NO.TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 1.7 Equipment list: Multi-effect evaporators moc for the tubes and tube plates: Industry standard moc is aluminum which has a higher heat transfer coefficient. Concerns about errosion can be aleviated by making the top rows of tubes out of titanium. IDE has been using this standard successfully in all of our thermal seawater desalination plants for the past 50 years. Kindly change the MoC to aluminium as this would not only help NPCIL to save costs but increase the overall efficieny of the unit as well.

The minimum Upper/top 3 rows of heat transfer tubes of multi effect evaporators are of Titanium alloy and lower rows of heat transfer tubes are of Aluminium.

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 1.7 Equipment list, multi-effect evaporators. Moc for the evaporator shell material: ide standard moc is cs with internal epoxy painting and external coating . We have used this standard successfully in all of our thermal seawater desalination plants and in the 4 units currently operated in npcil. Ide's operating conditions are based on vacuum. The lining specified in the tender is not suitable for vacuum conditions and is brittle which may cause cracks afterwhich the lining cannot be repaired

MOC for the MVC evaporators of Desalination plant ,CS with intrnal epoxy painting along sacrificial anode cathodic protection and externally coated can be used.

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 1.7 Equipment list, compressor moc: IDE's rotor is made out of aluminum for better unit performance and has been tested and tried over for the past 50 years. We have used this standard successfully in all of our plants for over 50 years including the 4 units currently installed in NPCIL. Changing materials to duplex is not necessary and will increase the package price for both buyer and supplier.

Can be used provided it meets the technical specification and performance requirement for design life.

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 1.7 Equipment list, brine disposal and product water pump's moc: ss316 is sufficient, duplex is not necessary for dearated brine and certainly not for the distiled water. It will only add to the cost and envisaged benfit will not be derived as it's an overkill. This standard has been successfully used world over including IDE in the 4 units currently operated in NPCIL.

For product water pump SS316 material can be used and for brine disposal pump tender specification shall prevail

Lanco Infratech Limited

1.7 Equipment list, for all chemical dosing tanks & pumps: Usually the supply is pp / hdpe / pvc / ptfe materials instead of ss or titanium where chemically possible. This alternative has lower maintenance and lower costs and no compromise on the perfomance and results.

PP / HDPE / PVC / PTFE materials instead of SS or Titanium can be used.

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 1.7 Scale cleaning dosing pump is not necessary. Cip is done by the brine pump which is sufficient and will help further tune the system better by minimizing the equipment list.

Acceptable, Subject to the plant are meeting the tender specifcations.

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 1.7 Dechlorination system is not required for the mvc plant. This type of desalination is robust enogh to withstand any kind of water. Dechlorination will not solve any purpose in the proposed system but only add to cost. We recommend NPCIL should remove it.

As per Technical specification of Desalination plant, it depends on suppliers recommondations.

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 Section 1.11, Piping Material For Desalinted Water: We Recommend Using Pp As It Is Applicabile For Temperature And Chemical Composition Of The Water

Tender specification shall prevail

20 I301.KK34.0.0.TH.TS.WD110

21 I301.KK34.0.0.TH.TS.WD110

22 I301.KK34.0.0.TH.TS.WD110

17 I301.KK34.0.0.TH.TS.WD110

18 I301.KK34.0.0.TH.TS.WD110

19 I301.KK34.0.0.TH.TS.WD110

15 I301.KK34.0.0.TH.TS.WD110

16 I301.KK34.0.0.TH.TS.WD110

3 / 8

Page 242: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER TENDER SECTION NO. REFERENCE

CLAUSE NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCILQUERY

NO.TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 1.17 Air supply failure: We recommend using pneumatic actuators to reduce the price of the units. This standard has been successfully used in many of our units including the 4 units currently operated in NPCIL. If needed, we can install a redundant air compressor.

Pneumatic actuators can be used.

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 1.1 Please clarify if auxiliary steam is available. And confirm quantity and pressure

Auxiliary steam is not available instead auxiliary boiler shall be used which is a part of desalination plant and is in the scope of EPC contractor.

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 1.15 Please Clarify If Instrument Air Is Available.And Confirm Quantity And Pressure

Instrument air is not available

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 5.3 We recommend that the plate minimum thickness wil be reduced to 0.5mm since this is enough from a mechnical standpoint. From a process standpoint this will allow better heat transfer and from a financial standpoint this will reduce the cost of the units. This standard does not compromise on the perfomance of the unit though and only further optimizes the solution offering.

Minimum thickness of 0.5mm can be used for plate type heat exchanger of Desalination plant subject to the componenets are meeting the tender specifications.

Lanco Infratech Limited

Please clarify if the lists are only a recommendation. Can a supplier propose different qualified vendors equivalent to the list. We request it be allowed please.

Bidder can propose different qualified vendors equivalent to the list subject to approval of NPCIL.

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 1.4 Comply with Atomic Energy Factory Rules, 1996.Please advise, as the water treatment packages are in the utilities section/area, there's no need to comply with these rules under this section.

Compliance to Atomic Energy Factory Rules 1996 for water treatment package as applicable.

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0001 1.11 Material selection: Tanks are defined as RCC epoxy coated.We recommends: Tanks up to 25 m3 from PP/PETanks above 25 m3 and up to 300 m3 from GRP. Allowing this does not compromise on the perfomance of the unit though and only further optimizes the solution offering.

MOC & Capacity of tank as per Clause 1.7 of Tech Spec of Desalination, DM Plant.

Lanco Infratech Limited

A209-6-44-0005 71213

Piping material specification index:- DM water , polished water from rubber lined CS - We suggest GRP or PP, please confirm if can be considered- Cooling water supply and cooling water return (sea water) from carbon steel - this material is not sutable for seawater - We suggest GRP or PP, please confirm if it can be considered.- Potable wate r(under ground) from HDPE - Is HDPE only for underground piping? Please clarify.

Material of piping shall be as per technical specification of respective facility.

29 I301.KK34.0.0.TH.TS.WD110

30 I301.KK36.0.0.TH.TS.WD705

26 I301.KK34.0.0.TH.TS.WD044

27 C-2.7.2 - SUBVENDOR LIST FOR MECHANICAL ITEMS, I02.KK34.0.0.AP.REP.PR.002 / 003 - SUBENDOR LIST OF INSTRUMENTATION & SUBEVNDOR LIST FOR ELECTRICAL EQUIPMENT

28 I301.KK34.0.0.TH.TS.WD110

23 I301.KK34.0.0.TH.TS.WD110

24 I301.KK34.0.0.TH.TS.WD110, SECTION 1.1 VS.I301.KK34.0.0.AB.TS.PR001, TABLE 6.1

25 I301.KK34.0.0.TH.TS.WD110, SECTION 1.15 VS.I301.KK34.0.0.AB.TS.PR001, TABLE

4 / 8

Page 243: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER TENDER SECTION NO. REFERENCE

CLAUSE NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCILQUERY

NO.TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

Lanco Infratech Limited

A209-802-17-41-SP-0002 1.1 OCWT plant consists of TPI, DAF, DMF and two stages ACF. Sludge treatment consists of thickener and centrifuge.For max feed oil content of 100 mg/L, TPI unit is actually not required as it does not solve ANY purpose. Also nothing is written about oil peaks. Since hold up tank that receives the wastewater before TPI unit has 4 hours retention time,can it be assumed that such high retention time be sufficient to deal with oil peaks.Since the requirement for oil (petrochemical content) is only less than 5 mg/L and the requirement for TSS is only less than 10 mg/L, the activated carbon filters are not actually required. DMF can be left. Instead of ACF, nutshell filter will be more efficient.Two process schemes that should be considered as optimal solution are:(1)  TPI, DAF, nutshell filter(2)  DAF, nutshell filter, DMF.                                                                                   Adding not required equipments is only a burden and overkill of the overall solution. Hence we request suitable modification.

Tender specification shall prevail

Lanco Infratech Limited

A209-802-17-41-SP-0003 1.7 DAF saturation vessel - DAF unit is required to be designed with saturation vessel. For such small size DAF unit, the alternative to saturation vessel design is special type pump that mixes air and water and provides recirculated stream with sufficiently small size air bubbles.Two alternative for DAF design:(1) Using saturation vessel(2) Using air / water mixing pump                                                                               Request suitable modification.

Query pertains to specification no I301.KK34.0.0.TH.TS. WD111.Tender specification shall prevail.

Lanco Infratech Limited

A209-802-17-41-SP-0004 1.7 Thickener dimensions - No retention time or volume of thickener are mentioned. Only typical size of 25 m diameter and 3-4 m height that gives 1,500 – 2,000 m3 volume. The flow rate to thickener is 2 m3/hr so that the corresponding proposed thickener size is too big.Thickener retention time or thickener volume should be given. 1 – 2 hours retention time is sufficient from solution standpoint.

Query pertains to specification no I301.KK34.0.0.TH.TS. WD111.Tender specification shall prevail.

32 I301.KK34.0.0.TH.TS. WD112

33 I301.KK34.0.0.TH.TS. WD113

31 I301.KK34.0.0.TH.TS. WD111

5 / 8

Page 244: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER TENDER SECTION NO. REFERENCE

CLAUSE NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCILQUERY

NO.TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

Lanco Infratech Limited

A209-802-17-41-SP-0005 1.7 On-line analyzers - Two analyzers are required – Oil (upstream of TPI, DAF and ACF outlets) and TOC (outlets of ACF) analyzers with correlation to COD and BOD. Oil analyzer should be defined in the detailed form.The best method to detect oil is infrared method. This method detects all type of oil – dissolved, emulsified, droplet and free. The problem that this method can be done only in laboratory and no online analyzers are available. This method can be used for calibration of online oil analyzers that operated according to other method.Oil online monitoring instrument can be based on UV absorption. This method detects only aromatic hydrocarbons (most of them are dissolved). By using the ratio between total hydrocarbons to aromatic hydrocarbons, the total amount of hydrocarbons can be evaluated from UF absorption method. The widely used online monitoring instrument is based on UV fluorescence method.TOC analyzer is available but very-very expensive. No direct correlation between COD and TOC or BOD and TOC are available.Instead two analyzers are proposed:(1) Oil analyzer based on UV fluorescence method. Total amount of hydrocarbons can be evaluated by using ratio between total hydrocarbons to aromatic hydrocarbons.(2) Turbidity analyzer for TSS evaluation.

No TOC analyzer is recommended. TOC, BOD and COD measurements are proposed to be done in the laboratory once per day.

Query pertains to specification no I301.KK34.0.0.TH.TS. WD111.Suitable analyzer meeting tender specification shall be used.

Lanco Infratech Limited

A209-320/314/304-17-41-SP-0002 1.3 Potable water quality -Only a pH range and Ca as ion < 75 ppm was given and to follow WHO standards however no other parameters were defined. Please provide clear values for Ca concentration with minimum level as well, alkalinity and LSI. In relation to the above, is the sodium carbonate system actually necessary ?

Tender specification shall prevailLSI values should be positive.

Lanco Infratech Limited

Specifications for electrical systems

1.3 Motor design ambient temprature- 45 ˚ - may cause power derating due to larger ambient temperature.Generally the MVC designs are according to 40 ˚ . We would request NPCIL to make suitable change so that only tried and tested systems be supplied to you which have a proven track record of successful running over years.

Requirement given in the Technical specification shall prevail.

Lanco Infratech Limited

Specifications for electrical systems

1.8 MCC -Referance design Ambient temprature- 45 ˚Generally the MVC designs are according to 40 ˚ . We would request NPCIL to make suitable change so that only tried and tested systems be supplied to you which have a proven track record of successful running over years.

Requirement given in the Technical specification shall prevail.

Lanco Infratech Limited

Specifications for electrical systems

1.11 MCC - Short circuit current withstand- 50kA rmsAccording to our experience of over 50 years, for most of the MCCs 25kA is satisfactory. - request confirmation on this.

Requirement given in the Technical specification shall prevail.38 I02.KK34.0.0.ET.DS.PR001

35 I301.KK34.0.0.TH.TS.WD111

36 I02.KK34.0.0.ET.DS.PR017

37 I02.KK34.0.0.ET.DS.PR001

34 I301.KK34.0.0.TH.TS. WD114

6 / 8

Page 245: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER TENDER SECTION NO. REFERENCE

CLAUSE NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCILQUERY

NO.TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

Lanco Infratech Limited

Specifications for electrical systems

1.11 MCC - Short circuit current withstand- 100kA peakAccording to our experience, for most of the MCCs 70kA is satisfactory. - request confirmation

Requirement given in the Technical specification shall prevail.

Lanco Infratech Limited

Specifications for electrical systems

1.13 MCC -Bus bar material from aluminium.Request confirmation to provide from copper.

Query not clear; All bus bar material shall be Copper

Lanco Infratech Limited

Specifications for electrical systems

2.1 MCC -2 different colours for interior and exterior finish shade.Request confirmation to use the same paint shade for interior and exterior. This is suitable to supplier from manufacturing point of view and NPCIL from maintenance point of view.

Requirement given in the Technical specification shall prevail.

Lanco Infratech Limited

Specifications for electrical systems

3.1 MCC - All LV breakers dhould have 6 NO and 6 NC contacts.Request for a waiver as according to IDE's best engineering pactice it's actually not required.

Tender clause shall prevail

Lanco Infratech Limited

Specifications for electrical systems

10.4 MCC -MCBs should have 2 auxiliary contacts (1NO+1NC).Request a waiver as standard MCB has no auxiliary contacts and should be sufficent.

Tender clause shall govern

Lanco Infratech Limited

Specifications for electrical systems

11.1 MCC -Fuses (used for CTs and control circuits) should be HRC typeAccording to IDE's best engineering pactice it's not required and for small circuits cylindrical fuses are satisfactory.

Tender clause shall prevail

Lanco Infratech Limited

Specifications for electrical systems

15.4 MCC - Circuit Breakers should have 50kA service breaking capacity.According to IDE's experience, for most of the MCCs 25kA is satisfactory. - request confirmation

Tender clause shall govern

Lanco Infratech Limited

Specifications for electrical systems

15.5 MCC - Circuit Breakers should have 105kA rated making capacity.According to IDE's experience, for most of the MCCs 70kA is satisfactory. - request confirmation

Tender clause shall govern

Lanco Infratech Limited

Specifications for electrical systems

15.7 MCC - Circuit Breakers should have earth fault release.According to IDE's best engineering pactice it's not required as ground fault release is an extra breaker protection.

Tender clause shall prevail.Requirement of CBCT with earth leakage relay (for protection 50N) shall be worked out (based on the location of equipment and distance) during detailed engineering by the Contractor for motor rating above 11kW subject to review and approval by the Purchaser

Lanco Infratech Limited

Specifications of instrumentationfor common services package - Technical requirements ofinstrumentation

1.5 Request for a waiver on suppying IRP panels - hard wired relay cabinets on top of the PLC/RIO panels, as according to us it's not required in this water utilities type system. Also in NPCIL 1 project there were no IRP panels required either.

Section indicates the generic equipments used in I&C process control. IRP may be used where there is necessity to interface signals of different voltage levels. Hence, blanket waiver cannot be provided.

Lanco Infratech Limited

Specifications of instrumentationfor common services package - Technical requirements ofinstrumentation

1.9 Please clarify exactly what are the fire dampers and where they should be located?

For details and locations of fire dampers please refer tech.spec and scope of work of HVAC for NPCIL design buildings(I301.KK34.0.0.OW.TS.WD001) attached in section 2.2.1.

47 I02.KK34.0.0.ET.DS.PR001

48 I02.KK.34.0.0.AP.TT.PR001

49 I02.KK.34.0.0.AP.TT.PR001

44 I02.KK34.0.0.ET.DS.PR001

45 I02.KK34.0.0.ET.DS.PR001

46 I02.KK34.0.0.ET.DS.PR001

41 I02.KK34.0.0.ET.DS.PR001

42 I02.KK34.0.0.ET.DS.PR001

43 I02.KK34.0.0.ET.DS.PR001

39 I02.KK34.0.0.ET.DS.PR001

40 I02.KK34.0.0.ET.DS.PR001

7 / 8

Page 246: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER TENDER SECTION NO. REFERENCE

CLAUSE NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCILQUERY

NO.TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO.

Lanco Infratech Limited

Specifications of instrumentationfor common services package - Technical requirements ofinstrumentation

6 & 7 The wiring for the instrumentation and the redundant system should be separate, meaning working with junction boxes/marshaling cabintes. According to our experience and engineering pactice it's not required in this water utilities type system.

Wiring for redundant instrumentation channels may be routed through JB/Marshalling cabinets as per industry best practices for similar systems.

Lanco Infratech Limited

Specifications of instrumentationfor common services package - Technical requirements ofinstrumentation

1.8 PRODOK software is required for drawings and technical documents in the design stage.IDE uses EPLAN/.AUTOCAD as default - please confirm that the same can be used.

EPLAN can be Accepted, provided the formats mentioned covers the Engineering applications like Document flow control, auto detection of errors in TL etc. If not latest Engineering software (Updated to PRODOK/equivalent) shall be identified by vendor and shall be submitted to NPCIL for approval.

Lanco Infratech Limited

Specifications of instrumentationfor common services package - Technical requirements ofinstrumentation

4.1 PLC configuration shall be dual redundant type including the processors, communication modules and I/O cards - This is a very non standard demand for water utilities type system and would request NPCIL to kindly look into this aspect again from utility point of view and what benfit is expected out of this.

Redundancy shall be provided for processing modules & communication modules. Dual I/Os are required to ensure the availability of the system. Same to be identified by vendor during detailed engineering stage and shall be submitted to NPCIL for approval.

Lanco Infratech Limited

Specifications of instrumentationfor common services package - Technical requirements ofinstrumentation

4.10 Number of I/O channel per module shall be max. 16.Request confirmation to use 32 I/O channels per module, in order to reduce unnecessary number of cards

Accepted.Care should be taken such that failure of single I/O channel should not effect other Process/Equipment.

Lanco Infratech Limited

54 PROCESS SPECIFICATION 5.00 Plant operating life for all equipments required shall be 40 years. EPC contractor to necessarily bring out in notice during offer stage itself in case life of any equipment is less than 40. Is it a mandatory requirement as most equipments are designed for best performance upto 25. It' not that they don't function beyond it but are designed for lifetime of 25 years. Kindly confirm please.

Tender specification shall prevail.

Lanco Infratech Limited

55 PROCESS SPECIFICATION 7.20 Minimum corrosion allowances for CS is 3mm - We request it be modified to minimum corrosion allowances for CS of 1.5 mm, as according to best engineering pactices it's not required in this water utilities type of systems.

Tender specification shall prevail.

Lanco Infratech Limited

56 GENERAL IDE request NPCIL/EIL to provide its DWG tamplate of this project for all requested drawings.

DWG template will be provided to successful bidder.

Lanco Infratech Limited

57 GENERAL IDE request NPCIL/EIL to provide the templates for the equipment data sheets of this project in an editable format, such as Word or Excel.

Editable format will be provided to successful bidder.

Lanco Infratech Limited

58 Volume_2 Clause No.4.4PAGE NO. : Page 21 of 60

We understand that all pipe rack and cable rack between buildings in main plant and auxliarry area shall be provided by client, however piperack between unit 1&2 boundary to unit 3&4 boundary shall be provided by bidder. Kindly confirm.

The scope of all piping over process trestle (USY) in main plant and auxiliary area are part of Bidder Scope of Work and shall be in contractor scope of Design, Engineering, procurement, erection, etc. RCC trench in main plant area is not the Bidder scope of work.

Cable tray and Pipe rack (structures) in main plant and Auxilary area.

53 I02.KK.34.0.0.AP.TT.PR001

I301.KK34.0.0.AB.TS.PR001

I301.KK34.0.0.AB.TS.PR001

GENERAL

GENERAL

50 I02.KK.34.0.0.AP.TT.PR001

51 I02.KK.34.0.0.AP.TT.PR001

52 I02.KK.34.0.0.AP.TT.PR001

8 / 8

Page 247: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THEBIDDER

QUERYNO. TENDERSECTION REFERENCECL

AUSE NO.

TECHNICAL SPECIFICATIONNO. /

COMMERCIAL REF. NO.DESCRIPTIONOF THE QUERY Response from NPCIL

1 2 3 4 5 6 7Lanco Infratech Limited

1 Scope of work of electrical system for balance of plant-common services (I02.KK34.0.0.PR.TT.PR.001)

(a)of 3.2 (I02.KK34.0.0.PR.TT.PR.001) 2 nos. 6kV, 50kA for 1 sec draw out switchgear ( 00BCM,00BCN switchgear buses) in 0 UBS bldg.. and 2 nos. 6kV, 50kA for 1 sec draw out switchgear ( 00BCJ,00BCK switchgear buses) in 0 UPK bldg. However in technical specification for 6kv switchgear (I02.KK34.0.0.ET.TS.PR025), clause no. 1.4 & 1.5 page 2 & 3 of 74 says total 16no switchgear to be supplied. Please clarify to follow (I02.KK34.0.0.PR.TT.PR.001) or (I02.KK34.0.0.ET.TS.PR025)

Scope includes BCM, BCN, BCJ and BCK buses only. The SLD for this shows minimum indicative requirements. Actual nos. as arrived at during detailing has to be provided by the Contractor at no extra cost to the Purchaser, as already brought in the tender.

Lanco Infratech Limited

2 Technical specification for MV&LV Busduct (I02.KK34.0.0.ET.TS.PR028)

1.9 (I02.KK34.0.0.ET.TS.PR028) Tentative layout drawings of switchgear andtransformers, e.g. for 0UBS, 0UQR, 0UAC etc.are enclosed herewith for preliminaryunderstanding. The above said buildings containsonly switchgears.so kindly furnish the quantity ofMV Bus duct or composite layout includingtransformers.

0 UAC is not under scope of this contract. Tentative electrical equipment layout drawing of 0 UBS building is for electrical equipment which is indicative minimum as per Tender. However layout drawing needs to be prepared during detailed engineering.. Drawing no. I301.KK34.0UQR.0.AR.OK.WD101 (5 Sheets) is for Architecture layout drawing of chiller building only, detailed drawings including layout drawings for equipment, etc. shall be prepared by the Contractor during detailed engineering.

Appendix ‘Y’NUCLEAR POWER CORPORATION OF INDIA LIMITED

DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS,STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

Lanco Infratech Limited pre bid query Section -Electrical

1 / 11

Page 248: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THEBIDDER

QUERYNO. TENDERSECTION REFERENCECL

AUSE NO.

TECHNICAL SPECIFICATIONNO. /

COMMERCIAL REF. NO.DESCRIPTIONOF THE QUERY Response from NPCIL

Lanco Infratech Limited pre bid query Section -Electrical

Lanco Infratech Limited

3 Technical specification for MV&LV Busduct (I02.KK34.0.0.ET.TS.PR028)

1.12 ( I to x) (I02.KK34.0.0.ET.TS.PR028) MV bus duct between CSAT 00BCT01 - LV1and 6kV switchgear bus 00BCE. We can’t found LV1 & LV2 in key SLD. Please clarify

MV bus duct is not in the scope of the subject contract. LV bus ducts are to be worked out during detailed design stage by the Contractor.

Lanco Infratech Limited

4 Technical specification for MV&LV Busduct (I02.KK34.0.0.ET.TS.PR028)

  (I02.KK34.0.0.ET.TS.PR028) Please confirm whether any CT/VT will be mounted in busduct.

Generally no, but will be decided in detailed engineering by the EPC contractor.

Lanco Infratech Limited

5 Technical specification for MV&LV Busduct (I02.KK34.0.0.ET.TS.PR028)

3.4.1(vi) (I02.KK34.0.0.ET.TS.PR028) Single phase isolated terminal enclosures shall beprovided with flanged ends with drillingdimensions to suit the flanges at terminatingends. The flanges shall be provided with gasketsof insulating materials, nuts, bolts withinsulatingsleeves/washers, etc. As per our understanding adaptor box required atswitchgear end. Please clarify

Either the switchgear will include an adaptor box or the bus duct will include the same.

Lanco Infratech Limited

6 Technical specification for 6kv switchgear   (I02.KK34.0.0.ET.TS.PR025)

5.1 (I02.KK34.0.0.ET.TS.PR025) Refer the Single Line Diagram of 6 kV and 415VSystem (Dwg.No.I301.KK34.0.0.ET.OKP.WD001) forconnection of 6 kV switchgear covered under thescope of this technical specification, in theKKNPP- 3, 4. Please confirm the correct SLD no.whether  I301.KK34.0.0.ET.OKP.WD001( Notavailable ) or I301.KK34.0.0.ET.OKP.WD004

For details, refer drawing no. I301.KK34.0.0.ET.OKP.WD004. Other drawings covered under other sections are for general understanding.

2 / 11

Page 249: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THEBIDDER

QUERYNO. TENDERSECTION REFERENCECL

AUSE NO.

TECHNICAL SPECIFICATIONNO. /

COMMERCIAL REF. NO.DESCRIPTIONOF THE QUERY Response from NPCIL

Lanco Infratech Limited pre bid query Section -Electrical

Lanco Infratech Limited

7 Technical specification for 6kv switchgear   (I02.KK34.0.0.ET.TS.PR025)

5.1 (I02.KK34.0.0.ET.TS.PR025) Reserve auxiliary transformer, common stationauxiliary transformer and unit auxiliary  transformers of rating 63MVA each are not inbidders scope. Please confirm

Yes, they are not in the scope of this contract.

Lanco Infratech Limited

8 Technical specification for 6kv switchgear   (I02.KK34.0.0.ET.TS.PR025)

6.22.1 (I02.KK34.0.0.ET.TS.PR025) The incoming power connection shall be throughXLPE cables / bus duct as specified in SLD andoutgoing power connection shall be throughXLPE cables, as indicated in the data sheet.Isolated phase bus ducts are provided, fromCSAT to 6kV buses 00BCE & 00BCF , fromRATs Unit 3 to 6kV buses 30BCA, 30BCB,30BCC & 30BCD and RATs Unit 4 to 6kV buses40BCA, 40BCB, 40BCC & 40BCD. XLPEinsulated cable shall be provided for feeding to6kV buses 00BCG, 00BCH, 00BCJ, 00BCK,00BCM & 00BCN. However scope document issilent on bus duct. Please clarify whether IPBD isin bidder’s scope or not.

Bus duct between CSAT/RAT to 6kV s/g is not in the scope of this contract.

3 / 11

Page 250: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THEBIDDER

QUERYNO. TENDERSECTION REFERENCECL

AUSE NO.

TECHNICAL SPECIFICATIONNO. /

COMMERCIAL REF. NO.DESCRIPTIONOF THE QUERY Response from NPCIL

Lanco Infratech Limited pre bid query Section -Electrical

Lanco Infratech Limited

9 Technical specification for 6kv switchgear   (I02.KK34.0.0.ET.TS.PR025)

6.22.1  (I02.KK34.0.0.ET.TS.PR025) XLPE insulated cable shall be provided forfeeding to 6kV buses 00BCG, 00BCH,00BCJ,00BCK, 00BCM & 00BCN. However clauseno.4.1 of Scope of work of electrical system forbalance of plant-common services(I02.KK34.0.0.PR.TT.PR.001) excluded fromscope. Please confirm whether in scope or not.Please also confirm scope of 6kV cable from30BCA to 40BCA, 30BCB to 40BCB, 30BCC to40BCC and 30BCD to 40BCD

6kV XLPE cable feeding the switchgear (00BCG,00BCH,00BCJ, 00BCK, 00BCM & 00BCN) are notincluded in the scope of this contract. 6kV cablesfrom 30BCA to 40BCA, 30BCB to 40BCB, 30BCCto 40BCC and 30BCD to 40BCD are not included inthe scope of this contract.

Lanco Infratech Limited

10 Scope of work of electrical system for balance of plant-common services (I02.KK34.0.0.PR.TT.PR.001)

of 3.2 (I02.KK34.0.0.PR.TT.PR.001) 2 nos. 6kV 50kA for 1 sec. however Key singleline diagram I301.kk34.0.0.ET.OKP.WD004indicates 40KA for 1 sec.. please clarify

50kA 1s is required. Please refer the TS & data sheet of 6kV switchgear.

Lanco Infratech Limited

11 Data sheet for Dry type Aux. &Lighting transformers(I02.KK34.0.0.ET.DS.PR.018)

Sl.no. 2.16 (I02.KK34.0.0.ET.DS.PR018) Fault level on HV side: 50kA RMS- transformerto withstand for 4 sec. Please re-confirm whether4 sec. is required.

Confirmed.

Lanco Infratech Limited

12 Technical specification for drytype Aux. and lightingtransformers.   (I02.KK34.0.0.ET.TS.PR023)

6.7 (I02.KK34.0.0.ET.TS.PR023) Minimum service life of transformer shall 40years. Please re-confirm

Confirmed

4 / 11

Page 251: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THEBIDDER

QUERYNO. TENDERSECTION REFERENCECL

AUSE NO.

TECHNICAL SPECIFICATIONNO. /

COMMERCIAL REF. NO.DESCRIPTIONOF THE QUERY Response from NPCIL

Lanco Infratech Limited pre bid query Section -Electrical

Lanco Infratech Limited

13 Technical specification for LV power cables cable type-VVGng-FRLS & VVGEng-FRLS (I02.KK34.0.0.ET.TS.PR011)

1.1 (I02.KK34.0.0.ET.TS.PR011) This technical specification is for 0.6/1 kV, fire-resistant (fire survival) power cables forstationary/ fixed installation outside the RBcontainment for Units#3, 4 of Kudankulam NPP,(for safety classes 2S, 3N and 4). Please clarifywhether it is in scope or not.

Fire resistant cables are not envisaged. However, if during detailed design by the Contractor if it is felt required, the same shall be provided.

Lanco Infratech Limited

14 Technical specification for LV power cables cable type-VVGng-LS & VVGEng-LS (I02.KK34.0.0.ET.TS.PR012)

1.1 (I02.KK34.0.0.ET.TS.PR012) This technical specification is for 0.6/1 kV powercables for stationary/ fixed installation outside theRB containment for Units#3, 4 of KudankulamNPP, (for safety classes 2S, 3N and 4). Both thespecifications indicated outside the RBcontainment so Please specify which area cablewill be used for FRLS & LS type.

All cables in this contract would be of Fire retardant low smoke type (LS), except where mentioned specifically.

Lanco Infratech Limited

15 Technical specification for 400kV outdoor switchyard (I02.KK34.0.0.ET.TS.PR002)

  (I02.KK34.0.0.ET.TS.PR002) We found specification for 400kV switchyardspecification and 230kV switchyard, which are not under included in scope of BOP bidders.Please clarify the scope.

Yes, switchyards are not in the scope of this contract.

Lanco Infratech Limited

16 Technical specification for Lighting system (I02.KK34.0.0.ET.TS.PR004)

1.1 (I02.KK34.0.0.ET.TS.PR004) The scope also includes control and distributionof power supply for space heaters in the motorscovered under the tender. Please confirm whetherspace heater will be supplied from LDB.

Yes, for motors and panels in the scope of the subject work, space heaters are inclusive. No, they should be powered from MCCs or specific purpose panels.

5 / 11

Page 252: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THEBIDDER

QUERYNO. TENDERSECTION REFERENCECL

AUSE NO.

TECHNICAL SPECIFICATIONNO. /

COMMERCIAL REF. NO.DESCRIPTIONOF THE QUERY Response from NPCIL

Lanco Infratech Limited pre bid query Section -Electrical

Lanco Infratech Limited

17 Technical specification for Lighting system (I02.KK34.0.0.ET.TS.PR004)

5.8 (I02.KK34.0.0.ET.TS.PR004) Areas requiring emergency lighting (fed fromGroup-2 power supply in case ofunmanned areasand from Group-1 AC power supply in case ofmanned areas)include, but are not limited to thefollowing:a. Switchyard central control building(0UAC)b. 400kV GIS Building (0UAB)c. 230kVGIS Building (0UAD)d. Common station andreserve power supply buildings (01,2,3UBG)e.Fire water pump housef. Health physics building(UYB)sg. Controlled Access Area CentralWorkshop (UKU)h. Engineering Utility andLaboratory Building (USV)i. Common ControlRoom (UCS)j. Common Sub Station (UBS)k.Cable tunnels connecting 0UAB & 0UACl. Busduct tunnels connecting GISm. ExhaustVentilation Centresn. Any other, as perrequirement.Generally emergency lightingcomprises 5 - 10% of the total lighting. Howeverscope of work ((I02.KK34.0.0.PR.TT.PR001)clause no. v of 3.2 says within battery limit.Please clarify regarding scope of illuminationsystem.

The Contractor has to provide emergency lighting only for the buildings/areas in their scope of work.

Lanco Infratech Limited

18 Technical specification for 415V switchgear (I02.KK34.0.0.ET.TS.PR001)

1.1, 2g (I02.KK34.0.0.ET.TS.PR001) 00BHB in 0UKU 415V Switchgear rating is 1600A, 50 KA for 1 sec. but in SLD (NPCIL doc. No.: I301.KK34.0.0.ET.OKP.WD004) switchgear rating is 380V, 1600A, 25KA for 1 sec. Please confirm the details.

Rating would be 50kA for 1s.

6 / 11

Page 253: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THEBIDDER

QUERYNO. TENDERSECTION REFERENCECL

AUSE NO.

TECHNICAL SPECIFICATIONNO. /

COMMERCIAL REF. NO.DESCRIPTIONOF THE QUERY Response from NPCIL

Lanco Infratech Limited pre bid query Section -Electrical

Lanco Infratech Limited

19 Technical specification for 415V switchgear (I02.KK34.0.0.ET.TS.PR001)

1.1, 2l (I02.KK34.0.0.ET.TS.PR001) 00BKE and 00BKF in 0UBS 415V Switchgear rating is 1600A, 50 KA for 1 sec. but in SLD (NPCIL doc. No.: I301.KK34.0.0.ET.OKP.WD004) switchgear rating is 415V, 2000A, 50KA for 1 sec. Please confirm the details.

Rating would be 2000A, 50kA for 1s.

Lanco Infratech Limited

20 Technical specification for 415V switchgear (I02.KK34.0.0.ET.TS.PR001)

1.1, 2m (I02.KK34.0.0.ET.TS.PR001) 00BKO and 00BKP in 0UBS 415V Switchgear rating is 2000A, 50 KA for 1 sec. but in SLD (NPCIL doc. No.: I301.KK34.0.0.ET.OKP.WD004) switchgear rating is 415V, 1600A, 50KA for 1 sec. Please confirm the details.

Rating would be 1600A, 50kA for 1s.

Lanco Infratech Limited

21 Technical specification for 415V switchgear (I02.KK34.0.0.ET.TS.PR001)

1.1, 2j (I02.KK34.0.0.ET.TS.PR001) 00BKO and 00BKP in 0UBS 415V Switchgear rating is 2000A, 50 KA for 1 sec. but in SLD (NPCIL doc. No.: I301.KK34.0.0.ET.OKP.WD004) switchgear rating is 415V, 3000A, 50KA for 1 sec. Please confirm the details.

Already clarified in query no. 20.

Lanco Infratech Limited

22 Technical specification for 415V switchgear (I02.KK34.0.0.ET.TS.PR001)

6.5.11, V (I02.KK34.0.0.ET.TS.PR001) In line with Technical specification and SLD(NPCIL doc. No.:I301.KK34.0.0.ET.OKP.WD004) all interlocksare mechanical interlocks only. Please confirmwhich interlock shall be mechanical.

However, additionally, please note that the rating of 00BKS and 00BKU of 0UPK building would be 2000A. S

7 / 11

Page 254: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THEBIDDER

QUERYNO. TENDERSECTION REFERENCECL

AUSE NO.

TECHNICAL SPECIFICATIONNO. /

COMMERCIAL REF. NO.DESCRIPTIONOF THE QUERY Response from NPCIL

Lanco Infratech Limited pre bid query Section -Electrical

Lanco Infratech Limited

23 Technical specification for 415V switchgear (I02.KK34.0.0.ET.TS.PR001)

6.5.11, V (I02.KK34.0.0.ET.TS.PR001) In line with SLD (NPCIL doc. No.:I301.KK34.0.0.ET.OKP.WD004), Tie breakershall be connected between both bus-sectionsthrough bus bar connection only. Please confirm

Mechanical interlocks are envisaged in addition to standard electrical interlocks

Lanco Infratech Limited

24 General     In line with SLD (NPCIL doc. No.: I301.KK34.0.0.ET.OKP.WD004), the ratings of MCCB/Contactors mentioned in tables are very high. We propose to supply starters type-2 coordinated as per manufacturer recommendation.

In line with the SLD MCCBs and contactors are to be used. However, ratings an be worked out during detailed engineering taking into account all required criteria and with load inputs available.

Lanco Infratech Limited

25 Technical specification for 415V switchgear (I02.KK34.0.0.ET.TS.PR001)

5.2.1 (I02.KK34.0.0.ET.TS.PR001) LT Switchboards shall be metal enclosed, fully draw out, free standing, floor mounting, bolted/welded, compartmentalized and double front with bottom cable entry type. Please confirm

Confirmed but with single front.

Lanco Infratech Limited

26 Technical specification for 415V switchgear (I02.KK34.0.0.ET.TS.PR001)

5.2.8, & 5.2.15 (I02.KK34.0.0.ET.TS.PR001) As per clause no. 5.2.8, 4mm aluminium glandplate for single core cables but as per clause no.5.2.15, For single core cables 5mm thickaluminium gland plates shall be provided. As perstandard practice 4 mm aluminium plate shall beused for single core cables. Please confirm

Agreed 4mm thk Aluminium plates for single core cables is acceptable, subject to the load bearing capability.

8 / 11

Page 255: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THEBIDDER

QUERYNO. TENDERSECTION REFERENCECL

AUSE NO.

TECHNICAL SPECIFICATIONNO. /

COMMERCIAL REF. NO.DESCRIPTIONOF THE QUERY Response from NPCIL

Lanco Infratech Limited pre bid query Section -Electrical

Lanco Infratech Limited

27 Technical specification for 415V switchgear (I02.KK34.0.0.ET.TS.PR001)

5.2.10 & 5.2.16, (I02.KK34.0.0.ET.TS.PR001) As per clause no. 5.2.10, all panels shall be of single front execution but as per clause no. 5.2.16, MCC portion (MCCB starter feeders) shall be in double front execution. We propose to provide double front type. Please confirm

Single front is required.

Lanco Infratech Limited

28 Technical specification for 415V switchgear (I02.KK34.0.0.ET.TS.PR001)

5.2.9 & 5.2.10 (I02.KK34.0.0.ET.TS.PR001) Spec. Ref.: Floor mounted panels shall be provided with a metal base frame made out of ISMC 100 steel channel.All panels shall be of uniform height of not more than 2450 mm with single front execution. Query: All panel height shall be 2450 mm excluding of 75mm base frame in line with type tested design of manufacturer. If using ISMC 100 panel height shall be increase accordingly. Please confirm.

Based on experience, ISMC 100 has been specified in the technical specification document. However, if the Contractor during detailed engineering/execution has specific reason/need to limit the ISMC size, the same shall be considered on a case to case basis.

Lanco Infratech Limited

29 Technical specification for 415V switchgear (I02.KK34.0.0.ET.TS.PR001)

5.2.21d (I02.KK34.0.0.ET.TS.PR001) Spec. Ref.: The cable alley shall be minimum 350 mm wide for all outgoing feeder modules.  Query: We propose to provide cable alley of 300 mm wide. Please confirm

Accepted, provided all requirements are met

9 / 11

Page 256: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THEBIDDER

QUERYNO. TENDERSECTION REFERENCECL

AUSE NO.

TECHNICAL SPECIFICATIONNO. /

COMMERCIAL REF. NO.DESCRIPTIONOF THE QUERY Response from NPCIL

Lanco Infratech Limited pre bid query Section -Electrical

Lanco Infratech Limited

30 Technical specification for 415V switchgear (I02.KK34.0.0.ET.TS.PR001)

5.2.22 (I02.KK34.0.0.ET.TS.PR001) Spec. Ref.: Contractor shall provide marshalling panels for terminating external multi pair/multi core cables. The depth and height of the marshalling panels shall match with the switchgear dimension as the same will be in line- up with the switchgear. Query: Please reconfirm purpose of marshalling panels and their configuration in the room.

Termination of external multipair cables would not be preferred within the panels, for the ease of maintenance and therefore calls for marshalling panels. This depends on the number of cables exiting.

Lanco Infratech Limited

31 Technical specification for 415V switchgear (I02.KK34.0.0.ET.TS.PR001)

5.5.8 (I02.KK34.0.0.ET.TS.PR001) Spec. Ref.: Minimum clearance between liveparts, between live parts/neutral to earth shall be19 mm. Query: We propose minimum clearancebetween live parts is 25 mm, between liveparts/neutral to earth shall be 19 mm. Pleaseconfirm 

Accepted in line with the clause of specification

Lanco Infratech Limited

32 Technical specification for 415V switchgear (I02.KK34.0.0.ET.TS.PR001)

  (I02.KK34.0.0.ET.TS.PR001) Please confirm motor rating above which ACB isto be used.

Switchgear incomer shall be ACB (e.g. Master pact NT type) . Outgoing feeder shall be MCCB (ie.g Compact NS type) with contactors.

Lanco Infratech Limited

33 Technical specification for 415V switchgear (I02.KK34.0.0.ET.TS.PR001)

7.2 (I02.KK34.0.0.ET.TS.PR001) Please clarify if type test reports can be acceptedfor a period of 10years. In the recent times evenother large PSU’s are also accepting the type testreports of test conducted on similar type of designup to 10 years.

Type test report validity would be 5 years.

Lanco Infratech Limited

34 General     Welding DB shall be supplied with transformeror without transformer, please confirm.

Without welding transformers. They are only power outlets.

10 / 11

Page 257: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THEBIDDER

QUERYNO. TENDERSECTION REFERENCECL

AUSE NO.

TECHNICAL SPECIFICATIONNO. /

COMMERCIAL REF. NO.DESCRIPTIONOF THE QUERY Response from NPCIL

Lanco Infratech Limited pre bid query Section -Electrical

Lanco Infratech Limited

35 General     It is requested to provide the tentative drive loadlist required for designing the switchboards.

It would be a part of engineering to be carried out by the EPC contractor.

11 / 11

Page 258: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER QUERY NO. TENDER SECTION REFERENCE

CLAUSE NO.

TECHNICAL SPECIFICATION NO./NO. / COMMERCIAL REF.

NO.DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7

Lanco Infratech Ltd.

1 I02-KK34-0-0-AP-TT-PR-001

1.0 Scope(Page 6 of 62) We presume that all Instrumentation cable will be unarmoured. If so kindly Confirmed

Confirmed, except for fibre optic cable (refer section 7.16 for fibre optic cable).

Lanco Infratech Ltd.

2 02_I02.KK34.0.0.ET.TS.PR025

Annexure-5 We presume that only DO modules are redundant, rest of the IO modules are non-redundant. If so kindly confirmed.

Dual I/Os are required to ensure the availability of the system. Same to be identified by vendor during detailed engineering stage and shall be submitted to NPCIL for approval.

Lanco Infratech Ltd.

3 I02-KK34-0-0-AP-TT-PR-001I02-KK34-0-0-AP-AL-PR-001

3.2.2(Page 13 of 62)

4.2 PLC Based Control System(Page 27 of 62)

PLC System configuration

Man Machine interphase(Operator Station) double…

Man Machine Interface (2 no terminal, one for operation & second one for engineering / Operation)….

Operator console cum workstation

We understand that Double display Workstation will be used as Operator workstation and for engineer (Plug in type Laptop shall be considered). If so kindly confirm.

Confirmed.

Lanco Infratech Ltd.

1 General

Please arrange to provide Drive control Philosophy and indicate the number of IO`s required for each drives for Complete Balance of Plant system.Kindly confirm.

a) Start/ stop, auto/manual, remote shall be wired through PLC to MCC. b) Local start/stop shall be directly wired to MCC. c) Feedback signals from drives/ MCC shall be wired to PLC.The number of I/O’s for each drive shall be derived from the above based on detailed design provided by bidder.

NUCLEAR POWER CORPORATION OF INDIA LIMITED

DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING, COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

Lanco Infratech Limited pre bid query Section - Control & Instrumentation

SET-2 on 19/09/16

SET-1 on 17/08/16

1/2

Page 259: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER QUERY NO. TENDER SECTION REFERENCE

CLAUSE NO.

TECHNICAL SPECIFICATION NO./NO. / COMMERCIAL REF.

NO.DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

Lanco Infratech Limited pre bid query Section - Control & Instrumentation

The Battery sizing calculation considering the loads on 00ART96GH001 & 00ART96GH002 and 00ART95GH001 & 00ART95GH002 has been taken into account as per Annexure-1 of Technical specification of Battery no. I01.KK34.0.0.ET.TS.PR029. In case of excess load than considered as mentioned above, Contractor has to make separate arrangement of providing AC supply through UPS backed up with battery without any cost implication to Purchaser. UPS shall comprise of Rectifier, Inverter and battery as specified in the relevant Technical Specification. However the requirements/specification of the above equipments shall be subject to review & approval of Purchaser during detailed engineering by the Contractor.

Lanco Infratech Ltd.

2 02_I02.KK34.0.0.ET.TS.PR025

Annexture-5 UPS SystemWe presume that common UPS system will be considered for all PLC system of BoP Package in CCR.Further In UPS Calculations for Unit Control system mention in annxture-5 considered only DM System, Diesel oil System and WWNS system only and what about the Desalination System , H2 O2 Gas System and N2 gas system kindly confirmed.

2/2

Page 260: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDERSECTION REFERENECLAUSE

NO.

TECHNICAL SPECIFICATIONNO. / COMMERCIAL REF. NO.

DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7Lanco Infratech Limited

1 Pre Commissioning, Commissioning, Performance Guarantee test (Auxiliary Area)

Clause 9.3 I301.KK34.0.0.PR.TT.140 Plant Operation will be done by NPCIL and Operation Supervisor provided by NPCIL will control Operation, please confirm

Plant operation and control will be done by NPCIL operator only after handing over of the facility.

Lanco Infratech Limited

2 Pre Commissioning, Commissioning, Performance Guarantee test (Auxiliary Area)

Clause 12 I301.KK34.0.0.PR.TT.140 Please confirm who will manage Permit To Work (PTW) System and issue PTW during commissioning

This can be jointly decided during commissioning stage.

Lanco Infratech Limited

3 Pre Commissioning, Commissioning, Performance Guarantee test (Auxiliary Area)

Annexure-I I301.KK34.0.0.PR.TT.140 Safety and Operation Group shown under commissioning are suppose to be under control of Site In-charge directly, please confirm

Safety incharge shall report directly to site incharge.

NUCLEAR POWER CORPORATION OF INDIA LIMITED

DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS,STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER

PROJECTS-3&4

Lanco infratech Limited pre-bid query section -commissioning

Tender No. CMM/HMP/75-00-10-078Appendix ‘Y’

1/1

Page 261: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDERSECTION REFERENCECLAUSE NO.

TECHNICAL SPECIFICATIONNO. / COMMERCIAL REF. NO.

DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7Lanco Infratech Limited

1 Vol – 2>40 Section ( 1 ) Clause 11

Clause 11 Page 50

CMM/HMP/75-00-10-078 The QAPs are vendor specific and shall be generated by vendor/ supplier which shall be submitted during execution stage after placement of on them. Please confirm.

Para 3 of clause 11 shall be applicable. QAP needs to be submitted along with offer.

Lanco Infratech Limited

2 Volume 7 a Section-C Part 1 (C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs)

File : 1_PR.TT.PR002_scope

Clause 3.17.23 (f), Page 22 of 36

CMM/HMP/75-00-10-078 In the specification life test is specified on all the Actuators. Life test is considered as destructive test hence it would not be appropriate to conduct on all the Actuators. However the type test reports for tests conducted in past can be shared. Please confirm.

Life test will be a type test and shall be conducted on all types of actuators.

Tender No. CMM/HMP/75-00-10-078Appendix ‘Y’

NUCLEAR POWER CORPORATION OF INDIA LIMITED

DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING,COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS,STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER

PROJECTS-3&4

Lanco infratech Limited pre-bid query section- QA

1/3

Page 262: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDERSECTION REFERENCECLAUSE NO.

TECHNICAL SPECIFICATIONNO. / COMMERCIAL REF. NO.

DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL Lanco infratech Limited pre-bid query section- QA

Lanco Infratech Limited

Lanco Infratech Limited

Lanco Infratech Limited

4 Folder: Volume_11_Section_C__13_____14_____15_\40 SECTION_C_Separator (14), File: 01_Mech.. IQAP

Sample Quality Plan of Vertical Turbine Pump Clause no. 2.1, 2.2 on page 9 of 111 of the

CMM/HMP/75-00-10-078 In some Indicative Quality Plan, some checks/ tests are specified to be performed by Contractor. It is to clarify that the tests are performed by Manufacturers and designated testing agencies. The purview of Contractor/ Purchaser is to witness the test or to review the test reports. Please confirm our understanding.

Agreed. Performance shall be by sub contractor/ supplier. Witness by contractor/ NPCIL only is envisaged.

Tender condition shall prevail.

5 Vol-1, Sec-C 2.7 Indicative Test plan for civil activities

CMM/HMP/75-00-10-078 HP is defined as Hold point. ( as used in all sample QAPs)

3 Volume_11_Section_C__13_____14_____15_

Indicative Quality Plans

CMM/HMP/75-00-10-078 Scope of witness of Contractor is almost at every stage in the Indicative Quality Plans provided in the specification. As per industry practice, the manufacturer performs all the tests and checks and the contractor witnesses selective major/ critical tests at various stages, while records of manufacturer are verified for other tests. Further the final customer/ purchaser witnesses critical tests. Please confirm if this arrangement can be implemented.

In Inspection test plan for civil activities, the term “HP” indicated in the column “Responsible Agency” is not defined in the Legends.Please define.

Lanco Infratech Limited

2/3

Page 263: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDERSECTION REFERENCECLAUSE NO.

TECHNICAL SPECIFICATIONNO. / COMMERCIAL REF. NO.

DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL Lanco infratech Limited pre-bid query section- QA

Lanco Infratech Limited

9 Vol-1, 12 Revised GCC_EPC_4

15.2.3 b Page 77 of 100

CMM/HMP/75-00-10-078 Welder Performance analysis is conducted on monthly frequency, instead of weekly, so that sufficient data is available for the same. Please confirm

Depending on work load the same can be decided during progress of work.

Lanco Infratech Limited

10 Vol-1, 12 Revised GCC_EPC_4

16.2.10 Page 83 of 100

CMM/HMP/75-00-10-078 It is assumed that additional tests and norms thereof, are commensurate with the design and characteristics of the item under consideration. Please confirm.

Clause of GCC and its intent shall prevail.

Notice shall be issued as soon as the facility is ready.

6 Vol-1, 12 Revised GCC_EPC_4

16.2.5 Page 83 of 100

CMM/HMP/75-00-10-078 The time frame for issuance of the certificates may be defined.

Lanco Infratech Limited

Lanco Infratech Limited

Lanco Infratech Limited

If deficiencies are not identified how it can be rectified.

8 Vol-1, 12 Revised GCC_EPC_4

16.3.1 Page 84 of 100

CMM/HMP/75-00-10-078 Rectification will be applicable only if the deficiencies are established. Please confirm.

The time frame shall be finalised with contractor during QAP finalisation based on the type of tests.

7 Vol-1, 12 Revised GCC_EPC_4

16.2.12 Page 84 of 100

CMM/HMP/75-00-10-078 The time frame for notice for inspection may be defined.

3/3

Page 264: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

 

NAME OF THEBIDDER

QUERYNO.

TENDERSECTION NO.

REFERENCECLAUSE NO.

TECHNICAL SPECIFICATION

NO. / COMMERCIAL

REF. NO.

DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7punj Lloyd 1 Vol 1-B-1 5.4.3 (d) and 5.8 General Conditions of

ContractThe clauses related to Price adjustment in Civil works does not specificany ceiling limit. Bidder understands that The civil works prices of thecontract price will be subject to Price adjustment without any ceiling.Please confirm.

Refer Pre-Bid response to COMMERCIAL QUERIES

punj Lloyd 2 Vol I B-2 5.9.7 Annexure A - SpecialConditions of Contract

To have better cash flow for site works, Bidder requests to modify theClause as follows:….. b) 76% along with 100% of price adjustment if any,on pro-rata basis on the approved Billing Schedule ….c-i) 2% on pro-ratabasis subject to recovery as per Annexure-1 of “Contract Conditions forIndustrial Safety” appended to GCC….c-ii) 1% on pro-rata basis subjectto recovery as per Annexure –D2 of SCC “Contract condition for House-keeping performance”….c-iii) 1% on pro-rata basis subject to recovery asper Annexure –D3 of SCC “Contract condition for Preservationperformance”…. d) 7.5% on handing over of the facilities to thePurchaser and issue and acceptance of Operational Acceptancecertificate …..e) 2.5% will be released on completion of MaterialAccounting.

Refer Pre-Bid response to COMMERCIAL QUERIES

punj Lloyd 3 Vol 1 B-1 5.13 General Conditions ofContract

Bidder requests to modify the Clause to include payment of interestcharges in all stages of payment, in case the payment is delayed beyond30 days from the scheduled date of payment or from the submission ofbill / invoice in acceptable form. The interest rate of such payments tobe determined in accordance with clause no. 5.13.3 of GCC.

Refer Pre-Bid response to COMMERCIAL QUERIES

Section- CommercialPunj Lloyd pre-bid query

Tender No. CMM/HMP/75-00-10-078Appendix ‘Y’

NUCLEAR POWER CORPORATION OF INDIA LIMITEDDESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING, COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF

FORMAT FOR RAISING TECHNO-COMMERCIAL QUERIES BY THE BIDDER FOR PRE-BID PURPOSES

1/1

Page 265: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THEBIDDER

QUERYNO.

TENDERSECTION NO.

REFERENCECLAUSE NO.

TECHNICAL SPECIFICATION

NO. / COMMERCIAL

REF. NO.

DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL

Section- Commercial

punj Lloyd 4 Vol 1 B-1 6.1 General Conditions ofContract

Bidder requests to modify the Clause the follows –…..6.10.1 (b) the aggregate liability of the Contractor to the Purchaser,whether under the Contract, in tort or otherwise, shall not exceed thetotal Contract Price, provided that this limitation shall not apply to anyobligation of the Contractor to indemnify the Purchaser with respect toIPR infringement….Bidder requests to modify the Clause the follows –20.1.2 Except where otherwise specifically provided in the Contract, theContractor shall submit to the Purchaser a request for an extension ofthe Time for Completion, together with particulars of the event orcircumstance justifying such extension as soon as reasonably practicableafter the commencement of such event or circumstance. Within 30 daysafter receipt of such request and supporting particulars, the Purchasershall intimate the Contractor the period of such extension…..

Refer Pre-Bid response to COMMERCIAL QUERIES

punj Lloyd 5 Vol 1 B-2 23 Special Conditions ofContract

Ref – GCC Clause No. 20.2.1 and SCC Clause No. 23:Bidder requestsPurchaser to settle all claims related to time and cost overrun within areasonable time, say maximum 45 (forty five) days, period in thecurrency of contract.

Refer Pre-Bid response to COMMERCIAL QUERIES

punj Lloyd 6 Vol B-1 21.1.2 (ii) General Conditions ofContract

Bidder requests to modify the clause and increase the value ofprovisioned for indirect expenses from 5 (five) % to 15 (fifteen) %, toadequately cover all genuine heads of expenses and overheads incurredduring idle / suspension period.

Refer Pre-Bid response to COMMERCIAL QUERIES

punj Lloyd 7 Vol B-1 21.2.1 (iii) General Conditions ofContract

Bidder requests to modify the clause and increase the value ofprovisioned for indirect expenses from 5 (five) % to 15 (fifteen) %, toadequately cover all genuine heads of expenses and overheads duringprolonged suspension period.

Refer Pre-Bid response to COMMERCIAL QUERIES

punj Lloyd 8 Vol B-1 22.2.3   General Conditions ofContract

In view of time limit imposed by Arbitration & Conciliation Act asAmended in 2015, Bidder requests the Purchaser to delete following–“The Arbitrator may, from time to time, with the consent of theparties, enlarge the time for making and publishing the award.”Furtherthe bidder requests Purchaser to notify its preferred seat of Arbitration.In absence of such declaration, the bidder will consider New Delhi as theseat of Arbitration for the scope of this tender / contract.

Refer Pre-Bid response to COMMERCIAL QUERIES

2/2

Page 266: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THEBIDDER

QUERYNO.

TENDERSECTION NO.

REFERENCECLAUSE NO.

TECHNICAL SPECIFICATION

NO. / COMMERCIAL

REF. NO.

DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL

Section- Commercial

punj Lloyd 9 Vol B-2   Annexure C to SpecialConditions of Contract

Bidder requests to modify and reduce the total penalty on account ofincrease in power consumption from 10 (ten) % to 5 (five) %, so as tokeep the total maximum damages / penalty under the tender / contractat a maximum figure of 10 (ten) % (considering maximum leviableliquidated damages @ 5%)

Refer Pre-Bid response to COMMERCIAL QUERIES

punj Lloyd 10 Vol 1- QR Appendix -X

A 6 Technical qualification The tie up with engineering consultant if required, at the stage of bidding shall be in the form of a confirmation / certification by the bidder that a qualified engineering consultant shall be engaged during execution of the contract. The formal sub contract and required BG by engineering consultant shall be submitted after award of contract. This is to avoid multiple BGs by engineering consultants. Moreover these BGs are not of any values to NPCIL as these shall be in favour of bidders therefore it is additional cost to bidders without any worthwhile benefit to NPCIL.

Refer Pre-Bid response to COMMERCIAL QUERIES

punj Lloyd 11 Vol 1- QR Appendix-X

A 2b Technical qualification The engineering consultants who have completed the engineering services for six facilities for Nuclear or fossil fired thermal power project out of nine mentioned under cl A 1 may be allowed to be a qualified engineering consultant subject to balance three services completed for Oil & Gas sector.

Refer Pre-Bid response to COMMERCIAL QUERIES

punj Lloyd 12 Vol 1- QR Appendix -X

C (i) Additional requirement

Please specify the “BID VALUE” of the bid. This is required to check the bid capacity. Or delete the criteria related to Bid capacity of the bidder.

Refer Pre-Bid response to COMMERCIAL QUERIES

punj Lloyd 13       The quantum of work related to preparation of the bid is voluminous therefore we request you to extend the due date for submission by another 3 weeks time from the date of reply to the pre bid queries..

Refer Pre-Bid response to COMMERCIAL QUERIES

punj Lloyd 14       Vol 12- Soft copy may be provided. Refer Pre-Bid response to COMMERCIAL QUERIESpunj Lloyd

15The due date for submission be extended by three weeks as thetime allowed is not adequate.

Refer Pre-Bid response to COMMERCIAL QUERIES

punj Lloyd

16

Please provide the list of approved package vendors (Sub-vendor) for Civil, Mechanical, Electrical and Control & Instrumentation packages.

Refer Pre-Bid response to COMMERCIAL QUERIES

punj Lloyd

17Vol 12- Soft copy may be provided.

Refer Pre-Bid response to COMMERCIAL QUERIES

punj Lloyd

18

Our bank has requested for certain changes in the format of IPBGand are attached herewith along with mail received from the bank.Please allow these changes.

Refer Pre-Bid response to COMMERCIAL QUERIES

3/3

Page 267: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERYNO.

TENDERSECTION NO.

REFERENCECLAUSE NO.

TECHNICAL SPECIFICATIONNO. / COMMERCIAL REF. NO. DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7

Punj Lloyd Ltd. 1 Volume_3_Section_C__2_____3_\40 SECTION_C_Separator (3)\C2-Tech Specs_C-2.1-Civil

2.1  C2-Tech Specs_C-2.1-Civil To provide access to rail tracks of overhead travelling cranes suitable passagewaysof at least 500 mm width with toe boards and double hand rails 900 mm highshall be provided alongside-ly Kindly indicate dia of Handrail and material

Requirement is brought out here. Detailed design is in the scope of EPC contractor.

Punj Lloyd Ltd. 2 Volume_3_Section_C__2_____3_\40 SECTION_C_Separator (3)\C2-Tech Specs_C-2.1-Civil

2.1.1(0UPK) C2-Tech Specs_C-2.1-Civil Kindly provide specification of galvalume sheet for roof and cladding

This is an internationally recognized trade mark of coated sheets and related information is available in public domain. EPC contractor shall develop the detailed design.

Punj Lloyd Ltd. 3 Volume_3_Section_C__2_____3_\40 SECTION_C_Separator (3)\C2-Tech Specs_C-2.1-Civil

2.1.2(0UGX) C2-Tech Specs_C-2.1-Civil Kindly provide drawing of desalination plant(112.0x50.0) Schematic GA of Desalination Plant foundation layout is provided under Sl. No. 34 in Civil drawings folder for information. Indicative layout of Desalination plant, DM Plant and Water Treatment System is covered in Mechanical Drawings folder (subfolder “H”, Sheet 14 of 15). However finalization of General Arrangement (GA) and detailed design is the responsibility of EPC contractor.

Punj Lloyd Ltd. 4 Volume_3_Section_C__2_____3_\40 SECTION_C_Separator (3)\C2-Tech Specs_C-2.1-Civil

2.1.4(06UEJ,01UEK)

C2-Tech Specs_C-2.1-Civil Kindly provide drawing of(06UEJ,01UEK) Schematic GA of 0 6UEJ & 0 1UEK are covered in document at Sl. No 34 of Civil Drawing folder (see pages 17 and 18 of 23).

Punj Lloyd Ltd. 5 Volume_3_Section_C__2_____3_\40 SECTION_C_Separator (3)\C2-Tech Specs_C-2.1-Civil

General C2-Tech Specs_C-2.1-Civil Kindly provide drawing of(01UZJ) Typical details of 0 1UZJ are covered in Folder “Z”- Additional Requirement to the Technical Specification (refer item listed at Sl. No. 6 of PDF document in this folder and subfolder 6). Detailed design of the same is the responsibility of EPC contractor.

Punj Lloyd Ltd. 6     C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

Soil resistivity data to be provided Soil Resistivity Data will be shared with Successful Bidder

Punj Lloyd Ltd. 7     C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

Terminal points for cabling, earthing to be defined Terminal Points are defined in the scope documents I02.KK34.0.0.TH.TS.PR002 and I02.KK34.0.0.PR.TT.PR.001

Punj Lloyd Ltd. 8     C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

Equipment earthing philosophy to be provided Equipment earthing scope are defined in Technical Specification document no. I02.KK34.0.0.ET.TT.PR002_R0.

DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING, COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS,STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

NUCLEAR POWER CORPORATION OF INDIA LIMITED

FORMAT FOR RAISING TECHNO-COMMERCIAL QUERIES BY THE BIDDER FOR PRE-BID PURPOSES

Punj Lloyd Pre Bid Queries Section- Techanical

Set-1 dt 01/09/16

1/1

Page 268: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERYNO.

TENDERSECTION NO.

REFERENCECLAUSE NO.

TECHNICAL SPECIFICATIONNO. / COMMERCIAL REF. NO. DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7

Punj Lloyd Pre Bid Queries Section- Techanical

Punj Lloyd Ltd. 9     C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

In SCADA system the scope is limited to only supply of Ethernet switch to connect the data highway to MV and LV Switchboard

Supply of IEC-61850 compliant ethernet switches for connecting the numericalrelays in MV and LV switchboards to SCADA system on fibre optic datahighway ring would be by Purchaser. including integration of SCADA with the Ethernet switches. Connection of numerical relays to the Ethernet switches using OFC is in the scope of the subject tender. Signal generation from the bidder's equipment to SCADA system as per TS of SCADA, TS of Numerical relay, TS of 6kV switchgear is to be ensured under the subject tender. Algorithms for the same shall be prepared during detailed engineering under the subject tender by the successful bidder for review & approval by Purchaser.

Punj Lloyd Ltd. 10     Annexure-13_ SLD of 400kV SystemAnnexure-14_SLD of 230kV System

Please clarify the scope of supply and erection for 220 and 400 KV GIS 400kV & 230kV GIS are not included in the scope of this tender.

Punj Lloyd Ltd. 11     C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

Please confirm the scope of supply exclusion list as per SLD Scope and exclusions are defined in Document no. I02.KK34.0.0.TH.TS.PR002 and I02.KK34.0.0.PR.TT.PR.001. Scope of buildings including supply of associated equipment are covered in the above documents.

Punj Lloyd Ltd. 12     C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

Please clarify the cable carrying philosophy Details are covered in Technical Specification Document no. I02.KK34.0.0.ET.TS.PR009

Punj Lloyd Ltd. 13     C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

Please furnish tentative load list if any This would have to be worked by the Contractor during detailed engineering, for review and approval by the Purchaser.

Punj Lloyd Ltd. 14 C.2.2.1 7.4 I301.KK34.0.SGA.TS.WD001 FIRE EXTINGUISHING (WATER, GAS, POWDER, FOAM) SYSTEMS “Fire Protection System for Buildings”

Please provide layout drawings of 0UAB, 0UAC,0UAD, 01UBG, 02UBG, 03UBG, 003-04UAF, 0UAG as these drawings are required to estimate the fire fighting system requirements.

Fire fighting systems inside these buildings are not part of this work. Please refer page no.11 of annexure-4 of scope document.

Punj Lloyd Ltd. 15 C.2.2.1 2.2.4 I301.KK34.0.SGA.TS.WD001 FIRE EXTINGUISHING (WATER, GAS, POWDER, FOAM) SYSTEMS “Automatic fire extinguishing of fire in the normal operation cable rooms in the main buildings and structures of the plant as well as fire-hazardous rooms of the auxiliary buildings and structures of the plant with spray water.”

Please specify the Areas / Equipments to be protected for the buildings referred.

The description is given in only for understanding of SGC system. The fire fighting system is only for NPCIL design buildings. Refer clause no- 7.4 of I301.KK34.0.SGA.TS.WD001

2/2

Page 269: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERYNO.

TENDERSECTION NO.

REFERENCECLAUSE NO.

TECHNICAL SPECIFICATIONNO. / COMMERCIAL REF. NO. DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7

Punj Lloyd Pre Bid Queries Section- Techanical

Punj Lloyd Ltd. 16 C.2.2.1 2.2.4 I301.KK34.0.SGA.TS.WD001 FIRE EXTINGUISHING (WATER, GAS, POWDER, FOAM) SYSTEMS “Fire extinguishing of the roofing and watering (cooling) of the turbine buildingsteel trusses with the help of stationary manually-operated facilities.”

TG building layout drawing to be provided. The fire fighting system inside turbine building is not scope of this work.The description is given in only for understanding of SGC system.

Punj Lloyd Ltd 17 C.2.2.1 2.3 Gas Fire-fighting System (SGE)

I301.KK34.0.SGA.TS.WD001 FIRE EXTINGUISHING (WATER, GAS, POWDER, FOAM) SYSTEMS “SGE system shall be designed for automatic gas fire fighting in control panel rooms and rooms containing electric and electronic equipment.”

Please furnish 0UAC layout drawing for estimating inert gas quantity.Clarify the scope of inert gas system for common control rooms.

Fire fighting system inside 0UAC building is not part of this work. Please refer page no.11 of annexure-4 of scope document.

Punj Lloyd Ltd. 18 General     Please provide the list of approved package vendors (Sub-vendor) for Civil, Mechanical, Electrical and Control & Instrumentation packages.

 EPC contractor can provide list of sub-vendor subjected to approval from NPCIL.

Punj Lloyd Ltd. 19 C0 3.3.2, XXXiii. I02.KK34.0.0.TH.TS.PR002 Technical Specification with System Description & Scope of BOP. “Sea water supply arrangement from KK-3 & 4 pump house and disposal pipe line to condenser water discharge channel of desalination plant. Commissioning sea water supply arrangement from KK-2 pump house with pump and brine disposal pipe lines of desalination plant for at for at least one module of the desalination plant.”

Please clarify the scope of intake facility at KK 3 & 4 pump houses. Provide the layout drawing of KK-3 & 4 pump houses, number of pumps required with Data sheet. For Commissioning KK-2 pump house and as per technical specification of desalination plant, tapping from KK-2 supply line to be considered (700 meters from desalination plant of unit 3 & 4. Please specify the pipe size & length / location of brine disposal line of one module of desalination plant.

KKNPP unit -2 Pump house has already commissioned.Intake facility at KK3-4 not in scope of EPC contractor. The design scheme for drawal of sea water to desalination plant of KK-3&4 is from unit -3 main pump house. The sea water comes to main pump house after filtering it through mechnical cleaning system of 4mm mesh size. Sea water to pumphouse is dosed with sodium hypochloride solution. During initial period till Unit 3 main pump house is commissioned, feed sea water for commissioning of at least one stream of Desalination plant shall be brought from Unit-2 pump house forebay. Detailing, supply and laying/ installation of the scheme for commissioning feed sea water from Unit-2 pump house forebay to desalination plant & brine disposal to sea are in EPC contractor’s scope. The quality of sea water will be similar to unit 3 main pump house.

Punj Lloyd Ltd. (PLL)

20 Vol. 11, C2.7.1(Vendor List) S. Nos. 13, 15, 24, 30, 31, 32

3_I02.KK34-Suggested Vendor List of Instrumentation

NPCIL has suggested only one vendor name for the specified items. Please provide more vendor names for the single vendor items for availability of these items.

For items which are not covered in 'Suggested Vendor list', the Main vendor shall identify competent manufacturer and take written approval from NPCIL before finalizing the Sub-Vendor.

Punj Lloyd Ltd. (PLL)

21 Vol. 11, C2.7.1(Vendor List)   3_I02.KK34-Suggested Vendor List of Instrumentation

Please provide suggested vendor names for main C&I items such as PLC, UPS, Instrumentation Cables, Control Cables.

For items which are not covered in 'Suggested Vendor list', the Main vendor shall identify competent manufacturer and take written approval from NPCIL before finalizing the Sub-Vendor.

3/3

Page 270: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERYNO.

TENDERSECTION NO.

REFERENCECLAUSE NO.

TECHNICAL SPECIFICATIONNO. / COMMERCIAL REF. NO. DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7

Punj Lloyd Pre Bid Queries Section- Techanical

Punj Lloyd Ltd. (PLL)

22 Vol. 8, C2.4.3 – C&I Mandatory Spares of Instrumentation

  C2.4.3 – C&I Mandatory Spares of Instrumentation

PLL understands that only these are the mandatory spares required for Control & Instrumentation. No other mandatory spares will be included DDE. Please clarify.

Indicated list of mandatory spares is a generic list based on the general requirements specified in the tender. Based on DDE it may be updated to include/ exclude few items considered specific to proposed design. Such changes due to DDE will be brought to notice of NPCIL and mandatory list shall be updated appropriately before supply of spares.

Punj Lloyd Ltd. (PLL)

23 Vol. 8, C2.4.1 – Technical Requirements of Instrumentation

Cl. No. 3.1.3, S. No. 4 – Fail Safe Design, Page – 11 of 62

Wherever practical, the principle of fail-safe design should be incorporated.

Please clarify level for fail – safe design. Level of failsafe shall consider loss of supply (electrical power supply, compressed air supply etc..) and break of signal line (cable break, module removal, instrument tube break etc) for bringing the process to safe state.

Punj Lloyd Ltd. (PLL)

24 Vol. 8, C2.4.1 – Technical Requirements of Instrumentation

Cl. No. 3.1.3, S. No. 7 – Grouping Philosophy, Page – 11 of 62

All redundant field instruments shall be mounted on different Instrument Support Stand.

Please Clarify is it referred to different standpipes for redundant level instruments & different root valves for redundant pressure instruments.

Redundant instrumentation shall be provided with different standpipes, root valves, and shall mount in different instrument stands.

Punj Lloyd Ltd. (PLL)

25 Vol. 8, C2.4.1 – Technical Requirements of Instrumentation

Cl. No. 3.1.3, S. No. 19, Page – 12 of 62

All documents shall be prepared in KKHQ-KKNPP format & shall follow KKHQ-KKNPP numbering procedure.

Please clarify and provide the KKHQ-KKNPP numbering procedure for the subject project.

Document will be provided during detailed engineering stage.

Punj Lloyd Ltd. (PLL)

26 Vol. 8, C2.4.1 – Technical Requirements of Instrumentation

Cl. No. 3.2, Type & Location of Controls, Cl. No. 3.2.1

PLC shall be dedicated to the respective system only. There shall not be any integration between other units.

PLL understands that PLCs for respective packages will be separate and located as specified in the NPCIL specification and will not be interfaced with each other in any terms (soft link integration or hardwired integration).Also, PLCs for respective packages will be interfaced with Main Plant Control System (interfacing in NPCIL scope).

One Potential free contact shall be provided to indicate general hardwired failure alarm from PLC to TLPS. Cable (procurement and layout) connecting PLC and TLPS is in NPCIL scope but commissioning of interface is in vendor scope.

Punj Lloyd Ltd. (PLL)

27 Vol. 8, C2.4.1 – Technical Requirements of Instrumentation

Cl. No. 3.2, Type & Location of Controls, Cl. No. 3.2.2

The man machine interface (operator station) double display work station shall be provided for each system.

Please clarify the double display work station terminology. Double display workstation refers to an operator workstation having dual monitor display that can be used to display two different soft videoscreens or one large videoscreen combinely.

Punj Lloyd Ltd. (PLL)

28 Vol. 8, C2.4.1 – Technical Requirements of Instrumentation

Cl. No. 3.2, Type & Location of Controls

  Recommended I/O List is required for all common service packages for which PLC is considered for proper price estimation of each service package.

Indicative instrument index is provided in “I02.KK34.0.0.AP.AL.PR.001’. The mentioned list is only indicative, whereas final I/O list shall be submitted by vendor to NPCIL during detailed engineering stage for approval.

4/4

Page 271: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERYNO.

TENDERSECTION NO.

REFERENCECLAUSE NO.

TECHNICAL SPECIFICATIONNO. / COMMERCIAL REF. NO. DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7

Punj Lloyd Pre Bid Queries Section- Techanical

Punj Lloyd Ltd. (PLL)

29 Vol. 8, C2.4.1 – Technical Requirements of Instrumentation

Cl. No. – 7.0, Cable, Cable Glands &Cable Trays, 7.12

Minimum 25% spare pairs required in multicables.

PLL understands that 25% spare pairs are very high. PLL recommends that 20% spare pairs are sufficient in multicables.

Not acceptable.

Punj Lloyd Ltd. (PLL)

30 Vol. 4   For Instrumentation Standards, Refer I301.KK34.0.0.TH.TS.WD090: TechnicalSpecification of Instrumentation for Auxiliary Area Package.

Please provide the Instrumentation document for the auxiliary area package as mentioned in technical specifications of various mechanical services packages.

I301.KK34.0.0.TH.TS.WD090’ document is superceded by ‘I02.KK34.0.0.AP.TT.PR001’. Please refer ‘I02.KK34.0.0.AP.TT.PR001’only.

Punj Lloyd Ltd. (PLL)

31 Vol. 4   For Instrumentation Standards, Refer I301.KK34.0.0.TH.TS.WD091: TechnicalSpecification of Instrumentation for Main Plant Area Package.

Please provide the Instrumentation document for the main area package as mentioned in technical specifications of various mechanical services packages such as Compressed Air System, Fire Fighting System, etc.

I301.KK34.0.0.TH.TS.WD091’ document is superceded by ‘I02.KK34.0.0.AP.TT.PR001’. Please refer ‘I02.KK34.0.0.AP.TT.PR001’only.

Punj Lloyd Ltd. (PLL)

32 Vol. 4 Section – 5.0, Cl. No. 13.0

Standalone PLC Based control system shall be provided for both UKU & UYBsystems.

Please provide configuration drawings if any for the same as the same are not in the NPCIL tender specification.

 As mentioned, PLC is stand alone and not wired to CCR. Considering the smaller no. of systems to be controlled, hardwired based LCP can also be provided. No specific configuration drawings are available. These are vendor specific.

Punj Lloyd Ltd. (PLL)

33 Vol. 4     Technical Specification for Un-interruptible Power Supply (UPS) System is not in C&I tender specification. Please provide the technical specification for UPS for price estimation.

 UPS system shall comprise of separate rectifier, Inverter along with battery and relevant Technical specification shall be applicable for the above equipments. However the requirements/specification of the above equipments shall be subject to review & approval of Purchaser during detailed engineering by the Contractor..

PUNJ LLOYD LIMITED

2      PROCESS SPECIFICATION 7.2 I301.KK34.0.0.AB.TS.PR001 Minimum corrosion allowances for CS is 3mm - We request it be modified to minimum corrosion allowances for CS of 1.5 mm, as according to best engineering pactices it's not required in this water utilities type of systems.

Tender specification shall prevail.

It is required that “Plant operating life for all equipments required shall be 40 years.EPC contractor to necessarily bring out in notice during offer stage itself in case life of any equipment is less than 40.” Is it a mandatory requirement as most equipments are designed for best performance upto 25. It's not that they don't function beyond it but are designed for lifetime of 25 years. Kindly confirm / accept please.

PUNJ LLOYD LIMITED

1 PROCESS SPECIFICATION 5 I301.KK34.0.0.AB.TS.PR001 Tender Tech spec shall prevailSet-2 Queries on 19/09/16

5/5

Page 272: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERYNO.

TENDERSECTION NO.

REFERENCECLAUSE NO.

TECHNICAL SPECIFICATIONNO. / COMMERCIAL REF. NO. DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7

Punj Lloyd Pre Bid Queries Section- Techanical

PUNJ LLOYD LIMITED

3 GENERAL  - GENERAL We request NPCIL to kindly provide its DWG template of this project for all requested drawings. Scanned drawings (incl. P&IDs) in PDF format are not readable.

DWG template will be provided to successful bidder.

PUNJ LLOYD LIMITED

4 GENERAL  - GENERAL We request NPCIL to provide the templates for the equipment data sheets of this project in an editable format, such as Word or Excel.

Editable format will be provided to successful bidder.

PUNJ LLOYD LIMITED

5 GENERAL  - GENERAL We request for related Water Balance Drawing for KKNPP-3/4 (& 5/6 also, if available).

All drawing applicable to this EPC contract has been provided by NPCIL.

PUNJ LLOYD LIMITED

6 KKS No.: I301.KK34.0.0.TH.TS.WD110 - TECHNICAL SPECIFICATION FOR DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT SYSTEM

1.7 – Process Description, DM Water Plant, MB Polisher (Page 13 of 43)

Doc. No. (EIL): A-209-320/314/304-17-41-SP-0001 – Technical Specification for Desalination Plant, DM Plant & Plant Water Treatment System

“The Mixed Bed is regenerated with sulphuric acid and…..”Hydro-chloric Acid (HCl) may be accepted for MB regeneration purpose, in place of H2SO4.

Tender Tech spec shall prevail

PUNJ LLOYD LIMITED

7 A209-320/314/304-17-41-SP-0001

1.3 Seawater quality Feed Seawater Quality Parameters are considered to be actual Feed water quality parameters. However, certain parameters are left blank, & NPCIL may kindly confirm them as NIL.

NIL Confirmed.

PUNJ LLOYD LIMITED

8 A209-320/314/304-17-41-SP-0001

1.3 I301.KK34.0.0.TH.TS.WD110 Expected Desalinated Water Quality as per MVC Supplier is with pH=5-6, and necessary Alkali Addition / tapping may be necessary at DDE / Execution / Commissioning stage. Kindly confirm.

Technical specification shall prevail

PUNJ LLOYD LIMITED

9 A209-320/314/304-17-41-SP-0001

1.3 I301.KK34.0.0.TH.TS.WD110 Feed seawater to desalinnation plant b.l. Condition ; min. Pressure required for MVC is 3 kg/cm2-g . Please check if possible to receive it, otherwise additional booster pump station will be required which will only add further to the cost of the plant

3 kg/cm2 shall be considered for feed sea water to desalination plant.

PUNJ LLOYD LIMITED

10 A209-320/314/304-17-41-SP-0001

1.3 I301.KK34.0.0.TH.TS.WD110 MVC reject to sea, b.l. Condition ; it seems that 4.5 kg/cm2-g too high. Preliminary pressure designed for 3 kg/cm2-g. However, it is already marked as "*Indicative. These shall be finalized during detail engineering."

Acceptable, Subject to the componenets are meeting the tender specifcations and performance requirement.

(Desalination & DM Plant System)

6/6

Page 273: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERYNO.

TENDERSECTION NO.

REFERENCECLAUSE NO.

TECHNICAL SPECIFICATIONNO. / COMMERCIAL REF. NO. DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7

Punj Lloyd Pre Bid Queries Section- Techanical

PUNJ LLOYD LIMITED

11 A209-320/314/304-17-41-SP-0001

1.4 I301.KK34.0.0.TH.TS.WD110 Compressors: "Equivalent" Standard shall be followed, in line with Tender Clause.

Acceptable, Subject to the componenets are meeting the tender specifcations and performance requirement.

PUNJ LLOYD LIMITED

12 A209-320/314/304-17-41-SP-0001

1.4 I301.KK34.0.0.TH.TS.WD110 Blowers: "Equivalent" Standard may be accepted. Acceptable, Subject to the componenets are meeting the tender specifcations and performance requirement.

PUNJ LLOYD LIMITED

13 A209-320/314/304-17-41-SP-0001

1.4 I301.KK34.0.0.TH.TS.WD110 Evaporators: "Equivalent" Standard shall be followed, in line with Tender Clause.

Acceptable, Subject to the componenets are meeting the tender specifcations and performance requirement.

PUNJ LLOYD LIMITED

14 A209-320/314/304-17-41-SP-0001

1.4 I301.KK34.0.0.TH.TS.WD110 Equivalent "API Standards" for Centrifugal Pumps, Dosing Pumps, PHE shall be followed, as per sub-supplier's recommendation. Please accept.

Acceptable, Subject to the componenets are meeting the tender specifcations.

PUNJ LLOYD LIMITED

15 A209-320/314/304-17-41-SP-0001

1.6 I301.KK34.0.0.TH.TS.WD110 Minimum turndown that most MVC supplier's offer is 60% per train. Less than this causes the compressor to choke and further adds troubles to buyers. Request you to kindly change the criteria to 60%.

Minimum turn down capacity of each MVC train of Desalination plant shall be 50%.

Can be used provided it meets the technical specification and performance requirement.

The minimum Upper/top 3 rows of heat transfer tubes of multi effect evaporators are of Titanium alloy and lower rows of heat transfer tubes are of Aluminium.

Vapour compressor: We recommend using a compressor with casing integral to the vessel for better performance (lower pressure losses) and a smaller footprint. Kindly allow the sub-supplier to design MVC units as per their success and experience, however, in line with Tender Flow Rate Delivery requirement(s).

Equipment list: Multi-effect evaporators moc for the tubes and tube plates: Industry standard moc is aluminum which has a higher heat transfer coefficient (thus, increase in overall efficiency of the unit). Concerns about errosion can be aleviated by making the top rows of tubes out of titanium. (M/s IDE has been using this standard successfully in all of their thermal seawater desalination plants for the past 50 years). Kindly accept MOC as recommended here.

PUNJ LLOYD LIMITED

17 A209-320/314/304-17-41-SP-0001

1.7 I301.KK34.0.0.TH.TS.WD110

PUNJ LLOYD LIMITED

16 A209-320/314/304-17-41-SP-0001

1.7 I301.KK34.0.0.TH.TS.WD110

7/7

Page 274: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERYNO.

TENDERSECTION NO.

REFERENCECLAUSE NO.

TECHNICAL SPECIFICATIONNO. / COMMERCIAL REF. NO. DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7

Punj Lloyd Pre Bid Queries Section- Techanical

PUNJ LLOYD LIMITED

18 A209-320/314/304-17-41-SP-0001

1.7 I301.KK34.0.0.TH.TS.WD110 Equipment list, multi-effect evaporators: MOC for the evaporator shell material: Recommended standard MOC is CS with Internal Epoxy Painting and External Coating. (This standard is used successfully in all of IDE's Thermal Seawater Desalination Plants and in the 4 units currently operated in NPCIL. IDE's operating conditions are based on vacuum. The lining specified in the tender is not suitable for vacuum conditions and is brittle which may cause cracks afterwhich the lining cannot be repaired.) Kindly accept MOC as recommended here.

MOC for the MVC evaporators of Desalination plant ,CS with intrnal epoxy painting along sacrificial anode cathodic protection and externally coated can be used

PUNJ LLOYD LIMITED

19 A209-320/314/304-17-41-SP-0001

1.7 I301.KK34.0.0.TH.TS.WD110 Equipment list, compressor MOC: Sub-supplier's (IDE) rotor is made out of aluminum for better unit performance and has been tested and tried over for the past 50 years. (This standard is used successfully in all of IDE's plants for over 50 years including the 4 units currently installed in NPCIL. Changing materials to duplex is not necessary and will increase the package price for both buyer and supplier).Kindly accept MOC as recommended here.

Can be used provided it meets the technical specification and performance requirement for design life.

PUNJ LLOYD LIMITED

20 A209-320/314/304-17-41-SP-0001

1.7 I301.KK34.0.0.TH.TS.WD110 Equipment list, brine disposal and product water Pump's MOC: SS316 is sufficient, duplex is not necessary for dearated brine and certainly not for the distiled water. It will only add to the cost and envisaged benefit will not be derived as it's an overkill. This standard has been successfully used world over including IDE in the 4 units currently operated in NPCIL.Kindly accept MOC as recommended here

For product water pump SS316 L material can be used and for brine disposal pump tender specification shall prevail

PUNJ LLOYD LIMITED

21 1.7 I301.KK34.0.0.TH.TS.WD110 Equipment list, for all chemical dosing tanks & pumps: Usually the supply is pp / hdpe / pvc / ptfe materials instead of ss or titanium where chemically possible. This alternative has lower maintenance and lower costs and no compromise on the perfomance and results.

PP / HDPE / PVC / PTFE materials instead of SS or Titanium can be used.

PUNJ LLOYD LIMITED

22 A209-320/314/304-17-41-SP-0001

1.7 I301.KK34.0.0.TH.TS.WD110 Scale cleaning dosing pump is not necessary. Cip is done by the brine pump which is sufficient and will help further tune the system better by minimizing the equipment list.Kindly clarify / confirm.

Acceptable, Subject to the plant are meeting the tender specifcations.

8/8

Page 275: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERYNO.

TENDERSECTION NO.

REFERENCECLAUSE NO.

TECHNICAL SPECIFICATIONNO. / COMMERCIAL REF. NO. DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7

Punj Lloyd Pre Bid Queries Section- Techanical

PUNJ LLOYD LIMITED

23 A209-320/314/304-17-41-SP-0001

1.7 I301.KK34.0.0.TH.TS.WD110 Dechlorination system is not required for the mvc plant. This type of desalination is robust enogh to withstand any kind of water. Dechlorination will not solve any purpose in the proposed system but only add to cost. We recommend NPCIL to remove it. Please clarify / confirm.

As per Technical specification of Desalination plant, it depends on suppliers recommondations.

PUNJ LLOYD LIMITED

24 A209-320/314/304-17-41-SP-0001

I301.KK34.0.0.TH.TS.WD110 Section 1.11, Piping Material For Desalinted Water: We Recommend Using PP as it is applicabile for Temperature and Chemical Composition of the water.

Tender specification shall prevail

PUNJ LLOYD LIMITED

25 A209-320/314/304-17-41-SP-0001

1.17 I301.KK34.0.0.TH.TS.WD110 Air supply failure: We recommend using Pneumatic Actuators to reduce the price of the units. This standard has been successfully used in many of our units (including the 4 units currently operated in NPCIL). If needed, a redundant air compressor can be installed.

Pneumatic actuators can be used.

PUNJ LLOYD LIMITED

26 A209-320/314/304-17-41-SP-0001

1.1 I301.KK34.0.0.TH.TS.WD110, SECTION 1.1 VS.I301.KK34.0.0.AB.TS.PR001, TABLE 6.1

Please clarify if auxiliary steam is available. And confirm quantity and pressure .

Auxiliary steam is not available instead auxiliary boiler shall be used which is a part of desalination plant and is in the scope of EPC contractor.

PUNJ LLOYD LIMITED

29 C-2.7.2 - SUBVENDOR LIST FOR MECHANICAL ITEMS, I02.KK34.0.0.AP.REP.PR.002 / 003 - SUBENDOR LIST OF INSTRUMENTATION & SUBEVNDOR LIST FOR ELECTRICAL EQUIPMENT

We consider the vendor lists as a recommendation. Please confirm if NPCIL may accept proposed list of different qualified vendors equivalent to the list. Please allow / consider.

EPC contractor can provide list of vendor subjected to approval from NPCIL

Auxiliary steam is not available instead auxiliary boiler shall be used which is a part of desalination plant and is in the scope of EPC contractor.

Minimum Thickness of 0.5mm can be used for plate type heat exchanger of Desalination plant subject to the componenets are meeting the tender specifications.

Please clarify if auxiliary steam is available. And confirm quantity and pressure .

We recommend that the plate minimum thickness wil be reduced to 0.5mm since this is enough from a mechnical standpoint.From a process standpoint this will allow better heat transfer and from a financial standpoint this will reduce the cost of the units.This standard does not compromise on the perfomance of the unit though and only further optimizes the solution offering.

PUNJ LLOYD LIMITED

28 A209-320/314/304-17-41-SP-0001

5.3 I301.KK34.0.0.TH.TS.WD044

PUNJ LLOYD LIMITED

27 A209-320/314/304-17-41-SP-0001

1.15 I301.KK34.0.0.TH.TS.WD110, SECTION 1.1 VS.I301.KK34.0.0.AB.TS.PR001, TABLE 6.1

9/9

Page 276: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERYNO.

TENDERSECTION NO.

REFERENCECLAUSE NO.

TECHNICAL SPECIFICATIONNO. / COMMERCIAL REF. NO. DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7

Punj Lloyd Pre Bid Queries Section- Techanical

PUNJ LLOYD LIMITED

30 A209-320/314/304-17-41-SP-0001

1.4 I301.KK34.0.0.TH.TS.WD110 Comply with Atomic Energy Factory Rules, 1996.The water treatment packages are in the utilities section/area, and there may not be a need to comply with these rules under this section, for this specific area. Please advise.

Compliance to Atomic Energy Factory Rules 1996 for water treatment package as applicable.

PUNJ LLOYD LIMITED

31 A209-320/314/304-17-41-SP-0001

1.11 I301.KK34.0.0.TH.TS.WD110 Material selection: Tanks are defined as RCC epoxy coated. We recommends: Tanks up to 25 m3 from PP/PE Tanks above 25 m3 and up to 300 m3 from GRP. Allowing this does not compromise on the perfomance of the unit though and only further optimizes the solution offering.

MOC & Capacity of tank as per Clause 1.7 of Tech Spec of Desalination, DM Plant.

PUNJ LLOYD LIMITED

33 A209-320/314/304-17-41-SP-0002

1.3 I301.KK34.0.0.TH.TS.WD111 Potable water quality -Only pH range and Ca as ion < 75 ppm was given and to follow WHO standards; However, no other parameters were defined. Please provide clear values for Ca concentration with minimum level as well, alkalinity and LSI details. In relation to the above, necessacity of the sodium carbonate system need to be cross-checked further

Tender specification shall prevailLSI values should be positive.

Potable water treatment system

Material of piping shall be as per technical specification of respective facility.

Piping material specification index:- DM water , polished water from rubber lined CS - We suggest GRP or PP, please confirm if can be considered- Cooling water supply and cooling water return (sea water) from carbon steel - this material is not sutable for seawater - We suggest GRP or PP, please confirm if it can be considered.- Potable wate r(under ground) from HDPE - Is HDPE only for underground piping? Please clarify.

PUNJ LLOYD LIMITED

32 A209-6-44-0005 7,12,13 I301.KK36.0.0.TH.TS.WD705

10/10

Page 277: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERYNO.

TENDERSECTION NO.

REFERENCECLAUSE NO.

TECHNICAL SPECIFICATIONNO. / COMMERCIAL REF. NO. DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7

Punj Lloyd Pre Bid Queries Section- Techanical

Query pertains to specification no I301.KK34.0.0.TH.TS. WD111.Tender specification shall prevail.

Query pertains to specification no I301.KK34.0.0.TH.TS. WD111.Tender specification shall prevail.

PUNJ LLOYD LIMITED

35 A209-802-17-41-SP-0003 1.7 I301.KK34.0.0.TH.TS. WD112

PUNJ LLOYD LIMITED

36 A209-802-17-41-SP-0004 1.7 I301.KK34.0.0.TH.TS. WD113

DAF saturation vessel - DAF unit is required to be designed with saturation vessel. For such small size DAF unit, the alternative to saturation vessel design is special type pump that mixes air and water and provides recirculated stream with sufficiently small size air bubbles.Two alternative for DAF design:(1) Using saturation vessel(2) Using air / water mixing pumpRequest suitable modification.

Thickener dimensions - No retention time or volume of thickener are mentioned. Only typical size of 25 m diameter and 3-4 m height that gives 1,500 – 2,000 m3 volume. The flow rate to thickener is 2 m3/hr so that the corresponding proposed thickener size is too big.Thickener retention time or thickener volume should be given. 1 – 2 hours retention time is sufficient from solution standpoint.

OCWT plant consists of TPI, DAF, DMF and two stages ACF. Sludge treatment consists of thickener and centrifuge.For max feed oil content of 100 mg/L, TPI unit is actually not required as it does not solve ANY purpose. Also nothing is written about oil peaks. Since hold up tank that receives the wastewater before TPI unit has 4 hours retention time,can it be assumed that such high retention time be sufficient to deal with oil peaks.Since the requirement for oil (petrochemical content) is only less than 5 mg/L and the requirement for TSS is only less than 10 mg/L, the activated carbon filters are not actually required. DMF can be left. Instead of ACF, nutshell filter will be more efficient.Two process schemes that should be considered as optimal solution are:(1) TPI, DAF, nutshell filter(2) DAF, nutshell filter, DMF.Adding non-required equipments is only a burden and overkill of the overall solution. Hence we request suitable modification.

Technical specification shall prevailOil containing water treatment plantPUNJ LLOYD LIMITED

34 A209-802-17-41-SP-0002 1.1 I301.KK34.0.0.TH.TS. WD111

11/11

Page 278: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERYNO.

TENDERSECTION NO.

REFERENCECLAUSE NO.

TECHNICAL SPECIFICATIONNO. / COMMERCIAL REF. NO. DESCRIPTIONOF THE QUERY RESPONSE FROM NPCIL

1 2 3 4 5 6 7

Punj Lloyd Pre Bid Queries Section- Techanical

PUNJ LLOYD LIMITED

Query pertains to specification no I301.KK34.0.0.TH.TS. WD111.Suitable analyzer meeting tender specification shall be used.

37 A209-802-17-41-SP-0005 1.7 I301.KK34.0.0.TH.TS. WD114 On-line analyzers - Two analyzers are required – Oil (upstream of TPI, DAF and ACF outlets) and TOC (outlets of ACF) analyzers with correlation to COD and BOD. Oil analyzer should be defined in the detailed form.The best method to detect oil is infrared method. This method detects all type of oil – dissolved, emulsified, droplet and free. The problem that this method can be done only in laboratory and no online analyzers are available. This method can be used for calibration of online oil analyzers that operate according to other method.Oil online monitoring instrument can be based on UV absorption. This method detects only aromatic hydrocarbons (most of them are dissolved). By using the ratio between total hydrocarbons to aromatic hydrocarbons, the total amount of hydrocarbons can be evaluated from UF absorption method. The widely used online monitoring instrument is based on UV fluorescence method.TOC analyzer is available but very-very expensive. No direct correlation between COD and TOC or BOD and TOC are available.Instead two analyzers are proposed:(1) Oil analyzer based on UV fluorescence method. Total amount of hydrocarbons can be evaluated by using ratio between total hydrocarbons to aromatic hydrocarbons.(2) Turbidity analyzer for TSS evaluation.

No TOC analyzer is recommended. TOC, BOD and COD measurements are proposed to be done in the laboratory once per day.

12/12

Page 279: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Set-1 dated 16-08-2016Reliance Infrastructure

1 C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs

__ Annexure-1_A209-0E1-16-50-0017 Rev B dated 22032013 The drawing supplied is not legible. Request you to provide a readable drawing to understand the system requirement fully.

PDF Drawing uploaded in folder 2.6.3 of folder 4 along with prebid responses.

Reliance Infrastructure

2 C1-Scope of Supply and Work_C1.1 scope of work

3.2(a) 07_I02.KK34.0.0.PR.TT.PR001_R0 We understand that our scope for 6 KV Switchgear is limited to 4 numbers of 6 KV Switchboards 00BCM, 00BCN, 00BCJ, & 00BCK instead of all the 6 KV boards indicated in the 6 KV switchgear specification(Specification Number:2_I02.KK34.0.0.ET.TS.PR025_R1) . Please confirm.

Supply of 6kV switchgear is limited to 0 UBS & UPK buildings. However, commissioning of the loads and commissioning adjustment, relay settings, etc. of the switchgear in 0UTF 6kV switchgear and interfacing with switchgear in 0UBG, etc are included in the scope of this tende (Refer tender clause 4.1 of tender document I02.KK34.0.0.TH.TS.PR002)

Reliance Infrastructure

C1-Scope of Supply and Work_C1.1 scope of work

3.2(e) 07_I02.KK34.0.0.PR.TT.PR001_R1

Reliance Infrastructure

C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.3_Electrical

_ 10_I301.KK34.0.0.ET.OKS.WD008

Reliance Infrastructure

5 C1-Scope of Supply and Work_C1.1 scope of work

3.2(f)-i 07_I02.KK34.0.0.PR.TT.PR001_R1 We understand the ethernet switch required for the SCADA system are not in our scope. Our scope is limited to the connection of the relays to the switches through OFC cables. Please confirm.

The scope and requirement is well defined in the tender clause, which is, as specified, shall prevail.

Reliance Infrastructure

6 C1-Scope of Supply and Work_C1.1 scope of work

3.2(f)-ii 07_I02.KK34.0.0.PR.TT.PR001_R1 We understand the LIU & repeater panels is not in our scope of supply. Our scope is limited to the supply of power to these devices. Please confirm.

The scope and requirement is well defined in the tender clause, which is, as specified, shall prevail.

Reliance Infrastructure

7 C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.3_Electrical

37_I301.KK34.0.0.ET.OKP.WD092 The drawing provided is not legible. Request you to provide the a readable copy of the drawing to understand the requirement.

PDF Drawing uploaded in folder 2.6.3 of folder 4 along with prebid responses.

Reliance Infrastructure

8 C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.3_Electrical

10_I301.KK34.0.0.ET.OKS.WD008 The drawing provided is not legible. Request you to provide the autocad copy of the drawing for analyzing the busduct and cable routes.

PDF Drawing uploaded in folder 2.6.3 of folder 4 along with prebid responses.

Reliance Infrastructure

9 09_ET.TS.PR030 I02.KK34.0.0.ET.TS.PR030 We understand that the charger and inverter listed in the scope of this specifications are not in our scope. Our scope for this specification is limited to the supply of DCDBs and ACDBs associated with buildings in our scope. Please confirm.

Chargers & Inverters shown in this document and which are located in 0 UAC bldg are not in the scope of this tenderr. However, requirement of charger / inverter, in the design of the systems engineered for bldgs, in the scope of the tender is included in the scope of the subject tender.

Reliance Infrastructure

10 09_ET.TS.PR030 Annexure-1_A209-0E1-16-50-0017 Rev B dated 22032013 The drawing provided is not legible. Request you to provide the a readable copy of the drawing to understand the requirement.

PDF Drawing uploaded in folder 2.6.3 of folder 4 along with prebid responses.

NUCLEAR POWER CORPORATION OF INDIA LIMITED

PDF Drawing uploaded in folder 2.6.3 of folder 4 along with prebid responses.

Refer to the drawing for routing the cable. The drawing provided in the tender is a scanned copy drawing. Please provide the autocad drawing so that trench and other requirements for the cable carrier system can be calculated.

3

Pre bid queries of Reliance Infrastructure

DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING, COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS,STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

1 / 50

Page 280: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

11 2_I02.KK34.0.0.ET.TS.PR025_R1 SLD for6kV and 415Vsystem The SLD of MV Switchgear indicates the short circuit current as 40 KA with the peak of 100 kA, while the same is indicated as 50kA in datasheet with the peak current of 125 kA. Please confirm the minimum requirement of the short circuit current withstand for MV switchgears.

Short circuit current withstand rating shall be 50KA with a peak current of 125 kA, as specified in the Data Sheet.

Reliance Infrastructure

12 Volume_7_a__Section_C_C2.3__Part_1_ 5.8 2_I02.KK34.0.0.ET.TS.PR025_R1 Specification Clause: Clearances

Front clearance of MV Switchgear : 2500mm ( Min 1000mm ).

Clarification Sought: Please Clarify the requirement.

Clearance between the panel and the walls shall comply with the latest CEA regulations and accordingly, min 1000 mm front clearance is essential, but the desired clearance is 2500mm for the same.

Reliance Infrastructure

13 Volume_7_a__Section_C_C2.3__Part_1_ 6.2 2_I02.KK34.0.0.ET.TS.PR025_R1 Sepcification Clause: The Enclosure shall have complete protection against approach to the live parts or contact with internal moving parts ( IPH6 ) as per IS 3427.

Clarification Sought: The Degree of Protection shall be as per Cl No. 2.6 of Tender Datasheet. Please reconfirm.

IS/IEC 60529 shall be complied for degree of protection for the enclosures.

Reliance Infrastructure

14 28_ET.TS.PR029 1.1 I02.KK34.0.0.ET.TS.PR029 We understand there are no batteries included in our scope. Hence the mentioned specifications are not applicable for us. Please confirm.

Batteries shown in this document located in 0 UAC bldg are not in the scope of this tender. However, any additional requirements for the systems engineered for bldgs in the scope of the tender is included in the scope of the subject tender..

Reliance Infrastructure

15 Volume_7_a__Section_C_C2.3__Part_1_ 3.3.2 1_PR.TT.PR002 Specification Clause: Besides these, feeders required for Purchaser’s use, as indicated in the Tender document, shall also be taken into account for equipment sizing.

Clarification Sought: Please provide the list of such loads which are to be fed from MV/LV boards provided by the bidder.

Please refer Annexure-3 of I02.KK34.0.0.PR.TT.PR002

Reliance Infrastructure

16 Volume_7_a__Section_C_C2.3__Part_1_ _ 5_I02.KK34.0.0.ET.TS.PR007_R1 We are unable to extract the file and hence are unsure about the content. Request you to provide the file separately.

PDF Drawing uploaded in folder 2.3.1 of folder 4 along with prebid responses.

2 / 50

Page 281: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

17 Volume_7_a__Section_C_C2.3__Part_1_ 6.3(3) 3_I02.KK34.0.0.ET.TS.PR001_R2 Specification Clause:Under LV Motor Starter type for Motor Rating of 37KW,110KW,132KW,160 KW specification requirement are as under :3.Contactor with MCCB--- with under voltage protection.CT with provision of Ammeter at Local Board ( for Motor Rating 90 KW and above) 4.Contactor with MCCB--- with under voltage protection.CBCT with earth leakage relay

Clarification Sought: It is stated that :1. As per SLD provided the CT and Ammeter is to be provided for Motor rating > 37KW.Also SLD specifies that CT is to be located in respective Module. 2. It is further stated that SLD shows contactor for some of the Motor feeders > 75 KW in other cases it is not shown.

Pl clarify above ambiguity and further detail out the requirement as stipulated under 3 &4.

1. CT and Ammeter shown in SLD for motor rating >37kW is typical but CT and Ammeter are to be provided only for motor rated above 90kW for remote controlled motors. For local controlled motors please refer note 3 of SLD.2. In line with the specification, contactors are to be provided for all motor feeders and is shown in SLDs,.3. Requirement of CBCT with earth leakage relay (for protection 50N) shall be worked out (based on the location of equipment and distance) during detailed engineering by the Contractor for motor rating above 11kW subject to review and approval by the Purchaser.

Reliance Infrastructure

18 Volume_7_a__Section_C_C2.3__Part_1_ 6.3 3_I02.KK34.0.0.ET.TS.PR001_R2 Specification Clause: Under Motor subheading ( above 75KW and Less than 200 KW ), (b) Circuit Breaker Type : ACB is indicated.Again under Subheading LV Motor Starter type MCCB is indicated for Motor rating : 110KW, 132KW,160KW.

Query Sought: It is requested to clarify whether ACB is to be provided or MCCB is to be provided for Motor rating > 75 KW < 200 KW .

Motor feeders:1. Contactor with MPCB shall be used for motor rating 0.06kW to 11 kW.2. Contactor with MCCB shall be used for motor rating greater than 11 kW.

Reliance Infrastructure

19 Volume_7_a__Section_C_C2.3__Part_1_ 6.3 3_I02.KK34.0.0.ET.TS.PR001_R2 Specification Clause: Adequate clearance between equipment to be provided-----a) Front clearance for all other Switchboards, Clearance is indicated as 2000mm ( Min 1000mm )

Clarification Sought: Please further clarify the requirement.

Clearance between the panel and the walls shall comply with the latest CEA regulations and accordingly, min 1000 mm front clearance is essential, but the desired clearance is 2500mm for the same.

Reliance Infrastructure

20 Volume_7_a__Section_C_C2.3__Part_1_ 1.12 4_I02.KK34.0.0.ET.TS.PR028 We understand that there are no MV busducts in our scope. Our scope for this specification is limited to the LV Busduct of the areas in our scope. Please confirm.

6kV busducts of 0 4 UBG are not included in the subject tender.

Reliance Infrastructure

21 Volume_7_b__Section_C_C2.3__Part_2_and_Part_3_

1.5 (11-12) 6_I02.KK34.0.0.ET.TS.PR023 The rating of the transformers 00BKT19/ 00BKT20 is indicated as 1250 KVA in the specification. The same is mentioned as 1000 KVA in the SLD. Please confirm the minimum rating of the transformers to be considerd.

As mentioned in the SLD and considering the bus, feeder ratings, the minimum transformer rating is 1MVA. Specification rating (1250) for these transformers shall be read as 1000 KVA.

Reliance Infrastructure

22 Volume_7_b__Section_C_C2.3__Part_2_and_Part_3_

1.5 6_I02.KK34.0.0.ET.TS.PR023 We understand that the transformers associated with the area UAC are not in our scope. Please confirm.

UAC transformers are not included in the subject tender.

3 / 50

Page 282: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

23 Volume_7_b__Section_C_C2.3__Part_2_and_Part_3_

6.1.6 20_I02.KK34.0.0.ET.TT.PR001_R1 Specification Clause: Fire resistant ( Fire Survival ) cables with three hour shall be used for selected critical systems to be finalized during detail Engg.

Clarification Sought: Request you to clarify the requirement currently to allow us to estimate the required quantity of the cable.

FS Cables may not be required in the scope of this tender, unless specifically felt necessary for any application / requirement during detailed engineering by the Contractor.

Reliance Infrastructure

25 Volume_11_Section_C__13_____14_____15_

__ 2_I02.KK34.0.0.AP.REP.PR003_R1 For some items like GRP Trays etc. only one vendor is indicated. Request you to provide additional vendors for the same so that best price can be quoted.

Vendor(s) with whom the Purchaser has experience have been mentioned. However, as mentioned in the tender, the bidder can propose vendors for review/assessment and approval, if applicable, by the Purchaser.

Reliance Infrastructure

26 Volume_11_Section_C__13_____14_____15_

__ 2_I02.KK34.0.0.AP.REP.PR003_R1 For HT Cables List of Vendors is categorized in two parts i.e HV Power cables & HV (6kV) XLPE INSULATED FRLS PVC SHEATHED POWER CABLES. Pl clarify.

Vendor listing under "HV (6kV) XLPE INSULATED FRLS PVC SHEATHED POWER CABLES" can be ignored.

Reliance Infrastructure

27 Volume_8_Section_C__8_____9_40 SECTION_C_Separator (9)-C2-Tech Specs_C-2.4 Instrumentation_C 2.4.1_ Tech Specs

Cl: 3.1.3, S.no-18 I02.KK34.0.0.AP.TT.PR001_R0 Specification Requirement:PRODOK software or software compatible with PRODOK sall be used for preparation of detailed engineering drawings/ documents by EPC contractor.Clarification: As most of the OEM do not use PRODOK software, hence it is proposed to provide drawings/ documents in niormally accepted formats like Auto Cad, pdf, Word and Excel.Please Clarify

The formats mentioned does not cover the Engineering applications like Document flow control, auto detection of errors in TL etc. Hence latest Engineering software (Updated to PRODOK/equivalent) shall be identified by vendor and shall be submitted to NPCIL for approval.

Reliance Infrastructure

28 Volume_8_Section_C__8_____9_40 SECTION_C_Separator (9)-C2-Tech Specs_C-2.4 Instrumentation_C 2.4.1_ Tech Specs

Cl: 3.2.2 &

Annexure #1, Cl: 3.1.2

I02.KK34.0.0.AP.TT.PR001_R0 Specification Requirement:For the following PLC system, the Man Machine Interface (operator station) double display workstation shall be provided. &For Man machine Interface (MMI) one number of double display ....................................... .................shall have hot standby CPU.Clarification: It is proposed to provide two (2) No's of workstation along with independent CPU and monitor for operation and monitoring of the respective system, inline with the prevaling practice followed in most of the utilities.confirm concurence.

Kindly adhere to requirements given in Ann-1 of the Technical specification, 'I02.KK34.0.0.AP.TT.PR001_R0'.

4 / 50

Page 283: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

29 Volume_8_Section_C__8_____9_40 SECTION_C_Separator (9)-C2-Tech Specs_C-2.4 Instrumentation_C 2.4.1_ Tech Specs

I02.KK34.0.0.AP.TT.PR001_R0,Cl: 3.2.5

&Vol-3,

I02.KK34.0.0.AP.TT.PR002, S.No. 2.7.7

I02.KK34.0.0.AP.TT.PR001_R0 & I02.KK34.0.0.AP.TT.PR002

Specification Requirement:Control System supplied by contractor shall be interfaced with TLPS (Top Level Plant System) to purchaser's main Control system via TCP/IP link. &Cable between Vendor's PLC based control system in control room and purchaser's Main Control System for serial interface connection is in Purchaser scope.Clarification: Owner may please clarify which clause is to be followed for interface cable between bidder's PLC system & Purchaser Main Control system.

in case this cable is in bidder scope then Owner may please provide the location of TLPS Main control system for estimation of cable quantity.Employer to confirm.

TLPS contact at PLC shall be provided by vendor. Cable (procurement and layout) connecting PLC and TLPS is in NPCIL scope but commissioning of interface is in vendor scope.

Reliance Infrastructure

30 Volume_8_Section_C__8_____9_40 SECTION_C_Separator (9)-C2-Tech Specs_C-2.4 Instrumentation_C 2.4.1_ Tech Specs

Cl: 4.1 I02.KK34.0.0.AP.TT.PR001_R0

Specification Requirement:PLC Configuration shall be Dual Redundant type with dual redundant processors, communication modules, power supplies and dual I/OsClarification: Considering the reliability of present day I/O modules, it is proposed to employ redundant output modules for HT drives only, as is the practice in the industry. Owner to please confirm concurrence.Employer to confirm concurence.

Dual I/Os are required to ensure the availability of the system. Same to be identified by vendor during detailed engineering stage and shall be submitted to NPCIL for approval. Redundancy to be provided for processing modules & communication as well.

Reliance Infrastructure

31 Volume_8_Section_C__8_____9_40 SECTION_C_Separator (9)-C2-Tech Specs_C-2.4 Instrumentation_C 2.4.1_ Tech Specs

Cl: 4.37 I02.KK34.0.0.AP.TT.PR001_R0 Specification Requirement:PLC based control system shall be serially ………………………………………………… ….…………………………considered for this connection.Clarification:

It is understood that all the PLC control system under bidder's scope to be connected in daisy chain network for interface with Owner's TLPS. In case this cabel is in bidder scope of supply & services.Employer to confirm concurence.

Refer to NPCIL response of Sr.no.29

Reliance Infrastructure

32 Volume_8_Section_C__8_____9_40 SECTION_C_Separator (9)-C2-Tech Specs_C-2.4 Instrumentation_C 2.4.1_ Tech Specs

Cl: 4.37 I02.KK34.0.0.AP.TT.PR001_R0 Specification Requirement:All hardware/ software required for this in PLC …………………………………………… …….…………………………shall be Vendor's responsibility.

Clarification: Owner may please note that all required hardware,IO ports etc at bidder's end will only be provided by bidder. Any hardware/ software required at Owner's end shall be provided by Owner.

Employer to confirm concurence.

Refer to NPCIL response of Sr.no.29

5 / 50

Page 284: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

33 Volume_8_Section_C__8_____9_40 SECTION_C_Separator (9)-C2-Tech Specs_C-2.4 Instrumentation_C 2.4.1_ Tech Specs

Cl: 7.19 I02.KK34.0.0.AP.TT.PR001_R0 Specification Requirement:Cable trays of standard dimensions of height 90 mm and width 600, 450, 300, 150 and 75 mm shall be used as per requirement.

Clarification: it may please be noted that for cable tray width 600, 450, 300 and 150 mm, height shall be 100mm and for 75mm cable tray width shall be 50 mm

Employer to confirm concurence.

Cable tray dimensions for trunk/ bulk cabling shall be in accordance with the 'Technical Specification for Cable carrier systems' included in the Tender. Whereas for field cabling of 75mm width, 50mm height is acceptyable.

Reliance Infrastructure

34 Volume_8_Section_C__8_____9_40 SECTION_C_Separator (9)-C2-Tech Specs_C-2.4 Instrumentation_C 2.4.1_ Tech Specs

Annexure #1, Cl: 3.1.3 I02.KK34.0.0.AP.TT.PR001_R0 Specification Requirement:Marshalling cabinets and I/O cabinets shall be installed in control equipment room CER which is adjacent to CCR.

Clarification: Owner may please note that in case process equipments/ field instruments/ MCC are at distance greater than 250 mtrs from CCR then it is proposed to provide the RIO cabinet for the I/O's of a group of equipments/ instruments in the same vicinity.

Employer to confirm concurence.

Process equipments/ field instruments/ MCC etc are not expected to be at distance greater than 250 mtrs from CCR. Hence RIO cabinets are not required.

Reliance Infrastructure

35 Volume_8_Section_C__8_____9_40 SECTION_C_Separator (9)-C2-Tech Specs_C-2.4 Instrumentation_C 2.4.1_ Tech Specs

Annexure #1, Cl: 3.1.4 I02.KK34.0.0.AP.TT.PR001_R0 Specification Requirement:For safe and proper shutdown during power supply failure, UPS shall be provided for workstation & serverClarification: It is proposed to provide UPS supply for workstation & server from Main UPS and no separate individual UPS for workstations & server is considered.

Employer to confirm concurence.

Individual UPS to be provided for workstation & server to avoid local disturbances in power supply.

Reliance Infrastructure

36 Volume_8_Section_C__8_____9_40 SECTION_C_Separator (9)-C2-Tech Specs_C-2.4 Instrumentation_C 2.4.1_ Tech Specs

I02.KK34.0.0.AP.TT.PR001_R0, Annexure #1, Cl:

3.1.7 &

Configuration drawing for DM plant & Plant

water system, Desalination Plant,

Hydrogen & Oxygen Generation etc

I02.KK34.0.0.AP.TT.PR001_R0 Specification Requirement:Two number of desktop printers (which will be shared) shall be provided for alarm

Clarification: As per cl:3.1.7, bidder is to provide two no desktop printers common for all the control system of CCR. However, as per the PLC configuration diagram, independent printer with each PLC is to be provided. In view of the above, Owner may please clarify the number, size & type of printer.

Employer to confirm concurence.

a) For systems mentioned at Sr.no.2 of Annexure-1, separate printers with each PLC is not envisaged. Only two printers in CCR are envisaged for these systems. B) For systems where OWS is included in LCC, a printer as mentioned in section 4.36 of I02.KK34.0.0.AP.TT.PR001 can be used.

6 / 50

Page 285: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

37 Volume_8_Section_C__8_____9_40 SECTION_C_Separator (9)-C2-Tech Specs_C-2.4 Instrumentation_C 2.4.1_ Tech Specs

Annexure #1, Cl: 3.1.14 I02.KK34.0.0.AP.TT.PR001_R0 Specification Requirement:Separate I&C grounding shall be provided.

Clarification: We have not considered separate electronic earth pit for I&C Equipment/ Instruments. Based on Our experience and practice being followed by major utilities, System Signal and Power grounding should be connected to dedicated redundant earth riser away from HT Equipment etc provided on mass electrical Mat on ground due to the following reasons.1. Ground resistance as low as 0.8 ohm to 1.5 Ohm is achievable.2.Electrical Ground earth resistance being critical is always maintained at lowest value .3. Minimal chance of fault/failure due to earth fault current.4.No botheration of regular checking and maintaining C&I earth pit and its ground resistance.

Employer to confirm concurence.

KK NPP has the concept of station ground mat and all earthing connections are terminated on earth mat. However, I&C equipment supplied generally require separate grounding (shielding ground or common reference ground), hence a separate grounding scheme for I&C may be required. Finally, this I&C ground will be connected to earth mat to a separate riser and there is no requirement of separate earth pit.

Reliance Infrastructure

38 Volume_1_Section_A_to_Section_B,e- EPC-04-ITT

Claue 9.4.6 e- EPC-04-ITT Specification Clause : "Under service contract / erection and commissioning contract, all contractors will separately indicate value of the goods supplied under the contract. For all inter-state sales including Sale-in- Transit to the Purchaser under the contract, the Purchaser will issue appropriate declaration in Form C. All local intra state sales to the Purchaser will also be separately indicated. The Purchaser will reimburse Central Sales Tax at applicable rates (which is currently 2 percent) on the inter state sale including Sale-in-Transit against Form C, and VAT for local supplies. The provisions of GCC clause no. 6.5 (Transfer of Ownership) will also apply to goods supplied."

Clarification Sought : It can be deduced that we have separate contracts for Supply, Civil and Erection. Further, as per clause 9.4.2, the State Sales Tax / Valued Added Tax / Central Sale Tax for “Direct Transactions” should be distinctly shown. Please confrim.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

39 Volume_1_Section_A_to_Section_B,GCC/EPC-4/R-2 (10.05.2016)

clause 5.16.4 GCC/EPC-4/R-2 (10.05.2016) Specification Clause : In case of any other new indirect taxes / cess, if levied by Government during the contractual delivery period, the same shall be reimbursed / paid by the Purchaser, as the case may be, at actual against documentary evidence. This provision shall not apply to changes in Personal Income tax or Corporate Income tax or to changes in non-Indian Taxes.Clarification Sought : From the clause above it seems that in case GST is made applicable, we can claim reimbursement.Please Confirm.

Refer Prebid response of Commercial Queries

7 / 50

Page 286: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

40 Volume_1_Section_A_to_Section_B,GCC/EPC-4/R-2 (10.05.2016)

clause 11.8 GCC/EPC-4/R-2 (10.05.2016) Specification Clause : Supply of Erection & Commissioning Consumables by the Contractor11.8.1 The Contractor shall, at his own expense, provide all materials required for the erection, commissioning, inspection and testing other than those, which are to be supplied by the Purchaser.All charges on account of octroi, royalty, terminal excise duty, customs duty, sales tax and other taxes and duties on materials obtained for the erection & commissioning from any source (excluding materials supplied by the Purchaser) shall be borne by the Contractor.Clarification Sought : We assume that this clause applies only to consumables like oil, chemicals etc. It does not include Cement, Sand etc. Kindly advice.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

41 Labour Cess General No mention is made of Labour Cess. The cost is 1% of the contract value,please clarify.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

42 Volume_1_Section_A_to_Section_B,e- EPC-04-ITT

clause 9.2 e- EPC-04-ITT Customs Notification No 12/2012-Cus, dated 17.3.2012 at Sr. no. 511, as amended, is applicable to KKNPP Unit 3&4 and hence there is exemption from Basic Customs Duty and Additional Duty of Customs subject to fulfillment of condition no 94 mentioned therein,please confirm.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

43 Volume_1_Section_A_to_Section_B,e- EPC-04-ITT

clause 9.7.1 e- EPC-04-ITT Excise duty to be claimed separately. However, it may be noted that vide S.No. 336 of Notification No. 12/2012-CE, dated 17.3.2012, as amended, there is full exemption from Excise duty for ‘all goods supplied against ICB’ subject to fulfillment of condition no. 41 mentioned therein,Please clarify.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

44 Volume_1_Section_A_to_Section_B,e- EPC-04-ITT

clause 9.2.1 e- EPC-04-ITT Deemed Export benefits for indigenously manufactured goods is applicable if the supply is under ICB procedure (FTP 2015-20),Please confirm.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

45 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

Page 5 of 7 P&ID Chlorination Plant & distribution SystemA209-17-41-324-1113 RO

Clarify the supply of NaOH, whether by other system or unloading system shall be envisaged.

The supply of NaoH will be from other system which is in scope of EPC contractor. For details of NaOH system refer page 11 of Tech spec I301.KK34.0.0.TH.TS. WD l12

Reliance Infrastructure

46 Volume_10_Section_C__12_\C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.2_Mech\C 2.6.2_Mech\H

P&ID Chlorination Plant & distribution SystemAutocad drawings

Request to provide all the tender drawings in dwg format, as pdf signed drgs are not readable.

Drawings enclosed in the tender are readable.Autocad drawings will be provided to successful bidder.

Reliance Infrastructure

47 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs,TS DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT

Page 2 of 43 Desalination plantA209-320/314/304-17-41-SP-0001Cl-1.1

We understand that the capacity of Aux boiler shall be decided by the bidder.

Confirmed.Capacity of Aux boiler shall be decided by the bidder and is part of desalination plant.

8 / 50

Page 287: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

48 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs,TS DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT

Page 15 of 436 Desalination plantA209-320/314/304-17-41-SP-0001Potable water tanks

We undertsand that One No of vessel of 1000 cum is in the scope of contract

Confirmed

Reliance Infrastructure

49 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs,TS DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT

Page 16 of 43 Desalination plantA209-320/314/304-17-41-SP-0001Potable Water Storage and Distribution

We understand that the potable water reservoir 110000 cum is not in the scope of this contract

Confirmed

Reliance Infrastructure

50 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs,TS DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT

Page 16 of 43 Desalination plantA209-320/314/304-17-41-SP-0001Potable Water Storage and Distribution

We understand that 3 Nos. (2 working + 1 standby) of potable water transfer pumps for phase I (KKNPP-3&4) each having capacity of 115 m3/hr shall be provided. However Phase II requirement of the pumps shall be not in bidder scope.

Confirmed

Reliance Infrastructure

51 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs,TS DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT

Page 16 of 43 Desalination plantA209-320/314/304-17-41-SP-0001

Please note that it is proposed that Multi effect Evaporators-Evaporator shell material: shall be Carbon Steel with Special Internal Lining of 3 Layers of 50 Micron each Epoxy Coating that is proven. Please confirm.

MOC for the MVC evaporators shell of Desalination plant, CS with intrnal epoxy painting along sacrificial anode cathodic protection and externally coated can be used.

Reliance Infrastructure

52 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs,TS DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT

Page 16 of 43 Desalination plantA209-320/314/304-17-41-SP-0001

Please note that it is proposed that Multi effect Evaporators-vaporator Tubes Material shall be First 3 Rows of 25 mm dia. Titanium Tubes for Erosion Prevention and Balance Rows of 25 mm dia. Aluminum 5052 Alloy. Please confirm.

The minimum top 3 rows of heat transfer tubes of multi effect evaporators are of Titanium alloy and lower rows of heat transfer tubes are of Aluminium.

Reliance Infrastructure

53 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs,TS DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT

Page 17 of 43 Desalination plantA209-320/314/304-17-41-SP-0001

It is proposed provided SS 316 MOC pumps since the system is working under vacuum and air is removed from the system. Hence corrossion due to product water is mitigated. Instead of Duplex MOC, SS 316 may be considered. Please confirm

For product water pump SS316 material can be used and for brine disposal pump tender specification shall prevail

Reliance Infrastructure

54 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs,TS DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT

Page 17 of 43 Desalination plantA209-320/314/304-17-41-SP-0001

It is proposed to use Desalinated/DM water tank of MOC MSEP. Please confirm.

As per Tender specification

Reliance Infrastructure

55 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs,TS DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT

Page 16 of 43 Desalination plantA209-320/314/304-17-41-SP-0001I301.KK34.0.0.TH.TWSD. I I 0

It is proposed to consider manufacturer statndard MOC for the equipments, since manufacturer/OEM had supplied the same type MOC for various plants which are in successful operation for more than 10 to 15 years..

Tender specification shall prevail. However, if proposal is for some specific equipment, it can be considered.

Reliance Infrastructure

56 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

Page 2 of 34 Oil Containing water treatment plantA209-802-17-4 1 -S P-0002

It is presumed that phase II provisions shall be made, however equipments & capacity shall not be designed. Please confirm

The oil containing water treatment plant (01UGM) shall be designed to cater the discharge for four units i.e. KK 3-6.

9 / 50

Page 288: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

57 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

Page 3 of 34 Oil Containing water treatment plantA209-802-17-4 1 -S P-0002

Clarify the scope of statutory approvals & clearances and scope of supply of the chemicals for the plant.

The statutory approvals & clearances required for eatablishing the plant in KKNPP shall be obtained by the contractor. Supply of the special chemicals shall not be a properitory item ie shall be available from different manufacturer.

Reliance Infrastructure

58 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

Page 4 of 34 Oil Containing water treatment plantA209-802-17-4 1 -S P-0002

All the Petrochemical Contents i.e oil in free floating condition. No treatment for any dissolved oil is not considered in bidders scope.

Plant shall meet the process requirment indicated in clause 1.7 of Tech spec I301.KK34.0.0.TH.TS. WD111

Reliance Infrastructure

59 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

Page 3 of 6 Oil Containing water treatment plantA209-17-4 1 -802-1113

Sludge disposal via motor transport shall be excluded from bidder scope.Please confirm.

Confirmed

Reliance Infrastructure

60 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

Page 1 of 6 Waste water neutrilisation systemA209-17-4 1 -806-0101

Clarify the interconnection & operation philosophy for transfer of the waste to neutrilisation tank and CW discharge channel.

The waste water (pH>7 & pH<7) from waste water collection tanks will trasnfer to neutralization tank for neutralization (PH-7) otherwise it will bypass neutralization tank and discharge to CW discharge channel pipeline

Reliance Infrastructure

61 C2-Tech Specs_C-2.6.2-Sec L, P & ID for outdoor piping trhousgh trestle

I301.KK34.USY.0.AB.OKF.WD001 The drawing provided is not legible. Request you to provide the a readable copy of the drawing to understand the requirement.

Drawings enclosed in the tender are readable. Please use it along with tech spec for understanding.

Reliance Infrastructure

62 C2-Tech Specs_C-2.6.2-Sec L, P & ID for outdoor piping trhousgh trestle

Sheets 12 I301.KK36.USY.0.AB.OK.WD071 The drawing provided is not legible. Request you to provide the a Autocad copy of the drawing to understand and estimation of Piping BOQ

Drawings enclosed in the tender are readable. Please use it along with tech spec for understanding.

Reliance Infrastructure

63 C2-Tech Specs_C-2.6.2-Sec M, Buried Pipe lines

Indicative layout for SGA system The drawing provided is not legible. Request you to provide the a Autocad copy of the drawing to understand and estimation of Piping BOQ

Drawings enclosed in the tender are readable.

Reliance Infrastructure

64 C2-Tech Specs_C-2.6.2-Sec M, Buried Pipe lines

Indicative layout for PCD system The drawing provided is not legible. Request you to provide the a Autocad copy of the drawing to understand and estimation of Piping BOQ

Drawings enclosed in the tender are readable.

Reliance Infrastructure

65 C2-Tech Specs_C-2.6.2-Sec M, Buried Pipe lines

Indicative layout for Buried piping The drawing provided is not legible. Request you to provide the a Autocad copy of the drawing to understand and estimation of Piping BOQ

Drawings enclosed in the tender are readable.

Reliance Infrastructure

66 I301.KK34.0.0.PR.TT.P072Cl 3.7

Page 4 of 12 Mandatroy spare part refer I301.KK34.0.0.PR.MS.P070 , Mandatroy spare piping

Refer document not availabe in Mandatroy spare section. Requested you to kindly furnish the same.

Document I301.KK34.0.0.PR.TT.031 - shall be refered for spare for piping in lieu of document I301.KK34.0.0.PR.MS.P070 ,

10 / 50

Page 289: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

67 C2-Tech Specs_C-2.6.2-Sec M, Buried Pipe lines

Indicative layout for GKD system The drawing provided is not legible. Request you to provide the a Autocad copy of the drawing to understand and estimation of Piping BOQ

Drawings enclosed in the tender are readable.

Reliance Infrastructure

68 C1-Scope of Supply and Work_C1.1 scope of work & C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.1_Civil

Page no 2 of 10 ,SECTION 2SCOPE OF WORKS2.1 GENERAL SCOPEThe total civil-structural scope for Auxiliary Area Package is as followsandDwg no. A209-00016-47-0002

In the scope no roads and drain mentioned. In Drawing no. A209-00016-47-0002, road devlopment included in EPC contractor scope.Please confirm the scope for Roads and drains.Also if the same is in EPC vendor scope. Please furnish the Road layout showing width and Also as mentioed that Road is to be developed as per as built drawing of unit #1 and #2, please furnish the Roads c/s, Roads and drain Specification. Also infrom the Rainfall intensity to be considered in Drain design.

Complete under ground drainage (GUU system) and surface drainage (GUD system) in the whole plant area including around all main plant buildings in Russian scope of design, BOP-Electircal Pkg. and auxiliary area are under the bidders scope. Developement of road layout (except in auxiliary area) and construction of roads are outside the bidders scope. Developement of road layout within auxiliary area is under bidder's scope. (Refer Mech. tech Spcn. 1301. KK34.0.G U D.TS.WD001-Technical Specifications For Storm and Ground Water Drain Collection From VariousAreas, Outdoor Network To Storage Reservoir With Pumping Station).

Reliance Infrastructure

69 Volume_3_Section_C__2_____3_C2-Tech Specs_C-2.1-Civil

Geotechnical Design basis for Common services package

I301 KK34.0.0.GR.TS_WD026 The location details are missing. Please furnish the location of Bore hole in Layout drawing

Locations shall be correlated from the bore hole coordinates given in the bore logs.

Reliance Infrastructure

70 Volume_3_Section_C__2_____3_C2-Tech Specs_C-2.1-Civil

Page 59 of 82 ,Clause 4.1.1 Concrete

I301 KK34 0 0TH.TS.WD026,Table 4.1 (Minimum Cement Content and Maximum Water-Cement Ratio)

We understand that cement content includes all cementitious material like flyash or granulated blast furnace slag. Please confirm

Yes, cement content mentioned is inclusive of all permitted mineral admixures.

Reliance Infrastructure

71 Volume_3_Section_C__2_____3_C2-Tech Specs_C-2.1-Civil

Page 60 of 82 ,Clause 4.1.2 Reinforcement bars

I301 KK34 0 0TH.TS.WD026 Specification Clause : High strength deformed steel bars of grade Fe500D (TMT) conforming toIS:1786 shall be used for all structures. Over and above the provisions of IS:1786 the following shall be conformed to:a. Total Elongation shall be more than 14.5%b. Ultimate Tensile Strength shall be 15% more than actual 0.2% proofstress/yield stress but not lesser than 545 N/mm2.18 gauge SWG wire shall be used for binding reinforcement bars.Testing of reinforcement bars shall conform to provisions of IS:1608.

Clarification: No corrosion resitance coating/ corrosion resitance steel considerd. Please confirm

Detailed design is bidders responsibility and shall ensure compliance of specified minimum requirements.

11 / 50

Page 290: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

72 Volume_3_Section_C__2_____3_C2-Tech Specs_C-2.1-Civil

07-I301.KK34.0.AR.TS.WD034 Specification Clause :

Clarification:3 types of water proofing treatmment mentioned in the specification. Please inform the which treatmemt to be considered for Water proofing.

Acceptable alternatives are elaborated in this reference. Design and selection of a suitable roof water proofing treatment including performance gurantee for a minimum period of 10 years, is the responsibility of EPC contractor.

Reliance Infrastructure

73 General Please provide the all Building Size to provide the FPDS system. It is understood that FPDS is fire protection detection system. If so, FPDS systems is not in the scope of Bidder.

Reliance Infrastructure

74 General Please inform areas to be provided with the HVW and MVW facilities required respectively.

Refer cl.7.4 of tech. spec of SGA system of Tender Specification for more details.

Reliance Infrastructure

75 General We are considering Hydrant syatem to be provied in all areas,Please confirm.

For permanent fire fighting system refer Tech spec I301.KK34.0.0.SGA.TS.WD001 , data sheets and drawings included in the tender.

Reliance Infrastructure

76 General Please confirm whether hydrant and spray piping shall be buried or overground.

For fire fighting system, refer Tech spec I301.KK34.0.0.SGA.TS.WD001 , data sheets and drawings included in the tender for further details.

Reliance Infrastructure

77 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs No. 16,Technical Specification on GUU and GUD System

Page 2 of 40 Item (10) states as under

Specification Clause :Underground drainage piping system (GUU) shall be designed for collection of underground water from the various buildings of main plant area through closed piping system located around the building below foundation level. GUU system shall be provided around the buildings at an elevation below the raft bottom. The detailed engineering shall be done by EPC contractor during detailed engineering.Clarification:Please provide the foundation level of all the required buildings in the main plant area.

Foundation levels of buildings in main plant area are uploaded in folder 1 of folder 5 along with prebid responses.

Set-2 Sent on date 16-08-2016Reliance Infrastructure

78 General As Per NIT :Due Date and time for online submission of both Part-I (technicaland Commercial e-bid except Price ebid) & Part-II (Price ebid)-13.09.2016 up to 11.00 Hrs. IST.Clarification:Considering the quantum of work involved, time for studying the biddocuments, time for sourcing of inputs required ,we request to please provide the minimum Eight (8) weeks time extension for bid submission.

Refer Prebid response of Commercial Queries

12 / 50

Page 291: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

79 GeneralRequesting to please inform the date of second pre bid meeting,we request it is to be fixed after four weeks (22.09.2016)

Refer Prebid response of Commercial Queries

Set-3 Sent on date 02-09-2016Reliance Infrastructure

80 Volume_7_a__Section_C_C2.3__Part_1_

Table 6.1.12.1 & 6.1.12.22_I02.KK34.0.0.AP.REP.PR0012_R0 Specification Requirement : Table 6.1.14.1 & 6.1.14.2 specifies the outside diameters, maximum permissible specific heat combustion & combustible mass of VVGng-FRLS & VVGEng -FRLScable with remarks that NPCIL reserves the right to finalize the outer diameter during approval of drawing/documents.Clarification:It is requested to finalize the outer dia at prebid stage to submitt the better quote

Tender clauses to prevail

Reliance Infrastructure

81 Volume_7_a__Section_C_C2.3__Part_1_

Table 6.1.14.1 & 6.1.14.22_I02.KK34.0.0.AP.REP.PR0011_R0 Specification Requirement : Table 6.1.14.1 & 6.1.14.2 specifies the outside diameters, maximum permissible specific heat combustion & combustible mass of VVGng-LS & VVGEng-LS cable with remarks that NPCIL reserves the right to finalize the outer diameter during approval of drawing/documents.Clarification:It is requested to finalize the outer dia at prebid stage to submitt the better quote

Tender clauses to prevail

Reliance Infrastructure

82 Volume_7_a__Section_C_C2.3__Part_1_

Cl No 5.13 2_I02.KK34.0.0.AP.REP.PR004_R0 Specification Requirement :Cl No 5.13 Generally HPSV shall be used for out door lighting. Safe area Street Light shall -----deploy Sodium Vapour LampsClarification:It is presumed that all the Street Lighting under BOP Scope falls under safe area.Pl confirm.

Tender clauses to prevail

Reliance Infrastructure

83 Volume_7_a__Section_C_C2.3__Part_1_

Cl No 6.3.2.8 2_I02.KK34.0.0.AP.REP.PR004_R0 Specification Requirement :Cl No 6.3.2.8 states that all incoming and outgoing feeders---- ventillation boards and DC distribution boards can be of Non draw out type.Clarification:Generally Main Lighting Distribution Board, Lighting Panel, are non draw out type. Pl confirm

Acceptable

Reliance Infrastructure

84 Volume_7_a__Section_C_C2.3__Part_1_

Cl No 5.11.3 2_I02.KK34.0.0.AP.REP.PR004_R0 Specification Requirement :Cl No 5.11.3 states that outgoing feeders from lighting distribution board shall be provided with MCCB and Contactors for Control and ease of maintenance.Clarification:1. We have considered MCCB for Lighting distribution board & Lighting Panel with protection 49,50 . Pl confirm2. Pl clarify any remote control is required.

1 Acceptable2. Yes, for Emergency black out condition, from control room

Reliance Infrastructure

85 Volume_7_a__Section_C_C2.3__Part_1_

Cl No 5.17 2_I02.KK34.0.0.AP.REP.PR004_R0 Specification Requirement :Cl No 5.17 states that lightingpanels shall be provided with MCCB and Contactors for incoming.Clarification:Pl specify the requirement of Contactor.

Please refer clarificaton on point no. 84

13 / 50

Page 292: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

86 C0-Technical Description with System Description &Scope

Page 43 of 156 Domestic water from domestic water reservoir 0 UGA shall be supplied to fire water reservoir

Location of Domestic water reservoir to be furnished from main plant area for BOQ estimation.

Domestic water reservoir is not in the scope of the contractor.Location : 1500W, 1100N (Please refer C 2.6.2 folder M 14 Indicative layout for GKD system I301.KK34.0.GKD.AB.OK.WD001)

Reliance Infrastructure

87 C2-Tech Specs_C-2.6.2-Sec B, Chilled water system

sheet 1 & 2 i301.kk34.0UTF.SCA.AB.CH.WD00P & ID FOR Compressor system

Compreesored air distrubution in main plant area shall not be considered in Reliance scope.

Confirmed.Compressor air distribution line is to be done by the bidder upto terminal point as per P&ID only.Compressed air distribution in main plant buildings (like UKU, UQR, USV, UYB etc.) is in scope of BOP contractor.

Reliance Infrastructure

88 C2-Tech Specs_C-2.6.2-Sec E, Hydrogen & Oxygen generation plants storage and distrubution system

sheet 1 & 2 i301.kk16.0USK.QJC.AB.CH.WD001P & ID FOR Compressor system

Oxygen and hydrogen distrubution in main plant area shall not be considered in Reliance scope.

All distribution pipelines from gas generation plant passes over process trestle (USY) to consumers of various buildings in main plant area and has interface with Unit-1&2 facility also. All this scope including main plant area piping, gas geration facility and interface piping upto Unit-1&2 is in EPC Bidder's Scope of Work. Please refer section C2.6.2-Folder L for applicable drawings.

Reliance Infrastructure

89 C2-Tech Specs_C-2.6.2-Sec H, DM plant & water treatment palnt

sheet 1 -4 i301.kk16.0UTP.KRA.AB.OKF.WD001-4P & ID FOR Compressor system

DM WATER distrubution in main plant area shall not be considered in Reliance scope.

All distribution pipelines from DM plant passes over process trestle (USY) to consumers of various buildings in main plant area and is in EPC Bidder's Scope of Work. Please refer section C2.6.2-Folder L for applicable drawings.

Reliance Infrastructure

90 C2-Tech Specs_C-2.6.2-Sec L, Trestle piping plan area

area -19 I301.KK36.0USY.0.AB.OK.WD071 Pipes routing in main plant area shall be considered in RF scople after terminal point indicated in area -19 drawing

Bidders scope includes pipeline upto battery limits of various buidlings of main plant area and auxiliary area.

Reliance Infrastructure

91 C2-Tech Specs_C-2.6.2-SecM, P &ID of GKD system

I301.KK34.0GKD.AB.OK.WD001 Approximetly length to be furnished for Pipes routing from main plant area to domestic water reservoir.

Approximate length between domestic water reservoir upto battery limit of GKE System at main plant area outdoor network is around 1400m.

14 / 50

Page 293: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

92 A209-320/314/304-17-41-SP-0001 1.7 EQUIPMENT LIST NUMBER OF MULTI EFFECT EVAPORATORS: THERE IS A MISSMATCH BETWEEN THE NUMBER OF EVAPORATORS INDICATED IN THE EQUIPMENT LIST (3+1) AND THE NUMBER INDICATED IN THE TEXT (3). PLEASE CONFIRM THE REQUIRED NUMBER

Number of MVC streams in KK-3&4 is 4 (3 working and one standby) and each MVC streams having multieffects evaporators ( cosnisting three effects minimum)

Reliance Infrastructure

93 A209-320/314/304-17-41-SP-0001 I301.KK.0.0.AB.CH.WD001,I301.KK.0.0.AB.CH.WD002,R01.KK36.0.0.OO.KKS.P001,R01.KK36.0.0.QA.WI.P001,I301.KK36.0.0.AB.CH.WD001, I301.KK34.0.0.MRR.TS.WD001/003, I301.KK34.0.0.PR.TT.P003,I301.KK34.0.0.TH.TS.PR.0010,I301.KK34.0.0.ET.OKP.WD090/091/092, I301.KK34.0.0.PR.VDR.002/003, I301.KK34.0.0.OW.TS.WD001, I301.KK34.0OUEL.DS.WD001

PLEASE PROVIDE THESE DOCUMENTS Please refer Annexure-4 Amendment of Scope Document I02.KK34.0.0.TH.TS.PR002

Reliance Infrastructure

94 A209-320/314/304-17-41-SP-0001 1.1 I301.KK34.0.0.TH.TS.WD110 WHAT IS MEANT BY "TRIAL RUNS INCLUDING STABILIZATION OF THE PLANT FOR 30 DAYS" ?

Operation of plant for stable design parameters and continuous operation thereafter for 30 days after sucessful commissioning of plant.

Reliance Infrastructure

95 A209-320/314/304-17-41-SP-0001 1.3 I301.KK34.0.0.TH.TS.WD110 DESALINATED WATER QUALITY: pH FOR DESALINATED WATER LEAVING THE MVC IS USUALLY 5-6. IF THE SPECIFICATION REMAINS AS IS, WE WILL HAVE TO ADD CAUSTIC TO THE PRODUCT. PLEASE CONFIRM

Tender specification shall prevail

Reliance Infrastructure

96 A209-320/314/304-17-41-SP-0001 1.4 I301.KK34.0.0.TH.TS.WD110 COMPRESSORS: IDE'S COMPRESSORS ARE PER IDE'S IP AND CONFORM TO INTERNAL STANDARDS.WE ARE USING THIS STANDARD SUCCESSFULLY IN ALL OF OUR UNITS INCLUDING THE 4 UNITS CURRENTLY INSTALLED IN NPCIL

Acceptable, Subject to the componenets are meeting the tender specifcations and performance requirements.

Reliance Infrastructure

97 A209-320/314/304-17-41-SP-0001 1.4 I301.KK34.0.0.TH.TS.WD110 BLOWERS: PLEASE ALLOW FOR EQUIVALENT STANDARDS AS WELL. PLEASE CONFIRM

Acceptable, Subject to the componenets are meeting the tender specifcations and performance requirements.

Reliance Infrastructure

98 A209-320/314/304-17-41-SP-0001 1.6 I301.KK34.0.0.TH.TS.WD110 MINIMUM TURNDOWN THAT IDE'S MVC CAN OFFER IS 60% PER TRAIN. LESS THAN THIS WILL CAUSE THE COMPRESSOR TO SURGE.

Minimum turn down capacity of each MVC train of Desalination plant shall be 50%.

Reliance Infrastructure

99 A209-320/314/304-17-41-SP-0001 1.7 I301.KK34.0.0.TH.TS.WD110 VAPOUR COMPRESSOR: WE RECOMMEND USING A COMPRESSOR THAT'S CASING IS INTEGRAL TO THE VESSEL FOR BETTER PERFORMANCE (LOWER PRESSURE LOSSES) AND A SMALLER FOOTPRINT.THIS IS IDE STANDARD AND IT IS USED IN ALL OF OUR UNITS INCLUDING THE 4 UNITS CURRENTLY OPERATED IN NPCIL.PLEASE CONFIRM

Can be used provided it meets the technical specification and performance requirement.

15 / 50

Page 294: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

100 A209-320/314/304-17-41-SP-0001 1.7 I301.KK34.0.0.TH.TS.WD110 EQUIPMENT LIST, MULTI-EFFECT EVAPORATORS MOC FOR THE TUBES AND TUBE PLATES: IDE STANDARD MOC IS ALUMINUM WHICH IS OF HIGHER HEAT TRANSFER COEFFICIENT. CONCERNS ABOUT ERROSION CAN BE ALEVIATED BY MAKING THE TOP ROWS OF TUBES OUT OF TITANIUM.. IDE IS USEING THIS STANDARD SUCCESSFULLY IN ALL OF OUR THERMAL SEAWATER DESALINATION PLANTS INCLUDING THE 4 MVC UNITS CURRENTLY OPERATED IN NPCIL. PLEASE CONFIRM

The minimum top 3 rows of heat transfer tubes of multi effect evaporators are of Titanium alloy and lower rows of heat transfer tubes are of Aluminium.

Reliance Infrastructure

101 A209-320/314/304-17-41-SP-0001 1.7 I301.KK34.0.0.TH.TS.WD110 EQUIPMENT LIST, MULTI-EFFECT EVAPORATORS. MOC FOR THE EVAPORATOR SHELL MATERIAL: IDE STANDARD MOC IS CS WITH INTERNAL EPOXY PAINTING AND EXTERNAL COATING . WE HAVE USED THIS STANDARD SUCCESSFULLY IN ALL OF OUR THERMAL SEAWATER DESALINATION PLANTS AND IN THE 4 UNITS CURRENTLY OPERATED IN NPCIL. IDE'S OPERATING CONDITIONS ARE BASED ON VACUUM. THE LINING SPECIFIED IN THE TENDER IS NOT SUITABLE FOR VACUUM CONDITIONS AND IS BRITTLE WHICH MAY CAUSE CRACKS AFTERWHICH THE LINING CANNOT BE REPAIRED.PLEASE CONFIRM

MOC for the MVC evaporators of Desalination plant ,CS with intrnal epoxy painting along sacrificial anode cathodic protection and externally coated can be used.

Reliance Infrastructure

102 A209-320/314/304-17-41-SP-0001 1.7 I301.KK34.0.0.TH.TS.WD110 EQUIPMENT LIST, COMPRESSOR MOC: IDE'S ROTOR IS MADE OUT OF ALUMINUM. WE HAVE USED THIS STANDARD SUCCESSFULLY IN ALL OF OUR PLANTS FOR OVER 50 YEARS INCLUDING THE 4 UNITS CURRENTLY INSTALLED IN NPCIL. CHANGING MATERIALS TO DUPLEX IS NOT NECESSARY AND WILL INCREASE THE PACKAGE PRICE.PLEASE CONFIRM

Can be used provided it meets the technical specification and performance requirement for design life.

Reliance Infrastructure

103 A209-320/314/304-17-41-SP-0001 1.7 I301.KK34.0.0.TH.TS.WD110 EQUIPMENT LIST, BRINE DISPOSAL AND PRODUCT WATER PUMP'S MOC: SS316 IS SUFFICIENT, DUPLEX IS NOT NECESSARY FOR DEARATED BRINE AND CERTAINLY NOT FOR THE DISTILED WATER. WE HAVE USED THIS STANDARD SUCCESSFULLY FOR OVER 50 YEARS AND IN THE 4 UNUITS CURRENTLY OPERATED IN NPCIL.PLEASE CONFIRM

For product water pump SS316 material can be used and for brine disposal pump tender specification shall prevail

Reliance Infrastructure

104 1.7 I301.KK34.0.0.TH.TS.WD110 EQUIPMENT LIST, FOR ALL CHEMICAL DOSING TANKS & PUMPS: WE USUALLY SUPPLY PP / HDPE / PVC / PTFE MATERIALS INSTEAD OF SS OR TITANIUM WHERE CHEMICALLY POSSIBLE. THIS ALTERNATIVE HAVE LOWER MAINTENANCE AND COSTS.PLEASE CONFIRM

PP / HDPE / PVC / PTFE materials instead of SS or Titanium can be used.

Reliance Infrastructure

105 A209-320/314/304-17-41-SP-0001 I301.KK34.0.0.TH.TS.WD110 SECTION 1.11, PIPING MATERIAL FOR DESALINTED WATER: WE RECOMMEND USING PP AS IT IS APPLICABILE FOR TEMPERATURE AND CHEMICAL COMPOSITION OF THE WATER

Tender specification shall prevail

16 / 50

Page 295: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

106 A209-320/314/304-17-41-SP-0001 1.17 I301.KK34.0.0.TH.TS.WD110 AIR SUPPLY FAILURE: WE RECOMMEND USING PNEUMATIC ACTUATORS TO REDUCE THE PRICE OF THE UNITS. WE HAVE USED THIS STANDARD SUCCESSFULLY IN MANY OF OUR UNITS INCLUDING THE 4 UNITS CURRENTLY OPERATED IN NPCIL. IF NEEDED, WE CAN INSTALL A REDUNDANT AIR COMPRESSOR. PLEASE CONFIRM

Pneumatic actuators can be used.

Reliance Infrastructure

107 A209-320/314/304-17-41-SP-0001 1.1 I301.KK34.0.0.TH.TS.WD110, SECTION 1.1 VS.I301.KK34.0.0.AB.TS.PR001, TABLE 6.1

PLEASE CLARIFY IF AUXILIARY STEAM IS AVAILABLE. AND CONFIRM QUANTITY AND PRESSURE.

Auxiliary steam is not available instead auxiliary boiler shall be used which is a part of desalination plant and is in the scope of EPC contractor.

Reliance Infrastructure

108 A209-320/314/304-17-41-SP-0001 5.3 I301.KK34.0.0.TH.TS.WD044 MANUFACTURER RECOMMEND THAT THE PLATE MINIMUM THICKNESS WIL BE REDUCED TO 0.5mm SINCE THIS IS ENOUGH FROM A MECHNICAL STANDPOINT. FROM A PROCESS STANDPOINT THIS WILL ALLOW BETTER HEAT TRANSFER AND FROM A FINANCIAL STANDPOINT THIS WILL REDUCE THE COST OF THE UNITS. WE HAVE USED THIS STANDARD SUCCESSFULLY IN OUR PAST UNITS INCLUDING THE 4 UNITS CURRENTLY OPERATED IN NPCIL. PLEASE CONFIRM

Minimum Thickness of 0.5mm can be used for plate type heat exchanger of Desalination plant subject to the componenets are meeting the tender specifications.

Reliance Infrastructure

109 C-2.7.2 - SUBVENDOR LIST FOR MECHANICAL ITEMS, I02.KK34.0.0.AP.REP.PR.002 / 003 - SUBENDOR LIST OF INSTRUMENTATION & SUBEVNDOR LIST FOR ELECTRICAL EQUIPMENT

PLEASE CLARIFY IF THE LISTS ARE ONLY A RECOMMENDATION. AND CAN IDE PROPOSE DIFFERENT QUALIFIED VENDORS EQUIVALENT TO THE LIST

Bidder can propose different qualified vendors equivalent to the list subject to approval of NPCIL.

Reliance Infrastructure

110 Volume-4 Section C 18 C2 Tech Specs C-2.2 Mechanical C2.2.1.-Technical Specifications. Details of Auxiliary Services Required.1) GQA - Domestic water Sewerage system from common access area2) GKD- Drinking Water Supply System.3) GUD-Storm water drainage system.4) SGA-Fire Fighting system.5) Ventilation System.Clarify the scope of Details of Auxiliary Services Required

As indicated in the technical specification of respective structures, system & components, these are the auxiliary services required for all buildings & facilities. The same shall be in Scope of EPC Contractor.

Reliance Infrastructure

111 Latest\Volume_10_Section_C__12_\C2-Tech Specs_C-2.6

A3-EQU~1 Dwgs_P&ID_ILD_C 2.6.2_Mech\C 2.6.2_Mech\A The drawing supplied is not legible. Request you to provide a readable drawing to understand the system requirement fully. Please provide soft copy of the drawing.

PDF version is uploaded in folder A of folder 2.6.2 of folder 4 along with prebid responses.

Reliance Infrastructure

112 Volume_11_Section_C__13_____14_____15_

__ 2_I02.KK34.0.0.AP.REP.PR003_R1For some items like GRP Trays etc. only one vendor is indicated. Request you to provide additional vendors for the same so that best price can be quoted.

Clause 3.6.2 of GCC shall be referred.

Reliance Infrastructure

113 Volume_4_Section_C__4_\C2-T ech Specs_C-2.2-Mech_C2.2.2_Data Sheets 18-DS for DryerKindly provide technical data for air dryer

Refer datasheet at sr. no. 18 in folder C-2.2.2

Reliance Infrastructure

114 I208.KK.0.0.AB.CH.WD001 - KKS drawing

I208.KK.0.0.AB.CH.WD001 - KKS drawing A209-14-42-000-1192 REV-A soft copy of drawing is requried for because drawing is not legiableDrawing is not legiable

PDF version is uploaded in folder 2.6.2 of folder 4 along with prebid responses.

17 / 50

Page 296: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

115 I301.KK36.1UGD.QC.AB.CH.WD001 - KKS drawing

A209-14-42-000-1117 REV-A0 soft copy of drawing is requried for Under Brief Equipment Characteristic 1) Nitric Acid drain pump -2 M3/hr = 10 MWC.2) Causti soda Drain Pump :- 2 M3 /hr=11 MWC.3) Amonia Drain Pump :- 2 M3 /hr =14.4 MWC 4) TSP drain pump :- 2 M3 /hr 12 MWC5) Hydrazine Drain Pump - 2 M3/hr :- 10.9 MWC6) Sulpheric Acid Drain Pump :- 2 M3 /hr = 9.6 MWC

on same page differential head given

1) Nitric Acid drain pump = 2 M3 /hr = 25 MWC2) caustic sod drain pump = 2 m3 /hr =28 MWC3) Ammonia Drain Pump = 2 M3 /hr -25 MWC4) Hydrazine Drain Pump.= 2.5 M3 /hr = 25 MWC5)Sulpheric Acid drain Pump = 2 m3/hr = 25 MWC6) TSP Drain Pump =2 M3 /hr = 25 MWC

Higher differential head shall be considered.

Reliance Infrastructure

116 A209-14-42-323-1111(I208.KK36.1UGD.QCB.AB.CH.WD001

NITRIC ACID STORAGE AND SUPPLY SYSTEM NPCIL to clarify terminal point for package FOR KKNPP - 5 & 6 UNITS 323-XX-102 or blind flange tobe installed near how much locations.

This shall be assessed by the bidder based on the tender drawing & specification and to be finalized during detailed engineering stage.

Reliance Infrastructure

117 A209-14-42-323-1112(I208.KK36.1UGD.QCD.AB.CH.WD001)

CAUSTIC SODA STORAGE AND SUPPLY SYSTEM NPCIL to clarify terminal point for package FOR KKNPP - 5 & 6 UNITS 323-XX-102 - Pl clarify terminal point

For battery limit of KK5&6 please refer Section C 2.6.2 folder L, technical specification of chemcal storage and scope document .

Reliance Infrastructure

118 A209-14-42-323-1113(I208.KK36.1UGD..QCE.AB.CH.WD001)

HYDRAZINE STORAGE AND SUPPLY SYSTEM NPCIL to clarify terminal point for package FOR KKNPP - 5 & 6 UNITS 323-XX-102- Pl clarify terminal point

For battery limit of KK5&6 please refer Section C 2.6.2 folder L, technical specification of chemcal storage and scope document .

Reliance Infrastructure

119 A209-14-42-323-1114(I208.KK36.1UGD..QCF.AB.CH.WD001)

AMMONIA STORAGE AND SUPPLY SYSTEM NPCIL to clarify terminal point for package FOR KKNPP - 5 & 6 UNITS 323-XX-102- Pl clarify terminal point

For battery limit of KK5&6 please refer Section C 2.6.2 folder L, technical specification of chemcal storage and scope document .

Reliance Infrastructure

120 A209-14-42-323-1115(I208.KK36.1UGD..QCQ.AB.CH.WD001)

SULPHURIC ACID STORAGE AND SUPPLY SYSTEM NPCIL to clarify terminal point for package FOR KKNPP - 5 & 6 UNITS 323-XX-102- pl clarify terminal points

For battery limit of KK5&6 please refer Section C 2.6.2 folder L, technical specification of chemcal storage and scope document .

Reliance Infrastructure

121 A209-14-42-323-1116(I208.KK36.1UGD..QCR.AB.CH.WD001)

TSP STORAGE AND SUPPLY SYSTEM NPCIL to clarify terminal point for package FOR KKNPP - 5 & 6 UNITS 323-XX-102 - pl clarify terminal point

For battery limit of KK5&6 please refer Section C 2.6.2 folder L, technical specification of chemcal storage and scope document .

18 / 50

Page 297: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

122 A209-14-42-323-1117(I208.KK36.1UGD..QC.AB.CH.WD001)

CHEMICAL SKID DRAIN SYSTEM NPCIL to clarify terminal point for package FOR KKNPP - 5 & 6 UNITS 323-XX-102 - pl clarify terminal points

For battery limit of KK5&6 please refer Section C 2.6.2 folder L, technical specification of chemcal storage and scope document .

Reliance Infrastructure

123 Terminal Points sheet is not avilable in tender request you provide BOP and Reactive Buliding.

Terminal Points Please clarify IA,SA distribution in main plant since CAS building located in main plant area i.e. reactive buildings.

Terminal point is indicated in doc-I02.KK34.0.0.TH.TS.PR002 system description and scope clause no- 6. ( what is IA & SA)

Reliance Infrastructure

124 Volume_2_Section_C__1_____1_I02.KK34.0.0.TH.TS.PR002

7.1 I02.KK34.0.0.TH.TS.PR002 The sea water supply pipelines & brine disposable lines are to be laid as per the tender scopePlease clarify the scope and terminal points of sea water supply & brine disposal.

EPC Contractor's scope includes feed Sea Water pipelines (02 nos) from main pumphouse battery limit upto desalination plant and brine disposal lines (02 nos.) from desalination plant to condenser cooling water discharge channel (UQN). Refer layout drawing for buried piping I301.KK34.0.UZC.AB.OK.WD001 for indicative routing.

Reliance Infrastructure

125 Dwg. No. I301.KK34.0.000.WK.TT.P002, R2

Sub: Tender Quantity for Drinking piping Ref: Overall Plot Plan for Auxiliary Area (Buried Services, Trenches, Trestles), Dwg. No. I301.KK34.0.000.WK.TT.P002, R2

Quantity of piping for drinking water system beyond fencing not mentioned in the referred drawing. Please clarify how much quantity to be considered for bidding.

For GKD & GKE system details, please refer technical specification & applicable drawing such as document I301.KK34.0.GKD.AB.OK.WD001, I301.KK34.0.UZC.AB.OK.WD001. The location of domestic water reservoir (0UGA) is 1100W:1400N and shall be considered for estimation purpose.

Reliance Infrastructure

126 General Sub: Files not openableRef: Overall specification

The following files could not be opened:i) Volume_4_Section_C__4_\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs\42-Spec. for EOT Crane.pdfii) Volume_5_Section_C__5_\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs\42-Spec. for EOT Crane.pdfiii) Volume_5_Section_C__5_\C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs\24-STA~1.pdfiv) Volume_6_Section_C__6_\C2-Tech Specs_C-2.2-Mech_C2.2.2_Data Sheets\24-STA~1.pdfv) Volume_7_a__Section_C_C2.3__Part_1_\C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs\5_I02.KK34.0.0.ET.TS.PRvi) Volume_7_b__Section_C_C2.3__Part_2_and_Part_3_\C2.3.part2\C2-Tech Specs_C-2.3-Electrical_C 2.3.1_Tech Specs\5_I02.KK34.0.0.ET.TS.PR

Query no. i) & ii) File uploaded in folder 2.2.1 of folder 4;Query no. iii) & iv) File uploaded in folder 2.2.1 of folder 4;Query no. v) & vi) File uploaded in folder 2.3.1 of folder 4;along with prebid responses.

Reliance Infrastructure

127 Dwg. No. I208.KK.0.0.AB.CH.WD001, P0

Sub: Drawings not readableRef: PID Sumbol & Nomenclature and PID General notes &Typical details, Dwg. No. I208.KK.0.0.AB.CH.WD001, P0

Two sheets of PID entitled Symbol/Nomenclature and PIDGeneral notes & Typical Details could not be read.

uploaded in folder 2.6.2 of folder 4 along with response of prebid query.

19 / 50

Page 298: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

128 Sub: Quantity mismatchRef: Process Spec. of Central Diesel, Oil Storage & Supply System and Gas Storage: I301.KK36.UE.O.AB.TS.PROD1, Clause No. 10.0,c, Page 14 of 21

No. of Tanks for Waste Seal Oil are indicated in TS as four (4). But, in Process Data Sheet quantity mentioned as two(2).Actual requirement to be clarified

4 nos of tanks shall be considered.

Reliance Infrastructure

129 Ref: DS no. I301.KK34.UTF.0.AB.DS.WD041P&ID Nos. I301.KK34.0UTF.SCA.AB.CH.WD001, I301.KK34.UTF.SCA.AB.CH.WD001 and I301.KK34.0UTF.QFA.AB.CH.WD001, R0

Sub: Mismatch of Receiver Capacity in Compressed Air System As per data sheets I301.KK34.UTF.0.AB.DS.WD041 capacity of receivers are 12.15 CuM (each of 2 nos.) and 10.26 CuM (each of 2 nos.) whereas the same are mentioned as 10 CuM & 4 CuM in P&ID no. I301.KK34.UTF.SCA.AB.CH.WD001, R0 (A209-14-309-1112, R-0).Actual requirement to be clarified.

Air receiver capacity mentioned as 10m3 and 4m3 shall be considered

Reliance Infrastructure

130 Ref: C2.7.2 Sub-Vendor List Sub: Approved VendorsRef: C2.7.2 Sub-Vendor List

Approved Vendor list for technological package supplier for MVC Units ,DMPlant,H2/O2 generarion, N2 generation,Chlorination ,Chilled water plant ,Fire fighting water system and Oil containing water Treatment plant are not mentioned.

Clause 3.6.2 of GCC shall be referred.

Reliance Infrastructure

131 Sub :B/L-Brine discharge line . Ref.Page7 of 43 of TS for Desal plant

Supply and installation of 700m long pipe line from PCB2 for commissioning of Desal plant is included the scope of tender.However,B/L of Brine discharge line provision during commissioning is not mentioned.

Brine discharge line is in scope of Bidder. Please refer sr no. 11, page no.9 of Annexure-4 Amendment of Scope document I02.KK34.0.0.TH.TS.PR.002

Reliance Infrastructure

132 Ref.Page7 of 43 Sub :B/L Brine discharge line . Ref.Page7 of 43 of TS for Desal plant

Supply and installation of sea water pipe line upto Desal plant from Unit 3 pump house is under NPCIL scope .However,B/L of Brine discharge line from Desal plant to CW channel of Unit 3 is not mentioned.

Please refer response to query no. 124.

Reliance Infrastructure

133 Piping Material Specification: I301.KK36.0.0.TH.TS.WD705 Specification sheet for Seawater pipe line mentioned as A91S is not available in Tender document.

For piping material of sea water pipeline, respective technical specification of facility / system shall be referred.

Reliance Infrastructure

134 A209-321-14-42-TS-0001 I301.KK34.OUKR.QKA.AB.TS.PR0001 In Process specification on non safety chilled water plant and distribution system, in point no 15. Annexures, - List of P&IDs, P& ID of Chilled water distribution system I301.KK34.OUSY.QKA.AB.CH.WD001 is mentioned but the same drawing is not included in the bid documents. Also the Chilled water piping scope with terminal points and extent and its distribution arangement drawing (if in bidder scope) not given in bid document.

Please refer sl.no 30 of annexure 2 of doc I02.KK34.0.0.TH.TS.PR002 which indicates the final doc to be referred. I301.KK36.OUQR.QKA.AB.OK.WD070 P&ID gives details. I301.kk34.0 USY.QKA.AB.CH.WD001 is available in Vol 10, File-L

20 / 50

Page 299: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

135 General As Per NIT :Due Date and time for online submission of both Part-I (technical and Commercial e-bid except Price ebid) & Part-II (Price ebid)-29.09.2016 up to 11.00 Hrs. IST.Clarification:Considering the quantum of work involved, time for studying the bid documents, time for sourcing of inputs required ,we request to please provide the minimum Eight (8) weeks time extension for bid submission.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

136 Volume_1_Section_A_ITT

Clause 2.5 h) -Integrity Pact Bank Guarantee (IPBG)

e- EPC-04-ITT 4 of 22 Clarification:To get the BG issued on SFMS mode kindly furnish the following details.1) Bankers Detail of NPCIL for issuance of Bank Guarantee as per Structured Finance Messaging System (SFMS). Bank Name: Branch with Address: Bank Account Name: Bank Account No.: Bank Account Type: IFSC Code: MICR Code: 2) List of Bankers from whom we can obtain BG. It is mentioned that only from NPCIL notified Bankers we should get the BG.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

137 Volume_1_Section_A_ITT

Clause 2.5.h) VIII - Model Integrity Pact

Bank Guarantee (IPBG) format

e- EPC-04-ITT 5 of 22 Clarification:Please confirm, the following NWC clause will be inserted on the end of BG as per normal Banking requirement.Notwithstanding anything contained herein:(a) Our liability under this Bank Guarantee shall not exceed Rs. ................. /-(Rupees .......... only)(b) This Bank Guarantee shall be valid up to ............(c) We are liable to pay the guarantee amount or part thereof under this Bank Guarantee only & only if you serve upon us a written claim or demand on or before ..........

Refer Prebid response of Commercial Queries

Reliance Infrastructure

138 Volume_1_Section_A_ITT

Clause 9.3.1 - Service Tax

e- EPC-04-ITT 11 of 22 As per NIT:Service Tax and applicable Cess thereon, as applicable is payable at the rate prevailing within the contractual delivery schedule. Purchaser shall not be liable to pay any increase in Service Tax, if completion and handing over of the facilities and / or submission of invoice for the same is delayed beyond the contractual delivery Schedule for reasons not attributable to the Purchaser. However, Service Tax on civil works, if any, shall be included in the price of civil works and shall not be claimed separatelyClarification:We pursume that, If any increase in Service Tax and appllicable Cess shall be paid to the Contractor by the Purchaser with in contractual delivery schedule as well as extension period also if any.

Refer Prebid response of Commercial Queries

21 / 50

Page 300: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

139 Volume_1_Section_B_B1-GCC Clause 3.4.5 -Advance / Stage

Payments Security

GCC/EPC-4/R-2 (10.05.2016)_16 of 100

As per NIT:In the event the Contractor is required to extend the validity of the Bank Guarantees submitted for Performance Security Bond and /or Advance Payment for Erection and Commission at site, for delays attributable to the Purchaser, the corresponding Bank Guarantee Extension charges shall be borne by the Purchaser.Clarification: The corresponding Bank Guarantee Extension charges for Supply (Abroad / Indigenous) & Civil works also shall be borne by the Purchaser and not limiting to Erection & Commissioning contract only for delays attributable to the Purchaser.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

140 Volume_1_Section_B_B1-GCC Clause 3.4.7 -Latent Defect Security

GCC/EPC-4/R-2 (10.05.2016)_17 of 100

As per NIT:The Contractor shall submit a Bank Guarantee for 1% (one percent) of the total value of goods sold, in the respective contract currencies, as security against latent defect. This Bank Guarantee shall be valid for a period of 5 (five) years from the date of successful completion of the defect liability period as per the contract.Clarification:Instead of Bank Guarantee for 1% (one percent) of the total value of goods sold, Contractor shall submit Indemnity Bond.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

141 Volume_1_Section_B_B1-GCC Clause 4.1.6 -Urgent Work:

GCC/EPC-4/R-2 (10.05.2016)_20 of 100

As per NIT:If, by reason of an emergency arising in connection with and during the execution of the Contract, any protective or remedial work is necessary as a matter of urgency to prevent damage to the Facilities, the Contractor shall immediately carry out such work.Clarification:Cost incurrecd by the contractor for an urgent work shall be paid by the Purchaser to the contractor, if reason is attributable to the Purchaser.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

142 Volume_1_Section_B_B1-GCC Clause 4.2.1 - Time for Completion

GCC/EPC-4/R-2 (10.05.2016)_20 of 100

As per NIT:The Contract shall come into force from the date of issue of priced Purchase Order (Effective Date) and accordingly contractual delivery period shall be reckoned from that date for the purpose of fixing Contractual Delivery Date (CDD) and Contractual Mile Stone Date as the case maybe, and incorporating the same in the contract.Clarification: We request to consider the effective date/zero date of CDD (56 Months) shall be from the date of release of first advance instead of issue of PO.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

143 Volume_1_Section_B_B1-GCC Clause 5.4 to 5.8 - Price adjustment

GCC/EPC-4/R-2 (10.05.2016)_23 of 100 to 31 of 100

Clarification:We understand that Contract Price Adjustment Clause is applicable from the first bill for the work executed. Please confirm

Refer Prebid response of Commercial Queries

Reliance Infrastructure

144 Volume_1_Section_B_B1-GCC Clause 5.9.1, 5.9.4, 5.9.7 & 5.9.8 - Terms

of payment

GCC/EPC-4/R-2 (10.05.2016)_31 of 100 to 33 of 100

Clarification:We understand that No Interest is to be charged on Advance payment and only against equivalent bank guarantee, performance security bond and unconditional order acceptance. Please confirm

Refer Prebid response of Commercial Queries

22 / 50

Page 301: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

145 Volume_1_Section_B_B1-GCC Clause 5.13.1 - Interest on Delayed

Payment

GCC/EPC-4/R-2 (10.05.2016)_34 of 100

As per NIT:Interest to be paid only for payments delayed against GCC sub-clause nos. 5.9.1 (c), (d) & (e), 5.9.4 (c), (d) & (e), 5.9.6 (b), 5.9.7 (d) & (e) and 5.9.8 (d).Clarification:Interest for delayed payment not only limiting to GCC sub-clause nos. 5.9.1 (c), (d) & (e), 5.9.4 (c), (d) & (e), 5.9.6 (b), 5.9.7 (d) & (e) and 5.9.8 (d) and should pay for all other balance GCC sub-clause nos. 5.9.1 (b), 5.9.2, 5.9.3, 5.9.4 (b), 5.9.5, 5.9.6 (a), 5.9.7 (b) & (c) and 5.9.8 (b) & (c) also. Please confirm

Refer Prebid response of Commercial Queries

Reliance Infrastructure

146 Volume_1_Section_B_B1-GCC Clause 5.13.2 - Interest on Delayed

Payment

GCC/EPC-4/R-2 (10.05.2016)_34 of 100

As per NIT:The Purchaser shall pay to the Contractor interest on the amount of such delayed payment for the period as stated herein below:a) In case of receipt at the Site, the interest shall be paid beyond 95 days from receipt of good at Site till the date of payment subject to receipt of invoice and supporting documents in acceptable form.b) For final payment against handing over of facilities, interest shall be paid beyond 45 days from the receipt of invoice and supporting documents in acceptable formClarification:a) Interest to be paid beyond 30 days from the receipt of invoice and supporting documents in acceptable form till the date of payment instead of beyond 95 days from receipt of good at Site.b) interest shall be paid beyond 30 days from the receipt of invoice and supporting documents in acceptable form till the date of payment instead of 45 days.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

147 Volume_1_Section_B_B1-GCC Clause 6.2.2. a) & b) - Delay in Supply

GCC/EPC-4/R-2 (10.05.2016)_37 of 100

Clarification:1) if delay of supply / completion of facilities is attributable to the Purchaser, LD not to be levied on contractor.2) Intermedaite LD also not to be leived for delay of Contractual Milestone date(s) of despatch/completion, if over all completion / handing over of facilities where with in CDD

Refer Prebid response of Commercial Queries

Reliance Infrastructure

148 Volume_1_Section_B_B1-GCC Clause 6.2.2. c) -Delay in supply

GCC/EPC-4/R-2 (10.05.2016)_37 of 100

As per NIT:In the event of completion and handing over the facilities (or a part for which a separate time for handing over is specified in the Contract) by the contractor within the Contractual Delivery Date specified in the Contract, the amount levied as LD pursuant to GCC sub-clause no. 6.2.2 (a) and 6.2.2 (b) above shall be refunded to the ContractorClarification:The Purchaser shall refund the levied amount with applicable interest rate as per PLR of State Bank of India from the date of LD till the date of payment

Refer Prebid response of Commercial Queries

23 / 50

Page 302: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

149 Volume_1_Section_B_B1-GCC Clause 6.8.3 - Indemnity against Loss

/ Damage

GCC/EPC-4/R-2 (10.05.2016)_42 of 100 As per NIT:The Contractor shall indemnify the Purchaser and keep the Purchaser indemnified to the extent of full value of Free Issue Material (FIM) issued by the Purchaser for fabrication of items at Contractor‟s works outside Purchaser‟s site, till such time the entire contract is executed and proper account for the FIM is rendered by the former to the latter.Clarification:We understand that, this clause is only applicable to free issue materials which is being used for fabrication of items at Contractor‟s works outside Purchaser‟s site and not for being used inside the Purchaser‟s site

Refer Prebid response of Commercial Queries

Reliance Infrastructure

150 Volume_1_Section_B_B1-GCC Clause 6.11.3 - Insurance

GCC/EPC-4/R-2 (10.05.2016)_45 of 100

As per NIT:Storage-cum- Erection Insurance / Contractor‟s All Risk Insurance Policy - Insurance should cover physical loss or damage to the facilities at site against all Risks including Terrorism occurring prior to the completion and handing over of facilities.Clarification:Delete "against all Risks including Terrorism occurring" word and to be modified as "Insurance should cover physical loss or damage to the facilities at site prior to the completion and handing over of facilities".

Refer Prebid response of Commercial Queries

Reliance Infrastructure

151 Volume_1_Section_B_B1-GCC Clause 8.3.7 - Review/Approval of

Contractor’s Documents

GCC/EPC-4/R-2 (10.05.2016)_ 53 of 100 As per NIT:All costs due to modifications/revisions to documents, drawings and associated re-engineering etc. required to be carried out by the Contractor due to Purchaser‟s comments on Contractors documents /drawings etc, shall be to the account of the Contractor.Clarification:If Purchaser comments are not inline / beyond with agreed contract documents, then modification cost for the same shall be borne by the Purchaser

Refer Prebid response of Commercial Queries

Reliance Infrastructure

152 Volume_1_Section_B_B1-GCC Clause 8.3.8 - Review/Approval of

Contractor’s Documents

GCC/EPC-4/R-2 (10.05.2016)_ 53 of 100 As per NIT:The Contractor shall be responsible for making all necessary alterations of the Stores/Facilities which are occasioned due to any discrepancies, errors or omission in the drawings or other particulars submitted by the Contractor irrespective of whether these have been approved by the Purchaser or not provided that such discrepancies, errors or omissions are not because of inaccurate information furnished in writing to the Contractor by or on behalf of the Purchaser. If the Contractor fails to make such alterations, the Purchaser may do so at the risk and cost of Contractor. In addition to above, any and all other expenditure incurred by the Purchaser in this connection shall also be to the account of the Contractor.Clarification:If not attributable to the contractor as per agreed contract documents, then cost of such alterations shall be borne by the Purchaser

Refer Prebid response of Commercial Queries

24 / 50

Page 303: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

153 Volume_1_Section_B_B1-GCC Clause 9.2.1 - Bill of Quantities

(BOQ)

GCC/EPC-4/R-2 (10.05.2016)_ 54 of 100 As per NIT:In case of requirement of any additional items/quantities beyond this BOQ to complete the facilities as per the scope of the Tender, the prices of such additional items/quantities are deemed to have been included in the Contract Price and as such additional price implications if any, are to be absorbed by the Contractor. However, if any of the quantities/items delivered as per this BOQ are found to be excess on completion and handing over of the facilities, such items shall remain to be the property of the Purchaser.Clarification:All balance surplus materials & scarp shall be taken out by the contractor irrespective of BOQ, as it is an EPC lumpsum contract.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

154 Volume_1_Section_B_B1-GCC Clause 9.3.1 - Free Issue Materials

(FIM)

GCC/EPC-4/R-2 (10.05.2016)_ 54 of 100 As per NIT:For certain fabrication of items under supply portion, if specified in the tender, the Purchaser shall provide Free Issue Material (FIM) to Contractor, as per quantities / sizes alongwith costs of such material mentioned in the tender.Clarification:We presume that, free issue materials means it is not part of supply contract to the Contractor and required items shall be provided by the Purchaser free of cost for completion of fabrication / facilities

Bidder's understanding is correct

Reliance Infrastructure

155 Volume_1_Section_B_B1-GCC Clause 9.4 - Packing and Marking

GCC/EPC-4/R-2 (10.05.2016)_ 55 of 100 Clarification:As the contarct is on EPC basis, All packing material/ scrap shall remain the property of contractor and take out periodically from the Purchaser site.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

156 Volume_1_Section_B_B1-GCC Clause 9.5.4 - High Seas Sale

GCC/EPC-4/R-2 (10.05.2016)_ 56 of 100 As per NIT:The contractor shall furnish all necessary documents for executing the High Seas sale agreement. In case of delay/failure in submission of documents the demurrage charges, penalty, sales tax, etc. shall be borne by the contractor. Not withstanding High Seas sales, the Contractor shall remain responsible for all work of port handling / clearance, inland transportation to site and all subsequent activities till handing over of the Facilities.Clarification:Contractor shall furnish High Seas sale agreement documents to the Purchaser in time and in case any delay in approval / clearence by the Purchaser, the applicable demurrage charges, penalty, sales tax, etc. if any shall be borne by the Purchaser.

Refer Prebid response of Commercial Queries

25 / 50

Page 304: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

157 Volume_1_Section_B_B1-GCC Clause 9.6.1 -Custom Clearance

GCC/EPC-4/R-2 (10.05.2016)_ 58 of 100 As per NIT:The Contractor‟s scope of work shall include obtaining all customs clearance, completing all clearance formalities and handling at all ports of all equipment and material of non–Indian origin including those where Purchaser is named importer.Clarification:Contractor's scope is limiting to conctractor's scope of supplied items only and not for Purchaser supplied items

Refer Prebid response of Commercial Queries

Reliance Infrastructure

158 Volume_1_Section_B_B1-GCC Clause 9.7.1 -Unloading and Storage

GCC/EPC-4/R-2 (10.05.2016)_ 58 of 100 As per NIT:The Contractor shall, upon delivery to the site, be responsible for unloading, handling and storage of all materials, Equipments, Plant & Machinery, spare parts and other items necessary or desirable for the completion for facilities, including expediting, receiving, inspection and documentation.Clarification:The contractor shall responsible for contractor's scope of supplied items only & not for Purchaser's supplied items.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

159 Volume_1_Section_B_B1-GCC Clause 11.1.1 -Land

GCC/EPC-4/R-2 (10.05.2016)_ 60 of 100 As per NIT:In respect of any land allotted to the Contractor for purposes of or in connection with the Contract as provided herein below, the Contractor shall be a licensee subject to the following and such other terms and conditions as may be imposed by licenser / Engineer-in-charge:(i) That he shall pay a nominal license fee of Rs: 5/- per Hectare for plant site and Rs.200/- per Hectare for colony per year or part of a year for use and occupation, in respect of each and every separate area of land allotted to him.Clarification:We request to waived off yearly Licensee fee for Plant site & Labour Colony being charged for use and occupation

Refer Prebid response of Commercial Queries

Reliance Infrastructure

160 Volume_1_Section_B_B1-GCC Clause 11.1.1. (iii) -Land

GCC/EPC-4/R-2 (10.05.2016)_ 60 of 100 As per NIT:The Contractor shall be liable to vacate the land on demand by the Engineer-in-charge.Clarification:The Contractor shall be liable to vacate after period of contract / at the time of demobilization of site and not during execution of the contract

Refer Prebid response of Commercial Queries

26 / 50

Page 305: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

161 Volume_1_Section_B_B1-GCC Clause 11.1.2 -Land for Contractor's

Office, Stores, workshop at site etc:

GCC/EPC-4/R-2 (10.05.2016)_ 60 of 100 As per NIT:The Engineer-in-charge shall, at his discretion and for the duration of the Contract, make available land at site, for construction of Contractor's field office, workshop, stores, open storage, fabrication and assembly space, magazine for explosives in isolated locations, etc, required for execution of the Contract. Levelling and dressing of site, any construction of temporary roads, offices, workshops etc as per plan approved by the Engineer-in-charge shall be done by the Contactor at his own cost.Clarification:The Engineer-in-charge shall be made available levelled land to the Contractor's for construction of site enabling facilities with in plant boundary.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

162 Volume_1_Section_B_B1-GCC Clause 11.1.3 -Land for Contractor's

Colony

GCC/EPC-4/R-2 (10.05.2016)_ 61 of 100 As per NIT:Land will be given, if available, by the Engineer-in-charge for the Contractor‟s colony. The Contractor may indicate the requirement of land for the colony along with his tender. Land will be made available for the period of Contract. The Contractor shall make his own arrangement for water supply, electric supply, sanitation, access road and general cleanliness, of his colony. All these amenities shall be got approved by the Engineer-in-charge prior to construction of the camp.Clarification:a) Delete the word "if available"b) Levelled land shall be provided to the contractor for Labour Colony.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

163 Volume_1_Section_B_B1-GCC Clause 11.4.1. (iv) -Water Supply to Labour Camp

GCC/EPC-4/R-2 (10.05.2016)_ 62 of 100 As per NIT:The contractor shall make his own arrangement to receive, treat, test, pump and distribute the water required for the labour camp. He shall construct at his own cost storage tank(s) of adequate capacity to meet 4 days requirement. He shall also lay at his own cost the distribution lines and maintain the same during the currency of the contract.Clarification:We request to provide Water free of cost at Labour Camp

Refer Prebid response of Commercial Queries

Reliance Infrastructure

164 Volume_1_Section_B_B1-GCC Clause 11.5.4. (xi) - Construction power

supply

GCC/EPC-4/R-2 (10.05.2016)_ 64 of 100 As per NIT:Recoveries for the power supplied for construction purposes shall be made from the running account bills of the contractor at the rates specified in SCC subject to revision with a minimum of 30 units per month per BHP connected load/ Maximum Demand.Clarification:We request NPCIL to provide the Electricity free of cost.

Refer Prebid response of Commercial Queries

27 / 50

Page 306: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

165 Volume_1_Section_B_B1-GCC Clause 11.5.5. (c) - Domestic Power

Supply

GCC/EPC-4/R-2 (10.05.2016)_ 64 of 100 As per NIT:The charges for power supply to contractor‟s colony shall be recovered at the prevailing rate from the running account bills of the contractor.Clarification:We request NPCIL to provide the Electricity free of cost.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

166 Volume_1_Section_B_B1-GCC Clause 11.7.3 - Tools, Plants &

Equipments for Site Work

GCC/EPC-4/R-2 (10.05.2016)_ 65 of 100 As per NIT:It is not the intent of Purchaser to issue T&P to contractor for the execution of work. However, in case of extreme emergency and request made by Contractor, Purchaser can issue the necessary T&P (if the same can be spared) on chargeable basis. The standard rates and conditions of purchaser for issue of such items shall be applicable.Clarification:We request NPCIL to provide the list of T&P available and hire charges of the same

Refer Prebid response of Commercial Queries

Reliance Infrastructure

167 Volume_1_Section_B_B1-GCC Clause 13.7.1 -Watch, Ward and

Lighting

GCC/EPC-4/R-2 (10.05.2016)_ 73 of 100 As per NIT:The Contractor shall provide and maintain at his own expense all lights, guards, fencing and watching when and where necessary or required by the Purchaser for protection of the Facilities or for the safety and convenience of those employed on the Facilities or the public.Clarification:Shall provide limiting to Contractor's scope of work area, Site office & labor colony only. Plant overall lights, guards, fencing and watching including public shall be provided by the Purchaser.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

168 Volume_1_Section_B_B1-GCC Clause 13.8.1 -Site Drainage

GCC/EPC-4/R-2 (10.05.2016)_ 73 of 100 As per NIT:All water which may accumulate on the Site during the progress of the Facilities, or in trenches and excavations shall be removed from the Site to the satisfaction of the Purchaser and at the Contractor's expense.Clarification:If required, accumulated water shall be removed limiting to excavation area of Contractor's scope of work only

Refer Prebid response of Commercial Queries

28 / 50

Page 307: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

169 Volume_1_Section_B_B1-GCC Clause 13.12.1 - Plantation and

Protection of Trees

GCC/EPC-4/R-2 (10.05.2016)_ 74 of 100 As per NIT:The Contractor shall plant trees as mentioned in the Contract of different species suitable for the soil condition at site in an area identified by the Engineer-in-charge and shall maintain the same including periodic watering till completion of work at no extra cost to the Purchaser. The tree plantation work shall be completed within six months from the date of site mobilisation by the Contractor.Clarification:a) Request to provide Type & Number of trees to be planted.b) Required water shall be provided by the purchaser free of costc) Plantation work shall be initiated during monsoon session and not from the date of site mobilization by the Contractor.

Tree plantation as a part of this package contract is not envisaged.

Reliance Infrastructure

170 Volume_1_Section_B_B1-GCC Clause 13.15.3 -Co-operation with other Contractors

GCC/EPC-4/R-2 (10.05.2016)_ 75 of 100 As per NIT:The Engineer-in-charge shall be notified promptly by the Contractor of any defects in other Contractor‟s works that could affect the Contractor‟s works. The Engineer-in-charge shall determine the corrective measures if any, required to rectify this situation after inspection of the facilities and such decisions by the Engineer-in-charge shall be binding on the Contractor.Clarification:Cost incurred for such rectification works of other Contractor works as directed by the Engineer-in-charge shall be reimbursed by the Purchaser to the Contractor and shall provide required time extension also.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

171 Volume_1_Section_B_B1-GCC Clause 15.2.3 -Planning and Progress

Review

GCC/EPC-4/R-2 (10.05.2016)_ 77 of 100 As per NIT:The contractor shall submit to the Engineer-in-charge 3 copies of following reports:a) Weekly Progress Report b) Welders Performance & Qualification records.c) Monthly Progress Reportd) Three Monthly Planning ReportClarification:The contractor shall submit soft copy of reports instead of Hard copies (3 Sets)

Refer Prebid response of Commercial Queries

29 / 50

Page 308: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

172 Volume_1_Section_B_B1-GCC Clause 15.6.1 -Definition of Scrap

GCC/EPC-4/R-2 (10.05.2016)_ 80 of 100 As per NIT:(i) CS/GI pipes 50 mm dia. and below – pipe pieces less than 2 meters in length shall be treated as scrap.(iv) In respect of plates having thickness 20 mm & below, the size of plate having dimension 1mtr x 1mtr & below will be considered as scrap. In case of plates having thickness of above 20 mm, the size of plate having dimension 1mtr x 0.5 mtr & below will be considered as scrap.Clarification:(i) Less than 1 meters in length shall be considered as scarp instead of 2 meters(iv) Below 1mtr x 1mtr plate shall consider as scrap for thickness 20 mm & below instead of 1mtr x 1mtr & below and for above 20 mm thick plate shall consider as below 1mtr x 0.5 mtr instead of 1mtr x 0.5 mtr & below

Refer Prebid response of Commercial Queries

Reliance Infrastructure

173 Volume_1_Section_B_B1-GCC Clause 15.6.1 -Definition of Scrap

GCC/EPC-4/R-2 (10.05.2016)_ 80 of 100 As per NIT:(vi) GI Sheet - less than 2mtr x 2mtr size shall be treated as scrap(vii) GI Conduit/ SS tubes of various sizes – of lengths less than 3 meters shall be treated as scrap.Clarification:(vi) Less than 1mtr x 1mtr size of GI sheet shall consider as scrap instead of less than 2 mrt x 2 mtr(vii) Less than 1 mtr of GI Conduit/ SS tubes of various sizes shall consider as scrap instead of less than 3 meters.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

174 Volume_1_Section_B_B1-GCC Clause 15.6.1. (x) -Definition of Scrap

GCC/EPC-4/R-2 (10.05.2016)_ 80 of 100 As per NIT:(x) The welded fittings and valves etc. above 50 mm dia., which are rendered surplus by virtue of change in layout, drawings, errors, etc. shall be deposited to the Engineers‟ stores after the edges have been prepared by the contractor without any extra charges. In case, the Contractor fails to prepare the edges, an amount equal to 20% of the cost of welding will be recovered from the Contractor‟s bills at the rates prescribed in Schedule of quantities & Rates.Clarification:(x) Due to change in layout, drawings, errors, etc, the surplus welded fittings and valves etc of all sizes shall be considered as scarp and no cost shall be receovered from the Contractor.

Refer Prebid response of Commercial Queries

30 / 50

Page 309: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

175 Volume_1_Section_B_B1-GCC Clause 16.2.3 -Inspection, Testing

and Rejection

GCC/EPC-4/R-2 (10.05.2016)_ 83 of 100 As per NIT:The Plant and Equipment / Facilities (in part or full) shall be offered by the Contractor for inspection at place of manufacture and/or on the site or at such places as may be specified by the Inspector at the Contractor's risk, expense and cost. The Contractor shall give notice of readiness of Stores/ facilities for inspection to the Inspector and shall perform all tests and inspection in presence of the Inspector as per the terms of the Purchase specifications and approved inspection plan. In default of such notice, the Project Manager/ Purchaser shall be entitled to appraise the quality and extent thereof.Clarification:Purchaser / Inspector shall be inspected Equipment / Facilities at place of manufacturer works/designated testing center or on the site. Necessary boarding, lodging and travelling expenses of its personnel deputed for inspection shall bear by the purchaser/Inspector

Refer Prebid response of Commercial Queries

Reliance Infrastructure

176 Volume_1_Section_B_B1-GCC Clause 16.2.6 -Inspection, Testing

and Rejection

GCC/EPC-4/R-2 (10.05.2016)_ 83 of 100 As per NIT:Where consignments are required to be delivered / despatched after inspection by the Inspector as per the Contract, a "Shipping Release" issued by the Inspector shall be enclosed along with the delivery challan or other shipping documents viz. (Lorry / Railway Receipt) accompanying the consignments.Clarification:Considering the tight project schedule, despatch clearance shall be issued by the purchaser with in 7 days of the receipt of inspection report / test certificates. If any delay attributable to Purchaser, suitable time extension shall be granted to the contractor.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

177 Volume_1_Section_B_B1-GCC Clause 17.1.6 -Completion of Erection

and Pre-commissioning of the

Facilities

GCC/EPC-4/R-2 (10.05.2016)_ 86 of 100 As per NIT:The Engineer-in-Charge shall, within fourteen (14) days after receipt of the Contractor‟s notice under GCC sub-clause no. 17.1.5, either issue an Erection Completion Certificate in the form specified in the Annexure to GCC, stating that the Facilities or that part thereof have reached Erection Completion as of the date of the Contractor‟s notice under GCC. sub-clause no. 17.1.5, or notify the Contractor in writing of any defects and / or deficiencies.Clarification:Purchaser shall issue Erection completion certificate or notify the defects if any, with in 7 days after receipt of the Contractor‟s instead of 14 days.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

178 Volume_1_Section_B_B1-GCC for Industrial safety

Clause 2.0 - Safety Guidelines

Rev. R0, Page 1 As per NIT:The contractor shall provide and maintain all lights, fencing, guards, warning signs and caution board and similar items as required ensuring safe working conditions at work site.Clarification:We pursume that, this clause is limiting to Contractor's scope of work area only and not for all areas.

Bidder's understanding is correct

31 / 50

Page 310: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

179 Volume_1_Section_B_B1-GCC for Industrial safety

Clause 6.3 - Training requirements

Rev. R0, Page 3 As per NIT:Contractor must note that in case the industrial safety induction training as per 6.2 is not conducted within 3 days his workmen shall not get plant entry pass.Clarification:We request to consider conduction of industrial safety induction training within 7 days from the date of joining instead of 3 days.

Tender condition shall prevails

Reliance Infrastructure

180 Volume_1_Section_B_B1-GCC for Industrial safety

Clause 10.1 - Payments Linked with Safety Performance

Rev. R0, Page 5 As per NIT:2% safety linked payment which shall be duly certified by the committee consisting of the representative of Head (IS &F), QA and Engineer-in-charge.Clarification:Confirm duration required by the committe for certification of bill

Refer Prebid response of Commercial Queries

Reliance Infrastructure

181 Volume_1_Section_B_B2-SCC SCC No. 4 - Contractual Delivery

Schedule

Page 1 of 29 As per NIT:Contractual delivery schedule shall be within 56 (Fifty Six) months from the date of issue of Purchase Order.Clarification:Contractual delivery schedule shall be within 56 (Fifty Six) months from the date of Contract Effective date (i.e., First advance release date)

Refer Prebid response of Commercial Queries

Reliance Infrastructure

182 Volume_1_Section_B_B2-SCC SCC No. 5 - Price Adjustment

Page 2 of 29 As per NIT:In case of dispatches which are delayed beyond the Contractual Delivery Date (as given in Contract) for reasons attributable to the Contractor or Force Majeure events, the provision of Price Adjustment shall be as per PO terms, regulated on the basis of the indices as applicable as per PO terms on the original CDD or the indices as applicable as per PO terms on the actual delivery date, whichever is lower.In case dispatches are delayed beyond the Contractual Delivery Date (as given in the Contract). and the total delayed period can be apportioned between delays due to the Purchaser, the Contractor and / or Force Majeure events, Price adjustments for the period of delay caused by the Purchaser will be allowed considering as if this delay due to the Purchaser happened first,immediately after Contractual Delivery Date, irrespective of actual point in time in which such delay by Purchaser occurs.Clarification:We pursume that Price Adjustment shall be allowed for delays beyond the Contractual Delivery Date for reason attributable to the Contractor and / or Force Majeure events also

Refer Prebid response of Commercial Queries

32 / 50

Page 311: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

183 Volume_1_Section_B_B2-SCC SCC No. 9 - Bill of Quantities

Page 4 of 29 As per NIT:The sentence “However, if any of the quantities of items delivered as per this BOQ are found to be excess on completion and handing over of the facilities, such items shall remain to be the property of the Purchaser” is superseded by the provisions contained in clause no.15.5.1(a) of GCC.Clarification:Since it is lumpsum EPC contract, more over as per tender, if any additional quantity of items are required for completion of the facilities beyond BOQ are to be supplied by the contractor without any additional cost. Hence if any excess quantities of items are found within BOQ or beyond BOQ shall be property of the Contractor and are allowed to be taken back by the contractor.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

184 Volume_1_Section_B_B2-SCC SCC No. 11 - Departmental

water supply Charges

Page 7 of 29 As per NIT:a) The contractor shall make his own arrangements for construction water supply and potable water to meet the domestic requirements for his employees / workers at labour camp and at the work site at his own cost.b) No boreholes for drawal of the water shall be allowed in the plant area / camp.Clarification:a) Request purchaser to provide construction water supply and potable water free of costb) If not agreed for above point (a), permit to make boreholes in the plant area & labour camp area for drawal of the water

Refer Prebid response of Commercial Queries

Reliance Infrastructure

185 Volume_1_Section_B_B2-SCC SCC No. 12 - Construction Power

Supply Charges

Page 7 of 29 As per NIT:b) A 415 V/ 230 V temporary power supply will be made available to the contractor at two points at works site.Clarification:Request to not to limiting to two points and shall be made available with in 100 mtrs. at works site of each package areas.

Refer Prebid response of Commercial Queries

Reliance Infrastructure

186 Volume_1_Section_B_B2-SCC SCC No. 12 - Construction Power

Supply Charges

Page 7 of 29 As per NIT:d) The Bidder shall furnish along with the tender, the estimated requirement of construction area wise electrical power at plant site, and the labour camp separately for the execution of the work in terms of maximum KVA demand and also the likely daily energy consumption in KVA.Clarification:Details shall be provided after award of the contract

Refer Prebid response of Commercial Queries

33 / 50

Page 312: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

187 Volume_1_Section_B_B2-SCC SCC No. 12 - Construction Power

Supply Charges

Page 10 of 29 & 12 of 29 As per NIT:xiii) Recoveries for the power supplied for construction purposes shall be made from the running account bills of the contractor at the rates stipulated by TANGEDCO along with Max. Demand charges, revised from time to time.xxv) Electricity Unit rates will be charged based on the TNEB / TANGEDCO Tariff rates, which are subject to revision from time to time.Clarification:Request to provide Tariff & Demand charge details

Bidder may refer website of TANGEDCO for present applicable tariff details.Present tariff rates are 11Rs per unit and Rs 350 per kVA maximum demand.charges.

Reliance Infrastructure

188 Volume_1_Section_B_B2-SCC SCC No. 13 - Domestic PowerSupply Charges

Page 13 of 29 As per NIT:c. Electricity Tariff rates will be charged based on the TNEB / TANGEDCO Tariff,which are subject to revision from time to time.Clarification:Request to provide Tariff details

It is clarified that NPCIL will not extend any domestic power supply to labour colony. Bidder has to make its own arrangement.

Reliance Infrastructure

189 Volume_1_Section_B_B2-SCC SCC No. 29 - Entry Passes, Gate

Passes

Page 18 of 29 As per NIT:iv) The identity cards / passes will be issued to the Contractor’s staff and labour by NPCIL.Clarification:We understand for entry of contractor's staff / workers biometry RFID cards / passes will be issued by NPCIL. Please mention the charges (if any) per card and validity after which it needs to be renewed.

Rs 30 shall be charged per card and shall be renewed every six months. No charges for renewal

Reliance Infrastructure

190 Volume_1_Section_B_B2-SCC SCC No. 29.2.0 - ENTRY/ EXIT OF

MANPOWER

Page 19 of 29 As per NIT:On completion of work or return of labourers, the RFID cards shall be returned back to NPCIL. Penalty of Rs. 3000 per RFID card (or as revised from time to time) will be levied for non-return / loss of RFID cards / Damage of RFID.Clarification:Penalty of Rs. 3000 per RFID card for non-return / loss of RFID cards / Damage is extremely high, request to make it Rs.100/- per RFID card

Refer Prebid response of Commercial Queries

Reliance Infrastructure

191 Volume_1_Section_B_B2-SCC SCC No. 29.2.0 - ENTRY/ EXIT OF

MANPOWER

Page 19 of 29 As per NIT:Contractor shall submit the police verification certificate and Medicalfitness certificate along with standard application format for issue of Regular pass (RFID). The Police verification must be carried out by the Police under the Police Station area(s) where the contract person was staying for the last two to three years. The police verification shall be valid for only three years.Clarification:Request to permit Police verification to be done near by Police station of where NPCIL KKNPP site is located.

Refer Prebid response of Commercial Queries

34 / 50

Page 313: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

192 Volume_1_Section_B_B2- Annexure-A to SCC

Clause 5.9.1. (b) - Terms of Payment Items & Materials (excluding spares)

supplied from abroad

Page 1 of 9 As per NIT:60% on FOB shipment on pro rata basis as per stages given below :1) 3% of basic price will be released against equivalent bank guarantee, on completion of all engineering activities.2) 2% of basic price will be released against equivalent bank guarantee, on completion of engineering activities for piping.3) 10% of basic price will be released against equivalent bank guarantee on placement of sub order, acceptance of order by the subvendor, submission of all equipment drawings, detail data sheets and Quality assurance plans to the purchaser and approval of all the above documents by the purchaser4) 45% of basic price will be released on pro rata basis upon dispatchClarification:Since it is pro rata payment on completion of activities, hence request to consider respective % of basic price for Sl. No. 1), 2) & 3) of above shall be released on completion of activities as mentioned above instead of "against equivalent bank guarantee on completion of activities"

Refer Prebid response of Commercial Queries

Reliance Infrastructure

193 Volume_1_Section_B_B2- Annexure-A to SCC

Clause 5.9.4. (b) - Terms of Payment for

Items & Materials (excluding spares)

supplied from indigenous sources

-Page 3 of 9 & 4 of 9

As per NIT:60% on FOB shipment on pro rata basis as per stages given below :1) 3% of basic price will be released against equivalent bank guarantee, on completion of all engineering activities.2) 2% of basic price will be released against equivalent bank guarantee, on completion of engineering activities for piping.3) 10% of basic price will be released against equivalent bank guarantee on placement of sub order, acceptance of order by the subvendor, submission of all equipment drawings, detail data sheets and Quality assurance plans to the purchaser and approval of all the above documents by the purchaser4) 45% of basic price will be released on pro rata basis upon dispatchClarification:Since it is pro rata payment on completion of activities, hence request to consider respective % of basic price for Sl. No. 1), 2) & 3) of above shall be released on completion of activities as mentioned above instead of "against equivalent bank guarantee on completion of activities"

Refer Prebid response of Commercial Queries

35 / 50

Page 314: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

194 Volume_1_Section_B_B2- Annexure-A to SCC

Clause 5.9.8 b)-Terms of Payment for

Civil works

Page 8 of 9 As per NIT:78% of price for civil works along with 100% of price adjustment on pro-rata basis as per stages given below :1) 5% of price for civil works will be released against equivalent bank guarantee on completion of engineering activities2-i) 71 % of price for civil works shall be paid on pro rata as per Annexure-III on completion of the activities 2-ii) 1% along with applicable taxes for House-keeping performance against completion of the activities2-iii) 1% along with applicable taxes for Preservation performance against completion of the activitiesClarification:Since it is pro rata payment on completion of activities, hence request to consider 5% of price for civil works shall be released on completion of engineering for Sl. No. 1) of above instead of "against equivalent bank guarantee on completion of activities"

Refer Prebid response of Commercial Queries

Reliance Infrastructure

195 Vol-12-Section-D and Section-E … 92 Site Work Portion-Civilwork.pdf In DESCRIPTION OF ITEM….. including area grading … is mentioned against each SYSTEM. Extent of area grading or any releated drawing is not available. Please provide the same.

All backfilling and area grading within the battery limits of structures under this EPC contract are under bidder’s scope. Safe Grade Elevation of the plant site is +7.5m MSL. Hence all area grading shall be at minimum +7.5m MSL. Except for Electrical Switch Yard Area which is at a Finished Grade Level (FGL) of +13.00m MSL, rest of the plant area has FGL varying between +9.3m MSL (at Switch Yard end on north) and +7.5m MSL at shore protection bund (on south side) with FGL sloping gently towards sea between +9.3m MSL and +7.5m MSL . Finished grade level around any structure shall be 150mm below the ground floor elevation of that structure (as mentioned in respective architectural drawings). Before submitting the bid, bidder shall visit the site to get fully acquainted with the site conditions.

Reliance Infrastructure

196 Vol_2_Section_C_1 Cl. No. 3.3.2 Complete BALANCE OF PLANT - COMMON SERVICES ANNEXURE - 1 TO TECH. SPEC. WITH SYSTEM DESCRIPTION AND SCOPE OF BALANCE OF PLANT - COMMON SERVICES Scope Matrix

It is considered that BOP area shall be Graded and upto Finshed grade Level by Owner and handed over to BOP contractor. Site grading is not considered in our scope.

All backfilling and area grading within the battery limits of structures under this EPC contract are under bidder’s scope. Before submitting the bid, bidder shall visit the site to get fully acquainted with the site conditions.

Civil

36 / 50

Page 315: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

197 Vol_2_Section_C_1 Cl. No. 3.3.2 Complete BALANCE OF PLANT - COMMON SERVICES ANNEXURE - 1 TO TECH. SPEC. WITH SYSTEM DESCRIPTION AND SCOPE OF BALANCE OF PLANT - COMMON SERVICES Scope Matrix

Details of Roads Section and layout are not available. Please provide the same.

Construction of all roads are outside the scope of this contract. However layout of roads within the auxiliary area are included in the scope and is the responsibility of this EPC contractor.

Reliance Infrastructure

198 Vol_2_Section_C_1 Annexure-1 Scope Matrix for System The RCC Tanks for various factiliy is in scope of Bidder. We consider that all the tanks shall be open and no top slab is to proviede. Please confirm.

RCC tanks are of covered type with top slab

Reliance Infrastructure

199 Vol_2_Section_C_1 Annexure-1 Scope Matrix for System Sizes for all the structures are not induicated. Please provide sizes in the scope matrix.

These details are available in the respective architectural drawings

Reliance Infrastructure

200 Vol_2_Section_C_1 Annexure-1 45. Auxiliary Building ans Stuctral Area Fencing Please confirm the type of Fencing. Fencing shall be of RCC Jalley type. Typical details of fencing are covered in "Volume 11 Section C 13_14_15 (separator 15, Additional Requirement to the Technical Specification, Folder 6). Detailed design of the same is the responsibility of EPC contractor.

Reliance Infrastructure

201 Vol_2_Section_C_1 Annexure-1 50.Varnish Emergency Duct - Structure Description -Tunnel Please provide the details of Size & layout of Tunnel for Varnish handling.

Scematic GA of Varnish emergency discharge tank and duct are provided in Civil drawings folder "Volume 9 Section C_10_11, Separator 11, document numbered 34 (pages 13 and 14 / 23)

Reliance Infrastructure

202 Vol_2_Section_C_1 Annexure-1 21.& 22 Gas Cylinders Storage & Oil Storage- Structure Description -Semi Open Shed

We have considered Steel Shed with Roof Sheeting and Side open. Please Confirm.

Roofing requirements of both these facilities are covered in the respective drawings provided in the Civil drawings folder .Gas cyllinders storage building (0 1USK) shall have RCC roof slab. Oil storage facility ((0 2UEK) shall have steel sheet roofing.

Reliance Infrastructure

203 Vol_2_Section_C_1 Annexure-1 52 Ventilation Stock in 0UKU- Structure Description -Steel Chimney area

Please provide details of scope for Ventilation Stock and terminal points.

Typical details of the same are covered in document listed at Sl. No. 35 of Civil drawings folder (Volume 9, Section C_10_11, Separator 11). However detailed design is the responsibility of the contractor.

Set-4 Sent on date 07-09-2016

37 / 50

Page 316: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

204 A209-802-17-41-SP-0002 1.1 I301.KK34.0.0.TH.TS. WD111 OCWT plant consists of TPI, DAF, DMF and two stages ACF. Sludge treatment consists of thickener and centrifuge.For max feed oil content of 100 mg/L, TPI unit is not required. Nothing written about oil peaks. Since hold up tank that receives the wastewater before TPI unit has 4 hours retention time, it can be assumed that such high retention time can be sufficient to deal with oil peaks.Since the requirement for oil (petrochemical content) is only less than 5 mg/L and the requirement for TSS is only less than 10 mg/L, the activated carbon filters are not required. DMF can be left. Instead of ACF, nutshell filter will be more efficient.Two process schemes are proposed:(1) TPI, DAF, nutshell filter(2) DAF, nutshell filter, DMF

Tender specification shall prevail

Reliance Infrastructure

205 A209-802-17-41-SP-0003 1.7 I301.KK34.0.0.TH.TS. WD112 DAF saturation vessel - DAF unit is required to be designed with saturation vessel. For such small size DAF unit, the alternative to saturation vessel design is special type pump that mixes air and water and provides recirculated stream with sufficiently small size air bubbles.Two alternative for DAF design:(1) Using saturation vessel(2) Using air / water mixing pump

Query pertains to specification no I301.KK34.0.0.TH.TS. WD111.Tender specification shall prevail.

Reliance Infrastructure

206 A209-802-17-41-SP-0004 1.7 I301.KK34.0.0.TH.TS. WD113 Thickener dimensions - No retention time or volume of thickener are mentioned. Only typical size of 25 m diameter and 3-4 m height that gives 1,500 – 2,000 m3 volume. The flow rate to thickener is 2 m3/hr so that the proposed thickener size is too big.Thickener retention time or thickener volume should be given. 1 – 2 hours retention time is sufficient.

Query pertains to specification no I301.KK34.0.0.TH.TS. WD111.Tender specification shall prevail.

38 / 50

Page 317: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

207 A209-802-17-41-SP-0005 1.7 I301.KK34.0.0.TH.TS. WD114 On-line analyzers - Two analyzers are required – Oil (upstream of TPI, DAF and ACF outlets) and TOC (outlets of ACF) analyzers with correlation to COD and BOD. Oil analyzer should be defined in the detailed form.The best method to detect oil is infrared method. This method detects all type of oil – dissolved, emulsified, droplet and free. The problem that this method can be done only in laboratory and no online analyzers are available. This method can be used for calibration of online oil analyzers that operated according to other method.Oil online monitoring instrument can be based on UV absorption. This method detects only aromatic hydrocarbons (most of them are dissolved). By using the ratio between total hydrocarbons to aromatic hydrocarbons, the total amount of hydrocarbons can be evaluated from UF absorption method. The widely used online monitoring instrument is based on UV fluorescence method.TOC analyzer is available and very expensive. No direct correlation between COD and TOC or BOD and TOC are available.Two analyzers are proposed:(1) Oil analyzer based on UV fluorescence method. Total amount of hydrocarbons can be evaluated by using ratio between total hydrocarbons to aromatic hydrocarbons.(2) Turbidity analyzer for TSS evaluation.

No TOC analyzer is recommended. TOC, BOD and COD measurements are proposed to be done in the laboratory once per day.

Query pertains to specification no I301.KK34.0.0.TH.TS. WD111.Suitable analyzer meeting tender specification shall be used.

Reliance Infrastructure

208 A209-320/314/304-17-41-SP-0001 1.7 I301.KK34.0.0.TH.TS.WD110 DM Plant - Mixed bed.Please confirm CEDI system can be used instead of MB.

Tender specification shall prevail.

Reliance Infrastructure

209 A209-320/314/304-17-41-SP-0002 1.3 I301.KK34.0.0.TH.TS.WD111 Potable water quality -Only a pH range and Ca as ion < 75 ppm was given and to follow WHO standards however no other parameters were defined. Please provide clear values for Ca concentration with minimum level as well, alkalinity and LSI.

Tender specification shall prevailLSI values should be positive.

Reliance Infrastructure

210 A209-320/314/304-17-41-SP-0001 1.7 EQUIPMENT LIST MVC-2560 Units supplied by IDE in 2008 during Phase I at NPCIL Kudankulam which were Fabricated & Manufactured by IDE in China, for Phase II OEM proposed that MVC Units Fabricated & Manufactured in China. Please clarify & confirm

As a part of Make In India Policy of GoI, it is expected that maximum components are to be sourced from India. Incase if need arises for import of these components (similar to KK1&2), the arrangment followed in KK1&2 is desirable.

39 / 50

Page 318: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

211 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

2.1 I301.KK16.0UTQ.0.AB TS. PR001 Process Description: For Hydrogen & Oxygen generation, Bipolar Alkaline type Electrolysis method to be usedIt is offered Latest design Bipolar Hydrogen & Oxygen PEM type Electrolyser without KOH. KOH has inherent disadvantages when handling and processing. KOH is is a corrosive material and very dangerous for human skins. In addition, its handling is difficult and sometimes KOH causing clogging in the system. Due to this reason Worldwide KOH based Electrolysers are phased out and they are replaced by PEM type Electrolysers.

Tender specification shall prevail.

Reliance Infrastructure

212 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

2.1 I301.KK16.0UTQ.0.AB TS. PR001 Hydrogen & Oxygen gas separatorsSince no KOH is used for electrolysis process no Hydrogen or Oxygen Separator is required

Tender specification shall prevail.

Reliance Infrastructure

213 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

2.1 I301.KK16.0UTQ.0.AB TS. PR001 Deoxo UnitNot Applicable (PEM Technology does not require any Deoxo Unit as DM Water is fed only to Anodes where Oxygen is produced and it comes out alongwith DM water. Only Hydrogen Ions travel towards Cathode. In addition Hydrogen is produced at very high pressure compared to Oxygen so there is absolutely no possibility of any ingress of O2 in H2

Tender specification shall prevail.

Reliance Infrastructure

214 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

4.2 I301.KK16.0UTQ.0.AB TS. PR001 Normal Operation: Turn down ratio of 30%Turndown ratio of our proposed PEM type Hydrogen electrolyser is 100 to 0%. When no demand Hydrogen Generator will go to 0% scale and no power is consumed. This is always beneficial to customer. 30% Turndown ratio is obsolete design.

Tender specification shall prevail.

Reliance Infrastructure

215 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

4.3 I301.KK16.0UTQ.0.AB TS. PR001 Operational Transients: Start of Standby electrolyser automatically.When any one Unit is tripped it will give alarm. However start of standby unit is always recommended to start manually. Alternatively since all our Hydrogen Generators Turndown ratio is % it is advised to keep them electrically charged and in case of trip of any other unit the standby unit will start producing Hydrogen automatically.

Tender specification shall prevail.

Reliance Infrastructure

216 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

7 I301.KK16.0UTQ.0.AB TS. PR001 Gas specificationHydrogen Purity: 99.95%-Hydrogen Purity: 99.9995% this is for better than asked in spec.O2 content: <005%O2 content: <5 PPMHydrogen Pressure: 15 kg/cm2gHydrogen Pressure: 30 kg/cm2g. Shall be reduced to 15 kg/cm2g for storage receiverOxygen Pressure: 15 kg/cm2gshall be boost-up from 1.5 kg/cm2g to 15 kg/cm2g with the help of a Oxygen compressor.

Tender specification shall prevail.

Reliance Infrastructure

217 C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs

7 I301.KK16.0UTQ.0.AB TS. PR001 There are several Instrumentations which are unnecessary for Hydrogen Gen. Plant and hence will not be offered. We are offering latest technology PEM type electrolyser which is replacing Alkaline type electrolysers worldwide.

Tender specification shall prevail.

Set-5 Sent on date 08-09-2016

40 / 50

Page 319: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

218 Specifications for electrical systems

1.3 I02.KK34.0.0.ET.DS.PR017 Motor design ambient temprature- 45 ˚ - may cause power derating due to larger ambient temperature.Manufacturer generally designs according to 40 ˚ - request confirmation.

Requirement given in the Technical specification shall prevail.

Reliance Infrastructure

219 Specifications for electrical systems

1.8 I02.KK34.0.0.ET.DS.PR001 MCC -Referance design Ambient temprature- 45 ˚Manufacturer generally designs according to 40 ˚ - request confirmation.

Requirement given in the Technical specification shall prevail. The LV Switchgears shall have been type tested for internal arc flash test as per IEC61641.

Reliance Infrastructure

220 Specifications for electrical systems

1.11 I02.KK34.0.0.ET.DS.PR001 MCC - Short circuit current withstand- 50kA rmsAccording toManufacturer experience, for most of the MCCs 25kA is satisfactory. - request confirmation

Requirement given in the Technical specification shall prevail.

Reliance Infrastructure

221 Specifications for electrical systems

1.11 I02.KK34.0.0.ET.DS.PR001 MCC - Short circuit current withstand- 100kA peakAccording to IDE's experience, for most of the MCCs 70kA is satisfactory. - request confirmation

Requirement given in the Technical specification shall prevail.

Reliance Infrastructure

222 Specifications for electrical systems

1.13 I02.KK34.0.0.ET.DS.PR001 MCC -Bus bar material from aluminium.Request confirmation to provide from copper.

Query not clear; All bus bar material shall be Copper

Reliance Infrastructure

223 Specifications for electrical systems

2.1 I02.KK34.0.0.ET.DS.PR001 MCC -2 different colours for interior and exterior finish shade.Request confirmation to use the same paint shade for interior and exterior.

Requirement given in the Technical specification shall prevail.

Reliance Infrastructure

224 Specifications for electrical systems

3.1 I02.KK34.0.0.ET.DS.PR001 MCC - All LV breakers dhould have 6 NO and 6 NC contacts.Request for a waiver as according to Manufacturer best engineering pactice it's not required.

Tender clause shall prevail

Reliance Infrastructure

225 Specifications for electrical systems

10.4 I02.KK34.0.0.ET.DS.PR001 MCC -MCBs should have 2 auxiliary contacts (1NO+1NC).Request a waiver as standard MCB has no auxiliary contacts and should be sufficent.

Tender clause shall govern

Reliance Infrastructure

226 Specifications for electrical systems

11.1 I02.KK34.0.0.ET.DS.PR001 MCC -Fuses (used for CTs and control circuits) should be HRC typeAccording to Manufacturer best engineering pactice it's not required and for small circuits cylindrical fuses are satisfactory.

Tender clause shall prevail

Reliance Infrastructure

227 Specifications for electrical systems

15.4 I02.KK34.0.0.ET.DS.PR001 MCC - Circuit Breakers should have 50kA service breaking capacity.According to Manufacturer experience, for most of the MCCs 25kA is satisfactory. - request confirmation

Tender clause shall govern

Reliance Infrastructure

228 Specifications for electrical systems

15.5 I02.KK34.0.0.ET.DS.PR001 MCC - Circuit Breakers should have 105kA rated making capacity.According to Manufacturer experience, for most of the MCCs 70kA is satisfactory. - request confirmation

Tender clause shall govern

41 / 50

Page 320: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

229 Specifications for electrical systems

15.7 I02.KK34.0.0.ET.DS.PR001 MCC - Circuit Breakers should have earth fault release.According to Manufacturer best engineering pactice it's not required as ground fault release is an extra breaker protection.

Tender clause shall prevail.Requirement of CBCT with earth leakage relay (for protection 50N) shall be worked out (based on the location of equipment and distance) during detailed engineering by the Contractor for motor rating above 11kW subject to review and approval by the Purchaser

Reliance Infrastructure

230 Specifications of instrumentationfor common services package - Technical requirements ofinstrumentation

1.5 I02.KK.34.0.0.AP.TT.PR001 Request for a waiver on suppying IRP panels - hard wired relay cabinets on top of the PLC/RIO panels, as according to Manufacturer best engineering pactice it's not required in this water utilities type system. Also, in NPCIL 1 project there were no IRP panels required.

Section indicates the generic equipments used in I&C process control. IRP may be used where there is necessity to interface signals of different voltage levels. Hence, blanket waiver cannot be provided.

Reliance Infrastructure

231 Specifications of instrumentationfor common services package - Technical requirements ofinstrumentation

1.9 I02.KK.34.0.0.AP.TT.PR001 Please clarify exactly what are the fire dampers and where they should be located?

For details and locations of fire dampers please refer tech.spec and scope of work of HVAC for NPCIL design buildings(I301.KK34.0.0.OW.TS.WD001) attached in section 2.2.1.

Reliance Infrastructure

232 Specifications of instrumentationfor common services package - Technical requirements ofinstrumentation

6 & 7 I02.KK.34.0.0.AP.TT.PR001 The wiring for the instrumentation and the redundant system should be separate, meaning working with junction boxes/marshaling cabintes. According to Manufacturer best engineering pactice it's not required in this water utilities type system.

Wiring for redundant instrumentation channels may be routed through JB/Marshalling cabinets as per industry best practices for similar systems.

Reliance Infrastructure

233 Specifications of instrumentationfor common services package - Technical requirements ofinstrumentation

1.8 I02.KK.34.0.0.AP.TT.PR001 PRODOK software is required for drawings and technical documents in the design stage.Manufacturer uses EPLAN/.AUTOCAD as default - please confirm.

EPLAN can be Accepted, provided the formats mentioned covers the Engineering applications like Document flow control, auto detection of errors in TL etc. If not latest Engineering software (Updated to PRODOK/equivalent) shall be identified by vendor and shall be submitted to NPCIL for approval.

Reliance Infrastructure

234 Specifications of instrumentationfor common services package - Technical requirements ofinstrumentation

4.1 I02.KK.34.0.0.AP.TT.PR001 PLC configuration shall be dual redundant type including the processors, communication modules and I/O cards - this is a very non standard demand for water utilities type system

Redundancy shall be provided for processing modules & communication modules. Dual I/Os are required to ensure the availability of the system. Same to be identified by vendor during detailed engineering stage and shall be submitted to NPCIL for approval.

Reliance Infrastructure

235 Specifications of instrumentationfor common services package - Technical requirements ofinstrumentation

4.10 I02.KK.34.0.0.AP.TT.PR001 Number of I/O channel per module shall be max. 16.Request confirmation to use 32 I/O channels per module, in order to reduce unnecessary number of cards

Accepted.Care should be taken such that failure of single I/O channel should not effect other Process/Equipment.

Set-6 Sent on date 15-09-2016

42 / 50

Page 321: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

236 General Requesting to please inform the date of second pre bid meeting, we request it is to be fixed after Four (4) weeks of receipt of reply from NPCIL on Bidder's Pre-bid clarification.

Refer Prebid response of Commercial Queries.

Reliance Infrastructure

237 Volume_1_Section_B_B1-GCC Clause 5.11.2 - Application of Payment

GCC/EPC-4/R-2 (10.05.2016) - Page 33 of 100 As per NIT:Payment will be released within 30 days from the date of receipt of application for payment complete in all respects and acceptable to the Purchaser.Clarification:1) Payment shall be released within 25 days from the date of receipt of bill and acceptable to the purchaser2) If in the opinion of the Engineer-in-Charge to take more time for certification/payment, an advance payment of 75% of the net bill amount shall be released to the Contractor within 3 working days and balance payment within 30 days from the date of submission.

Refer Prebid response of Commercial Queries.

Reliance Infrastructure

238 Volume_1_Section_B_B1-GCC Clause 5.11.2 - Application of Payment

GCC/EPC-4/R-2 (10.05.2016) - Page 33 of 100 As per NIT:The application for payment by the Contractor if found deficient in any respect, shall not be processed and in such an event, the Purchaser shall intimate to the Contractor in writing within 15 days of receipt of such deficient application indicating the deficiency for rectification of the same by the Contractor.Clarification:If any deficiency, Purchaser shall intimate in writing with in 7 days of receipt of application instead of 15 days.

Refer Prebid response of Commercial Queries.

Reliance Infrastructure

239 Volume_1_Section_A_1-ITT Clause 11.1 - Delivery e- EPC-04-ITT 15 of 22 As per NIT:The entire scope covering supply of equipment / machinery / plant / component, etc plus the erection,commissioning, and handing over the complete facilities covered under this tender document shall be completed within 56 months from the date of issue of purchase orderClarification:Confirm time line gap between Unit # 3 & 4 and if any LD is applicable for individual Unit.

Time line gap between unit 3 &4 is 8 months. Milestones shall goveren the LD clause for the individual units.

Reliance Infrastructure

240 Volume_1_Section_A_1-ITT Clause 2. C)_Additional requirements

Appendix-X_Qualification Criteria for Bidders

Clarification:Is any financial qualification requirements for Engineering consultant (i.e, in the form of Tie-up-partner/sub contractor) also. If so, please clarify.

Refer Prebid response of Commercial Queries.

43 / 50

Page 322: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

241 Volume_1_Section_A_1-ITT Clause 2 -Appendix-X_A. 6

Appendix-X, Page 2 of 10 - Qualification Criteria for Bidders

As per NIT:In case the tie-up is not in the form of consortium, the bidder shall obtain bank guarantees from each of the tie-up partners for 10% of the value of their portion of the work. These bank guarantees shall be initially valid for a period of one year or till award of contract whichever is later. Photocopy (with or without value) of the bank guarantees and tie-up agreements shall be furnished along with the bid.Clarification:1) Is this BG is applicable for Engineering consultant also. If so please confirm is this BG is like IPBG or others, also provide format of the same .2) Pursume that this BG shall be provided by the Tie-up-partner to Main EPC contractor and photocopy of the same shall be furnished along with the bid .3) When shall be returned back this BG to the Contractor?

Refer Prebid response of Commercial Queries.

Reliance Infrastructure

242 Volume_1_Section_A_1-ITT Clause 18.4 -Consortiums

e- EPC-04-ITT 20 of 22 As per NIT:The bid documents shall be signed by all the members of the consortium. Alternatively the bid documents shall be signed by the leader in which case the ‘Power of Attorney’ from each member authorising the leader for signing and submission of Tender on behalf of the individual member must be uploaded with the e-bid (with Part-I: Technical and Commercial except price bid).Clarification:In case the Tie-up is not in the form of consortium, Is it necessary to be signed by Tie-up-partner (Engineering consultant) also in the Part-I bid document

Refer Prebid response of Commercial Queries.

Reliance Infrastructure

243 Volume_1_Section_B_B1-GCC Clause 3.6.2 - Sub Contracting

GCC/EPC-4/R-2 (10.05.2016) - Page 18 of 100 As per NIT:The corresponding Annexure (List of Approved Subcontractors) to the Contract specifies major items of supply or services and a list of approved subcontractors against each item, including vendors. The bidder at the time of submission of Part-I (Technical) bid may indicate additional subcontractors for any of the given items, for evaluation by the Purchaser and if found acceptable, inclusion of such subcontractor in approved subcontractors list, before opening of Price BidClarification:Request to provide List of Approved Subcontractors/vendors as mentioned list is not available in the tender documents.

Vendor list is avaialble in C2-Tech Specs_C-2.7 IQAP & Vendor list_C-2.7.1-Vendor list

44 / 50

Page 323: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

244 Volume_1_Section_B_B1-GCC Clause 5.2.5_Price basis

GCC/EPC-4/R-2 (10.05.2016) - Page 22 of 100 As per NIT:The prices for Civil Works shall be inclusive of all Taxes, Duties and other Statutory levies payable under the law of the Land. The Contractor shall however take into account Fiscal Concessions available to the subject contract (refer ITT Clause no. 9.0) and pass on the benefit to the Purchaser. Taxes, Duties and other Statutory Levy are also not reimbursable separately on Price Adjustment for civil works price portion as base price is deemed to include all Taxes and Duties as applicableClarification:If any increase in Taxes & Duties for Civil works, will it be reimbursable or Price adjustment is applicable for increasing of Taxes & Duties portion also?

Refer Prebid response of Commercial Queries.

Reliance Infrastructure

245 Volume_1_Section_B_B1-GCC Clause 5.16.1_Taxes & Duties

GCC/EPC-4/R-2 (10.05.2016) - Page 35 of 100 As per NIT:The Contractor shall bear all non-Indian taxes, duties, levies etc. payable upto FOB in respect of sourcing items from abroad.Clarification:If any increase in non-Indian Taxes & Duties for FOB items sourcing from abrod, Price adjustment is it applicable for increasing of non-Indian Taxes & Duties portion also?

Refer Prebid response of Commercial Queries.

Reliance Infrastructure

246 Volume_1_Section_B_B1-GCC Clause 5.16.4_Taxes & Duties

GCC/EPC-4/R-2 (10.05.2016) - Page 35 of 100 As per NIT:In case of any other new indirect taxes / cess, if levied by Government during the contractual delivery period, the same shall be reimbursed / paid by the Purchaser, as the case may be, at actual against documentary evidence. Clarification:If any change in new Taxes / cess during the contractual period, is it reimbursible for Civil works also? as the original base price is inclusive of all taxes & duties as per prevailing rate at that time of bidding.

Refer Prebid response of Commercial Queries.

Reliance Infrastructure

247 Volume_1_Section_B_B1-GCC Clause 16.1.4_Quality Assurance Program

GCC/EPC-4/R-2 (10.05.2016) - Page 82 of 100 As per NIT:For compliance with QA requirements, “Quality Assurance in EPC contracts” attached in the tender document shall be followed.Clarification:Attachment of "Quality Assurance in EPC contracts” is not available in Tender, request to provide the same

Please refer doc Quality management system requirments for contrcators I02.KK 3 4.0.0.MP.PC.P001 enclosed in section C1-Scope of Supply and Work_C1.2 Project excution and assurance plan

Reliance Infrastructure

248 Flow Diagram (I301.KK36.0USY.0XJN.AB.CH.WD001)

Note:2

Diesel line to be terminated 1 meter from the building. Bidder will provide the diesel line upto 1 meter away from the Building (UKD). Further distribution is in Owner's scope. Please confirm.

Terminal point for diesel supply system is at the battery limit of intermediate diesel tank of DG sets(1-4UEJ) through process trestle (USY) and is in the scope of present work.

Reliance Infrastructure

249 Flow Diagram (I301.KK36.0USY.0XJN.AB.CH.WD001)

As per Disel distribution P&ID ,Bidder will provide the diesel line upto 1 meter away from the Building (UKD). Bidder wiil not provide the disel line for other areas.Please confirm.

Terminal point for diesel supply system is at the battery limit of intermediate diesel tank of DG sets(1-4UEJ) through process trestle (USY) and is in the scope of present work.

45 / 50

Page 324: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

250 A209-311-14-42-DI-1001System Description_Start-Up

4.1 The waste spent fire resistance oil, turbine oil and transformer oil shall be unloaded to thespent oil tanks …………. uploaded to the tank lorries from these tank through pumpsof the lorries

Bidder understood that the Spent oil from various area shall be collected in respective lorries by Owner and carry the lorries upto the areas of 0UEK. Only uploaded & unloaded the disel to & from lorries in bidder's scope.Please confirm.

Confirmed

Reliance Infrastructure

251 A209-311-14-42-DI-1001System Description_Start-Up

4.1 The waste spent fire resistance oil, turbine oil and transformer oil shall be unloaded to thespent oil tanks …………. uploaded to the tank lorries from these tank through pumpsof the lorries

Supply of these lorries is in Owner's scope.Please confirm.

Confirmed

Reliance Infrastructure

252 A209-311-14-42-DI-1001System Description_Start-Up

2 Equipment located in oil and diesel fuel receiving structure 0 4UEH should provideconnection of flexible hoses for:

Bidder understood that Hose shall be provided by Bidder. And Bidder's terminal point will start from here.The HSD shall be supplied by Owner.Please confirm.

Confirmed

Reliance Infrastructure

253 A209-311-14-42-DI-1001 Main Diesel oil tank & Spent Oil tank shall be RCC or steel tank.Please confirm.

Confirmed

Reliance Infrastructure

254 A209-311-14-42-DI-10012.1 Process description

Three (3) no’s of Fuel oilforwarding pumps for each of KK 3&4 and KK 5&6 shall supply the diesel fromcentralized storage to intermediate tanks.

Bidder will supply the diesel upto the intermediate storage tank. Further distribution is in Owner's scope. Please confirm.

Confirmed

Reliance Infrastructure

255 A209-311-14-42-DI-1001 Diesel line to be terminated 1 meter from the building & shall supply the diesel fromcentralized storage to intermediate tanks.

Which scope is correct.Please Confirm.

Confirmed

Reliance Infrastructure

256 A209-311-14-42-DI-1001 Each of the DG has an intermediate storagetank, booster pumps, and strainers, piping valves, instrumentation and control.

Bidder understood that the Intermediate Storage tank accessories (booster pumps, and strainers, piping valves, instrumentation and control) shall be supplied by owner.Please confirm.

Confirmed

Reliance Infrastructure

257 A209-311-14-42-DI-1001 02 UEK ALL Container shall be provided by Bidder?Plese confirm.

Confirmed

Reliance Infrastructure

258 Volume_7_a__Section_C_C2.3__Part_1_

Table 3.10.10 102.KK34.0.0.ET.TSPR002 Specification Requirement : Table 3.10.10 under Power cable selection No. Of Cores for MV Motors are not specified. We have considered Single Core cables for R,Y,B Phase only.Clarification: Pl confirm

Acceptable.

Reliance Infrastructure

259 C2-Techspecs-C-2.6Dwg_P&ID-ILD_C2.6.3 Electrical

Specification Requirement : Pl refer to Grounding & Lightning Protection Layouts Dwg No 6_1301.KK34.0.0ET.OKS.WD033 which shows provision for 150 Sqmm bare tinned Cu conductor is to be used for Earthing.Clarification :Pl furnish specification for 150 Sqmm bare tinned Cu conductor.

If 150 sqmm conductors are to be used during detailing, then the Contractor has to develop specifications on the lines of the specification for 70sqmm and 400 sqmm (which are included in the tender spec. I02.KK34.0.0.ET.TS.PR018) for Purchaser's review and approval during detailed engineering.

46 / 50

Page 325: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

260 PROCESS SPECIFICATION 5.0 I301.KK34.0.0.AB.TS.PR001 Plant operating life for all equipments required shall be 40 years. EPC contractor to necessarily bring out in notice during offer stage itself in case life of any equipment is less than 40 - IDE standard plant life is 25 years.

technical specification shall prevail.

Reliance Infrastructure

261 PROCESS SPECIFICATION 7.2 I301.KK34.0.0.AB.TS.PR001 Minimum corrosion allowances for CS is 3mm - IDE request confirmation to work with minimum corrosion allowances for CS of 1.5 mm, as according to IDE's best engineering pactice it's not required in this water utilities type system.

Tender specification shall prevail.

Reliance Infrastructure

262 GENERAL GENERAL IDE request NPCIL/EIL to provide its DWG tamplate of this project for all requested drawings

DWG template will be provided to successful bidder.

Reliance Infrastructure

263 GENERAL GENERAL IDE request NPCIL/EIL to provide the tamplates for the equipment data sheets of this project in an editable format, such as Word or Excel.

Editable format will be provided to successful bidder.

Reliance Infrastructure

264 Volume-10-Section-C-12-C2-Tech Specs-C-2.6 Dwgs-P&ID-ILD-C 2.6.2

A209-17-41-806-1114 Please clarify the scope of GRE pipes for the project & API 15LR Monogram will be applicable for 600mm Dia. Only.Any specific types of testing requirement as per API 15 LR monogram shall be clarified.Please confirm

For scope of GRE pipe, refer technical specification (I301.KK34.0UZC.0.TS.WD001) in section C2.2.1 and indicative layout (I301.KK34.0.UZC.AB.OK.WD001) in Section C2.6.2 for buried piping. For balance query, tender specification shall prevail.

Reliance Infrastructure

265 Volume-10-Section-C-12-C2-Tech Specs-C-2.6 Dwgs-P&ID-ILD-C 2.6.2

A209-17-41-304-1111 Please clarify the requirement of CO2 generating system for water treatment plant. It is proposed to provide th CO2 cylinder instead of the generating system.Please confirm

Tender tech spec shall be followed.

Reliance Infrastructure

266 Refrigated type instrument air dryer Techncial data sheet & Notes

I301.kk34.0UTF.SCA.AB.DS.WD007 NPCIL inform to refer technical specification for refrigerated type air dryer Doc No I301.KK34.0UTF.SCA.AB.TS.WD002 .This is document is not avilable with tender request you provide technical details of dryer and reference documents.

Document is avaialble in Volume_5_Section C2-Tech Specs_C-2.2-Mech_C2.2.1_Tech Specs -file-44-TS for Air Dryer

Reliance Infrastructure

267 Vol-2 Section C-1 Vol-4-Section-C

Annexure-1 &I301.KK36.UE.0.AB.T

S.PR001

23 Central Diesel Stoprage Facilities (06UEJ)24 Oil Storage Facilities/ Spent Oil Storage (01 UEK)

In Building Description the type of tanks indicated as "Structural Steel Tank Burried" However same is indiacted as "Underground RCC tank with steel lined. Please confirm.

Both means same only. The tanks are Underground RCC tank with CS steel lining.

Set-7 dt 29/09

47 / 50

Page 326: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

268 Technical speification :- 1) A209-000-16-49-SP-10 ;2) I301.KK34.0.AR.TS.WDO40

Data Sheet :- 1) A209-M3-14-42-DSI-1001.2) I301.KK34.0UYB.SRP50.AB.DS.PR0013) 07-DS FKJ 14-19-Regent to laundry system SRP i) I301.KK34.0.OUYB.FKJ.AB.DS.PR001 ii) A209-M3-14-42-DSI-1002.

4) 08-DS FKJ 50-Chemical for laundry system SRP. i) A209-M3-14-42-DS1-1003. ii) I301.KK34.0UYB.FKJ50.AB.DS.PR001

P & ID 5) C 1,2-UKU FKK SYSTEM P&IDS-access central workshop 6) C 3-5-UYB P&Ids-laundary water treatment system

The above is a brief scope of equipments and details are in the Technical Specification and tender drawings.

Complete specification of package

FKJ14-19

The first system FKJ 14-19 is to be provided for preparation and supply of the following solutions into special laundry system SRP: • 5 % solutions of synthetic cleaning agents, surface-active substances, oxalic acid; • 10 % solutions of sodium polyphosphate and soda ash; 2 % solutions of potassium permanganate. Composition of the system (components of equipment, its main technical characteristics) System FKJ14-19 includes: 1) potassium permanganate preparation tank 0 FKJ14BB001; 2) sodium polyphosphate preparation tank 0 FKJ15BB001; 3) oxalic acid preparation tank 0 FKJ16BB001; 4) soda ash preparation tank 0 FKJ17BB001; 5) surface-active substances preparation tank 0 FKJ18BB001; 6) synthetic cleaning agents preparation tank 0 FKJ19ВВ001; 7) potassium permanganate dosing pump 0 FKJ14АР001; 8) sodium polyphosphate dosing pump 0 FKJ15АР001; 9) oxalic acid dosing pump 0 FKJ16АР001; 10)soda ash dosing pump 0 FKJ17АР001; 11)surface-active substances dosing pump 0 FKJ18АР001; 12)synthetic cleaning agents dosing pump 0 FKJ19АР001; 13)air dome 0 FKJ14-19ВВ002; 14)pipelines, valves. Refer P&ID A209-14-42-M3-1117 (KKS code: I301.KK34. 0UYB FKJ14. AB.CH.WD001) for process scheme details

NPCIL is requested to provide Vendor list for following equipments mentioned under laundary washing systema. Industrial Washing Machines and Dosing and Washing System b. Laundry Dirty Water Tanks c. Shower Dirty Water Collection Tanksd. Mechanical Filter (2 Nos) 40 CUM/hre. Ionite – Activated Charcoal Filter (Selective Filter) 40 CUM/hrf. Activated Carbon Filter (Mechanical Filter) 40 CUM/hr & Backwash Systemg. Cationite Filter 40 CUM/hr & regeneration Systemh. Anionite Filter 40 CUM/hr & Regeneration Systemi. Trap Filterj. Evaporatork. Surge Tankl. Evaporator Bottom Storage Tanksm. Condenser Degassifiern. Condensate tankso. Blow Off Gas Coolersp. Fartos Filtersq. Distillate Tanksr. Auxiliary Tankss. Chemical Measuring Tanks and Dosing System

Clause 3.6.2 of GCC shall be referred.

Reliance Infrastructure

269 Technical speification :- 1) A209-000-16-49-SP-10 ;2) I301.KK34.0.AR.TS.WDO40

Data Sheet :- 1) A209-M3-14-42-DSI-1001.2) I301.KK34.0UYB.SRP50.AB.DS.PR0013) 07-DS FKJ 14-19-Regent to laundry system SRP i) I301.KK34.0.OUYB.FKJ.AB.DS.PR001 ii) A209-M3-14-42-DSI-1002.

4) 08-DS FKJ 50-Chemical for laundry system SRP. i) A209-M3-14-42-DS1-1003. ii) I301.KK34.0UYB.FKJ50.AB.DS.PR001

P & ID 5) C 1,2-UKU FKK SYSTEM P&IDS-access central workshop 6) C 3-5-UYB P&Ids-laundary water treatment system

The above is a brief scope of equipments and details are in the Technical Specification and tender drawings.

Complete specification of package

FKJ50

System FКJ50 is to be provided for the reception, preparation and supply of the chemicals of the required concentration to the ion-exchange filters of the «contaminated» section of special laundry SRP.

The system composition (equipment arrangement, its main technical characteristics)

System FKJ50 includes:

1) caustic soda tank FKJ50BB001; 2) nitric acid solution tank FKJ50BB002; 3) dosing pumps FKJ50AP001,002; 4) drip pan FKJ50BB003; 5) air chambers FKJ50BB004,005; 6) mixers FKJ50AM001,002; 7) Pipelines, valves.

Refer P&ID A209-14-42-M3-1116 (KKS code: I301.KK34. 0UYB FKJ50. AB.CH.WD001) for process scheme details.

NPCIL is requested to provide Vendor list for following equipments mentioned under laundary washing system

Clause 3.6.2 of GCC shall be referred.

48 / 50

Page 327: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

270 Technical speification :- 1) A209-000-16-49-SP-10 ;2) I301.KK34.0.AR.TS.WDO40

Data Sheet :- 1) A209-M3-14-42-DSI-1001.2) I301.KK34.0UYB.SRP50.AB.DS.PR0013) 07-DS FKJ 14-19-Regent to laundry system SRP i) I301.KK34.0.OUYB.FKJ.AB.DS.PR001 ii) A209-M3-14-42-DSI-1002.

4) 08-DS FKJ 50-Chemical for laundry system SRP. i) A209-M3-14-42-DS1-1003. ii) I301.KK34.0UYB.FKJ50.AB.DS.PR001

P & ID 5) C 1,2-UKU FKK SYSTEM P&IDS-access central workshop 6) C 3-5-UYB P&Ids-laundary water treatment system

The above is a brief scope of equipments and details are in the Technical Specification and tender drawings.

Complete specification of package

SRP10

2.2.3 SRP10

Special laundry system SRP10 is to be provided for collection, sorting, washing, drying and ironing of overalls and cloth, for storage of clean overalls and cloth.Special laundry of controlled access zone is divided into dirty compartment and clean compartment. Dirty compartment of special laundry includes the following machines andequipments:

i. Washing & wringing machines SRP11,12AW001,002;ii. Washing & wringing machines SRP13AW001,002;iii. disinfection chambers SRP15AW001,002;iv. decontamination baths SRP14AW001,002;v. drying drums SRP21AW001,002;vi. drying cabinets SRP22AW001,002 Clean compartment of special laundry includes the following machines andequipments:

i. ironing presses SRP31AW001,002;ii. steam-and-air dummies SRP32AW001,002

NPCIL is requested to provide Vendor list for said equipments mentioned under laundary washing system

Clause 3.6.2 of GCC shall be referred.

Reliance Infrastructure

271 2.2.4 SRP50-80The fourth system, the Special laundry water cleaning system is to be provided for collection and processing of liquid radioactive media, generated during NPP operation and coming into the system from the process systems of buildings UKU, UKS. The designing of special laundry water cleaning system is based on the evaporation method, which provides the required cleaning coefficient 105 in combination with the minimum possible volume of radioactive salt concentrates (spillage bottoms). Special laundry water cleaning system provides collection and treatment of waste waters of volume 7325 m3/year with average specific activity 10-² Bq/kg.The main sources of waste water supply into special laundry water cleaning system are:i.Decontamination water from central repair workshop building UKU 900 m3/year;ii.Decontamination water from processing and storage building UKS 110 m3/year;iii.Water from dosimetry monitoring tanks of the shower waters of sanitary and amenity building in case of adverse radiochemical analyses 70 m3/day;iv.Discharge waters from laboratories in amount of 1,5 m3/day.Composition of the system (components of equipment, its main technical characteristics)

NPCIL is requested to provide Vendor list for said equipments mentioned under laundary washing system

Clause 3.6.2 of GCC shall be referred. Technical speification :- 1) A209-000-16-49-SP-10 ;2) I301.KK34.0.AR.TS.WDO40

Data Sheet :- 1) A209-M3-14-42-DSI-1001.2) I301.KK34.0UYB.SRP50.AB.DS.PR0013) 07-DS FKJ 14-19-Regent to laundry system SRP i) I301.KK34.0.OUYB.FKJ.AB.DS.PR001 ii) A209-M3-14-42-DSI-1002.4) 08-DS FKJ 50-Chemical for laundry system SRP. i) A209-M3-14-42-DS1-1003. ii) I301.KK34.0UYB.FKJ50.AB.DS.PR001

P & ID 5) C 1,2-UKU FKK SYSTEM P&IDS-access central workshop 6) C 3-5-UYB P&Ids-laundary water treatment system

The above is a brief scope of equipments and details are in the Technical Specification and tender drawings.

Complete specification of package.

2.2.4 SRP50-80

49 / 50

Page 328: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

Name of the Bidder

Query Number

Tender Section NumberReference Clause

NumberTECHNICAL SPECIFICATION

NO. / COMMERCIAL REF. NO.DESCRIPTION OF THE Query NPCIL Response

Pre bid queries of Reliance Infrastructure

Reliance Infrastructure

272 Special laundry water cleaning system SRP50 consists of:1) special laundry contaminated water receiving tanks SRP50BB001, SRP50BB002, SRP50BB003;2) special laundry contaminated water pumps SRP50AP001, SRP50AP002;3) clarification filters SRP50AT001, SRP50AT002;4) evaporator SRP60 001;5) condenser SRP60 002;6) blow-off cooler SRP60 001;7) surge tank SRP60 002 8) condensate tank SRP60 003; 9) degassed water pumps SRP60AP001, SRP60AP002;10) Condensate coolers - SRP65AC001, SRP65AC002 AND SRP65AC003 11) Condensate storage tanks - SRP65BB00112) selective filter SRP70AT001; 13) mechanical filter SRP70AT002;14) distillate cooler SRP70AC001; 15) + - cation-exchange filter SRP70AT003;16) - - anion-exchange filter SRP70AT004; 17) ionite trap-filter SRP70AT005;18) distillate monitoring tanks SRP80 001, SRP80 002; 19) distillate pumps SRP80AP001, SRP80AP002;20) auxiliary tanks SRP90BB001, SRP90BB002; 21) auxiliary pumps SRP90AT001, SRP90AT002;22) sealing water pumps SRP90AP003; 23) evaporator bottoms storage tank SRP60BB001;24) defoaming agent tank SRP60AM001; 25) drain pumps SRP91AP001, SRP91AP002; SRP91AP003, SRP91AP004;26) filter Fartos SRP92AT001; 27) blowers SRP92AN001, SRP92AN002; 28) shower water collection tanks SRP93BB001, SRP93BB002;.29) shower water pumps SRP93AP001, SRP93AP002; 30) pipelines;31) valves. Refer P&ID A209-14-42-M3-1111 to 1115 and A209-14-42-M3-1118 (KKS code: I301.KK34. 0UYB.SRP50 AB.CH.WD001, Total 6 sheets) for process scheme details

NPCIL is requested to provide Vendor list for said equipments mentioned under laundary washing system

Clause 3.6.2 of GCC shall be referred.

Reliance Infrastructure

273 PROCESS SPECIFICATION.

I-waste water colection system.1 -PFD-PID-EQ.LAYOUT-WWNS-OUGE

EIL Drawing No :- A209-17-41-806-1113 NPCIL Drawing Number c:- I301.KK36.0UGE.0.AB.CH.WD001

GNR31 BB001GNR31 BB002GNR31 BB003GNR31 BB004(Neutralisation tank)

NPCIL to provide neutralisation water tank GA for nozzle orientation finalisation of piping system.

Datasheet of tank is enclosed as serial no 5 in the document no. I301.KK36.0UGE.0. AB.DS.WD001 Section C-2.2.2 Sr No 34.

Reliance Infrastructure

274 Volume_1_Section_A_ITT

Clause 2.5.h) VIII - Model Integrity Pact Bank Guarantee (IPBG) format

e- EPC-04-ITT 5 of 22 As per NIT:The Integrity Pact Bank Guarantee shall be extended from time to time as required by the Purchaser.Clarification:As informed by Banker request to confirm this paragraph to modify as "The Integrity Pact Bank Guarantee shall be extended from time to time as required by the Purchaser THROUGH THE CONTRACTOR.".

Refer Prebid response of Commercial Queries.

50 / 50

Page 329: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OFBIDDER

QUERVNO

TENDERSEC NO

REFERENCECLAUSE NO

TECHNICALSPL''CIFICATION

NO./COMMERCI AL REF NO.

DESCRIPTION OF THE QUERY RESPONSE FROMNPCIL

TECHNOFABENGINEERINGLIMITED

1 APPENDIX -X

QUALIFICATIONCRITERIA

Can an Indian Bidder tie up/associatewith another Indian Bidder, who isnot necessarily a civil contactor or an engineering company but has experience in executing successfully some of the packages / systems / sub systems in one or more nuclear power plant of NPCIL, similar/same as of the scope of work defined in the tender document.Such an associate so selected for the tic up shall necessarily comply with the financial qualification indicated for civil associate contractor in the bidding documents.

Refer prebid response of Commercial queries.

NUCLEAR POWER COIIPORATION OF INDIA LIMITED

DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING, COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

TECHNOFAB ENGG. LTD. Pre bid Query Section - Commercial

1/1

Page 330: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

TATA PROJECTS

1 The Integrity Pact Bank Guarantee (IPBG) shall be valid up to 5 Yrs or the complete execution ofthe contract to the satisfaction of both the Purchaser and the Contractor, including warranty period, whichever is later. While submitting the bid, Contractor shall consider validity of the IPBG for 5 Years to start with. However, Contractor will be required to extend the Integrity Pact BankGuarantee, as and when required by the Purchaser.

We request NPCIL to conisder IPBG validity for a period of 150 days considering bid validity as 120 days.

Refer prebid response of Commecial Queries.

TATA PROJECTS

2 Part-I (Technical & Commercial e-bid except price) should be submitted in accordance with the ....r. However, bidders may note that deviations or substitutions from the technicalspecifications may lead to rejection of their bid.

We understand Bidder is allowed to submit deviations under specific formats given in Tender along with Bid.

Refer prebid response of Commecial Queries.

TATA PROJECTS

3 Fiscal Concessions for Nuclear Power Projects (NPPS) For enabling the bidder and their sub-contractors / sub-vendors to avail the benefits , Purchaser Shall provide the following :-a) Project Authority certificate ,Excise Duty exemption certificate and other certificates as required to Contractor and their Sub-suppliers / sub-contactors.b) Any other details required.

Refer prebid response of Commecial Queries.

NUCLEAR POWER CORPORATION OF INDIA LIMITEDDESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING, COMMISSIONING, HANDING OVER AND PERFORMANCE

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : Commercial

1 / 36

Page 331: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

4 In the event of denial of the above mentioned fiscal benefits by the designated authorities to the Contractor, either on the basis of interpretation of the provisions of such benefits or due to change in law, such indirect taxes will be reimbursable by the Purchaser at actual rates for the supplies made within the Contractual Delivery Dates. And for the supplies that are made beyond the Contractual Delivery Date, the reimbursement of taxes shall be made by the Purchaser limiting to the rates prevailing on the Contractual Delivery Date.

As for Delay in Completion is concerned, liquidated damages are defined in the Contract. denial of the above mentioned fiscal benefits are beyond contractor’s control same shall be to Purchaser’s account irrespective of any delay

Refer prebid response of Commecial Queries.

TATA PROJECTS

5 Service Tax and applicable Cess thereon, as applicable is payable at the rate prevailing within the contractual delivery schedule

As for delay by contractor in Completion, payment of Liquidated damages are defined under the Contract , We request for payment of Service Tax and applicable Cess thereon, as applicable is payable at the rate prevailing till completion of the project .

Refer prebid response of Commecial Queries.

TATA PROJECTS

6 b) Direct transaction between the Purchaser and Contractor comprises of items manufactured bythe sub-contractor and supplied directly to the Purchaser without routing through Contractor’sworks and sub-contractor’s name and items to be supplied are indicated in the Purchase Orderin case of inter-state transactions.

As per Contract , list of subcontractors are for major items, other subcontractor selection can be done by Contractor itself . As such list is not exhuastive , the words "sub-contractor’s name and items to be supplied are indicated in the Purchase Order" in the referred clause shall not be aplicable

Refer prebid response of Commecial Queries.

2 / 36

Page 332: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : Commercial7 Any Other Statutory Levies / Indirect Taxes:

9.5.1 In case of any other new indirect taxes / cess, if levied by Government during the contractual delivery period, the same shall be reimbursed / paid by the Purchaser, as the case may be, at actual against documentary evidence. This provision shall not apply to changes in Personal Income tax or Corporate Income tax or to changes in non-Indian Taxes

We have considered Contract price exclusive of all Taxes, Duties, levies and Cess and same shall be borne by Owner and / or paid to Contractor including for statutory variation, new impositions thereof.

Refer prebid response of Commecial Queries.

Civil Liability for Nuclear Damages (CLND) Act 2010 & Rule 2011 thereof:

Subsequent to the enactment of CLND Act 2010 and Rule 2011, the Purchaser shall have Right toRecourse against the contractor in accordance with provisions under Section 17(a) of Civil Liability for Nuclear Damage Act, 2010, as referred in GCC.

Right of Recourse under Civil Liability for Nuclear Damages Act 2010 & Rule 2011 thereof

8 The referred clause shall not be applicable to Contractor as contractor scope is limited to common services not main plant.

Refer prebid response of Commecial Queries.

3 / 36

Page 333: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

9 Tie up (as referred in clauses 2 & 3 above) shall be either in the form of sub-contractor consortium. In case of consortium, a maximum of three partners can form consortium. The lead partner shall necessarily be an Indian EPC firm.In case the tie-up is not in the form of consortium, the bidder shall obtain bankguarantees from each of the tie-up partners for 10% of the value of their portion ofthe work. These bank guarantees shall be initially valid for a period of one year or tillaward of contract whichever is later and subsequently extended till handing over ofthe facilities, if contract is awarded to ensure that the tie-up partners are associatedwith the bidder till the completion of the contract and guarantee period.

We request Purchaser not to insist on such requirement of bank guarantees from each of the tie-up partners for 10 % values of their portion of work during bid submission. However Bidder shall submit the Support letter from the tie up partner confirming their support during execution stage.Please consider

Tender condition shall prevail.

TATA PROJECTS

10 “Completion” shall mean that facilities (or specified part thereof as specified in the Contract) has been manufactured, supplied, delivered, erected, commissioned, tested in all respects as per technical specifications of the contract and the facilities or specific parts thereof has been taken over by the Purchaser.

As per GCC and SCC clause , we undertand , Completion shall mean erection and pre-commissioning and does not iunclude testing.please confirm

Refer prebid response of Commecial Queries.

4 / 36

Page 334: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

11 "Latent Defect" shall mean a defect, inherently lying within the material or arising out of designdeficiency, which do not manifest themselves and/or was not reasonably discoverable during Defect Liability period.

We request you to re-define “Latent Defects “as follows or otherwise any defect appearing after the expiry of Defect Liability period can be misconstrued to be a latent defect:

“Latent Defects” shall mean a design defects inherently lying within the material arising out of designdeficiency , which do not manifest themselves and/or was not reasonably discoverable during Defect Liability period and provided that such design defect significantly affects or endanger the normal operation of equipment.

Refer prebid response of Commecial Queries.

5 / 36

Page 335: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

12 Priority of Documents1.7.1 The documents forming the contract are to be taken as mutually explanatory of one another. For the purposes of interpretation, the priority of documents shall be in accordance with the following sequence:a) the Contract Agreement / Purchase Orderb) the Special Conditions of Contract (SCC)c) these General Condition of Contract (GCC)d) the Tender (including technical specifications, drawings, etc.) document, other than Sr. no. (b) & (c) above.

REferred priority of documents donot include all documenst forming part of Contract .Order of precedence/ priority of the documents for purpose of Contract shall be as mentioned below: i) The Contract including all Schedule/s and Annexure/s.(ii) All Minutes of Meeting and Correspondence exchanged subsequent to submission of Offer and prior to the Award of Contract. (iii) Contractor’s Offer (iv) Special Conditions of Contract including all Annexure/s.(v) General Conditions of Contract including all Annexure/siv) Technical Specifications including all Annexure/s, Schedule/s & Drawing/s etc. read along with prebid clarifications issued if any In the event of any ambiguity or conflict between the Contract Documents listed above, the order of precedence shall be the order in which the Contract Documents are listed in above

Refer prebid response of Commecial Queries.

6 / 36

Page 336: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

13 The Contractor shall at his own cost procure from his own employees, agents or sub-contractors (and agents and sub-contractors of such agents and sub-contractors) the execution of a Confidentiality Agreement in the form and manner acceptable to the Purchaser and shall do or assist in doing all such acts, deeds and things to cause such employees, agents and sub-contractors to whom the confidentialinformation is given, to be bound by all the confidentiality obligations as the Contractor is bound under this Agreement

The foregoing restrictions do not apply to any Confidential Information, which:(i) Is in the public domain at the time of disclosure, or which has entered the public domain ; or,(ii) Is in the COntractor’s possession already at the time of disclosure (such possession duly to be documented); or,(iii) COntractor is forced to disclose by mandatory law or governmental authority, in which case the disclosing Party has to be notified promptly of such necessity to disclose Information. (iv) Information lawfully obtained from a third party that was not under ,and did not impose , an obligation of confidentiality with respect to such information; and(v) Information that is independently developed by the Contractor without use of, reference to, Confidential Information.(vi)Information that isprovided to consultant ,subcontractors,vendors for purpose of Project /obtaininig offers.

Refer prebid response of Commecial Queries.

TATA PROJECTS

14 The provisions of this clause of GCC shall survive termination for whatever reason, of the Contract.

Obligations contained under GCC 1.10 (Confidentiality) shall be valid for a period of two (02) years from the date of termination or expiration with respect to Confidential Information disclosed to the recipient Party prior to such expiration or termination.

Refer prebid response of Commecial Queries.

7 / 36

Page 337: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

15 d) The Performance Security shall also be extended suitably, pursuant to GCC sub-clause no. 6.4.4 (Extension of Defect Liability), at least thirty days before the expiry of the period of validity thereof in the event of repair / replacement of any equipment or any part thereof during defect liability periodto take care of extended defect liability period of equipment or any part of the facilities repaired/replaced and/or facilities or part thereof remaining idle due to such defects and repair / replacement of the same.

Beyond original defect liability period, value of the performance security shall be limited to 10% of cost of repaired / rectified equipment or its part under extended warranty.

Refer prebid response of Commecial Queries.

TATA PROJECTS

16 Latent Defect Security:The Contractor shall submit a Bank Guarantee for 1% (one percent) of the total value of goods sold, in the respective contract currencies, as security against latent defect. This Bank Guarantee shall be valid for a period of 5 (five) years from the date of successful completion of the defect liability period as per the contract

We request Purchaser not to insist for bank guarantee during latent defect period. However Contractor shall be obiligated towardsobligations towards latent defect period as per contract.

Refer prebid response of Commecial Queries.

8 / 36

Page 338: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

17 The corresponding ....However, under veryspecial and extra-ordinary circumstances, Contractor may request Purchaser for change of subcontractor giving sufficient reasons and submit name and credentials along with contractors recommendation ofsubcontractor(s) proposed by him to the Purchaser for approval, in sufficient time so as not to impede the progress of work on the Facilities.

1.We understand that Contractor shall appoint Major Sub-contractors/Sub vendors as per Vendor’s List given by Purchaser . And no further approval is necessary.

2. During the contract execution stage, for listed items additional vendors if any, shall be scrutinized by the bidder and shall be intimated to Purchaser for consideration.

Refer prebid response of Commecial Queries.

TATA PROJECTS

18 The Contractor shall not sublet, transfer or assign the Contract or any part thereof or bills or any other benefits, accruing there from or under the contract without the prior written consent of the Purchaser.Such assignment or sub-letting if approved by the Purchaser shall not relieve the Contractor from any contractual obligation or responsibility under the Contract.

We understand approval for subleting is required for additional vendors and only for major items as listed in Clause 3.6.2

Refer prebid response of Commecial Queries.

9 / 36

Page 339: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

19 Time for Completion4.2.1 Date of completion of the facilities stipulated in the Contract, shall be the essence of the Contract and facilities must be completed by the dates specified therein. Unless otherwise agreed, the Contract shall come into force from the date of issue of priced Purchase Order (Effective Date) and accordingly contractual delivery period shall be reckoned from that date for the purpose of fixing Contractual DeliveryDate (CDD) and Contractual Mile Stone Date as the case maybe, and incorporating the same in the contract.

Please delete the underlined words of the specified clause Refer prebid response of Commecial Queries.

TATA PROJECTS

20 For contract(s) with contractual delivery period exceeding 12 (twelve) months....The offer shall specifically confirm adherence to the price adjustment clause of the tender, or whether it is on fixed price basis.

We understand any deviation to bid shall be indicated separately .

Any specific confirmation is not required .please confirm .

Refer prebid response of Commecial Queries.

TATA PROJECTS

21 The prices for Civil Works shall be inclusive of all Taxes, Duties and other Statutory levies payable under the law of the Land. The Contractor shall however take into account Fiscal Concessions available to the subject contract (refer ITT Clause no. 9.0) and pass on the benefit to the Purchaser. Taxes, Duties and other Statutory Levy are also not reimbursable separately on Price Adjustment for civil works price portion as base price is deemed to include all Taxes and Duties as applicable

We understand Civil works shall be quoted inclusive of taxes and duties . However for any statutory variation , same shall be reimbursed by Purchaser in addition to contract Price.Please confirm

Refer prebid response of Commecial Queries.

10 / 36

Page 340: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

22 Only the following components of the contract price will be subject to Price adjustment:a) Ex-works price of indigenous plant and equipment excluding spares and value of free issue materials (if any) to be supplied by the Purchaser. The price adjustment will be allowed up-to a ceiling of + twenty percent (20%) of the total Ex-works price component in INR. Price adjustment of individual items will be allowed to such an extent that net price adjustment of all the items in INR does not exceed this 20% ceiling and shall be payable/ recoverable accordingly.b) FOB prices of imported plant and equipment excluding spares. The price adjustment will be allowed up-to a ceiling of + twenty percent (20%) of the total FOB price component, in each of the contract currencies separately. Price adjustment of individual items will be allowed to such an extent that net price adjustment of all the items in a given currency does not exceed this 20% ceiling and shall be payable/ recoverable accordingly

We request Purchaser to consider price adjustment for Supplies without any ceiling

Refer prebid response of Commecial Queries.

TATA PROJECTS

23 In case of activities that are delayed beyond the Contractual Milestone Date for Intermediate Completion (as given in Contract) for reasons attributable to the Contractor or Force Majeure events, the provision of Price Adjustment shall not be available beyond the corresponding Contractual Milestone Date for Intermediate Completion.

The referred clause needs modification inline with SCC clause 5.0

Refer prebid response of Commecial Queries.

11 / 36

Page 341: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

24 In case completion of an activity is delayed beyond the Contractual Milestone Date for Intermediate Completion (as given in the Contract) and the total delayed period can be apportioned between delaysdue to the Purchaser, the Contractor and / or Force Majeure events, Price adjustments for the period of delay caused by the Purchaser will be allowed considering as if this delay due to the Purchaser happened first, immediately after Contractual Milestone Date for Intermediate Completion, irrespective of actualpoint in time in which such delay by Purchaser occurs. No price adjustment shall be allowed for delays apportioned to the Contractor and / or Force Majeure events.

“Force majeure” in the referred clause may be please deleted as force majeure is due to reasons not attributable contractor

Refer prebid response of Commecial Queries.

TATA PROJECTS

25 Payment ScheduleThe Contractor shall prepare and submit a detailed item wise break up of the contract price for pro-rata release of payment as per GCC sub-clause 5.9.1 to 5.9.8 above. The contract price break up shall be commensurate with value of the items and/or progress of the work up to which pro-rata payment is beingclaimed. Any payment under the contract shall be made only after the Contractor‟s price break up isapproved by the Purchaser. The aggregate sum of the Contractor‟s price break up shall be equal to the contract price.

We understand the referred clause is not applicable for payment of advance.

Refer prebid response of Commecial Queries.

12 / 36

Page 342: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

26 The Purchaser shall pay to the Contractor interest on the amount of such delayed payment for the period as stated herein below:a) In case of receipt at the Site, the interest shall be paid beyond 95 days from receipt of good at Site till the date of payment subject to receipt of invoice and supporting documents in acceptable form.b) For final payment against handing over of facilities, interest shall be paid beyond 45 days from the receipt of invoice and supporting documents in acceptable form.

"95 days "is too long . Any single day delay has impact on contractor . "95 days" to be replaced with "15 days"

Refer prebid response of Commecial Queries.

TATA PROJECTS

27 Recovery of Advance Payments in case of breach of contract

In case of any delays attributable to Contractor Liquidated Damages are levied by the Purchaser.

Hence request Purchaser not to any levy interest on outstanding advances

Refer prebid response of Commecial Queries.

TATA PROJECTS

28 Recovery of Sums Due 5.15.1 Whenever any claim for the payment of any Liquidated Damages or loss suffered by the Purchaser arises in terms of money out of the Contract against the Contractor, the Purchaser shall be entitled to recover such sums from the balance of the total sum, which at any time hereafter may become due to the Contractor from this Contract or any other Contract with the Purchaser

As LD are preagreed estimate amounts of loss or damage suffered by Purchaser, We understand the underlined sentence shall not be applicable. Further For delay LD defined in the Contract shall be sole remedy to Purchaser.

Refer prebid response of Commecial Queries.

13 / 36

Page 343: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

29 For extension in the contractual delivery period for the reasons attributable to the Purchaser and/or Force Majeure, increase in existing taxes & duties, if any, and new tax component introduced in the extended period shall be reimbursed to the Contractor, subject to ITT Clause no. 9.0 and submission ofdocumentary proof. No increase / new tax shall be payable for the delay period due to reasons attributable to the Contractor

As for Delay in Completion is concerned, liquidated damages are defined in the Contract. Any Statutory increase in Duties / Taxes / Levies are beyond contractor’s control same shall be to Owner’s account irrespective of any delay

Refer prebid response of Commecial Queries.

TATA PROJECTS

30 Completion Time Guarantee6.1.1 The Contractor guarantees that it shall attain Completion of Erection / Operational Acceptance and Handing Over of the Facilities (or a part for which a separate time is specified in the contract) on or before Contractual Delivery Date (CDD) specified in the Purchase Order, or within such extended time to which the Contractor shall be entitled under GCC clause no. 20.1 (Extension of Time for Completion) hereof.

LD shall be applicable for contractor if erection and pre-commissioning is delayed beyond 56 months or extension thereof for reasons solely attribiutable to Contractor .

Refer prebid response of Commecial Queries.

TATA PROJECTS

31 Liquidated Damages We undertsnad Total value shall exclude the value of the part of works which has been taken over and put in use by the Corporation

Refer prebid response of Commecial Queries.

14 / 36

Page 344: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

(a) For the contracts where within CDD, Contractual Milestone date(s) of despatch are also specified forsome/all stores, such stores shall be despatched to Purchaser‟s site on or before such ContractualMilestone Date(s), failing which Liquidated Damages shall be levied at the rate applicable as per the Column (3) table above under GCC sub-clause no. 6.2.1 (a) considering corresponding Contractual Milestone Date as Delivery Period for such purpose, on the value of such stores and upto a maximum 5% of value of stores that are delayed with reference to corresponding Contractual Milestone Date.(b) For the contracts where within CDD, Contractual Milestone date(s) of intermediate completion are also specified for some/all parts of the facilities, such intermediate completion of facilities shall be achieved on or before such Contractual Milestone Date(s), failing which Liquidated Damages shall be levied at the rate applicable as per the Column (3) table above under GCC sub-clause no. 6.2.1 (a)considering corresponding Contractual Milestone Date as Delivery Period for such purpose, on thevalue of such facilities and upto a maximum 5% of value of facilities that are delayed with referenceto corresponding Contractual Milestone Date.

Refer prebid response of Commecial Queries.

TATA PROJECTS

(c) In the event of completion and handing over the facilities (or a part for which a separate time forhanding over is specified in the Contract) by the contractor within the Contractual Delivery Datespecified in the Contract, the amount levied as LD pursuant to GCC sub-clause no. 6.2.2 (a) and 6.2.2(b) above shall be refunded to the Contractor.

Refer prebid response of Commecial Queries.

32 No intermittent delay or milestone liquidated damages shall be applicable.

LD for delay shall be applicable only if Completion of Works (i.e erection and pre-commissioning) is delayed due to reasons solely attributable to Contractor provided if such delay affects Overall power station completion .

15 / 36

Page 345: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

33 GUARANTEES, LIABILITIES AND RISK DISTRIBUTION

Tender is silent on overall LD ceiling for delay & performance shorfall .The combined maximum ceiling of LD on account of Delay and on account of shortfall in Performance shall be limited to 10% of the Contract Price.

Refer prebid response of Commecial Queries.

TATA PROJECTS

34 If, for reasons attributable to the Contractor, the level of the Functional Guarantees in respect of the equipment designed and supplied by the Contractor are not met at any time upto expiry of Defect Liability Period, as per the contract, either in whole or in part, the Contractor shall at his cost and expense make such changes, modifications and/or additions to the Equipment or any part thereof as may be necessary to meet level of such Guarantees. The Contractor ....

We understand LD for performance shortfall shall be applicable during Performance guarantee test .

During the Defects liability period, contractor’s obligations are limited to repair or rectification of defective works.

The referred clause shall be modified as below: "If, for reasons attributable to the Contractor, the level of the Functional Guarantees in respect of the equipment designed and supplied by the Contractor are not met at any time during PG test, either in whole or in part, the Contractor shall at his cost and expense make such changes, modifications and/or additions to the Equipment or any part thereof as may be necessary to meet level of such Guarantees. The Contractor ....

Refer prebid response of Commecial Queries.

16 / 36

Page 346: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

35 Defect Liability Perioda) Items / Equipment / System

Defect liability period shall be 18 months from the date of completion of facilities (satisfactoryerection and pre-commissioning) or 12 months from the date of Operational Acceptance ofFacilities (Commissioning), whichever occurs first, for each reactor unit.

In the event, the scope of work is limited to erection and pre-commissioning of the facilities and commissioning will be done by the Purchaser, then the defect liability period shall be 18 months from the date of completion of facilities (satisfactory erection and pre-commissioning) and handing over of the facilities for commissioning to the Purchaser or 12 months form the date of commissioning of the facilities, whichever occurs first, for each reactor unit.

We understand in the event of delay in pre-commissioning for reasons not attributable to Contractor , defectliabilktiy shall trigger from the date of readiness of Contractor for precommsioning.

Refer prebid response of Commecial Queries.

TATA PROJECTS

36 Spares / Tools / Tackles / AccessoriesThe defect liability period shall be 18 months from the date of receipt of items (last consignment) at site or 12 months from the date of acceptance, whichever occurs first.

18 months Defect Liability Period for the Spares / Tools / Tackles / Accessories is too long.

The Defect Liability Period shall be 18 months from the date of receipt of the items at site or 12 months from the date of acceptance or 6000 hrs of trouble free operation after such spares are put in service, whichever is earlier.

Refer prebid response of Commecial Queries.

17 / 36

Page 347: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

37 Defect Liability Contractor’s warranty obligation under defect liability and latent defect liability shall not apply to the defects arising out of any of the following reasons:a. normal wear and tear; orb. any repair or modification initiated or undertaken by Owner without the proper recourse to Contractor c. Improper operation or maintenance of the Facilities by the Owner. d. Owner supplied materials /equipments.

Refer prebid response of Commecial Queries.

TATA PROJECTS

38 Defect Liability Tender is silent on Sunset date for defect liability obligations .Hence we request purchaser to add“In case any component /system necessitate repair/replacement during pendency of thedefect liability period, such part/works shall be subjected for warranty of another 12 months. However warranty for such part shall be limited to 24 months from pre-commissioning. “

Refer prebid response of Commecial Queries.

TATA PROJECTS

39 In addition, the Contractor shall also provide an extended warranty for any such component of the Facilities and during the period of time as may be specified in the SCC. Such obligation shall be in addition to the defect liability period specified under GCC sub-clause no. 6.4.1.

Warranty for repaired/ replaced components are covered under clause 6.4.4(a).We understand Purchaser is referring to the same under Clause 6.4.4 (b) also.

Refer prebid response of Commecial Queries.

18 / 36

Page 348: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

40 Latent Defects LiabilityAt the end of Defects Liability Period, the Contractor‟s liability ceases except for latent defects. The Contractor‟s liability for latent defects warranty for the plant and equipments including spares shall be a limited to a period of five (5) years from the end of Defects Liability Period of the respective plant andequipment including spares.

Latent defects period of 5 years from the end of Defects Liability Period of the respective plant and equipment including spares is too long.

Latent defect Liability Period shall be limited to a period of three years from the Commissioning of the respective plant and equipment .

Further latent defects shall be limited to major equipments only. Such list may be mutually discussed and agreed upon by Owner and Contractor

Refer prebid response of Commecial Queries.

TATA PROJECTS

Except in cases of criminal negligence or wilful misconduct,(a) the Contractor shall not be liable to the Purchaser, whether in contract, tort, or otherwise, for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the Contractor to pay liquidated damages and/or any other penalties/recovery etc. specifically provided for in the Contract, to the Purchaser

TATA PROJECTS

the aggregate liability of the Contractor to the Purchaser, whether under the Contract, in tort orotherwise, shall not exceed the total Contract Price, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment, or to any obligation of the Contractor to indemnify the Purchaser with respect to IPR infringement

41 Limitation of liability and no consequential damages has exclusions which are not reasonable. We request to consider the folwoing Notwithstanding anything to the Contrary , except in cases of criminal negligence or wilful misconducta. The Contractor shall not be liable to the Purchaser, whether in Contract, tort, or otherwise, for any indirect or consequential loss or damage,loss of use, loss of production,or loss of profit or interest costs provided that this exclusion shall not apply to any obligation of the Contractor to pay liquidated damages specifically provided for in the Contract, to the Purchaser andb. the aggregate liability of the Contractor to the Purchaser, whether under the Contract, in tort orotherwise, shall not exceed the total Contract Price, provided that this limitation shall not apply to obligation of the Contractor to indemnify the Purchaser with respect to IPR infringement.

Refer prebid response of Commecial Queries.

19 / 36

Page 349: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

42 Insuarnce we understand Insurance cover shall be arranged by Contractor till completion (i.e erection and pre-commissioning). Thereafter Purchaser shall take suitable insurance policy covering all risks like operation, maintenance, loss, damage etc .

Refer prebid response of Commecial Queries.

TATA PROJECTS

43 Wherever the total damages / loss of equipment / materials would occur, the Contractor would beentitled to payment to all amounts received from the insurer(s) except the following amounts :

We understand In case of any loss/damage during execution of contract due to reasons attributable to Contractor, Any replacement / repairs shall be carried out by the Contractor at his own cost and expense. However amounts received from insurance claims if any shall be passed on to contractor.

In the event such loss / damage are not due to reasons solely attributable to contractor, Owner shall pay to contractor actual costs of replacement / repairs. However amounts received from insurance claims if any shall be passed on to Owner.

Refer prebid response of Commecial Queries.

TATA PROJECTS

44 Additional InsuranceAny other insurance that may become applicable during execution of the contract shall be arranged by the Contractor at his own cost

Contractor shall consider for insurances specifically mentioned in the Tender. Any additional Insurance required We request Purchaser to inform any additional insurance required so as to allow such costs in bid

Refer prebid response of Commecial Queries.

TATA PROJECTS

45 Schedule of release of work front at Site will be mutually agreed at the start of the contract work and periodically reviewed by the Purchaser and the Contractor for any changes.

We have considered that as on effective date Purchaser shall provide conatrctor full possession of Site and Work fronts .

Refer prebid response of Commecial Queries.

20 / 36

Page 350: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

46 All costs due to modifications/revisions to documents, drawings and associated re-engineering etc. required to be carried out by the Contractor due to Purchaser‟s comments on Contractors documents/drawings etc, shall be to the account of the Contractor

All costs due to modifications/revisions to documents, drawings and associated re-engineering etc. required to be carried out by the Contractor due to Purchaser‟s comments on Contractors documents/drawings etc, shall be to the account of the Contractor unless such modifications / revisions are due to reasons not attributable to COntractor

Refer prebid response of Commecial Queries.

TATA PROJECTS

47 The Contractor shall receive on behalf of the Purchaser, the Stores supplied by him/ subcontractors at his stores at Purchaser‟s Site, carry out incoming inspection ensuring compliance with Technical Specifications prepare MRICAR – CMRCIV and submit the same along with all necessary supporting documents to the Purchaser. The Purchaser shall issue MRICAR – CMRCIV within seventy five days (75) days of receipt of MRICAR – CMRCIV along with all supporting documents complete in all respects from the Contractor

75 days is very long period ,we request Purchaser to issue MRICAR – CMRCIV within ten days (10) days of receipt of MRICAR – CMRCIV along with all supporting documents complete in all respects from the Contractor.

Refer prebid response of Commecial Queries.

21 / 36

Page 351: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

48 If the Purchaser is caused to pay or reimburse any amounts as may be necessary to cause or observe, or for non-observance of the provisions stipulated in the notifications / bye laws / Acts / Rules / regulations including amendments, if any, on the part of the Contractor, the Purchaser or his representative shall have the right to deduct such amount and a penalty of 50% of such amount from any money due to the Contractor including performance security. The Purchaser or his representative shall also have right torecover from the Contractor any sum required or estimated to be required for making good the loss or damage suffered by the Purchaser on account of non-compliance of labour laws.

We request purchaser not to impose any penalty. Refer prebid response of Commecial Queries.

TATA PROJECTS

49 In the event of the Contractor committing a default or breach of any of the provisions of the aforesaid contractor's labour regulations as amended from time to time or furnishing any information or submitting or filling any Form / Register / Slip under the provisions of these regulations which is materially incorrect, then on the Report of the Inspecting Officer as defined in the respective contractor‟s labour regulations, the Contractor shall without prejudice to any other liability pay to the Purchaser a sum not exceeding Rs. 5,000/- for every default, breach or furnishing, making, submitting, filling, such materially incorrect statement and in the event of the Contractor's default continuing in this respect, the penalty may be enhanced by additional Rs. 500/- per day for each day of default subject to a maximum of five percent of value of the Purchase Order covering Site work. The Purchaser shall deduct such amount from bills or Performance Security Bond of the Contractor. The decision of the Purchaser in this respect shall be final and binding.

We request purchaser not to impose any penalty. Refer prebid response of Commecial Queries.

22 / 36

Page 352: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

50 The Purchaser shall provide access to and possession of the Site including special and/or temporary rights-of-way, which are necessary for the Facilities. The Contractor shall also obtain, at his risk and cost, any additional facilities outside the Site, which he may require for the purpose of the Facilities.

NPCIL shall also obtain, any additional facilities outside the Site, which he may require for the purpose of the Facilities.

Refer prebid response of Commecial Queries.

TATA PROJECTS

51 (d) the Purchaser does not guarantee the suitability or availability of particular access routes; and(e) Costs due to non-suitability or non-availability, for the use required by the Contractor, of access routes shall be borne by the Contractor.

We understand , Purchaser does shall be responsible for suitability or availability of particular access routes within Site premise

Refer prebid response of Commecial Queries.

TATA PROJECTS

52 The Contractor shall plant trees as mentioned in the Contract of different species suitable for the soil condition at site in an area identified by the Engineer-in-charge and shall maintain the same including periodic watering till completion of work at no extra cost to the Purchaser. The tree plantation work shall be completed within six months from the date of site mobilisation by the Contractor

To be mutually discussed and agreed upon based on available fronts

Refer prebid response of Commecial Queries.

23 / 36

Page 353: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

53 The Contractor shall also so arrange to perform his work as to minimize, to the maximum extent possible,interference with the work of other Contractors and his workmen. Any injury or damage that may be sustained by the employees of the other Contractors and the Purchaser, due to the Contractor‟s work shall promptly be made good at his own expense. The Purchaser shall determine the resolution of any difference or conflict that may arise between the Contractor and other Contractors or between theContractor and the workmen of the Purchaser in regard to their work. If the facility of the Contractor is delayed because of any acts of omission of another Contractor, the Contractor shall have no claim against the Purchaser on the account other than an extension of time for completing his facilities.

Any delay shall have cost implications to Contractor .If the facility of the Contractor is delayed because of any acts of omission of another Contractor, the Contractor shall be entitled for extension of time and cost reimbursements towards cadditional cost incuured by COntractor .

Refer prebid response of Commecial Queries.

TATA PROJECTS

54 The Contractor shall protect and preserve all benchmarks used in setting out the facilities till the end of Defect Liability Period unless Engineer-in-Charge directs their earlier removal.

As after Pre-Commissioning Purchaser shall take over the Works or part thereof “Defect liability period “ mentioned in the referred clause shall be replaced with “Completion of Works “.

Refer prebid response of Commecial Queries.

TATA PROJECTS

55 Material accounting Material Accounting is generally applicable for Unit rate Contracts as the Contract being Lumpsum contract .please confirm.

Refer prebid response of Commecial Queries.

24 / 36

Page 354: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

56 17.1.7 If the Project Manager fails to issue the of Erection Completion Certificate and fails to inform the Contractor of any defects and/or deficiencies within fourteen (14) days after receipt of the Contractor‟s notice under GCC sub-clause no. 17.1.5 or within seven (7) days after receipt of the Contractor‟s repeated notice under GCC sub-clause no. 17.1.6, the Contractor shall be entitled to extension of time as per GCC Clause No.20.1 to the extent of delay in handing over of the Facilities caused by such failure on the part of the Purchaser

If the Project Manager fails to issue the of Erection Completion Certificate and fails to inform the Contractor of any defects and/or deficiencies within fourteen (14) days after receipt of the Contractor‟s notice under GCC sub-clause no. 17.1.5 or within seven (7) days after receipt of the Contractor‟s repeated notice under GCC sub-clause no. 17.1.6 or if purchaser use any Facilities or part thereof, the Facilities or such part thereof shall be deemed to be taken over and defect liability period shall triger from such date of taking over.

Refer prebid response of Commecial Queries.

TATA PROJECTS

57 18.1.3 Commissioning of the facilities shall be assumed to be completed when the trial run is executed without any abnormal operations, with all the parameters of the Plant and Equipment within acceptable limits and the Facility is handed over to the Purchaser by the Contractor certifying that the Facility is allowed to run at full load on continuous basis without any restrictions.

Full load in the referred clause to be replaced with load made available by Purchaser, as such obligations are beyond Contractor's control

Refer prebid response of Commecial Queries.

TATA PROJECTS

58 18.1.1 Commissioning of the Facilities or any part thereof shall be commenced by the Contractor immediately after issue of the Erection Completion Certificate by the Engineer-in-Charge, pursuant to GCC sub-clause17.1.6.

We understand , Upon such issuance of ECC , Purchaser shall be responsible for taking over and care and custody of works

GCC condition shall prevail. Commissioning has to be started by contractor on issue of ECC. Hence the work is under contractor's custody.

TATA PROJECTS

59 18.4 Partial Acceptance Please add as Clause 18.4.2After issuance of ECC , all BoP equipment’s/Packages which can be independently comissioned can be comissioned and taken over by the Purchaser.

Refer prebid response of Commecial Queries.

25 / 36

Page 355: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

60 Additional cost implication, if any, due to change in the Facilities can be claimed by the Contractor only in the following cases:(a) Change in boundary conditions of the technical specifications due to Purchaser‟s requirement

we understand , boundary conditions of the technical specifications shall mean details defined in technical specifications

Refer prebid response of Commecial Queries.

TATA PROJECTS

61 (b) For Erection & Commissioning and Civil Works:Additional cost implication will be mutually agreed between the parties based on Purchaser‟s cost estimates.

Topographical error “Purchaser” to be replaced by “Contractor”

Refer prebid response of Commecial Queries.

TATA PROJECTS

62 If the suspension is ordered for reasons (ii) and (iii) in GCC Sub-clause 21.1.1 above(i) The Contractor shall be entitled to an extension of the time equal to the period of every such suspension plus 25%.(ii) If the total period of all such suspension exceeds thirty days, the Contractor shall, in addition be entitled to compensation, as the Engineer-in-Charge may consider reasonable, in respect of salaries and/or wages paid by the Contractor to his employees and labour and hired contractor‟s equipments at Site remaining idle during the period of suspension, adding thereto 5% of the sum of the compensation, for suspension exceeding 30 days and not exceeding 90 days to cover indirect expenses of the Contractor, provided the Contractor submits his claim supported by details to the Engineer-In-Charge within 14 days of the expiry of the period of suspension.

Any single day of suspension has impact on contactor , hence request to consider "30 days "in refeered clause as "7 days"

Refer prebid response of Commecial Queries.

26 / 36

Page 356: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

63 In the event of Foreclosure of the Contract under GCC sub-clause no. 21.4.1, the Purchaser shall pay to the Contractor the full amount at contract rates, properly attributable to supplies completed and/or the parts of the facilities executed by the Contractor as of the date of foreclosure. In addition the Purchasershall also pay a further reasonable amount as certified by the Project Manager/ Engineer-in-charge but not more than the amount proportionate to the value of balance work, for the items hereunder mentioned which could not be utilized on the work to the full extent because of the foreclosure

Please addg) other expenses incurred if any including for sub contractor cancellation charges

Refer prebid response of Commecial Queries.

TATA PROJECTS

64 b) shall enter into a contract with the Purchaser in connection with which commission has been paid or agreed to be paid by him or to his knowledge, unless the particulars of any such commission and the terms of payment thereof have previously been disclosed in writing to the Purchaser; or

Clause not clear .please clarify Refer prebid response of Commecial Queries.

27 / 36

Page 357: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

65 In the event of action being taken under GCC clause no. 21.5.4 (a), (b) or (c), the Contractor shall also be liable for Liquidated Damages for delay in deliveries, which the Purchaser is entitled to recover as per GCC clause no. 6.2 (Delay in Supply) on that account provided an agreement for such alternatepurchase from elsewhere, is made within (six) 6 months of the notice of failure or letter ofcancellation sent to the Contractor. The Contractor shall not be entitled to any gain on such purchase made on account of default. The manner and method of such alternate purchase shall be at the entire discretion of the Purchaser, whose decision shall be final. This right shall be without prejudice to the right of the Purchaser, to recover the damages for breach of Contract by the Contractor as provided in the Contract or under the general law.

IN the event of delay in completion by Contrator , LD shall be applicable as defined in the Contract which shall be sole remedy to Purchaser.

Refer prebid response of Commecial Queries.

TATA PROJECTS

66 If the Purchaser completes the Facilities, the cost of completing the Facilities by the Purchaser shall be determined. Alternatively, in case the facilities or part of the facilities is not completed, the loss or damage suffered by the Purchaser shall be determined.

As LD are preagreed estimate amounts of loss or damage suffered by Purchaser, We understand the underlined sentence refers to applicable LD amount. Please confirm

Refer prebid response of Commecial Queries.

28 / 36

Page 358: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

67 If the sum that the Contractor is entitled to be paid, pursuant to GCC sub-clause no. 21.5.7, plus the reasonable costs incurred by the Purchaser including but not limited to expenditure as per GCC sub-clause no. 21.5.4 (a), (b) & (c) for completing the Facilities, the loss or damage suffered by the Purchaser and/or the applicable LD amount and damages payable by the Contractor for breach of contract is less than the contract price, no benefit thereof shall accrue to the contractor; however if the resultant sum, exceeds the Contact Price, the Contractor shall be liable for such excess.

As LD are preagreed estimate amounts of loss or damage suffered by Purchaser, We understand the underlined sentence refers to applicable LD amount. Please confirm

Refer prebid response of Commecial Queries.

TATA PROJECTS

68 Arbitration We understand Venue for Arbitration shall be Mumbai. Please confirm

Refer prebid response of Commecial Queries.

TATA PROJECTS

69 Contractual Delivery Schedule:The supply, construction, erection, commission and handing over of the entire common servicessystem, structures and components(Balance ofPlant) Package shall be completed within 56 (Fifty Six) months from the date of issue of Purchase Order.

Contract will become effective from date of issue of PO, Completion Schedule shall be reckoned from NTP.

Notice to proceed(NTP) shall be on the date of fulfilment of following conditions by NPCIL:•receipt of Full advance payment to Contactor • Providing unrestricted , encumbrance free access to site to contractor free from all existing structures like temple, trees etc along with all requisite rights of way to Contactor.•Any required approvals to be obtained by NPCIL for commencement are obtained

Refer prebid response of Commecial Queries.

29 / 36

Page 359: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

70 In case of dispatches which are delayed beyond the Contractual Delivery Date (as given in theContract) for reasons attributable to the Purchaser, the price adjustment provisions shall continue to be applicable for an additional period equal to delay caused by the Purchaser, subject to GCC sub-clause 5.4.1, 5.4.2 & 5.4.3. This shall, however not deemed to be automatic extension of Contractual Date of Delivery.

In the event of delays beyond the Contractual Delivery Date for reasons attributable to the Purchaser or Force Majure Conditions , Ceiling of Price adjusment shall not be applicable

Refer prebid response of Commecial Queries.

TATA PROJECTS

71 Service Tax on Liquidated Damages (LD), asapplicable, shall be recovered from theContractor

Liquidated damages rates are preagreed sum and includes all such cost. Additionaly service tax on LD shall not be aplicable

Refer prebid response of Commecial Queries.

TATA PROJECTS

72 f) Non-availability of regular power supply shallnot be a reason for delay in execution of thecontract and for any claim of extra payment onthis account

Any non availabity or irregular supply shall have impact of performance of the Contractor. Hence NPCIL to cooperate by way of providing continuous availability of power .

Refer prebid response of Commecial Queries.

TATA PROJECTS

73 xiii) Recoveries for the power supplied forconstruction purposes shall be made from therunning account bills of the contractor at the rates stipulated by TANGEDCO along with Max.Demand charges, revised from time to time

We request Owner to provide power free of cost to Contractor

Refer prebid response of Commecial Queries.

TATA PROJECTS

74 3.Gate Pass We have considered that Purchaser shall provide required gate pass for entry into site within 2 days of request by contractor or mutually agreed time line during contract award. For any delay same shall b considered under GCC clause 20.0.

Refer prebid response of Commecial Queries.

TATA PROJECTS

75 7.Security We have Understand NPCIL shall be responsible for overall security of power station and facility, Contractor shall be responsible for security of equipments under his possession.

Refer prebid response of Commecial Queries.

30 / 36

Page 360: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

76 Completion certificateIn addition to Clause 17 & 18 of GCC following is also required to be adhered by the Contractor :The following documents shall be submitted in hard binder by the CONTRACTOR in 2 (Two) sets, as a part of completion documents:

Request not to link completion certificate with the submission of follwoing docuemnst as these donot hamper the completion and taking over of works by Purchaser.

Refer prebid response of Commecial Queries.

TATA PROJECTS

77 60% on FOB shipment on pro rata basis as per stages given below :1) 3% of basic price will be released against equivalent bank guarantee, on completion of allengineering activities, preparation of detailed specifications and data sheets of all majorequipments etc. submission of the documents to the purchaser and approval of the same by thepurchaser for each of the SSC listed separately in the SOR. The billing schedule shall beprepared based on the documents / deliverables breakup to be decided after award of contract.The documents/ deliverables to be prepared and submitted shall include, but not limited to thefollowing :

As referred payments are progress payments not an advance and are paid towards of particular job/activity,we request for payment without any requirement of submission Bank Guarantee .

Refer prebid response of Commecial Queries.

TATA PROJECTS

78 5.9.1 b) 2) 2% of basic price will be released against equivalent bank guarantee, on completion of engineering activities for piping, preparation of detailed specifications of piping for various systems etc. submission of the documents to the purchaser and approval of the same by the purchaser for each of the SSC listed separately in the SOR. The billing schedule shall be prepared based on the activities breakup to be decided after award of contract.. The documents to be prepared and submitted shall include, but not limited to the following

As referred payments are progress payments not an advance and are paid towards of particular job/activity,we request for payment without any requirement of submission Bank Guarantee .

Refer prebid response of Commecial Queries.

31 / 36

Page 361: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

79 5.9.1 b) 3) 10% of basic price will be released against equivalent bank guarantee, on pro-rata basis based on the billing schedule to be agreed up on after award of contract (restricted to each of the SSC listed separately in the SOR) on placement of sub order, acceptance of order by the subvendor, submission of all equipment drawings, detail data sheets and Quality assurance plans to the purchaser and approval of all the above documents by the purchaser for the equipments listed in the billing schedule.

As referred payments are progress payments not an advance and are paid towards of particular job/activity,we request for payment without any requirement of submission Bank Guarantee .

Refer prebid response of Commecial Queries.

TATA PROJECTS

80 5.9.4 b) 60% of Ex-works Price on pro rata basis as per stages given below :1) 3% of basic price will be released against equivalent bank guarantee, on completion of allengineering activities, preparation of detailed specifications and data sheets of all majorequipments, etc. submission of the documents to the purchaser and approval of the same by the

As referred payments are progress payments not an advance and are paid towards of particular job/activity,we request for payment without any requirement of submission Bank Guarantee .

Refer prebid response of Commecial Queries.

TATA PROJECTS

81 5.9.4 b) 2) 2% of basic price will be released against equivalent bank guarantee, on completion of engineering activities for piping, preparation of detailed specifications of piping for various systems etc., submission of the documents to the purchaser and approval of the same by the purchaser for each of the SSC listed separately in the SOR. The

As referred payments are progress payments not an advance and are paid towards of particular job/activity,we request for payment without any requirement of submission Bank Guarantee .

Refer prebid response of Commecial Queries.

32 / 36

Page 362: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

82 3) 10% of basic price will be released against equivalent bank guarantee, on pro-rata basis based on the billing schedule to be agreed up on after award of contract (restricted to each of the SSC listed separately in the SOR) on placement of sub order, acceptance of order by the subvendor, submission of all equipment drawings, detail data sheets and Quality assurance plans to the purchaser and approval of all the above documents by the purchaser for the equipments listed in the billing schedule

As referred payments are progress payments not an advance and are paid towards of particular job/activity,we request for payment without any requirement of submission Bank Guarantee .

Refer prebid response of Commecial Queries.

5% as advance along with applicable taxes if any, towards site mobilization on completion ofPhase-I facilities and on submission of equivalent bank guarantee, and performance securitybond.Phase-I facilities includes:

Refer prebid response of Commecial Queries.

5 % as advance along with applicable taxes if any, towards site mobilization on completion ofPhase-II facilities and on submission of equivalent Bank Guarantee and Performance Security Bond.Phase-II facilities includes :

Refer prebid response of Commecial Queries.

TATA PROJECTS

84 15% along with applicable taxes will be released on handing over of the facilities to the purchaserand issue and acceptance of operational acceptance as per the format in Annexure-j by the purchaser for each reactor unit.

IN ercetion contract , final payment are almost to the tune of 20% . We request to consider referred payment as 5% instead of 15% and consider 5.9.7(b) as 76% instead of 66%

Refer prebid response of Commecial Queries.

(i) 5% as towards Site mobilization on completion of Phase-I facilities and on submission ofequivalent bank guarantee, and performance security bond.

Refer prebid response of Commecial Queries.

TATA PROJECTS

85 Generally advances are paid to contractor for purpose of initial mobilization. Request not to link advance payments to site mobilization on completion of Phase-I & II facilities

TATA PROJECTS

83 Generally advances are paid to contractor for purpose of initial mobilization. Request not to link advance payments to site mobilization on completion of Phase-I & II facilities

33 / 36

Page 363: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : Commercial(ii) 5% towards Site mobilization on completion of Phase-II facilities and on submission ofequivalent bank guarantee, and performance security bond.

Refer prebid response of Commecial Queries.

TATA PROJECTS

86 1) 5% of price for civil works will be released against equivalent bank guarantee on completion of engineering activities, preparation of detailed specifications and construction drawings, etc.submission of the documents to the purchaser and approval of the same by the purchaser for each of the structure, based on the percentage weightage of each structure as given in annexure III.

As referred payments are progress payments not an advance and are paid towards of particular job/activity,we request for payment without any requirement of submission Bank Guarantee .

Refer prebid response of Commecial Queries.

TATA PROJECTS

87 5.9.1 e) 2.5% will be released on completion of Material Accounting.5.9.4 e) 2.5% will be released on completion of Material Accounting.5.9.7 e) 5% along with applicable taxes will be released on completion of Material Accounting.

Material Accounting is generally applicable for Unit rate Contracts .As the Contract being Lumpsum turnkey contract we request not to link payment terms with Material Accounting .Hence accordingly the referred payment shall be paid against Erection Completion Certificate (ECC).

Refer prebid response of Commecial Queries.

TATA PROJECTS

88 MILE STONES FOR COMMON SERVICES EPC OFKKNPP-3&4

The reffered milestones shall be only for reference. Refer prebid response of Commecial Queries.

34 / 36

Page 364: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : CommercialTATA PROJECTS

89 purchaser indemnity Purchaser shall defend, indemnify and hold Contractor and its Affiliates, Contractor’s personnel, officers, agents and employees harmless from and against all claims, demands, suits, proceedings, damages, costs, expenses, liabilities (including, without limitation, reasonable legal fees) or causes of action (collectively, “Liabilities”) brought against or incurred by the Contractor for (a) injury to Persons (including physical or mental injury, libel, slander and death) caused by thePurchaser, Purchaser’s contractor’s ,employees, any sub-contractor or its or their respective officers, employees, representatives or agents, (b) loss or damage to real and tangible property, caused by (or relating to the strict liability of) the Purchaser, its contractor or its or their respective officers, employees, representatives or agents (c) violations of laws, permits, clearances, codes, ordinances or regulations, or (d) any other liability or loss that shall: (i) have resulted from any negligent or wilful act or omission or from the default of the Purchaser, Purchaser personnel or any contractor or its or their respective officers, employees, representatives or agents; or (ii) shall be a liability or loss for which the Purchaser or any Subcontractor are legally liable

Refer prebid response of Commecial Queries.

TATA PROJECTS

90 GST We understand any implication arising out of GST applicability shall be considered under new imposition and implications shall be to Purchaser account.please confirm

Refer prebid response of Commecial Queries.

TATA PROJECTS

91 Correction curves For reasons not attributable to contractor if PG test is delayed. Correction curves are to be applied to the guaranteed parameters based on period the equipments are used after commissioning, inputs availability , environment conditions etc and accordingly performance Guarantee parameters to be arrived.

Refer prebid response of Commecial Queries.

35 / 36

Page 365: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

Section : Commercialset-5TATA PROJECTS

92 As a pre-requisite for release of advance/stage payments, Contractor shall submit bank guarantee of equal amount denominated in the currency in which such advance/stage payments are to be released, valid till completion of supply plus three months claim period, as per identified time schedule given in the purchase order or if such time schedule is not specified, till completion of the facilities

Stage payment securities till completion of supplies/facilities is too long. Request to consider stage payment security valid till dispatch of particular item supply.

Refer prebid response of Commecial Queries.

TATA PROJECTS

93 Annexure-III to PAYMENT TERMS We understand the % referred in Annexure III is for reference only for purpose of BBU and payment shall be made for the activities on prorata basis , monthly progressively . For clarity ,Please add notes as specified : "% referred in Annxure III is for reference purpose of BBU perparation and payments shall be made for the activities on prorata basis , monthly based on execution progressively. Above % shall be further broken up to sub activites during billing break up preparation.

Refer prebid response of Commecial Queries.

TATA PROJECTS

94 Payments sepcified under 5.9.1 (d) ,5.9.2 (e),5.9.4 (d) ,5.9.4 (e),5.9.7(d),5.9.7(e), 5.9.8(d)

Request to consider an option for Contractor to draw quarterly the referred payments (retained till that date) during progress of work , against submission of equivalent BG valid till operational acceptance.

Refer prebid response of Commecial Queries.

36 / 36

Page 366: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

TATA Projects Ltd

1 C2.6 - Civil Drawings

Plot plan I310.KK34.0.000.WK.TT.P001 unable to locate 03 UGU plot plan, kindly request you to clarify the scope and location of the same.

With the reference to the documents in Section C 2.6.2 M file No. 5, 10, 14 & 19, The tanks 0 UGA (10000m3), 0 3UGH(100m3) and Overhead tank (550m3) are located in coordinates between 1400N, 1150W and 1300N, 1050W.

TATA Projects Ltd

2 C2.6 - Civil Drawings

Plot plan I310.KK34.0.000.WK.TT.P001 we understood that there is no rain water harvesting system considered in this package, please confirm.We request you to provide rain fall intensity details.

Rain water harvesting is included in the bidder's scope. Complete under ground drainage (GUU system) and surface drainage (GUD system) in the whole plant area including around all main plant buildings in Russian scope of design, BOP-Electircal Pkg. and auxiliary area are under the bidders scope. Details of rainfall intensity to be considered in design of surface drainage system are covered in Mech. tech Spcn. 1301. KK34.0.G U D.TS.WD001-Technical Specifications For Storm and Ground Water Drain Collection From VariousAreas, Outdoor Network To Storage Reservoir With Pumping Station.

TATA Projects Ltd

3 C2.6 - Civil Drawings

Plot plan I310.KK34.0.000.WK.TT.P001 Please provide plan of NPP "Kudankulam" Unit 1,2. as there are some systems terminating in Unit 1,2 also (Nitrogen distribution, Hydrogen distribution etc.)

Plot plan of KK1&2 uploaded in folder 1 of folder 5 alonwith responses to pre-bid queries.

TATA Projects Ltd

4 Contour map Please provide the Contour map of the plant ( in Auto Cad from) to assess the exact depth of foundations and also the quantities of excavation disposal.

Contour map of auxiliary area uploaded folder 1 of folder 5 alonwith responses to pre-bid queries.

NUCLEAR POWER CORPORATION OF INDIA LIMITEDDESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING, COMMISSIONING, HANDING OVER AND

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - CIVIL

1 / 7

Page 367: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - CIVILTATA

Projects Ltd5 Vol-2 Sec- C1

- Scope document

with Annexures

Site condition This clause says that " The locations of NPP buildings are levelled in two terraces , the level of first terrace varies from 6.0 to 9.0 mt and second terrace at an elevation of 13.0 mt above MSL". It is not clear about the extent of areas with various elevations as mentioned above. Hence we request you to provide the area grading drawing .

Safe Grade Elevation of the plant site is +7.5m MSL. Hence all area grading shall be at minimum +7.5m MSL. Except for Electrical Switch Yard Area which is at a Finished Grade Level (FGL) of +13.00m MSL, rest of the plant area has FGL varying between +9.3m MSL (at Switch Yard on north) and +7.5m MSL at shore protection bund (on south side) with FGL sloping gently towards sea between +9.3m MSL and +7.5m MSL . Finished grade level around any strcture shall be 150mm below the ground floor elevation of that structure (as mentioned in respective architecural drawings).

TATA Projects Ltd

6 We presume that the sloping protection for level difference shall also be done by the client. Please confirm.

Slope protection for level difference between +13m terrace and subsequent grading level +9.3m is not in bidder scope.

TATA Projects Ltd

7 Plot plot We request to provide the Plot plan iin Auto cad form.

Auto-cad drawings will be provided to successful Bidder.

TATA Projects Ltd

8 Roads We presume that the roads are not in scope of BOP bidder. Please confirm.

Construction of all roads are outside the bidders scope. However layout of roads within the auxiliary area are included in the bidders scope.

TATA Projects Ltd

9 Site levelling & grading We pressume that the levelled and graded land shall be handed over by the client. Please confirm.

Contour map of auxiliary area uploaded folder 1 of folder 5 alonwith responses to pre-bid queries. Levelling and grading of land is in scope of bidder for his area of work. Bidder may visit Site to ascertain the actual site condition.

2 / 7

Page 368: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - CIVILTATA

Projects Ltd10 Please clarify whether the strom water

drains are in BOP bidder's scope . If yes kindly provide the scope demarcated drawing of the same.

Complete under ground drainage (GUU system) and surface drainage (GUD system) in the whole plant area including around all main plant buildings in Russian scope of design, BOP-Electircal Pkg. and auxiliary area are under the bidders scope. Technical specifications of GUD and GUU systems are covered in Mech. tech Spcn. 1301. KK34.0.G U D.TS.WD001-Technical Specifications For Storm and Ground Water Drain Collection From VariousAreas, Outdoor Network To Storage Reservoir With Pumping Station.

TATA Projects Ltd

11 Vol.3 sec-C-2-3 - 02- TS for civil General

Cl.2 - General This clause says "For complete civil-structural scope reference to Document numbers I301.KK34.0.0.PR.TT.P022 titled “Scope of Works - Civil-Structural for Common Services Package” shall be made. Bu we could not find the document along with the tender document. Kindly provide the same.

The second sentence in 1st para of Section 2.1 shall be considered as deleted.

Reference documents for scope of works-Civil, shall be as listed Reference Document Matrix for Common Services Package (Annexure-2 to Document No: I02.KK34.0.0.TH.TS.PR 002-Technical Specification with system description and scope of BOP-Common Services)

TATA Projects Ltd

12 Land for labour colony ,

fabrication yard & laydown area

We presume that the land for labour colony, fabrication yard & laydown area shall be provided by the client within the plant premises.

For Site office, stores / fabrication yard, appropriate area will be provided to the successful bidder within the Site premises. Land for labour colony if available

will be given within KKNPP Site boundry.

TATA Projects Ltd

13 Is it mandatory to consider the civil & structural drawings attached along with tender for preparation of our offer.

EPC contractors design shall confirm to overall plan size and boundaries of respective structures. Other details are indicative and as adopted in KKNPP Units 1&2

3 / 7

Page 369: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - CIVILTATA

Projects Ltd14 We presume that the construction water

shall be provided at free of cost at one point.

Tender condition shall prevail.

TATA Projects Ltd

15 Plot plan / Tender

specification

Most of the areas / dimensions mentioned in the plot plan are not matching with the dimensions mentioned in the technical specification. Please clarify which is to be considered for the prepation of offer.

Specific observations if brought out can be clarified. However it may be noted that design shall confirm to overall plan size and boundaries of respective structures.

TATA Projects Ltd

16 Vol-2 Sec- C1 - Scope

document with

Annexures

Cl.2.4 - Seismology As per this clause , it is mentioned that the site falls under seismic zone -II with a peak ground acceleration of 0.2 g under safe shutdown earth quake condtions and 0.05g under operating basis earthquake condtion. It is also mentioned that these co-efficients corresponds zero period acceleration in the acceleration response spectra. Please clarify the zone factor to be considered and also provide us the site specific response spectra details .

Digitized values of site specific DBGM are provided in Annexure-5 of document no. "I02.KK34.0.0.TH.TS.PR 002-Technical Specification with system description and scope of BOP-Common Services". All other seismic analysis related requirements are covered in section 3.1.2.1 & Section 5 of Tech. Spcn. "I301.KK34.0.0.TH.TS.WD026-General Technical Requirements for cCvil Design for Common Services Package".

TATA Projects Ltd

17 Vol.3 sec-C-2-3 - 02- TS for civil General

3.1.2.1. pg. 41 of 82

Natural Hazards - Earthquake As per this clause . It is mentioned as response spectrum attached with the tender. We request you to provide the attachement details as we could not find along with the tender specification.

Digitized values of site specific DBGM are provided in Annexure-5 of document no. "I02.KK34.0.0.TH.TS.PR 002-Technical Specification with system description and scope of BOP-Common Services".

4 / 7

Page 370: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - CIVILTATA

Projects Ltd18 Rain fall

intensityPlease provide us the maximum intensity of rail fall to be considered for design of storm water drains in terms of mm/hr.

Details of rainfall intensity to be considered in design of surface drainage system are covered in Mech. tech Spcn. 1301. KK34.0.G U D.TS.WD001-Technical Specifications For Storm and Ground Water Drain Collection From VariousAreas, Outdoor Network To Storage Reservoir With Pumping Station.

TATA Projects Ltd

19 GA Drawings Kindly provide us the GA drawings as listed in Vol.3 sec-C-2-3 - 02- TS for civil General . Only few Ciivl GA drawings are attached with the tender.

These drawings are covered in the folder "C2-Tech Specs_C-2.6 Dwgs_P&ID_ILD_C 2.6.1_Civil"

20 Topographical survey and Geotechnical investigation

We presume that topoigraphical survey & detailed geo-technical investigation of the project site shall be done by the Client. Please confirm.

EPC contractor shall carry out confirmatory soil investigations to develop soil data as required for foundation design purpose. The contractor shall submit geotechnical investigation specification and scheme to NPCILfor their review/approval. The subsequent geotechnical investigation report generated bythe contractor shall be submitted to NPCIL for their review/approval before adoption in design (refer section 1.0 of Tech. Spcn. "I301.KK34.0.0.GR.TS_WD026- Geotechnical Design basis for Common services package). Contour map of the plant area is available with EIC.

21 Site clearance including cutting of trees etc and dismantling of under ground & over ground structures

Site clearance including cutting of trees etc and dismantling of under ground & over ground structures if any shall be under the scope of client. Please confirm.

Site clearance including clearing of bushes etc in the area of work including site office, yard / stores etc. shall be in the scope of bidder.

5 / 7

Page 371: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - CIVILset-5

22 Kindly provide the Overall Plot plan for Main Plant area

Covered in Civil drawings folder "Volume 9, Section C_10_11, Separator 11, documents numbered 01 to 03

23 Vol.3 sec-C-2-1- Gen.Tech Req. for Civil

Design of Common Services Package

Cl.No.5.1.1 & 5.1.2

1304.KK34. 0. 0.TH.TS.WD026 Kindly provide Zone factor ( Z) & Importance factor (I) for strutures of Seismic Category - I & IIb

All Structures of seismic categories I & IIb shall be designed for site specic design basis ground motion parameters as given in Annexure-5 of Document No: I02.KK34.0.0.Th.TS.PR.002 (Technical Specification with System Description and scope of Balance of Plant-Common Services). Response reduction factors and importance factors shall not be applicable for these structures. These structures shall be analysed and designed in accordance with the requirements of ASCE 4-98 and other AERB standards listed in subsections 5.1 and 5.1.1 of Document No: I301.KK34.0.0.TH.TS.WD026 (General technical Requirements for Civil Design of Common Services Package).

24 Gen.Tech Req. for Civil

Design of Common Services Package

2.1.3 page no 18 of 82

1304.KK34. 0. 0.TH.TS.WD026 The controlled-access area central workshop building (0 UKU) has an overall dimension of 84.00 x 48.00 m in plan consisting of two blocks (24.00 x 84.00m, 15.00 m high and 24.00 x84.00 m, 30.60 m high). Whereas in arctiectural drawing it is given as 84X54m. Please confirm which one should be followed ?

Dimentions as given in architectural drawings along with additional mofications as covered in document titled "TECHNICAL SPECIFICATION FOR EXTENDED PORTION OF CENTRAL AREA WORKSHOPS (0 UKU) (Dco. No: I02.KK34.0 UKU.0.AR.TS.PR.001) dated Aug 2016 shall form the basis of requirements (This document is being uploaded on the eTendering website)

6 / 7

Page 372: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

TENDER SECTION

NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. /

COMMERCIAL REF. NO.DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - CIVIL25 Gen.Tech

Req. for Civil Design of Common Services Package

2.1.4 page no 23 of 82

1304.KK34. 0. 0.TH.TS.WD026 Oil Storage Facility (0 2UEK). The building shall be a R.C.C framed structure of size 50 m x 75 m. In architectural drawing it is given as 48X72m .Please confirm which one we should follow ?

Overall plan dimentions shall be as given in architectural drawings

7 / 7

Page 373: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

Set-1TATA Projects Ltd

1 C2.2 Data sheets- Mechanical

Data sheet for 98% sulphuric acid storage tank _QCQ10bb001/002/003

I310.KK36.01UGD.0.AB.DS.PR001 please confirm for the MOC of H2SO4 (98%) tank as IS 2062 FE 250 Gr. BR (Killed) inline with latest edition of IS 2062(2011)

Confirmed

TATA Projects Ltd

2 C2.6.2 Data sheet - mechanical

Equipment layout for 01UGD

I310.KK36.01UGD.QC.AB.OK.WD070

the description in the drawing is not readable, kindly request you to provide a clear copy of the drawing.

Same query, refer query no. 34.

TATA Projects Ltd

3 C2.2.1 Technical Specification - Mechanical

1.0 Scopecl.no. xii

I310.KK34.0.GUD.TS.WD001 the scope of 03 UGU is not clear form the document. Please clarify whether the tank is in EPC contractor scope or existing.

03 UGU is in the scope of contractor. Please refer doc I02.KK 34.0.0.TH.TS.PR002- Annexure-1.

TATA Projects Ltd

4 C2.2.1 Technical Specification - Mechanical

Cl. No.1.11MATERIAL SELECTION

TECHNICAL SPECIFICATION FOR DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT SYSTEMI310.kk34.0.0.TH.TS.WD110

for sea water application, with reference to PMS, A23S pipe shall be used against A91S as described in PMS. Please confirm

For sea water application GRE pipe (PMS-A23S) shall be used.

NUCLEAR POWER CORPORATION OF INDIA LIMITEDDESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING, COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG)

OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - MECHANICAL

1 / 22

Page 374: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - MECHANICALTATA Projects Ltd

5 C2.2.1 Technical Specification - Mechanical

Cl. No.1.2Scope of supply

TECHNICAL SPECIFICATION FOR DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT SYSTEMI310.kk34.0.0.TH.TS.WD110

Unable to locate document: System description and scope of auxiliary plant area Document No. I310.KK34.0.0.TH.TS.PR.0010.kindly request you to provide the same.

Bidders understanding is correct. Some of the documents cross refer the documents "System description and scope of auxiliary plant area & System description and scope of Main plant area which are superseded by System description and scope of balance of plant -common services document I02.KK 34.0.0.TH.TS.PR002 . Hence document titled as "common services " shall be referred where ever such references are made in other documents of this tender. Please refer sr.no.11 of page 9 of Annexure -4 of scope document I02.KK34.0.0.TH.TS.PR002 for amendment.

TATA Projects Ltd

6 C2.2.1 Technical Specification - Mechanical

Clause 1.1; Page 3 of 43 TECHNICAL SPECIFICATION FOR DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT SYSTEMI310.kk34.0.0.TH.TS.WD110

Steam for evaporating the sea water shall be supplied by small auxiliary boilers"" indicated. Kindly confirm the scope and terminal point of auxiliary boiler and its associate piping & valves. Also specify the capacity of auxiliary boiler.

The scope of auxiliary boilers and its associated piping & valves is part of Desalination plant and in scope EPC contractor .The capacity of Aux boiler shall be decided by the bidder/EPC contractor.

TATA Projects Ltd

7 C-2.7.2 SUB VENDOR LIST FOR MECHANICAL ITEMS

Sub vendor list for desalination plant, Chlorination, H2, O2, N2 systems are not available in the tender. Kindly provide the same.

Clause 3.6.2 of GCC shall be referred.

TATA Projects Ltd

8 C2.2.1 Technical Specification - Mechanical

Clause 1.1; Page 4 of 43 TECHNICAL SPECIFICATION FOR DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT SYSTEMI310.kk34.0.0.TH.TS.WD110

tapping from Unit-2 PCB system main header for feeding sea water"" indicated. Kindly provide the flow rate and thickness of GRE pipe. Please suggest can we go for other MOC of pipe which is suitable to sea water application.

Please refer sr.no.11 of page 9 of Annexure -4 of scope document I02.KK34.0.0.TH.TS.PR002

2 / 22

Page 375: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - MECHANICALTATA Projects Ltd

9 C2.2.1 Technical Specification - Mechanical

Clause 1.1; Page 3 of 43 TECHNICAL SPECIFICATION FOR DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT SYSTEMI310.kk34.0.0.TH.TS.WD110

Please provide the details of Unit-2 PCB feed water system.

This detail shall be issued to the successful bidder. Discuss.

TATA Projects Ltd

10 C2.2.1 Technical Specification - Mechanical

Clause 1.7; Page 14 of 43 TECHNICAL SPECIFICATION FOR DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT SYSTEMI310.kk34.0.0.TH.TS.WD110

DM water transfer pumps: We are considering 2W+1S pumps for KKNPP-3&4. Kindly specify the terminal point for DM water. We are not considering any requirement fo KKNPP-5&6 presently. Please confirm the scope.

The design has to be done for KK 3-6 where as supply, erection has to be done for KK 3 & 4 only.Refer Tech spec, scope and tender spec.for scope of work. DM water is distributed through overhead trestle pipe lines as indicated in Annexure 1 of scope document I02.KK 34.0.0.TH.TS.PR002. Also please refer Annexure-3 of Tech.Spec of DM plant of interface list for terminal point of DM water.

TATA Projects Ltd

11 C2.2.1 Technical Specification - Mechanical

Clause 1.7; Page 16 of 43 TECHNICAL SPECIFICATION FOR DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT SYSTEMI310.kk34.0.0.TH.TS.WD110

Kindly specify the scope of potable water storage reservoir 110000 m3 capacity. Whether it is existing or proposed and confirm the scope.

Potable water storage reservoir of 110000 m3 is not in the scope of the EPC contractor.

TATA Projects Ltd

12 C2.2.1 Technical Specification - Mechanical

Clause 1.7; Page 16 of 43 TECHNICAL SPECIFICATION FOR DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT SYSTEMI310.kk34.0.0.TH.TS.WD110

Potable water transfer pumps: We are considering 2W+1S of pumps for KKNPP-3&4. Kindly specify the terminal point for potable water. We are not considering any requirement KKNPP-5&6 presently. Please confirm the scope.

The design has to be done for KK 3-6 where as supply, erection has to be done for KK 3 & 4 only.Refer tech spec, scope and tender spec.for scope of work. Potable water is distributed through buried pipe lines GKD, GKE as indicated in Annexure 1 of scope document I02.KK 34.0.0.TH.TS.PR002. Also please refer annexure-3 of Tech spec of potable water plant of interface list for terminal point of Potable water.

3 / 22

Page 376: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - MECHANICALTATA Projects Ltd

13 C2.2.1 Technical Specification - Mechanical

Clause 1.7; Page 13 of 43 TECHNICAL SPECIFICATION FOR DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT SYSTEMI310.kk34.0.0.TH.TS.WD110

We understand to install 4 Nos. (3W+1S) chains of MVC based desalination system for phase I (KKNPP-3&4) only. We are not considering any requirement of KKNPP-5&6 presently. Please confirm the scope.

The design has to be done for KK 3-6 where as supply, erection has to be done for KK 3 & 4 only.Refer Tech spec, scope and tender spec. for scope of work.

TATA Projects Ltd

14 C2.2.1 Technical Specification - Mechanical

Clause 1.7; Page 14 of 43 TECHNICAL SPECIFICATION FOR DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT SYSTEMI310.kk34.0.0.TH.TS.WD110

Kindly specify the terminal point for waste transfer pumps.

Please refer interface list of annexure-3 of of tech.spec of DM plant for terminal point of waste transfer pumps.

TATA Projects Ltd

15 Ref Drg No TitleLayout Plan of NPP Kudankulam Unit 1 & 2

Ref Drg No R01.KK.0.0.GP.OK.WD006

This drg is not available in the given document. Reuest you to furnish the drg for

Estimation of BOQ For HP Nitrogen line routed for Unit 1 & 2.

Uploaded in folder 1 of folder 5 along with prebid responses. Refer Plot plan drawings enclosed in darwing section C 2.6 for layout information. Nitrogen is distributed through overhead trestle pipe lines as indicated in Annexure 1 of scope document I02.KK 34.0.0.TH.TS.PR002.

TATA Projects Ltd

16 SECTION C 2.6 - DRAWINGS

C 2.6.2 MECHANICALD. Central Diesel, oil Storage & supply system and Gas Storage

5. Equipment Layout for Diesel Oil & Pump station (0 UEL)

The drawing is not legible & Please provide the legible drawing

Repeated query, refer query 34

4 / 22

Page 377: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - MECHANICALTATA Projects Ltd

17 SECTION C 2.6 - DRAWINGS

C 2.6.2 MECHANICALE. P&ID for Hydrogen generation plants, storage & distribution system

5. Equipment Layout for Hydrogen And Oxygen Generation system

The drawing is not legible & Please provide the legible drawing

Uploaded in folder E of folder 2.6.2 of folder 4 along with prebid responses.

TATA Projects Ltd

18 C2.2.1 Technical Specification -

Mechanical

Clause 4.2page 6 of 24

Normal operation of total chilled water system with the number of pumps in chilled water system in service for KKNPP-3 and KKNPP-4, and common system.

TATA Projects Ltd

19 Annexure-C of SCC

Clause 1.0Loading Criteria

Annexure-1 Drive list for power consumptionCentrifugal Chiller( Vapour compression cycle)

TATA Projects Ltd

20 C2.2 Data sheets- Mechanical

Data sheet for 98% sulphuric acid storage tank

_QCQ10bb001/002/003

I310.KK36.01UGD.0.AB.DS.PR001 Please confirm for the MOC of H2SO4 (98%) tank as IS 2062 FE 250 Gr. BR (Killed) inline with latest edition of IS 2062(2011)

Repeat of 01.

TATA Projects Ltd

21 C2.6.2 Data sheet -

mechanical

Equipment laout for 01UGD

I310.KK36.01UGD.QC.AB.OK.WD070

The description in the drawing is not redable, kindly request you to provide a clear copy of the drawing.

Same query, refer query no. 34.

TATA Projects Ltd

22 C2.2.1 Technical Specification -

Mechanical

1.0 Scopecl.no. xii

I310.KK34.0.GUD.TS.WD001 The scope of 03 UGU is not clear form the document. Please clarify whether the tank is in EPC contractor scope or existing.

03 UGU is in the scope of contractor. Please refer doc I02.KK 34.0.0.TH.TS.PR002- Annexure-1.

TATA Projects Ltd

23 C2.2.1 Technical Specification -

Mechanical

Cl. No.1.11MATERIAL SELECTION

TECHNICAL SPECIFICATION FOR DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT SYSTEMI310.kk34.0.0.TH.TS.WD110

for sea water application, with reference to PMS, A23S pipe shall be used against A91S as described in PMS. Please confirm

For sea water application GRE pipe (PMS-A23S) shall be used.

please refer Annexure C of SCC in section B of the tender. As mentioned in para 2 of clause 1 Installed power rating of drive motors of pumps indicated in drive list shall be considered.

Centrifugal Chiller( Vapour compression cycle).Power consumption will be calculated based on Normal operation. Please confirm

5 / 22

Page 378: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - MECHANICALTATA Projects Ltd

24 C2.2.1 Technical Specification -

Mechanical

Cl. No.1.2Scope of supply

TECHNICAL SPECIFICATION FOR DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT SYSTEMI310.kk34.0.0.TH.TS.WD110

Unable to locate document: System discription and scoe of auxiliary plant area Document No. I310.KK34.0.0.TH.TS.PR.0010.kindly reques you to provide the same.

Bidders understanding is correct. Some of the documents cross refer the documents "System description and scope of auxiliary plant area & System description and scope of Main plant area which are superseded by System description and scope of balance of plant -common services document I02.KK 34.0.0.TH.TS.PR002 . Hence document titled as "common services " shall be referred where ever such references are made in other documents of this tender. Please refer sr.no.11 of page 9 of Annexure -4 of scope document I02.KK34.0.0.TH.TS.PR002 for amendment.

TATA Projects Ltd

25 C2.2.1 Technical Specification -

Mechanical

Clause 1.12System operation

Normal operation (Generation of desalinated water, DM water and

potable water)

TATA Projects Ltd

26 Annexure-C of SCC

Clause 1.0Loading Criteria

Annexure-1 Drive list for power consumption

TATA Projects Ltd

27 Clause no. 4.4 1301.KK34.0.0.MRR.TS.WD001 (Tech.specification of chain pulley block)

TPL have not received scope of work /supply for Electrical area pacakage (1301.KK34.0.0.PR.TT.WD001), Auxiallary area pacakage (1301.KK34.0.0.PR.TT.WD002) in tender document. Kindly resubmit for our review.

System description and scope of balance of plant -common services document I02.KK 34.0.0.TH.TS.PR002 . shall be referred where ever such references are made in other documents of this tender. Electrical area package is not in the scope of this tender.

TATA Projects Ltd

28 Clause no. 4.5 1301.KK34.0.0.MRR.TS.WD002 (Tech.specification of Electric hoist)

System description and scope of balance of plant -common services document I02.KK 34.0.0.TH.TS.PR002 . shall be referred where ever such references are made in other documents of this tender. Electrical area package is not in the scope of this tender.

please refer Annexure C of SCC in section B of the tender. As mentioned in para 2 of clause 1 Installed power rating of drive motors of pumps indicated in drive list shall be considered.

MVC, Brine disposal pump, DM water transfer pump, Plant water treatment feed pumps, potable water pump Power consumption will be calculated based on Normal operation. Please confirm

6 / 22

Page 379: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - MECHANICALTATA Projects Ltd

29 Clause no. 4.5 1301.KK34.0.0.MRR.TS.WD003 (Tech.specification of EOT crane)

System description and scope of balance of plant -common services document I02.KK 34.0.0.TH.TS.PR002 . shall be referred where ever such references are made in other documents of this tender. Electrical area package is not in the scope of this tender.

TATA Projects Ltd

30 Clause no. 17.0, (ii) 1301.KK34.0.0.MRR.TS.WD004 (Tech.specification of Elevator)

System description and scope of balance of plant -common services document I02.KK 34.0.0.TH.TS.PR002 . shall be referred where ever such references are made in other documents of this tender. Electrical area package is not in the scope of this tender.

TATA Projects Ltd

31 Clause no. 1.0, Material handling facilities

1301.KK34.0.0.PR.TT.WD004 For cost estimation TPL considered the quantities and capacity of materail handling facilities (for Crane/hoist/CPB/Elevator) as mentioned in the tendor document for various buildings/SSCs.No other material handling facility considered by TPL. M/s NPCIL shall confirm.

The quantities indicated are as per KKNPP 1 & 2 for reference. Based on the plant / building design of contractor additional material handling facilities if any required shall be arranged by the contractor with in the tendered cost.

TATA Projects Ltd

32 General -- -- Emergency power supply for the elevators shall be provided by purchaser.

The query is not very clear. However, it is clarified that the power supply to be provided for elevators shall only be normal auxiliary power supply. The elevator vendor shall provide ‘Automatic Rescue Devices’ in the elevators to take care of possible interruption in power supplies and for the rescue operation.

TATA Projects Ltd

33 C.2.7.2 List of approved vendors for mechanical items

-- Please provide list of M/s NPCIL approved vendors for EOT Crane/Hoists/CPB.

Vendor list for these equipment will be sugested by EPC contractor subject to NPCIL approval.

7 / 22

Page 380: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - MECHANICALTATA Projects Ltd

34 General -- -- Some of the drawings are not legiblle i.e. 1301.KK36.OUQR.SCA.AB.OK.WD070,1301.KK36.OUEL.QC.AB.OK.WD070,1301.KK36.OUSK.OSC.AB.OK.WD070 & 1301.KK36.01UGD.QC.AB.OK.WD070. Kindly submit the PDF document

1301.KK36.OUEL.QC.AB.OK.WD070 in folder D, 1301.KK36.01UGD.QC.AB.OK.WD070 in folder F, 1301.KK36.OUQR.SCA.AB.OK.WD070 in folder A;1301.KK36.OUSK.OSC.AB.OK.WD070 in folder Eof folder 2.6.2 of folder 4 uploaded along with prebid responses.

TATA Projects Ltd

35 General -- -- Documents are scanned copy. Kindly furnish the PDF document so we can search & find text.

Kindly provide name of document which is not legible.

set-2TATA Projects Ltd

36 C2.2.1 Technical Specification - Mechanical & Process system

Cl no. 1.3 Design Basis / battery limit

conditions

I130.KK34.0.0.TH.TS.WD110TECHNICAL SPECIFICATION FOR DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT SYSTEM

AND

MULTI EFFECT EVAPORATORS PROCESS DATA SHEET A209-320-17-41-DS-1901

Cl. No. . 1.3Feed Sea Water to desalination plantPressure:2 kg/cm2g (operating), 6 kg/cm2g (design)

NOTE 7.: THE MINIMUM AND MAXIMUM PRESSURE OF FEED SEA WATER TO DESALINATION PLANT IS 3 KG/CM2.G AND 4 KG/CM2.G RESPECTIVELY

Please clarify which of the two operating pressure 2 kg/cm2g or 3 kg/cm2g should be considered

3kg/cm2g shall be considered for feed sea water to desalination plant.

8 / 22

Page 381: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - MECHANICALTATA Projects Ltd

37 C2.2.1 Technical Specification - Mechanical & Process system

C2.2.2 Technical specification and

data sheet

Cl. No. 1.3 Design Basis / battery limit conditionsCl.no. 1.19 Guarantee

Data sheet for lime stone filter

I130.KK34.0.0.TH.TS.WD110TECHNICAL SPECIFICATION FOR DESALINATIONPLANT, DM PLANT & PLANT WATER TREATMENTSYSTEM

AND

LIME STONE FILTER PROCESS DATA SHEET A209-304-17-41-DS-1201

Potable water treatment plant for KKNPP-3&4 shall be designed for a capacity 5400 m3/day.

FLOW RATE (m3) 115 NUMBER OF UNITS 3(2W + 1SB)

Please clarify which of the two design capacity shall be considered, 5400 m3/day or 5520 m3/day

5400 m3/day shall be conisdered for potable water treatment plant.

TATA Projects Ltd

38 C2.6.2Drawings and

P&IDs for Mechanical

system

C2.2.2 Technical specification and

data sheet

Desalination plant PFD and P&ID

data sheets for Desalination plant, DM

plant & Plant water tretment system

1301-KK34.0.0. AB.DS. WD 001

Na2CO3 PREPARATION TANK A209-304-17-41-DS-1701

If limestone filters are applied, Na2CO3 dosing is not required for remineralization of distillate water. Please clarify purpose of this tank and the Na2CO3 dosing system

Please refer page no 15 of 43 of Tech spec of Desalination,DM and post treatment plant.

TATA Projects Ltd

39 C2.2.1 Technical Specification - Mechanical & Process system

Cl No. 1.3 Design Basis / battery limit

conditions

I130.KK34.0.0.TH.TS.WD110 MVC reject to sea : 4.5* kg/cm2g pressure and ambient temperature.

For brine and distillate water at seawater desalination unit battery limit we propose a temperature of maximum 5°C above seawater temperature at inlet of seawater desalination unit.

Tender specification shall prevail.

TATA Projects Ltd

40 C2.2.1 Technical Specification - Mechanical & Process system

Cl. No. 1.4 I301.KK34.0.0.TH.TS.WD110Applicable codes and standards

Blowers: please allow for equivalent standards as well

Acceptable, Subject to the componenets are meeting the tender specifcations and performance requirement.

9 / 22

Page 382: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - MECHANICALTATA Projects Ltd

41 C2.2.1 Technical Specification - Mechanical & Process system

Cl. No.1.7 I301.KK34.0.0.TH.TS.WD110 Equipment list, for all chemical dosing tanks & pumps: We proposr to supply PP / HDPE / PVC / PTFE materials instead of ss or titanium where chemically possible. This alternative have lower maintenance and costs

PP / HDPE / PVC / PTFE materials instead of SS or Titanium can be used.

TATA Projects Ltd

42 C2.2.1 Technical Specification - Mechanical & Process system

Cl. No. 1.1 I301.KK34.0.0.TH.TS.WD110, SECTION 1.1 VS.I301.KK34.0.0.AB.TS.PR001, TABLE 6.1

"For initial start-up, steam for evaporating the sea water shall be supplied by small auxiliary boilers"

Please clarify if auxiliary boiler is in our scope of supply. And please also confirm quantity and pressure

The scope of auxiliary boilers , its associated piping & valves and IBR approval related to auxiliary boiler is part of Desalination plant and in scope EPC contractor .The capacity of Aux boiler shall be decided by the bidder/EPC contractor.

TATA Projects Ltd

43 I301.KK34.0.0.TH.TS.WD110 For initial start-up, steam for evaporating the sea water shall be supplied by small auxiliary boilers

Please clarify if auxiliary boiler is in our scope of supply

The scope of auxiliary boilers , its associated piping & valves and IBR approval related to auxiliary boiler is part of Desalination plant and in scope EPC contractor .The capacity of Aux boiler shall be decided by the bidder/EPC contractor.

Set-3TATA Projects Ltd

44 C2.2.1 Technical Specification - Mechanical & Process system

Cl no. 1.3 Design Basis / battery limit

conditions

I130.KK34.0.0.TH.TS.WD110TECHNICAL SPECIFICATION FOR DESALINATION PLANT, DM PLANT & PLANT WATER TREATMENT SYSTEM

AND

MULTI EFFECT EVAPORATORS PROCESS DATA SHEET A209-320-17-41-DS-1901

Cl. No. . 1.3Feed Sea Water to desalination plantPressure:2 kg/cm2g (operating), 6 kg/cm2g (design)

NOTE 7.: THE MINIMUM AND MAXIMUM PRESSURE OF FEED SEA WATER TO DESALINATION PLANT IS 3 KG/CM2.G AND 4 KG/CM2.G RESPECTIVELY

Please clarify which of the two operating pressure 2 kg/cm2g or 3 kg/cm2g should be considered

3kg/cm2 shall be considered for feed sea water to desalination plant.

10 / 22

Page 383: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - MECHANICALTATA Projects Ltd

45 C2.2.1 Technical Specification - Mechanical & Process system

C2.2.2 Technical specification and

data sheet

Cl. No. 1.3 Design Basis / battery limit conditionsCl.no. 1.19 Guarantee

Data sheet for lime stone filter

I130.KK34.0.0.TH.TS.WD110TECHNICAL SPECIFICATION FOR DESALINATIONPLANT, DM PLANT & PLANT WATER TREATMENTSYSTEM

AND

LIME STONE FILTER PROCESS DATA SHEET A209-304-17-41-DS-1201

Potable water treatment plant for KKNPP-3&4 shall be designed for a capacity 5400 m3/day.

FLOW RATE (m3) 115 NUMBER OF UNITS 3(2W + 1SB)

Please clarify which of the two design capacity shall be considered, 5400 m3/day or 5520 m3/day

5400 m3/day shall be conisdered for potable water treatment plant.

TATA Projects Ltd

46 C2.6.2Drawings and

P&IDs for Mechanical

system

C2.2.2 Technical specification and

data sheet

Desalination plant PFD and P&ID

data sheets for Desalination plant, DM

plant & Plant water tretment system

1301-KK34.0.0. AB.DS. WD 001

Na2CO3 PREPARATION TANK A209-304-17-41-DS-1701

If limestone filters are applied, Na2CO3 dosing is not required for remineralization of distillate water. Please clarify purpose of this tank and the Na2CO3 dosing system

Please refer page no 15 of 43 of Tech spec of Desalination,DM and post treatment plant.

TATA Projects Ltd

47 C2.2.1 Technical Specification - Mechanical & Process system

Cl No. 1.3 Design Basis / battery limit

conditions

I130.KK34.0.0.TH.TS.WD110 MVC reject to sea : 4.5* kg/cm2g pressure and ambient temperature.

For brine and distillate water at seawater desalination unit battery limit we propose a temperature of maximum 5°C above seawater temperature at inlet of seawater desalination unit.

Tender specification shall prevail.

TATA Projects Ltd

48 C2.2.1 Technical Specification - Mechanical & Process system

Cl. No. 1.4 I301.KK34.0.0.TH.TS.WD110Applicable codes and standards

Blowers: please allow for equivalent standards as well

Acceptable, Subject to the componenets are meeting the tender specifcations and

performance requirement.

11 / 22

Page 384: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - MECHANICALTATA Projects Ltd

49 C2.2.1 Technical Specification - Mechanical & Process system

Cl. No.1.7 I301.KK34.0.0.TH.TS.WD110 Equipment list, for all chemical dosing tanks & pumps: We proposr to supply PP / HDPE / PVC / PTFE materials instead of ss or titanium where chemically possible. This alternative have lower maintenance and costs

PP / HDPE / PVC / PTFE materials instead of SS or Titanium can be used.

TATA Projects Ltd

50 C2.2.1 Technical Specification - Mechanical & Process system

Cl. No. 1.1 I301.KK34.0.0.TH.TS.WD110, SECTION 1.1 VS.I301.KK34.0.0.AB.TS.PR001, TABLE 6.1

"For initial start-up, steam for evaporating the sea water shall be supplied by small auxiliary boilers"

Please clarify whether auxiliary boiler is in contractor scope of supply and also IBR related to auxiliary boiler is not in contractor scope?If Yes then answer the following:i) Provide the technical requirement of the Auxiliary Boiler like type of Boiler and its capacity.ii)Locate the position of the auxiliary boiler in the plot plan.

The scope of auxiliary boilers , its associated piping & valves and IBR approval related to auxiliary boiler is part of Desalination plant and in scope EPC contractor .The capacity of Aux boiler shall be decided by the bidder/EPC contractor.

TATA Projects Ltd

51 Annexure-C, SCC

Cl. 1.0Page 3 of 4

Power ConsumptionDrive list of power consumption details

Power consumption of the various equipments shall be measured for the normal/actual requirement and not for design capacity ( with margin) of the equipment. Please confirm.

lease refer Annexure C of SCC in section B of the tender. As mentioned in para 2 of clause 1 Installed power rating of drive motors of pumps indicated in drive list shall be considered.

Set-4

12 / 22

Page 385: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - MECHANICALTATA Projects Ltd

52 A209-802-17-41-SP-00021.1 I301.KK34.0.0.TH.TS. WD111 OCWT plant consists of TPI, DAF, DMF and two stages ACF. Sludge treatment consists of thickener and centrifuge.For max feed oil content of 100 mg/L, TPI unit is not required. Nothing written about oil peaks. Since hold up tank that receives the wastewater before TPI unit has 4 hours retention time, it can be assumed that such high retention time can be sufficient to deal with oil peaks.Since the requirement for oil (petrochemical content) is only less than 5 mg/L and the requirement for TSS is only less than 10 mg/L, the activated carbon filters are not required. DMF can be left. Instead of ACF, nutshell filter will be more efficient.Two process schemes are proposed:(1)    TPI, DAF, nutshell filter(2)  DAF, nutshell filter, DMF

Tender specification shall prevail

TATA Projects Ltd

53 A209-802-17-41-SP-00031.7 I301.KK34.0.0.TH.TS. WD112 DAF saturation vessel - DAF unit is required to be designed with saturation vessel. For such small size DAF unit, the alternative to saturation vessel design is special type pump that mixes air and water and provides recirculated stream with sufficiently small size air bubbles.Two alternative for DAF design:(1)    Using saturation vessel(2)  Using air / water mixing pump

Query pertains to specification no I301.KK34.0.0.TH.TS. WD111.Tender specification shall prevail.

13 / 22

Page 386: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - MECHANICALTATA Projects Ltd

54 A209-802-17-41-SP-00041.7 I301.KK34.0.0.TH.TS. WD113 Thickener dimensions - No retention time or volume of thickener are mentioned. Only typical size of 25 m diameter and 3-4 m height that gives 1,500 – 2,000 m3 volume. The flow rate to thickener is 2 m3/hr so that the proposed thickener size is too big.Thickener retention time or thickener volume should be given. 1 – 2 hours retention time is sufficient.

Query pertains to specification no I301.KK34.0.0.TH.TS. WD111.Tender specification shall prevail.

TATA Projects Ltd

55 A209-802-17-41-SP-00051.7 I301.KK34.0.0.TH.TS. WD114 On-line analyzers - Two analyzers are required – Oil (upstream of TPI, DAF and ACF outlets) and TOC (outlets of ACF) analyzers with correlation to COD and BOD. Oil analyzer should be defined in the detailed form.The best method to detect oil is infrared method. This method detects all type of oil – dissolved, emulsified, droplet and free. The problem that this method can be done only in laboratory and no online analyzers are available. This method can be used for calibration of online oil analyzers that operated according to other method.Oil online monitoring instrument can be based on UV absorption. This method detects only aromatic hydrocarbons (most of them are dissolved). By using the ratio between total hydrocarbons to aromatic hydrocarbons, the total amount of hydrocarbons can be evaluated from UF absorption method. The widely used online monitoring instrument is based on UV fluorescence method.

Query pertains to specification no I301.KK34.0.0.TH.TS. WD111.Suitable analyzer meeting tender specification shall be used.

TATA Projects Ltd

56 A209-320/314/304-17-41-SP-00011.7 I301.KK34.0.0.TH.TS.WD110 DM Plant - Mixed bed.Please confirm CEDI system can be used instead of MB.

Tender specification shall prevail.

14 / 22

Page 387: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - MECHANICALTATA Projects Ltd

57 A209-320/314/304-17-41-SP-00021.3 I301.KK34.0.0.TH.TS.WD111 Potable water quality -Only a pH range and Ca as ion < 75 ppm was given and to follow WHO standards however no other parameters were defined. Please provide clear values for Ca concentration with minimum level as well, alkalinity and LSI.

Tender specification shall prevailLSI values should be positive.

TATA Projects Ltd

58 General We request to consider MVC Units shall be Fabricated & Manufactured in abroad also, like China, etc.

As a part of Make In India Policy of GoI, it is expected that maximum components are to be sourced from India. Incase if need arises for import of these components (similar to KK1&2), the arrangment followed in KK1&2 is desirable.

Set-5

TATA Projects Ltd

59 A209-332-14-42-PS-1001

15.0 ANNEXURE Diesel oil distribution (I301.KK36.0USY.0XJN.AB.CH.WD001)

NOT AVAILABLE. PLEASE FURNISH IF APPLICABLE TO OUR SCOPE.

Drg available in Vol 10, Section C-12, L1-24- 1 PDF, page 7 of 12

TATA Projects Ltd

60 A209-332-14-42-PS-1001

2.1 PROCESS DESCRIPTION

Pipelines from the diesel fuel storage tanks (0 6UEJ) to the pump house (0UEL) are laid underground

WE PRESUME THE PIPING FROM TANK OUTLET ROUTES ABOVE UNDERGROUND STORAGE TANK PIT AND ROUTED UNDERGROUND TOWARDS THE PUMP HOUSE. PLEASE CLARIFY.

Pipe lines are to be laid underground.

TATA Projects Ltd

61 A209-332-14-42-PS-1001

c) 0 1UEK Tank for waste Seal oil (0QSB12 BB001/002) Qty=4nos.

In P&ID and Layout the nos. tank indicated is 2nos. As against 4 nos. nos. We HACE CONSIDERED 2NOS. AS PER P&ID PLEASE CONFIRM

4 tanks shall be considered for the scope of EPC contractor.

TATA Projects Ltd

62 BATTERY LIMIT XICON BATTERY LIMIT IS ASSUMED 1M OUTSIDE THE 0UEL (PUMPHOUSE) & UNDERGROUND TANK STORGAGE BULDING.

As Both SSC 06UJ and 0UEL are in scope of this tender scope so battery limit of 1 m is not applicable.

TATA Projects Ltd

63 A209-311-16-43-0091

Equipment Layout of Fuel Oil Storage Tank

- Please furnsih a readable copy. Uploaded in folder folder D of folder 2.6.2 of folder 4 along with prebid responses.

Fuel Oil System

15 / 22

Page 388: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - MECHANICALTATA Projects Ltd

64 A209-323-14-42-PS-0001

TABLE 16.0 INTERNAL COATING SYSTEMS FOR CARBON STEEL AND LOW ALLOY STEEL STORAGE TANKS (Sl no. 16.1)

WE ARE FOLLOWING THE SAME FOR INTERNALS OF ALL TANKS. PLEASE CONFIRM

Coating of different tanks shall be done as per TS & data sheet of the tanks.

TATA Projects Ltd

65 A209-332-14-42-PS-1001

12.0 CONTROL & INSTRUMENTATION

Refer attached configuration drawing A209-311-16-51-3004

PLEASE FURNSIH THE DOC. Refer to I02.KK34.0.0.AP.AL.PR001 for Configuration drawing for Diesel Oil System A209-311-16-51-3004

TATA Projects Ltd

66 7.4 of Technical Specification

Fire Protection System for Buildings is required.

Fire Protection System for Buildings is required.

2. Kindly provide detailed Technical Specification for Fixed Powder Fire System (SGL), Gas FF System (SGE) and Foam FF System ( SGF)

Please refer document technical specification in C 2.2.1 I301.KK34.0.SGA.TS.WD001 Cl. No. 2.3, 2.4 & 2.5 and datasheet in C 2.2.2

1301.KK34.0.SGA.AB.DS.WD100

TATA Projects Ltd

67 A209-320/314/304-17-

41-SP-0001

1.1 I301.KK34.0.0.TH.TS.WD110 KINDLY REQUEST YOU TO CLARIFY ON STATEMENT "TRIAL RUNS INCLUDING STABILIZATION OF THE PLANT FOR 30 DAYS"

Operation of plant for stable design parameters and continuous operation thereafter for 30 days after sucessful commissioning of plant.

TATA Projects Ltd

68 A209-320/314/304-17-

41-SP-0001

1.3 I301.KK34.0.0.TH.TS.WD110 DESALINATED WATER QUALITY: pH FOR DESALINATED WATER LEAVING THE MVC IS USUALLY 5-6. IF THE SPECIFICATION REMAINS AS IS (6-7 pH at MVC outlet) CAUSTIC DOSING IS NEEDED TO THE PRODUCT. PLEASE ADVISE

Tender specification shall prevail

TATA Projects Ltd

69 A209-320/314/304-17-

41-SP-0001

1.4 I301.KK34.0.0.TH.TS.WD110 COMPRESSOR: PLEASE ALSO ALLOW OEM'S STANDARDS FOR COMPRESSORS. AS THESE ARE THE OEM'S IP.

Acceptable, Subject to the componenets are meeting the tender specifcations and performance requirement.

TATA Projects Ltd

70 A209-320/314/304-17-

41-SP-0001

1.6 I301.KK34.0.0.TH.TS.WD110 MINIMUM TURNDOWN: 50 %WE UNDERSTAND THAT BIDDER CAN CONSIDER HIGNER TURNDOWN RATE. PLEASE CONFIRM

Minimum turn down capacity of each MVC train of Desalination plant shall be 50%.

Fire Protection

16 / 22

Page 389: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - MECHANICALTATA Projects Ltd

71 A209-320/314/304-17-

41-SP-0001

1.7 I301.KK34.0.0.TH.TS.WD110 WE PROPOSE VAPOUR CMPRESSOR THAT’S CASING IS INTEGRAL TO THE VESSLE AS ONE OF THE OPTION , THIS WILL IMPROVE PERFORMANCE AND LESSER FOOTPRINT AREA. KINDLY REQUEST YOU TO ACCEPT

Can be used provided it meets the technical specification and performance requirement.

TATA Projects Ltd

72 A209-320/314/304-17-

41-SP-0001

1.7 I301.KK34.0.0.TH.TS.WD110 EQUIPMENT LIST, MULTI-EFFECT EVAPORATORS. MOC FOR THE EVAPORATOR SHELL MATERIAL: WE PROPOSE SHELL MATERIAL AS CS WITH INTERNAL EPOXY PAINT AND EXTERNAL COATING. KINDLY ACCEPT

EQUIPMENT LIST, MULTI-EFFECT EVAPORATORS. MOC FOR THE EVAPORATOR SHELL MATERIAL: WE PROPOSE SHELL MATERIAL AS CS WITH INTERNAL EPOXY PAINT AND EXTERNAL COATING. KINDLY ACCEPT

TATA Projects Ltd

73 A209-320/314/304-17-

41-SP-0001

1.7 I301.KK34.0.0.TH.TS.WD110 EQUIPMENT LIST, BRINE DISPOSAL AND PRODUCT WATER PUMP'S MOC: WE PROPOSE SS316 MATERIAL AGAINST DUPLEX SS, AS DUPLEX IS NOT NECESSARY FOR DEAREATED BRINE AND DISTLED WATER. KINDLY ACCEPT

For product water pump SS316 material can be used and for brine disposal pump tender specification shall prevail

TATA Projects Ltd

74 A209-320/314/304-17-

41-SP-0001

I301.KK34.0.0.TH.TS.WD110 SECTION 1.11, PIPING MATERIAL FOR DESALINTED WATER: WE RECOMMEND USING PP AS IT IS APPLICABILE FOR TEMPERATURE AND CHEMICAL COMPOSITION OF THE WATER . KINDLY ACCEPT

Tender specification shall prevail

TATA Projects Ltd

75 A209-320/314/304-17-

41-SP-0001

1.17 I301.KK34.0.0.TH.TS.WD110 AIR SUPPLY FAILURE: WE RECOMMEND USING PNEUMATIC ACTUATORS. KINDLY ACCEPT

Pneumatic actuators can be used.

17 / 22

Page 390: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - MECHANICALTATA Projects Ltd

76 A209-320/314/304-17-

41-SP-0001

5.3 I301.KK34.0.0.TH.TS.WD044 WE RECOMMEND THAT THE PLATE MINIMUM THICKNESS WIL BE REDUCED TO 0.5mm SINCE THIS IS ENOUGH FROM A MECHNICAL STANDPOINT. FROM A PROCESS STANDPOINT THIS WILL ALLOW BETTER HEAT TRANSFER AND FROM A FINANCIAL STANDPOINT THIS WILL REDUCE THE COST OF THE UNITS. KINDLY ACCEPT

Minimum Thickness of 0.5mm can be used for plate type heat exchanger of Desalination plant subject to the componenets are meeting the tender specifications.

TATA Projects Ltd

77 C-2.7.2 - SUBVENDOR LIST FOR MECHANICAL ITEMS,

I02.KK34.0.0.AP.REP.PR.002 / 003 - SUBENDOR LIST OF

INSTRUMENTATION & SUBEVNDOR LIST FOR

ELECTRICAL EQUIPMENT

PLEASE CLARIFY IF THE LISTS ARE ONLY A RECOMMENDATION. AND BIDER CAN PROPOSE DIFFERENT QUALIFIED VENDORS EQUIVALENT TO THE LIST

Bidder can propose different qualified vendors equivalent to the list subject to approval of NPCIL.

18 / 22

Page 391: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - MECHANICALTATA Projects Ltd

78 A209-802-17-41-SP-0002

1.1 I301.KK34.0.0.TH.TS. WD111 OCWT plant consists of TPI, DAF, DMF and two stages ACF. Sludge treatment consists of thickener and centrifuge.For max feed oil content of 100 mg/L, TPI unit is not required. Nothing written about oil peaks. Since hold up tank that receives the wastewater before TPI unit has 4 hours retention time, it can be assumed that such high retention time can be sufficient to deal with oil peaks.Since the requirement for oil (petrochemical content) is only less than 5 mg/L and the requirement for TSS is only less than 10 mg/L, the activated carbon filters are not required. DMF can be left. Instead of ACF, nutshell filter will be more efficient.Two process schemes are proposed:(1)    TPI, DAF, nutshell filter(2)  DAF, nutshell filter, DMF

Tender specification shall prevail

TATA Projects Ltd

79 A209-802-17-41-SP-0003

1.7 I301.KK34.0.0.TH.TS. WD112 DAF saturation vessel - DAF unit is required to be designed with saturation vessel. For such small size DAF unit, the alternative to saturation vessel design is special type pump that mixes air and water and provides recirculated stream with sufficiently small size air bubbles.Two alternative for DAF design:(1)    Using saturation vessel(2)  Using air / water mixing pump

Query pertains to specification no I301.KK34.0.0.TH.TS. WD111.Tender specification shall prevail.

19 / 22

Page 392: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - MECHANICALTATA Projects Ltd

80 A209-802-17-41-SP-0004

1.7 I301.KK34.0.0.TH.TS. WD113 Thickener dimensions - No retention time or volume of thickener are mentioned. Only typical size of 25 m diameter and 3-4 m height that gives 1,500 – 2,000 m3 volume. The flow rate to thickener is 2 m3/hr so that the proposed thickener size is too big.Thickener retention time or thickener volume should be given. 1 – 2 hours retention time is sufficient.

Query pertains to specification no I301.KK34.0.0.TH.TS. WD111.Tender specification shall prevail.

TATA Projects Ltd

81 A209-802-17-41-SP-0005

1.7 I301.KK34.0.0.TH.TS. WD114 On-line analyzers - Two analyzers are required – Oil (upstream of TPI, DAF and ACF outlets) and TOC (outlets of ACF) analyzers with correlation to COD and BOD. Oil analyzer should be defined in the detailed form.The best method to detect oil is infrared method. This method detects all type of oil – dissolved, emulsified, droplet and free. The problem that this method can be done only in laboratory and no online analyzers are available. This method can be used for calibration of online oil analyzers that operated according to other method.Oil online monitoring instrument can be based on UV absorption. This method detects only aromatic hydrocarbons (most of them are dissolved). By using the ratio between total hydrocarbons to aromatic hydrocarbons, the total amount of hydrocarbons can be evaluated from UF absorption method. The widely used online monitoring instrument is based on UV fluorescence method.

Query pertains to specification no I301.KK34.0.0.TH.TS. WD111.Suitable analyzer meeting tender specification shall be used.

TATA Projects Ltd

82 A209-320/314/304-17-

41-SP-0001

1.7 I301.KK34.0.0.TH.TS.WD110 DM Plant - Mixed bed.Please confirm CEDI system can be used instead of MB.

Tender specification shall prevail.

20 / 22

Page 393: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - MECHANICALTATA Projects Ltd

83 A209-320/314/304-17-

41-SP-0002

1.3 I301.KK34.0.0.TH.TS.WD111 Potable water quality -Only a pH range and Ca as ion < 75 ppm was given and to follow WHO standards however no other parameters were defined. Please provide clear values for Ca concentration with minimum level as well, alkalinity and LSI.

Tender specification shall prevailLSI values should be positive.

TATA Projects Ltd

84 A209-320/314/304-17-

41-SP-0001

1.3 Seawater intake For initial period till Unit 3 sea water pump house is commissioned, the sea waterfor desalination plant shall be drawn from Unit 2 PCB system.Please clarify from where exactly the sewater will be pumped (directly from the sea? from a pit?) to the desalination plant. Also, please clarify uf after the seaater will start to be pumped from Unit 3, their source will be same as frim Unit 2 PCB.

The design scheme for drawal of sea water to desalination plant of KK-3&4 is from unit -3 main pump house. The sea water comes to main pump house after filtering it through mechnical cleaning system of 4mm mesh size. Sea water to pumphouse is dosed with sodium hypochloride solution. During initial period till Unit 3 main pump house is commissioned, feed sea water for commissioning of at least one stream of Desalination plant shall be brought from Unit-2 pump house forebay. Detailing, supply and laying/ installation of the scheme for commissioning feed sea water from Unit-2 pump house forebay to desalination plant & brine disposal to sea are in EPC contractor’s scope. The quality of sea water will be similar to unit 3 main pump house.

TATA Projects Ltd

85 A209-320/314/304-17-

41-SP-0001

1.3 Seawater quality Please clarify on the feed sea water quality for the desalination plant provided: is the raw seawater parameters, or the actual parameters anticipated in the entrance to the desalination plant?

As indicated in tech spec feed sea water quality is in the entrance to the desalination plant.

TATA Projects Ltd

86 A209-320/314/304-17-

41-SP-0001

1.4 I301.KK34.0.0.TH.TS.WD110 Comply with Atomic Energy Factory Rules, 1996.Please advise, as the water treatment packages are in the utilities section/arae, there's no need to comply with these rules under this section.

Compliance to Atomic Energy Factory Rules 1996 for water treatment package as applicable.

21 / 22

Page 394: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - MECHANICALTATA Projects Ltd

87 A209-6-44-0005 71213

I301.KK36.0.0.TH.TS.WD705 Piping material specification index:- DM water , polished water from rubber lined CS - We suggests GRP or PP, please confirm- Cooling water supply and cooling water return (sea water) from carbon steel - this material is not sutable for seawater - We suggests GRP or PP, please confirm.- Potable wate r(under ground) from HDPE - Is HDPE only for underground piping? Please clarify.

Material of piping shall be as per technical specification of respective facility.

TATA Projects Ltd

88 GENERAL GENERAL We request to NPCIL/ EIL to provide its Drawing tempelate of this project for all requested drawings

DWG template will be provided to successful bidder.

TATA Projects Ltd

89 GENERAL GENERAL TPL request NPCIL/EIL to provide the templates for the equiplemt data sheets of this project in an editable format, such as Word or excel.

Editable format will be provided to successful bidder.

22 / 22

Page 395: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

Set dt 18.08.2016Section - C0

CL. 3.3.2, Point No. xvii, page 11 of 60

I02.KK34.0.0.TH.TS.PR002

Compressed air plant (0UTF) except 6.6kVswitch gear design procurement erection andcommissioning and distribution systems(UTF).

Section - C0

CL. 4.1, page 20 of 60

I02.KK34.0.0.TH.TS.PR002

Exclusion :Supply, installation, pre-commissioning of6kV switchgear panels in OUTF building.

Section - C.2.6.3

Key Single line diagram for 6 kV and 415V system, sheet 3/4

I301.KK34.0.0ET.0KP.WD004, sheet 3/4

Table-3: Feeder details for 00BCG ( Compressor Bldg-0UTF) &Table-3: Feeder details for 00BCH ( Compressor Bldg-0UTF)

Section - C.2.6.3

Indicative Equipment layout of 0UTF

00BCG and 00 BCH GA drawing

TATA PROJECTS

3 Section - C0

CL. 3.5, page 12 of 60

I02.KK34.0.0.TH.TS.PR002

In case purchaser's work is not completed toprovide permeanent power supply to thecontractor's scope of building/structures,then contractor shall make necessarytemporary arrangements to obtain powerfrom purchaser's point. The point shall be asdecided by the purchaser and the contractorshall make all further arrangement at noadditional cost to purchaser.

Request NPCIL to clarify the purchaser's power source from where the temporary power can be drawn to feed the contractor's board/transformers.

Purchaser would provide power supply to thedesignated buildings. In case Purchaser's work is not completed toprovide permanent power supply to theContractor's scope of buildings/structures, thenthe Purchaser would by temporary means providethe same. The subject tender includes terminationof the cable as in the tender and the changeoverfrom temporary to permanent cable(s), in caserequired.

NUCLEAR POWER CORPORATION OF INDIA LIMITED

DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING, COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

PRE-BID QUERIES FROM TATA PROJECTS LTD.

TATA PROJECTS

Pl clarify whether the design, supply, erection, testing and commissioning of 6.6kV switchgears ( 00BCG and 00BCH ) located at compressor air plant is included or excluded from bidder's scope.

SECTION - ELECTRICAL

1

TENDER SECTION NO.

TATA PROJECTS

As per SLD, 00BCG and 00BCH are having total of 20 Nos of feeders( including 1 No of dummy panel for busbar entry) in each switchgear, where as as per GA, total 22 Nos (including 2 Nos of dummy panel for busbar entry).

Kindly clarify the no of feeders in each 00BCG and 00BCH.

2

Design, supply, erection, testing andprecommissioning of 6kV switchgear buses00BCG & 00BCH is excluded from the scope ofsubject contract.However commissioning of theloads and commissioning adjustment, relaysettings, etc. of the switchgear is included in thescope of this tender.

SLD indicates bus bar arrangment and otherdetails, accordingly dummy panel for bus barentry has been indicated. However as per GAdrawing, 02 nos. of dummy panel has beenindicated considering the beam location (asbottom entry of cable may not be possible atbeam location) and other considerations. Feedersindicated in the SLD, layout are indicativeminimum, subject to finalisation during detailedengineering. General arrangment drawing shallbe finalized during the detail engineering.

1 / 17

Page 396: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - ELECTRICAL

TENDER SECTION NO.

Section - C.2.6.3

Key Single line diagram for 6 kV and 415V system, sheet 3/4

I301.KK34.0.0ET.0KP.WD004, sheet 3/4

Aux transformer ( 6/0.433kV ) - 00BKT21,00BKT25 and 00BKQ and 00 BKR

Section - C.2.6.3

Indicative Equipment layout of 0UBS

Physical location of Aux transformers (6/0.433kV) - 00BKT21, 00BKT25

TATA PROJECTS

5 Section - C.2.6.3

Key Single line diagram for 6 kV and 415V system, sheet 3/4 & sheet 4/4

I301.KK34.0.0ET.0KP.WD004, sheet 3/4 & sheet 4/4

Kindly furnish the indicative equipment layout for 0UPK, 0UKU, 0UQR, 0UYB, 0USV for bidder 's reference.

For general undestanding please refer Drawingsfor chlorination plant (PFD,P&ID & Eq. Layout)I301.KK34.0UPK.PBF.AB.CH.WD001 7 sheets, Central area workshop Equipmentlayout drawingno.I301.KK34.0UKU.0.AR.OK.WD102 -2sheets, Equipment layout for 0UQR drawingno.I301.KK34.0UQR.QKA.AB.OK.WD070, Engineering utility & laboratory -Equipment layout drawingno.I301.KK34.0USV.0.AR.OK.WD102, HealthPhysics buildings -Equipmentlayout drawing no.I301.KK34.0UYB.0.AR.OK.WD102. Based on earlier experience of KKNPP 1,2 theSLD has been prepared for these buildings andincluded in the tender. Bidder during detailedengineering shall finalise the SLD, layout basedon standard engineering practices for review andapproval by the Purchaser.

Yes, can be worked out and finalised during detailed engineering based on standards and

good engineering practices.

TATA PROJECTS

We understand that physical location of Aux transformers such as 00BKT21, 00BKT25 can be re-arranged based on the corresponding 415V LT switchgear location.

Kindly confirm.

4

2 / 17

Page 397: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - ELECTRICAL

TENDER SECTION NO.

TATA PROJECTS

6 Section - C0

CL. 3.6, page 12 of 60

I02.KK34.0.0.TH.TS.PR002

Street lighting in the complete auxiliary areaand upto 10m away from boundary of themain plant building is included in subjecttender scope.

We understand the follwoing :1. Street lighting for the roads covered in main plant area (ie., area covered by 01UZJ fencing ) are excluded from bidder's scope.

2. Street lighting for in auxiliary area upto 10m away from main plant boundary is in bidder scope of work.Kindly confirm.

As already brought out in the tender document:1. yes2. All auxiliary area covered plus 10m into themain plant area included (for lighting spread).

TATA PROJECTS

7 Section - C0

CL. 4.3.1.1, page 21 of 60

I02.KK34.0.0.TH.TS.PR002

6kV Power cable, pilot wire differentialprotection, OFC and control cables frompurchaser's common station supply building(03UBG) to 6kV switchgear 00BCM &00BCN in common substation building(0UBS); from 03UBG building to 6kvswitchgear buses 00BCG & 00BCH inOUTF building; from 0UTF building 6kVswitchgear buses 00BCJ & 00BCK in 0UPKbuiliding.

We understand that MV, LV power and control cables between 03UBG building to 01UBG/02UBG/0UAC are excluded from bidder's scope.

Kindly confirm.

Yes, they are excluded from the bidder's scope ofwork.

TATA PROJECTS

8 Section - C0

CL. 4.3.1.2, page 21 of 60

I02.KK34.0.0.TH.TS.PR002

LV power and control cables frompurchaser's switchgear in 3UBA building tocontractor's Group-2 MCC/LDB housed in0UBS building ( refer SLDI301.KK34.0.0.ET.OKP.WD004 sheet 4/4attached with the tender)

Kindly furnish the indicative layout for 3UBA building and also indicate the purchaser's switchgear for better understanding.

Details of respective switchgear of 3UBAbuilding can be provided to the successfulbidder, during detailed engineering, if required..

3 / 17

Page 398: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - ELECTRICAL

TENDER SECTION NO.

TATA PROJECTS

9 Section - C0

CL. 4.4, page 21 of 60

I02.KK34.0.0.TH.TS.PR002

Supply and installations of cable trays forbuildings and structures not in the scope ofthe contractor. However, the contractor'sscope of work includes all cable tray workswithin the buildings in the scope of thecontractor and upto reasonable limits, sayabout 1-5m beyond the building. Also cabletray and supports between the buildings inthe scope of contractor but routed throughthe purchaser's structures, in the auxiliaryarea is included in the scope of the subjecttender.

We have envisaged horizontal supports and cable trays in auxiliary area in bidder scope of work.

We understand that Vertical supports for mounting cable tray on purchaser's structures are excluded from bidder scope.

Kindly confirm.

All cable tray and support system work in theauxiliary area is in the scope of the bidder andshall comply with all the tender specifications .

whereas, generally, all work on the Purchaser'sstructures are excluded from bidder's scope.However, as interfaces with the Purchaser's areaare inlcuded in the scope of the subject tender.

TATA PROJECTS

10 Section - C0

CL. 4.6, page 22 of 60

I02.KK34.0.0.TH.TS.PR002

Communication system, fire detection andalarm system in all the SSCs in excludedfrom the connector's scope.

We undertand that electricals for communication system, fire detection and alarm system are also excluded from bidder's scope of work. Kindly confirm.

Providing of power supply feeders for allcommunication system, fire detection and alarmsystem in all the SSCs is included in the scope ofthe subject tender.

Section - C0

CL. 4.0, page 20 of 60

I02.KK34.0.0.TH.TS.PR002

Exclusions

Section - C0

CL. 6.1, page 22 of 60

I02.KK34.0.0.TH.TS.PR002

The interface shall be through trestle,trenches, buried, fire water piping, electrical,instrumentation cabling and all theincoming/outgoing pipelines to be connectedwith auxiliary/Main plant area/electrical rea.Interfacing is in the scope of the contractorand contractor shall submit interfacingmethodology to the purchaser for approval.

Exclusion mentioned in clause 4.0 and interfacing requirements which are to be complied, should not be mixed. Hence, Tender clause, as specified, shall prevail. Further, it is also clarified that, there are interfacing requirements between this Package and Main Plant / Electrical Packages as specified in clause 6.1, which are to be complied by the bidder.

TATA PROJECTS

We have excluded interfaces between auxiliary/ main plant area/electrical area in our scope of work in line with CL. 4.0 ( Exclusions).Pl confirm.

11

4 / 17

Page 399: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - ELECTRICAL

TENDER SECTION NO.

TATA PROJECTS

12 Section - C1.1

CL. 3.2, e) page 10 of 19

I02.KK34.0.0.PR.TT.PR001

Cable routing shall be as shown in overallcable layout drawing(I301.KK34.EO.OKS.WD008).

We understand that cables will be routed through purchaser's trestles/tunnel/trenches only.

Kindly confirm.

Cabling to be routed through Purchaser's Trestle,which are excluded from the scope of thisPackage, are defined in the documentTH.TS.PR002. eg. Cabling between 123 UBG toUBS, 123 UBG & UTF. Bidders to note that, all other cabling betweenthe bldgs covered within the battery limits of thispackage, via trestles, concrete pedestals, etc. ifany, through cable ducts / covered trays, etc.. asper over all cabling layout, are all included in thescope of this tender, including design,construction of trestles / concrete pedestals aswell as design, supply, erection cable ducts /trays / its support, etc.. .

TATA PROJECTS

13 Section - C1.1

CL. 3.2, h) page 11 of 19

I02.KK34.0.0.PR.TT.PR001

415V, 3-ph, TPN, 50kA for 1sec……………..as per single line diagramsand associated bus ducts for interconnectionbetween auxiliary transformers and 415Vswitchgear.

We understand that 415V LT switchgears, Power DB, Lighting DB, Lighting Panels located at 0UAC switchgear building are excluded from bidder's scope of work.

Kindly confirm.

0UAC is excluded from the scope of this tender.

TATA PROJECTS

14 Section - C1.1

CL. 3.3.3, page 14 of 19

I02.KK34.0.0.PR.TT.PR001

Grid made of not less than 70 sq.mm baretinned Cu conductor shall be provided as pertechnical requirement for grounding andlightning protection system.

We suggest Equivalent size of MS Rod instead of 70 sq.mm bare tinned copper conductor as ground grid.

Kindly confirm.

Tender specifications prevail.

TATA PROJECTS

15 Section - C1.1

CL. 3.3.11, page 15 of 19

I02.KK34.0.0.PR.TT.PR001

Electrics for MOVs, as required. Pl clarify whether the MOV's are integral type or Non Integral type.

Design intent given in the tender specificationsshall be met. Selection of type of MOV can bereviewed during detail engineering by thesuccessful bidder, based on merits of theproposal for review by the Purchaser.

5 / 17

Page 400: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - ELECTRICAL

TENDER SECTION NO.

Section - C2

CL.2.7.7, page 5 of 36

PR.TT.PR002 The dry type Auxiliary and LightingTransformers located in 0 UBS, UKU etc.buildings shall be designed with 100%standby.

Section - C.2.6.3

Key Single line diagram for 6 kV and 415V system, sheet 3/4

I301.KK34.0.0ET.0KP.WD004, sheet 3/4

Power distribution for 0UKU building

TATA PROJECTS

17 Section - C2

CL.2.7.8, page 5 of 36

PR.TT.PR002 The loads 200kW and above shall be fedthrough 6kV switchgear. Generally, loadhaving capacity 90kW and above shall befed from 415V switchgear and load ofcapacity less that 90kW shall be fed fromMCCs

Kindly note that motors such as Brine pump ( 75 kW) is fed from 00BKQ and 00BKR switchgear.

Hence we have envisaged distribution of loads in line with Key single line diagram.

Kindly confirm.

Acceptable provided they comply with all thetender specifications.

18 18 Section - C2

CL.3.1.8, page 8 of 36

PR.TT.PR002 Contractor shall study the drawings anddocuments for KKNPP-1&2 and bring out conflicts/ discrepancies, if any, vis-à-visKKNPP-3&4 systems. Any improvementarising out of this review shall be carriedout/ implemented at no extra cost. Purchaserwill share the drawings and documents forKKNPP-1&2 with the Contractor duringdetail engineering.

We request client to furnish KKNPP-1&2 drawings and documents for our reference along with pre-bid replies.

No, tender clause, as specified, shall prevail.

TATA PROJECTS

19 Section - C2

CL.3.3.7, page 10 of 36

PR.TT.PR002 Rating of transformers required to feed RFloads rated for 380V, if any, shall be decidedby the Contractor as per requirement, to beinformed by Purchaser to the successfulbidder.

We have envisaged 380V for 03UGF MCC in line with Key SLD, sheet 4/4.

Kindly confirm.

The clause no. 3,3,7 is relevant to rating of transformers and does not seem to be relevant to the question. However, 380V MCC for 03UGF is in line with key SLD of the tender specification. The said MCC is fed from the Purchaser's switchgear as meentioned in the SLD .

Accepted.TATA PROJECTS

We have envisaged common standby transformer for 00BKL 415V switchgear and 00BKM 415V switchgear located in 0UKU building in line with Key SLD.

Kindly confirm.

16

6 / 17

Page 401: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - ELECTRICAL

TENDER SECTION NO.

TATA PROJECTS

20 Section - C2

CL.3.6, page 10 of 36

PR.TT.PR002 Each switchgear shall be provided withspare feeders to the tune of 10% subject to aminimum one number. of each type andrating.

We request client to accept 10% of each type and size subject to min 1 No of each type and size as spare feeders.

Kindly confirm.

Tender specifications shall prevail.

Section - C2

CL.3.10.5, page 11 of 36

PR.TT.PR002 The cables shall be sized based on themaximum continuous load current, thevoltage drop, system voltage, systemearthing and short circuit withstand criteriaas applicable

Section - C2

CL.3.10.6, page 11 of 36

PR.TT.PR002 All incoming cables to switchgear/distribution boards and other equipmentshall be sized for maximum anticipated loadincluding a minimum 10-15% future growthmargin.

TATA PROJECTS

22 Section - C2

CL.3.10.15, page 13 of 36

PR.TT.PR002 All MV & LV power cables in racks/ trays/ cable ducts shall be laid in single layer only. However LV cables below 16 sq. mm (Group-3) may be laid in multiple layers as well, as per technical specification for cable system & cabling guidelines.

We request client to accept LV cables ofsize 120sq.mm and below being laid indouble layer and above 120 sq.mm insingle layer.

Kindly confirm.

Tender specifications prevail.

TATA PROJECTS

23 Section - C2

CL.3.10.17, page 13 of 36

PR.TT.PR002 Single core 6kV cables shall be laid in trefoilconfiguration with 1D gap.

We undedrstand that single core cables are to be laid in trefoil configuration ( touching each other) and 1D gap shall be maintained between the two trefoil configuration.Kindly confirm.

Tender specifications prevail.

Tender specifications prevail.TATA PROJECTS

we will envisage cable sizing based on maximum continuous load current.

Kindly confirm.

21

7 / 17

Page 402: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - ELECTRICAL

TENDER SECTION NO.

TATA PROJECTS

24 Section - C2

CL.3.12.5, page 15 of 36

PR.TT.PR002 Areas requiring emergency lighting (fedfrom Group-2 power supply in case ofunmanned areas and from Group-1 ACpower supply in case of manned areas) shallinclude, but not be limited to, the following: - Common Control Room (0 UCS).....................................................

- Any other, as per requirement, duringdetail engineering

As the emergency lighting will have implication on battery/UPS, we request client to clarify the other areas which require emergency lighting.

As already mentioned in the specification, allmanned areas to have group 1 poweredemergency lighting. Manned areas other than thatmentioned in the tender, if any, are to be broughtout by the successful bidder during detailengineering. Based on the same, the biddershould be able to size relevant equipment.Accordingly, group 1 power for emergencylightinng shall be provided by the successfulbidder as a part of the subject tender.

TATA PROJECTS

25 Section - C2

CL.3.12.6, page 15 of 36

PR.TT.PR002 Generally 5 - 10% of the total lightingfixtures shall be fed from emergency supply

We will envisage 5% of the total lighting fixtures from emergency DG supply for buidlings listed in CL.3.12.5.Kindly confirm.

Tender specifications prevail as 5 - 10 % is thegeneral norm and actuals depend on the layout -to be arrived at during detailed engineering.

TATA PROJECTS

26 Section - C2

CL.3.12.6, page 15 of 36

PR.TT.PR002 AC Evacuation lighting for all buildings,areas and facilities of common servicesarea will be fed from Group-1 240V ACsupply located at Purchaser’s 0 3UBA viaUBS or UKU as explained above.

We understand that Group-1 240V AC supply ( fed from UPS) will be made available by purchaser upto bidder's supplied distribution board, located in different buildings, in line with tender SLD ( sheet 4/4).Kindly confirm.

No, Purchaser will provide it at one point, say inUBS, as mentioned in clause no. 3.12.10 ofI02.KK34.0.0.PR.TT.PR002. All further cablerouting, re-distribution etc. , within and betweenthe bldgs covered under the scope of this tenderare included in the scope of works of this tender.

TATA PROJECTS

27 Section - C2

CL.3.12.11, page 15 of 36

PR.TT.PR002 All technical details and requirement, including required lux levels, wiring types, lighting fixtures, lighting distribution boards etc., are covered in technical specification no. I02.KK34.0.0.ET.TS.PR004 and data sheet no. I02.KK34.0.0.ET.DS.PR004 and I02KK34.0.0.ET.DS.PR030 attached with the EPC Tender.

Kindly note that Annexure-1 ( Dwg No. A209-0E1-16-50-0017, Rev B dated 22032013) is not readable.

Request client to furnish the readable dwg or autocad dwg of Annexure-1 for better understanding of client's requirement.

Uploaded in folder 2.6.3 of folder 4 along withprebid responses.

8 / 17

Page 403: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - ELECTRICAL

TENDER SECTION NO.

TATA PROJECTS

28 Section - C2

CL.3.14.6, page 17 of 36

PR.TT.PR002 Adequate number of three-pin sockets forlamps and portable tools shall be providedat suitable locations to ensure accessibilitywith a 15 m length of cable to all importantareas in the plant

We will envisage 15/20A, 240V, 1-ph, 3-pin socket with earth connection in all manned areas such as control rooms/maintenace rooms/operator rooms.Kindly confirm.

Tender specifications prevail. Areas in the scopeof the tender are inclusive.

Section - C2.3

CL.1.4, page 2 of 74

I02.KK34.0.0.ET.TS.PR025

Digital signal processor based device forauto transfer scheme (ALT scheme), for6kV buses 00BCE, 00BCF, 00BCG &00BCH) (with IEC 61850 communicationprotocol)

Section - C1.1

CL. 3.2, a) page 9 of 19

I02.KK34.0.0.PR.TT.PR001

2 Nos 6kV, 50 kA for 1 sec draw-out typeswitchgear (00BCM, 00BCN switchgearbuses) in 0UBS building and 2 nos. 6kV, 50kA for 1 sec. draw out type switchgear(00BCJ, 00BCK switchgear buses) in 0UPKbuilding, with SF6/Vacuum type circuitbreakers

Section - C2.3

CL.5.3, page 17 of 74

I02.KK34.0.0.ET.TS.PR025

ALT (Automatic Load Transfer) facility/scheme shall be provided for automatic loadtransfer at 6kV level for each bus (00BCE,00BCF, 00BCG & 00BCH).

TATA PROJECTS

30 Section - C2.3

CL.1.4, page 2 of 74

I02.KK34.0.0.ET.TS.PR025

The scope includes supply of dummy panelsbased on actual requirement depending oninstallation requirements & cubicledimensions (to avoid interference frombeams/columns), marshalling compart ment,relay compart ment, etc

Marshalling compart will be part of LV and relay compartment only.

Separate marshalling compartment is not envisaged.

Kindly confirm.

Termination of external multipair cables wouldnot be preferred within the panels, for the ease ofmaintenance and therefore calls for marshallingpanels. This depends on the number of cablesexiting and shall be decided during detailedenginnering by Contractor, subject to review andapproval by Purchaser, in line with the tenderspecifications.

Yes, in line with the tender specification. However, all works with regard to 6kV buses 00BCM & 00BCN and 6kV switchgear buses

00BCJ & 00BCK are included in the scope of the subject tender (including interlocks between bus coupler CBs and incomers), as already brought

out in the tender specifications.

TATA PROJECTS

In line with CL.3.2, a) of I02.KK34.0.0.PR.TT.PR001, we understand that 6kV buses 00BCE, 00BCF, 00BCG & 00BCH are not in bidder's scope of work.

Hence we have not envisaged ALT schme for said boards in our scope of work.

Kindly confirm.

29

9 / 17

Page 404: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - ELECTRICAL

TENDER SECTION NO.

Section - C2.3

CL.1.4, i) page 3 of 74

I02.KK34.0.0.ET.TS.PR025

Following are the 6.0 kV Switchgears to besupplied:

i) CSPSS Board 00BCE & 00BCF - 02Nos

Section - C1.1

CL. 3.2, a) page 9 of 19

I02.KK34.0.0.PR.TT.PR001

2 Nos 6kV, 50 kA for 1 sec draw-out typeswitchgear (00BCM, 00BCN switchgearbuses) in 0UBS building and 2 nos. 6kV, 50kA for 1 sec. draw out type switchgear(00BCJ, 00BCK switchgear buses) in 0UPKbuilding, with SF6/Vacuum type circuitbreakers

TATA PROJECTS

32 Section - C2.3

CL.1.4, ii) page 3 of 74

I02.KK34.0.0.ET.TS.PR025

ii) Compressor building board 00BCG &00BCH - 2 Nos

TATA PROJECTS

33 Section - C1.1

CL. 4.4, page 18 of 19

I02.KK34.0.0.PR.TT.PR001

Brief Description of works excluded:4.4 ) 6kV switchgear in OUTF :Supply, installation, pre-commissioning of6kV switchgear panels in 0UTF building.

TATA PROJECTS

34 Section - C2.3

CL.1.4, i)v page 3 of 74

I02.KK34.0.0.ET.TS.PR025

Following are the 6.0 kV Switchgears to besupplied:

i) RPSS Board 30BCA to 30BCD, 40BCA to 40BCD - unit #3 - 4 Nos and unit#4 - 4 Nos

In line with CL.3.2, a) of I02.KK34.0.0.PR.TT.PR001, 6kV buses 00BCM, 00BCN, 00BCJ & 00BCK are in bidder's scope of work.6kV switchgear buses 00BCE & BCF of 03UBG building are excluded from the bidder's scope as building is not under this tender.Please refer section 3.3.2 of I02.KK34.0.0.TH.TS.PR002 (R0) for scope of buildings.

6kV switchgear in 0UTF building (00BCG & 00BCH) are excluded from bidder's scope of work. Please refer the clarification given at point no.1 of the clarification

6kV buses 30BCA to 30BCD & 40BCA to 40BCD are exlcuded from bidder's scope of

work.

TATA PROJECTS

In line with CL.3.2, a) of I02.KK34.0.0.PR.TT.PR001, we understand that only 6kV buses 00BCM, 00BCN are in bidder's scope of work.

However, as per CL.1.4, i) 6kV buses 00BCE & 00BCF are also in bidder's scope of work.

Kindly clarify.

In line with CL.4.4 of I02.KK34.0.0.PR.TT.PR001, we understand that 6kV switchgear in 0UTF building (00BCG & 00BCH) are excluded from bidder scope of work. However, as per CL.1.4, ii) 6kV buses 00BCG & 00BCH are also in bidder's scope of work.Kindly clarify.

In line with CL.3.2, a) of I02.KK34.0.0.PR.TT.PR001, we understand that only 6kV buses 00BCM, 00BCN are in bidder's scope of work.

However, as per CL.1.4, iv) 6kV buses 30BCA to 30BCD & 40BCA to 40BCD

31

10 / 17

Page 405: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - ELECTRICAL

TENDER SECTION NO.

TATA PROJECTS

35 Section - C1.1

CL. 3.2, a) page 9 of 19

I02.KK34.0.0.PR.TT.PR001

2 Nos 6kV, 50 kA for 1 sec draw-out typeswitchgear (00BCM, 00BCN switchgearbuses) in 0UBS building and 2 nos. 6kV, 50kA for 1 sec. draw out type switchgear(00BCJ, 00BCK switchgear buses) in 0UPKbuilding, with SF6/Vacuum type circuitbreakers

TATA PROJECTS

36 Section - C2.3

CL.1.5, page 3 of 74

I02.KK34.0.0.ET.TS.PR025

The above 6.0kV switchgear shall besupplied as per Data Sheet nos.I301.KK34.0.0.ET.DS.PR034,

We are unable to find the Data sheet for 6kV switchgear ( I301.KK34.0.0.ET.DS.PR034). Request to furnish the same.

For data sheet of 6kV switchgear, refer todocument no.I02.KK34.0.0.ET.DS.PR023 (inplace of I301.KK34.0.0.ET.DS.PR034).

30BCA to 30BCD & 40BCA to 40BCD are also in bidder's scope of work.

Kindly clarify.

11 / 17

Page 406: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - ELECTRICAL

TENDER SECTION NO.

Section - C2.3

CL.1.14, page 3 of 74

I02.KK34.0.0.ET.TS.PR025

The scope includes not only design,engineering and supply of all interfaces andcoordination for equipment covered underthis specification but also with equipment such as DC distribution boards etc coveredunder other modules but forming part of thiscomposite electrical systems package andalso with Protection panels for Reserveauxiliary transformers, common stationauxiliary transformers and unit auxiliarytransformers, SCADA, etc which are notcovered under this Technical specificationso as to ensure safe and satisfactoryoperation of the entire electrical systemwithout any constraints imposed due to lackof such integration.

Section - C0

CL. 4.3.1.1, page 21 of 60

I02.KK34.0.0.TH.TS.PR002

6kV Power cable, pilot wire differentialprotection, OFC and control cables frompurchaser's common station supply building(03UBG) to 6kV switchgear 00BCM &00BCN in common substation building(0UBS); from 03UBG building to 6kvswitchgear buses 00BCG & 00BCH inOUTF building; from 0UTF building 6kVswitchgear buses 00BCJ & 00BCK in 0UPKbuiliding.

Tender clauses prevail. It is further clarified that, though the supply of

cables, to be routed over trestle, from 0 3 UBG to UTF / UBS are excluded, it does not absolve the

responsibility of the bidder of interfaces with Electrical Area EPC / Main Plant Electrical Systems work as already brought out in the

tender specification.

TATA PROJECTS

As all MV, LV, control and special cables from 6kV buses (00BCM, 00BCN, 00BCg, 00BCH ) to upstream switchgears are excluded from bidder's scope of work, we understand that interface with protection panels for Reserve auxiliary transformers, common station auxiliary transformers and unit auxiliary transformers are excluded from bidder's scope of work. Kindly confirm.

37

12 / 17

Page 407: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - ELECTRICAL

TENDER SECTION NO.

TATA PROJECTS

38 Section - C2.3

CL.3.5, Point ix), page 9 of 74

I02.KK34.0.0.ET.TS.PR025

Instruments, relays and control devices shallbe mounted flush on the hinged door of themetering compartment located in the frontportion of the cubicle.

Kindly note that instruments, relays and control devices will be surface mounted on hinged door. Kindly confirm.

As mentioned in the specifications, the mountingshall be flush.

TATA PROJECTS

39 Section - C2.3

CL.3.5, Point xviii), page 10 of 74

I02.KK34.0.0.ET.TS.PR025

Space provision shall be made in Bus VT toaccommodate Automatic Voltage Regulatorfor RATs and CSAT OLTC control.

Kindly note that 6kV buses (00BCM, 00BCN, 00BCg, 00BCH ) are located in compressor switchgear room /chlorination switchgear room. Hence provision in Bus VT for automatic voltage regulator is not applicable. Kindly confirm.

00BCM, 00BCN, 00BCJ & 00BCK are includedin the scope of the subject work. However, therequirement of providing bus VT toaccommodate AVR for RAT and CSAT is notincluded in the subject tender.

Section - C1.1

CL. 3.2, point f), page 10 of 19

I02.KK34.0.0.PR.TT.PR001

Supply of IEC 61850 compliant ethernetswitches for connecting the numerical relaysin MV and LV switchboards to SCADAsystem on fibre optic data highway ring ( byothers) is by others.

Section - C2.3

CL.1.1, page 2 of 91

I02.KK34.0.0.ET.TS.PR027

This specification covers the design,engineering, material, construction features,assembly , stage inspection and testing atContractor's/ Sub Contractor’s works,integrated testing at manufacturer works,packing for shipment, transportation anddelivery of SCADA system equipments(listed below) along with associatedsoftware & hardware and accessories, spares & maintenance tools, Generation ofverification and validation documents as perNPCIL

Supply of IEC-61850 compliant Ethernet switches for connecting the numerical

relays in MV and LV switchboards to SCADA system on fibre optic data

highway ring would be by Purchaser. including integration of SCADA with the ethernet

switches . Connection of numerical relays to the Ethernet

switches using OFC is in the scope of the subject tender. Required signal generation from the

bidder's MV & LV boards to SCADA system as per TS of SCADA, TS of Numerical relay, TS of

6kV switchgear is to be ensured under the subject tender. Algorithms shall be prepared during detailed engineering under the subject tender by the successful bidder for review &

approval by Purchaser.

TATA PROJECTS

40 We undersatnd that supply of IEC 61850 compliant ethernet switches in MV and LV switchboards supplied by bidder is only included in bidder's scope of work. Furnished SCADA sepcification will be for bidder reference only. Kindly confirm.

13 / 17

Page 408: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - ELECTRICAL

TENDER SECTION NO.

TATA PROJECTS

41 Section - C2.3

CL.5.3, page 15 of 74

I02.KK34.0.0.ET.TS.PR025

Reserve Auxiliary Transformers (RATs)(30BCT01 & 30BCT02 for Unit 3 and 40BCT01 & 40BCT02 forUnit 4), of capacity 63MVA each (havingtwo secondary windings) (excluded from thescope of switchgear vendor but included inthe EPC package )

We understand that 2 Nos of 63 MVA RATs and associated accessories, relay panels are excluded from bidder's scope of work. Kindly confirm.

Confirmed.

TATA PROJECTS

42 Section - C2.3

CL.5.3, page 15 of 74

I02.KK34.0.0.ET.TS.PR025

Similarly, Common Station AuxiliaryTransformer (CSAT) of capacity 63MVA(having two secondary windings) (excludedfrom the scope of switchgear vendor butincluded in the EPC package)

We understand that 1 No of 63 MVA CSATs and associated accessories, relay panels are excluded from bidder's scope of work. Kindly confirm.

Confirmed.

TATA PROJECTS

43 Section - C2.3

CL.5.16, page 29 of 74

I02.KK34.0.0.ET.TS.PR025

A minimum of four in UBG building andtwo each in 0 UTF building, 0 UBS building and 0 UPK buildings shall be provided

As 6kV buses located in 0UBS are not included in bidder's scope of supply, we understand that four nos of earthing trucks for OUBG are not included in bidder's scope of work. Kindly confirm.

6kV buses in 0UBS, 0UPK are included in thescope of the subject tender as already mentionedin the tender specifications.

TATA PROJECTS

44 Section - C2.3

CL.5.16, page 29 of 74

I02.KK34.0.0.ET.TS.PR025

A minimum of four in UBG building andtwo each in 0 UTF building, 0 UBS building and 0 UPK buildings shall be provided

We have envisaged 2 Nos of earthing trucks ( 1 No of bus earthing truck and 1 No of cable earthing truck ) in each building ( 0UTF and 0UPK). Kindly confirm.

Relevant to 0UBS 2 nos. of earthing trucks and02 nos of earthing truck of 0UPK building shallbe provided as per clause no. 5.15 of the tenderspecification.

14 / 17

Page 409: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - ELECTRICAL

TENDER SECTION NO.

Set-5 dt 16.09.2016TATA

PROJECTS45 Specificati

ons of instrument

ationfor

common services

package - Technical requireme

nts ofinstrument

ation

1.5 I02.KK.34.0.0.AP.TT.PR001

Request for a waiver on suppying IRP panels - hard wired relay cabinets on top of the PLC/RIO panels, as according to the best engineering pactice it's not required in this water utilities type system. Please accept.

Section indicates the generic equipments used in I&C process control. IRP may be used where there is necessity to interface signals of different voltage levels. Hence, blanket waiver cannot be provided.

TATA PROJECTS

46 PROCESS SPECIFIC

ATION

5 I301.KK34.0.0.AB.TS.PR001

Plant operating life for all equipments required shall be 40 years. EPC contractor to necessarily bring out in notice during offer stage itself in case life of any equipment is less than 40 - As per standard practice, plant life is 25 years. Please accept.

Tender specification shall prevail.

Set-6 dt 19.09.2016Section - C2.3

CL.5.20.1, page 30 of 74

I02.KK34.0.0.ET.TS.PR025

CTs for instruments shall have an accuracy class of 1.0 and an accuracy limit factor less than 5.0. One leg of the CTs shall be earthed. Separate CTs shall be provided for Differential and Restricted Earth fault protection.

Section - C.2.6.3

Key Single line diagram for 6 kV and 415V system, sheet 3/4

I301.KK34.0.0ET.0KP.WD004, sheet 3/4

Feeder Details : CT ratios

Section - C2.3

Annexure-2 to Annexure-10

I02.KK34.0.0.ET.TS.PR025

CT details

Section - C2.3

CL.5.20.1, page 30 of 74

I02.KK34.0.0.ET.TS.PR025

Protective CTs shall have an accuracy class of 5P and an accuracy limit factor greater than 10.

TATA PROJECTS

47TATA PROJECTS

We have envisaged CT ratios in line with Key single line diagram and CT parameters in line with Annexure-2 to Annexure-10.

Kindly confirm.

As single line diagram are indicative and minimum, these CT ratios are indicative. Exact ratio shall be finalized at detail engineering stage.

In+H63:H69 view of controdictionary between the referred clauses, we will envisage protection CT accuracy class of 5P and an accuracy limit factor of 10 ( ie.,

At point no. 5.20.1 if the document no. I02.KK34.0.0.ET.TS.PR025, requirement has

already been stipulated, the same shall prevaail

48

15 / 17

Page 410: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - ELECTRICAL

TENDER SECTION NO.

Section - C2.3

Annexure-2 to Annexure-10

I02.KK34.0.0.ET.TS.PR025

CT details : 5P10

TATA PROJECTS

49 Section - C2.3

CL.1.3, page 3 of 45

I02.KK34.0.0.ET.TS.PR001

Transformer 00BHT11 & 415V switchgear bus 00BHA work as back up through ALT scheme (ATS switch provided at local control panel) to 415V switchgear buses 00BKG & 00BKH (in addition to working as back up to 415V switchgear buses 00BKL & 00BKM)

We undersatnd that only 1 No of outgoing feeder will be closed at a time out of 4 Nos of outgoing feeders at 415V switchgear bus 00BHA.

Kindly confirm.

Each bus (00BKG, 00BKH, 00BKL & 00BKM) has separate incoming feeder. Please refer the

SLD of 415 V switchgear, which has been already included in the subject tender package.

TATA PROJECTS

50 Section - C2.3

CL.6.1, page 23 of 45

I02.KK34.0.0.ET.TS.PR001

Circuit breakers/ contactors controlling motor feeders shall have a rating of at least 125% of the maximum continuous rating of the connected motors

We undersatnd that 125% of margin has to be considered over maximum load current only.

Kindly confirm.

"least 125% of the maximum continuous rating of the connected motors" i.e. motor current rating

shall be considered.

TATA PROJECTS

51 Section - C2.3

CL.6.3, Point 3, page 24 of 45

I02.KK34.0.0.ET.TS.PR001

Contactor with MCCB(with protection 49,50), with control (ON/OFF) circuit from external command relay, with under voltage protection, CBCT with earth leakage relay(for protection 50N) and emergency trip provision - 37kW, 110kW, 132kW, 160kW

We undersatnd that motor feeder with contactor & MCCB shall be provided for motors rated 37kW and above.

ACB is not applicable for LT motors.

Kindly confirm.

Technical specification clearly mentions that motor feeder with contactor & MCCB shall be

provided for motors rated 11kW and above.

It is confirmed that ACB is not applicable for LT motors.

TATA PROJECTS

Section - C2.3

CL.6.2, Point 3, page 24 of 45

I02.KK34.0.0.ET.TS.PR001

Contactor with MCCB(with protection 49,50), with control (ON/OFF) circuit from external command relay, with under voltage protection, CT with provision of ammeter at local board (for motor rating 90kW and above) and emergency trip provision - 37kW, 110kW, 132kW, 160kW

TATA PROJECTS

Section - C2.3

CL.6.3, Point 3, page 24 of 45

I02.KK34.0.0.ET.TS.PR001

Contactor with MCCB(with protection 49,50), with control (ON/OFF) circuit from external command relay, with under voltage protection, CBCT with earth leakage relay(for protection 50N) and emergency trip provision - 37kW, 110kW, 132kW, 160kW

5P and an accuracy limit factor of 10 ( ie., 5P10 protection CT) in line with Annexure-2 to Annexure-10 of Technical

In line with point No.3, CBCt is not required for 37kW and above rated motors.

However, CBCT is required for 37kW and above rated motors in line with point No.4.

Request client to clarify the CBCT requirement.

Requirement of CBCT with earth leakage relay (for protection 50N) shall be worked out (based

on the location of equipment and distance) during detailed engineering by the Contractor

for motor rating above 11kW subject to review and approval by the Purchaser.

52

16 / 17

Page 411: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE

BIDDER

QUERY NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - ELECTRICAL

TENDER SECTION NO.

Section - C2.3

CL.6.3, LV Outgoing feeder type, point No.1, page 24 of 45

I02.KK34.0.0.ET.TS.PR001

Low voltage outgoing feeder type:MCCB from 63A up to 630A(with protection element 49,50,51,51N) : For MCC/PDB

Section - C2.3

CL.6.3, page 23 of 45

I02.KK34.0.0.ET.TS.PR001

MCCBs are to be provided for the feeder rating up to 400A for the 415V switchgears (outgoing feeders).

Section - C2.3

CL.1.4, page 2 of 24

I02.KK34.0.0.ET.TS.PR028

Essential/ Mandatory spares for MV and LV bus duct shall be supplied as per the list attached in the relevant section in the Tender document.

Section - C2.3.3

Mandatory spares list

I02.KK34.0.0.TH.ZI.PR001

TATA PROJECTS

TATA PROJECTS

In view of controdictionary between the refereed clauses, we will envisage MCCB for feeder rated upto and including 630A.

Kindly confirm.

Confirmed.

In the absence of MV busduct mandatory spares in tender document (Dwg.No. I02.KK34.0.0.TH.ZI.PR001 ).

Request client to furnish the same.

415V bus duct list is applicable to MV as well.

53

54

17 / 17

Page 412: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

TATA Projects Ltd

1 C 2.4.1 1.15 1_I02.KK34.0.0.AP.TT.PR001_R0 "Vendor should ensure uniformity, compatibility and quality of C&I equipments/ items supplied." Query: We ensure compatibility and quality of C&I equipments/ items supplied. However it is difficult to adhere to the requirement of uniformity. We shall try to meet the uniformity requirement to the extent possible.

Not acceptable. Uniformity at lower level is required to address spare stock as well as to reduce maintenance issues and at upper level with respect to aesthetic point of view.

TATA Projects Ltd

2 C 2.4.1 3.1.3 (7) 1_I02.KK34.0.0.AP.TT.PR001_R0 "Grouping philosophy"The basic source of power supply for all the instruments shall be UPS (by client). This power supply shall be converted into 24V DC (as required) in PLC SMPS module and shall be fed to instruments. Hence separate and independent power supply for redundant instrument can not be given. Please confirm.

With respect to power supply to system, atleast two feed-in sources shall be ensured for PLC cabinet. Exact details are described in 4.27.

TATA Projects Ltd

3 C 2.4.1 4.1 1_I02.KK34.0.0.AP.TT.PR001_R0 "PLC Configuration shall be Dual Redundant type with dual redundantprocessors, communication modules, power supplies and dual I/Os."Please clarify the requirement of dual I/Os. Please let us know for which signals dual I/Os are required.

Dual I/Os are required to ensure the availability of the system. Same to be identified by vendor during detailed engineering stage and shall be submitted to NPCIL for approval.

TATA Projects Ltd

4 C 2.4.1 4.22 1_I02.KK34.0.0.AP.TT.PR001_R0 "The time stamping of all alarms shall be as per PLC processor time stamping or I/O module stamping."We understand that the time stamping is as per PLC system clock and not GPS based master clock system. Please confirm.

The time stamping can be as per PLC system clock but synchronisation shall be ensured with GPS based master clock system of plant. Suitable interface with NTP protocol may be provided.

TATA Projects Ltd

5 C 2.4.1 3.1.12 1_I02.KK34.0.0.AP.TT.PR001_R0 "Separate provision of space for panel installation shall be provided in CER forfuture Unit 5& 6"Please let us know the space required for the panels for future unit 5&6.

Please refer, 'I02.KK34.0.0.AP.AL.PR001' CCR/CER layout diagram, wherein space is clearly indicated. Any changes to same by vendor may be informed for approval by NPCIL before implementation.

DESIGN, ENGINEERING, PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION / CONSTRUCTION, TESTING, COMMISSIONING, HANDING OVER AND PERFORMANCE GUARANTEE (PG) OF COMMON SERVICES SYSTEMS, STRUCTURES AND COMPONENTS (SSC) FOR KUDANKULAM NUCLEAR POWER PROJECTS-3&4

NUCLEAR POWER CORPORATION OF INDIA LIMITED

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - C&I

1 / 2

Page 413: Tender No. CMM/HMP/75-00-10-078 · tender no. cmm/hmp/75-00-10-078 page 1 of 4 nuclear power corporation of india limited design, engineering, procurement, manufacture, supply, erection

NAME OF THE BIDDER

QUERY NO.

TENDER SECTION NO.

REFERENCE CLAUSE NO.

TECHNICAL SPECIFICATION NO. / COMMERCIAL REF. NO. DESCRIPTION OF THE QUERY RESPONSE FROM NPCIL

PRE-BID QUERIES FROM TATA PROJECTS LTD.

SECTION - C&ITATA Projects

Ltd6 C 2.4.1 Annexure 2 & 3 1_I02.KK34.0.0.AP.TT.PR001_R0 "List of Inter- building Cables for Communication

system"Please clarify the scope of supply and terminal points.

Supply of these cables is not in the scope of this Vendor. Please refer section 1.24 & 1.26 of 'I02.KK34.0.0.AP.TT.PR001'

TATA Projects Ltd

7 C 2.2.1 9.2.4 01-Process specification "Critical rotating equipment, pumps to have vibration monitoring system with control room indication"We understand that HT drives shall come under critical equipments. Please confirm.

The MVC compressors of Desalination plant shall be provided with vibration monitoring system.For other equipment it may be provided if envisage in design

TATA Projects Ltd

8 General We have not found any details for fire detection and alarm system, CCTV, public address system, EPABX, VHF etc. Hence assume that the same are not is bidder's scope. Please confirm.

Confirmed.

TATA Projects Ltd

9 General Please share the interface cabling philosophy between MCC and PLC, valves / electrical feeder / other equipments and PLC to enable us for estimate the cabling and I/Os.

a) Start/ stop, auto/manual, local/ remote shall be directly wired to MCC b) Feedback signals from drives/ MCC shall be wired to Marshaling JB.

TATA Projects Ltd

10 General It is noticed that all the C&I items are not covered under approved make list (such as PLC, cables etc.). Also for some items only single makes are listed. Request to furnish the exhaustive approved make list and include at least 3 makes for each item.

For items which are not covered in 'Suggested Vendor list', the Main vendor shall identify competent manufacturer and take wriiten approval from NPCIL before finalising the Sub-Vendor.

2 / 2


Recommended