NUCLEAR POWER CORPORATION OF INDIA LIMITED

303

Transcript of NUCLEAR POWER CORPORATION OF INDIA LIMITED

Page 1 of 2

NUCLEAR POWER CORPORATION OF INDIA LIMITED (A Government of India Enterprise)

DIRECTORATE OF CONTRACTS & MATERIALS

MANAGEMENT Notice Inviting Tender (NIT)

Phone No. (022) 25994027 email: [email protected] Fax No. (022)

25580741

Executive Director, C&MM, on behalf of Nuclear Power Corporation of India Limited (NPCIL) invites online (e-Tender) in Two Part Tender from Indian Bidders on E-tendering Portal of NPCIL as per the details given below:

1.1 Tender No. & Description :

Tender no. CMM/OPS/58-50-9-3395 for “Design, engineering, material, construction, manufacture, inspection and testing at the contractor's/sub-contractor's works, packing, transportation, delivery at site, unloading, handling, temporary storage, commissioning and functional testing at site of two number, three phase, 420Kv 125MVAR Bus Reactors for Kaiga-3&4”

1.2 Tender Fee in Indian Rupees (Non-refundable) : ₹ 11,800/-

1.3 Tender ID No. : 59220

1.4 Tender Document Web download Start Date & Time : 24.05.2021 from 17:00 Hrs. IST

1.5 Tender Document Web download Last Date & Time : 13.07.2021 up to 11:00 Hrs. IST

1.6 Due Date for online Submission of both Part-I & Part-II Tender : 13.07.2021 up to 11:00 Hrs. IST

1.7 Date for online Opening of Part-I Tender : 13.07.2021 at 11:30 Hrs. IST

1.8 Pre-Bid Meeting Date & Time : 09.06.2021 at 14:30 Hrs. IST (ON-LINE)

a. QUALIFICATION REQUIREMENTS: As stipulated in Clause No. 2.0 of ITT under Section A

of the Tender document. b. The registration details provided for downloading shall be of the same vendor who is

submitting the bid failing which such bids shall not be opened. c. For Pre-bid meeting, Tenderers should send their queries (both Technical and

Commercial) three (3) days prior to the date of Pre-Bid Meeting to [email protected]

d. For complete description, tender document & participation details, please visit our e-Tender website https://npcil.etenders.in/

e. Prospective Bidders are required to register online on NPCIL e-Tendering Portal along with requisite digital signature to participate in above e-Tender.

Page 2 of 2

f. If the due date for opening of Tender / Pre-Bid meeting happens to be a holiday in NPCIL the same will be carried out on the next working day at the same time.

g. NPCIL reserves the right to accept / reject any or all bids in part / full without assigning any reason.

h. Bidders are advised to submit their bids well in time to avoid any last minute hindrance. i. For query, if any, please contact Manager (Tender Section), C&MM, NPCIL, Nabhikiya

Urja Bhavan, A-0 Block, Anushaktinagar, Mumbai 400 094, INDIA (Contact No. 022-25994027).

j. Bidders are invariably required to submit Integrity Pact (IP) and Integrity Pact Bank Guarantee (IPBG) as per the tender terms and conditions without fail. Non-reciept of IP and IPBG by stipulated due date & time for submission of bid shall be treated as non-responsive by NPCIL and the bid shall not be opened.

Note: Bidders may please note that any future notifications, changes, extension of

due date corrigendum etc. with regards to this tender, will be published only at NPCIL e-tendering website i.e. https://npcil.etenders.in and not through print media.

***************************

e-TPT/SUPPLY-1 Page 1 of 3

NUCLEAR POWER CORPORATION OF INDIA LIMITED (A Government of India Enterprise)

DIRECTORATE OF CONTRACTS & MATERIALS MANAGEMENT

Phone No. 91-22-2599 3000 / 1000 Fax No. 91-22-2558 0741

Tender Section, A-'0' Block,

Ground Floor, Nabhikiya Urja Bhavan, Anushakti Nagar, Mumbai 400 094.

INSTRUCTION SHEET Instruction to Tenderers indicating the tender number, last date and time for receipt and opening of on-line tender through NPCIL’s e-tendering web site. Tender No. : CMM/OPS/58-50-9-3395

1.0 Last date for submission Online both Part I (Technical and Commercial bid except price) and Part II (Price bid) on our NPCIL’s e-Tendering web site https://npcil.etenders.in . All e-Bids shall be submitted through “On-line Bidding Forms” provided at our above web site only. No bid is accepted in manual mode.

: As per NIT

2.0 Due Date and Time for On-Line

Opening of Part-I of the e-Tender i.e. (Technical and Commercial Bid except Price) at our NPCIL’s e-Tendering web site https://npcil.etenders.in.

: As per NIT

3.0 Due date and time for On-line opening of Part-II (Price bid) of the bidder will be decided by the Purchaser and the same shall be intimated only to those bidders, whose e-bids are found acceptable in Part-I, in advance.

4.0 Opening of e-Tenders:

For the tenders where Integrity Pact (IP) & Integrity Pact Security (IPBG or Demand Draft) are applicable, the same shall be submitted in ORIGINAL by stipulated due date and time for submission of tender. The IP and IPBG shall be submitted in a SEPERATE SEALED envelope. This envelope will be opened first to verify compliance towards IP & IP Security submission. ANY BID WITHOUT THIS SEPARATE SEALED ENVELOPE CONTAINING ABOVE INTEGRITY PACT (IP) & INTEGRITY PACT SECURITY IN

e-TPT/SUPPLY-1 Page 2 of 3

ORIGINAL SHALL BE TREATED AS NON RESPONSIVE BY NPCIL AND SHALL NOT BE OPENED. Part-I (Technical and Commercial e-Bid except price) will be opened on-line as per the schedule and the details of the bids submitted by the bidders will be made available for all the bidders. Part-II (Price bid) of only such Bidders whose Part-I bids are found acceptable will be opened on-line as per the schedule after evaluation of their Part-I e-Bids. Subsequent to the opening, details of the Part-II bids opened can be seen by the bidders whose Part-I (Technical and Commercial e-Bid except price) bids are qualified.

5.0 The Tenderers shall take note of the following important aspects of the Two Part Tendering.

5.1 Two Part Tender shall be defined as under:

Part I - Technical & Commercial Bid except Price Part-II - Price Bid

5.2 Both Part-I & Part-II together form the complete bid. Therefore both the parts are

required to be submitted on-line within the due date and time indicated in Para 1.0. The system will not allow submitting e-Bids after the due date and time stipulated for their submission. Therefore, the bidders shall ensure submission of their e-Bids well within the due date and time.

5.3 The Commercial terms and conditions without price shall be submitted along with Part-I – Technical and Commercial bid except price in the relevant on-line bidding forms provided in the Part-I e-envelope.

5.4 Part-II – Price bid shall contain only the quantity schedule and price as per the

relevant on-line bidding forms provided in the Part-II e-envelope.

5.5 The Tenderer shall take special care not to mix up price details submitted against Part-II (Price bid) with Part-I (Technical and Commercial bid except price) and vice versa. Any violation of this condition may lead to rejection of his tender.

5.6 Pre-bid meeting for providing clarifications to the Tenderers will be held online. For this purpose, Tenderers should send their queries (both Technical and Commercial) at least 3 (three) days before the date of pre-bid meeting by email to [email protected] in MS Excel file strictly in the format given in Appendix-Y only

6.0 All communications other than in e-mode form, if necessitated, in respect of Two Part Tenders shall be addressed only to the Executive Director, Directorate of Contracts and Materials Management, Nuclear Power Corporation of India Ltd., Nabhikiya Urja Bhavan, A-'0' Block, Ground Floor, Anushakti Nagar, Mumbai-400 094, from the date of publishing of e-tender and till the finalization

e-TPT/SUPPLY-1 Page 3 of 3

of the e-tender and to no other authority in NPCIL as per the conditions stipulated in the enclosed Invitation to Tender and Tendering Conditions.

7.0 In case the due date for On-line opening of the e-tender happens to be a holiday in NPCIL, e-tender will be opened on-line on the next working day.

* * *

TPT/SUPPLY-1

Tender No. CMM/OPS/58-50-9-3395

SECTION– A CONSISTS OF:

1. INVITATION TOTENDER AND TENDERINGCONDITIONS

2. APPENDIX ‘X’ (QUALIFYING REQUIRMENTS FOR

BIDDERS)

3. APPENDIX ‘Y’ (FORMAT FOR SUBMISSION OF TECHNICAL AND COMMERCIAL QUERIES FOR PRE-BID PURPOSE)

4. FORMAT FOR PRE CONTRACT INTEGRITYPACT 5. FORMAT FOR INTEGRITY PACT BANK GUARANTEE

(IPBG)

NUCLEAR POWER CORPORATION OF INDIA LIMITED

SECTION-A

INVITATION TO TENDER AND TENDERING CONDITIONS FOR SUPPLY OF INDIGENOUS STORES

(TWO PART E-TENDER)

Index

Contents Page Nos.

1. Invitation To Tender (ITT) 3

2. Qualifying Requirements 3

3. Public Procurement Policy – Micro & Small Enterprises 6

4. Content of Tender Document 7

5. Manner And Method For Submission Of E-Bids 8

6. Agency for clarification/ confirmation regarding Tender 11

7. Expenses towards Submission of Quotations and Liability towards Site Visit / Work

11

8. Opening of Tenders 11

9. Terms and Conditions of the Contract 12

10. Test Charges, Spares and Accessories AND Supervision of Erection & Commissioning Charges.

12

11. Delivery 13

12. Evaluation of Part-I E-Bid (Technical and Commercial except

price E-Bid) 13

13. Opening of Part-II (Price E-Bid) 15

14. Validity of E-Bids 15

15. Evaluation of PART-II: Price E-Bid 15

16. Acceptance of E-Bids 16

17. Consortiums 16

NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores

e-TPT/SUPPLY-1 ITT 2 of 22

Contents

Page Nos.

18. Canvassing

17

19. Corrupt or Fraudulent Practices

17

20. Banning of Business Dealings by NPCIL 18

21. Civil Liability for Nuclear Damages(CLND) Act 2010 & Rule

2011 thereof 19

22. Disclosures

20

NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores

e-TPT/SUPPLY-1 ITT 3 of 22

SECTION-A

INVITATION TO TENDER AND TENDERING CONDITIONS

FOR SUPPLY OF INDIGENOUS STORES (TWO PART e-TENDER)

1. Invitation To Tender (ITT)

1.1 The Executive Director, Directorate of Contracts and Materials Management (C&MM), Nuclear Power Corporation of India Limited (NPCIL), a Government of India Enterprise, invites e-Bids from Indian Tenderers, by e-mode at NPCIL’s e-Tendering Web Site - https://npcil.etenders.inthrough a Two Part Tender format, for Design, Engineering, material, construction, manufacture, inspection and testing at the contractor's/sub-contractor's works, packing, transportation, delivery at site, unloading, handling, temporary storage, commissioning and functional testing at site of two number, three phase, 420Kv 125MVAR Bus Reactors for Kaiga-3&4 as per the specifications detailed in Section “C” to this tender. The conditions of contract, which will govern the contract pursuant to the tender are as contained in Section B of this tender document. If you are in a position to quote for supply in accordance with the technical specifications indicated in Section “C” to this tender document and as per conditions in Section B please submit your e-Bid in a manner and method specified hereinafter.

It is in the interest of the Tenderers to ensure that the e-Bids are submitted well in time. e-Bids shall be submitted only on our NPCIL e-Tendering Web Site i.e. https://npcil.etenders.inBids in hard copy/any other form shall not be accepted in any case.

1.2 In case of Public Tender (PT) there is no restriction for participation in the Tender. In case of Limited Tenders (LT) or Single Tenders (ST), participation is allowed only to the intended bidders who can do online submission of their bids. However, the Tenderers are required to meet the Qualification Criteria stipulated, if any, under the Tender.

1.3 One Bid per Bidder: Each bidder shall submit only one e-Bid for this tender. A bidder

who submits or participates in more than one e-Bid for this tender will cause the bidder’s participation to be disqualified for all such e-bids.

In addition, if any Tender’s participation herein leads to Conflict of Interest, their bid is liable to be rejected.

2 Qualifying Requirements

2.1 Refer to Appendix ‘X’ for the details of the requirements need to be met by the bidders. 2.2 The bidders while submitting the e-Bid are required to upload all supporting documents

/information necessary for establishing their qualification in e-Envelope only on the e-portal.

2.3 Tender documents shall be downloaded by those bidders who prima facie meet the qualification requirements as in ITT clause 2.1 above. While the system may allow the submission of offer, such allowance shall not be construed to be automatic qualification of the Tenderer for this Tender

2.4 The bidder should not be under liquidation, court receivership or similar proceedings. 2.5 Integrity Pact (IP) & Integrity Pact Security (IPBG or Demand Draft)

NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores

e-TPT/SUPPLY-1 ITT 4 of 22

2.5.1 Integrity Pact (IP): a) IP essentially envisages an agreement between the prospective Contractor and NPCIL

committing the persons / officials of both the parties, not to exercise any corrupt influence on

any aspect of the contract.

b) Only that Contractor who enters into such an IP with NPCIL would be competent to

participate in the bidding.

c) A copy of the IP duly signed on each page by the “Contract Concluding Authority” is

enclosed along with the tender. (Annexure-IP)

d) Contractor shall submit IP within due date and time, duly signed by the same signatory who is

authorised to sign the bid in original, in the IP format as attached as per para (c) above. All the

pages of the Integrity pact shall be duly signed.

e) The IP would be effective from the stage of invitation of bids till the complete execution of

the contract. This pact begins when both parties have signed it. The validity of this Integrity

Pact, from date of its signing, shall be 5 years or the complete execution of the contract to the

satisfaction of both the Purchaser and the Contractor, including warranty Period, whichever is

later. In case the Contractor is unsuccessful, this Integrity Pact shall expire after six months

from the date of signing of the contract.

f) NPCIL has appointed Independent External Monitors (IEMs), the role of IEMs is advisory

and it is restricted to resolving issues raised by an intending bidder regarding any aspect of the

tender which allegedly restricts competition or bias towards some bidder. The details with

respect to the IEM are available on NPCIL Corporate website, i.e., www.npcil.nic.in and are

as follows:

1. Shri Radheshyam Mina, email - [email protected] , Mobile No. - 09958533668 2. Shri Umesh Prasad Pani, email - [email protected] , Mobile No.- 09650990256

(Only matters related to Integrity Pact be addressed to IEMs and not routine tender related matters)

2.5.2 INTEGRITY PACT SECURITY:

i). Bidder/Contractor shall furnish IP Security of Rs.20,00,000/- (Rupees Twenty Lakhs only) OR any other currencies as specified in the tender document, in the form of Bank Guarantee

as per the prescribed format or Demand Draft drawn in favour of NPCIL. The Bank Guarantee

or the Demand Draft should be from a scheduled commercial bank in India for Indian

Contractor (except Co-operative bank) and for foreign contractor the bank guarantee shall be

from any scheduled commercial bank in India (except Co-operative bank) or a branch of an

NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores

e-TPT/SUPPLY-1 ITT 5 of 22

Indian Bank abroad. Scheduled commercial bank in India includes branches of Foreign Banks

operating in India under Reserve Bank of India Guidelines/ as specified in the tender

document.

ii). The Integrity Pact Bank Guarantee (IPBG) shall be valid up to 5 Yrs or the complete

execution of the 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 from the date of its issuance to start with. However,

Contractor will be required to extend the Integrity Pact Bank Guarantee, as and when required

by the Purchaser.

iii). IP Security of unsuccessful Contractor shall be returned as follows:

For Single Part Tender: After placement of the Purchase Order on the successful Contractor.

For Two Part Tender:

· After Part I evaluation for Two Part Tenders (Rejected Bids for whom PART II bid is

not to be opened).

· After placement of the Purchase Order on the successful Contractor (Unsuccessful

Contractors whose PART II bids were opened).

iv). No interest shall be payable by the Purchaser to the Contractor on IP Security for the period of

it currency.

v). A model Integrity Pact Bank Guarantee (IPBG) format is enclosed. (Annexure-IPBG)

2.5.3 Mode of Submission of IP & IP Security:

I. Irrespective of mode of tender (offline or online), Integrity Pact (IP) & Integrity Pact Security

(IPBG or Demand Draft) in original shall be submitted by stipulated due date and time for submission of tender. The IP and IPBG shall be submitted in a SEPERATE SEALED

envelope. The bidder shall take special care not to mix-up this separate sealed envelope with other envelops as this envelope will be opened first to verify compliance towards IP & IP Security submission. ANY BID WITHOUT THIS SEPARATE SEALED ENVELOPE CONTAINING ABOVE INTEGRITY PACT (IP) & INTEGRITY PACT SECURITY IN ORIGINAL SHALL BE TREATED AS NON RESPONSIVE BY NPCIL AND SHALL NOT BE OPENED.

The separate sealed envelope will be super-scribed with:

Tender Number: Due Date for bid submission and Opening: Envelope Title: IP and IP Security

for OFFLINE as well as ONLINE type of tender at address given below:

NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores

e-TPT/SUPPLY-1 ITT 6 of 22

Manager (Tender), Directorate of Contracts and Materials Management,

Nuclear Power Corporation of India Ltd.,

Nabhikiya Urja Bhavan, A-'0' Block,

Ground Floor, Anushakti Nagar,

Mumbai-400 094

II. Timely submission of the original IP & Integrity Pact Security instrument is the responsibility of the Bidder/Contractor and no reasons / excuses in this regard will be entertained by NPCIL.

2.6 All Micro and Small Enterprises (MSEs) falling within the definition as per MSMED Act are exempted from meeting the qualification criteria in respect of Prior Experience – Prior Turnover, subject to meeting of quality and technical specifications.

2.7 All startups (Whether MSES or otherwise) falling within the definition as per Gazette

notification GSR 501 (E), dated 23-5-2017 are exempted from meeting the qualification criteria in respect of Prior Experience – Prior Turnover subject to their meeting of quality and technical specification. However, the bidder is required to upload the “Certificate of Recognition” issued by Department of Industrial Policy and Promotion.

2.8 The “Public Procurement (preference to make in India) Order 2017” issued by Department of Industrial Policy and Promotion (now Department for Promotion of Industry and Internal Trade, DPIIT), Ministry of Commerce and Industry, Government of India vide No - P-45021/2/2017-PP (B.E.-II) dated 15/06/2017, as amended from time to time and as applicable on the date of submission of tender, herein after referred as “PPP-MII Order 2017”is applicable for participation in this tender. Accordingly, only those bidders eligible as per “PPP-MII Order 2017” shall be considered for this tender. The bidders are required to upload relevant documents as per the “PPP-MII Order 2017” along with their bid to avail benefits of this Order.(Annexure-Z enclosed)

2.9 Conditions on Public Procurement from certain countries:

Provisions of F. No. 6/18/2019-PPD Order (Public Procurement No. 1) dated 23.07.2020 and Order (Public Procurement No. 2) dated 23.07.2020 issued by Public Procurement Division, Department of Expenditure, Ministry of Finance, Govt. of India shall be applicable to all tenders issued by NPCIL. Bidders shall apprise and acquaint themselves with the latest provisions of these provisions, as applicable on the date of submission of the tender.

For ready reference, some of the important provisions as applicable currently are mentioned herein below. For sake of clarity, it is reiterated that this is not exhaustive list and it shall be responsibility of the bidder to ensure compliance to the latest provision in this regards. In case of any conflict between clauses written herein below with the above order(s), as amended from time to time, the provisions of order/ latest version shall govern.

· Any bidder from a country which shares a land border with India will be eligible to bid in

this tender only if the bidder is registered with the Competent Authority.

· “Bidder” (including the term ‘tenderer’, ‘consultant’ or ‘service provider’ in certain contexts) means any person or firm or company, including any member of a consortium or

NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores

e-TPT/SUPPLY-1 ITT 7 of 22

joint venture (that is an association of several persons, or firms or companies), every artificial judicial person not falling in any of the descriptions of bidders stated hereinbefore, including any agency branch or office controlled by such person, participating in a procurement process.

· “Bidder from a country which shares a land border with India” for the purpose of this order means:

a. An entity incorporated, established or registered in such a country; or b. A subsidiary of an entity incorporated, established or registered in such a country; or c. An entity substantially controlled through entity incorporated, established or

registered in such a country; or d. An entity whose beneficial owner is situated in such a country; or e. An Indian (or other) agent of such an entity; or f. A natural person who is citizen of such a country; or g. A Consortium or Joint Venture where any member of the consortium or joint

venture falls under any of the above

· The beneficial owner for the purpose of (iii) above will be as under: 1. In case of a company or Limited Liability Partnership, the beneficial owner is the

natural person(s), who, whether acting alone or together, or through one or more judicial person, has a controlling ownership interest or who exercises control through other means. Explanation – a. “Controlling Ownership Interest” means ownership of or entitlement to more

than twenty-five percent of shares or capital or profits of the company; b. “Control” shall include the right to appoint majority of the directors or to control

the management or policy decisions including by virtue of their shareholding or management rights or shareholders agreements or voting agreements;

2. In case of a partnership firm, the beneficial owner is the natural person(s) who, whether acting alone or together, or through one or more judicial person, has ownership of entitlement to more that fifteen percent of capital or profit of the partnership;

3. In case of an unincorporated association or body of individuals, the beneficial owner is the natural person(s), who, whether acting alone or together, or through one or more judicial person, has ownership of or entitlement to more than fifteen percent of the property or capital or profits of such association or body of individuals;

4. Where no natural person is identified under (1) or (2) or (3) above, the beneficial

owner is the relevant natural person who holds the position of senior managing official;

5. In case of a trust, the identification of beneficial owner(s) shall include identification

of the author of the trust, the trustee, the beneficiaries with fifteen percent or more interest in the trust and any other natural person exercising ultimate effective control over the trust through a chain of control or ownership.

· An Agent is a person employed to do any act for another, or to represent another in dealing

with third person.

· The successful bidder shall not be allowed to sub-contract work to any contractor from a country which shares a land border with India unless such contractor is registered with the Competent Authority.

NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores

e-TPT/SUPPLY-1 ITT 8 of 22

· Notwithstanding anything contained herein, the order will not apply to bidders from those countries (even if sharing a land border with India) to which the Government of India has extended lines of credit or in which the Government of India is engaged in development projects. Updated lists of countries to which lines of credit have been extended or in which development projects are undertaken are given in the website of the Ministry of External Affairs.

· Certificate/Declaration to be provided by all bidders: “I have read the clause regarding restriction on procurement from a bidder of a country which shares a land border with India and on sub-contracting to contractors from such countries; I certify that this bidder is not from such a country or, if it is from such a country, has been registered with the Competent Authority and will not sub-contract any work to a contractor from such countries unless such contractor is registered with the Competent Authority. I hereby certify that this bidder fulfills all requirement in this regard and is eligible to be considered. (Where applicable, evidence of valid registration by the Competent Authority shall be attached.)”

3 Public Procurement Policy- Micro & Small Enterprises and Public Procurement (preference to Make in India) Order 2017:

3.1. Micro and small enterprises engaged in the Manufacture or Production, Processing or

Preservation of Goods and also engaged in Providing or rendering Services (except the organizations engaged in trading and execution of works) are entitled for the following concessions

· Waival of Tender Fee · Purchase Preference over the other Non- MSME bidders

3.2. The MSEs, who are interested in availing themselves any of the above benefits, should have

the proof for valid Registration with one or more of the following agencies. Ø Udyog Aadhar Memorandum (UAM) issued by Ministry of MSME Ø District Industries Centers Ø Khadi and Village Industries Commission Ø Khadi and Village Industries Board Ø Coir Board Ø National Small Industries Corporation Ø Directorate of Handicraft and Handloom Ø Any other body specified by Ministry of MSME.

3.3. Tender Fee Waiver

3.3.1. The MSE bidder who is interested in availing “Tender Fee Waival” must submit a copy of above referred registration certificate. Submission of this document should be done along with the self certification stating that valid MSME registration with any one or more of the above referred agency is made for “Manufacture or Production, Processing or Preservation of Goods (in case of tendered requirement is for ‘goods’)” or for “engaged in Providing or rendering Services (in case of tendered requirement is for ‘Services’)”. You may kindly note that traders are excluded from purview of this policy and submission of incorrect document will lead to rejection of such offers. This document has to be submitted while obtaining tender document (in case of manual tender) or along with the bid (in case of e-tender) failing which such bids without tender fee will be rejected.

3.3.2. Wherever, the certifying agency is issuing the registration certificate with terminal validity,

the MSE must also indicate the terminal validity date for their registration. The MSE should

NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores

e-TPT/SUPPLY-1 ITT 9 of 22

submit certificate valid as on date for submission of tender. In case such a certificate claiming exemption from payment of Tender Fee is found to be defective or invalid, such bids shall be rejected.

or 3.3.3. Wherever the certifying agency is issuing registration certificate without terminal validity,

the same shall be submitted for claiming exemption from payment of Tender Fee. In case such a certificate claiming exemption from payment of Tender Fee is found to be defective or false, such bids shall be rejected.

3.3.4. While submitting their bids, the Tenderers should invariably pay online tender fee or upload

the valid MSE registration certificate as listed above (for getting exemption of tender fee), as applicable.

3.4. Purchase Preference :

3.4.1. Purchase Preference to Micro and Small Enterprises (MSEs) for Supply of Goods or

Services will be given as per Public Procurement Policy for Micro & Small Enterprises (MSEs), order 2012 and Amendment order, 2018 under Micro, Small and Medium Enterprises Development Act, 2006 of Government of India or as amended from time to time, in force at the time of opening of bids provided their bids are in compliance with the conditions of policy.

3.4.2. In case a tendered item is non-splitable or non-divisible, MSE quoting Price within the Price – band of “L1- Price (Other than MSE) + 15%” may be awarded for full/ complete value of supplies, subject to matching of the L1 Price.

3.4.3. The contractor on whom the contract may be entered into against this tender shall furnish the Purchaser, the details of the sub-contractors meeting any part of contract execution herein and who qualify as MSE’s as per the Micro, Small and Medium Enterprises Development Act, 2006 and amendments to same.

3.4.4. Purchase Preference will be given to eligible bidders in accordance with the “Public Procurement (preference to make in India) Order 2017” issued by Department of Industrial Policy and Promotion(now Department for Promotion of Industry and Internal Trade, DPIIT), Ministry of Commerce and Industry, Government of India vide No - P-45021/2/2017-PP (B.E.-II) dated 15/06/2017, as amended from time to time and as applicable on the date of submission of tender, herein after referred as “PPP-MII Order 2017”. The minimum local content for the items covered under this tender shall be as per nodal Ministry’s Order in this regard. The margin of purchase preference and procedure of purchase preference shall be as specified in the “PPP-MII Order 2017”. The items under this tender are divisible/ non divisible.

4 Content of Tender Document 4.1 The scope of work, bidding procedures, contract terms and technical requirements are

prescribed in the bidding documents. The Tender documents include the following sections:

(a) Instruction Sheet (b) Section A: Invitation to Tender and Tendering Conditions (c) Section B: General Conditions of Contract and Special Conditions of Contract. (d) Section C: Technical Specifications & Drawings (e) Section D: Format for Submission of Part-I e-Bid (Technical and Commercial e-Bid

except Price e-Bid) (f) Section E: Format for Submission of Part-II e-Bid (Price e-Bid).

NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores

e-TPT/SUPPLY-1 ITT 10 of 22

4.2 The bidder is expected to examine all instructions, forms, terms, specifications and other information in the tender documents. Failure to furnish all information required by the bidding documents or submission of a E-bid not substantially responsive to the bidding documents in every respect will be at the bidder’s risk and may result in rejection of their -bid.

4.3 Clarification of Tender Documents: 4.3.1 The bidder shall be deemed to have carefully examined all Tender documents and

obtained clarifications from the Purchaser where needed, inspected and surveyed the Site and its surrounding and satisfied himself as to the form and nature of the Site, the quantities and nature of work and material necessary for the supply of the Stores and the means of access to the Site, the accommodation he may require and in general obtained all necessary information as to risks, contingencies and other circumstances which may influence or affect his tender, to his entire satisfaction before submitting the e-Bid.

4.3.2 In particular and without prejudice to the foregoing conditions and in addition thereto,

when tenders are called for furnishing the Particulars, the bidder’s tender to supply in accordance with such Particulars shall be deemed to be an admission on his part that he has fully acquainted himself with the details thereof and satisfied himself before tendering as to the correctness and sufficiency of his tender for the Stores and of the rates and prices quoted in the Schedule of Quantities., The rates and prices shall, except as otherwise provided, cover all his obligations under the Contract and all matters and things necessary for the Supply of the Stores and Services

4.3.3 The Tenderer acknowledges that any failure to acquaint itself with all such data and

information shall not relieve their responsibility for properly estimating the difficulty or cost of successful execution of the Tender scope towards completion of the Particulars..

4.3.4 No claim on his part which may arise on account of non-examination or misunderstanding of

the Particulars and/or matter related to site will, in any circumstances, be considered payable by the Purchaser.

4.4 Pre-Bid Meeting: A pre-bid meeting for providing clarifications to the bidders will be held

ON-LINE unless specified otherwise, on the date and time specified in the Notice Inviting Tender (NIT) of the Tender document. Bidders participating in this Tender and who have enrolled in our e-portal (https://npcil.etenders.in) can login and participate in the pre-bid meeting. Bidders are requested to send their queries -both Technical and Commercial in advance to the e-mail addresses provided in NIT; within the due date and time prescribed for their submission (which would be atleast three days, prior to date of pre-bid meeting, unless specified otherwise in ITT or NIT) as stipulated under the NIT. Queries / clarification / information sought in any other manner shall be ignored. In addition to pre-bid conversation history any offline queries / clarifications / information will be uploaded in the e-portal against the particular Tender ID under tab ‘Pre-Bid’. Any modification to the Tender, which may become necessary as a result of the pre-bid meeting, will be uploaded in the e-portal against the particular Tender ID. Bidders are requested to update themselves by visiting our e-portal (https://npcil.etenders.in) frequently. It may be noted that no queries will be entertained after the expiry of pre-bid meeting. Accordingly, it is requested that bidder along with their associates shall take part in the pre-bid meeting to ensure that tender requirements are clearly understood by all the stakeholders.

4.5 Amendments to Tender documents: The Purchaser reserves the right to issue any

amendments, corrigendum, clarifications, etc. to the Tender, giving reasonable time, prior to the last date and time of online bid submission.

NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores

e-TPT/SUPPLY-1 ITT 11 of 22

Bidders are requested to update themselves on our e-portal (https://npcil.etenders.in) the details such as pre-bid clarifications, corrigenda, addenda and other documents forming a part of the subject Tender, before submission of their e-bid.

5. Manner And Method For Submission Of e-Bids 5.1 All e-bids shall be made in ENGLISH in the prescribed form attached. e-Bids submitted in

any language other than ENGLISH must be accompanied by ENGLISH translation. Any printed literature submitted with the E-bid in any other language shall be accompanied by authentic English translation and for interpretation the English version shall prevail.

5.2 The bids submitted in response to this Tender, shall be in TWO PARTS as under in two

different e-Envelopes provided for them: Part -I (Technical and Commercial e-Bid except price) and “Part-II (Price e-Bid) at e-Tendering Portal viz.https://npcil.etenders.in. The first e-Envelope i.e., Part-I shall comprise of two sections namely Technical Section and Commercial Section in the form of “On-line Bidding Forms” and all these Bidding Forms shall be filled and Tenderers are required to upload the relevant/required documents/catalogues/drawings only in Part-I (Technical and Commercial E-bid except price) e-Envelope. The second e-Envelope i.e., Part-II (Price e-Bid) comprising of price and schedule of quantity of items shall be submitted in Part-II (Price e-Bid) e-Envelope only.

5.3 a) Technical section of Part-I (Technical & Commercial E-bid except price) e-Bid should

contain/include only Technical Specifications, technical details, literature, references of earlier supplies of similar equipment, drawings, quantity, time required for submission and approval of drawings, manufacturing and delivery schedule, inspection/testing procedures etc. Itemised list of spares and quantity recommended by the Tenderer for purchase should also be included in Part-I (Technical &Commercial e-bid except price) of the e-Bid without their prices. Invariably, the itemized prices of spare parts should be furnished only in Part-II (price e-Bid), in the “On-line Bidding Form”, provided for this purpose.

5.3 b) Part-I (Technical & Commercial e-Bid except price) should be submitted in accordance

with the format provided by the Purchaser at Section “D” of this tender document. If any deviation or substitution from the Technical Specifications contained in Section “C” to this tender document is involved, such details should be clearly indicated in e-Envelope Part I (Technical & Commercial E-bid except price) and should be filled as Annexure-A of the bidding form of Part I e-Envelope, or otherwise it shall be an admission on the part of the bidder that he will supply the equipment as specified by the purchaser. However, bidders may note that deviations or substitutions from the Technical Specifications may lead to rejection of their e-bid.

5.3 c) The bidder shall upload all drawings pertaining to the plant / machinery / equipment /

component along with their Part-I e-Bid for correct understanding and appreciation of their tender. Bidder’s drawings will form part of the purchase order/contract only after these are approved by the Purchaser.

5.3 d) Catalogues / Technical Literature: All necessary catalogues/drawing/technical literature

data as are considered essential for full and correct evaluation of the E-bids shall invariably be uploaded with the PART I (Technical and Commercial E-bid except price) of the e-bid.

5.3 e) Instruction / Operation Manual: In respect of plant / machinery / equipment / instrument

/apparatus, where instruction/ operation manual is normally necessary to enable the user to put the plant/machinery / equipment / instrument / apparatus to proper use, the contractor shall furnish soft form of such an instruction/ operation manual specific to the stores being supplied along with the plant / machinery / equipment / instrument / apparatus. The bidder

NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores

e-TPT/SUPPLY-1 ITT 12 of 22

shall clearly specify in the E-bid about his readiness to supply instruction / operation manual.

5.4 Commercial Section of Part-I (Technical & Commercial E-bid except price) e-bid should

contain bidder’s specific confirmation regarding compliance of all commercial terms and conditions of the Tender as per ITT (Section-A), General Conditions of Contract, Special Conditions of Contract (Section B) and Section ‘E’ notes (if applicable). The Bidders, in addition, should mention applicability of Statutory Levies like Goods and Services Tax (CGST / SGST / UTGST / IGST) etc. and all other related information. All input tax credit benefits available to Indian manufacturers / dealers / contractors, etc, shall, however, be taken into consideration in quoted prices and the Bidder shall pass on the benefits to the Purchaser.

5.5 Part II (Price E-Bid) should be furnished as per Section “E” of the tender document in the e-

Envelope made available on-line. The bidder will co-relate the price and quantity schedule of items in PART II (Price E-bid) of the tender with the description of plant/machinery/equipment/ component indicated in Part I (Technical & Commercial E-bid except price).

5.6 The system will not allow submitting e-Bids beyond the stipulated due date and time.

Therefore, the bidder shall ensure the submission of e-Bids well within the stipulated due date and time.

5.7 Notwithstanding anything contained herein, for the tenders where Integrity Pact (IP) & Integrity Pact Security (IPBG or Demand Draft) are applicable (refer clause 2.6 above), the same shall be submitted in ORIGINAL by stipulated due date and time for submission of tender. The IP and IPBG shall be submitted in a SEPERATE SEALED envelope. This envelope will be opened first to verify compliance towards IP & IP Security submission.

ANY BID WITHOUT THIS SEPARATE SEALED ENVELOPE CONTAINING ABOVE INTEGRITY PACT (IP) & INTEGRITY PACT SECURITY IN ORIGINAL SHALL BE TREATED AS NON RESPONSIVE BY NPCIL AND SHALL NOT BE OPENED.

5.8 The bidders, while submitting the e-Bid are required to upload all supporting documents / information necessary for establishing their qualification in Part I (Technical and Commercial E- Bid except Price) e-Envelope only on the e-portal. Failure to comply with this requirement may lead to rejection of the e-bid.

5.9 The Part-I (Technical & Commercial bid except price) shall be submitted in the e-ENVELOPE

provided for it’s submission in the system. The bidder shall take special care not to mix-up price details with the Part-I (Technical & Commercial bid except price) and vice versa. Any violation of these conditions may lead to rejection of the bid.

5.10 Similarly the Part-II (Price Bid) shall be submitted in the e-ENVELOPE provided for it’s

submission in the system.

5.11 Particulars of the Bidders:

5.11.1. The bidder shall upload the details, in case he is a partnership firm or Joint Hindu Family concern, the names and full particulars of the partner or the member of the Joint Hindu Family owing the concern. The e-Bids must be digitally signed by the authorised representative of the firm and the document/s regarding authorisation shall be uploaded in the Part I e-Bid. The original of such documents are required to be furnished when sought by the Purchaser and in case of failure to do so, will make such bid liable to be rejected. The e-Bid must be digitally signed:

NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores

e-TPT/SUPPLY-1 ITT 13 of 22

(a) In the event of the bidder being a sole proprietary concern by the sole proprietor or by constituted attorney duly authorized to enter into and sign agreement on his behalf, including agreement to refer disputes arising under or relating to such agreements to arbitration by power of attorney signed by the proprietor and authenticated by a Notary Public or Magistrate.

(b) In the event of the bidder being a partnership firm, by all partners or by a constituted

attorney duly authorized to enter into and sign agreements on behalf of the partnership firm including agreements to refer disputes arising under or relating to such agreements to arbitration by a power of attorney duly executed by all the partners and authenticated by Notary Public or a Magistrate.

(c) In the event of the bidder being a Hindu Joint Family concern by the Karta of the

Joint Family when the bid is signed by a constituted attorney of the sole proprietor of a concern or when the e-Bidis signed on behalf of the firms by a constituted attorney of its partners as provided in sub clause (a) and (b) above, then original power of attorney appointing him as such constituted attorney shall be supplied with the e-Bidor if a e-Bidis executed on behalf of a limited company but its constituted attorney as provided in sub cases (c) above, the original power of attorney along with the resolution (if required under its Articles of Association) authorizing the affixation of its common seal on the power of attorney and a copy of its Articles of Association shall be supplied with the e-Bid. If however, the power of attorney has been previously furnished to and approved by the Purchaser, the contractor need not send the same with the e-Bid.

5.12 Income Tax Registrations, GSTIN and other Registrations

The bidder shall submit along with PART I (Technical & Commercial e-Bid except price), the name and address of their bankers and the Income Tax Permanent Account Number (PAN) and GSTIN etc.. Further, if the bidders are registered with the Directorate General of Supplies and Disposals or the Executive Director, Directorate of Contracts and Materials Management, Nuclear Power Corporation of India Limited, Directorate of Purchase & Stores, Department of Atomic Energy (DAE) as an approved supplier, they shall indicate in PART I (Technical & Commercial E-bid except price) such registration number, date and its validity date in Part-1 E-envelope.

6 All Clarifications/ Confirmations, if any, regarding the e-tender and e-Bid of the Bidder

during online pre-bid meeting and e-bid evaluation stage, shall be mailed exclusively [email protected] addressed to Executive Director, C&MM, Nuclear Power Corporation of India Limited, Nabhikiya Urja Bhavan, “A-0”Block, Ground Floor, Anushaktinagar, Mumbai -400 094.

7 Expenses towards Submission of Quotations and Liability towards Site Visit / Work 7.1 The Purchaser shall not be responsible for expenses incurred towards preparation and

submission of bid documents as well as other expenses incurred towards it such as site visits. 7.2 In case of erection and commissioning, repairs and such other jobs wherein the bidder’s

personnel or authorised representatives need to visit the Purchaser’s site, they can do so only after obtaining the prior permission of the Purchaser’s site authorities. However, such personnel, who are granted permission, are deemed to have explicitly agreed to the condition that they shall indemnify and hold harmless the Purchaser and its personnel from and against all liabilities with respect to personal injury, loss or damage to property and any other loss or expenses incurred by bidder’s personnel as a result of such visit.

NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores

e-TPT/SUPPLY-1 ITT 14 of 22

8. Opening of e-Tenders 8.1 Unless otherwise advanced or postponed with advance intimation to the bidders, Tenders will be

opened on-line at NPCIL E-Tendering Web site i.e., https://npcil.etenders.inin Two stages as indicated at ITT clause nos. 2.0 and 3.0 of the Instruction Sheet of this Tender Document as per schedule indicated in Tender Document.

8.2 For the tenders where Integrity Pact (IP) & Integrity Pact Security (IPBG or Demand

Draft) are applicable, the envelope containing ORIGINAL IP and IPBG will be opened first to verify compliance towards IP & IP Security submission. ANY BID WITHOUT THIS SEPARATE SEALED ENVELOPE CONTAINING ABOVE INTEGRITY PACT (IP) & INTEGRITY PACT SECURITY IN ORIGINAL SHALL BE TREATED AS NON RESPONSIVE BY NPCIL AND SHALL NOT BE OPENED.

8.3 Part-I (Technical and Commercial e-Bid except price) will be opened on-line and only the names

of Participating bidders will be made available for all the participating bidders. 8.4 Part-II (Price e-bid) of only such Bidders whose Part-I bids are found acceptable will be opened

on-line after evaluation of their Part I e-Bids. Subsequent to the opening, details of the Part-II bids opened can be seen by the bidders whose Part-I (Technical and Commercial e-Bid except price) bids are qualified.

9 Terms and Conditions of the Contract

9.1 It must be clearly understood that any contract concluded pursuant to invitation to this e-tender

shall be governed by the General Conditions of Contract and Special Conditions of Contract given in Section B of this tender document. Tenderers must, therefore, take special care to go through these conditions of the contract. Tenderers should bring out deviations, if any, with respect to General Conditions of Contract, Special Conditions of Contract, Technical Specifications etc. in Annexure A and upload it with Part I of their e-bid. However, Tenders submitted subject to counter conditions or with deviations from the General Conditions of the Contract / Special Conditions of Contract (SECTION B) of this tender document runs the risk of rejection. It should also be realized that failure to bring out deviations / not uploading any deviations (in Part-Ie-envelope) from the General Conditions of the Contract contained in Section B of this tender document would imply that the Tenderer is willing to execute the contract as per the Purchaser’s Terms and Conditions of the Contract.

9.2 Price Basis, Price Adjustment, Contract Currency, Payments and Taxes & Duties Please refer Section B – GCC Clause nos. 5.& SCC Clauses 1 & 2 10 Test Charges, Spares and Accessories AND Supervision of Erection & Commissioning

Charges. 10.1 Routine Test, Special tests, Type Test, Special Type Tests, Seismic Qualifications/Testing 10.1.1 The bidder is required to perform the above tests as specified in the Technical Specification.

As regards Type Tests, Submission of valid Type Test Certificate of previous tests may be considered in lieu of performing the tests, as provided in Technical Specifications.

10.1.2 a) Price for supply of items shall include charges for all Routine Test, Type tests etc. No

charges for these tests shall be claimed/ paid separately.

NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores

e-TPT/SUPPLY-1 ITT 15 of 22

b) Charges for Special Type Tests, Seismic Qualification/Testing shall not be included in the price of the items and shall be quoted/ claimed separately.

10.2 Spares and Accessories: 10.2.1 Bidders shall also furnish the prices of essential accessories, optional accessories and spares

necessary for satisfactory operation of the plant / machinery / equipment / component,

a) for a period of two years and b) for a period of five years or

as specified in the Section C: Technical Specifications and Section E: Format for submission of Part-II (Price E-Bid) of Tender.

10.2.2 The prices for accessories and spares shall be itemized. e-Bids where only lump sum prices

are indicated are liable to be ignored. Particular care must be taken to list out each item of spare and quantity recommended and also the individual price for these items in Part II (Price e-Bid). However, a list of spares and accessories without the price should be included in PART I (Technical & Commercial E-bid except price).

10.3 The Bidders must clearly and separately furnish in their Price e-Bid the charges for

Supervision of erection and commissioning of items to be supplied under the contract. 11 Delivery 11.1 The entire scope covering supply of equipment/machinery/plant/component, etc covered

under this tender document shall be completed within the period mentioned in Clause No.10.0 of SCC of tender document.

Milestone chart for detailed manufacturing schedule leading to delivery shall be submitted

along with the bid. Tenderers should note that their bid may not be considered by the purchaser unless the bidders can meet the delivery schedule specified by the purchaser

12.0 Evaluation of Part-I E-Bid (Technical and Commercial except price E-Bid) 12.1 The Tenders of such bidders who meet the qualifying requirements stipulated in the tender

documents (such as experience and financial criteria) shall only be considered for detailed techno-commercial evaluation. Detailed technical evaluation will also take into account the financial and technical capabilities as well as such other criteria deemed necessary and appropriate. In addition, the concurrent commitments of the bidders shall also be taken while assessing their capability for executing this contract.

12.2 Clarifications Regarding Part-I (Technical And Commercial E-Bid Except Price) 12.2.1 After opening of the Part-I (Technical & Commercial E-bid except price) of the tender, if it

becomes necessary for the Purchaser to seek clarifications from the bidders regarding technical and commercial terms and conditions of the tender, the same will be sought from the bidders. In such an event, the bidder will furnish all the Technical and Commercial information/clarification on or before the date and time fixed for their submissions, failing which such tenders are liable to be rejected without any further notice.

12.2.2 The Purchaser’s representative will visit the works / office of the bidder and hold discussion

with bidder’s representative on the offer. Discussion will be held on the various aspects of the offer, including the deviations, if any, vis-à-vis tender requirements. Following aspects would be the points of discussion / review:

NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores

e-TPT/SUPPLY-1 ITT 16 of 22

Bidder i) In-house manufacturing facility ii) Financial strength iii) QA System iv) Project Planning & execution capability v) Experience of similar work done vi) Manpower for all the above activities vii) Deviation from technical and commercial conditions, if any

Sub-Contractor i) Manufacturing Facility ii) QA System iii) Experience iv) Manpower v) Compliance with NPCIL technical requirements

The above list is not exhaustive. Alteration / deletion / addition of the points can take place depending on the nature of the package. Both the bidder and the sub-contractor shall be required to sign joint Minutes of Meeting confirming their respective roles and responsibilities. Purpose of holding these discussion is to ensure that the bidder or its sub-vendors understand the tender requirements fully and unambiguously. Also, the purchaser’s representative will evaluate the facilities of the bidder and its sub-vendors, by visiting their premises, as regards their capability to meet the tender requirements.

12.2.3 In case bidder or its sub-vendors make any alternative suggestions with respect to the tender

requirements, the same will be discussed and noted for further evaluation by the Purchaser. 12.2.4 In the event of differences in commercial terms and conditions quoted by various bidders,

the purchaser may resort to commercial discussions to bring all the bidders to common level of commercial terms and conditions. The Purchaser reserves the right to reject any tender which is not meeting the common commercial terms and conditions if proposed by the Purchaser, without making any reference to the bidder.

12.2.5 Irrespective of whether clarifications are sought for from any of the bidders or otherwise, the

bidders will be free to have discussions with the Purchaser concerning the scope / details of tender etc., if they so consider necessary. For this, the bidders should send specific request for arranging meeting, to Executive Director, C&MM, NPCIL at the address given in Sr. No. 1 of the Instruction Sheet.

12.2.6 Based on the technical and commercial clarifications and confirmation, visits to bidders/ subcontractors work / facilities and discussions as required, Purchaser may allow some common technical or commercial deviations as the case may be and forward the list of such accepted deviation to Tender Conditions, after finalization of Part-I evaluation, to all bidder’s whose Part-I e-Bid will have been found acceptable.

12.2.7 The bidders in general shall not have the option of revising the e-bid, unless it is approved

by the Purchaser. The Purchaser shall, based on the clarification/ confirmations, discussions held and alternatives proposed by the bidders during Part-I evaluation, may communicate

NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores

e-TPT/SUPPLY-1 ITT 17 of 22

common acceptable deviation all the bidders whose Part –I e-bid is acceptable subject to such common acceptable deviations and authorize the option for revising the e-bid to the extent of such common acceptable deviations, to all the bidders. Any change in price effected by the bidders, justifications for such changes are to be furnished with the break up of change in price applicable. The revised/add-one-Bid should contain only the revised portion sought for and submitted in the e-Envelope made available and as per the instructions provided for the same. For evaluation, the original and the revised bids shall be considered either together or only the revised bids as the case may be.

12.2.8 All technical and commercial aspects pertaining to Part I (Technical and Commercial e-Bids except price) of the tender will be finalised prior to opening of Part II (Price e-Bid) and no change in this regard shall be accepted after opening of Part II (Price e-Bid).

13 Opening of Part-II (Price e-Bid)

The Part-II e-Bidof only such bidders whose Part-I e-Bids are found acceptable will be opened online at NPCIL’s e-tendering portal https://npcil.etenders.in Due date and time for opening of the Part-II e-Bids will be decided by the Purchaser and the same shall be made available only to such Tenderers, whose e-Bids are found acceptable in Part-I, to enable them to view the Price Bids on-line at https://npcil.etenders.in

14 Validity of E-Bids e-Bids shall be kept valid for acceptance for a period of 120 (one hundred and twenty) days

from the date of opening of PART II (Price e-Bid) of the tender. e-Bids with shorter validity period will be liable for rejection.

15 Evaluation of PART-II: Price E-Bid 15.1 The price adjustment provisions as indicated in para 8.0 above, shall not be taken into

account for evaluation of offers.e-Bid evaluation will be done based on the total of Summary Prices which are inclusive of GST and all other indirect taxes and duties for supply of items and site work portion as per Section E of the Tender document. To facilitate the evaluation and comparison of prices, all e-bid prices expressed in foreign currency will be converted into Indian Rupees at Bills Selling exchange rates (as established by State Bank of India) applicable on the day seven days prior to due date of submission of both Part – I (Technical & Commercial Except Price) and Part – II (Price e-Bid). If the day seven days prior to due date of submission of bid happens to be a holiday, the exchange rates of next working day will be considered. For items sourced from abroad and directly delivered to the Purchaser’s site, wherever the ocean/air freight and marine insurance to the port of the Purchaser’s country are not quoted then, 11% of FOB prices will be considered towards ocean/air freight and marine insurance to arrive at CIF prices. In the event the actual cost towards local transportation and other services including customs clearance, port handling, inland transit insurance etc. in India are not quoted as required, the charges towards the same will be considered as 1 ½% of CIF Value for items and materials supplied from abroad and delivered directly to the project site from Indian port of entry. Applicable IGST if not quoted will be loaded to arrive at the final price for the purpose of evaluation in case of unregistered parties.

15.2 For Tender where Fiscal Concessions as per SCC are available/ applicable, the following

shall apply:

(a) For evaluation and comparison of bids, a price preference at 15% would be given to the domestically manufactured capital goods. For this purpose, the bid price of the bidders would be increased by 15% of all such CIF components contained in their

NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores

e-TPT/SUPPLY-1 ITT 18 of 22

price bid including the CIF component of the imported raw materials/ components required for manufacture of indigenous items. No exchange rate variation is allowed towards the value of imported raw materials and components included in the Indigenous items. For the purposes of 15% loading as above, the base exchange rates shall be Bills Selling exchange rates (as established by State Bank of India) applicable on the day seven days prior to due date of submission of e-bid. [Both Part-I (Technical & Commercial Except Price) and Part-II (Price e-Bid)]. If the day seven days prior to due date of submission of bid happens to be a holiday, the exchange rate of next working day will be considered.

(b) Further the charges for expatriate supervision for erection and commissioning

quoted in foreign currency will not be loaded by 15%.

(c) IGST applicable on the import of finished goods which are to be delivered directly to the Purchaser’s site from the port of import shall be indicated by the Bidder. This IGST will be considered for the purpose of evaluation of the bids.

15.3 The value of mandatory spares will be considered for the bid evaluation as per Section – E

of the Tender. Recommended spares will not be included for bid evaluation. 15.4 The bid evaluation will be done in conjunction with the clauses contained in Section: E of

the Tender.

16 Acceptance of e-Bids 16.1 The Purchaser reserves the right to accept or reject, lowest / any / all e-Bid(s), in whole or in

part, without assigning any reasons whatsoever and without any liability to the Purchaser. The bidder not withstanding that his e-Bid has not been accepted in whole shall be bound to supply the Purchaser, such item or items and such portion or portions of one or more items, as may be accepted by the Purchaser.

16.2 Acceptance of e-Bids by the Purchaser may be sent by priced Letter of Intent / Purchase

Order / Contract within the validity of the e-Bid. In case of such Letter of Intent, the bidder whose e-Bids is accepted and who is herein after referred to as contractor will proceed with the execution of the contract on the basis of such advance acceptance of e-Bid without waiting for a formal purchase order/contract and will be responsible to seek and obtain whatever clarifications that are necessary from the Purchaser to proceed with the execution of the contract and contractual delivery period will be reckoned from the date of such Letter of Intent.

16.3 Unsuccessful bidder(s) will not be informed of the result of their e-Bid(s). 17 Consortiums 17.1 In view of the requirements of this tender, some of the intending bidders may pool their

resources and experiences to form “Consortium” of not more than three (03) consortium partners. In their own interest the Tenderers are advised to investigate and be confident of the capabilities, availability of expertise and resources such as machines/ equipments, tools and plants and other required facilities, experienced/ qualified personnel, financial soundness, past experience, required licenses and registration and concurrent engagements of constituting partners/ members of consortium.

17.2 A Tenderer participating in this Tender as a member of one consortium is not allowed to be

a consortium partner of any other consortium.

NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores

e-TPT/SUPPLY-1 ITT 19 of 22

17.3 The leader of the consortium should be an Indian Tenderer who can submit the Tender on behalf of the consortium of Tenderers. A soft copy of the Memorandum of Understanding (MOU) between the consortium members duly signed by the Chief Executives of the consortium members must be uploaded as a part of their Part-I( Technical and Commercial except price bid), which should clearly define the role / scope of each partner/ member and also clearly define the leader of Consortium. It must also state that all members of the consortium shall be jointly and severally responsible for discharging all obligations under this contract. The original of such documents are required to be furnished within 7 days of the opening of Part-I bid or when sought by the Purchaser and in case of failure to do so, will make such bid liable to be rejected.

17.4 The bid documents shall be submitted by the leader of the Consortium and the ‘Power of

Attorney’ from each member authorising the leader of the Consortium for signing and submission of Tender on behalf of the individual member must be uploaded along with the e-Bid(with Part-I: Technical and Commercial except price bid) The original of such documents are required to be furnished within 7 days of the opening of Part-I bid or when sought by the Purchaser and in case of failure to do so, will make such bid liable to be rejected.

17.5 The Consortium must fulfil the Qualifying Requirements (QR) as per clause no. 2.0 of

‘Section: A’. One set of soft copy of the documents in support of meeting the qualification requirements in respect of each of the consortium partner shall also be uploaded along with the Part – I (Technical and Commercial except price E-bid). The original of such documents are required to be furnished within 7 days of the opening of Part-I bid or when sought by the Purchaser and in case of failure to do so, will make such bid liable to be rejected.

17.6 In the event the work is awarded to the consortium, the leader and each of the other

members shall be jointly and severally responsible for the execution of the contract. 17.7 The leader of the consortium on behalf of the consortium shall co-ordinate with NPCIL’s

authorised officer(s) only, during the period while the tender is under evaluation, as well as during the execution of work. And he shall also be responsible for resolving disputes / misunderstanding / undefined activities, if any, amongst all consortium members.

17.8 Any correspondence exchanged with the leader of the consortium shall be binding on all

consortium members.

18 Canvassing 18.1 Canvassing in any form with regard to this tender will lead to rejection of the E-bid. 19 Corrupt or Fraudulent Practices 19.1 NPCIL requires that bidders / suppliers / contractors under this contract, observe the highest

standard of ethics during the procurement and execution of this contract. In pursuance of this policy, NPCIL:

(a) defines, for the purpose of these provisions, the terms set forth below as follows:

(i) “corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution; and

NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores

e-TPT/SUPPLY-1 ITT 20 of 22

(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of NPCIL, and includes collusive practice among Bidders (prior to or after e-Bid submission) designed to establish e-Bids prices at artificial non-competitive levels and to deprive NPCIL of the benefits of free and open competition.

(b) will reject a proposal for award of work if it determines that the Bidder recommended

for award has engaged in corrupt or fraudulent practices in competing for the contract in question.

(c) will declare a Bidder ineligible, either indefinitely or for a stated period of time, to be

awarded a contract / contracts if at any time it determines that the Bidder has engaged in corrupt or fraudulent practices in competing for, or in executing, the contract.

20. Banning of Business Dealings by NPCIL 20.1. Grounds for Banning The business dealing with the Contractor shall be liable for banning, on account of the

reasons attributable to them, which shall include, but not limited to the following: 20.1.1. Involvement in cartel formation during bidding. 20.1.2. Baseless allegations by the bidder on NPCIL evaluation Process or officials.

20.1.3. If any of the owner, proprietor or partner of the Contractor, is convicted by a court of

law, during bidding process or currency of the contract, for offences involving corrupt and fraudulent practices including misrepresentation of the facts, moral turpitude in relation to its business dealings with NPCIL.

20.1.4. Malafide /unlawful acts /malpractices or improper conduct on part of Contractor based on

the approved findings of the Investigation agency. 20.1.5. If the Contractor misuses the premises or facilities of the NPCIL forcefully occupies,

tampers or damages the Company properties etc. or fails to vacate the properties/land/complex within reasonable time limit as specified or even after receiving the notices from the department.

20.1.6. Security concerns for the assets of the Corporation and State. 20.1.7. Submission of bids that contain false information or falsified documents or the

concealment of such information in the bids in order to influence the outcome of eligibility screening or /at any other stage of public bidding and execution.

20.1.8. Withdrawal of a bid or refusal to accept an award of contract with the NPCIL without

justifiable cause, after being adjudged as the successful bidder.

20.1.9. Supply of Counterfeit items. 20.2. Show Cause Notice 20.2.1. NPCIL will issue Show Cause Notice to the Contractor on noticing/receipt of a complaint

of any irregularities and /or misconduct and /or unethical practice as mentioned in clause no. 20.1.

NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores

e-TPT/SUPPLY-1 ITT 21 of 22

20.2.2. Upon receipt of Show cause notice, the Contractor is required to submit the reply to

Show Cause Notice within 30 days of its receipt and no extension shall be given without justifiable reasons. The Contractor shall also be given an opportunity for oral hearing to present the case in person to NPCIL and the date of Oral Hearing will be indicated in the Show Cause Notice. Only the regular employees of Contractor will be permitted to represent the Contractor during the Oral hearing, and no outsider shall be allowed to represent the Contractor on their behalf.

20.3. Period of Banning The period of banning shall be for a period of three years or as considered appropriate by

NPCIL in the first instance and for a period up to five years for repeated instances. 20.4. Effect of Banning of Business Dealings by NPCIL:

In case NPCIL has banned the business dealing with the bidder/contractor, the following shall be the consequences on issuance of the order of banning of business dealings with the bidder/contractor:-

20.4.1. The bidder shall not be allowed to participate in any future tender enquiry. If the bidder has already participated in tender process and the price bids are not opened, his techno-commercial bid will be rejected and price bid will be kept unopened. In cases, where the price bids of bidder have been opened prior to the order of banning, such bids shall be rejected.

20.4.2. The bidder shall not be permitted to participate in any business process in any form or

entity i.e. as Associate/Collaborator/Joint Venture Partner/Consortium Partner of the Main Contractor even if the banning order is passed subsequent to opening of Part-I bids.

20.4.3. The bidder shall not be allowed to participate as Sub-Vendor/sub-contractor in the

tenders for contracts for works, service and supplies. 20.4.4. Even if, the banned contractor is an approved sub-vendor under any Contract for such

equipment/component/service, the Main contractor shall not be permitted to place work order/Purchase order/Service contract on the banned contractor as a sub-vendor after the date of banning even though the name of the party has been approved as a sub-vendor prior to the order of banning.

20.4.5. The completion certificate issued to the contractor shall make a mention regarding

banning during execution of the contract. 20.4.6. Banned bidder shall not be permitted to submit the bid. The bid submitted by the banned

bidder shall be summarily rejected.

21 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 to Recourse against the contractor in accordance with provisions under Section 17(a) of Civil Liability for Nuclear Damage Act, 2010, as referred in GCC.

To have clarity on the terms used in the CLND Act 2010 and Rule 2011 pertaining to Right to Recourse, following definition to be considered by the bidder before submission of bids.

NUCLEAR POWER CORPORATION OF INDIA LIMITED Invitation To Tender and Tendering Conditions for Supply of Indigenous Stores

e-TPT/SUPPLY-1 ITT 22 of 22

i. “Contractor” – shall be as per applicable GCC.

ii. “Supplier” shall be as defined in CLND Rule 24-2. iii. “Product Liability Period (PLP)” shall be as defined in CLND Rule 24-2.

Explanation w.r.t. GCC: In case of supply of equipment(s), PLP shall be the Defect

Liability Period plus contractual Latent Defect Liability Period, where as in case

of services, PLP shall be up to Defect Liability period as defined in applicable

GCC.

iv. “Initial License” (Refer CLND Rule 24-2): The initial license, unless otherwise

specified, is valid for a period of five years from the date of its issue by AERB.

22 Disclosures

22.1 Any change in the constitution of the contractor’s firm, where it is a partnership firm, joint

venture or consortium partnerships as declared in the E-bid should be disclosed to NPCIL, at any time between the submission of E-bids and the signing of the contract. The same shall be disclosed during the currency as per the GCC clause no. 1.11.2 (Changes in Constitution).

------------------- *----------------------

Tender No.CMM/OPS/58-50-9-3395

Appendix – ‘X’ Qualifying Requirements

A. Technical Criteria:

1. Bidder shall have supplied, installed & commissioned bus reactor /

transformer of 75 MVA or higher capacity of voltage rating 220 kV or higher voltage rating in generating station / transmission & distribution utilities in the preceding 7 years as on bid due date.

As a documentary evidence bidder shall submit Purchase / work order in the name of bidder and work completion certificate from purchaser.

OR

The bidder shall be Indian manufacturer and having manufacturing facility in India, of minimum 220 kV or higher value Bus Reactor/transformer.

As documentary evidence bidder shall submit: · Company incorporation certificate. · Details of manufacturing facility available. · Purchase Order/Work Order and completion certificate of having

supplied bus reactors/transformers

2. The bidder should have executed single order value not less than Rs 9.00 Cr in the last seven years as on bid due date. The bidder shall submit purchase order/work order/agreement which shall be in the name of bidder and successful work completion certificate from purchaser as an evidence.

B. Financial criteria:

1. The Average annual turnover of the bidder in the preceding three consecutive financial years as on bid due date shall be more than Rs 14.00 Cr.

2. The net worth of the company as at the end of the immediately preceding financial year as on bid due date shall not be less than the 9.00Cr.

NOTES:

· Bidder shall furnish documentary evidence/proof to substantiate the above (such as copy of Purchase /Work order(s), completion certificates, work completion certificate audited balance sheets, in the absence of audited balance sheet, CA certified balance sheet etc.)

· The net worth data shall be furnished by the bidder duly certified by their statutory auditors or by a Chartered Accountant, if not reflected in the Annual report.

· As per clause No.2.8 of Qualifying requirements under Invitation of Tender &

Tendering conditions under Section-A, only Class-I local supplier is eligible to bid against this tender

Page 1 of 2

Annexure-Z

Department for Promotion of Industry and Internal Trade, Government of India, issued Revised Public Procurement (Preference to Make in India) order 2017 on 16th September 2020 [P-45021/2/2017-PP (BE-II)] and as amended from time to time.

As per the provisions of the above referred order following preferences will be extended to the prospective vendors against this tender. (You may refer the above order for definitions):

Minimum local content:

As per above refereed order, minimum local content shall be 50% for Class-I Local Supplier-I.

Margin of Purchase Preference:

The margin of purchase preference shall be 20%.

Eligibility of Class I local supplier / Class II local supplier / Non-Local suppliers for different types of Procurement:

Only Class-I Local suppliers as per MII order dated 16.09.2020 will be eligible to bid against this tender.

Class –II Local suppliers, Non - Local suppliers as per MII order dated 16.09.2020 are

not eligible to participate against this tender.

Procedure for Purchase Preference:

(a) In this tender procurement of goods and services (composite tender) covered under the category 3(b) above referred order and tender requirement is not divisible in nature and the ‘Class-I local supplier’ shall get purchase preference over ‘Class-II local supplier’ as per following procedure: i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is ‘Class-I

local supplier’, the contract will be awarded to L1.

ii. If L1 is not ‘Class-I local supplier’, the lowest bidder among the ‘Class-I local supplier’, will be invited to match the L1 price subject to Class-I local supplier’s quoted price falling within the margin of purchase preference, and the contract shall be awarded to such ‘Class-I local supplier’ subject to matching the L1 price.

iii. In case such lowest eligible ‘Class-I local supplier’ fails to match the L1 price,

the ‘Class-I local supplier’ with the next higher bid within the margin of purchase preference shall be invited to match the L1 price and so on and contract

Page 2 of 2

shall be awarded accordingly. In case none of the ‘Class-I local supplier’ within the margin of purchase preference matches the L1 price, the contract may be awarded to the L1 bidder.

(b) “Class-II local supplier” will not get purchase preference.

Verification of Local Content.

a. The ‘Class-I local supplier’/Class-II local supplier’ at the time of tender, bidding or solicitation shall be required to indicate percentage of local content and provide self-certification that the item offered meets the local content requirement for ‘Class-I local suppliers’/ Class-II local supplier’, as the case may be. They shall also give details of the location(s) at which the local value addition is made.

b. In cases of procurement for a value in excess of Rs.10 crores, the ‘Class-I local

supplier’/ ‘Class-II local supplier’ shall be required to provide a certificate from the statutory auditor or cost auditor of the company (in the case of companies) or from a practicing cost accountant or practicing chartered accountant (in respect of suppliers other than companies) giving the percentage of local content in Annexure-Z under Section-D of Tender Documents.

c. A supplier who has been debarred / banned by any other procuring entity for

violation of ‘Public Procurement (Preference to Make In India), Order 2017’ (PPP-MII Order) dated 15.06.2017 and its subsequent revisions / amendments issued by Department of Industrial Policy and Promotion (DIPP) shall not be eligible for preference under the aforesaid procedures for duration of the debarment. The local supplier shall be required to furnish a confirmation in this regard in the relevant attachment along with Part-I (Techno Commercial) Bid.

Tender No. CMM/OPS/58-50-9-3395

Appendix ‘Y’

NUCLEAR POWER CORPORATION OF INDIA LIMITED

DESIGN, ENGINEERING, MATERIAL, CONSTRUCTION, MANUFACTURE, INSPECTION AND TESTING AT THE CONTRACTOR'S/SUB-CONTRACTOR'S WORKS, PACKING, TRANSPORTATION, DELIVERY AT SITE, UNLOADING, HANDLING, TEMPORARY STORAGE, COMMISSIONING AND FUNCTIONAL TESTING AT SITE OF TWO NUMBER, THREE PHASE, 420KV 125MVAR BUS REACTORS FOR KAIGA-3&4.

FORMAT FOR RAISING TECHNO-COMMERCIAL QUERIES BY THE BIDDER FOR PRE-BID PURPOSES

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

OLUMN NO. 1 TO 6 TO BE FILLED BY THE BIDDER COLUMN NO. 7 NPCIL TO RESPOND

Annexure-IPBG (To be submitted in Non-judicial Stamp Paper of appropriate value)

Integrity Pact Bank Guarantee (IPBG) NUCLEAR POWER CORPORATION OF INDIA LTD. (Acting through) Executive Director, Directorate of Contracts and Materials Management, Nabhikiya Urja Bhavan, Entrance Block, Ground Floor, Anushaktinagar, Mumbai 400094. In consideration of M/s Nuclear Power Corporation of India Limited (NPCIL),having its

registered office at World Trade Centre, 16th Floor, Cuffe Parade, Colaba, Mumbai 400005 (herein after called the Purchaser), on the first part and M/s.________________-

of_____________________(hereinafter referred to as Contractor) on the second part, having

agreed to accept a sum of Rs.20,00,000/- (Rupees Twenty Lakh Only) OR any other

currencies as specified in the tender document in the form of Bank Guarantee towards

Integrity Pact for Design, Engineering, material, construction, manufacture, inspection

and testing at the contractor's/sub-contractor's works, packing, transportation, delivery at site, unloading, handling, temporary storage, commissioning and functional testing at

site of two number, three phase, 420Kv 125MVAR Bus Reactors for Kaiga-3&4 (Tender No.CMM/OPS/58-50-9-3395) we ________________ (Name of The Bank), (hereinafter

referred to as the Bank), do hereby undertaken to pay to the Purchaser on demand within 3

(three) working days without any demur and without seeking any reasons whatsoever, an

amount not exceeding Rs.20,00,000/- (Rupees Twenty Lakh Only) OR any other currencies

as specified in the tender document and the guarantee will remain valid for 5 years from the

date of its issuance i.e., __________________(date). The Integrity Pact Bank Guarantee shall

be extended from time to time as required by the Purchaser.

We undertake not to revoke this guarantee during this period except with the previous

consent of the Purchaser in writing and we further agree that our liability under the Guarantee

shall not be discharged by any variation in the term of the commercial offer.

No interest shall be payable by the Purchaser to the Contractor on the guarantee for the period

of its currency.

Dated this_______________day of ____________________2021

For the bank of ___________________

For_________________________________________

( Indicate the name of the bank )

TPT/SUPPLY-1

SECTION – B

GENERAL CONDITIONS OF CONTRACT (FORM NO. GCC/Supply-1/Rev.5)

And

SPECIAL CONDITIONS OF CONTRACT

23/06/2020

FORM NO. GCC/Supply-1/Rev.5

NUCLEAR POWER CORPORATION OF INDIA LIMITED

(A GOVERNMENT OF INDIA ENTERPRISE)

DIRECTORATE OF CONTRACTS AND MATERIALS MANAGEMENT

GENERAL CONDITIONS OF CONTRACT FOR SUPPLY OF INDIGENOUS STORES

APPLICABLE TO THE CONTRACTS PLACED BY

NUCLEAR POWER CORPORATION OF INDIA LIMITED

GCC/SUPPLY-1/R-5

GENERAL CONDITIONS OF CONTRACT FOR SUPPLY OF INDIGENOUS STORES

PLACED BY

NUCLEAR POWER CORPORATION OF INDIA LIMITED (A GOVERNMENT OF INDIA ENTERPRISE)

Preamble

1.1 The scope of the Contract shall be design, engineering, manufacture, inspection, test, supply, transportation & delivery, as the case may be, of the Stores, plants, materials, components, equipment, machineries, instruments, appliances and accessories, in accordance with the technical specifications and drawings of the Contract documents.

1.2 The General Conditions of Contract (GCC/Supply-1/R-5) shall form a part of the Contract. 1.3 In case of any variance between the terms and conditions of the General Conditions of Contract

(GCC/Supply-1/R-5) and the conditions as may be stipulated in the Contract, the latter shall prevail to the extent applicable.

1.4 All the rights, discretion and powers of the Purchaser under the Contract shall be exercised by the

Purchaser through written communications, which shall be given by the Executive Director, Directorate of Contracts and Materials Management or other officers authorised by him for and on behalf of the Purchaser.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 2 of 54

I N D E X

CONTENTS Page No. 1. General Provisions 5

1.1 Definitions 1.2 Interpretations 1.3 Communications 1.4 Language 1.5 Governing Law 1.6 Jurisdiction 1.7 Priority of Documents 1.8 Contractor’s Documents 1.9 Purchaser’s Documents 1.10 Confidentiality 1.11 Consortium / Joint Venture / Partnership 1.12 Country of Origin 1.13 Independent Contracts

2 The Purchaser 11

2.1 Accuracy of Information 2.2 Permit, Licences or Approvals 2.3 Free Issue Material 2.4 Purchaser’s Representatives

3 The Contractor

3.1 General Obligations 11 3.2 Permit, Licences or Approvals 3.3 Compliance with law 3.4 Securities 3.5 Contractor’s Representative 3.6 Sub-contracting 3.7 Subletting or Assignment of Contract 3.8 Quality Assurance

16 4 Subject Matter of Contract

4.1 Scope of facilities 4.2 Delivery Schedule

5 Contract Price and Payment 17

5.1 Contract Price 5.2 Price Basis 5.3 Currency of Payment 5.4 Price Adjustment 5.5 Price Adjustment Formula 5.6 Terms of Payment 5.7 Application for Payment 5.8 Mode of Payment 5.9 Interest on delayed payment 5.10 Recovery of Advance Payments in case of breach of contract 5.11 Recovery of Sums Due 5.12 Taxes and Duties

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 3 of 54

6 Guarantee, Liability and Risk Distribution 25

6.1 Completion Time Guarantee 6.2 Delay in Supply 6.3 Functional Guarantee 6.4 Defect Liability 6.5 Transfer of Ownership 6.6 Intellectual Property Rights (IPR) Indemnification 6.7 Indemnity Against Loss / Damage 6.8 Indemnity for Taxes and Duties 6.9 Limitation of Liability 6.10 Insurance 6.11 Force Majeure 6.12 Liability of the Government of India

7 Work Program 35

7.1 Contractor’s Organisation 7.2 Program of Performance 7.3 Work Procedures 7.4 Progress of Performance 7.5 Progress Report 7.6 Hindrances

8 Design and Engineering 36

8.1 General Design Obligation 8.2 Codes and Standards 8.3 Review / Approval of Contractor’s Documents

9 Procurement and Supply 38

9.1 General Provisions 9.2 Free Issue Materials (FIM) 9.3 Packing and Marking 9.4 Transportation 9.5 Custom Clearance 9.6 Training 9.7 Manuals

10 Quality Assurance, Inspection, Acceptance and Rejections 43

10.1 Quality Assurance Program 10.2 Inspection, Testing and Rejection

10.3 Supervision of Erection & Commissioning 11 Changes in the Scope of Work 46

11.1 Right to vary 11.2 Changes Originating from Purchaser 11.3 Changes Originating from Contractor

12 Time Extension 47

12.1 Extension of Time for Completion

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 4 of 54

13 Foreclosure and Termination 48 13.1 Foreclosure of Contract 13.2 Cancellation / Termination of Contract in Full or Part 13.3 Termination on Death

14 Settlement of Disputes 52

14.1 Settlement by Mutual Consultation 14.2 Arbitration 14.3 General

15 Abbreviations Used 54

List of Annexures

Annexure-A : Format for “Advance Bank Guarantee” Annexure-B : Format for “Security Deposit” Annexure-C : Format for “Performance Bond” Annexure-D : Format for “Application for Payment” Annexure-E : Format for “Indemnity Bond against Free Issue Material Annexure-F : Format for “Certificate towards Excise Duty” Annexure-G : Format for “Certificate towards Sales Tax” Annexure-H : Format for “Certificate towards Service Tax”

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 5 of 54

1 GENERAL PROVISIONS 1.1 Definitions

1.1.1 "Acceptance” shall mean and deemed to include one or more of the following as stipulated in the tender:

a) acceptance of the Stores at Purchaser’s Site after its receipt and due inspection and release of “Material Receipt Voucher” (MRV), which should be completed within 75 (seventy five) days from the date of receipt of the Stores at Purchaser’s Site, subject to the Contractor meeting the requirements stipulated in the Contract.

b) where the scope of the Contract includes supply, erection and commissioning, acceptance shall mean issue of necessary Material Receipt Voucher after commissioning and final acceptance of Equipment, Machinery and Instrument etc. which should be completed within 75 (seventy five) days from the date of commissioning of the Stores at Purchaser's Site, subject to the Contractor meeting the requirements stipulated in the Contract.

1.1.2 “Bid” shall mean the tender offer and quotation in response to the Tender Enquiry. 1.1.3 “Change Order" shall mean a written amendment to the existing contract or a new contract from the

Purchaser to the Contractor after the Effective Date of the contract requiring a change in any part of the Stores that may involve a) a change in the scope of work, b) addition / omission of work, and c) a change in any of the provision / scope of the contract.

1.1.4 “Consignee” shall mean the authorised representative or officer of the Purchaser at site to whom the Stores are required to be delivered in the manner indicated in the Contract.

1.1.5 "Contractor” shall mean firm / company / joint venture / consortium with whom or with which the

purchase order for the supply of Stores is placed and shall be deemed to include the Contractor’s legal successors and/or assignees (approved by the Purchaser), representatives, heirs, executors and administrators unless excluded by the Contract.

1.1.6 "Contract" or "Purchase Order" shall mean the communication or document signed for and on behalf

of the Purchaser by an Officer duly authorised confirming the acceptance for and on behalf of the Purchaser of Tender or Offer of the contractor on the terms and conditions mentioned or referred to in the said communication and other documents including Tender Document, Terms and Conditions of the contract and such other documents as may be expressly incorporated in the Contract by reference and all mutually agreed amendments in writing made to any of them

1.1.7 “Contractual Delivery Date” shall mean the stipulated date on which the contractor shall attain

‘completion’ of the Supply of Stores, as specified in the purchase order. 1.1.8 “Contract Price” shall mean the price as specified in “Section A – Item and Price Schedule” of the

Contract subject to such addition and adjustment thereof or deduction there from, as may be made pursuant to the contract.

1.1.9 “Day” or “Days” shall mean a Gregorian calendar day or days of twenty-four (24) hours each.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 6 of 54

1.1.10 “Defect Liability Period” shall mean the period of validity of the warranties given by the contractor

during which the contractor is responsible for defects with respect to the Stores or the relevant part thereof as provided in GCC clause 6.4 (Defect Liability).

1.1.11 “Effective Date” or "Commencement Date" shall mean the date of issue of Purchase Order on which

the contract shall come into force. 1.1.12 “GCC” shall mean this General Conditions of the Contract for Supply of Indigenous Stores. 1.1.13 "Latent Defect" shall mean a defect, inherently lying within the material or arising out of design

deficiency, which do not manifest themselves and/or was not reasonably discoverable during Defect Liability period.

1.1.14 “Month” shall mean a month according to Gregorian calendar. 1.1.15 “Quality Surveillance Engineer / Inspector” shall mean any person appointed by or on behalf of the

Purchaser to inspect or carry out quality surveillance on supplies, stores or work under the Contract or any person deputed by the Quality Surveillance Engineer for the said purpose.

1.1.16 "Particulars" shall mean the following:

a) Specification(s); b) Drawing(s); c) Sealed pattern denoting a pattern sealed and signed by the Quality Surveillance Engineer; d) Proprietary make denoting the produce of any individual firm; and e) Any other details governing the construction, manufacture and/or supply as provided in the Contract.

1.1.17 "Party" shall mean Purchaser or Contractor as named in the Contract individually and “Parties” shall

mean Purchaser and Contractor collectively. 1.1.18 "Performance Test" shall mean all operational checks and tests required to determine the performance

parameters including inter-alia capacity, efficiency and operating characteristics of the Stores as specified in the Contract.

1.1.19 “Plant and Equipment” means permanent plant, equipment, machinery, apparatus, systems, articles and

things of all kinds to be provided by the Contractor under the Contract including the spare parts, tools & tackles to be supplied by the Contractor.

1.1.20 “Project Manager” shall mean the person appointed by the Purchaser in the manner provided in GCC

sub-clause 2.4.2 (Purchaser’s Representatives) hereof and named as such in the Contract. 1.1.21 "Purchaser" shall mean the Nuclear Power Corporation of India Limited, a Government of India

Enterprise acting through Executive Director, Directorate of Contracts & Materials Management. 1.1.22 “SCC” shall means Special Conditions of the Contract hereof.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 7 of 54

1.1.23 "Shipping Release" shall mean the document issued by the inspector or the inspection agency nominated

by the Purchaser authorising the Contractor to ship the Stores on satisfactory completion of inspection. 1.1.24 “Site” means the place(s) where the Stores are to be supplied and any other places as may be specified in

the Contract as forming part of the Site. 1.1.25 "Stores” shall mean and include what the Contractor agreed to supply under the Contract as specified in

the Contract and shall include inter-alia goods and materials, equipment, machinery, components, instruments, appliances, accessories and plant.

1.1.26 “Sub-contractor” shall mean any person on whom preparation of any design, or supply of any Stores

and Other Service(s) is subcontracted directly or indirectly by the Contractor and includes its legal successor or permitted assignees, and unless otherwise stated, all the Sub-contractors and suppliers to such Person and the term Sub-Contract shall be construed accordingly.

1.1.28 “Willful Misconduct” shall mean that the Contractor has intentionally concealed the defect in full

knowledge of the consequences that may flow from its existence and the defect is one, which the Purchaser could not have discovered on careful examination of the Plant at the time of acceptance or during the Defect Liability Period.

1.2 Interpretation 1.2.1 In the Contract, except where the context requires otherwise:

(a) words indicating one gender include all genders; (b) words indicating the singular also include the plural and words indicating the plural also include the

singular; (c) provisions including the word “agree”, “agreed” or “agreement” require the agreement to be record in

writing; (d) the word “tender” is synonymous with “bid”, “tenderer” with “bidder” and “tender documents” with

“bidding documents”; and (e) “written” or “in writing” means hand-written, type-written, printed or electronically made, and

resulting in a permanent record. The marginal words and headings shall not be taken into consideration in the interpretation of these Conditions.

1.2.2 Persons

Words incorporating persons or parties shall include firms, consortiums, corporations, government entities and other bodies whether incorporated or not but having legal entity.

1.2.3 Incoterms

Unless inconsistent with any provision of the Contract, the meaning of any trade term and the rights and obligations of parties there under shall be as prescribed by Incoterms 2000. Incoterms means international rules for interpreting trade terms published by the International Chamber of Commerce (latest edition), 38 Cours Albert 1er, 75008 Paris, France.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 8 of 54

1.2.4 Entire Agreement The Contract constitutes the entire agreement between the Purchaser and Contractor with respect to the subject matter of Contract and includes all written communications, negotiations and agreements of parties with respect thereto made prior to the date of Contract that are included as reference in the Contract.

1.2.5 Non-waiver

No relaxation, forbearance, delay or indulgence by either party in enforcing any of the terms and conditions of the Contract or the granting of time by either party to the other shall prejudice, affect or restrict the rights of that party under the Contract, nor shall any waiver by either party of any breach of Contract operate as waiver of any subsequent or continuing breach of Contract. Any waiver of a party’s rights, powers or remedies under the Contract must be in writing, must be dated and signed by an authorized representative of the party granting such waiver, and must specify the right and the extent to which it is being waived.

1.2.6 Severability If any provision or condition of the Contract is prohibited or rendered invalid or unenforceable, such prohibition, invalidity or unenforceability shall not affect the validity or enforceability of any other provisions and conditions of the Contract.

1.3 Communications 1.3.1 Unless otherwise stated in the Contract, all communications to be given under the Contract shall be in

writing, and shall be sent by personal delivery, airmail post, special courier or facsimile to the address of the relevant party set out in the Contract.

1.3.2 For communications to be sent by the Purchaser to the Contractor, the following provisions shall apply:

a) Any communication sent by airmail post or special courier shall be deemed (in the absence of evidence of earlier receipt) to have been delivered ten (10) days after dispatch. In proving the fact of dispatch, it shall be sufficient to show that the envelope containing such notice was properly addressed, stamped and conveyed to the postal authorities or courier service for transmission by airmail or special courier.

b) Any communication delivered personally or sent by facsimile shall be deemed to have been delivered on date of personal delivery or date of its dispatch, as the case may be.

1.3.3 Communications shall be deemed to include any approvals, consents, instructions, notices, orders,

amendment to the Contract and certificates to be given under the Contract. 1.3.4 Either party may change its postal, facsimile address or addressee for receipt of such communication by

10 days’ notice to the other party in writing. 1.4 Language 1.4.1 The ruling language of the Contract and language for communication shall be English.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 9 of 54

1.5 Governing Law 1.5.1 The Contract shall be governed by the law of the country. The country unless otherwise stated in the

contract shall be India. 1.6 Jurisdiction 1.6.1 The courts in Mumbai shall have exclusive jurisdiction to deal with and decide all disputes arising out of

related Contract. 1.7 Priority of Documents 1.7.1 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 Order b) the Special Conditions of Contract (SCC) c) the General Condition of Contract (GCC) d) the Tender (including technical specifications, drawings, etc.) document, other than Sr. (b) & (c)

above. 1.8 Contractor’s Documents 1.8.1 As between the Parties, the Contractor shall retain the rights for which the Contractor has copyrights and

other intellectual property rights (IPR), and for all other documents prepared / created in the course of execution of the Contract, the IPR will remain with the Purchaser.

1.8.2 The Contractor shall be deemed to give to the Purchaser a non-terminable transferable non-exclusive

royalty-free licence to copy, use and communicate the contractor’s documents, including making and using modifications of them. This licence shall: (a) apply throughout the actual or intended working life (whichever is longer) of the relevant parts of the

Stores, (b) entitle any person in proper possession of the relevant part of the Stores to copy, use and

communicate the contractor’s documents for the purposes of completing, operating, maintaining, altering, adjusting, repairing and decommissioning the Stores, and

(c) in the case of contractor’s documents which are in the form of computer programs and other software, permit their use on any computer on the Site and other places as envisaged by the Contract, including replacements of any computers supplied by the Contractor.

1.9 Purchaser’s Documents 1.9.1 As between the Parties, the Purchaser shall retain the copyright and other intellectual property rights in

the Specification, the Drawings and other documents made by (or on behalf of) the Purchaser. The Contractor may, at his cost, copy, use, and obtain communication of these documents for the purposes of the Contract. They shall not, without the Purchaser’s consent, be copied, used or communicated to a third party by the Contractor, except as necessary for the purposes of the Contract and with prior consent of the Purchaser.

1.10 Confidentiality 1.10.1 The Contractor shall take necessary steps to ensure that all persons employed on any work in connection

with this Contract have noticed that the Indian Official Secrets Act, 1923 (XIX of 1923) applies to them and shall continue to apply even after the execution of the Contract.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 10 of 54

1.10.2 All information, drawings, designs and specifications imparted to the Contractor shall, at all times, remain

the absolute property of the Purchaser. The Contractor shall not use them for purposes other than for which they are provided for and shall treat all these documents as confidential. These shall not be reproduced in whole or in part for any other purpose.

1.10.3 The Contractor shall use his best endeavours to ensure that such information are not divulged to third

parties except where needed for the performance of the Contract by the Contractor with the prior consent of the Purchaser. In such cases, the Contractor shall ensure and obtain similar obligation of confidence, from third parties in question.

1.10.4 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 confidential information is given, to be bound by all the confidentiality obligations as the Contractor is bound under this Agreement.

1.10.5 The provisions of this clause of GCC shall survive termination for whatever reason, of the Contract. 1.11 Consortium / Joint Venture / Partnership 1.11.1 Joint and Several Liability

If the Contractor constitutes a joint venture, consortium or other unincorporated grouping of two or more entities: a) each of these entities shall be deemed to be jointly and severally liable to the Purchaser for the

performance of the Contract b) these entities shall notify the Purchaser one of such entities as their leader who shall have authority to

bind the Contractor and each of these entities. 1.11.2 Changes in Constitution

Where the Contractor is a partnership firm, Joint Venture or consortium, prior approval in writing of the Purchaser shall be obtained before any change is made in the constitution of the contractor. If prior approval as aforesaid is not obtained, the contract shall be voidable in accordance with the GCC clause 13.2 (Cancellation / Termination of Contract in Full/Part) at the Purchaser’s discretion.

1.12 Country of Origin 1.12.1 “Country of Origin” means the place where the materials, equipment and other supplies for the Facilities

are mined, grown, produced or manufactured, and from which the services are provided. 1.13 Independent Contracts 1.13.1 The Contractor shall be an independent contractor performing the Contract. The Contract does not create

any agency, partnership, joint venture or other joint relationship between the parties hereto. Subject to the provisions of the Contract, the Contractor shall be solely responsible for the manner in

which the Contract is performed. All employees, representatives or Subcontractors engaged by the Contractor in connection with the performance of the Contract shall be under the complete control of the Contractor and shall not be deemed to be employees of the Purchaser, and nothing contained in the

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 11 of 54

Contract or in any subcontract awarded by the Contractor shall be construed to create any contractual relationship between any such employees, representatives or Subcontractors and the Purchaser. The Contractor shall indemnify the Purchaser for any loss suffered or costs incurred by the Purchaser on account of any claims raised by the representatives, employees or third parties to whom the contractor is solely responsible in terms hereof or under the Contract.

2. THE PURCHASER 2.1 Accuracy of Information 2.1.1 The Purchaser shall ensure the accuracy of all information and/or data to be supplied by the Purchaser as

described in the Technical Specification of the Tender, except when otherwise expressly stated in the Contract.

2.2 Permits, Licenses or Approvals 2.2.1 The Purchaser shall provide, at the request of the Contractor, such reasonable assistance in the form of

issue of necessary certificates as required under law so as to allow the Contractor to obtain any permits, licenses or approvals required by the Laws of the Country, which the Contractor is required to obtain under GCC clause 3.2, for the delivery of Goods including clearance through customs. However, no claims can be made by the contractor with respect to this clause. The Contractor shall bear all cost charges and expenses for the licenses, permits and approvals required to be obtained by him under clause 3.2 hereof.

2.2.2 The Purchaser shall acquire and pay for all permits, approvals and/or licenses from all local, state or

national government authorities or public service undertakings that such authorities or undertakings require the Purchaser to obtain them in the Purchaser’s name, and are necessary for the execution of the project.

2.3 Free Issue Material 2.3.1 The Purchaser shall provide Free Issue Material (FIM) if specified in the tender, to Contractor, as per quantities/sizes indicating costs of such free issue material mentioned in the tender.

2.4 Purchaser’s Representatives 2.4.1 Senior General Manager / General Manager / Additional General Manager / Deputy General Manager, C&MM as mentioned in the Contract is the Purchaser’s representative for all commercial matters of the Contract. 2.4.2 Project Manager: The Project Manager as mentioned in the Contract will be the Purchaser’s

representative for all technical matters under the Contract and will remain the nodal agency for this purpose during the execution of the Contract.

3 THE CONTRACTOR 3.1 General Obligations 3.1.1 The Contractor shall design (to the extent specified in the Contract), procure / manufacture (including

associated Purchases and/or sub-contracting), inspect, test, pack and supply the Stores with due care and diligence in accordance with the Contract and with the Purchaser’s instructions, and shall remedy any defects in the Stores occurring in defect liability period, and remedy latent defects within a further period of five (05) years from end of defect liability period.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 12 of 54

3.1.2 The Stores supplied by the Contractor shall be brand new of the best quality and workmanship and shall

comply in all respects with Particulars of the Contract. When completed, the Stores shall be fit for the purposes for which the Stores are intended as defined in the Contract.

3.1.3 The Contractor shall, whenever required by the Purchaser, submit details of the arrangements and

methods which the Contractor proposes to adopt for the execution of the Contract. No significant alteration to these arrangements and methods shall be made without this having previously been notified to the Purchaser.

3.1.4 The Contractor shall be deemed to have carefully examined all Contract documents and obtained

clarifications from the Purchaser where needed to his entire satisfaction before submitting the bid. In particular and without prejudice to the foregoing conditions and in addition thereto, when tenders are called for furnishing Particulars, the Contractor’s tender to supply in accordance with such Particulars shall be deemed to be an admission on his part that he has fully acquainted himself with the details thereof and no claim on his part which may arise on account of non-examination or misunderstanding of the Particulars will, in any circumstances, be considered/payable by the Purchaser.

3.2 Permits, Licenses or Approvals 3.2.1 The Contractor shall, at his own cost, acquire in its name all permits, approvals and/or licenses from all

local, state or national government authorities or public service undertakings in India that are necessary for the performance of the Contract. The Contractor shall also acquire all other permits, approvals and/or licenses that are not the responsibility of the Purchaser under GCC sub-clause 2.2.2 hereof and that are necessary for the performance of the Contract.

3.3 Compliance with law 3.3.1 The Contractor shall comply with all laws in force in India and in the States where the Stores are

manufactured. The laws will include all local, state, national or other laws that affect the performance of the Contract and bind upon the Contractor. The Contractor shall indemnify and hold harmless the Purchaser from and against any and all liabilities, damages, claims, fines, penalties and expenses of whatever nature arising or resulting from the violation of such laws by the Contractor or its personnel, including the Sub-contractors and their personnel, but without prejudice to GCC clause 2.1 (Accuracy of Information) hereof.

3.4 Securities 3.4.1 The contractor shall provide the securities in favour of the Purchaser in the form of bank guarantees as

stated in GCC sub-clause no. 3.4.2, 3.4.3 and 3.4.5 here in below subject to the following conditions, a) The bank guarantee shall be from scheduled commercial bank in India (except co-operative bank) and

shall be governed by Indian Laws and be subject to the jurisdiction of courts in Mumbai, India. b) The bank guarantees shall be submitted as per the format annexed to this GCC. c) All bank guarantees are to be sent by the bankers directly to the Purchaser. d) The value of the bank guarantees submitted towards security of advance payments as per GCC sub-

clause 3.4.3 herein below may be reduced once in six months to the extent of receipt of items/materials by the Purchaser and the advance amount adjusted against such receipts.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 13 of 54

3.4.2 Security Deposit: a) Contractor shall furnish Security Deposit for 10% of the total value in respective contract currencies,

for due performance of the said contracts, in the form of a Bank Guarantee within 30 days from the date of award of contracts and it shall be valid till satisfactory completion of the contract and submission of Performance Bond Bank Guarantee pursuant to GCC Sub clause 3.4.5 below, plus a claim period of three months for lodging of claims, if any.

b) If the Contractor fails to provide the Security Deposit Bank Guarantee as stated herein above, within

30 days from the date of issue of Contract such failure shall constitute a breach of contract and the Purchaser shall be entitled to cancel the Contract and make alternate arrangements for the purchase of the Stores contracted from other sources at the risk and expense of the Contractor in terms of GCC sub-clause no. 13.2 (Cancellation/Termination of Contract in Full or Part) hereof and/or recover from the Contractor the damages arising from such cancellation.

c) In the event, the Contractor fails to fulfil the obligations under the Contract, the Purchaser shall have

the right to encash and appropriate the Security Deposit Bank Guarantee. This right shall be in addition to and without prejudice to the rights of the Purchaser to recover from the Contractor any loss or damages that the Purchaser is herein entitled.

3.4.3 Advance / Stage Payments Security As a pre-requisite for release of advance/stage payments, Contractor shall submit bank guarantee for

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.

3.4.4 Where the Contractor fails to complete supply of Stores within the Contractual Delivery Date, the

Contractor shall extend the validity of Bank Guarantee(s) submitted pursuant to GCC clause nos. 3.4.2 and 3.4.3 above, suitably to cover the extended/expected delivery date well in time and in any extent two(02) months before expiry of original Contractual Delivery Date, failing which, the Purchaser shall have the right to invoke the Bank Guarantee(s) without prejudice to the terms and conditions of the contract.

3.4.5 Performance Bond:

a) The contractor shall submit a Performance Bond in the form of Bank Guarantee for an amount equal to ten (10) percent of the total value of the contract as a security for satisfactory performance and warranty/ guarantee of the Stores supplied by the Contractor and its sub-contractors under the contract.

b) The Performance Bond Bank Guarantee shall be submitted on completion of supply and before

release of (balance 10%) final payment and shall remain valid during the complete defect liability period as per GCC Sub Clause 6.4.1 and any extension to defect liability as per GCC Sub Clause no. 6.4.4 plus a claim period of three (03) months thereafter for lodging of claims.

c) The Performance Bond Bank Guarantee 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 Stores or any part thereof during defect liability

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 14 of 54

period to take care of extended defect liability period of Stores repaired/replaced and/or Stores remaining idle due to such defects and repair / replacement of the same.

3.4.6 In the event the Contractor is required to extend the validity of the Bank Guarantees submitted for

Security Deposit, Advance Payment and Performance Bond for delays attributable to the Purchaser, the corresponding Bank Guarantee Extension charges shall be borne by the Purchaser.

3.4.7 Indemnity Bond for Free Issue Material (For Fabrication of Items at Contractors works outside

Purchaser’s site) The Contractor shall execute an Indemnity Bond in favour of the Purchaser indemnifying the Purchaser

and keeping the Purchaser indemnified to the extent of full value of FIM till such time the entire contract is executed and proper account for the FIM is rendered by the former to the latter. For this purpose an Indemnity Bond as per Annexure-E shall be executed by the Contractor.

3.5 Contractor’s Representative 3.5.1 The Contractor shall appoint the Contractor’s Representative within fourteen (14) days of issue of the

Purchase Order and shall request the Purchaser in writing to approve the person so appointed. If the Purchaser makes no objection to the appointment within fourteen (14) days, the Contractor’s Representative shall be deemed to have been approved. If the Purchaser objects to the appointment within fourteen (14) days giving the reason therefore, then the Contractor shall appoint a replacement within fourteen (14) days of such objection, and the foregoing provisions of this GCC sub-clause no.3.5.1 shall apply thereto.

The Contractor’s Representative will have to be assisted by senior executives of the company in charge of each discipline, i.e., Engineering, Planning, Procurement, Manufacturing and Quality Assurance etc. He shall be vested with powers to take prompt decisions.

3.5.2 The Contractor’s Representative shall represent and act for the Contractor at all times during the currency

of the Contract. All notices, instructions, information and all other communications to be given by the Purchaser to the Contractor under the Contract shall be given to the Contractor’s Representative, except as herein otherwise provided. All the contractor’s notices, instructions, information and other communication under the contract shall be given by the Contractor’s Representatives in the following manner. Regarding, (a) Commercial Issues: Senior General Manager/ General Manager/ Additional General Manager/

Deputy General Manager, C&MM as specified in the Purchase Order (b) Technical issues: Project Manager

3.5.3 The Contractor shall not revoke the appointment of the Contractor’s Representative without the Purchaser’s prior written consent, which shall not be unreasonably withheld. If the Purchaser consents thereto, the Contractor shall appoint some other person as Contractor’s representative, pursuant to the procedure set out in GCC sub-clause 3.5.1.

3.5.4 The Purchaser may by notice to the Contractor object to any representative or person employed by the

Contractor in the execution of the Contract who, in the reasonable opinion of the Purchaser, may behave

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 15 of 54

inappropriately, may be incompetent or negligent, the Purchaser shall provide evidence of the same, where upon the Contractor shall remove such person from the execution of the Contract.

3.5.5 If any representative or person employed by the Contractor is removed in accordance with GCC sub-

clause 3.5.4, the Contractor shall, where required, promptly appoint a replacement. 3.6 Sub-contracting 3.6.1 The Contractor shall not sub contract any or all of the work without written consent of the Purchaser. The

Contractor shall be solely responsible to the Purchaser for all work including that of the sub-contractor, if allowed by the Purchaser.

3.6.2 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 in his bid or Part-I bid in the case of two part tender, 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. In so far as no Subcontractors are listed against any such item, the Contractor shall prepare and submit to Purchaser a list of Subcontractors for such items for approval and inclusion in such list. List of sub-vendors as issued with the Contract shall be strictly adhered to for procurement of goods/services from designated subcontractor(s). However, under very special and extra-ordinary circumstances, Contractor may request Purchaser for change of subcontractor giving sufficient reasons and submit name and credentials along with contractors recommendation of subcontractor(s) proposed by him to the Purchaser for approval, in sufficient time so as not to impede the progress of work. Approval by the Purchaser for any of the Subcontractors shall not relieve the Contractor from any of its obligations, duties or responsibilities under the Contract.

3.6.3 The Contactor shall select and employ its Subcontractors for such major items from those listed in the

lists referred to in GCC sub-clause 3.6.2.

3.6.4 All payment to the sub-contractors shall be made by the Contractor. 3.6.5 In the event the Contractor violates the condition for obtaining consent under clause 3.6.1 above, the

Purchaser shall become entitled, in its discretion, to rescind that part of the Contract in respect of which such violation has taken place, by giving 30 days notice to the Contractor. However, the Purchaser may in the alternative, scrutinise such Sub-Contract or the Agreement entered into between the Contractor and the Sub-Contractor, and either, ratify such sub-contract/ agreement subject to any conditions or stipulations imposed by the Purchaser in that regard, or afford time to the Contractor to rectify/ remedy his breach.

3.6.6 It will be the duty of the Contractor to make good any defects in the work of the Sub-Contractor or finish

any incomplete work at his own cost, and/or to compensate the Purchaser for any damage done by the Sub-Contractor to the Property or Project of the Purchaser.

3.7 Subletting or Assignment of Contract 3.7.1 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.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 16 of 54

3.7.2 Any breach of this condition shall entitle the Purchaser to cancel the Contract or any part thereof and to

purchase from other sources at the risk and cost of the Contractor in terms of GCC sub-clause no. 13.2 (Cancellation/Termination of Contract in Full or Part) hereof and/or recover from the Contractor damages arising from such cancellation.

3.8 Quality Assurance 3.8.1 Procurement, Manufacture & Supply of Stores by the Contractor or Subcontractor(s) shall be subjected to

Purchaser’s Quality Assurance (QA) requirement as per GCC clause no. 10 (Quality Assurance, Inspection, Acceptance and Rejection).

4 SUBJECT MATTER OF CONTRACT 4.1 Scope of Work 4.1.1 Unless otherwise expressly limited in the Technical Specifications, the Contractor’s obligations cover the

supply of all Plant and Equipment (covering design, engineering, procurement, manufacture, Quality Assurance, testing, packing & forwarding transportation and delivery at site) in accordance with the plans, procedures, specifications, drawings, codes and any other documents as specified in the Technical Specifications. Such specifications include, but are not limited to, supply of Spares and Accessories.

4.1.2 In the case of any class of work for which there is no such specifications as referred to above, such work

shall be carried out in accordance with Bureau of Indian Standards Specifications. In case there are no such specifications in Bureau of Indian Standards the work shall be carried out as per manufacturers' specifications. In case there are no such Specifications as referred to above the work shall be carried out in all respects in accordance with the instructions and requirements of the Project Manager.

4.1.3 The Contractor shall carry out / ensure the manufacture of Stores and all other execution of the

Contract with properly equipped facilities and non-hazardous materials, except as otherwise specified in the Contract and without any extra cost to the Purchaser.

4.1.4 The Contractor shall, unless specifically excluded in the Contract, perform all such work and/or supply all

such items and materials not specifically mentioned in the Contract but that can be reasonably inferred from the Contract as being required for efficient functioning of the Stores as per specifications of the Tender, as if such work and/or items and materials were expressly mentioned in the Contract, and without any extra cost to the Purchaser.

4.1.5 Alteration Of Specifications, Patterns And Drawings:

a) The Purchaser reserves the right to alter whenever necessary specifications, patterns and drawings. As from that date, the Stores shall be in accordance with the specifications, patterns and drawings so altered which the Contractor is bound to comply with.

b) In the event of such alteration involving a revision in the cost, or in the delivery period the same shall be discussed and mutually agreed pursuant to GCC clause no. 11.2 (Changes Originating from Purchaser).

4.2 Delivery Schedule 4.2.1 Date of delivery of the Stores stipulated in the Contract, shall be the essence of the Contract and delivery

of Stores 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

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 17 of 54

contractual delivery period shall be reckoned from that date for the purpose of fixing Contractual Delivery Date (CDD).

4.2.2 The Contractor shall complete delivery of the Stores (or of a part where a separate time for delivery of

such part is specified in the Contract) within the Contractual Delivery Date (CDD) stated in the contract. Acceptance by the Purchaser of the Stores delivered by the Contractor after expiry of CDD shall be subjected to GCC clause no. 6.2 (Delay in Supply).

4.2.3 The Contractor shall also ensure that the work sub-contracted by him is duly completed in time period

specified herein. 5 CONTRACT PRICE AND PAYMENT 5.1 Contract Price 5.1.1 The contract price shall be as specified in Section-A of the purchase order, which shall be stated and

payable in the currency as mentioned in GCC clause no. 5.2 (Price Basis) and 5.3 (Currency of Payment) below.

5.1.2 For contract(s) with contractual delivery period less than and upto 12 (twelve) months, the contract price

shall be firm. However, contract price for such contracts(s) can be subjected to price adjustment only in the event of delay attributable to the Purchaser causing actual contract period to exceed 12 (twelve) months, as provided in GCC Sub clause 5.4.2.

5.1.3 For contracts with contractual delivery period exceeding 12 (twelve) months, the contract price shall be

subjected to price adjustment either on positive or on negative side as per GCC clause nos. 5.4 & 5.5 below to reflect changes in the cost of labour, material etc. Any bid containing a proposal for alternative system of pricing, other than so specified under GCC clause no. 5.4 & 5.5 below run the risk of rejection. However, the offer submitted on fixed price basis will not be rejected, but will be treated as the offer with price adjustment being zero. The offer shall specifically confirm adherence to the price adjustment clause of the tender, or whether it is on fixed price basis. The name, source and origin of material and labour indices to be applied for price adjustment shall be as indicated in the bid subject to GCC sub-clause no. 5.5.2 & 5.5.3.

5.1.4 Currency Exchange rate variation for imported raw materials/components shall not be claimed/considered

separately.

5.2 Price Basis The Contract prices of all items and spares covered under the contract shall be on safe delivery basis to the Purchaser’s site as under:

5.2.1 Price break-ups of indigenous items and spares shall be indicated as follows: i) Ex-works price, including but not limited to CIF value of imported raw material / component required

for indigenous manufacture. ii) Inland transportation and Transit insurance The prices of indigenous items and spares shall be exclusive of all taxes, duties, cess, octroi, etc.

CENVAT benefits available to Indian manufacturers shall, however, be taken into consideration in quoted prices and the Contractor shall pass on the benefits to the Purchaser. CIF value of the imported raw materials/ components included in the Ex-works prices of indigenously manufactured items shall be

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 18 of 54

shown separately for the purposes of 15% price preference loading vis-à-vis domestically manufactured goods for availing Deemed Export benefits, if any.

5.2.2 Price break-ups of imported items and spares delivered directly to the Site from Indian port of entry shall

be indicated as follows: i) FOB prices, ii) Ocean/Air freight & Marine insurance, iii) Port handling/clearance, inland transportation and inland transit insurance.

FOB prices shall be inclusive of all taxes, duties, levies, inland transportation up to the port of shipment and export licensing charges. Other than FOB prices, remaining price elements shall be exclusive of taxes, duties, cess, octroi, etc. applicable in India.

5.2.3 The prices of Commissioning/Start-up spares shall be included in the basic prices of the main equipment

and these spares are to be essentially dispatched with the respective main equipment only. In case of shortage of the Commissioning/Start-up spares during the actual erection and commissioning of the main equipments, additional Commissioning/Start-up spares shall be supplied by the contractor at his own cost and no customs duty / deemed export benefits for such additional Commissioning/Start-up spares shall be available.

5.3 Currency of Payment 5.3.1 The contract price shall be in the currency in which price has been stated by the successful bidder in

accordance with the following, a) For supply of equipment, spares and other materials supplied from abroad and delivered directly to

the Site from Indian port of entry, FOB price of such items shall be in Indian Rupees (INR), and/or any other three freely tradable foreign currencies or any combination of these currencies. Indian Contractor, opting for payment in foreign currency, shall comply with the requirements laid down by Government of India from time to time.

b) For Supply of equipment, spares and other materials from indigenous sources, Ex-works price of such items inclusive of CIF value of imported raw material / component, shall be in Indian Rupees (INR).

c) Incidental charges for supply of indigenous items like transportation and transit insurance charges up to the Purchaser’s site, in Indian Rupees (INR).

d) Ocean/Air Freight, Marine Insurance, Port Handling/Clearance, Local Transportation and Transit Insurance charges for imported items to be delivered directly to the Purchaser, shall be in Indian Rupees (INR).

e) Supervision Charges for Erection and Commissioning in INR. Charges for expatriate Supervisor engaged for erection and commissioning, in INR, and/or any other three freely tradable foreign currencies.

5.4 Price adjustment 5.4.1 The contract price shall be subjected to price adjustment during the execution of the contract, as provided

herein below. The price adjustment provisions shall not be taken into account for evaluation of offers. 5.4.2 The Contract Price adjustment under GCC clause no. 5.4 & 5.5 will only be applicable for the contracts,

where the original contractual completion period is more than 12 months. For contract(s) where completion period as stipulated in NIT or Purchase order is less than and upto 12

(twelve) months and where there is a delay which is attributed to the Purchaser, due to which the period

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 19 of 54

of the contract exceeds 12 months, the contract price adjustments will be applicable for the extended period. (For example, where the original contract period is 10 months and there is extension for 3 months, then adjustment is payable for one month i.e.13th month only). However, the Subscript value of “0” defined in GCC sub-clause nos. 5.5.1 below shall be the indices of the last month of the original contract period (i.e., the 10th month in the above example).

5.4.3 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. 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.

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.

5.4.4 No adjustment of prices is allowed on spares, tools, tackles and accessories. Engineering charges, testing

charges, analysis charges etc shown/payable separately shall also not be eligible for Price Adjustment 5.5 Price Adjustment Formula 5.5.1 The price adjustment formula to be applied to the ex-works/FOB price-component of the items shall be as

follows: ECl = EC ( F + a.Ml f1+ b.Nl f2 + c.Ol f3+ d.Pl f4+ e.Ql f5+ lb.Ll flb ) M0 N0 O0 P0 Q0 L0 Where, EC1 = Adjusted ex-works/FOB price-component of items /equipments. EC = Basic ex-works/FOB price-component of items /equipments. M, N, O, P & Q = Corresponding published price indices of various materials. lb = Co-efficient of labour content in the ex-works/FOB cost of item/equipment. L = Labour index. F = Fixed portion of the ex-works/FOB component of the items/equipments

which will not be subject to any adjustment. a, b, c, d & e = Coefficients of major materials involved in the ex-works/FOB price of the

items/equipments. The band of these coefficients is given separately and the Bidders/ Contractors are required to select from the band the coefficients in such a way that the sum of all these coefficients, ‘F’- Fixed portion and ‘lb’- Labour coefficient shall add up to one.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 20 of 54

f1, f2, f3, f4, f5 …. are exchange rate corrective factors for the respective materials and flb is the

exchange rate correction factor for labour with reference to the currency of the country of origin of index and the respective contract currency (INR), such that:

f = Z0 Z1

Where, Z is the number of units of the currency of the country of origin of index, which is equivalent to

one unit of contract currency (INR). The exchange rates to be used for calculation of factor ‘f’ shall be as per bills selling exchange rates established by The State Bank of India. In the event origin of index happens to be India, ‘f ‘ shall be equal to one (01).

Subscript ‘0’ refers to indices/exchange rates as prevailing on the seventh day prior to the due date of

submission of bid [Submission of both Part - I (Technical & Commercial except Price) and Part – II (Price Bid)]. For the purpose of exchange rate, if this day happens to be a holiday, the nearest previous working day shall be considered. The Contractor will submit authentic copies of relevant published indices as on this date applicable to the tender, along with his offer or any time before opening of Price bid.

Subscript ‘1’ refers to the indices/ exchange rates as on:

a) 90 days prior to the date of dispatch for labour component, and b) The expiry of 2/3rd period from the date of purchase order to the date of dispatch, for material

component.

For the purpose of this clause, the date of dispatch shall mean Contractual Delivery Date as per Contract or actual date of dispatch, whichever is earlier. For the purpose of exchange rate, if this day happens to be a holiday, the nearest previous working day shall be considered for this purpose.

5.5.2 Index of Indigenous Raw materials/components and Labour: The indices for such material and labour subjected to Price Adjustment shall be clearly named in the offer

submitted. For the materials the indices as published by Reserve Bank of India and for the labour the indices as published by Labour Bureau Shimla, only shall be applicable

5.5.3 Index of Imported Raw Materials/components: The indices for such material and labour subjected to Price Adjustment shall be clearly named in the offer

submitted. The indices shall be well established and nationally recognized in the country of manufacture. If any other index is proposed full justification for its use shall be provided. Preferably only Government indices shall be used.

5.5.4 The Contractor is also required to provide authentic copies of indices pertaining to applicable end dates

along with each dispatch-wise invoice for arriving at adjusted ex-works/FOB price component without which the invoices will not be processed.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 21 of 54

5.5.5 Adjusted Contract Price for Supply component The adjusted contract price shall be:

EC1 + other elements of contract price, if any.

5.5.6 In case of supplies which are delayed beyond the Contractual Delivery Date (as given in the Contract) 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 case of supplies 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 not be applicable beyond the corresponding Contractual Delivery Date.

In case Supplies 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. No price adjustment shall be allowed for delays apportioned to the Contractor and / or Force Majeure events.

5.5.7 The band of the coefficients applicable for price adjustment are given in GCC sub-clause no. 5.5.7.1

below. The Contractor shall choose each coefficient from the bands in such a way that the sum of all these coefficients ie ‘a’, ‘b’, ‘c’ … the material coefficients, ‘F’- Fixed portion and ‘lb’- Labour coefficient shall add up to one. Further the value of the co-efficients indicating weightage of various materials (a,b,…), weightage of fixed portion and labour portion (F and lb ), applicable indices, source and their base values for the purpose of price adjustment under this contract are to be furnished by the contractor in his bid or Part-I bid in the case of two part tender, as per the following formats:

5.5.7.1 Ex-works/FOB component of the Items (excluding spares, tools and tackles)

Sl. No. Item

Value of Coefficient Bidders have to restrict each

coefficient within these bands

Source of indices used

Value of base date indices as prevailing ‘7’ days prior to the date of submission of

Part-I and Part-II Bid. 1 2 3

Fixed portion Materials a. b. c. d. e. Labour

F : 0.15 a = b = c = d = e = lb= Between 0.25 to 0.35.

-- --

Between 0.5 to 0.6

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 22 of 54

5.6 Terms of payment

5.6.1 Items & Materials (including spares) supplied from indigenous sources as well as those supplied from

abroad for delivery to Site directly from Indian Port of Entry

a) 90% of Ex-works / FOB price will be paid on pro-rata basis along with Transportation, Transit Insurance charges, Price Adjustment amount and Taxes & Duties and levies as applicable, in full, on receipt of the Stores at Site and against submission original shipping release, proof of receipt by the consignee and other documents mentioned in the Contract.

b) Balance 10% Ex-works /FOB price will be released on acceptance of the Stores at Site after

inspection and issue of Site Stores Inspection Report / Receipt Voucher by the consignee (GCC Sub clause 1.1.1 (a)), submission of bank guarantee by the Contractor for 10% of Purchase Order value towards performance of stores as per GCC Sub clause 3.4.5 and if required under the Contract, and in case of contract(s) with Free Issue Material (FIM) Certificate of completion of Free Issue Material accounting by Purchaser’s representative and receipt of Receipted delivery challan for return of balance Free Issue Material (FIM) to Purchaser's Stores.

For Supply of plant /equipments/machinery/instruments including erection and commissioning, balance 10% (ten) percent of the Ex-works / FOB value for supply plus erection and commissioning charges and taxes in full as applicable thereon will be released on acceptance of the plant/equipment /machinery/instruments at Site after commissioning and final acceptance (GCC Sub clause 1.1.1 (b)), and submission of other documentary evidence as mentioned in the first para of this GCC sub-clause 5.6.1 (b).

5.6.2 Ocean Freight and Marine Insurance, Port Clearance/Handling charges in respect of items supplied from

abroad for delivery to Site directly from Indian Port of Entry : Ocean freight and Marine Insurance, Port Clearance/Handling charges along with applicable taxes and

duties thereon will be released on pro-rata basis against receipt of items at site i.e. along with 5.6.1 (a) above.

5.6.3 Testing/ Analysis Charges Testing/ Analysis charges in full along with Indian taxes and duties as applicable shall be paid on pro-rata

basis on successful completion of corresponding Testing/Analysis, submission of report thereof and acceptance of the same by the Purchaser.

5.6.4 Supervision of Erection and Commissioning Charges:

Service charges for Supervision of erection and commissioning in full along with Indian taxes and duties as applicable will be released on successful completion of erection and commissioning.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 23 of 54

5.7 Application for Payment 5.7.1 The Contractors shall submit their invoices for various payments due as per Purchase Order payment

terms, along with application for payment in the prescribed proforma to the Paying Authority named in the Contract. Proforma of application for payment is enclosed as Annexure-D to the GCC.

5.7.2 Each such application for payment shall be accompanied by all required documents as set forth in the

Contract and/or intimated to the Contractor in advance. 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. 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.

5.8 Mode of Payment 5.8.1 All payments to the Indian Contractors shall be directly made by the Purchaser through Account Payee

cheque and/or through Wire Transfer/ ECS. In the event of payment through Demand Draft/Pay Order, if requested by the Contractor, charges for the same shall be to the account of the Contractor.

5.8.2 No payment made by the Purchaser herein shall be deemed to constitute acceptance by the Purchaser of

the Facilities or any part(s) thereof. 5.8.3 The Purchaser reserves the right to carry out post payment audit and technical examination of the final bill

including all supporting vouchers, abstracts etc. The Purchaser further reserves the right to enforce recovery of any overpayment when detected, not withstanding the fact that the amount of the final bill may have been included by one of the parties as an item of dispute before an arbitrator appointed under arbitration clause of this Contract and not withstanding the fact that the amount of the final bill figures in the arbitration award.

5.9 Interest on Delayed Payment 5.9.1 The Purchaser will pay interest for delay in payments for final 10% basic price [GCC sub-clause no. 5.6.1

(b)] payable on acceptance of items at site at the rate shown in clause 5.9.2 below for the period beyond 95 days from the date of receipt of item(s) till the date of payment subject to receipt of invoice and all supporting documents in acceptable form by the payment due date.

5.9.2 The Purchaser shall pay to the Contractor interest on the amount of such delayed payment at the rate(s)

stated herein below for the period of delay as per GCC sub-clause no. 5.9.1: a) For payment in Indian Rupees: For delayed payment, applicable interest rate shall be Prime Lending

Rate (PLR) of State Bank of India. b) For payment in Foreign Currency: For delayed payment, applicable interest rate shall be London Inter

Bank Offer Rate (LIBOR). 5.9.3 The provisions of this clause 5.9 ( Interest on Delayed Payment ) shall not apply in the event the

Contractor fail to deliver the stores or any part thereof Pursuant to GCC sub-clause 6.1 (Completion Time Guarantee ) within the original Contractual Delivery Date prescribed for the same

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 24 of 54

5.10 Recovery of Advance Payments in case of breach of contract 5.10.1 In case the Contractor fails to execute the contract due to reasons not attributable to the Purchaser and

which do not fall under Force Majeure as per the tender conditions, the outstanding advance payments made shall be recovered, along with the interest at the rate specified herein below. This shall be without prejudice to the other remedies available to the Purchaser under the Terms and Conditions of the Contract.

5.10.2 Advance Payment in Indian Rupees: Recovery shall be made with Interest at PLR of State Bank of India. 5.10.3 Advance Payment in Foreign Currency: Recovery shall be made with Interest as per LIBOR. 5.11 Recovery of Sums Due 5.11.1 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. Should this sum be not sufficient to cover the amount of damages or loss that may be recoverable, the Contractor shall pay to the Purchaser on demand the amount due. Purchaser shall also have the right to appropriating, in part or full, the Security Deposit/Performance Bond submitted by the Contractor to recover any/all of its claims on the Contractor.

5.11.2 If the Purchaser has made any claim, whether liquidated damages or otherwise against the Contractor

under this Contract or any other Contract with the Purchaser, the payment of all sums payable under the Contract to the Contractor including the Security Deposit/Performance Bond shall be withheld to the extent of claims due according to the Purchaser till such claims of the Purchaser are finally paid by the Contractor, pending which the same will be adjusted. Notwithstanding the provision for recovery through adjustment, the Purchaser shall be free to recover his claims from the Contractor as per the terms of the Contract.

5.11.3 All sums payable by way of compensation under any of the conditions of contract shall be considered as

reasonable compensation to be applied to the use of the Purchaser wit++hout reference to the actual loss or damage sustained; and whether or not any damage shall have been sustained.

5.12 Taxes and Duties 5.12.1 The Contractor shall bear all non-Indian taxes, duties, levies etc. payable upto FOB in respect of sourcing

items from abroad. 5.12.2 Contractor shall be responsible for payment of all Indian Taxes, Duties and all other statutory levies as

applicable in connection with supply of the Stores. This clause shall be read in conjunction with ITT clause no. 9.0 and contractor can claim reimbursement of Indian Taxes, Duties, Levies paid from the Purchaser only to the extent provided in the ITT clause no. 9.0. ‘Price Adjustment’ (GCC clause nos. 5.4 and 5.5) amounts if any, shall be taken into account in Contract Price on which such Taxes, Duties, Levies etc. are reimbursable by the Purchaser.

5.12.3 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 of documentary proof. No increase / new tax shall be payable for the delay period due to reasons attributable to the Contractor.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 25 of 54

5.12.4 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.

5.12.5 Direct Tax:

a) The Purchaser shall have the right to withhold taxes on income, excess profits, royalty and other taxes from payments due to Contractor under this Contract to the extent that such withholding may be required by the government of India or any relevant authority thereof or by the government of any other country, and payment by the Purchaser to the respective governmental office of the amount of money so withheld will relieve the Purchaser from any further obligation to Contractor with respect to the amount so withheld.

b) The Purchaser shall, at the time of its payments due to the Contractor, withhold the necessary taxes at

such rate as is required by any Government Authority, unless and to the extent that the Contractor shall produce to the Purchaser any certificate issued by a Government Authority (having authority to issue such certificate) entitling the Contractor to receive the payments under the Contract for a prescribed period without deduction of any tax or deduction at a lower rate.

c) The Purchaser shall provide the necessary withholding tax certificates to the Contractor within the

time stipulated by the relevant law to enable the Contractor to file the same with the Government Authority as a proof of payment of such taxes.

d) All taxes levied on Contractor’s corporate income or profits shall be for the account of Contractor and

shall not be reimbursed by the Purchaser. Contractor shall also be responsible for payment of income taxes of its personnel levied in India or elsewhere.

5.12.6 Indirect Tax:

a) The Purchaser shall, at the time of its payments due to the Contractor, withhold the necessary tax at source at such rate as is required under the respective state sales tax / value added tax legislation unless and to the extent that the Contractor shall produce to the Purchaser any certificate issued by a Government Authority (having authority to issue such certificate) entitling the Contractor to receive the payments under the Contract for a prescribed period without deduction of any tax or deduction at a lower rate.

b) The Purchaser shall provide the necessary withholding tax certificates to the Contractor within the

time stipulated by the relevant law to enable the Contractor to file the same with the Government Authority as a proof of payment of such taxes.

6 GUARANTEES, LIABILITIES AND RISK DISTRIBUTION 6.1 Completion Time Guarantee 6.1.1 The Contractor guarantees that it shall complete the delivery of the Stores covered in the Purchase

Order(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. 12.1 (Extension of Time for Completion) hereof.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 26 of 54

6.2 Delay in Supply 6.2.1 Should the Contractor fail to deliver the stores or any part thereof Pursuant to GCC sub-clause 6.1.1

within the CDD prescribed for the same, it shall be construed as a breach of the Contract and the Purchaser shall be entitled at his option to the following:

(a) To receive the facilities after prescribed CDD with the right to recover from the Contractor agreed

Liquidated Damages (LD) at the rate indicated below:

S. No. Delivery Period

Liquidated Damages, Rate per Week (1)

Maximum Amount of L.D. (2)

1. Delivery period (as originally stipulated) not exceeding one year.

@ 1% of the value of delayed/ undelivered portion of the supplies of Purchase Order, per week or part thereof

5% of the value of delayed/ undelivered portion of Supplies of the Purchase Order.

2. Delivery period (as originally stipulated) exceeding one year but not exceeding two years.

@ 0.5% of the value of delayed/ undelivered portion of the supplies of Purchase Order, per week or part thereof.

5% of the value of delayed/ undelivered portion of Supplies of the Purchase Order.

3. Delivery period (as originally stipulated) exceeding two years.

@ 0.25% of the value of delayed/ undelivered portion of the supplies Purchase Order, per week or part thereof.

5% of the value of delayed/ undelivered portion of Supplies of the Purchase Order.

However, the payment of liquidated damages shall not in any way relieve the Contractor from any of its obligations and liabilities under the Contract.

(b) To terminate the contract in full or in parts as per GCC sub-clause no. 13.2 (Cancellation / Termination of Contract in Full or Part).

6.3 Functional Guarantees 6.3.1 The Contractor guarantees that during the Guarantee Test, the Stores and all parts thereof shall attain the

Functional Guarantees specified in the Technical Specification of the Contract, subject to and upon the conditions therein specified.

6.3.2 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 shall notify the Purchaser upon completion of the necessary changes, modifications and/or additions, and shall request the Purchaser to repeat the Guarantee Test until the level of the Guarantees has been met. If the Contractor eventually fails to meet the level of Functional Guarantees, the Purchaser shall have the right of recourse to levying damages as specified in the Contract, without prejudice to any other rights of the Purchaser under the contract.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 27 of 54

6.4 Defect Liability

The Contractor shall warrant that the Stores, Plant & Equipments supplied under the Contract shall be brand new, free from defects, manufactured with the latest state-of-art of manufacture and conform strictly in accordance with the technical specifications, drawings and data sheets of the Contract. No deviation from these specifications or alteration shall be made without specific and written accord of the Purchaser. All Stores shall be guaranteed to be of the best quality of their respective kinds and shall be free from defects in the design engineering, materials, workmanship, and be of specified size and capacity so as to fulfil in all respects the requirements of the Purchaser as specified in the Contract.

6.4.1 Defect Liability Period

a) Items / Equipment / System / Spares / Tools / Tackles / Accessories The defect liability period shall be 18 months from the date of receipt of items at site or 12 months from the date of acceptance, whichever occurs first.

6.4.2 Contractors Liability for Defective Stores / Facilities

The Purchaser may accept the Store, if it is complete in all respects or alternatively accept the same on such terms as may be considered appropriate. If the Stores after the acceptance thereof is found to have defects, latent or otherwise, notwithstanding that such defects could have been discovered at the time of inspection, or any defects therein are found to have developed during the Defect Liability Period while under proper use or subsequently it is found that Stores failed to fulfil the requirements or Particulars of the Contract, the Purchaser shall be entitled to give a notice to the Contractor during Defect Liability Period and within two (2) months thereafter, setting forth details of such defects or failure and the Contractor shall forthwith make the defective Stores good or alter the same to make it comply with the requirements of the Contract at his own cost. Further if in the opinion of the Purchaser, defects are of such a nature that the same cannot be made good or repaired without impairing the efficiency or workability of the Stores or if in the opinion of the Purchaser, such opinion being final, the Stores cannot be repaired or altered to make it comply with the requirements of the Contract, the Contractor shall remove and replace the same with a Stores conforming in all respects to the stipulated specifications, at the Contractor's own cost. If the repair, replacement or making good is of such a character that it may affect the efficiency of the Stores or any part thereof, the Purchaser may give to the Contractor a notice requiring that certain tests of the defective part of the Stores shall be made by the Contractor immediately upon completion of such remedial work, whereupon the Contractor shall carry out such tests at his own cost.

If such part fails the tests, the Contractor shall carry out further repair, replacement or making good (as the case may be) until that part of the Stores passes such tests. The tests shall be agreed upon by the Purchaser and the Contractor. The Contractor shall also be responsible for any loss or damage to the Stores caused by the Contractor or it’s Subcontractors in the course of any work carried out, pursuant to GCC Clause 6.4 (Defect Liability).

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 28 of 54

6.4.3 Failure to Remedy Defects If the Contractor fails to make the desired repairs/replacement within 15 days of issue of notice pursuant to GCC Sub clause 6.4.2 then such repairs/ replacement at the cost of the Contractor shall be carried out by the Purchaser, with Stores of the same Particulars or when the Stores conforming to the stipulated Particulars are not in the opinion of the Purchaser readily procurable, such opinion being final, then the nearest available substitute thereof.

The Purchaser may reject at the cost of the Contractor the whole or any part of the Stores, as the case may be, which is defective or fails to fulfil the requirements of the Contract and make the desired repairs/replacement as stipulated above. In the event of such rejection the Purchaser shall be entitled to use the rejected Stores in a reasonable and proper manner for such time as sufficient to enable the Purchaser to obtain replacement, as herein before provided.

6.4.4 Extension of Defects Liability Period

a) If the Stores or any part thereof cannot be used by reason of such defect and/or making good of such defect, the Defect Liability Period of the Stores or such part, as the case may be, shall be extended by a period equal to the period during which the Stores or such part cannot be used by the Purchaser because of any of the aforesaid reasons. Upon correction of the defects in the Stores or any part thereof by repair/replacement, such repair/replacement shall have the Defects Liability Period for a period of twelve (12) months from the time such repair/replacement of the Stores or any part thereof has been completed.

b) In addition, the Contractor shall also provide an extended warranty for any such Stores 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.

6.4.5 Latent Defects Liability At 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 and equipment including spares.

In case, there is any dispute between the Purchaser and the Contractor regarding latent defects, any of the

parties listed in the Contract or any other third party as mutually agreed upon by the Purchaser and the Contractor, shall be engaged by the Purchaser for settling the dispute.

The third party, so engaged by the Purchaser shall be paid fee plus reasonable expenditures incurred in the

execution of its duties as mentioned above. These costs shall be initially paid by the Purchaser. In case of latent defect being proved, such costs shall be recoverable from the Contractor and the Contractor shall bear and reimburse such costs to the Purchaser.

If the dispute regarding latent defects can not be settled as above, then the dispute shall be settled as per

provision of GCC Clause 14 (Settlement of Dispute) 6.5 Transfer of Ownership 6.5.1 Ownership of the imported stores (including spare parts) supplied by foreign sub-vendor of the main

Indian contractor to be directly delivered to Site shall be transferred to the Purchaser on the High Seas Sales basis.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 29 of 54

6.5.2 Ownership of the indigenous stores (including spare parts) excluding items of interstate transaction shall

be transferred to the Purchaser when the Stores are brought on to the Site. The Purchaser will issue the requisite sales tax declaration form(s) in order to get the benefit of any concession in the rate of sales tax.

6.5.3 Ownership of the indigenous stores (including spare parts) covered under interstate transaction shall be

transferred to the Purchaser on sale in transit basis. The Purchaser will issue the requisite sales tax declaration form(s) in order to get the benefit of any concession in the rate of sales tax. Further, in case of all components, equipments and materials identified by the Contractor and the Purchaser to be dispatched directly from the sub-contractor’s works to Purchaser’s site in a State different from the State wherein sub-contractor’s works are located, the Contractor shall effect sale in transit.

6.5.4 Transfer of title shall not in any way relieve the Contractor of its responsibilities and liabilities under the

contract. Notwithstanding the transfer of ownership of the Stores, the responsibility for care and custody thereof together with the risk of loss or damage thereto shall remain with the Contractor until Safe delivery of the Stores to the Purchaser’s site.

6.6 Intellectual Property Rights (IPR) Indemnification 6.6.1 The Contractor shall at all times indemnify and hold harmless the Purchaser and its employees and

officers from and against all claims which may be made in respect of Stores covered by this contract against infringement of any right protected by Patent Registration, Law of Designs, Trade Marks, utility model, copyright and other intellectual property rights registered or otherwise existing.

6.6.2 Provided that such indemnity shall not apply when such infringement has taken place in complying with

the specific directions issued by the Purchaser but the Contractor shall pay any royalties or other charges payable in respect of any such use, the amount so paid being reimbursed to the Contractor only if the use was the result of any drawings and/or specifications issued by the Purchaser after submission of the price bid or revised price bid, if any.

6.7 Indemnity against Loss / Damage 6.7.1 Contractor shall indemnify the Purchaser against any risk of accidents or damage to the Stores till safe

delivery to the Purchaser’s site. 6.7.2 Contractor shall indemnify the Purchaser against all latent defects of the stores, for a period of five (05)

years from the end (i.e. satisfactory completion) of the Defect Liability period. 6.7.3 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.

6.7.4 The Contractor shall indemnify and hold harmless the Purchaser and its employees and officers, and their

respective agents, against all claims, demands, damages, losses, costs and expenses of whatsoever nature (including legal fees and expenses) in respect of : a) bodily injury, sickness, disease or death, of any person whatsoever b) damage to or loss of any property, real or personal (other than the facilities whether accepted or not) arising in connection with design, manufacture, supply and delivery of the stores and remedying of any

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 30 of 54

defects, unless attributable to any negligence, wilful act or breach of the Contract by the Purchaser, its employees, officers or their respective agents.

6.7.5 (a) The Contractor shall pay and indemnify the Purchaser against any liability in respect of any fees or

charges payable by him under any Act of Parliament, State Laws, any Government instrument, rule or order and any regulations or by-laws of any Local authority in respect of the Stores prevailing on the date of submission of tender.

(b) The Contractor shall indemnify and hold the Purchaser harmless from and against all claims, damages and expenses arising out of his failure to obtain all permit and licenses which he is required to comply with in respect of Laws, Ordinances, Regulations of the Central or State Government and/or Local/Public Authorities.

6.7.6 Right of Recourse under Civil Liability for Nuclear Damages Act 2010 & Rule 2011 thereof;

(a) The Purchaser shall have Right to Recourse against the supplier in accordance with provisions under Section 17(a) of Civil Liability for Nuclear Damage Act, 2010, with following limitations, as stipulated in Rule 24 of the Civil Liability for Nuclear Damage Rules, 2011:

The Supplier’s liability shall be to the extent of the Operator’s liability under sub-section(2) of Section 6 of the Act or the value of the contract, whichever is less,

AND The duration of Supplier’s liability shall be limited to duration of initial license issued by AERB or the

product liability period, whichever is longer. (b) The term “supplier” and the duration and extent of supplier’s liability are explained in Rule 24 of the Civil

Liability for Nuclear Damage (CLND) Rules, 2011. For any questions relating to supplier’s liability under section 17 of the Civil Liability for Nuclear Damage (CLND) Act, 2010, Government of India’s clarifications dated February 08, 2015 may be referred to. These have been posted at the websites of Ministry of External Affairs and the Department of Atomic Energy under the title “Frequently Asked Questions and Answers on Civil Liability for Nuclear Damage Act 2010 and Related Issues”.

(c) In regard to contracts with manufacturers of or vendors for supply of systems, equipment, components, or building of structures, or provision of services to nuclear installations which are operating or are under construction or those to be installed in future for which NPCIL is the system designer and technology owner, being responsible for safety design of such installations, NPCIL shall assume the role of supplier in accordance with the explanation of the term “supplier” given in Rule 24 of the CLND Rules, 2011 and in the context of section 17(a) and (b) of the CLND Act, 2010.

(d) Other suppliers can avail the Nuclear Suppliers’ Special Contingency (Against Right of Recourse) Insurance Policy provided by the India Nuclear Insurance Pool to cover any liability exposure under section 17(a) and (b) of the CLND Act, 2010. NPCIL maintains the operator’s statutory insurance under the CLND Act, 2010 by subscribing to the Nuclear Operator’s Liability Policy offered by the India Nuclear Insurance pool, thereby subrogating to the India Nuclear Insurance pool the operator’s “right of recourse” against suppliers under section 17(a) & (b) of the CLND Act, 2010.

6.8 Indemnity for Taxes and Duties 6.8.1 Contractor hereby protects, indemnifies and holds harmless the Purchaser from any and all claims or

liability for income, excess profits, customs duties, royalty or any other taxes, duties, penalties etc., assessed or levied by the government of India or by any appropriate authority thereof or by the government of any other country against Contractor or its Subcontractor or against the Purchaser for or on account of any payment made to or earned by Contractor or its Subcontractor hereunder.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 31 of 54

Contractor further protects and holds the Purchaser harmless from all taxes assessed or levied against or on account of wages, salaries or other benefits paid to Contractor’s employees or employees of its Subcontractor and all taxes assessed or levied against or on the account of any property or Equipment of the Contractor.

6.8.2 Contractor shall give prompt notice to the Purchaser of all matters pertaining to non-payments, payment

under protest or claim for immunity or exemption from any taxes and duties. 6.8.3 The Contractor shall be responsible for filing all necessary Tax returns (including, without limitation,

returns for Corporate Income tax, Personal Income tax, Service tax, Sales tax and Excise Duty) with the relevant Government Authorities in accordance with all applicable statutory requirements and shall be responsible for providing all information requested by such Government Authorities.

6.8.4 The Contractor shall also ensure that its subcontractors file such returns as stipulated by the relevant

Government Authorities and furnish such information as requested for by the relevant Government Authorities.

6.8.5 In certain situations, a Government Authority may treat the Purchaser as the representative assessee of the

Contractor and/or its subcontractors and recover the Taxes due to the Government Authority by the Contractor or its subcontractors from the Purchaser. In such situations, the Purchaser shall have the following rights:

(a) The Purchaser shall be entitled to recover from the Contractor, the Taxes paid on behalf of the

Contractor or its subcontractors (together with any costs and expenses incurred by the Purchaser in connection therewith) or to retain the same out of any amounts to be paid to the Contractor or its subcontractors that may be in its possession (whether due under this Contract or otherwise) and shall pay only the balance, if any, to the Contractor; and

(b) If the Purchaser is required to furnish any details or documents in such capacity, the Purchaser shall

request the details or documents to be furnished to it by the Contractor and the Contractor shall immediately furnish the same to the Purchaser. If the Contractor fails to comply with the foregoing, any penalty/interest levied on the Purchaser for non-filing or late filing of details or documents in this regard shall be recoverable from the Contractor.

6.9 Limitation of Liability 6.9.1 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

(b) the aggregate liability of the Contractor to the Purchaser, whether under the Contract, in tort or otherwise, shall not exceed the total Contract Price, provided that this limitation shall not apply to the

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 32 of 54

cost of repairing or replacing defective equipment, or to any obligation of the Contractor to indemnify the Purchaser with respect to IPR infringement.

6.10 Insurance 6.10.1 General Requirements for Insurances

The Contractor shall, “at his own cost”, take out and maintain in effect the following Insurance based on reinstatement value during the performance of the contract and the Purchaser shall be named as co-insured under all insurance policies. All Insurer’s rights of subrogation against co-insured shall be waived. Deductibles / excesses if any, under the insurance policies shall be borne by the Contractor. The identity of the insurers and the type of policies shall be subject to the approval of the Purchaser. Unless otherwise stated, insurances under this sub-clause shall cover all physical loss / damage and third party liability subject only to minimum compulsory / general exclusions. Alterations to the terms of insurance shall not be made without the approval of the Purchaser. The required insurance coverage referred to and set forth in this clause shall in no way affect or limit Contractor's liability with respect to performance of the work or any obligation under the contract / law.

6.10.2 Insurance of Free Issue Materials

The Contractor shall take out and maintain insurance policy as per GCC Sub-clause No. 9.2.3 (Insurance of FIM), to cover loss or damage to FIM supplied by the Purchaser.

6.10.3 Cargo Insurance during Transport

During Marine transit (Sea/Air) and Inland transportation, covering loss or damage as per ICC – clause – ‘A’ with War / Strike-Riot-Civil Commotions (SRCC) provisions, for full replacement value of the consignment/cargo from the Contractor’s or Sub-contractor’s works or Stores until arrival at Purchaser’s site.

6.10.4 In all insurance policies mentioned in this clause, Purchaser shall be named as “Loss Payee”. 6.10.5 Unless otherwise provided in the contract, the Contractor shall prepare and conduct all and any claims

made under the policies effected by it pursuant to this GCC sub-clause 6.10 and the monies payable by any insurers to the Purchaser – as ‘Loss Payee’ shall in turn be paid to the Contractor as per the procedure outlined in GCC sub-clause 6.10.6 below. The Purchaser shall give to the Contractor all such reasonable assistance as may be required by the Contractor in preparation and / or settlement of claims with the insurers. With respect to insurance claims in which the Purchaser’s interest is involved, the Contractor shall not give any release or make any comprise with the insurer without the prior written consent of the Purchaser.

6.10.6 a) Wherever the total damages / loss of equipment / materials would occur, the Contractor would be

entitled to payment to all amounts received from the insurer(s) except the following amounts :

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 33 of 54

(i) the amount paid to the Contractor under the contract in respect of equipment / materials / services damaged / lost, excluding pro-rata initial / mobilization advance but including the entire amount of Price Adjustment, if any, already paid to the Contractor.

(ii) taxes, duties, and other statutory levies, which have already been reimbursed by the Purchaser.

In the event the claim money settled is less than the total of the amounts in (i) & (ii) above, then the entire claim money settled will be retained by the Purchaser and the Contractor will forewith pay the Purchaser the shortfall amount between the claim money received from the insurer(s) and the total of the amounts as per (i) & (ii) mentioned above. Subsequent payments, if any, due under the contract shall be regulated by the relevant terms of payment.

(b) In case of partial damage to any equipment / material during any stage, upon rectification of the damaged equipment / material to the satisfaction of the Purchaser, the Contractor shall be paid to the extent of claims settled by the Insurer(s).

(c) In both the scenario’s (a) & (b) above, any amount(s) disputed by the Insurers and / or not settled

/ paid by them shall be to the Contractor’s account. 6.10.7 The Contractor shall ensure that, where applicable, its sub-Contractor(s) shall take out and maintain in

effect adequate insurance policies for their personnel and vehicles and for work executed by them under the contract, unless such sub-Contractors are covered by the insurance policies taken out by the Contractor

6.11 Force Majeure 6.11.1 Definition of Force Majeure

Force Majeure shall mean any event which is beyond the control of the Contractor or the Purchaser, as the case may be, which they could not foresee or with a reasonable amount of diligence could not have foreseen and which substantially affects the performance of the Contract, such as a) war, hostilities or warlike operations (whether a state of war be declared or not), invasion, act of

foreign enemy and civil war, b) rebellion, revolution, insurrection, mutiny, usurpation of civil or military government, civil

commotion, c) embargo, import restriction, confiscation, nationalization, mobilization, commandeering or requisition

by or under the order of Central, State Government or Local Authority in India or any other act or failure to act, of any local, state or national government in India,

d) riot, State/region/country wide transporters strike, e) earthquake, landslide, volcanic activity, fire, flood or inundation, tidal wave, typhoon or cyclone,

hurricane, storm, lightning and pressure waves or other natural disaster, f) nuclear event causing nuclear radiation, radioactive contamination.

6.11.2 Notice of Force Majeure If either party is prevented, hindered or delayed from or in performing any of its obligations under the

Contract by an event of Force Majeure, then it shall notify the other in writing of the occurrence of such event and the circumstances thereof within fourteen (14) days after the occurrence of such event. A Party shall give notice to the other Party when it ceases to be affected by the Force Majeure.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 34 of 54

6.11.3 Duty to Minimise the effect The party or parties affected by the event of Force Majeure shall use reasonable efforts to mitigate the

effect thereof upon its or their performance of the Contract and to fulfil its or their obligations under the Contract.

6.11.4 Consequences of Force Majeure The party who has given notice of Force Majeure shall be excused from the performance or punctual

performance of its obligations under the Contract for so long as the relevant event of Force Majeure continues and to the extent that such party’s performance is prevented, hindered or delayed. The Time for Completion shall be extended in accordance with GCC clause no. 12.1 (Extension of Time for Completion), even though such force Majeure event may occur after Contractor’s performance of his obligations has been delayed for other cause.

No delay or non-performance by either party hereto caused by the occurrence of any event of Force Majeure shall (a) constitute a default or breach of the Contract, (b) give rise to any claim for damages or additional cost or expense occasioned thereby; if and to the extent that such delay or non-performance is caused by the occurrence of an event of Force Majeure. If the performance of the Contract is substantially prevented, hindered or delayed for a single period of more than sixty (60) days or an aggregate period of more than one hundred and twenty (120) days on account of one or more events of Force Majeure during the currency of the Contract, the parties will attempt to develop a mutually satisfactory solution.

6.11.5 Force Majeure Affecting Sub-Contractor If any Subcontractor is entitled under any contract or agreement relating to Supply of Stores to relief from

Force Majeure on terms additional to or broader than those specified in this Clause, such additional or broader Force Majeure events or circumstances shall not excuse the Contractor’s non-performance or entitle him to relief under this Clause.

6.11.6 Limitations Anything in this Contract to the contrary notwithstanding:

a) The affected Party shall not be relieved from obligations under this Contract to the extent any gross negligence of the affected Party aggravates the Force Majeure Event; and

b) Force Majeure shall not apply to obligations of either Party to make payments to the other Party under the Contract.

6.12 Liability of the Government of India 6.12.1 The Purchaser is an independent legal entity with power and authority to enter into Contracts solely on its

own behalf under the applicable Laws of India and general principles of Contracts Law.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 35 of 54

6.12.2 It is expressly stated that the Purchaser while entering into an agreement with the Contractor is doing so solely on its own behalf. The Government of India is not a party to the agreement and has no liability, obligations or rights in the deal.

6.12.3 It is expressly stated that the Purchaser is not an agent, representative or delegate of the Government of

India and the latter shall not be liable for any act, omission, commission, breaches or other wrongs arising out of the Contract.

6.12.4 Accordingly, the Purchaser expressly waives releases and forgoes any and all actions or claims, including

cross claims, or counter claims against Government of India arising out of the Contract.

7 WORK PROGRAM 7.1 Contractor’s Organization 7.1.1 The Contractor shall deploy required number of qualified, experienced professionals in design,

engineering, planning, procurement, quality surveillance, etc. as committed under the Schedule of Key Personnel at the time of submission of tender and shall submit to the Purchaser and Project Manager a chart showing the proposed organization to be established by the Contractor, for carrying out work at Contractor’s / Subcontractors premises. The chart shall include the identities of the key personnel together with the curricula vitae of such key personnel to be employed within twenty-one (21) days of the Effective Date. The Contractor shall promptly inform the Purchaser and the Project Manager in writing of any deletion or alteration of such an organization chart.

7.1.2 The Contractor shall furnish a phase-wise, month-wise detailed organization he proposes to deploy on the

work. The organization set up shall indicate number, category and grade of personnel in different disciplines, to ensure satisfactory and timely completion of the package contract. Cost and time over runs arising out of insufficient deployment of manpower and non-supply of materials by contractor will be to the contractor’s account.

7.1.3 It is to be noted that time is the essence of contract. In order to achieve the schedules dates and to meet the

targets, the contractor shall plan to carry out all the activities connected with the contract on two shifts or round the clock shift basis right from the initial stages. Sufficient number of engineering and supervisory staff and labour force will have to be deployed in each shift to ensure that the schedules/ milestone targets are met.

7.2 Program of Performance 7.2.1 Within twenty-eight (28) days of the Effective Date, the Contractor shall prepare and submit to the Project

Manager a detailed program of performance of the Contract, made in the form specified in the Contract or acceptable to the Purchaser and showing the sequence in which it proposes to design, engineering, procurement, manufacture, inspect test and supply the Stores, as well as the date by which the Contractor reasonably requires that the Purchaser shall have fulfilled its obligations under the Contract so as to enable the Contractor to execute the Contract in accordance with the program and to achieve Completion in accordance with the Contract. The program so submitted by the Contractor shall accord with the Time Schedule included in the corresponding Section (Time Schedule) of the Contract and any other dates and periods specified in the Contract.

7.2.2 The Contractor shall update and revise the program as and when appropriate or when required by the

Project Manager, but without modification in the Contractual Delivery Date (CDD) and any extension

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 36 of 54

granted in accordance with GCC clause no. 12.1 (Extension of Time for Completion), and shall submit all such revisions to the Project Manager with a copy to the Purchaser.

7.3 Work Procedures 7.3.1 The Contract shall be executed in accordance with the Technical Specification and as per provision of the

Contract. 7.3.2 The Contractor may execute the Contract in accordance with its own standard project execution plans and

procedures to the extent that they do not conflict with the provisions contained in the Contract. 7.4 Progress of Performance 7.4.1 A meeting will be held in the office of the Project Manager with the Contractor’s representative every

month to monitor the progress of work. 7.4.2 If at any time the Contractor’s actual progress falls behind the program referred to in GCC sub-clause no.

7.2 (Program of Performance), or it becomes apparent that it will so fall behind, the Contractor shall, at the request of the Purchaser or the Project Manager, prepare and submit to the Project Manager a revised program, taking into account the prevailing circumstances and shall notify the Project Manager of the steps being taken to expedite progress so as to deliver the Stores within the Contractual Delivery Date under GCC sub-clause no. 4.2.2, any extension thereof entitled under GCC sub-clause no. 12.1 (Extension of Time for Completion), or any extended period as may otherwise be agreed upon between the Purchaser and the Contractor.

7.5 Progress Report 7.5.1 The Contractor shall monitor progress of all the activities specified in the program referred to in GCC

sub-clause no. 7.2 above, and supply a progress report to the Project Manager every month. 7.5.2 The progress report shall be in a form acceptable to the Project Manager and shall indicate: (a) percentage

completion achieved compared with the planned percentage completion for each activity; and (b) where any activity is behind the program, giving comments and likely consequences and stating the corrective action being taken.

7.6 Hindrances 7.6.1 The Contractor is required to maintain Hindrance Register for reporting hindrance if any, while executing

the work, in an approved format. The Contractor shall get record of hindrances in the Hindrance Register(s) approved / endorsed by the Project Manager. Such hindrance in the work endorsed by the purchaser’s authority will only be taken into consideration for granting time extension.

8 DESIGN AND ENGINEERING 8.1 General Design Obligation 8.1.1 The Contractor shall undertake all design and engineering to the extent specified in Technical

Specifications and necessary for manufacturing, supply of the Stores in accordance and conformity with the provisions of the contract.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 37 of 54

8.1.2 In order to ensure effective interface coordination between various items covered under the contract, the Contractor shall review and provide for all required interfaces between items and also interfaces between items covered under the contract with all external interfaces to other items covered by Purchaser/ other contractors’ and ensure effective and efficient working of the interconnected systems of Purchaser’s units.

8.1.3 Preparation of design, engineering drawings and other documents for the Stores by the Contractor shall be

such that the Stores manufactured and supplied by the Contractor are capable of meeting the Performance Guarantees and will be such as could be legally, safely and reliably placed in commercial operation by the Purchaser in accordance with prudent engineering practices.

8.1.4 The Contractor shall co-operate with the Purchaser’s other Contractors and suppliers (if any) in the design

and engineering and otherwise accommodate their reasonable interface and interconnection requirements within the limitations of Contractor's design and scope of work hereunder, provided that Purchaser's other Contractors and suppliers shall also similarly co-operate with the Contractor. In case of any non-agreement between the Contractor and Purchaser’s other contractors & suppliers in this regard, the decision of the Purchaser shall be final and bidding on all the parties.

8.2 Codes and Standards 8.2.1 Wherever references are made in the Contract to codes and standards in accordance with which the

Contract shall be executed, the edition or the revised version of such codes and standards current at the date, one (01) day prior to date of Price bid opening shall apply unless otherwise specified. During the Contract execution, any changes in such codes and standards shall be applied after approval by the Purchaser and shall be treated in accordance with GCC clause no. 11 (Changes in the Scope of Work).

8.3 Review / Approval of Contractor’s Documents 8.3.1 The furnishing of engineering drawing/document by the Contractor shall be done in a phased manner in

accordance with the Schedule as specified in the technical specifications and/or as mutually agreed between the Purchaser and the Contractor. The review of these Drawing/Data by the Purchaser will cover only general conformance of the Drawing/Data to the specifications and documents. This review and/or approval by the Purchaser shall not be construed by the Contractor, as limiting any of his responsibilities and liabilities for mistakes and deviations from the requirements specified under these specifications and documents. Only deviations accepted by the Purchaser through official letter from Project Manager or through approved Design Concession Request (DCR) shall be considered as accepted deviations to Technical Specifications.

8.3.2 The Contractor shall prepare (or cause its Sub-contractors to prepare) and furnish to the Project Manager

the documents after due diligent checking and internal approval of the Contractor, that as per Technical Specifications require approval or review by the Purchaser. Any part of the Stores covered by or related to the documents to be approved by the Project Manager shall be executed only after the Project Manager’s approval thereof. GCC sub-clauses no. 8.3.3 to 8.3.7 shall apply to those documents requiring the Project Manager’s approval, but not to those furnished to the Project manager for its review only.

8.3.3 Within fourteen (14) days of date of receipt by the Project Manager of any document requiring the Project

Manager’s approval in accordance with GCC Sub-Clause no. 8.3.2 or the agreed date of submission of such documents as per schedule, whichever is later, the Project Manager shall either return one copy thereof to the Contractor with its approval endorsed thereon or shall notify the Contractor in writing of its disapproval thereof and the reasons therefore and the modifications that the Project Manager proposes. If

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 38 of 54

the Project Manager fails to take action within the said fourteen (14) days, then the Contractor shall be entitled to extension of time in accordance with GCC Clause no. 12.1 (Extension of Time for Completion). For documents submitted by the Contractor for Project Manager’s approval, beyond scheduled/agreed date, the Contractor’s right to claim time extension as above shall stand extinguished.

8.3.4 The Project Manager shall not disapprove any document, except on the grounds that document does not

comply with Technical Specifications of the Tender or applicable codes/ standards or that it is contrary to good engineering practice.

8.3.5 If the Project Manager disapproves the document, the Contractor shall modify the document and resubmit

it within seven (7) days for the Project Manager’s approval in accordance with GCC sub-clause no. 8.3.3. If the Project Manager approves the document subject to modification(s), the Contractor shall make the required modification(s), where upon the document shall be deemed to have been approved.

8.3.6 The Project Manager’s approval, with or without modification of the document furnished by the

Contractor, shall not relieve the Contractor of any responsibility or liability imposed upon it by any provisions of the Contract except to the extent that any subsequent failure that results from modifications required in writing by the Purchaser.

8.3.7 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.

8.3.8 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.

8.3.9 The Contractor shall not depart from any approved document unless the Contractor has first submitted to

the Project Manager an amended document and obtained Project Manager’s approval thereof, pursuant to provisions of this GCC clause no. 8.3 (Review / Approval of Contractor’s Documents). If the Project Manager requests any change in any already approved document and/or in any document based thereon, the provisions of GCC clause 11 (Change in the Scope of Work) shall apply to such request.

8.3.10 The Contractor shall submit hard copies, reproducible and soft/scanned copies with passwords of all

drawings / documents including all latest/ as built drawings, to the Purchaser. 9 PROCUREMENT AND SUPPLY 9.1 General Provisions 9.1.1 The Contractor shall manufacture and/or procure and transport all the Stores in an expeditious and orderly

manner to the Site. The Contractor shall complete the process of placement of Purchase Order(s) on its subcontractors and complete the procurement process in the respective time limits specified for these activities in Technical Specifications.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 39 of 54

9.1.2 Procurement, Manufacture and Supply of Stores by the Contractor or Sub-contractor(s) shall be subjected

to Purchaser’s Quality Assurance (QA) requirement as per GCC clause no. 10 (Quality Assurance, Inspection, Acceptance and Rejections).

9.2 Free Issue Materials (FIM) 9.2.1 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.

9.2.2 The Contractor shall submit cutting diagram or appropriate proposal for optimal utilisation of the FIM.

The cutting diagram or such proposal as approved by the Purchaser's Engineer shall form a part of the Contract.

9.2.3 Unless otherwise specially mentioned in the Contract, on issue of the Contract, the Contractor shall be

advised to collect the FIM from any of the Purchaser's Stores at various sites/ headquarter and shall take an Insurance Policy for the value of the FIM. The Insurance Policy shall be valid till the contractual/ actual delivery date or till the execution of the Contract and shall cover the following.

INSURED Name and address of the Contractor BENEFICIARY Nuclear Power Corporation of India Limited, acting through Executive Director, Directorate of Contracts and Materials Management or any other officials authorised by NPCIL, .................. (address) RISKS COVERED Any loss or damage to the Purchaser’s material due to fire, riot, burglary, strike, theft, and any damages arising out of external sources such as damages due to the materials falling on Purchaser’s materials. 9.2.4 The Contractor shall be responsible for the safety of the FIM after it is received by him and all through

the period during which the materials will remain in his possession. The Contractor shall take all necessary precautions against any loss, deterioration or destruction of the FIM from whatever cause arising whilst the said material remains in his possession and/or his custody or control. The Contractor shall also not mix-up the material in question with any of his goods and shall render true and proper account of the material actually used. The decision as to whether the Contractor has occasioned any loss, deterioration or destruction of the FIM whilst in his possession, custody or control from whatever cause arising, as also the decision regarding quantum of the damages suffered by the Purchaser shall be final and binding upon the Contractor.

9.2.5 The Insurance Policy with the details indicated at GCC clause no. 9.2.3 shall be furnished by the

Contractor to the Purchaser for acceptance. On acceptance of the Insurance Policy and Indemnity Bond submitted as per GCC clause no. 3.4.7, by the Purchaser, the Contractor shall lift the FIM from Purchaser's Stores at his own cost.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 40 of 54

9.2.6 On completion of fabrication or Foreclosure of Contract (GCC clause no. 13.1) or Termination of Contract (GCC clause no. 13.2), the Contractor shall prepare a full account of the material used for the fabrication and the balance available with him for return to the Purchaser. This account of FIM shall be verified and accepted by the Project Manager before the Contractor is allowed to return the balance material to Purchaser’s Stores against such authorisation in writing.

9.2.7 The FIM account, accepted by the Project Manager alongwith proof of receipt of balance material by the

Stores Officer (Consignee), shall be produced by the Contractor for the release of the final payment to the Contractor.

9.2.8 The Purchaser at all times have the right to enter the Contractor's premises where the free issue materials

are stored or where the free issue materials are under manufacture. 9.2.9 The Purchaser at his discretion may allow the balance material such as scrap, cut bits to be retained by the

Contractor in which event the value to be assigned to the balance material will be mutually agreed between the Purchaser and the Contractor and the agreed amount shall be debited to the Contractor's account while settling his final payment.

9.3 Packing and Marking 9.3.1 Packing for Shipment shall be in accordance with the packing specification if any, given in the Tender

Document. The Contractor shall be responsible for the Stores being sufficiently and properly packed and crated for transport by sea, air, rail or road, so as to ensure that they are free from any loss or damages till their arrival at destination. The packing and marking of packages shall be done by and at the expense of the Contractor.

9.3.2 Each package shall contain a Packing Note quoting Contract number and date, copy of Shipping Release

and one set of copy of test certificates. Each package shall be marked with name and address of the Contractor, Contract No and date, brief description of the Stores and name and address of the Consignee, dimensions, weight, lifting points and special handling instructions, if any.

9.4 Transportation 9.4.1 Unless otherwise stated the Contractor shall give the Purchaser not less than 14 days’ notice of the date on

which any major plant and machinery or other major goods will be delivered to the Site stating details such as the description of the Stores, the point and means of dispatch, and the estimated time of arrival at the Site.

9.4.2 For Contracts placed on free and safe delivery to Purchaser’s site basis:

i) The Contractor shall transport at his own risk and expense and deliver the Items at the destination specified by the Purchaser on free and safe delivery basis, by selecting any safe mode of transport unless otherwise stated in the contract.

ii) Unless otherwise expressly mentioned in the Contract, the Contractor shall pay and bear all freights and all costs and expenses for transporting the items to the place of delivery specified in the Contract and the price specified in the Contract shall be inclusive of all such packing, handling, forwarding, freight and transit insurance charges. The Contractor shall however, indicate the break up price towards freight and transit insurance charges.

iii) Unless otherwise provided in the Contract, the Contractor shall be entitled to select any safe mode of transport without any transhipment, to carry the Plant and Equipment.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 41 of 54

iv) The Contractor shall be responsible for obtaining, if necessary, approvals from the authorities for transportation of the Stores to the Site. The Contractor shall indemnify and hold harmless the Purchaser from and against any claim for damage to roads, bridges or any other traffic facilities that may be caused by the transport of the Stores to the Site.

v) The Contractor shall indemnify and hold the Purchaser harmless against and from all damages, losses and expenses (including legal fees and expenses) resulting from the transport of Stores and shall negotiate and pay all claims arising from their transport.

vi) In the event any stores or item is damaged, lost, stolen, destroyed or otherwise impaired while in storage or transit, Contractor shall at its own expense and cost restore or replace such affected stores or item.

9.4.3 In the case of Contract with Ex-works prices, the Contractor shall arrange transportation of the Stores

after Purchaser’s prior approval of the selected transporter and transportation charges. 9.4.4 High Seas Sale

All imported capital goods and spares procured by indigenous contractor from foreign sub-contractor, to be delivered directly to the Purchaser’s site from the port of import, shall be cleared on High Seas Sale basis, at the price as shown in the Contract. In the event foreign Sub-contractor’s invoice values exceeds the corresponding value shown in the Contract, implication if any towards Customs Duty shall be to the Contractor’s account. 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 till safe delivery of Stores at Purchaser’s site.

9.4.5 Documentation for Supply of Imported Items

At least three (3) days prior to the embarkation for India of each shipment of Stores, the Contractor shall send a tele-fax to Purchaser setting forth the following information concerning each such shipment: i) A description of the Stores contained in such shipment ii) The date of embarkation and departure iii) The port of origin iv) The means of shipment (air or sea) v) The estimated date of arrival in India compared with Contract Network Schedule vi) The port of entry in India vii) The value of the shipment viii) The approximate weight and volume (gross and net) ix) The name, flag and owner of the vessel if shipment is by sea or the designation of aircraft if

shipment is by air and x) The number and value of bill of lading or airway bill. Within three (3) days after embarkation for India of each shipment, the Contractor shall send to Purchaser by courier for information, a copy of each of the following documents: i) Shipping documents consisting of full set clean bill of lading;

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 42 of 54

ii) Declaration made by Contractor by tele-fax to the insurer and confirmation from the insurer that the subject cargo is insured under marine cargo insurance;

iii) Invoice with itemised prices duly signed by Contractor; iv) Copy of packing lists for each separate package; v) Shipping release issued by Purchaser or his authorized representation; vi) Certificate of origin; vii) Any other documents needed for import clearance.

9.4.6 Documentation for Supply of Indigenous Items On the day of transport, the contractor shall send to the Purchaser by courier for information, a copy of

each of the following documents: i) Transportation documents like airway bill / lorry receipt / railway receipt / delivery challan, etc. ii) Certificate of insurance; iii) Invoice with itemised prices duly signed by Contractor. iv) Copy of packing lists for each separate package; v) Any other documents needed for excise / octroi clearance. vi) Shipping release issued by Purchaser or his authorized representation; vii) Contractor shall also be responsible for obtaining clearances for all indigenous items from excise,

octroi, entry tax etc. for timely and safe delivery of items to the site. 9.4.7 All demurrage, wharfage and other expenses incurred due to delayed clearance of the material for any

reason, other than those for which the Purchaser is responsible, shall be to the account of the Contractor. 9.5 Custom Clearance (For imported items ordered by indigenous main contractor from foreign sub-

contractor) 9.5.1 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.

9.5.2 The Contractor shall, at its own expense; handle all imported Stores at the point(s) of import and shall

handle any formalities for customs clearance. This clause shall be read in conjunction with ITT clause no. 9.0 for the purpose of Customs Duty. The Purchaser will make available to the Contractor all documents / applications that are required to be made in the name of the Purchaser as per applicable laws or regulations including requisite documents or certifications as per the extant rules and procedures for availing the exemptions/concessions in Customs Duty, if any. However, it is the responsibility of the Contractor to approach the Purchaser and obtain necessary documents / certificates from the Purchaser well in advance.

9.5.3 The Contractor shall be responsible for the timely clearance of Stores through customs and for all

necessary documentation and procedural matters associated there with. The Contractor shall be responsible for meeting the agreed contractual dates notwithstanding any customs delays and will not be entitled to extension of time for completion of supply, it being the Contractor’s responsibility to allow sufficient time for clearance through customs.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 43 of 54

9.6 Training 9.6.1 The Contractor shall, if required by the Purchaser, provide facilities for the practical training of

Purchaser’s engineering or technical personnel for operation and maintenance of the Stores. The Purchaser shall bear boarding, lodging and travelling expenses of its personnel deputed for such training.

9.7 Manuals

Contractor shall submit to Purchaser, the manuals required for the Stores as listed in the technical specification including but not limited to:

9.7.1 Quality Control Manual: Quality assurance for material, procurement, manufacturing, packing and forwarding, preservation at site, erection / Construction including field quality plan etc. shall be furnished with the bid by the Contractor conforming to the standards to be employed by Contractor under the contract

9.7.2 Instruction manuals for equipments / systems:

Contractor shall forward Instruction Manuals, for operation and maintenance along with dispatch of respective equipments/systems required for the plant, as provided by manufacturer / suppliers of equipments / systems.

9.7.3 Operating Manual (Comprehensive & Integrated):

Contractor shall prepare and deliver to Purchaser, the Operating Manual having, but not limited to complete equipment and system instructions for the start-up, operation and maintenance of the plant. Contractor shall consult with Purchaser in the preparation of the Operating Manual and Purchaser will be permitted to make recommendations as to the final form and substance of the Operating Manual. The Operation Manual shall be consistent with Prudent Utility Practices, such that the various operations under anticipated operating conditions, result in operation of the Stores at the capacity, efficiency, reliability, safety and maintainability levels contemplated in the contract and shall in no way impair any warranty or guarantee on equipment, materials or services relating to the Stores supplied by Contractor under the contract.

10 QUALITY ASSURANCE, INSPECTION, ACCEPTANCE AND REJECTIONS 10.1 Quality Assurance Program 10.1.1 The Stores under the scope of this Contract whether manufactured or performed within the Contractor’s

Facilities or at his Sub-contractor’s premises or at the Purchaser’s site or at any other place of work shall be subjected to quality surveillance commensurate with Purchaser’s QA programme to control such activities at all stages necessary, and inspection by the Purchaser’s authorised Quality Surveillance Engineer.

10.1.2 Quality Management System of Contractor: In order to provide assurance to the purchaser, the contractor

shall, based on the Purchaser's QA Programme, prepare a QA manual, which shall be finally accepted by the Purchaser after discussions before commencement of work. The Quality Management System of the contractor shall generally cover, but not limited to the following:

a) His organization structure for the management and implementation of the proposed quality

management system including interfaces. b) Design capabilities & control. c) Documentation control system.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 44 of 54

d) Qualification data for Contractor’s key personnel. e) The procedure for purchase or materials, parts, components and selection of Sub-contractor’s services

including vendor analysis, source inspection, incoming raw material inspection, verification of materials purchased etc.

f) Traceability of material used in production. g) System for shop manufacturing and construction/fabrication controls through QA plans. h) Control of non-conforming items and system for corrective and preventive actions, including disposal

of non-conforming items. i) Inspection and test procedures for manufacturing activities. j) Control of calibration and testing of inspection, measuring and testing equipment k) System of indication and appraisal of inspection status. l) System of quality audits. m) Training, certification and authorization of personnel. n) System for authorizing release of manufactured product to the Purchaser. System of intimation by the

contractor, and approval by the Purchaser of stages of completion of Stores. o) System for maintenance of records. p) System for handling, storage, preservation and delivery of items.

10.1.3 In addition, the contractor shall establish a quality plan detailing out the specific quality control procedure to be adopted for controlling the quality characteristics relevant to each item of Stores which are to be supplied as per the contract, in consultation with the Project Manager and have it approved by him before start of the work. The contractor shall also submit a list of all key persons to be engaged in the contract, along with their qualification, experience, organizational position etc.

10.1.4 It is to be understood that the role of NPCIL QA is mainly to ensure that proper QA System, as agreed

upon mutually between Purchaser and Contractor, is being implemented by contractor and his sub-contractor, and not inspection. NPCIL QA will carry out random quality check, for which certain tests/inspections may be required to be repeated, as stipulated in approved QAP. For compliance with above requirements, “Quality Assurance in Supply contracts” attached in the tender document shall be followed.

10.1.5 The Contractor shall be required to submit the relevant Quality Assurance document within three weeks

of completion, which shall include relevant test reports connected with all engineering controls adopted by him during manufacture/construction. The Project Manager/ Purchaser or his duly authorized representative reserves the right to carry out Quality Audit and Quality Surveillance of the systems and procedures of the Quality Management and Control Activities of the Contractor/ his vender.

10.2 Inspection, Testing and Rejection 10.2.1 The Project Manager, his duly authorised representative and/or an outside inspection agency acting on

behalf of the Purchaser shall have at all reasonable times access to the Contractor’s premises or facilities and shall have the power at all reasonable times to inspect and examine the materials and workmanship during manufacture and if part of the Stores is being manufactured or assembled at other premises or works, the Contractor shall obtain for the Project Manager and for his duly authorised representative permission to inspect as if the Stores were manufactured or assembled on the Contractor’s own premises.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 45 of 54

10.2.2 The Contractor shall give the Purchaser’s Personnel full opportunity to carry out these activities, including providing access, facilities, permissions and safety equipment. No such activity shall relieve the Contractor from any obligation or responsibility.

10.2.3 The Stores (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 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.

10.2.4 Test Certificates and Guarantee Certificates if required by the Inspector shall be obtained and furnished to

him free of cost by the Contractor and/or from the specified agency. 10.2.5 The Contractor shall promptly forward to the Purchaser duly certified reports of the tests. When the

specified tests have been passed, the Purchaser shall endorse the Contractor’s test certificate, or issue a certificate to him, to that effect.

10.2.6 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 Receipt, Railway Receipt) accompanying the consignments.

10.2.7 The Contractor agrees that neither the execution of a test and/or inspection of Stores or any part of the

Stores, nor the attendance by the Purchaser, nor the issue of any test certificate, shall release the Contractor from any other responsibilities under the Contract.

10.2.8 If any dispute or difference of opinion shall arise between the parties in connection with or arising out of

the test and/or inspection of the Stores that cannot be settled between the parties within a reasonable period of time, it may be referred to Arbitration for determination in accordance with GCC clause no. 14 (Settlement of Disputes).

10.2.9 Except as otherwise specified in the Contract, the Contractor shall provide all apparatus, assistance,

documents and other information, electricity, equipment, fuel, consumables, instruments, labour, materials, and suitably qualified and experienced staff, as are necessary to carry out the specified tests efficiently. The Contractor shall agree, with the Purchaser the time and place for the specified testing of any Stores.

10.2.10 The Purchaser may require the Contractor to carry out any test and/or inspection not covered by the

Contract, provided that the Contractor’s reasonable costs and expenses along with taxes & duties as applicable, incurred in the carrying out of such test and/or inspection shall be payable extra by the Purchaser. Further, if such test and/or inspection impedes the progress of work on the Stores and/or the Contractor’s performance of its other obligations under the Contract, due allowance will be made in respect of the Time for Completion and the other obligations so affected.

10.2.11 The stores received by the Purchaser will also be subject to inspection and test as may be considered

necessary by the Quality Surveillance Engineer / Purchaser and his decision as regards rejection of Stores shall be final and binding on the Contractor. If any stores are rejected as aforesaid, without prejudice to the foregoing provision, the Purchaser shall be at liberty to:

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 46 of 54

a) Allow the Contractor to resubmit without prejudice to the Purchaser’s right to claim and recover

Liquidated Damages as provided in GCC clause no.6.2 (Delay in Supply), Stores in replacement of those rejected within a time specified by Purchaser, the contractor bearing the cost of freight for such replacement without being entitled to any extra payment thereof.

b) Buy the quantity of Stores rejected or other items of similar nature from elsewhere at the risk and cost

of the Contractor in accordance with the provisions contained in GCC clause no. 13.2 (Cancellation / Termination of Contract in Full or Part).

10.2.12 Any Stores submitted for inspection and rejected by the Inspector must be removed by the Contractor

within fourteen days from the date of receipt of intimation of rejection provided that in case of dangerous, infected or perishable Stores, the Inspector (whose decision shall be final) shall notify the Contractor to remove such Stores within 48 hours of receipt of intimation of rejection and it shall be the duty of the Contractor to remove such rejected Stores and the same shall lie at the Contractor's risk from the time of such rejection and if not removed within the aforementioned time, the Purchaser shall have the right either to return the rejected Stores to the Contractor at the Contractor's risk by such mode of transport as Purchaser may select, dispose off or segregate such Stores as he thinks fit at the Contractor's risk and on his account and appropriate such portion of the proceeds as may be necessary and recover any damages or expenses incurred by the Purchaser in connection with said sale and storage, if any. Freight paid by the Purchaser on Stores received and rejected after examination at destination shall be recoverable from the Contractor.

10.3 Supervision of Erection & Commissioning: 10.3.1 The Contractor shall depute qualified personnel to Purchaser’s site during erection and commissioning of

the Stores as specified in SCC/ Contract. 11 CHANGE IN THE SCOPE OF WORK 11.1 Right to vary 11.1.1 Purchaser shall have the right to propose, and order the Contractor from time to time during the

performance of the Contract to make any change, modification, addition or deletion to, in or from the Stores (hereinafter called “Change”), provided that such Change falls within the general scope of the work and does not constitute unrelated work and that it is technically practicable, taking into account both the state of advancement of the work and the technical compatibility of the Change envisaged with the nature of the Stores as specified in the Contract.

11.1.2 The Contractor may from time to time during its performance of the Contract propose to the Purchaser

(with a copy to the Project Manager) any Change that the Contractor considers necessary or desirable. The Purchaser may at its discretion approve or reject any Change proposed by the Contractor.

11.1.3 Notwithstanding GCC sub-clauses no. 11.1.1 and 11.1.2, no change made necessary because of any

default of the Contractor in the performance of its obligations under the Contract and/or for Contractor’s convenience, shall be deemed to be a Change, and such change shall not result in any adjustment of the Contract Price or the Time for Completion.

11.2 Changes Originating from Purchaser

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 47 of 54

11.2.1 If the Purchaser proposes a Change pursuant to GCC sub-clause no.11.1.1, it shall send to the Contractor a “Request for Change Proposal,” requiring the Contractor to prepare and furnish to the Project Manager as soon as reasonably practicable a “Change Proposal,” which shall include the following: (a) brief description of the Change (b) effect on the Time for Completion (b) estimated cost of the Change (c) effect on Functional Guarantees (if any) (d) effect on any other provisions of the Contract.

11.2.2 Upon receipt of the Change Proposal, the Purchaser and the Contractor shall mutually agree upon all

matters therein contained. Within thirty (30) days after such agreement, the Purchaser shall, if it intends to proceed with the Change, issue the Contractor with a Change Order. If the Purchaser is unable to reach a decision within thirty (30) days, it shall notify the Contractor with details of when the Contractor can expect a decision. If the Purchaser decides not to proceed with the Change for whatever reason, it shall, within the said period of thirty (30) days, notify the Contractor accordingly.

11.2.3 If the Purchaser and the Contractor cannot reach agreement on the price for the Change, an equitable

adjustment to the Time for Completion, or any other matters identified in the Change Proposal, the Purchaser may nevertheless instruct the Contractor to proceed with the Change by issue of a “Pending Agreement Change Order.”

Upon receipt of a Pending Agreement Change Order, the Contractor shall immediately proceed with effecting the Changes covered by such Order. The parties shall thereafter attempt to reach agreement on the outstanding issues under the Change Proposal.

If the parties cannot reach agreement within ninety (90) days from the date of issue of the Pending Agreement Change Order, then the matter may be resolved in accordance with the provisions of GCC clause no. 14 (Settlement of Disputes).

11.3 Changes Originating from Contractor 11.3.1 If the Contractor proposes a Change pursuant to GCC sub-clause no. 11.1.2, the Contractor shall submit

to the Project Manager a written Change Proposal giving reasons for the proposed Change and including the information specified in GCC sub-clause no. 11.2.1. Upon receipt of the Change Proposal, the parties shall mutually agree on cost implications thereof.

12 TIME EXTENSION 12.1 Extension of Time for Completion 12.1.1 The Time(s) for Completion specified in the Contract pursuant to GCC sub-clause no. 4.2.2 shall be

extended if the Contractor is delayed or impeded in the performance of any of its obligations under the Contract by reason of any of the following: (a) any Change in the Scope of Work as provided in GCC clause no. 11. (b) any occurrence of Force Majeure as provided in GCC clause no. 6.11, (c) any delay in approval of drawing / document by the Purchaser, under GCC Sub-clause no. 8.3.3. (d) any default or breach of the Contract by the Purchaser, specifically including failure to supply the

items listed in the Contract, or any activity, act or omission of any other contractors employed by the Purchaser.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 48 of 54

(e) delays attributable to the Purchaser and included in Hindrance Register pursuant to GCC clause no. 7.6 (Hindrances)

(f) any other matter specifically mentioned in the Contract by such period as shall be fair and reasonable in all the circumstances and as shall fairly reflect the delay or impediment sustained by the Contractor

12.1.2 Except where otherwise specifically provided in the Contract, the Contractor shall submit to the Purchaser

a request for an extension of the Time for Completion, together with particulars of the event or circumstance justifying such extension as soon as reasonably practicable after the commencement of such event or circumstance. As soon as reasonably practicable after receipt of such request and supporting particulars, the Purchaser shall intimate the Contractor the period of such extension. In the event that the Contractor does not accept the Purchaser’s estimate of a fair and reasonable time extension, the Contractor shall be entitled to refer the matter for resolution, pursuant to GCC clause no. 14 (Settlement of Disputes).

12.1.3 The Contractor shall at all times use its reasonable efforts to minimize any delay in the performance of its

obligations under the Contract. 12.1.4 The Purchaser shall extend the time(s) for completion as agreed between the parties pursuant to GCC sub-

clause no. 12.1.2 without levy of Liquidated Damages. In the event of grant of such extension of time, the Purchaser shall also reimburse the contractor increase in Statutory levies, if any, in the extended delivery period.

12.1.5 In the event of grant of extension of time as per this GCC clause no. 12.1 (Extension of Time for

Completion), the provisions of price adjustment as per GCC clause no. 5.4 (Price Adjustment) shall also be applicable in this extended time for completion subject to overall ceiling of price adjustment as per GCC sub-clause no. 5.4.3 (a) and (b) and as per provision of GCC sub-clause no. 5.5.6.

12.1.6 In the event of extension of time for delays due to reasons attributable to the Contractor, the provisions of

this GCC clause no. 12.1 (Extension of Time for Completion) shall not be applicable and provisions of GCC clause no. 6.2 (Delay in Supply) and/or GCC clause no. 13.2 (Cancellation / Termination of Contract in Full or Part) shall be applicable in such cases.

13 FORECLOSURE AND TERMINATION 13.1 Foreclosure of Contract 13.1.1 If at any time after acceptance of the tender / during execution of work the Purchaser shall decide to

abandon or reduce the scope of the work for any reason whatsoever and hence not require the whole or any part of the work to be carried out, the Purchaser shall give notice in writing to that effect to the Contractor and the Contractor shall have no claim to any payment of compensation or otherwise whatsoever, on account of any profit or advantage which he might have derived from the execution of the work in full but which he did not derive in consequence of the foreclosure of the whole or part of the Contract.

13.1.2 Upon receipt of the notice of foreclosure under GCC sub-clause no. 13.1.1, the Contractor shall either

immediately or upon the date specified in the notice of foreclosure

a) Cease all further work, except for such work as may be specified in the notice of termination for the

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 49 of 54

sole purpose of protecting that part of the Stores already executed. b) Terminate all subcontracts, except those to be assigned to the Purchaser pursuant to paragraph ‘d (ii)’

below c) Stop all further purchasing and/ or subcontracting activities related to work foreclosed. d) In addition, the Contractor, subject to the payment specified in GCC sub-clause 13.1.4, shall

i) deliver to the Purchaser the parts of the Stores executed by the Contractor up to the date of foreclosure

ii) to the extent legally possible, assign to the Purchaser all right, title and benefit of the Contractor to Stores as of the date of foreclosure, and, as may be required by the Purchaser, in any subcontracts concluded between the Contractor and its Subcontractors.

iii) deliver to the Purchaser all non-proprietary drawings, specifications and other documents prepared by the Contractor or its Subcontractors as at the date of foreclosure in connection with the stores.

13.1.3 The Purchaser shall have the option to take over Contractors materials or any part thereof of which the

Contractor is legally bound to accept delivery from supplier (for incorporation in or incidental to Stores) provided, however, the Purchaser shall be bound to take over the materials or such portions thereof as the Contractor does not desire to retain.

13.1.4 In the event of Foreclosure of the Contract under GCC sub-clause no. 13.1.1, the Purchaser shall pay to

the Contractor the full amount at contract rates, properly attributable to supplies completed and/or the parts of the Stores executed by the Contractor as of the date of foreclosure. In addition the Purchaser shall also pay a further reasonable amount as certified by the Project Manager 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:

a) For contractors materials taken over or to be taken over by the Purchaser pursuant GCC clause no.

13.1.3, cost of such materials as detailed by the Purchaser. The cost shall however take into account purchase price, cost of transportation and deterioration or damage which may have been caused to materials whilst in the custody of the Contractor, provided that the value so arrived should not be more than the proportionate rate of item of the Contract.

b) If any Free Issue Materials are supplied by the Purchaser the contractor shall furnish a full account

of the same pursuant to GCC sub-clause no. 9.2.6 and balance FIM, shall be returned by the Contractor to the Purchaser at rates not exceeding those at which these were originally issued. Any deterioration or damage which may have been caused whilst the Free Issue Materials were in the custody of the Contractor shall be to the account of the Contractor. In addition, cost of transportation of such Free Issue Materials from Contractor’s works/stores to the stores of the Purchaser, if so required by the Purchaser, shall be paid to the Contractor.

The Contractor shall, as required by the Purchaser, furnish to him books of account, wage books, time sheets and other relevant documents as may be necessary to enable him to certify the reasonable amount payable under this clause

13.2 Cancellation / Termination of Contract in Full or Part 13.2.1 The Purchaser, without prejudice to any other rights or remedies it may possess, may terminate the

Contract forthwith as a whole or only such items of work in default, in the following circumstances by

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 50 of 54

giving a notice of termination and its reasons thereof to the Contractor, referring to this GCC sub-clause 13.2.1:

If the Contractor; a) shall offer, or give or agree to give to any person in the Purchaser’s service or to any other person on

his behalf any gift or consideration of any kind as an inducement or reward for doing-or forbearing to do or having done or forborne to do any act in relation to the obtaining or execution of this or any other Contract for the Purchaser; or

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

c) Shall obtain a Contract with the Purchaser as a result of wrong tendering or other non-bonafide methods of competitive tendering; or

d) Adopts or has engaged in “fraudulent practice” like misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Purchaser, collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Purchaser of the benefits of free and open competition.

e) Adopts or has engaged in “coercive practice” like harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the procurement process or affect the execution of a contract.

f) being an Individual, or if a firm, any partner thereof, shall at any time be adjudged insolvent or have a receiving order or order for administration of his estate made against him or shall take any proceedings for liquidation or composition (other than a voluntary-liquidation for purpose of amalgamation or reconstruction) under any insolvency Act for the time being in force or make any conveyance or assignment of his effects or composition or arrangement for the benefit of his creditors or purport so to do, or if any application be made under any insolvency-Act for the time being in force for the sequestration of his estate or if a trust deed be executed by him for benefit of his creditors; or

g) Being a company, shall pass a resolution or the Court shall make an order for the liquidation of its affairs, or a receiver or manager on behalf of the debenture holders shall be appointed or circumstances shall arise which entitle the Court or debenture holders to appoint a receiver or manager; or

h) Shall suffer an execution being levied on his goods and allow it to be continued for a period of 21 days; or

i) assigns, transfers, subcontracts (engagement of labour on a piece-work basis or of labour with materials not to be incorporated in the work shall not be deemed to be subletting) or attempts to assign, transfer or subcontract the entire work or any portion thereof without the prior written approval of the Purchaser.

13.2.2 In the event of default by the Contractor in the following circumstances, the Purchaser may, without

prejudice to any other rights it may possess under the Contract, give a notice to the Contractor stating the nature of the default and requiring the Contractor to remedy the same. If the Contractor fails to remedy or to take steps to remedy the same within fourteen (14) days of its receipt of such notice, then the Purchaser may terminate the Contract as a whole or only such items of work in default, by giving a notice of termination and its reasons thereof to the Contractor referring to this GCC sub-clause no. 13.2.2.

If the Contractor

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 51 of 54

(a) has abandoned or repudiated the Contract or otherwise plainly demonstrates the intention not to continue performance of his obligation under the contract, or

(b) has without valid reason failed to commence work on the Stores promptly or has suspended the progress of Contract performance for more than twenty-eight (28) days after receiving a written instruction from the Purchaser to proceed, or

(c) persistently fails to execute the Contract in accordance with the Contract or persistently neglects to carry out its obligations under the Contract without just cause, or

(d) refuses or is unable to provide sufficient materials, services or labour to execute and complete the supply of Stores in the manner specified in the program furnished under GCC clause 7.2 at rates of progress that give reasonable assurance to the Purchaser that the Contractor can attain Completion of the supply of Stores by the Time for Completion as extended, or

(e) at any time makes default in proceeding with the work with due diligence and continues to do so after a notice in writing of 7 days from the Purchaser, or

(f) commits default in complying with any of the terms and conditions of the Contract and does not remedy it or take effective steps to remedy it within 7 days after a notice in writing is given to him in that behalf by the Purchaser, or

(g) fails to deliver the Stores or any part thereof on or before the Contractual Delivery Date(s), and does not complete them within the period specified in a notice given in writing in that behalf by the Purchaser.

13.2.3 In case the Contract is terminated under GCC sub-clause no. 13.2.1 or 13.2.2 above the Contractor shall

not be entitled to recover or be paid any sum for any work thereof or actually performed under this Contract unless and until the Project Manager has certified in writing the performance of such work and the value payable in respect thereof and he shall only be entitled to be paid so certified.

13.2.4 In case the Contract is terminated under GCC sub-clause 13.2.1 or 13.2.2 above, the Purchaser shall on

such termination have powers to purchase from elsewhere, at the risk and cost of the Contractor, the Stores or part thereof, not delivered and contract for which is terminated, or other items of similar description when such Stores exactly complying with the Particulars are not in the opinion (such opinion being final) of the Purchaser readily procurable.

13.2.5 In the event of action being taken under GCC clause no. 13.2.4, 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 alternate purchase from elsewhere, is made within (six) 6 months of the letter of cancellation 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.

13.2.6 The termination of the Contract under this clause shall not entitle the Contractor to reduce the value of the

Performance Security Bond Guarantee nor the time thereof. The Performance Security Bond Guarantee shall be valid for the full value and for the full period as per the Contract.

13.2.7 In the event of anyone or more of the above courses under this GCC clause no. 13.2 being adopted by the

Purchaser, the Contractor shall have no claim to compensation for any loss sustained by him by reasons of his having purchased or procured any materials or entered into any engagements or made any advances on account or with a view to the execution of the work or the performance of the Contract.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 52 of 54

13.2.8 In any case in which any of the powers conferred upon the Purchaser by this clause, shall have become

exercisable and the same are not exercised, the non-exercise thereof shall not constitute a waiver of any of the conditions hereof and such powers shall notwithstanding be exercisable in the event of any future case of default by the Contractor and the liability of the Contractor for compensation shall remain unaffected.

13.3 Termination of Contract on Death 13.3.1 If the Contractor is an individual or a proprietary concern and the individual or the proprietor dies or if the

Contractor is a partnership concern and one of the partners dies then unless the Purchaser is satisfied that the legal representatives of the individual Contractor or of the proprietor of the proprietary concern and in the case of partnership, the surviving partners, are capable of carrying out and completing the Contract, the Purchaser shall be entitled to cancel the Contract as to its incomplete part without the Purchaser being in any way liable to pay any compensation to the estate, of the deceased Contractor and/or the surviving partners of the Contractor's firm on account of the cancellation of the contract The decision of the Purchaser that the legal representatives of the deceased Contractor or the surviving partners of the Contractor's firm cannot carry out and complete the Contract shall be final and binding oh the parties. In the event of such cancellation, the Purchaser shall not hold the estate of the deceased Contractor and/or the surviving partners of the Contractor's firm liable for damages for not completing the Contract.

14 SETTLEMENT OF DISPUTE 14.1 Settlement by Mutual Consultation: 14.1.1 If any dispute of any kind whatsoever shall arise between the Purchaser and the Contractor in

connection with or arising out of matters covered in the Contract, including without prejudice to the generality of the foregoing, any question regarding its existence, validity or termination, or execution of the facilities whether during the progress of the facilities or after their completion and whether before or after the termination, abandonment or breach of the Contract, the parties shall seek to resolve any such dispute or difference by mutual consultation. Efforts shall be made first to resolve such dispute or difference at the level of Sr. GM (C&MM)/ Project Manager/ Engineer-in-charge level, failing which the matters in dispute shall be discussed for settlement at Corporate Level of the Purchaser and the Contractor. If the parties fail to resolve such dispute or difference by all such mutual consultation(s), then the either party may give a thirty (30) days notice to the other party conveying its intention to commence Arbitration as hereinafter provided as to the matter in dispute, and no Arbitration in respect of this matter may be commenced unless such notice is given.

14.2 Arbitration 14.2.1 Any dispute in respect of which notice of intention to commence Arbitration has been given, shall be

finally settled by Arbitration. The Arbitration may be concluded prior to or after completion of the facilities. Arbitration proceedings shall be conducted in the manner as herein below provided.

14.2.2 Consequent to issue of notice of intention to commence Arbitration by either party, both the Purchaser

and the Contractor shall appoint one Arbitrator each. These two Arbitrators shall agree between themselves and shall appoint a third Arbitrator. The issue in dispute shall then be referred to these Arbitrators. In any Arbitration invoked at the instance of either party to the Contract, the Arbitrator(s) would be free to consider the counter claim of the other party even though they are not mentioned in the reference to Arbitration. The decision either by consensus or by majority of these three Arbitrators shall be final and binding on both the parties and shall be implemented by the parties forthwith.

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 53 of 54

14.2.3 For Contract issued to an Indian Contractor or to a Consortium in which the Indian Contractor is the lead partner, the provisions of the Arbitration & Conciliation Act, 1996, and Rules made there under and/or any statutory modifications or re-enactment thereof for the time being in force shall apply to such Arbitration proceedings. The Arbitrator may, from time to time, with the consent of the parties, enlarge the time for making and publishing the award.

14.2.4 For Contract awarded to a foreign Contractor or to a consortium in which the Foreign Contractor is the

lead partner, Rules of Conciliation and Arbitration of the International Chamber of Commerce shall apply to such Arbitration proceedings. The Arbitrator may, from time to time, with the consent of the parties, enlarge the time for making and publishing the award.

14.2.5 For Contract awarded to a Public Sector Enterprise, all matters in dispute to be settled through arbitration

shall be referred to the Permanent Arbitration Mechanism (PAM) of the Department of Public Enterprise, Government of India.

14.3 General 14.3.1 Notwithstanding any reference to Arbitration as herein before provided – (a) the Parties shall continue to

perform their respective obligations under the Contract with due diligence, unless they otherwise agree, (b) the Purchaser shall continue to pay to the Contractor any moneys due and undisputed to the Contractor.

------------------x------------------

NUCLEAR POWER CORPORATION OF INDIA LIMITED General Conditions of Contract for Supply of Indigenous Stores

GCC/SUPPLY-1/R-5 (23.06.2020) 54 of 54

15. ABBREVIATIONS USED

BHP Brake Horse Power BOQ Bill of Quantity C&MM Contracts and Materials Management Department ECC Erection Completion Certificate EPC Engineering, Procurement and Construction Contract CDD Contractual Delivery Date CENVAT Centralised Value Added Tax CMRCIV Contractor’s Material Receipt Cum Issue Voucher DCR Design Concession Request DRB Dispute Resolution Board ECS Electronic Clearance System FIM Free Issue Material FOB Free on Board GCC General Conditions of Contract GR Good Receipt IPR Intellectual Property Rights ITT Invitation to Tender INR Indian Rupees kW Kilo Watt kWh Kilo Watt Hour L/C Letter of Credit LD Liquidated Damages LIBOR London Inter Bank Offer Rate LR Lorry Receipt MRICAR Material Receipt Intimation Cum Acceptance Report NDT Non Destructive Testing NPCIL Nuclear Power Corporation of India Limited PLR Prime Lending Rate PO Purchase Order QA Quality Assurance Rs. Indian Rupees RR Railway Receipt SCC Special Conditions of Contract Sq. Square T&P Tools, Plants and Equipments USD US Dollar UKP UK Pound VAT Value Added Tax WCT Works Contract Tax

(To be submitted in Non-judicial Stamp Paper of appropriate value) Annexure-A

ADVANCE PAYMENT NUCLEAR POWER CORPORATION OF INDIA LIMITED (Acting through) Executive Director, Directorate Of Contracts & Materials Management NUB, Anushaktinagar, Mumbai-400094. 1. WHEREAS on or about the __________________day of 201_

M/s.________________________________________ a Company registered

under the Companies Act 1956 and having its registered office at

_____________________________________________________________

entered into an agreement bearing

N

with Nuclear Power Corporation of India Limited (A Government of India

Enterprise) acting through Executive Director, Contracts & Material

Management (hereinafter referred to as (Purchaser) for _____________

_____________ .

2. AND WHEREAS under the terms & conditions of the contract an amount of Rs.

___________(Rupees _______________________________ only) representing

____ per cent advance payment out of a contract value of Rs______ (Rupees

____________________________ only ) is to be paid by the Purchaser to the

contractor.

3. AND WHEREAS the Purchaser has agreed in pursuance of the said terms and

conditions of the contract to make an advance payment of Rs. _________ ( Rupees

________________________ only) to the Contractor on the Contractor furnishing a

Bank Guarantee in the manner herein contained.

Page 1 of 4

4. NOW WE, the _______________________________________________(Bank) in

consideration of the purchaser having agreed to pay to the contractor an advance

payment of Rs, ________ ( Rupees ____________ only) do hereby agree and

undertake to indemnify the Purchaser and keep the Purchaser indemnified to the

extent of a sum not exceeding the said sum of Rs.________ ( Rupees

______________ only ) against any damage or loss that may be suffered by the

Purchaser by reason of non-fulfilment of any of the terms and conditions of the

contract by the contractor.

5. WE, _________________________________________ ( Bank ) do hereby

undertake to pay the amount due and payable under this guarantee without any

demur merely on a demand from on behalf of Messrs NUCLEAR POWER

CORPORATION OF INDIA LTD stating that the amount claimed is due by way of

loss or damage caused to or would be caused to or suffered by the Purchaser by

reason of breach by the said Contractor (s) of any of the terms and conditions

contained in the said agreement

the said agreement. Any such demand made on the bank shall be conclusive as

regards the amount due and payable by Bank under this guarantee. However, our

liability under this guarantee, shall be restricted to an amount not exceeding Rs.

______ ( Rupees _____________________________________ only ).

6. We undertake to pay to the Purchaser any money so demanded not withstanding any

dispute or disputes raised by the Contractor (s) in any suit or proceeding pending

before any Court or Tribunal relating thereto our liability under this present being

absolute and unequivocal. The payment so made by us under this bond shall be valid

discharge of our liability for payment thereunder and the Contractor (s) shall have no

claim against us for making such payment.

Page 2 of 4

7. AND WE _____________________________________________( Bank ) hereby

further agree that the decision of the said NUCLEAR POWER CORPORATION OF

INDIA LTD., as to whether the Contractor has committed breach of any such terms

and conditions of the contract or not and as to the amount of damages or loss

assessed by the said NUCLEAR POWER CORPORATION OF INDIA LTD., as

damage or loss suffered by the Purchaser on account of such breach would be final

and binding on us.

8. AND WE ______________________________________________( Bank ) further

agree with the Purchaser that the Purchaser shall have the fullest liberty without our

consent and without affection in any manner our obligations hereunder to vary any of

the terms and conditions of the said agreement or to extent time of performance by

the said Contractor (s) from time to time or to postpone for any time or from time to

time any of the powers exercisable by the Purchaser against the said Contractor (s)

and to forbear or enforce any of the terms and conditions relating the said agreement

and we shall not be relieved form our liability by reason of any such variation or

extension being granted to the said contractor (s) or for any forbearance, act or

omission on the part of the Purchaser or any indulgence by the Purchaser to the said

contractor (s ) or by any such matter or thing whatsoever which under the law relating

to sureties would, but for this provision, have effect of relieving us.

9. This guarantee will not be discharged due to the change in the constitution of the

Bank or the Contractor (s ).

Page 3 of 4

10. Our guarantee shall remain in force until

_____________________________________ and unless a claim under the

guarantee is lodged with us within three months from that date all rights of the

Purchaser under the guarantee shall be forfeited and we shall be relieved and

discharged from all liabilities, thereunder.

11. Notwithstanding anything contrary contained in any law for the time being in

force or banking practice, this guarantee shall not be assignable or

transferable by the beneficiary. Notice or invocation by any person such as

assignee, transferee or agent of beneficiary shall not be entertained by the

bank. Any invocation of the guarantee can be made only by the beneficiary

directly.

Dated the __________________ day of _______________________201_

For_________________________________________ ( Indicate the name of the bank )

Page 4 of 4

(To be submitted in Non-judicial Stamp Paper of Appropriate Value) Annexure - B

SECURITY DEPOSIT NUCLEAR POWER CORPORATION OF INDIA LIMITED (Acting through) Executive Director, Directorate of Contracts and Materials Management, Nabhikiya Urja Bhavan, Entrance Block, Ground Floor, Anushaktinagar, Mumbai 400 094. Sir, 1. In consideration of the NUCLEAR POWER CORPORATION OF INDIA LIMITED

exempt___________________________________________________________

Contractor(s)) from the demand, under the terms and conditions of an agreement no.________ dated ___________ made between ________________________

fulfillment by the said contractor(s) of the terms and conditions contained in the said agreement on production of a Bank Guarantee for Rs.__________________ (Rupees_______________________only). We, ____________________________ (indicate name of bank) at the request of____________________________ contractor(s) do hereby undertake to pay to the Purchaser an amount not exceeding Rs.____________ (Rupees_________________________________________) against any loss or damage caused to or suffered or would be caused to or suffered by the Purchaser by reason of any breach by the said Contractor(s) of any of the terms and conditions contained in the said agreement.

2. We, ____________________________________________________(Bank) do

hereby undertake to pay the amount due and payable under this guarantee without any demur merely on a demand from the Purchaser stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Purchaser by reason of breach by the said Contractor(s) of any of the terms and conditions contained in the said agreement or by reason of the Any such demand made on the bank shall be conclusive as regards the amount due and payable by Bank under this guarantee. However, our liability under this guarantee, shall be restricted to an amount not exceeding Rs.__________ (Rupees___________________________________only)

3. We undertake to pay to the Purchaser any money so demanded not withstanding

any dispute or disputes raised by the Contractor(s)/supplier(s) in any suit or proceeding pending before any Court or Tribunal relating thereto our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment thereunder and the Contractor(s)/Supplier(s) shall have no claim against us for making such payment.

1

4. We, _______________________________________(indicate the name of Bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the Purchaser under or by virtue of the said agreement have been fully paid and its claims, satisfied or discharged or till the NUCLEAR POWER CORPORATION OF INDIA LTD certifies that the terms and conditions of the said agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee. The guarantee is valid until ________ and unless a demand or a claim under this guarantee is made on us in writing on or before the ________________ (i.e. including claim period of three months) we shall be discharged from all liability under this guarantee thereafter.

5. We, _________________________________________(indicate the name of

bank) further agree with the purchaser that the Purchaser shall have the fullest liberty, without our consent and without affecting in any manner our obligations hereunder, to vary any of the terms and conditions of the said agreement, to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Purchaser against the said Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor(s) or for any forbearance, act or omission on the part of the Purchaser or any indulgence by the Purchaser to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the

Bank or the Contractor(s)/Supplier(s). 7. We,_____________________________________________________(indicate

the name of the bank) lastly undertake not to revoke this guarantee during its currency except with the previous consent of Purchaser in writing.

8. Notwithstanding what is stated in the above paragraphs, our liability under this

guarantee will be restricted to Rs._______________ (Rupees__________________________only).

9. Notwithstanding anything contrary contained in any law for the time being in force

or banking practice, this guarantee shall not be assignable or transferable by the beneficiary. Notice or invocation by any person such as assignee, transferee or agent of beneficiary shall not be entertained by the bank. Any invocation of the guarantee can be made only by the beneficiary directly.

Dated the_______________day of________________201___

For____________________________ (indicate the name of the Bank)

* * *

2

(To be submitted in Non-judicial Stamp Paper of Appropriate Value) Annexure - C

PERFORMANCE BOND NUCLEAR POWER CORPORATION OF INDIA LTD. (Acting through) Executive Director, Directorate of Contracts and Materials Management, Nabhikiya Urja Bhavan, Entrance Block, Ground Floor, Anushaktinagar, Mumbai 400094.

(Date of purchase order) 1. WHEREAS on or about the _________________day of _________201_

M/s____________________________________ a Company under the Companies Act 1956 and having its registered office at _________________________________________________________________ (hereinafter referred to as 'The Contractor') entered into an agreement bearing No.___________________________ dated __________ (hereinafter referred to as 'The Contract), with Nuclear Power Corporation of India Ltd ( A Government of India Enterprise) acting through Executive Director, Directorate of Contracts & Materials

of________________________(hereinafter referred to as 'The Equipment').

2. AND WHEREAS under the terms and conditions of the contract an amount of

Rs._____________________(Rupees_______________________________only) representing balance_____________per cent payment out of the total value of the contract i.e Rs.___________________(Rupees___________________only) is to be paid to the contractor on the final acceptance of the equipment and on the Contractor furnishing a Bank Guarantee in a manner herein contained duly executed by a Scheduled/Nationalised Bank towards satisfactory performance of the equipment during warranty period, viz _______________months from date of receipt & acceptance of the equipment/material of the Contract.

3. NOW WE, the___________________________________(Bank) in consideration of the promises and the payment of the said sum of Rs.__________(Rupees_________________________________only) by the Purchaser to the Contractor do hereby agree and undertake to pay to the Nuclear Power Corporation of India Limited, on behalf of the Contractor, the amount due and payable under the guarantee without any demur, merely on a demand from the Nuclear Power Corporation of India Limited, stating that the amount claimed is due by way of loss or damage caused to, or suffered by, the Purchaser by reason of unsatisfactory performance of the equipment during the warranty period. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.___________________ (Rupees__________________________________________only.)

1

4. We undertake to pay to the Purchaser any money demanded notwithstanding any

dispute or disputes raised by the Contractors, in any suit proceedings pending before any court or tribunal relating thereto, our liability under this present being absolute and unequivocal. The payment so made by us under the bond shall be a valid discharge of our liability for payment thereunder and the Contractor(s) shall have no claim against us for making such payment.

5. WE HEREBY further agree that the decision of the Nuclear Power Corporation of India

Limited as to whether the said equipment is giving satisfactory performance or not during the warranty period and as to the amount of damages suffered by the Purchaser on account of unsatisfactory performance of the said equipment shall be final and binding on us.

6. AND WE, the__________________________________(Bank) do hereby agree that

our liability hereinunder shall not be discharged by virtue of any agreement between the Purchaser and the Contractor whether with or without our knowledge and/or consent or by reason of the Purchaser showing any indulgence or forbearance to the Contractor whether as to payment, time for performance, or any other matter whatsoever relating to the contract, which but for this provision, would amount to discharge of the surety under the law.

7. THIS guarantee will not be discharged due to the change in the constitution of the

Bank or the Contractor(s). 8. OUR Guarantee shall remain in force until______________and unless a claim under

the guarantee is lodged with us within three months from that date, all rights of the Purchaser under the guarantee shall be forfeited and we shall be relieved and discharged from all our liabilities hereunder.

9. Notwithstanding anything contrary contained in any law for the time being in force or banking practice, this guarantee shall not be assignable or transferable by the beneficiary. Notice or invocation by any person such as assignee, transferee or agent of beneficiary shall not be entertained by the bank. Any invocation of the guarantee can be made only by the beneficiary directly.

Dated the _______________ day of_____________ 201_

For__________________________ (indicate the Name of the bank)

* * *

2

FORMAT OF INDEMNITY BOND AGAINST FREE ISSUE MATERIALS (FIM) TO BE

EXECUTED ON A NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE.

INDEMNITY BOND

This Indemnity Bond made this_____ day of______ between M/s_________________________ having its registered office at______________

and assigns on one part and Nuclear Power Corporation of India Limited (A Govt. of India Enterprise), acting through Executive Director, CMM or other Officers)

Whereas the Nuclear Power Corporation of India Limited has placed a Purchase Order/Contract No.__________________________________________ dated ________

accepted to execute the Purchase Order. And whereas, the Purchaser has agreed to supply the Free Issue Materials referred to in the Contract/Purchase Order for the purpose of fabrication, machining and supply of the equipment and stores as referred to in the Contract/Purchase Order. And whereas, the Contractor has agreed to furnish an Indemnity Bond for a sum of Rs.______________________________________(Rupees__________________________________) being amount equivalent to the value of the free issue materials to be supplied by the Purchaser. Whereas it is explicitly understood that the materials to be supplied is held by the Contractor for and on behalf of Nuclear Power Corporation of India Limited and that ownership of the materials used for fabrication/machining etc. rests with Nuclear Power Corporation of India Limited, till the fabricated/machined equipment/components are delivered to the Purchaser and balance and left over materials as per free issue material

NOW THIS DEED WITNESSETH THAT IN CONSIDERATION OF THE FREE ISSUE MATERIALS SUPPLIED BY THE NUCLEAR POWER CORPORATION OF INDIA LIMITED.

1. The Contractor hereby undertake to pay to the Nuclear Power Corporation of India Limited on demand the said sum of Rs.______________(Rupees_______________________________) in the event of any breach of the conditions of the Purchase Order, loss and damage of the material and balance material not being returned on or before________________________or any other date mutually agreed.

2. The Contractor shall be totally responsible for safety of the material during

which it remains in their custody/control and adequate care for preservation of the item.

3. The Contractor shall undertake to preserve the material with due and proper care

and to keep it insured for the period during which it remains in their custody/control.

4. The Contractor shall be responsible for safe return of the balance materials off

cuts, scraps to the final destination. 5. This bond shall remain in force and effect so long as the full account of free

issue materials is settled to the satisfaction of the Purchaser and balance material is returned to the Purchaser.

6. The Contractor shall not stand discharged or released from the Indemnity Bond

given by them under this bond on account of any alteration in the obligation of the parties to the Contract or on account of any indulgence or forbearance as to the payment, time, performance, or otherwise granted by Nuclear Power Corporation of India Limited to the Contractor in relation to the Purchase Order.

It witness whereof the parties hereto have caused the bond to be duly executed on the day and the year first above written.

* * *

ANNEXURE-F

The Supplier/Contractors while submitting their bill to the Paying Authority shall furnish the following certificates: Certified that: 1. Excise Duty claimed in this/these bill/bills is/are not more than what is / are payable

under the provisions of the relevant act or the rules made there under.

2. The amount of Rs____________________ claimed as Excise Duty in this bill has been/will be paid to the Excise Authorities in respect of stores covered by the bill as per the procedure laid down by the Excise Authorities.

3. No refund of Excise Duty for the goods covered under the bill/bills has/have been

received from the Central Excise Authorities nor our appeal for refund of Excise Duty for the goods covered under the bills are pending with the Central Excise Authorities.

4. In the event of any refund of Excise Duty being received, we undertake to promptly

pass on the same to NPCIL. In addition, we also authorise the paying authority in NPCIL to recover such amount from our outstanding bills against the present or future contracts.

--------------------------------------------------------------------------------------------------------------------------

ANNEXURE-G

Certificate to be furnished by the Contractor along with the invoice/bills when sales/ Central Sales Tax as extra is claimed.

Certified that: 1) Goods and packing charges on which sales tax (Central or State)/ VAT claimed are

not exempted from payment of Sales Tax (Central or State)/ VAT under the Provisions of Sales Tax Act or Rules.

2) We, as a registered dealer, are being assessed to Sales Tax. 3) In the event of our getting refund in whole or part of Sales Tax already paid from

Sales Tax Authorities, we shall promptly pass on the same to the Purchaser. In additions we also authorise the paying authority in NPCIL to recover such amount from our outstanding bills against the present or future contracts.

4) We are registered as dealers in the State of _________________ and our

local/Central Sales Tax Registration No. is __________________________.

ANNEXURE-H Certificate to be furnished by the contractor along with the Invoice/Bills when service tax is claimed. Certified that: 1. Services on which service tax claimed are not exempted from payment of

service tax under the provisions of Extant Rules. 2. We are registered with Central Excise Department for service tax and our

Registration number is _____________________. 3. We undertake to pursue the matter for refund in case the exemption is

received by NPCIL from the Govt. of India for payment of service tax. In the event of our getting refund in whole or part of Service Tax already paid to Service Tax Authorities, we shall promptly pass on the same to the purchaser. In addition we also authorise the paying authority in NPCIL to recover such amount from our outstanding bills against the present or future contracts.

4. We hereby confirm that Service Tax has been remitted/will be remitted in accordance with the Service Tax Rules.

Signature of Contractor or their Authorised Representative.

SCC: Page 1 of 16

Tender No. CMM/OPS/58-50-9-3395

NUCLEAR POWER CORPORATION OF INDIA LIMITED SUPPLY CONTRACTS

SPECIAL CONDITIONS OF CONTRACT (SCC) ___________________________________________________________________________ The following Special Conditions of Contract (SCC) shall supplement / amend General Conditions of Contract (GCC) – Form No.GCC/Supply-1/Rev.5. Wherever there is a conflict between the two, the provisions in SCC shall prevail over those in the GCC. GCC

Clause GCC Description SCC

Clause SCC Description

3.4.2 (a)

Security Deposit 1.1 Performance Security Bond:

a. Contractor shall furnish a Performance Security Bond for 3% of the Basic Price (inclusive of P&F charges) in respective contract currencies, for due performance of the said Contract(s) and performance of the Stores, in the form of a Bank Guarantee within 30 days from the date of award of Contract(s) and it shall be valid till satisfactory completion of Defect Liability Period covering warranty/guarantee of the Stores supplied by the Contractor and its Sub-contractors plus a claim period of three months for lodging of claims, if any.

b. If the Contractor fails to provide the Performance Security Bond as stated herein above, within 30 days from the date of issue of Contract such failure shall constitute a breach of contract and the Purchaser shall be entitled to cancel the Contract and make alternate arrangements for the purchase of the Stores contracted from other sources at the risk and expense of the Contractor in terms of GCC sub-clause no. 13.2 (Cancellation/Termination of Contract in Full or Part) hereof and/or recover from the Contractor the damages arising from such cancellation.

c. 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 period to take care of extended defect liability period of equipment or any part of the stores repaired/ replaced and/or stores or part thereof remaining idle due to such defects and repair / replacement of the same.

3.4.5 (a)

Performance Bond

SCC: Page 2 of 16

d. In the event, the Contractor fails to fulfill the obligations under the Contract, the Purchaser shall have the right to encash and appropriate the Performance Security Bond Bank Guarantee. This right shall be in addition to and without prejudice to the rights of the Purchaser to recover from the Contractor any loss or damages that the Purchaser is herein entitled.

In the event the Contractor is required to extend the validity of the Bank Guarantees submitted for Performance Security Bond for delays attributable to the Purchaser, the corresponding Bank Guarantee Extension charges shall be borne by the Purchaser.

5.2 Price Basis 1.2 Price Basis: The Contract prices of all items and spares covered under the contract shall be on DAP Purchaser’s Site – INCOTERM-2010 basis.

5.2.1 Price Basis 1.2.1 Price break-up of indigenous items and spares shall be indicated as follows:

i. Basic price including but not limited to Packing & Forwarding Charges and CIF value of imported raw material/component, if any, required for indigenous manufacturer.

ii. Inland transportation (freight) and Insurance charges.

iii. Applicable percentage of GST on the above two components.

Input Tax Credit (ITC) available to the bidders shall be taken into consideration in quoted price and the bidder shall pass on the benefits to the Purchaser. CIF value of the imported raw materials/components included in the Basic Price (inclusive of P&F charges) of indigenously manufactured items shall be shown separately for the purposes of 15% price preference loading vis-à-vis domestically manufactured goods for availing Deemed Export benefits, if any.

5.2.2 Price Basis 1.2.2 Price break-up of imported items and spares delivered directly to the Site from Indian port of entry shall be indicated as follows:

i. FOB/FCA Price ii. Handling charges in Port of Origin, if applicable,

Marine/Air Freight & transit (Marine) Insurance. iii. Customs Duty, if applicable. iv. Applicable percentage of IGST. v. Port handling/Clearance Charges at Indian Port,

Inland transportation and transit insurance charges. vi. Applicable percentage of GST on the above

component indicated in (v). 5.3 Currency of Payment 1.3 For Supply of equipment, spares and other materials from

indigenous sources, DAP price of such items inclusive of

SCC: Page 3 of 16

CIF value of imported raw material/components, shall be in Indian Rupees (INR).

5.4 Price adjustment 1.4 The word Ex-works wherever appears should be read as Basic Price (inclusive of P&F charges) – INCOTERMS-2010.

5.5 Price adjustment formula

1.5 The word Ex-works wherever appears should be read as Basic Price (inclusive of P&F charges) – INCOTERMS-2010

5.6 Terms of Payment 1.6 The word Ex-works wherever appears should be read as Basic Price (inclusive of P&F charges) – INCOTERMS-2010.

5.6.1 (a)

&

(b)

1.6.1 · For Supply of Bus reactor along with spares and Commissioning & Testing of Bus reactor:

a. 90% of Basic Price (Inclusive of P&F) will be paid

on pro-rata basis along with 100% Transportation and Transit Insurance charges, and 100% Taxes and levies as applicable, in full, on receipt of the Stores at Site and against submission of following documents to Purchaser`s Paying Authority: i. Invoice of the Contractor in triplicate with

advance stamped receipt and GST Declaration Form Annexure-F.

ii. Shipping Release in original issued by the Inspection Authority duly signed in ink with NPCIL seal.

iii. Receipted delivery Challan in original or Proof of Receipt by the Consignee in the Form of LR.

b. Balance 10% of Basic Price (Inclusive of P&F) along with 100% Commissioning & Functional Testing Charges and taxes in full as applicable thereon will be released after successfully completion of Commissioning & Functional Testing at site and on submission of the following documents to Purchaser’s Paying Authority: i. Invoice of the Contractor in triplicate with

advance stamped receipt. ii. Certificate by Engineer-In-Charge or his

authorized representatives stating that Commissioning & Functional Testing has been successfully completed & accepted and payment may be released.

SCC: Page 4 of 16

· Special Tests – 100% Payment for Special Tests Charges inclusive of GST will be released against completion of Testing on pro-rata basis and against submission of following documents:

a. Invoice in triplicate and GST Declaration Form

Annexure-F. b. Certificate in original issued by the Purchaser

Engineer clearly stating that Special Tests has been completed satisfactorily and payment can be released to the Contractor.

5.12 Taxes and Duties

2.1 2.1. Indirect Taxes and Duties 2.1.1. The Bid prices shall be inclusive of Goods and

Services Tax (GST) and any other Indian Indirect Taxes payable in India for the final product / services. However break up of price components should be shown as required in Price Schedule.

2.1.2. The Contractor shall bear all non-Indian taxes,

duties, levies etc. payable upto FOB in respect of sourcing items from abroad.

2.1.3. Contractor shall be responsible for payment of all Indian Taxes, Duties including IGST on imports and all other statutory levies as applicable in connection with supply of the Stores. However, Supplies on High Seas sales basis the IGST shall be reimbursed by the purchaser. The prices DAP 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 as detailed in the below mentioned paras and pass on the benefit to the Purchaser. As Price is inclusive of GST, and payable against the supply as per statute no separate GST will be paid along with Price Adjustment component (if billed separately).

2.1.4. In case, there is no increase in GST rate within Contractual Delivery Date, GST as applicable or quoted, whichever is lower will be reimbursed by Purchaser limiting to the rate prevailing within the Contractual Delivery Schedule.

SCC: Page 5 of 16

2.1.5. GST as applicable or quoted, whichever is lower will be reimbursed by Purchaser limiting to the rate prevailing within the contractual delivery schedule.

2.1.6. In case of increase in existing taxes/ duties and /or introduction of any other new indirect taxes / cess, if levied by Government during the contractual delivery period, the incremental rate of existing taxes/levies and/or any other new indirect tax/cess, shall be reimbursed / paid by the Purchaser upon verification of the documentary evidence submitted and its acceptance by the purchaser. The payment/reimbursement of statutory variations in the rates of tax and/or of new tax, duty or levy imposed under statute or law in India as above would be restricted only to direct transactions between the Owner and the Bidder. This provision shall not apply to changes in Personal Income tax or Corporate Income tax or to changes in non-Indian Taxes.

2.1.7. 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 the submissions of necessary documentary evidence. No increase / new tax shall be payable during the delay period due to reasons attributable to the Contractor.

2.1.8. If there is an upward revision in the rate of GST

within CDD due to change in classification by the bidder, such upward revision shall not be entertained as per clause no 2.1.6 & 2.1.7 and the payment towards GST will be restricted to the quoted rate of GST.

2.1.9. GST on Liquidated Damages (LD), as applicable, shall be to the account of the Contractor and shall be recovered from payments due to the Contractor.

2.1.10. The bidders are required to examine the provisions of The Central Goods and Services Tax Act 2017 (CGST), The Integrated Goods and Services Tax Act 2017 (IGST), The relevant SGST act of the State Government, The Union Territories Goods and Services Tax Act 2017(UTGST) and The Goods and Services Compensation to States Tax Act 2017 and their Rules as being enacted and amended from time to time. The bidders are

SCC: Page 6 of 16

required to take into account all input tax credits and the exemptions available therein while furnishing their bids.

2.1.11. The Bidder shall quote the prices giving breakup in the manner specified in the Price Schedule. The Bidder shall quote the applicable rate of GST in the Price Schedule.

2.1.12. For the purpose of Evaluation, GST quoted in the Bid shall only be considered.

2.1.13. The Bidder shall indicate the taxes and duties as applicable seven (7) days prior to last date for Bid Submission.

2.1.14. The Bidder is required to quote the rate of GST

applicable under GST Law in the Price Schedule while giving the breakup of prices.

2.1.15. In case GST registered Bidder has quoted GST rate as ‘0’ (Zero), the quoted price shall be considered to be inclusive of GST as applicable.

2.1.16. In case of bid received from dealers who have opted for the composition scheme under GST Law, the Bidder shall specifically mention the same in his Bid. Owner shall not be liable to pay/reimburse any GST on the supplies made by such dealers under the Order/Contract.

2.1.17. In case of bid received from unregistered dealer, for evaluation their bid shall be cost compensated as per the GST rate applicable in view of Reverse Charge Mechanism (RCM) as per GST Law.

2.1.18. In case of all materials identified by the Supplier and Owner to be dispatched directly from the sub-vendor's work to Owner's site, the Supplier shall ensure that his sub-vendors raise Tax invoices as per the provisions of GST Law, “Billed to the Supplier and Shipped” to the Owner’s site. The Supplier shall further ensure that he raises his corresponding Tax Invoices in the name of Owner during transit of the materials before the delivery of materials is taken by Owner.

2.1.19. The implications of GST on return of goods will be as per the provisions of the relevant GST Laws.

2.1.20. Bidders are required to provide their GST

SCC: Page 7 of 16

Registration numbers, the HSN code of the goods/SA Code for services and the applicable rate of GST as in the Commercial Terms and Conditions of the bid submitted in Part-I (Technical and Commercial bid except price).

2.1.21. While claiming the GST, the Tenderers are required

to adhere to the provisions available therein. The Contractors are required to ensure that, the details of GST charged in the Invoice and other details are filled in the GST Returns within the due date as notified by the GST Council, and also certify the same in Annexure-F, only upon which reimbursement of GST would be considered.

2.1.22. Please note that in case any refund/credit to GST if

granted to Tenderers by GST Authorities in respect of stores supplied under the contract, Tenderers will pass on the credit to the Purchaser immediately along with a certificate from bidder’s Director/Manager/Proprietor/Accountant that the credit so passed on relates to the GST originally paid for the stores supplied under the contract.

2.1.23. When GST is claimed by the Contractor / supplier

in general the certificate as per Annexure F should be submitted to the paying authority with their invoices.

2.1.24. For items not covered under GST, the bidder is required to quote Excise Duty/VAT/CST as applicable in the Price Schedule wherever GST is mentioned in price format, while giving the breakup of Prices.

2.2. Direct Tax: -

2.2.1. The Purchaser shall have the right to withhold taxes on income, excess profits, royalty and other taxes from payments due to Contractor under this Contract to the extent that such withholding may be required by the government of India or any relevant authority thereof or by the government of any other country, and payment by the Purchaser to the respective governmental office of the amount of money so withheld will relieve the Purchaser from any further obligation to Contractor with respect to the amount so withheld.

2.2.2. The Purchaser shall, at the time of its payments due

to the Contractor, withhold the necessary taxes at such rate as is required by any Government

SCC: Page 8 of 16

Authority, unless and to the extent that the Contractor shall produce to the Purchaser any certificate issued by a Government Authority (having authority to issue such certificate) entitling the Contractor to receive the payments under the Contract for a prescribed period without deduction of any tax or deduction at a lower rate.

2.2.3. The Purchaser shall provide the necessary

withholding tax certificates to the Contractor within the time stipulated by the relevant law to enable the Contractor to file the same with the Government Authority as a proof of payment of such taxes.

2.2.4. All taxes levied on Contractor’s corporate income

or profits shall be for the account of Contractor and shall not be reimbursed by the Purchaser. Contractor shall also be responsible for payment of income taxes of its personnel levied in India or elsewhere.

2.2.5. Tax Collection at Source (TCS), as applicable, shall be collected by the supplier and deposited within due date. The TCS return shall be filed by the supplier within the due date. Necessary information regarding the details of TCS deposited and return filed shall be provided by the supplier to the Purchaser

2.3. Indirect Tax-Tax deduction at source

2.3.1. The Purchaser shall, at the time of its payments due to the Contractor, withhold the necessary tax at source at such rate if required under the legislation unless and to the extent that the Contractor shall produce to the Purchaser any certificate issued by a Government Authority (having authority to issue such certificate) entitling the Contractor to receive the payments under the Contract for a prescribed period without deduction of any tax or deduction at a lower rate.

2.3.2. In case of such deductions as mentioned above, the Purchaser shall provide the necessary withholding tax certificates to the Contractor within the time stipulated by the relevant law to enable the Contractor to file the same with the Government Authority as a proof of payment of such taxes.

SCC: Page 9 of 16

New Clause 3.0 Fiscal Concessions for Nuclear Power

Projects(NPPs)

3.1 Nuclear Power Project of capacity 440 MW or more have been notified by GOI for eligibility towards fiscal concessions. As such the goods required for setting up these projects are subject to ‘NIL’ Customs duty as per the extant policy of Government of India (vide Customs Notification No. 50/2017 dated 30-6-2017 and updated upto 05-12-2017 (in the list 32 at Sr. No. 602). In consideration of the aforesaid Fiscal Benefits, no customs duty on goods shall, therefore, be payable/ reimbursable by the Purchaser to the Contractor. Similarly, as per the paragraph 7.02 (h) of Foreign Trade Policy 2015-2020 of Government of India, Domestic Contractors supplying goods for these projects under the procedures of National competitive bidding or International Competitive bidding shall be eligible for benefits of ‘Deemed Export’ under paragraph 7.03 (a) relating to advance authorisation and 7.03 (b) relating to deemed export draw back of the Policy and paragraphs 7.02(d), 7.03(g) and 7.05(b) of Hand Book of Procedures) issued by the Director General of Foreign Trade, Department of Commerce, Ministry of Commerce and Industry, Government of India (DGFT Trade Notice Number – 11/2018 dated 30.06.2017). In consideration of the aforesaid Fiscal Benefits, no customs duty on goods shall, therefore, be payable/ reimbursable by the Purchaser to the Contractor.

3.2 The bidders are solely responsible for adherence and compliance with the necessary processes, procedures and documentation as may be stipulated by the concerned Statutory Authorities connected in respect of availing such fiscal benefits. The Purchaser, shall, however, make available only the requisite documents or certifications as per the extant rules and procedures for availing the above exemptions/concessions by the Contractor.

3.3 In the event of subsequent denial of the above benefits prevailing as on the last date of submission of the bid, 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

SCC: Page 10 of 16

within the Contractual Delivery Dates or extended Contractual Delivery Dates due to reasons attributable to the Purchaser/Force Majeure. And for the supplies that are made beyond the Contractual Delivery Date due to reasons attributable to Contractor, the reimbursement of taxes shall be made by the Purchaser limiting to the rates prevailing on the Contractual Delivery Date.

5.5.6 Price Adjustment 4.1 In case of supplies which are delayed beyond the Contractual Delivery Date (as given in the Contract) 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 case of supplies 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 Supplies 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. No price adjustment shall be allowed for delays apportioned to the Contractor and / or Force Majeure events.

5.7 Application for Payment

This clause is deleted.

6.5.2 Transfer of Ownership

4.2 Ownership of the indigenous stores (including spare parts) shall be transferred to the Purchaser when the Stores are brought on to the Site.

6.5.3 This clause is deleted. 6.8.3 Indemnity for Taxes

and Duties 4.3 The Contractor shall be responsible for filing all

necessary Tax returns (including, without limitation, returns for Corporate Income tax, Personal Income tax and GST) with the relevant Government Authorities in

SCC: Page 11 of 16

accordance with all applicable statutory requirements and shall be responsible for providing all information requested by such Government Authorities.

New Clause 4.4 End use verification shall not be agreed upon by NPCIL, in case of imports under any circumstances. Further, the bidder/ Contractor shall make attempts to import Raw Material / Components if necessary, without insisting for “End User Certificate”.

9.4.2 Transportation 4.5 For Contracts placed on DAP- Purchaser’s site basis: i) The Contractor shall transport at his own risk and

expense and deliver the Items at the destination specified by the Purchaser, by selecting any safe mode of transport unless otherwise stated in the contract.

ii) Unless otherwise expressly mentioned in the Contract, the Contractor shall pay and bear all freights and all costs and expenses for transporting the items to the place of delivery specified in the Contract and the price specified in the Contract shall be inclusive of all such packing, handling, forwarding, freight and transit insurance charges. The Contractor shall however, indicate the break up price towards freight and transit insurance charges.

iii) Unless otherwise provided in the Contract, the Contractor shall be entitled to select any safe mode of transport without any transhipment, to carry the Plant and Equipment.

iv) The Contractor shall be responsible for obtaining, if necessary, approvals from the authorities for transportation of the Stores to the Site. The Contractor shall indemnify and hold harmless the Purchaser from and against any claim for damage to roads, bridges or any other traffic facilities that may be caused by the transport of the Stores to the Site.

v) The Contractor shall indemnify and hold the Purchaser harmless against and from all damages, losses and expenses (including legal fees and expenses) resulting from the transport of Stores and shall negotiate and pay all claims arising from their transport.

vi) In the event any stores or item is damaged, lost, stolen, destroyed or otherwise impaired while in storage or transit, Contractor shall at its own expense and cost restore or replace such affected stores or item.

9.4.3

Transportation

4.6

The clause is deleted.

SCC: Page 12 of 16

9.4.6

Transportation

4.7

Documentation for Supply of Indigenous Items On the day of transport, the contractor shall send to the Purchaser by courier for information, a copy of each of the following documents:

i) Transportation documents like airway bill / lorry receipt / railway receipt / delivery challan/ e way bill, etc.

ii) Certificate of insurance; iii) Invoice with itemised prices duly signed by

Contractor. iv)Copy of packing lists for each separate package; v) Shipping release issued by Purchaser or his

authorized representation; vi) Contractor shall also be responsible for obtaining

clearances, if any for timely and safe delivery of items to the site.

9.5.2 Custom Clearance

4.8

The Contractor shall, at its own expense; handle all imported Stores at the point(s) of import and shall handle any formalities for customs clearance. The Purchaser will make available to the Contractor all documents / applications that are required to be made in the name of the Purchaser as per applicable laws or regulations including requisite documents or certifications as per the extant rules and procedures for availing the exemptions/concessions in Customs Duty, if any. However, it is the responsibility of the Contractor to approach the Purchaser and obtain necessary documents / certificates from the Purchaser well in advance.

13.2.4 Cancellation / Termination of Contract in Full or Part

5.0

In case the Contract is terminated under GCC sub-clause 13.2.1 or 13.2.2 above, the Purchaser shall on such termination have powers to purchase from elsewhere, at the risk and cost of the Contractor (including departmental overhead charge @30% of the total expenditure incurred to complete the balance supply / work), the Stores or part thereof, not delivered and contract for which is terminated, or other items of similar description when such Stores exactly complying with the Particulars are not in the opinion (such opinion being final) of the Purchaser readily procurable.

SCC: Page 13 of 16

14.2.5

SETTLEMENT OF DISPUTE

6.0

For Contracts between CPSEs, inter-se and CPSEs and Government Departments/ Organisations: In the event of any dispute or difference relating to the interpretation and application of the provisions of commercial contracts(s) between Central Public Sector Enterprises (CPSEs)/ Port Trusts inter se and also between CPSEs and Government Departments/ Organisations (excluding disputes concerning Railways, Income Tax, Customs & Excise Departments), such dispute or difference shall be taken by either party for resolution through Administrative Mechanism for Resolution of CPSEs Disputes (AMRCD) as mentioned in DPE OM no. 4(1)/2013-DPE(GM)/FTS-1835 dated 22-05-2018.

15

ABBREVIATION

7.0

ABBREVIATIONS USED BHP Brake Horse Power BOQ Bill of Quantity C&MM Contracts and Materials Management Department ECC Erection Completion Certificate EPC Engineering, Procurement and Construction Contract CDD Contractual Delivery Date Central Goods and Services Tax (CGST) CMRCIV Contractor’s Material Receipt Cum Issue Voucher DAP Delivered at Place DCR Design Concession Request DRB Dispute Resolution Board ECS Electronic Clearance System FIM Free Issue Material FOB Free on Board Goods and Services Tax (GST) GCC General Conditions of Contract GR Good Receipt Integrated Goods and Services Tax (IGST) IPR Intellectual Property Rights ITT Invitation to Tender INR Indian Rupees kW Kilo Watt kWh Kilo Watt Hour L/C Letter of Credit LD Liquidated Damages LIBOR London Inter Bank Offer Rate LR Lorry Receipt MRICAR Material Receipt Intimation Cum Acceptance

Report NDT Non Destructive Testing NPCIL Nuclear Power Corporation of India Limited

SCC: Page 14 of 16

PLR Prime Lending Rate PO Purchase Order QA Quality Assurance Rs. Indian Rupees RR Railway Receipt SCC Special Conditions of Contract State Goods and Services Tax (SGST) Sq. Square T&P Tools, Plants and Equipments Union Territory Goods and Services Tax (UTGST) USD US Dollar UKP UK Pound

10

GCC

Annexure F: ‘Certificate towards Excise Duty’ is substituted with Annexure-F : Format for “Goods and Services Tax” Annexure G and Annexure H are deleted.

6.4.1

Defect Liability Period

9.0

The defect liability period shall be 12 months from date of successful commissioning of the equipment at site.

Clause 11 of ITT

Delivery

10.0

i. For supply and mandatory spares portion: 18

months from the date of purchase order and bidder shall submit the QAP & civil foundation drawing for the reactor within 2 months from date of the purchase order.

ii. For Commissioning and Functional Testing

Portion: Commissioning and Function Testing of bus reactor at site is to be completed within 12 months from the commencement of start of work. Work shall start within one month from the date of intimation by Engineer In-charge.

6.7.5 Right of Recourse under Civil Liability for Nuclear Damages Act 2010 & Rule 2011 thereof

11.0

This clause shall be read in conjunction with GCC Clause No.6.7.5 :

Since, Requirement is for PHWR, NPCIL is the system designer and technology owner, being responsible for safety design of such installations in this tender, NPCIL shall assume the role of supplier in accordance with the explanation of the term “supplier” given in Rule 24 of the CLND Rules, 2011 and in the context of section 17(a) and (b) of the CLND Act, 2010

SCC: Page 15 of 16

17.0

Consortium

12.0

Not applicable

5.5

Price Adjustment Formula

13.0

Following details of Items and Value of coefficients for Price Adjustment shall be read in conjunction with Clause No. 5.5 of GCC:

Item Value of Coefficient

Source of Indices

Fixed Portion (F) 0.15 ----

Material Portion M = Electric motors, Generators, Transformers and Electricity distribution and Control apparatus

a = 0.55

Sr. No. 1.3.17.1 under Table 21. Wholesale Price Index with Base 2011-12=100 published by RBI.

Note: Value of base date indices as prevailing ‘7’ days prior to the date of submission of Part-I and Part-II Bid shall be applicable.

Labour Portion L: Labour Index

lb=0.30

Consumer Price Index Numbers for Industrial workers with Base 2016=100 Published by Labour Bureau of Shimla ("All India Average" OR any specific place – to be indicated by the bidder in the Online Bidding Form “Annexure-B 1.0 - Commercial Terms & Conditions of Tender”)

Note: Value of base date indices as prevailing ‘7’ days prior to the date of submission of Part-I and Part-II Bid shall be applicable.

SCC: Page 16 of 16

ANNEXURE – F

Declaration Form for GST

The Supplier/Contractors while submitting their bill to the Paying Authority shall furnish the following certificates:

Certified that: (Please Tick all appropriate boxes) (a) Additional Input Tax Credit under GST availed against invoices submitted here

under is Rs. ________________.

(b) Certified that the goods and services on which GST has been charged are not exempted under the GST Act or the rules made there under and the amount charged on account of GST on these goods and services are not more than what is payable under the relevant act or the rules there under.

(c) Certified that we have taken into account all input tax credits available under GST and have not loaded the same in the basic price while furnishing their bids.

(d) Certified that in respect of amount of taxes claimed in the bill no claim is pending for refund/or is admissible for refund from any other agency and /or no other tax credit is available in respect of the same. In the event of getting refund in whole or in part of the element of GST claimed from Government, the same shall be passed on the benefit to the Purchaser by remitting the amount equivalent to the amount of refund obtained.

(e) Certified that the GST charged herein the invoices and other details have been / shall be populated in GSTR1 of the GSTN portal facilitating input credit to the Purchaser.

(f) Certified that we have complied with the Anti-profiteering measure provisions under CGST/ SGST/UTGST Acts and passed on commensurate reduction of price to the purchaser.

(g) Certified that a quarterly statement shall be submitted to NPCIL confirming the payment of GST invoiced on NPCIL along with copy of GST paid Challan.

Signature of Contractor or their Authorised Representative with company seal.

TPT/SUPPLY-1

SECTION – C

TECHNICAL SPECIFICATIONS OF STORES

NUCLEAR POWER CORPORATION OF INDIA LIMITED

(A Government of India Enterprise)

2 X 220MWeKAIGA ATOMIC POWER STATION-3&4

TECHNICAL SPECIFICATION FOR400KV BUS REACTORS & ITS FIRE PROTECTION

SPECIFICATION No.: PP-E-00034 December, 2016

126

REVISION CONTROL SHEET

DOCUMENT TYPE: TECHNICAL SPECIFICATION

NO. PP-E-00034 -Rev.No.R0

TITLE: TECHNICAL SPECIFICATION FOR 400KV, 125MVAR BUS REACTORS

& ITS FIRE PROTECTION

REV.

NO. &

DATE

DESCRIPTION

OF REVISION

REVISED BY

NAME &

SIGNATURE

BY NAME &

SIGNATURE

CHECKED

REVIEWED

BY NAME &

SIGNATURE

APPROVED

BY NAME

&

SIGNATUR

E

NPCIL PROPRIETARY

This document contains confidential and protected information and that the same are the

intellectual property of Nuclear Power Corporation of India Limited (NPCIL). No part of

this document including notably any editorial elements, verbal and figurative marks and

images included herein, shall be reproduced or transmitted or utilized or published or

stored in any form or by any means now known or hereinafter invented, electronic, digital

or mechanical, including photocopying, scanning, recording or by any information storage

or retrieval system, without prior written permission from NPCIL, by any person or entity.

Unauthorized use, disclosure or copying is strictly prohibited and may constitute unlawful

act and can attract legal action.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 5 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

1.0 SCOPE OF SUPPLY:

1.1 This specification covers design, design review by PURCHASER, engineering, material,construction, manufacture, testing, inspection at works, packing, transportation and deliveryto site, assembly, erection, site testing, commissioning, and putting into successful operationand submission of documentation of the equipment for Kaiga atomic power station-3&4.

1.2 The quantities of Reactors and associated equipment covered under the scope are detailed inDatasheet – ‘A’ and Datasheet – ‘B’.

1.3 The scope also includes design & Engineering, manufacture, material supply, fabrication, ,construction, testing , inspection, packing, transportation and delivery to site, erection, sitetesting, commissioning, putting into successful operation, handing over of piping, pipe-fittings, valves, piping supports, tubing, on-line instrumentation and documentation ofcomplete high velocity fire water spray system (HVWS) including piping, pipe supports,valves, casting of concrete pedestals for pipe supports , construction of Deluge valve housingas per Annexure -HVWS.

1.4 Reactors shall be complete with all necessary auxiliary systems like coolers, marshallingboxes etc. as specified. The inter-connection of earthing / neutral terminals of Reactors/associated panels / Coolers to nearest earthing pad / pigtail shall be in the scope ofCONTRACTOR by way of provision (including supply) of suitable connection means andrequired conductors up to the nearest earth terminal. The Lightning Arrestors/ SurgeArrestors are excluded from the CONTRACTOR’s scope but inter-connection of them withReactors remains with the CONTRACTOR’s scope.

1.5 Terminal Connectors for all Bushings shall be in the scope of CONTRACTOR.

1.6 Necessary spare parts and maintenance tools and tackles for the above shall be included inthe scope of supply.

1.7 Inputs required for civil construction, firefighting system, external connections shall be givenwithin the month after placement of order.

1.8 Adequacy of space available for Reactors in the Switchyard layout to be confirmed at thetime of bid. The CONTRACTOR shall develop an equipment layout drawing showing theReactor Tank outline, Dyke wall area, Radiator area, fire wall and burnt oil pit with othercivil structural details for LA, BP and Marshalling Box and Control Cabinets etc.

1.9 The scope includes design and engineering of control system necessary for interfacing withSwitchyard Control Room for equipment control and annunciation. The preparation controlcircuit terminal list for PURCHASER’s approval shall be in the scope. Later on, aftercompletion of equipment commissioning, TL and other drawings shall be updated for “asbuilt” information.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 6 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

1.10 The Reactor foundation plan shall be as per the sketch attached with the specification andContactor shall maintain the dimensional clearances in accordance with the sketch.

1.11 Training of PURCHASER’s personnel is included in the scope of the tender.

1.12 The scope includes design, engineering and supply of all items required for interfacing andcoordination for equipment covered under this specification. In addition, scope also includescoordination for interfacing with equipment such as Protection Panels, Firefighting systems,400 kV overhead lines, switchyard, Switchyard Control Room (S/Y CR), SCADA etc whichare not covered under this contract so as to ensure safe and satisfactory performance of theentire electrical system. Details, if any required from other systems will be provided byPURCHASER during detailed engineering.

1.13 Table of Compliance:

The CONTRACTOR shall go through the specification in detail paragraph by paragraphinformation. Specification document shall be reviewed and bidder shall furnish a table ofcompliance for review of Purchaser. This is in order to ensure that the specification has beenproperly read and interpreted by the bidder correctly. Bidder shall use copy of the TechnicalSpecification to indicate compliance status with that Volume. Within the right hand margin,Bidder shall indicate compliance status for each paragraph along with a cross-reference to itsproposal and an index key for any explanation or comment. In addition, the Bidder shallsubmit a summary of compliance status. If bid is not compliant with the requirements in theSpecification and if a deviation is proposed Bidder shall indicate clearly all requirements towhich deviations have been proposed.

2.0 CONTENTS:The contents of the specification are covered under following heading.

Content Clause no. Page noApplicable codes/ standards 3 6Specification of main equipment andaccessories

4 10

Construction and design details 5 14Inspection and testing 6 35Packing and shipment 7 42Warrantee and guarantee 8 42Quality assurance plan 9 42Formula for evaluation of tenders 10 62Tests at site 11 63Special tools and tackles 12 67Annexures (A TO D) 13 71Annexure - HVWS Fire Protection

System84

Data to be filled by the Bidder Section-D 1-22

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 7 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

3.0 CODES AND STANDARDS:

3.1 The design, material, construction, manufacture, inspection, testing and performance ofShunt Reactors and Neutral Grounding Reactors and accessories shall comply with thelatest editions (including amendments thereto) of all currently applicable standards,statutes, regulations and safety codes in the locality where the equipment will be installed.Nothing in this specification shall be construed to relieve the CONTRACTOR ofthis responsibility. This specification may contain references to older versions ofIEC/IEEE/IS, but since all standards are subject to revision, bidder shall offer equipmentapplying the latest revision of IEC/IEEE/IS standards.

3.2 In the event of any conflict between the requirements of the codes/ standards and thisspecification, the more stringent of the two shall govern.

3.3 Prior approval shall be obtained by the CONTRACTOR from the PURCHASER regardingmake and type of items as well as make and type of components, instruments andsubcontracted items (if any) included in this scope but not covered in the data sheets underclause no. 4.

3.4 Other National Standards are acceptable if they are established to be equal to or superiorto the listed standards. In all such cases, however, copies of English translation of such

National Standards shall be attached to the tender. The tenders not complying with thisrequirement are liable for rejection.

3.5 BUREAU OF INDIAN STANDARDS:

Standard TitleIS-5 Colours for ready mixed paints and enamelsIS-325 Specification for three phase Induction MotorsIS-335 New insulating oilsIS-613 Copper rods and bars for electrical purposesIS-694 PVC insulated cables for working voltage upto and including 1100 voltsIS-1239 Mild steel tubes, tubular and other wrought steel fittingsIS-1248 Direct acting indicating analogue electrical measuring instruments and their

accessoriesIS-1271 Thermal evaluation and classification of electrical insulationIS-1866 Code of practice for maintenance and supervision of mineral insulating oil

in equipmentIS-1893 Criteria for earthquake resistant design of structuresIS-1897 Copper strip for electrical purposesIS-2026 Power transformersIS-2099 Bushings for alternating voltages above 1000 voltsIS-2544 Porcelain post insulators for systems with nominal voltages greater than

1000V

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 8 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

Standard TitleIS-2705 Current transformersIS-2932 Enamel, Synthetic, Exterior: (a) Undercoating (b) FinishingIS-3156 Voltage transformersIS-3231 Electrical relays for power systems protectionIS-3347 Dimensions for porcelain transformer bushings for use in lightly

polluted atmosphereIS-3401 Silica GelIS-3637 Gas operated relaysIS-3639 Fittings and accessories for power transformersIS-4029 Guide for testing three-phase induction motorsIS-4253 Specification for Cork composition sheetsIS-5553 Reactors - SpecificationIS-5578 Guide for marking of Insulated ConductorsIS-6005 Code of practice for phosphating iron and steelIS-6160 Rectangular conductors for electrical machinesIS-6209 Methods for partial discharge measurementIS-6600 Guide for loading of oil immersed transformersIS-8084 Interconnecting bus bars for ac voltage above 1 kV up to and including 36

kVIS-8623/IEC-60439

Specification for Low-Voltage Switchgear and Control gear assemblies

IS-9434 Guide for sampling & analysis of free & dissolved gas & oil from oil filledelectrical Equipment

IS-10028 Code of practice for selection, installation and maintenance of transformersIS-10561 Application guide for power transformersIS-11353 Guide for uniform system of marking & identification of conductors &

apparatus terminalsIS-12676 Dimensions and requirements for oil impregnated paper insulated

condenser bushingsIS-13703 LV Fuses for voltages not exceeding 1000 V ac or 1500 V dcIS-13964 Methods of measurement of transformer & reactor sound levelIS/ IEC-60898

Electrical Accessories - Circuit-Breakers for Overcurrent protection forhousehold and similar installations

IS/ IEC-60947

Low-Voltage Switchgear and Control gear

3.6 ANSI/IEC/BS/IEEE AND OTHER STANDARDS

Standard TitleANSI / ASME B16.34

Valves - Flanged, threaded and welding end.

A105/ A105M-05

Standard specification for carbon steel forgings for piping applications

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 9 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

Standard TitleASTM-D3612-02

Standard Test Method for analysis of gases dissolved in electricalinsulating oil by gas chromatography

ASTM-D117-02 Standard Guide for sampling, test methods and specifications forelectrical insulating oils of petroleum origin.

BS-EN-13600:2002

Copper and copper alloys: Seamless copper tubes for electricalpurposes

IEC 60044 Instrument TransformersIEC 60050 International Electromechanically Vocabulary (Chapter 421)IEC 60051 Indicating InstrumentsIEC 60060 High voltage test techniqueIEC 60071 Insulation co-ordination.IEC 60076 Power Transformers (All parts)IEC 60076-6 Reactors (Part-6)IEC 60137 Bushings for alternating voltages above 1000 VIEC 60255 Electrical RelaysIEC 60270 PD MeasurementIEC 60296 Unused mineral insulating oils for transformers and switchgearIEC 60422 Supervision & Maintenance guide for Mineral insulating oil for

electrical equipmentIEC 60529 Degrees of protection provided by enclosures (IP Code)IEC 60567 Guidelines for the sampling of Gases & oil from oil filled electrical

equipment for analysis of free & dissolved gasesIEEE 693 IEEE Recommended Practice for Seismic Design of SubstationsNEMA-TR-1 NEMA standard publication for power transformers.CBIP Tr.Manual No. 295

CBIP technical report on specification for power & distributiontransformers.

CEA Report of committee for standardisation of the parameters andspecification of major items of 400kV sub-station equipment andtransmission line materials.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 10 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

4.0 SPECIFICATIONS OF MAIN EQUIPMENT AND ACCESSORIES:

This specification covers design, engineering, manufacture, testing at manufacturer's works,delivery at site including all materials, accessories, spares, unloading, handling, properstorage at site, erection, testing and commissioning of the equipment specified. The Reactorsshall comply with IS – 5553 and IEC-60076 part-6.Sl. No. DESCRIPTION Particulars

4.1 SYSTEM DATA4.1.1 System voltage (Nominal/Highest) kV 400/4204.1.2 System Fault level in kA (RMS) 40kA, peak 102kAp4.1.3 System neutral earthing Effectively grounded4.2 BUS SHUNT REACTOR4.2.1 Application/Designation Shunt Reactor for connecting to

buses.4.2.2 Installation Outdoor (400 kV Switchyard area)4.2.3 Rating

Bus Reactor 125 MVAR4.2.4 Single phase/ Three phase Three phase unit4.2.5 Rated Voltage, kV 420kV (1.0pu)4.2.6 Frequency 50 Hz + 5%4.2.7 Type of cooling ONAN4.2.8 Tank Conventional tank with welded

cover.4.2.9 Duty Continuous4.2.10 Ratio of zero sequence to positive sequence

reactance X0/X1

0.9 to 1.0

4.2.11 Range of constant impedance Up to 1. 5 per unit voltage4.2.12 Harmonic content in phase current Not to exceed 3% of fundamental

component4.2.13 Unbalance Current in three phases 2%4.2.14 Winding Connection Star with neutral

4.2.15 Whether neutral is to be brought out Yes (through 145kV class oilfilled condenser bushings)

4.2.16 Type of reactor (Gapped/Air Core) Gapped Core type4.2.17 Impedance value

125 MVARImpedance value at 1.0 p.u. in ohms

1415 (+0, -5%)Impedance value at 1.3 p.u. in ohms

1415 (+0, -5%)Impedance value at 1.5 p.u. in ohms

1415 (+0, -5%)4.2.18 Tolerance on current 0 to +5%

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 11 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

4.2.19 Applicable standard IS-5553 & IEC-60076-64.2.20 a) Clearances from 400 kV terminal (P-P, P-

E, N-E)Phase to Phase 4000mmPhase to Ground 3500mm

Neutral to Ground 1050mmb) Clearances from 145 kV terminal (P-P, P-E)

Phase to Phase 1430mmPhase to Ground 1270mm

4.2.21 Winding insulation Non-uniformly insulated withdielectric withstand capability inaccordance with IEC-60076-3.

4.2.22 Earthing of Reactor neutral Solidly grounded4.2.23 Insulation level (for winding) Line Neutral4.2.23.1 Lightning Impulse withstand voltage kV

Peak (1.2/50 microsecond wave)1425 650

4.2.23.2 Chopped wave lightning impulse withstandvoltage kV peak

1570 -

4.2.23.3 Switching impulse 20/200/500 μsec voltageon HV ( kV Peak)

1175 -

4.2.23.4 One minute Power frequency withstandvoltage (kV RMS)

630 275

4.2.23.5 Tan delta of winding < 0.0054.2.24 Temperature rise at rated power4.2.24.1 Permissible temperature rise of Top oil (by

thermometer) over design ambient of 500C40

4.2.24.2 Permissible temperature rise of windings (byresistance) over design ambient of 500C

45

4.2.24.3 Permissible surface temperature rise of tank andstructural parts at various locations duringtemperature rise test and during operation at sitewith all connections made, over design ambient of50 deg C

50

4.2.25 Permissible noise level As per NEMA TR-14.2.26 Permissible Vibration and stress level on the

tankMaximum vibration amplitudenot to exceed (a) 200 micron(peak to peak) at rated Voltageand frequency, (b) 60 micronaverage & (c) maximumstress on tank not to exceed 2kg/sq mm.

4.2.27 Terminal bushings details Line end Neutral end4.2.27.1 Type Oil filled

condensertype

OIP condensertype

4.2.27.2 Rated voltage kV 420 145

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 12 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

4.2.27.3 Impulse withstand voltage kV peak (1.2/50micro. Sec. Wave)

1550 650

4.2.27.4 Switching impulse of HV bushing kV 1180 -4.2.27.5 Power frequency withstand voltage kV 630 2754.2.27.6 Minimum clearance in air

i) phase to earth mm 3500 1250ii) phase to phase mm 4000 1250iii) Minimum total creepage distance mm 10500 3625

4.2.27.7 a) Minimum Rated Current (Amps)b)Rated thermal Short Circuit Current in Sec

1250

As per IS2099

800

As per IS 2099

4.2.27.8 Tan delta of bushing 0.0044.2.28 Bushing type current transformer for Bus reactors

4.2.28.1 513-BCT-1 (Refer drawing no. KAIGA-3&4/51500/2550/ED )1 200/1 A PS class, Vk= >200V, RCT< =1

ohm, Ie <= 40 mA at Vk/4One per phase forREF

2 200/1 A CL-0.2S, ISF<5, Rated Burden 40VA

One per phase forMetering

4.2.28.2 513-BCT-2 (Refer drawing no. KAIGA-3&4/51500/2550/ED)1. - Manufacturer to furnish the details. WTI2 2000-

1000-500/1 A

PS class, Vk= >1000 – 500 – 250V,RCT< =10 – 5- 2.5 ohm, Ie <= 30-15- 8 mA at Vk

One per phase forDifferentialprotection

3 200/1 A PS class, Vk= >200V, RCT< =1ohm, Ie <= 40 mA at Vk/4

One per phase forREF

Note: 1) The particulars of CTs given above are tentative and are liable to changewithin reasonable limits. Contractor shall obtain prior Approval of NPCILbefore proceeding with design. NPCIL will not pay any extra cost towardschange in CT details during detailed engineering stage.

2) Vendor shall furnish magnetization curves for all CTs used in Reactor.4.2.29 Details of external connections for Bus Reactor

4.2.29.1 Line end Shall be suitable for clamp required for connection of twin ACSRtwin moose/ Aluminum tube . Provision of Clamp shall be in thescope of contractor.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 13 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

4.2.29.2 Neutral Two runs of conductors with suitable termination provisions toPurchaser’s grounding system.Bus Reactor neutral terminal shall be brought out by means of 2nos. of copper earthing bars of 400 sq.mm area supported on tankmounted insulators up to a height of 200 mm above the groundlevel to connect to 2 leads of earthing tinned copper conductors of126.7 sq.mm for project having copper earthing and 2 leads of 75X 12 mm GS conductor for project having GS earthing with propercleating arrangement. The termination of connection upto nearestearth pad / pigtail shall be in Contractor’s scope.

4.2.30 Equipment Grounding connection Conductor size Material4.2.30.1 For project with GS earthing

a) Reactor tank (each) ,Cooler support and radiators

2 leads of 75 x 8 mm each GS

b) Marshalling box 2 leads of 25 x 3 mm each GSc) Junction Boxes 2 leads of 25 x 3 mm each GS

4.2.31 Miscellaneous4.2.34.1 Buchholz relay 02 Nos of Buchholz relay required (Reed

Type) (suitable for Seismic duty)4.2.34.2 Winding temperature indicator

(without mercury switches)Range up to 150 deg CLocal: Dial type thermometer, with

contacts. 150 mm Dial size.Remote: Repeater to be supplied loose.

4.2.34.3 Oil temperature indicator (withoutmercury switches)

Range up to 140 deg CLocal: Dial type thermometer with

contacts.Remote : Not Required

4.2.34.4 RTD for top oil temperaturemeasurement

Required

4.2.34.5 Magnetic Oil level gauge Required : Dial size : 250mm dia4.2.34.6 Pressure relief device ( PRD) Required-2 Nos.4.2.34.7 Color shade of final painting Shade 631 of IS- 54.2.34.8 Wheels 4 Nos. Of flanged Bi-directional4.2.34.9 Wheel gauge 1676 mm both directions4.2.34.10 Vacuum withstand capacity Main tank with bushings, fittings,

Radiators and accessories: Full Vacuum.4.2.34.11 Silica gel breather Required (Minimum 2 Nos. With

isolating valves for conservator).4.2.34.12 Ladders per reactor 2 Nos.4.2.34.13 Conservator Shall be fitted with Air cell4.2.34.14 Thermosiphon filter Required with 2 nos. of isolating valves.4.2.34.15 Core frame to tank body connection External bushing (17.5 kV, 250 A) on top

of tank shall be provided for measurementof IR of core frame assembly.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 14 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

4.2.34.16 Rain hood for Buchholz relay, PRD,MOLG & Marshalling Box

Required.

4.2.34.17 Core material CRGO4.2.34.18 Core construction Five limbed gapped core4.2.34.19 Facility for fixing the reactor tank

and related accessories to respectivefoundations to arrest their movementduring specified seismic acceleration

Required

4.2.34.20 Gasket temperature withstandcapability

Suitable to withstand hot spot temperatureat its location continuously.

4.3 MARSHALLING BOX FOR BUS REACTORS4.4.1 Location Outdoor for each Reactor4.4.2 Type of Mounting Tank mounted/Pedestal mounted4.4.3 Cable Entry Bottom4.4.4 Cable Glands/Conduits Cable glands/conduits for

connections between items suppliedshall be included.

4.4.5 Auxiliary voltages 220V DC, +10%, -20%, Un-grounded.240V AC +/-10%, I-Phase, 50Hz.

4.4.6 Purchaser's Earthing Conductor4.4.7 Material GI4.4.8 Size 25x6mm4.4.9 Earth bus material and size inside the panel GI, 25x6mm4.4.10 Degree of protection IP55 and additional rain hood

protection shall be provided.4.4.11 Paint shade on inside and outside surfaces Shade 631 to IS-5

5.0 EQUIPMENT CONSTRUCTION AND DESIGN DETAILS:

5.1 General constructional features

5.1.1 All material used shall be of best quality and of the class most suitable for working underthe conditions specified and shall withstand the variations of temperature and atmosphericconditions without distortion or deterioration or the setting up of undue stresses in any part,and also without affecting the strength and suitability of the various parts for the workwhich they have to perform.

5.1.2 Pipes and pipe fittings, screws, studs, nuts and bolts used for external connections shall beas per the relevant standards. Steel bolts and nuts exposed to atmosphere shall begalvanised or Cadmium plated and passivated.

5.1.3 Nuts, bolts and pins used inside the Reactors shall be provided with lock washers or

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 15 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

locknuts.

5.1.4 Exposed parts shall not leave pockets where water can collect.

5.1.5 Internal design of Reactor shall ensure that air/gas is not trapped in any location.

5.1.6 Facility shall be provided for lubrication of bearings and mechanisms.

5.1.7 Materials in contact with oil shall be such as not to contribute to the formation of acid inoil. Surface in contact with oil shall not be galvanised or cadmium plated.

5.1.8 Labels, indelibly marked, shall be provided for all identifiable accessories like relays,switches, fans, current transformers etc. All label plates shall be of non-corrodible material.

5.1.9 All internal connections and fastenings shall be capable of operating under overloads andover-excitation allowed as per specified standards without injury.

5.1.10 Flanges, bushing turrets, etc. in high current exposed zones shall be of non-magneticmaterial.

5.1.11 Painting:

a) Manufacturer’s standard paint systems shall be furnished along with the bid. High quality,modern environment friendly paint systems shall be proposed. The detailed paintingprocedure shall also be submitted along with the bid which shall be finalized before awardof contract. The quality of paint should be such that its colour does not fade during vapourphase drying process and shall be able to withstand temperature up to hot spot temperature.Manufacturer shall carry out painting of Reactors in accordance with the following chart.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 16 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

*indicates Sa 2 ½ as per Swedish Standard SIS 055900 of ISO 8501 Part-1.

b) Metal parts not accessible for painting shall be made of corrosion-resistant material.c) Radiator shall be hot dip galvanised and subsequently externally painted to match with the

Reactor.

5.2 ELECTRICAL AND PERFORMANCE REQUIREMENTS

5.2.1 Reactors shall be capable of operating continuously at a voltage 5% higher than its ratedvoltage without exceeding hot spot temperature of 130 deg C at any part of the reactor.

5.2.2 Shunt Reactors will be connected to the 400 kV transmission system for reactive loadcompensation and shall be capable of controlling the dynamic over voltage occurring in thesystem.

5.2.3 Typical line parameters of 400kV transmission lines are given below:

Sr.No.

Line Positive sequenceimpedance, ohms/ km

Zero sequenceimpedance, ohms/ km

Suceptance, mhos/ km

1 400kV D/CLine

0.0265+j0.309 0.263+j1.1326 3.69x10-6 2 .17x10-6

2 400kV S/CLine

0.0264+j0.3294 0.2015+j1.095 3.356x10-6 2.646x10-6

PART’S NAMESURFACEPREPARATION

PRIMER COAT INTERMEDIATEUNDERCOAT

FINISHCOAT

TOTALDRY FILMTHICKNESS

COLOURSHADE

Main Tank, Pipes,conservator tank,oil storage tanketc.(externalsurfaces)

Shot blastcleaning Sa2 ½ *

Epoxy basezinc primer(30-40 µm)

Epoxy high buildMicaceous ironoxide (HBMIO)(75 µm)

Aliphaticpolyurethane (PU)(Minimum50 µm)

Minimum155 µm

Shade 631of IS-5

Main Tank pipes(above 80 NB),conservator tank,oil storage tank etc.( Internal surfaces)

Shot blastcleaningSa 2 ½ *

Hot oilresistant, non-corrosivevarnish orpaint or epoxy

- - Minimum30 µm

WhiteFor paintonly

Radiator (externalsurfaces)

Chemical/Shot BlastcleaningSa 2 ½ *

Epoxy baseZinc primer(30-40 µm)

Epoxy base Zincprimer (30-40µm)

PU paint(Minimum50 µm)

(Minimum100 µm)

Shade 631of IS-5

Radiator and pipesup to 80 NB(Internal surfaces)

Chemicalcleaning, ifrequired

Hot oil proof,low viscosityvarnish

- - - -

Control cabinet /marshalling box

Seven tankprocess asper IS3618 & IS6005

Zinc chromateprimer (twocoats)

- Epoxypaint withPU top coat

Minimum80 µm

Shade 631of IS-5

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 17 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

5.2.4 Temperature rise shall be guaranteed when reactors are operating at 420 kV continuously.

5.2.5 The neutral grounding reactors are required for grounding of the neutral point of shuntreactors connected to lines to limit the secondary arc current and the recovery voltage to aminimum value.

5.2.6 Reactors are likely to be subjected to switching surge overvoltage of 2.5 p.u. and temporaryovervoltage of the order of 2.3 p.u. for few cycles followed by power frequency overvoltageup to 1.5 p.u. The reactor must withstand the stress due to above transient dynamicconditions which may cause additional current flow as a result of changed saturationcharacteristics/slope beyond 1.5 p.u. voltage.

5.2.7 DGA of oil will be periodically monitored by the PURCHASER and the interpretation ofDGA results will be as per IEC-60599/IEEE C57.104.

5.2.8 The maximum flux density in any part of the core and yokes, at normal voltage andfrequency shall be such that the flux density under overvoltage conditions as above shall notexceed the maximum permissible values for the type of core and yoke material used.

5.2.9 Reactors shall be designed to function continuously with 5% over voltage.

5.2.10 Reactors provided with natural cooling shall comply as regards rating, temperature rise andoverloads, with the appropriate requirements of applicable standard or as modified by thisdocument, when operating with natural cooling.

5.2.11 Design Review:

a) The Reactors shall be designed, manufactured and tested in accordance with the bestinternational engineering practices under strict quality control to meet the requirementstipulated in the technical specification. Adequate safety margin with respect to thermal,mechanical, dielectric stress etc. shall be maintained during design, selection of rawmaterial, manufacturing process etc so that the Reactor provide long life with leastmaintenance. Design reviews shall be conducted by PURCHASER or an appointedConsultant at different stages for all Reactors covered under this specification, however theentire responsibility of design shall be with the CONTRACTOR.The design review will commence after placement of award with successful bidder and shallbe finalised before commencement of manufacturing activity. These design reviews shall becarried out in detail to the specific design with reference of the Reactors under scope of thisspecification. PURCHASER may visit to the manufacturer’s works to inspect design,manufacturing and test facilities and manufacturer shall arrange for photographs of Reactorunder various stages of manufacturing.The design review shall be conducted generally following the “Guidelines for conductingdesign reviews for Transformers 100 MVA and 123kV and above” prepared by Cigre SC 12Working Group 12.22.The CONTRACTOR will be required to demonstrate the use of adequate safety margin for

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 18 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

thermal, mechanical, dielectric and vibration design etc. to take into account theuncertainties of his design and manufacturing processes.

The scope of such a design review shall at least include the following:1. Core and magnetic design including spacers and bonding material2. Winding and tapping design3. Short-circuit withstand capability4. Thermal design including review of localised potentially hot areas.5. Cooling design including verification of fans and oil pumps for various

Operating conditions.6. Overload capability7. Eddy current losses and arrangement of flux shields8. Seismic design calculations & requirement fulfilment9. Insulation co-ordination10. Tank and accessories

i. Tank Designii. Bushings and barrier designiii. Protective devicesiv. Radiatorsv. Sensors and protective devices–its location, fitment, securing and level of

redundancy.vi. Oil and oil preservation system

11. Corrosion protection12. Electrical and physical Interfaces with other related plant systems13. Earthing14. Processing and assembly15. Testing capabilities16. Inspection and test plan17. Transport and storage18. Sensitivity of design to specified parameters19. Acoustic Noise and vibration controlling measures20. Spares, inter-changeability and standardization21. Maintainability22. Leakage flux collectors23. Layout review to meet site layout requirement and meet ventilation, fire and

electrical clearances requirement as per Standards.24. Fire protection system design requirements.

b) The Reactors are generally provided with various types of protections so as to prevent theReactors from fault conditions and transients power system. The contractor shall study theprotection criteria and shall submit a suitable protection scheme including the appropriatesettings so as to protect the Reactors from fault conditions.

c) Contractor shall workout alarm and trip points, various operator actions required duringdifferent scenarios etc. Provisions shall be made for in service inspection, testing and

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 19 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

maintenance in the design and they shall be indicated in the manuals.

5.2.12 All rated quantities subject to the Contractor’s guarantees shall be within the tolerancesgiven in applicable standards / as modified in this specification.

5.3 CORE

Reactor core shall be of gapped core construction and the following requirements need to beconsidered:

5.3.1 The magnetic circuit shall be constructed from high grade, cold rolled non-ageing, grainoriented silicon steel laminations. The ceramic or any other material used as spacers instacked core legs of Reactors shall have high temperature withstand capability and shall bemechanically stable material. The bonding material used in Reactor core construction shallbe of high quality to provide intended design life under maximum temperature operatingcondition. CONTRACTOR shall present details of core constructions and materialcharacteristics at the time of design review.

5.3.2 The laminations shall be free of all burrs and sharp projections. Each lamination shall havean insulating coating resistant to the action of hot oil.

5.3.3 The core construction shall be of five limbs with internal core limbs of gapped type for allshunt reactors.

5.3.4 The insulation structure for the core to bolts, core to tank, core to clamp plates and clampplates to tank shall be such as to withstand a voltage of 2 kV for one minute at factory andat site. In order to ensure prevention of multiple core earthing, core isolation test shall bedone during pre-commissioning stage. To facilitate above, the core earthing has to bebrought outside the tank with bushing (17.5 kV, 250 Amps) or any other provision shall bemade for measurement of core IR without disturbance to oil system and tank openingrequirement.

5.3.5 All steel sections used for supporting the core shall be thoroughly shot/Grit blasted, aftercutting, drilling and welding.

5.3.6 The design of the magnetic circuit shall be such as to avoid development of short circuitpaths within itself or to the earthed clamping structure and production of flux component atright angles to the plane of laminations which may cause local heating. The temperature ofany part of the core or its support structure in contact with oil shall not exceed 120 deg C

5.3.7 The finally assembled core with all the clamping structures shall be free from deformationand shall not excessively vibrate during operation.

5.3.8 The core shall be provided with lugs suitable for lifting the complete core and coilassembly.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 20 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

5.3.9 Core and winding shall be capable of withstanding the shocks during transport, installationand service. Adequate provision shall be made to prevent movement of core and windingrelative to tank during these conditions.

5.3.10 The supporting frame work of the core shall be so designed as to avoid presence of pocketswhich would prevent complete emptying of the tank through drain valve or cause trappingof air during oil filling.

5.3.11 The Reactors shall be designed with particular attention to the harmonic voltages, especiallythe third and fifth, so as to eliminate any possibility of high frequency disturbances reachingsuch a magnitude as to cause interference with communication circuits.

5.4 INTERNAL EARTHING

5.4.1 All internal metal parts of the Reactor, with the exception of individual laminations andtheir individual clamping plates, shall be earthed at one point only.

5.4.2 The core shall be insulated from base of the tank. The magnetic circuit shall be connected tothe clamping structure at one point only. The top clamping structure shall be connected tothe tank by a copper strap through a disconnecting link. The disconnecting link shall belocated inside the tank beneath an inspection opening in the tank cover. The connection tothe link shall be on the same side of the core as the main earth connection to the tank. Thebottom clamping structure shall be earthed by one or both of the following methods :

a) By connection through vertical tie-rods to the top structureb) By a connection to the top structure on the same side of the core as the main earthconnection to the tank.

5.4.3 When the magnetic circuit is sub-divided by oil ducts or insulated barriers above 0.25 mmthick, tinned copper strip bridging pieces shall be inserted to maintain electrical continuitybetween segments of core. Core clamps and core bolts if used shall be insulated from thecore by class B insulation such as flexi glass etc.

5.4.4 Unless otherwise approved, no core earthing connection shall be of size less than 80 sq.mm. copper with the exception of the connections inserted between laminations which maybe reduced to a cross sectional area of 20 sq. mm. tinned copper. Sizes given are indicativeand shall be reviewed during detailed engineering stage.

5.5 WINDINGS

5.5.1 The conductors shall be of electrolytic grade copper, free from scales and burrs. Thecontractor shall ensure that windings for 400 kV class Reactors shall be made in total dustproof and conditioned atmosphere. The bidder shall furnish details of the facilities availableat his works along with the bid

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 21 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

5.5.2 Windings shall be subjected to shrinking and seasoning process, so that no further shrinkageoccurs during service. Adjustable devices shall be provided for taking up possible shrinkagein service.

5.5.3 Coils shall be supported at frequent intervals either by means of wedge type insulationspacers permanently secured in place or by means of synthetic resin bonded paper cylinders.These coil supports shall be so arranged to ensure proper oil circulation. To ensurepermanent tightness of winding assembly, the insulation spacers shall be dried andcompressed at high pressure before use.

5.5.4 All low voltage windings for use in the circular coil concentric winding shall be wound on apreformed insulating cylinder for mechanical protection of the winding in handling andplacing around the core.

5.5.5 Varnish application on coil windings may be given only for mechanical protection and notfor improvement in dielectric properties. In no case varnish or other adhesive be used whichwill seal the coil and prevent evacuation of air and moisture and impregnation by oil.

5.5.6 Coil clamping rings shall be of non-magnetic metal or of a suitable insulating material.

5.5.7 Windings shall not contain sharp bends which might damage the insulation or produce highdielectric stresses. No strip conductor wound on edge shall have width exceeding six timesthe thickness.

5.5.8 Brand new materials used in the insulation and shall be of Class A. The materials shall beinsoluble, non-catalytic and chemically inactive in the hot Reactor oil, and shall not soften,ooze out, shrink or collapse or be otherwise affected under the operating conditions.

5.5.9 All threaded connections shall be locked. Leads from the winding to the terminal board andbushings shall be fully insulated and rigidly supported to prevent injury from vibration.Guide tubes shall be provided wherever practicable.

5.5.10 Windings and connections shall be braced to withstand shocks during transport, shortcircuits, back charging and seismic forces. Coils shall be made up, shaped and braced toprovide for expansion and contraction due to temperature changes.

5.5.11 Permanent current carrying joints between sections of the windings and leads shall bewelded or brazed. Mating faces of bolted connections shall be appropriately finished andprepared for achieving good, long lasting, electrically stable and effective contacts.Clamping bolts for current carrying parts inside oil shall be made of oil resistant materialwhich shall not be affected by acidity in the oil. Steel bolts, if used, shall be suitably treated.

5.5.12 The terminals of all windings shall be brought out of the tank through bushings for externalconnections.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 22 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

5.5.13 The conductors shall be transposed at intervals in order to minimise eddy currents andequalise the distribution of currents and temperatures along the windings.

5.5.14 Measures shall be taken to distribute the lightning and switching surges uniformly along thewinding. CONTRACTOR shall bring out in his tender the design features incorporated toachieve the same.

5.5.15 Preferably, there shall not be any joint in the copper conductor used for making the coil.Joint shall not be there within drum and joints shall be provided only when essential.Procedure for jointing shall be subject to NPCIL approval.

5.5.16 An electrostatic shield made from material that will withstand the mechanical forces will beused to shield the high voltage windings from the magnetic circuit unless otherwiseapproved.

5.5.17 The insulation of windings and connections shall be free from insulating components whichare liable to soften, ooze out, shrink or collapse shall and be non-catalytic and chemicallyinactive in oil during service.

5.5.18 Coil assembly and insulating spacer shall be so arranged as to ensure free circulation of oiland to reduce the hot spots of the winding.

5.6 CORE AND COIL ASSEMBLY

5.6.1 The completed core and coil assembly of the core type units shall be so assembled that theaxis and plane of the outer surface of the coil stack shall not deviate from the vertical planeby more than 25mm.

5.6.2 The core and coil assembly shall be so securely fixed in the tank that shifting will not occurduring transport or short circuits.

5.6.3 The completed core and coil assembly shall be dried in vacuum at not more than 0.5 mm ofmercury absolute pressure and shall be immediately impregnated with oil after the dryingprocess to ensure the elimination of air and moisture within the insulation. Vacuum may beapplied in either vacuum oven tank or in the reactor tank. Solvent based vapour phase dryout shall be the preferred process. CONTRACTOR shall clearly bring out in his tender themethod of drying of the windings.

5.6.4 The frame work and clamping arrangements shall be securely earthed in accordance withclause 5.4.0 above.

5.6.5 Coil clamping rings of metal at earth potential shall be connected to the adjacent coreclamping structure on the same side as in main earth connection as described in clause 5.4.2above.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 23 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

5.7 TANK

5.7.1 Conventional Tank with welded cover shall be fabricated from tested low carboncommercial grade structural steel of adequate thickness shall be provided.

5.7.2 Tank together with radiators, coolers, bushings, vessel and other fittings shall be designedto withstand without permanent distortion the following conditions:

a) Full vacuum of 760 mm of Hg. for filling with oil by vacuum.b) Internal gas pressure of 0.35 kg/sq.cm (g) with normal head of oil or 2 times the

normal head of oil whichever is lower.c) Mechanical shocks during transport.d) Short circuit forces.e) Seismic forces.

5.7.3 The external surface of the top tank cover shall be suitably sloped to avoid accumulation ofwater. The internal surface of top cover shall be shaped to ensure efficient collection anddirection of free gas to the Buchholz relay.

5.7.4 Manholes with bolted covers of adequate size shall be provided for easy access to the lowerends of bushings, tap changers and to permit replacement of auxiliaries. The inspectioncovers shall not weigh more than 25 kg. Handles shall be provided on the covers to facilitatelifting.

5.7.5 Adequate space shall be provided at the bottom of the tank for collection of sediments.Sludge valve at bottom most point of tank to be provided for easy flush out of sludge duringmaintenance.

5.7.6 The Reactor base shall be designed to permit skidding of the complete Reactor unit in anydirection, when using plates or rails.

5.7.7 Necessary measures shall be adopted like increased clearances and provision of magneticflux shunts and non-magnetic inserts to minimise eddy current losses and heating of tank atvarious locations.

5.7.8 The material used for gaskets shall be as per IS-4253. Gasketted joints for tank and manholecovers, bushings and other bolted attachments shall be so designed that the gasket will notbe exposed to weather. If gaskets are compressible, metallic stops shall be provided toprevent over-compression. Shipping gaskets shall be replaced by new gaskets duringerection. The gasket material shall be designed in a manner that it shall not deteriorate dueto operation of reactor up to a temperature equal to the hot spot temperature.

5.7.9 Bushing turrets, covers of inspection openings, thermometer pockets etc. shall be designedto prevent ingress of water into or leakage of oil from the tank.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 24 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

5.7.10 Tank shall be provided with valves as per specifications given.

5.7.11 Tank shall be provided with minimum 2 Nos PRDs which shall operate at a pressure belowthe test pressure for the tank and radiators. PRDs shall be mounted directly on the tank.

5.7.12 All welding works shall be performed according to a qualified Welding Specification andshall be performed by qualified welders. Welding shall be subjected to NDT as detailed inthe QAP.

5.7.13 DP test shall be carried out on welded parts ofa) Jacking bossesb) Lifting lugsc) All other load bearing members.

5.7.14 Dimensions of the tank, internal clearances and design of internal shunts shall be designedin a manner so that no un-acceptable hot spots having un-acceptable temperatures areobserved during the testing and during service life of the Reactors.

5.7.15 Tank stiffeners shall be provided for general rigidity and these shall be designed to preventretention of water. The shunt reactor tank shall have either bolted/welded joint. In case thejoint is welded it shall be provided with flange suitable for repeated welding. The joint shallbe provided with a suitable gasket to prevent weld splatter inside the tank. Proper tankshielding shall be done to prevent excessive temperature rise of the joint.

5.7.16 All seams and those joints not required to be opened at site shall be factory welded, andwherever possible they shall be double welded. After completion of tank and beforepainting, dye penetration test shall be carried out on welded parts of jacking bosses, liftinglugs and all load bearing members. The requirement of post weld heat treatment oftank/stress relieving shall be based on recommendation of BS-5500 table 4.4.3.1.

5.7.17 All bolted connections shall be fitted with weather proof, hot oil resistant, resilient gasket inbetween for complete oil tightness. If gasket is compressible, metallic stops/other suitablemeans shall be provided to prevent over compression. All gasketed joints shall be designed,manufactured and assembled to ensure long-term leak and maintenance free operation.Details of all gasketed joints shall be submitted for approval.

5.7.18 To avoid localized overheating at bushing turrets and tank joints, suitable measures shall beadopted and same will be reviewed during design review.

5.7.19 Unless otherwise approved, metal plate, bar and sections for fabrication shall comply withBS-4360 / IS 2062). The components and fitting associated with reactor are subject toPURCHASER’s approval and design review.

5.7.20 The tank shall be designed in such a way that it can be mounted on the plinth directly. Thebase of each tank shall be so designed that it shall be possible to move the complete reactor

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 25 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

unit by skidding in any direction without injury when using plates or rails.

5.7.21 TANK COVER

a. The tank cover shall be fitted with pockets at the position of maximum oil temperature atmaximum continuous rating for bulbs of oil and winding temperature indicators. It shall bepossible to remove these bulbs without lowering the oil in the tank. The thermometer shallbe fitted with a captive screw to prevent the ingress of water.

b. Bushing turrets, covers of inspection openings, thermometer pockets etc. shall be designedto prevent ingress of water into or leakage of oil from the tank.

c. The reactor shall be provided with a nozzle of 100 mm nominal diameter with pipe flangewith bolted blanking plate, gasket and shall be fitted at the highest point of the reactor formaintaining vacuum in the tank during servicing.

d. Currents flowing in tank cover and bushing turrets: To allow for the effect of possibleinduced and capacitive surge current, the tank cover and bushing turret shall be fixed to thereactor in such a way that good electrical contact is maintained around the perimeter of thetank and turrets.

5.8 VALVES

5.8.1 Each Reactor tank shall be provided with following valves on the tank :

a. Buchholz relay shut-off valve – 01 No.b. Conservator shut-off valve at Conservator end – 01 Noc. Conservator drain valve – 01 No.d. Gas collection valve – 01 Noe. Oil drain valve – 01 Nof. Radiator shut-off valves (Top & bottom)g. Oil shut-off valvesh. Oil reverse flow blocking devicesi. Fill & filter valves – Top & bottom – 02 Nosj. Sampling valves – 02 Nosk. Valve for vacuuming Top – 02 Nosl. Valve for vacuuming of Cooler circuitm.Valve for vacuuming of Conservatorn. Thermo-syphon filter shut-off valve – 02 Noso. Breather isolating valvep. Sludge collection valve at bottom most point of tankq. Adequate number of air release vents

5.8.2 Every valve shall be provided with a mechanical indicator to show the open and closedpositions and shall be provided with facility for padlocking in either open or closed position.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 26 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

All screwed valves shall be furnished with pipe plugs for protection. Locking of radiatorvalves operable with special Allen keys is also acceptable.

5.8.3 All valves shall be provided with flanges having machined faces drilled to suit theapplicable requirements. Oil-tight blank flanges shall be provided for each connection foruse when any radiator is detached and for all valves opening to atmosphere. If any specialradiator valve tools are required, the CONTRACTOR shall supply the same.

5.8.4 Conductive material like graphite shall not be used for packing/lubrication of valves. Allhardware used shall be cadmium plated/electro galvanized.

5.9 UNDER-CARRIAGE

The under-carriage of the Reactor shall have provision for detachable steel flanged wheels.Flanged wheels shall be spaced to allow movement on rails with rail gauge of 1676 mm.Wheels shall be provided with suitable bearings which will resist rust and corrosion and shallbe equipped with fittings for lubrications. It shall be possible to swivel the wheels in twodirections, at right angles to or parallel to the main axis of the Reactor, thereby permittingmovement in two directions. The Wheels will be swivelled after jacking the Reactor and theyshall be lockable in the two positions.

5.10 REACTOR COOLING EQUIPMENT

5.10.1 Oil Natural Air Natural (ONAN) coolers for Reactors:

5.10.1.1 The CONTRACTOR shall design the cooling system in such a manner that temperaturerise as specified of Reactor shall be achieved with ONAN cooling.

5.10.1.2 The radiator banks shall be separately mounted for shunt Reactors. For Neutral Reactorsradiators can be separately mounted or tank mounted. The radiator banks shall bedetachable type with bolted and gasketted flanged connections. The complete coolingequipment capacity shall be divided into number of radiator banks.

5.10.1.3 Radiators shall be made from pressed steel. The radiator shall be hot dip galvanised typeand shall meet highest standard of quality galvanisation to provide rust free service life of40 years.

5.10.1.4 Radiators, & valves shall be designed to withstand full vacuum and the pressureconditions specified for the tank. They shall be so designed as to avoid pockets in whichmoisture may collect, to completely drain oil into the tank and to prevent formation ofgas pockets when the tank is being filled.

5.10.1.5 The clearance between all pipe work and live parts shall be more than the clearance forlive parts to earth.

5.10.1.6 The cooling system for each Reactor shall be independent and complete in itself. Each

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 27 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

radiator bank shall be detachable and shall be provided with flanged inlet and outletbranches. The following accessories shall be provided for each radiator:

a) Shut-off valves with locking facility and blanking plates on at each point ofconnection.

b) Lifting lugs.c) Top oil filling plug, Min. 20 mm size.d) Air release plug at top.e) Oil drain valve at bottom, 20 mm size.f) Thermometer pocket (with captive screw cap) on inlet & outlet side of separately

mounted radiators.Expansion joint, if required, shall be provided on top and bottom cooler pipeconnection.

5.10.2 OIL

5.10.2.1 Required quantity of new, un-inhibited, Naphthenic based EHV grade transformer oilrequired for first filling and topping up till the completion of warranty period shall besupplied in effectively sealed non-returnable containers.

5.10.2.2 Supply of Oil required for flushing of storage tank, flushing of filter machine etc, oilrequired for testing and other wastages that may occur at site till handing over shall be inthe scope of contractor.

5.10.2.3 The characteristics of EHV grade transformer oil shall be as per Annexure A.

5.10.2.4 Entire quantity of oil shall be procured and supplied from one manufacturer only.

5.10.2.5 Tests on oil samples shall be performed as identified in QAP and applicable standards.

5.10.2.6 Moisture content in the solid insulation

Contractor shall demonstrate by suitable means that the moisture in the solid insulationsystem of reactors is less than 0.5%by weight. Details of the method proposed and itsbasis shall be subjected to review and approval of PURCHASER.

5.11 BUSHINGS

5.11.1 BUSHINGS FOR SHUNT REACTORS :

5.11.1.1 The electrical and mechanical characteristics of bushings shall be in accordance with IS-2099, IS-3347, and IS-12676. Liquid /oil filled condenser type (with draw lead) bushingsfor 420 kV and 145 kV side shall be equipped with liquid level indicators and means forsampling and draining the liquid. The angle of inclination to vertical shall not exceed 30degrees. LV bushings shall be OIP condenser type mounted on non-magnetic turrets.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 28 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

5.11.1.2 Oil in oil-filled bushings shall meet the requirements of the transformer oil properties asper IS-335.

5.11.1.3 420 kV and 145 kV bushings shall be with a central tube and draw-in conductor, whichshall be connected to the connector housed in the helmet of the bushings.

5.11.1.4 Condenser type bushings shall be provided with:a) Oil level gaugeb) Oil filling plug & drain valve (if not hermetically sealed)c) Tap for capacitance & tan delta test.

5.11.1.5 Stress rings and lower end shields shall be of copper.

5.11.1.6 Bushing mounted Current Transformers shall be provided. The bushing shall be soarranged that it can be removed without disturbing the current Transformers andsecondary terminals.

5.11.1.7 The material of palm of bushings shall be tinned copper.

5.11.1.8 Clamps and fittings shall be of hot dip galvanized steel or of stainless steel.

5.11.1.9 Installation procedures for the various voltage class bushings shall be clearly brought outin the instruction manual. All bushings of identical rating shall be interchangeable. SpareBushings shall be specially packed which shall be suitable for long storage.

5.11.1.10 All porcelain used in bushings shall be homogeneous, non-porous, uniformly glazed tobrown colour and free from blisters, burns and other defects.

5.11.1.11 Bushing Turrets shall be provided with vent pipes which shall be connected to route anygas connection through the Buchholz relay.

5.11.1.12 Bushings shall be so located on the Reactors that full flashover strength will be utilisedand minimum clearances as required for the BIL shall be realised between live partsand live parts to earthed structures as per site conditions.

5.11.1.13 Bushings shall be suitable for seismic duty.

5.12 CURRENT TRANSFORMERS:

5.12.1 Current transformers shall comply with IS:2705/IEC-60185 and other specifiedstandard. The CT characteristics required for the protection shall be matched byCONTRACTOR and same are subject to Purchaser’s approval.

5.12.2 It shall be possible to remove turret mounted CT's from the Reactor tank, without

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 29 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

removing the cover. Necessary precautions shall be taken to minimize eddy currents andlocal heat generated in the turret.

5.12.3 All secondary leads, including tappings, shall be brought to a weather-proof outlet boxnear the bushing and finally terminated in the marshalling box using separate cables foreach core.

5.12.4 Bushing CT name plate shall be mounted on the equipment tank adjacent to the terminalbox.

5.12.5 All air-cooled/air-insulated CT and potential transformers shall be provided withminimum class 'B' insulation and temperature rise limits shall consider the ambienttemperatures to which they are subjected during maximum ambient temperatureprevailing at site.

5.13 NEUTRAL TERMINATION

5.13.1 The neutral of the Bus reactors shall be brought out through 145 kV class oil filledcondenser bushing and shall be solidly grounded to the earth. .

5.13.2 Design calculations shall be submitted to prove the capacity of the neutral connectingconductors for withstanding mechanical forces.

5.13.3 The arrangement of neutral formation and earthing connection shall be as per the detailsshown in the Switchyard drawing enclosed with this specification and shall be as perPURCHASER’s approved drawing.

5.13.4 The TENDERER shall provide necessary supporting structural steel members and otheraccessories based on the actual layout.

5.13.5 The neutral terminals shall be brought to the ground level by a brass/tinned coppergrounding bar, supported from the tank by using porcelain insulators. The end of thebrass/tinned copper bar shall be brought to the bottom of the tank, at a convenient point,for making bolted connection to two (2) 75 x 12 mm galvanised steel flats connected toPURCHASER’s grounding mat.

5.14 TERMINAL MARKINGS & RATING PLATES:

The terminal marking and their physical position shall be in accordance with IS:2026/IEC60076. Rating & diagram plate for reactors and current transformers shall be made ofmaterial capable of withstanding continuous outdoor service.

5.15 FITTINGS AND ACCESSORIES

The following fittings and accessories shall be provided with each shunt reactor and neutral

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 30 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

grounding reactor covered under this specification:

5.15.1 Each tank shall be provided with a minimum of four jacking pads in accessible position toenable the Reactor complete with oil to be raised or lowered using hydraulic jacks. Eachjacking pad shall be designed to support with an adequate factor of safety for at least half ofthe total mass of the Reactor filled with oil allowing in addition for maximum possiblemisalignment of the jacking force to the center of the working surface. Suitable haulageholes shall be provided.

5.15.2 Two numbers of Ladder assemblies shall be provided to reach the top of the Reactor formaintenance work. The ladders should be lockable type to prevent unauthorized use. Theladder size shall be 2 inch BSP pipe. The ladder supporting arms shall be of Min 2 inchesBSP pipe (for holding both hands). The rung plates shall be of MS and thickness of platesshall be minimum 12 mm with anti-skidding facility. Total no. of rungs and depth and widthof rung plates and ladder can be decided during detailed engineering.

5.15.3 Two earthing terminal pads each on bus reactor tank, radiators & marshalling box, SAstructures etc. Made of copper or other non-corrodible material shall be welded at suitablelocation. These pads shall have two M10 threaded holes at a center to center distance of37mm suitable for the PURCHASER'S earthing lugs.

5.15.4 CONSERVATORS:

Conservator for each reactor main tank with filling hole and cap, drain valve, isolatingvalve, vent pipe and magnetic oil level gauge with low level alarm contacts shall beprovided.

The conservators shall be of sufficient volume to maintain the oil seal from the minimumambient temperature of 0 deg C up to an oil temperature of 105 deg C, with oil level varyingwithin the minimum and maximum visible levels. The volume of filled oil in conservatorshall be as follows:i) 1/3 level at 30 deg C.ii) 1/2 level at 50 deg C.iii) 3/4 level at 75 deg C.The conservator shall be provided with the following accessories:

a) Filling plug, sump and drain valve of 15 mm size for conservator of size 650 mm and 25mm size for conservator above 650 mm diameter.

b) 250 mm diameter magnetic type oil level gauge with low-level alarm contacts. The gaugeshall be mounted such that the dial is at 15 deg. angle to the vertical. Rating of the contactsshall be 1.0 A making and 0.5 A breaking at 220 V DC.

c) A bolted cover at one end for cleaning.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 31 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

d) Dehydrating Filter BreathersConservator shall be fitted with a dehydrating filter breather. Two number of breathers (ofidentical size) for main tank conservator shall be connected with isolating valves

e) A flexible oil resistant air bag shall be provided in the conservator to prevent the air fromcoming into contact with the oil. The air bag shall be designed to withstand repeatedexpansion and contraction due to changes in the oil level. The temperature of oil is likely torise up to 100 deg C during operation. As such air cell used shall be suitable for operatingcontinuously at least at 100 deg C. Air cell of conservator shall be able to withstand thevacuum during installation/maintenance periods. Otherwise provision shall be kept to isolatethe conservator from the main tank when the latter is under vacuum by providing a vacuumsealing valve or other suitable means in the pipe connecting main tank with the conservator.The Reactor manual shall give full and clear instructions on the operation, maintenance,testing and replacement of the air cell. It shall also indicate shelf life, life expectancy inoperation, the recommended replacement intervals and the supplier. To prevent oil fillinginto the air cell, the oil filling aperture shall be clearly marked. The connection of air cell tothe top of the conservator is by air proof seal preventing entrance of air into the conservator.

f) The conservator shall be fitted with integral lifting lugs in such a position so that it can beremoved for cleaning purposes. Suitable provision shall be kept to replace air cell andcleaning of the conservator wherever applicable.

g) Conservator shall be positioned so as not to obstruct any electrical connection to Reactor.Pipe work shall neither obstruct the removal of tap changers for maintenance or the openingof inspection or manhole covers.

h) Pipe work connections shall be of adequate size for their duty and as short and direct aspossible. Only reduced elbows shall be used.

i) The feed pipe to the Reactor tank shall enter the Reactor cover plate at its highest point andshall be straight for a distance not less than five times its internal diameter on the Reactorside of the Buchholz relay, and straight for not less than three times that diameter on theconservator side of the relay.

j) This pipe shall rise towards the oil conservator, through the Buchholz relay, at an angle ofnot less than 5 degree.

k) The conservator tank shall be stenciled on its underside with the words “Caution: Air cellfitted”. Lettering of at least 150 mm size shall be used in such a way to ensure clearlegibility from ground level when the reactor is fully installed.

5.15.5 Gas and Oil Actuated Relay (Buchholz Relay) :

Reed type (magnetically operated switches) gas and oil relay suitable for specified seismiczones shall be provided. All gas evolved in the Reactor shall collect in this relay. The relay

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 32 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

shall be provided with a test cock suitable for a flexible pipe connection for checking itsoperation. A 5 mm copper pipe shall be connected from the relay test cock to a valvelocated about 1.25 m above ground level to facilitate sampling with the Reactor in service.The device shall be provided with two electrically independent ungrounded contacts, onefor alarm on gas accumulation and the other for tripping on sudden rise of pressure. Thecontacts shall be rated minimum 1.0A making and 0.2A breaking at 220V DC. Thesecontacts shall be wired up to the marshalling box. The relay shall be provided with shut-offvalves (80mm size) on the conservator side as well as the tank side.

5.15.6 Temperature Indicators:

5.15.6.1 Dial Type Oil Temperature Indicators (without mercury switches) :

Reactors shall be provided with a 150 mm dial type thermometer for top oil temperatureindication, calibrated for complete range of measurement .The thermometer shall haveadjustable, electrically independent ungrounded alarm and trip contacts, maximum readingpointer and resetting device. The contacts shall be rated minimum 1.0A making, 0.5Abreaking at 220V DC and 5A breaking at 240V AC.

5.15.6.2 Winding Temperature Indicator (without mercury switches):

A device for measuring the hot spot temperature of the winding shall be provided. It shallcomprise the following:

a) Current Transformerb) Image coilc) Temperature sensing elementd) 150 mm dia. local indicating instrument with four adjustable electrically

independent ungrounded contacts, two for control of cooling equipment and twofor winding temperature alarm and trip. The contacts used for control of coolingequipment shall have required rating. However, minimum rating of all contacts shallbe 1.0A making and 0.2A breaking at 220V DC.

e) A pointer to register the highest temperature reached and capable of being resetwithout tools.

f) Calibration device.g) Automatic ambient temperature compensation system.

5.15.7 The following remote indication equipment shall be provided :

4-20mA current signals proportional to the winding hot spot temperature and top oiltemperature shall be provided in the marshalling box for PURCHASER’s DataAcquisition System. Signal source shall be capable of feeding current through anexternal impedance of 750ohm.

5.15.8 All trip and alarm contacts meant for Purchaser’s use shall be wired to the marshalling

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 33 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

box.

5.15.9 A thermosiphon filter with isolating valves, necessary piping, supports etc. shall beprovided for reactors for keeping dryness/improving the dryness of the Reactor insulationby natural circulation of oil through filters.

5.15.10 Pressure Relief Devices:

Adequate number of pressure relief devices but at least 2 numbers, mounted on the tankshall be provided for relieving pressure within the Reactor. The device shall operate at astatic pressure less than the hydraulic test pressure of the Reactor tank an oil splash guardshall be provided to restrict spillage of hot oil. A pipe with proper support arrangementshall be provided to collect spilled hot oil, shall be prevented from spraying on tank andthis oil to be discharged to soak pit. The device shall be rain- proof and shall be providedwith a device visible from ground to indicate operation. The pressure relief device shallbe equipped with remote monitoring/ alarm contacts. The contacts shall be ratedminimum 1.0A making and 0.2A breaking at 220V DC.

5.15.11 Rain Hood shall be provided for shielding terminals of Buchholz relay, MOLG, PRDsand Marshalling Box from water.

5.15.12 The fittings listed above are only indicative and other fittings, which generally arerequired for satisfactory operation of the Reactor, are deemed to be included.

5.16 MARSHALLING BOXES

5.16.1 Outdoor type marshalling boxes made of sheet steel with suitable construction for thereactor ancillary apparatus shall be of vermin, dust and weatherproof construction withdegree of protection for enclosure as IP55 or better. If the marshalling box is tankmounted type, suitable anti-vibration pads shall be provided so that vibration from tank isnot transferred to the marshalling box the steel sheets shall be at least 2.5 mm thick hotrolled or 2 mm thick cold rolled. Top surface shall be sloped. Gland plate shall be atleast 600mm above the ground level all the terminals for remote indication shall be wiredup to the marshalling box from the reactor accessories. Necessary shorting of CTsecondary terminals shall be done at the marshalling box.

5.16.2 The marshalling box shall accommodate the following :a) Temperature indicator for winding and oil,b) Terminal blocks and gland plates for incoming and outgoing cables.

A glass window shall be provided on the door of the marshalling box to enable readingof temperatures without opening the door. The temperature indicator shall be so mountedthat the dials are about 1200 mm above ground level. Glass doors of suitable size shall beprovided for convenience of reading.

5.16.3 Each Reactor shall be provided with independent marshalling box.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 34 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

5.16.4 A space heater with thermostat control and cubicle lighting with ON-OFF switch shall beprovided. It shall be so designed that with the space heater switched on continuously, thetemperature inside the marshalling box does not exceed the safe operating limits at theservice conditions.

5.16.5 Marshalling box shall have sloping roof. It shall have double hinged doors and shall beprovided with locking arrangement.

5.16.6 All doors, removable covers and plates shall be gasketed all round with neoprenegaskets.

5.17 WIRING AND CABLING

5.17.1 All power, control and instrumentation cables supplied and installed under this contractshall be of the following type :

a) All control cables shall be 1100V grade, 2.5 sq.mm multi-core, stranded copperconductor, PVC insulated, FRLS PVC sheathed.

b) All instrumentation cables shall be 650V grade, twisted multi-pair shielded and with 1.5sq.mm tin coated, annealed copper conductor, PVC insulated, FRLS PVC sheathed.Sizes of all power cables selected shall be subject to the Purchaser’s approval duringdetail engineering.

5.17.2 All wiring/cabling among marshalling boxes, and local equipment/instruments/deviceson the Reactor shall be arranged by CONTRACTOR. Wiring shall be through suitableconduits.

5.17.3 All signal outputs meant for Purchaser’s use, shall be marshalled to marshalling box soas to enable the PURCHASER to wire these alarm contacts along with other alarmcontacts from cooler control cabinet to remote using multi-core cables.

5.18 SEISMIC REQUIREMENT

a) Clamping devices shall be provided to arrest the movement of Reactors during anearthquake. For this purpose, suitable structural steel members shall be supplied andinstalled by the CONTRACTOR to equipment foundations. The clamping arrangementshall be so designed that the seismic events to the extent specified will not cause theReactor or clamping device as well as the bolts to be overstressed, there shall be nooverturning or movement of reactor. Bushings, and marshalling panels shall remainundamaged during a seismic event.

b) Devices that trip the Reactor (such as WTI, OTI, MOLG, Buchholz relay etc. shall bemounted on anti-vibration pad mounting arrangement.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 35 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

c) The Reactors and accessories together with their clamping/supporting structures shall bedesigned to safely withstand and satisfactorily operate after being subjected to theseismic acceleration at the ground level as per the ground response spectra given in IS-1893 and requirements given in IEEE-693. The various components of the Reactors(such as bushings, fixing arrangement for core in the tank, anchoring arrangement for theReactor with its foundation, buchholz relay, WTI, OTI, PRD, Conservator, etc.) as wellas auxiliary equipment (such as radiators, control cabinet, fans, etc.) shall be designedand qualified to withstand seismic acceleration as per the ground response spectra givenin IS-1893 for Zone-III and IEEE-693. Seismic Analysis and calculations as per IEEE-693 and IS for structural supports and foundation requirement shall be submitted forreview and approval.

5.19 SPACE HEATER

240V AC, 1-phase strip type space heaters of adequate capacity shall be provided insideeach MB in accessible location. Heaters shall be complete with rotary type 'ON-OFF'switch, HRC fuse on phase or a single-pole MCB with overload and short circuitprotection, link on the neutral and a thermostat to cut off the heaters with a variablesetting of 40 deg C to 60 deg C. All space heaters within each cabinet/marshalling boxshall be grouped and wired to TBs for Purchaser’s supply at one point.

5.20 INTERIOR LIGHTING AND RECEPTACLE

5.20.1 Marshalling Box shall be provided with a 240V, 1 phase, 50 Hz, preferably fluorescentlighting fixture for interior illumination controlled by an 'ON-OFF' switch and 240V, 1phase, 5/15 Amp. 6-pin receptacle. Power source for interior lighting and receptaclesshall be completely independent of control power source.

5.20.2 PURCHASER will provide a common power supply for interior lighting, receptacles andspace heaters.

5.21 TERMINATION

5.21.1 Terminal blocks shall be stud type terminals of 650V grade, 10 Amps rated, one piecemoulded complete with insulated barriers with identification strips, except for incomingcontrol and space heater supply. For these, suitably rated terminal block shall beprovided subject to Purchaser’s approval Markings on the terminal strips shallcorrespond to wire numbers on the wiring diagrams.

5.21.2 Terminal block molding materials shall be self extinguishing or resistant to flamepropagations, substantially non-hygroscopic and shall not carbonise when tested fortracking. Proof of the above properties shall be submitted. The insulation between anyterminal and framework or between adjacent terminals shall withstand a test of 2kVRMS for one minute. The mouldings shall be mechanically robust to withstand handling

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 36 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

while making terminations.

5.22 WIRING COLOUR CODE:

The wiring shall conform to the following colour codes:Earth - Green24 V DC - Brown220 V DC Grey3 ph CT, PT & Power - Red, Yellow, BlueNeutral - Black

5.23 LABELS AND DIAGRAM PLATE5.23.1 All components of reactor shall be provided with individual labels with equipment

designation/rating. Also, the cabinet shall be provided on the front with ply lamicoid oranodized aluminium label having black letters engraved on white back ground with thedesignation of the cabinet as furnished by the PURCHASER. Size and wording of thelabels shall be subject to Purchaser's approval.

5.23.2 Inside the door a circuit diagram engraved on non-rusting metal/anodizedaluminium/PVC shall be fixed for reference.

5.24 TESTS & TEST REPORTS

Acceptance and routine tests for all supply equipments/component parts will besubjected to QAP as detailed and shall be carried out as per the relevant standards for therespective equipment. These test reports and available type test reports shall be submittedto the PURCHASER before dispatch of the equipment.

5.25 TRANSPORTATION

The Contractor shall be responsible to select and verify the route, mode of transportationand make all necessary arrangement with the appropriate authorities for thetransportation of the equipment as detailed in the tender specification.

6.0 INSPECTION AND TESTING:

6.1 This section covers the tests to be carried out on the Reactors and its major components inaccordance with latest IEC-60076-6, IS-5553 and CBIP at works before final dispatch ofequipment to site.

6.2 Tests for Main Equipment:The tests to be conducted are categorized as follows:

Description of test Category of testType test generally as per IS-5553/2026 /CBIP Category “A”Routine test generally as per IS-5553/2026/CBIP Category “B”

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 37 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

Special test generally as per IS-5553/2026/CBIP Category “C”NPCIL specific test as per PURCHASER’s requirement Category “D”

The Contractor shall conduct all the above mentioned category tests as detailed hereafter onthe Reactors and its auxiliary equipment as per Purchaser’s requirement. Broadly categoryA, B and C tests shall be done generally in accordance with IS-5553/2026 unless specificdata or additional requirements are detailed against the test in the Clause no. 6 or QAP. ForReactor tanks, conservators and radiators routine tests and type tests as per latest CBIP shallbe considered as Category B and Category A respectively. Any additional test as per IEC-60076-6 or any other standard, not falling under Type, routine or Special tests category asper IS-5553 or 2026, shall be under category D. Any stringent requirement for acceptancecriteria or test method due to revision in latest standards (IS or associated IEC or CBIP)shall be applicable as on the date of testing.

6.3 The routine tests are to be conducted on all Reactors (100%), whereas type and special typetests are to be conducted on one unit of each type of Reactor. NPCIL specific tests(Category “D”) are to be conducted as per PURCHASER’s requirement detailed in Clauseno. 6 and QAP. If valid Type test certificates conducted on any other identical Reactors areavailable, same shall be submitted to PURCHASER for review. In case of non-availabilityof valid Type test certificate, same shall be conducted, for which no separate price shall bepayable.

6.4 For all tests, detailed procedures including methods, circuits, expected results withtolerances, proposed instruments etc shall be submitted for Purchaser’s review andapproval. As a part of technical offer, bidder shall include a tabulation detailing varioustests on each type of equipment along with acceptance criteria and test values. Temperaturerise test shall be conducted on one unit of Bus Reactor The charges for conducting routine(Category B) and type tests (Category A) shall be included in the basic price of Reactors.

6.5 Special tests (Category C) are to be conducted on one unit bus of Reactor and charges forspecial tests are to be indicated separately. Similarly charges for NPCIL specific tests(Category D ) are to be mentioned separately.

6.6 DETAILS OF TESTS ON BUS REACTORS:

Sr No Test Categoryof test

Extent of test /Quantity per project

6.6.1 Measurement of Windingresistance as per IS-5553, IS-2026 and IEC60076-6

A / B 100% ( 1 No. OfBR)

6.6.2 a)Measurement of Insulationresistance and PI (10 minutes/1minute) value as per IS-5553/2026 and IEC-60076-6.

A / B 100%

b)Measurement of capacitance C 100%

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 38 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

& tan delta of windings as perIS-5553 and IEC-60076-6.

6.6.3 a) Measurement of reactance atrated voltage as per IS- 5553Part 2 and IEC-60076-6.

A /B 100%

b) Determination of linearity ofreactance as per IEC-60076-6

D 1 no. Of BR

6.6.4 Measurement of impedance ofcontinuous current, if applicableas per IS- 5553 Part 3 for NGR.

A / B NIL

6.6.5 a)Measurement of loss atambient temperature as per IS-5553 .

A / B 100%

b) Measurement of loss close toreference temperature duringtemp. rise test as per IEC-60076-6 Para 7.8.6.

D 1 Nos 125 MVARBR

6.6.6 Separate Source VoltageWithstand Tests on all windingsas per IS-5553 and IEC-60076-6para 7.8.10.2.

A / B 100%

6.6.7 a)Induced over voltagewithstand test (as per IS-5553/IEC 60076-3/IS-2026)

A / B 100%

b)ACLD (AC Long Duration)test as per IEC 60076-6 Para7.8.10.3 page 29

D 1 no. Of BR

c) ACSD (AC Short Duration)test as per IEC 60076-3 Para12.3.

D NA

6.6.8 a) Lightning impulse withstandtest as per IS-5553, IS-2026.

A / B 100%

b) The chopped lightningimpulse test as per IEC 60076-3Para 13,14

D 100%

6.6.9 Switching impulse test on ShuntReactors as per IS-5553, IS-2026/IEC-60076-3

A / B 100%

6.6.10 Measurement of voltage ratioand short circuit impedance onshunt Reactors with additionalloading winding as per IS-5553.

A / B NA

6.6.11 Temperature rise test as per IS-5553, IS-2026 and IEC-60076-6

A 1 Nos 125 MVARBR,

6.6.12 Measurement of Zero-sequence C 1 Nos 125 MVAR

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 39 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

impedance of three phase ShuntReactors as per IS-5553 andIEC60076-6.

BR,

6.6.13 Measurement of mutualreactance on three phase ShuntReactors as per IS- 5553 Part 2and IEC60076-6.

C 1 Nos 125 MVARBR,

6.6.14 a) Measurement of acousticsound level as per IS-5553 atambient temperature .

C 1 Nos 125 MVARBR,

b) Measurement of acousticsound level as per IEC-60076-6(close to service temperatureduring heat run test).

D 1 Nos 125 MVARBR,

6.6.15 Measurement of vibration andstress measurement on tank forShunt Reactors as per IS- 5553Part 2 and IEC-60076-6.

C 1 Nos 125 MVARBR,

6.6.16 Measurement of harmonics ofthe current as per IS-5553 andIEC60076-6.

C 1 Nos 125 MVARBR,

6.6.18 DGA of mineral oil used before& after heat run tests

C 1 Nos 125 MVARBR,

6.6.19 Short time current test andmeasurement of impedance atshort time current.

C NA

6.6.20 Partial Discharge measurementtest as per IS-2026 on ShuntReactors

D 1 Nos 125 MVARBR,

6.6.21 Frequency Response Analysison Shunt Reactors

D 100% (1 Nos 125MVAR BR)

6.6.22 Voltage-current characteristicstest on NGR up to Short timerated current

D 100%

6.6.23 Core isolation test :Test voltageshall be 2 kV for 1 min forShunt Reactors & NGR betweena)Core to tankb)Clamp plates to tankc) Core to Clamp plates.

D 100%

6.6.24 Measurement of Earth LeakageCurrent during power frequencytest and temperature rise testfrom all earthing terminal points

D 1 Nos 125 MVARBR,

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 40 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

like main tank, radiator banksetc to earth.

6.6. 25 Full vacuum test on Reactor tankat fabrication stage :Reactor tanks shall be designedfor full vacuum (760 mm ofmercury at sea level or thebarometric reading at thelocation of test) and shall betested at a maximum internalpressure of 3.33 kN/m2 (25mmof Hg) for one hour i.e. 760-25 =735 mm of Hg at sea level and(Barometric reading – 25 ) mm .at other locations as per CBIP-295.The permanent deflection of flatplates, after vacuum has beenreleased, shall be measured andshall not exceed values specifiedin the latest CBIP-295.

A (AsperCBIP)

1 Nos 125 MVARBR,

6.6.26 a) Air pressure Test on Reactortank at fabrication stage :The Reactor tank shall be testedfor leakage by being completelyfilled with air at a pressurecorresponding to twice thenormal head of oil or to normalpressure plus 35 kN /sq. m,whichever is lower for aminimum duration of one houras per CBIP method, duringwhich time no leakage shalloccur. The equivalent airpressure corresponding to oilpressure calculated at the base ofthe tank to be considered for airpressure test.The permanent deflection of flatplates shall be measured on onetank of each design (persupplier). After the excesspressure has been released, thedeflections shall not exceed thevalues specified as per the latest

A (AsperCBIP)

1 Nos 125 MVARBR,

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 41 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

CBIP-295.b) The conservator shall betested for leak test by fillingwith air at 35 kN/sq. m. Thepressure shall be maintained fora period of one hour duringwhich time leakage should notoccur.

6.6.27 Oil Leakage Test on completelyassembled Reactor (includingpipe work and coolingequipment and excluding PRD& Conservator)The main Reactor tank and alloil filled compartments shall befilled with Reactor oil andsubjected to a pressurecorresponding to twice thenormal head of oil or to normalpressure plus 35 kN /sq. m,which ever is lower measured atthe base of the tank and thepressure shall be maintained for8 hours during which nosweating shall occur. Thepermanent deflection of flatplates, after oil pressure testshall not exceed the valuesspecified in the latest CBIP-295.

A (AsperCBIP)

1 Nos 125 MVARBR,

6.6.28 Test on Reactor oil as perNPCIL specifications as perAnnexure A.

A/B As per Annexure A

6.7 TESTS ON COMPONENTS AND ACCESSORIES:

6.7.1 Components of main equipment offered should have been already typed tested and biddershall furnish type test reports before proceeding with manufacture. Type tests must not havebeen conducted earlier than five years from the date of opening of technical bids. In case thetype tests were conducted earlier than five years, such type tests shall be repeated by thesuccessful bidder free of cost before commencement of supply.

6.7.2 Tests on bushings and current transformers as per relevant standards.6.7.3 Calibration of oil temperature indicator, winding temperature indicator, Magnetic oil level

gauge, Buchholz relay etc.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 42 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

6.7.4 Full vacuum test on radiators shall be conducted for a duration of one hour; during whichtime no drop of vacuum shall be observed. This test shall be done on each type ofradiator.

The radiators shall be tested for leakage by placing them horizontally in a tank filled withclean water and applying air pressure at 2 kg/ sq cm for minimum of 15 min. during whichtime no leakage shall occur. This test shall be routine test for all Reactors.

The pipes shall be tested for leakage by applying air pressure at 4 kg/ sq cm for minimumof 15 min. during which time no leakage shall occur. This test shall be routine test for allReactors

6.7.5 All other tests for components shall be carried out as per QAP.

6.7.6 Following Pre-Shipment Checks At Manufacturer’s Works (To be done on all Reactors)

a) Dew point measurement of N2 at the time of filling & after 24 hours in Reactor tank.

b) Nitrogen gas tightness, pressure reading, availability of pressure gauge, availability of 2nos. reserve gas cylinders

c) Installation of impact recorder & functional check on the same in X,Y,Z direction

d) Check on completeness of dispatch able Reactor mounting of nitrogen gas cylinder andregularization of pressure.

e) Check for proper loading of Reactor on road trailer/railway wagon, proper bracing &anchoring.

f) Proper packing of accessories like coolers, bushings, breather, buchholz relay.Marshalling Box, Cooler pipes, radiators, valves, conservator etc.

6.7.7 Auxiliary Equipment

All other auxiliary shall be tested as per the relevant standards. Test certificates shall besubmitted for bought out items. High voltage withstand test shall be performed on auxiliaryequipment and wiring after complete assembly.

6.7.8 Test Reports

Three copies of test reports shall be submitted for Purchaser’s approval before dispatch ofReactor. And approved copies shall be included in the final documentation.

7.0 PACKING AND SHIPMENT

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 43 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

Reactors shall be appropriately packed so as to prevent damages during handling,transportation and storage at site. Materials shall be shipped only after duly inspected andcleared by NPCIL by issue of shipping release.

8.0 WARRANTEE AND GUARANTEE

Warrantee and guarantee shall be as stated in the General Conditions of the Contract attachedwith the tender.

9.0 QUALITY ASSURANCE PLAN

9.1 The general requirements regarding the general quality assurance, such as organizational setup for quality surveillance, qualification and experience details of personnel of qualityassurance department, QA manual, Mock up test procedure etc., are covered in Section C-0(Volume-I) and GCC.

9.2 Applicable quality plan for various equipment covered in this specification are given in theannexure to this section. Any deviations to the enclosed quality plan shall be brought out inthe offer clearly. BIDDER to indicate the sampling plan, Reference documents, Acceptancenorms, testing agency etc.

9.3 Scope and Purpose:

This document indicates the quality assurance requirements expected from the Contractor/Manufacturer of the equipment covered in this module. Subsequent to the placement ofPurchase order Contractor/ Manufacturer shall submit for purchaser’s approval, a qualityassurance plan in line with this document incorporating specific document numbers for“format of records”, “acceptance norms” and “reference documents”.

9.4 Abbreviations:

V Verified byP Performed byW Witnessed by (After lapse of due notice to NPCIL, manufacturer may proceed with

Manufacture)H Hold (Unless a written clearance is obtained from NPCIL, manufacturer shall not

Proceed to next stage)1 NPCIL QS2 Prime Supplier/ EPC Contractor3. Approved External Laboratory or Sub-Vendor QC (if vendor QC/facility not

Available)AD NPCIL Approved Document such as Tender Document, Purchase order, Drawings

& Test Procedures.TR Test ReportIR Inspection Report

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 44 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

PS Plant StandardIS Indian StandardsIEC International Electrotechnical Commission standards.SS Swedish Standards.ASTM American Standards for Testing Materials.IEEE Institute of Electronics and Electrical Engineers standards

9.5 NOTES:

Photographs of the REACTORS and their sub-assemblies will be taken by NPCIL during various stages ofmanufacturing, assembly and testing to facilitate maintenance at site and for information purpose.Continuous surveillance check will be done by NPCIL Engineer during manufacturing and testing of theREACTORS.Wherever V & W are both indicated, NPCIL QS to witness test or review TRs.All the important tests will be witnessed by NPCIL Engineering & Procurement group and clearance will begiven.TRs not more than five years old from date of purchase order shall be reviewed for acceptance. Otherwise testshall be carried out.Minor: The characteristic of a component, process or operation whose failure neither materially reduce theusability of the product in operation, nor does it affect the aesthetic aspects.Major: The characteristic of a component, process or operation whose failure may cause operation failurewhich cannot be readily corrected at site or cause substandard performance, increased erection andmaintenance cost, reduced life or seriously affect aesthetics or ergonomics.Critical: The characteristics of a component, process or operation failure of which will surely cause operatingfailure or intermittent troubles which is difficult to rectify at site or render the unit unfit for use or safetyhazards.“Failure” of a characteristics means failure to meet the “acceptance norms”.Sampling: Generally in accordance with IS:2500. If 100% “witness” is carried out by “Prime contractor”,NPCIL will witness on sample basis, or if 100% witness of tests is carried out by “Sub-Contractor”, “Primecontractor” will witness on sample basis.

Any deviation to this QAP shall be brought out by vendor in his offer failing which this QAP be complied with fully.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 45 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

QAP FOR SHUNT/ NEUTRAL GROUNDING/ BUS REACTORS

SL.No.

Components

Characteristic checked

Category

Methodof check

Extentofcheck

Referencedocument

Acceptance norm

Format ofrecord

AGENCY RemarkV P W H

1.0 RAWMATERIALS

All raw materials(copper, enamel andinsulating paper)shall be procuredfrom NPCILapproved sources &shall be certified byNPCIL beforetaking upmanufacturing ofCTC and all testcertificates for eachlot /supply shall besubmitted toNPCIL.

1.1 COPPERCONDUCTOR

Dimensionsand visualcontrol

Critical Measurement

Sampling

IS /PS IS /PS TC 3 1,2

Tensilestrength andelongation,proof stress

Major Mechanical

Sampling

IS /PS IS /PS TC 3 1,2

ElectricalResistivity/conductivity,breakdownvoltage onenamelledconductor

Major Elect. Sampling

IS /PS IS /PS TC 3 1,2

Conductorfinish

Major Visual Sampling

IS /PS IS /PS TC 3 1,2

Chemicalanalysis

Major Chemical

Sampling

IS /PS IS /PS TC 1,2

3

Insulation testbetweenstrands onfinishedconductor.

Major Elect. Sampling

IS /PS IS /PS TC 3 1,2

Enamelthickness

Minor Measurement

Sampling

IS /PS IS /PS TC 3 1,2

Verificationthat there is nojoint withinHV & LVDrum.

Major Verification ofRecords

Certificationbysupplier.

IS / PS IS / PS TR 3 1,2

Bonding ofpaper toconductor,flexibility andadherence ofenamelcovering

Minor Visual Inprocesscheck.

IS / PS IS / PS TR 3 1,2

1.2 Insulating paper

pH value ofpaper, density,moisturecontent

Major Chemical

OneSamplefromeachconsignment

IS /PS IS / PS TC 1,2

3

Electricstrength of

Major Elect. -Do- IS /PS IS / PS TC 1,

3

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 46 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

SL.No.

Components

Characteristic checked

Category

Methodof check

Extentofcheck

Referencedocument

Acceptance norm

Format ofrecord

AGENCY RemarkV P W H

paper in air,conductivity

2

Tensile /Burstingstrength ofpaper

Major Mechanical

-Do- IS /PS IS / PS TC 1,2

3

Thickness ofpaper

Major Measurement

-Do- IS /PS IS / PS TC 1,2

3

Reaction ofhot oil andpaper

Major Test -Do- IS /PS IS / PS TC 1,2

3

Ageing test onpaper

Minor Chemical

Random

IS /PS IS / PS TC 1,2

3

Physicalcondition andcleanliness

Major Visual Inprocesscheck

IS /PS IS / PS TC 1,2

3

pH ofAquesiousextract

Major Elect. Random

IS /PS IS / PS TC 1,2

3

Waterabsorption, airpermeability,ash content

Major Chemical

Random

IS /PS IS / PS TC 1,2

3

1.3 Papercoveredcopperconductor

Dimensionand visualcontrol

Critical Measurement

Eachdrum

IS /PS IS /PS TC 1,2

3

Tensilestrength &elongation andproof stress

Major Mechanical

OneSamplefromeachconsignment

IS /PS IS /PS TC 1,2

3

Electricalconductivityand resistance,breakdownvoltage onenamelledconductor,insulation teston bunchedconductor

Major Elect. -Do- IS /PS IS /PS TC 1,2

3

Conductorfinish

Major Visual Eachdrum

IS /PS IS /PS TC 1,2

3

Chemicalanalysis /composition

Major Chemical

OneSamplefromeach lot

IS /PS IS /PS TC 1,2

3

Bonding ofpaper toconductor,flexibility andadherence ofenamelcovering

Minor Visual Inprocesscheck

IS/PS PS TR 1,2

3

1.4 Insulation spacers,Ceramic

Dimensionand visualcontrol

Minor Measurement

OneSamplefrom

IS /PS IS /PS TC 1,2

3

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 47 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

SL.No.

Components

Characteristic checked

Category

Methodof check

Extentofcheck

Referencedocument

Acceptance norm

Format ofrecord

AGENCY RemarkV P W H

spacers,pressboardcylindersandinsulatingsupports

eachconsignment

Tensilestrength,elongation andoil absorption

Minor Mechanical

-Do- IS /PS IS /PS TC 1,2

3

Physicalcondition andcleanliness

Major Visual 100% IS /PS IS /PS TC 1,2

3

Electricalstrength in oil

Major Elect. OneSamplefromeachconsignment

IS /PS IS /PS TC 1,2

3

Density,thickness,moisturecontent,Cohesionbetween plies,compressibility, chemicalproperties, pHvalue,conductivity,shrinkage inair for PB

Minor Mechanical

-Do- IS /PS IS /PS TC 1,2

3

Reaction withhot oil

Major Chemical

OneSamplefromeachconsignment

IS /PS IS /PS TC 1,2

3

1.5 CRGOSiliconsheetsteellaminations

Continuoussurveillance check

will be done byNPCIL engineer.

Specific lossbefore andafter ageingtest

Critical Elect. -Do- IS /PS IS /PS TC 1 3 2

Stackingfactor

Major Measurement

Random

IS /PS IS /PS TC 1 3 2

Magnetizingcharacteristics/ Induction at800 A/m

Major Elect. Critical IS /PS IS /PS TC 1 3 2

Ductility Major Elect. Random

IS /PS IS /PS TC 1 3 2

Grade of steel& Thickness

Minor Measurement

Random

IS /PS IS /PS TC 1 3 2

Ageing test Major Chemical

Typetest

IS /PS IS /PS TC 1 3 2

Chemicalanalysis

Major Chemical

Random

IS /PS IS /PS TC 1 3 2

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 48 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

SL.No.

Components

Characteristic checked

Category

Methodof check

Extentofcheck

Referencedocument

Acceptance norm

Format ofrecord

AGENCY RemarkV P W H

Edge burr &Waviness

Critical Measurement

Random

IS /PS IS /PS TC 1 3 2

Insulationresistivity

Major Elect. Random

IS/PS IS/PS TC 1 3 2

Dimensions oflaminations

Minor Measurement

Random

IS /PS IS /PS TC 1 3 2

1.6 Mild steelplatesandsections

Chemical andmechanicalproperties(Tensilestrength andpercentageelongation)

Major Chemical

100%heatnumber

IS /PS IS /PS TC 1,2

3

Dimensions Major Measurement

100% IS /PS IS /PS TC 1,2

3

Identificationof certifiedraw materials

Major Chemical

100% IS /PS IS /PS TC 3 1,2

1.7 Weldingrequirements

WPS will beapproved byNPCIL. NPCILapproved electrodesto be used. Weldingelectrodes ofNPCIL (for theentire job) shall bestored separately.

Weldingprocedure &welder'squalification

Major Mechanical

100% IS /PS IS /PS TC 3 1,2

1

Mechanicaland Chemicalproperties ofelectrodes

Major Mechanical/Chemical

100% IS /PS IS /PS TC 3 1,2

1Visual checkson weldproperties andwelds

Minor Visual 100% IS /PS IS /PS TC 3 1,2

1

1.8 Gaskets9as perIS-4253)

Visual (Shallbe smooth andfree from allharmfuldefects)

Minor

Visual

100% IS/PS IS /PS TC 1,2

3

Specificgravity,Thickness,Hardness,Compressibility, Tensilestrengthbefore oilabsorption,compressionset andflexibility.

Minor Chemical/Physical

Typetest

IS /PS IS /PS TC 1,2

3

Change inacidity afterageing intransformeroil

Major Test TypeTest

IS / PS IS / PS TC 1,2

3

1.9 Polyster Width, Minor Measure One IS /PS IS /PS TC 1 3

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 49 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

SL.No.

Components

Characteristic checked

Category

Methodof check

Extentofcheck

Referencedocument

Acceptance norm

Format ofrecord

AGENCY RemarkV P W H

resinimpregnated weft

lessunidirectional glass

tape

thickness andlength of Roll

ment Samplefromeachconsignment

,2

Tensilestrength,Polyester resincontent,sealing soldertest, warpyarn,softnening point ofresin, breakingload at roomtemperature,elongation atbreak at 20deg C and arcresistance ofcured tape.

Minor Mechanical

OneSamplefromeachconsignment

IS /PS IS /PS TC 1,2

3

Shelf life MinorChemical

eachrole

IS /PS IS /PS TC 1,2

3

2.0 Components

2.1 Gasoperatedrelay(Reedtype withmagneticoperatedswitches)

Pressurewithstand test,operation offloats(manual),2KV test for 1minute.

Minor Verification

100% IS /PS IS /PS TC 1,2

3 Seismicqualification

certificate for therelay shall besubmitted.

Pressurewithstand test,operation offloats(manual),2KV test for 1minute.

Major Test 100% IS /PS Pass test TR 3 1,2

1 At Reactormanufacturer’s

works

2.2 Line andNeutralbushings.

Visualinspection anddimensionalcheck(creepage and leadlength)

Major Visual sample IS/PS IS/PS TC 3 1,2

1

Nitrogenpressure test

Major Test 100% IS//PS IS/PS TC 3 1,2

1

All routinetests as perClauseNo.11.2.3 ofIS-2099

Major Test 100% IS-2099 Pass test TR 3 1,2

1

All type testsas per ClauseNo.11.2.1 ofIS-2099.

Major Test Typetest

IS-2099 shall passtest

TR 3 1,2

1

2.3 Axles andwheels

Dimensionsand finish

Minor Visualandmeasure

100% IS IS TC 1,2

3

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 50 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

SL.No.

Components

Characteristic checked

Category

Methodof check

Extentofcheck

Referencedocument

Acceptance norm

Format ofrecord

AGENCY RemarkV P W H

mentMechanicalproperties

Major Mechanical

Test onsample

IS IS TC 1,2

3

2.4 LocalWTI

Accuracy,operation ofcontacts,calibration &2 KV powerfrequency HVtest betweenall terminalsand earth &sensorresistance

Major Calibration andelectrical

100% IS /PS IS /PS TC 1 3 2 At sub-supplier’sworks

Degree ofprotection

Major Mechanical

Sampling

IS IS TC 3 1,2

1

2.5 RemoteWTI

Accuracy,operation ofcontacts tosimulate leadresistance of 1Km,calibration &2 KV powerfrequency HVtest betweenall terminalsand earth &sensorresistance.

Major Calibration andelectrical

100% IS /PS IS /PS TC 1 3 2 At sub-supplier’sworks

2.6 Oiltemperatureindicator

Accuracy,operation ofcontacts,calibration &2 KV powerfrequency HVtest betweenall terminalsand earth &sensorresistance

Major Calibration andelectrical

100% IS /PS IS /PS TC 1 3 2 At sub-supplier’sworks

2.7 Bushingcurrenttransformers andotherCurrenttransformers

Ratio error,magnetizingcharacteristics, SecondaryWindingresistance, HVtests, as perIS-2075 visualanddimensionalchecks.

Major Elect./Dimensional/Visual

100% IS /PS IS /PS TC 3 1,2

1 At works

2.8 Marshalling box

Thickness ofsheet steel,Finish,adhesion andpainting(shade 631 ofIS-5)

Minor Visual 100% IS /PS IS /PS TC 3 1,2

1

Electrical andmechanicaloperation as

Minor Electrical /Mechani

100% IS /PS IS /PS TC 3 1,2

1

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 51 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

SL.No.

Components

Characteristic checked

Category

Methodof check

Extentofcheck

Referencedocument

Acceptance norm

Format ofrecord

AGENCY RemarkV P W H

per approvedschematicdrawing ofNPCIL

cal

2 KVinsulationwithstand testfor 1 minutebetween allline terminalsto earth & IRat 500 V &functional testat ratedvoltage

Major Elect. 100% IS /PS IS /PS TC 3 1,2

1

Degree ofprotection test

Major Mechanical

Sampling

IS IS TC 3 1,2

1

Wiring & itsrouting,ferruling,labelling

Minor Visual 100% PS PS TC 3 1,2

Visual checkanddimensionalcheck

Minor Measurement

100% PS PS TC 3 1,2

2.9 PressedsteelRadiators

Visual checkanddimensionalcheck

Minor Visual 100% Drawing As perapproveddrawing.

TC 3 1,2

1 At works

LeakageTEST.

Major Test 100%PS

PS TC 3 1,2

1 At works

Vacuum test Major Test100% PS

PS TC 3 1,2

1 At works

Finish andpainting(shade 631 ofIS-5)

Minor Visual 100%

PS

Good finish TC 3 1,2

1 At works

2.10 Terminalconnectors

Dimensionaland visualcontrol

Minor Visual /Measurement

100% PS PS TC 3 1,2

1 At sup-supplier’sworks

Tensile test Major Mechanical

Sampling

PS PS TC 1,2

3

Resistance test Major Electrical

100% PS PS TC 1,2

3

2.11 Oil levelgauge(MOLG)

Calibrationcheck atempty, 1/4,1/2, 3/4th &full marking atambient temp.

Minor Test 100% Manufacturer's

catalogue.

pass test TC 1 3 2

Leakproof/pressuretest, 2KV testbetweenterminals andearth &operation.

Minor Test 100% Manufacturer's

catalogue.

pass test TC 1 3 2

Dimensionaland visualcheck.

Minor Visual 100% Manufacturer's

catalogue.

To besatisfactory

.

TC 1 3 2

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 52 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

SL.No.

Components

Characteristic checked

Category

Methodof check

Extentofcheck

Referencedocument

Acceptance norm

Format ofrecord

AGENCY RemarkV P W H

Degree ofprotection test

Major Mechanical

Sampling

IS IS TC 3 1,2

1

2.12 Pressurereliefdevice

Air pressuretest(OperatingPressure)

Major Test 100% PS PS TC 1 3 2

Leakage test(Liquidpressure test)

Minor Physical 100% PS PS TC 1 3 2

Contactoperation

Visual Visual 100% PS PS TC 1 3 2

2 KV HV test Minor Elect. 100% PS PS TC 1 3 2Finish anddimension

Minor Visual /Measurement

100% PS PS TC 1 3 2

Degree ofprotection test

Major Mechanical

Sampling

IS IS TC 3 1,2

1

2.13 Valves Oil / Watertightness test

Major Pressuretest

100% IS / PS IS / PS TC 1 3 2

Oil seepagetest in opencondition

Major Pressuretest

100% IS / PS IS / PS TC 1 3 2

Dimensions asper approveddrawing ofNPCIL

Major Measurement

100% IS / PS IS / PS TC 1 3 2

Checks onverticality andparallelness offlanges

Major Measurement

100% IS / PS IS / PS TC 1 3 2

2.14 Atmosealair bag

Separator tobe fullyinflated anddeflated 10times.Pressure ofinflation 1.5PSI.

Major Type test 100% PS No visiblesign ofdamage

TC/TR

3 1,2

1

Pressure testat 1.5 PSI for24 Hrs. andvisualinspection.

Major Test 100% PS No pressuredrop for 24

hrs.

TC/TR

1 3 1,2

1

2.15 Silica gelbreather

Pressure testat 0.35Kg/sq.cm. for30 minutes byblanking oilcup end

Minor Test 100% IS/PS IS/PS TC 1,2

3

Visual anddimensionalcheck

Minor Visual /Measurement

100% IS / PS IS / PS TC 1,2

3

Rusting Minor Visual 100% IS / PS IS / PS TC 1,2

3

Operationaltest

Minor Electrical

100% IS / PS IS / PS TC 1,2

3

2.16 Tank,conservator andotherfabricated steel

Weldingprocedure &welder'squalification

Major Mechanical

100% ASMEIX

3 1,2

1 Welderqualification is a

must for all NPCILjobs.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 53 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

SL.No.

Components

Characteristic checked

Category

Methodof check

Extentofcheck

Referencedocument

Acceptance norm

Format ofrecord

AGENCY RemarkV P W H

items.Dimensions asper approveddrawing ofNPCIL andvisual checkson welds.

Minor Visual /Measurement

100% PS PS TC 3 1,2

1

Air Pressuretest onReactor tankat fabricationstage

Critical Test Routine testforreactors

PS PS TC 3 1,2

1

Full Vacuumtest on reactortank atfabricationstage

Critical Test /Measurement

As perspecification

PS PS TC 3 1,2

1

Air Pressuretest onconservator

Critical Test As perspecification

PS PS TC 3 1,2

1

Air Pressuretest on piping

Critical Test As perspecification

PS PS TC 3 1,2

1

Cleanliness ofsurface (GritBlasting)

Minor Visual 100% PS PS TC 1,2

3

Film thicknessof oilinsolublevarnish/ paint

Major Measurement

Sampling

PS PS TC 1,2

3

Wheeldimensions,proper turningof wheelsthrough90degrees andfurtherdimensionalchecks

Major Dimensions

100% PS PS TC 3 1,2

Physicalproper ties ofmaterials forlifting andjacking pads

Minor Physical Sampling

PS PS TC 1,2

3

DP tests onload bearingwelds (pulling eyes,lifting hooks,and jackingpads)

Major NDT 100% PS PS TC 3 1,2

1

Check forflatness ofgasketingsurface.

Major Measurement

100% DRG/Material

Spec.No.

V/SVIR/TC

P 3 1,2

1

Leakproofness ofoil filledcompartments.

Major Testing 100% Processspec.No.

/CBIP

V/SVIR/TC

P 3 1,2

1

Verification oftank profile asper approveddrawing of

Major Visual&Measure

ment

100% DRGNo.

V/SVIR/TC

P 3 1,2

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 54 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

SL.No.

Components

Characteristic checked

Category

Methodof check

Extentofcheck

Referencedocument

Acceptance norm

Format ofrecord

AGENCY RemarkV P W H

NPCILPaint type andshade.

Major Visual Sampling

DRGNo.

V/SVIR/TC

P 3 1,2

Paintthickness

Major Measurement

Sampling

DRGNo.

V/SVIR/TC

P 3 1,2

Uniformity offinish.

Major Visual Sampling

ProcessSpec.No.

V/SVIR/TC

P 3 1,2

Paint adhesiontest.

Major Testing Sampling

ProcessSpec.No.

V/SVIR/TC

P 3 1,2

2.17 Core withcoreclamps.

Dimensions &straightnessand roundnessof core,suitability ofclamps,position of oilducts,tightness ofcore clampingbolts, and corebinding tapeand stackheight.

Minor Measurement /Visualbothduringand afterassembly

100% PS PS TR 3 1,2

Overlapping Minor Visual 100% PS PS TR 3 1,2

Core loss andHot spot at100%excitation

Major Measurement

Typetest

PS PS TR 3 1,2

1

Visualinspection anddimensions

Visual Visual 100% PS PS TR 1 3 2

Insulation testbetweena) core-yokebolts

Minor Electrical

100% PS PS TR 3 1,2

1

b) core-coreclamps

Minor Electrical

100% PS PS TR 3 1,2

1

c) coreclamps-yokebolts

Minor Electrical

100% PS PS TR 3 1,2

1

d) core to core(on split coreonly)

Minor Electrical

100% PS PS TR 3 1,2

1

2.18 Windings Dimensionsand visualcheck (Windingdetails shall bechecked byNPCILengineer asper approveddrawing ofdynamic shortcircuitcalculationsand/or typetested reactor,shop floorshall maintain

Major Measurement

100% PS PS TR 3 1,2

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 55 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

SL.No.

Components

Characteristic checked

Category

Methodof check

Extentofcheck

Referencedocument

Acceptance norm

Format ofrecord

AGENCY RemarkV P W H

all relevantdocumentation)Terminallocation

Major Visual 100% PS PS TR 1,2

3

Shortingbetweenparallelstrands usingmeggar

Major Continuity

100% PS PS TR 1 3 2

Spacer and itsspacing

Major Visual 100% PS PS TR 1,2

3

Number ofturns,continuity andshorting bybuzzer test

Major Visual /Electrical

100% PS PS TR 1 3 2

Tightness(clampingpressure) ofwindings

Major Measurement

100% PS PS TR 3 1,2

1

Coil stackheight

Major Measurement

100% PS PS TR 1 3 2

2.19 Core CoilAssembly

Leadarrangements

Major Visual /Measurement

100% PS PS TR 3 1,2

1

Oil ducts andpush boltarrangement

Major Visual /Measurement

100% PS PS TR 1,2

3

Cleanlinessand absence ofdust

Major Visual 100% PS PS TR 3 1,2

1

Grinding ofsharp points

Major Visual 100% PS PS TR 3 1,2

1

Inspection ofjoints(Crimpedjoints)

Major Visual 100% PS PS TR 3 1,2

1 Crimping tools andprocesses shall be

qualified anddocumented.

Inspection ofjoints (brazing shallbe done byqualifiedbrazers)

Major Visual 100% PS PS TR 3 1,2

1 Continuoussurveillance check

will be done byNPCIL engineer

Torque on coilclampingbolts/tightnessof coils.

Major Measurement

100% PS PS TR 3 1,2

1

2 kVwithstand testat factory andat site (a) Coreto tank (b)Clamp platesto tank and (c)Core to clampplates

Major Test 100% IS-2026 pass test TR 3 1,2

1

Insulation testof coreearthing.

Major Elect. 100% PS PS TR 3 1,2

1

IR value in air Major Elect. 100% PS PS TR 3 1, 1

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 56 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

SL.No.

Components

Characteristic checked

Category

Methodof check

Extentofcheck

Referencedocument

Acceptance norm

Format ofrecord

AGENCY RemarkV P W H

after drying 2Ratio test. Major Elect. 100% PS PS TR 3 1,

21

Electricaljoints betweenbus bars

Minor Visual 100% PS PS TR 3 1,2

1

Shrinkage ofcoils

Major Visual 100% PS PS TR 3 1,2

1

2.20 Drying &Oilimpregnation

Temperature,IR value,Vacuum,tandelta, andduration

Critical Test /Measurement

100% PS PS TR 3 1,2

1

Filling of oilfor testpurpose (Totaloil qty filledfor eachReactor shallbe recordedseparately).

Major Visual 100% PS PS TR 3 1,2

1

Characteristicsof oil used forfirstimpregnationof winding asper IS-1866a) BDV Major Chemica

l100% PS PS TR 3 1,

21

b) Watercontent

Major Chemical

100% PS PS TR 3 1,2

1

c) Resistivityat 90 oC

Major Chemical

100% PS PS TR 3 1,2

1

d) Tan delta at90 oC

Major Chemical

100% PS PS TR 3 1,2

1

e) Interfacialtension (min)

Major Chemical

100% PS PS TR 3 1,2

1

Completenessof drying

Critical Measurement

100% PS PS TR 3 1,2

1

2.21 Tanking IR valuebetweeninternal bodyand tankbeforeconnectingearth lead

Minor Elect. 100% PS PS TR 3 1,2

1 After drying andreclamping

Dimensionsand insulationclearances

Major Measurement

100% PS PS TR 3 1,2

1

Looseness ofconnections

Major Visual 100% PS PS TR 3 1,2

1

Insulationclearancebetween highvoltage leads,earth andother liveparts.

Major Measurement

100% Drawing Drawing TR 3 1,2

1

2.22 Hardware

Visual control Minor Visual Sampling

IS IS TR 1,2

3

Routine tests Minor Test Sampling

IS IS TR 1,

3

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 57 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

SL.No.

Components

Characteristic checked

Category

Methodof check

Extentofcheck

Referencedocument

Acceptance norm

Format ofrecord

AGENCY RemarkV P W H

23.0 Final

inspection

3.1 Inspection ofcompletelyassembledReactors

Conformitywith approvedOGA drawing

Minor Visual /Measurement

100% PS PS TR 3 1,2

1

Provision ofall fittings &accessories asper approvedOGA drawing

Minor Visual /Measurement

100% PS PS TR 3 1,2

1

Finish anddimensions

Minor Visual /Measurement

100% PS PS TR 3 1,2

1

3.2 Testing ofReactoroil atrefinery

All tests as perAnnexure-Aof NPCILtechnical spec.at source.Check fordrum qualityand leakage.

Major Tests 100% NPCILspec.

Annex.-A.

NPCILtechnical

spec.Annex.-A.

TR 3 1,2

1

3.3 Factorytests

1) Windingresistance andcorrected to75 DegC .

Major Electrical

As perspecification

IS-5553,IS-2026& IEC-60076-6

IS-5553,IS-2026 &

IEC-60076-6

TR 3 1,2

1

2) a)Measurementof IR & PI (10minute/ 1minute) b)Measurementof capacitance& tan delta ofwindings

Major Electrical

As perspecification

IS-5553& IEC-60076-6

IS-5553 &IEC-60076-

6

TR 3 1,2

1

3) a)Measurementof Reactanceat ratedvoltage b)Determinationof linearity ofreactance asper IEC-60076-6, para7.8.5.3

Major Electrical

As perspecification

IS-5553& IEC-60076-6

IS-5553 &IEC-60076-

6

TR 3 1,2

1

4)Measurementof impedanceof continuouscurrent, ifapplicable asper IS-5553,Part-3 forNGR

Major Electrical

As perspecification

IS-5553& IEC-60076-6

IS-5553 &IEC-60076-

6

TR 3 1,2

1

5) a)Measurementof loss at

Major Electrical

As perspecification

IS-5553& IEC-60076-6

IS-5553 &IEC-60076-

6

TR 3 1,2

1

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 58 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

SL.No.

Components

Characteristic checked

Category

Methodof check

Extentofcheck

Referencedocument

Acceptance norm

Format ofrecord

AGENCY RemarkV P W H

ambienttemperature asIS-5553. B)Measurementof loss closeto referencetemperatureduringtemperaturerise test as perIEC- 60076-6,Para 7.8.66) Separatesource voltagewithstand testson allwindings asper IS-5553and IEC-60076-6 Para7.8.10.2

Major Electrical

As perspecification

IS-5553& IEC-60076-6

IS-5553 &IEC-60076-

6

TR 3 1,2

1

7)( a) Inducedover voltagewithstand testas per IS-5553/ IS-2026/ IEC-60076-6 (b)AC longduration testas per IEC-60076-6, Para7.8.10.3 (c)AC shortduration testas per IEC-60076-6, Para12.3.

Major Electrical

As perspecification

IS-5553& IEC-60076-6

IS-5553 &IEC-60076-

6

TR 3 1,2

1

8) (a)Lightningimpulsewithstand testas per IS-5553& IS-2026. (b)Choppedwave test asper IEC-60076-6, Para13.14

Major Electrical

As perspecification

IS-5553& IEC-60076-6

IS-5553 &IEC-60076-

6

TR 3 1,2

1

9) Switchingimpulse teston shuntreactors as perIS-5553, IS-2026 & IEC-60076-6..

Major Electrical

As perspecification

IS-5553& IEC-60076-6

IS-5553 &IEC-60076-

6

TR 3 1,2

1

10)Measurementof Voltageratio and shortcircuitimpedance onshunt reactorswith

Major Electrical

As perspecification

IS-5553& IEC-60076-6

IS-5553 &IEC-60076-

6

TR 3 1,2

1

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 59 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

SL.No.

Components

Characteristic checked

Category

Methodof check

Extentofcheck

Referencedocument

Acceptance norm

Format ofrecord

AGENCY RemarkV P W H

additionalloadingwinding as perIS-5553.11)Temperaturerise test as perIS-5553, IS-2026 & IEC-60076-6.

Major Electrical

As perspecification

IS-5553& IEC-60076-6

IS-5553 &IEC-60076-

6

TR 3 1,2

1

12)Measurementof Zerosequenceimpedance ofthree phaseshunt reactorsas per IS-5553AND IEC-60076-6.

Major Electrical

As perspecification

IS-5553& IEC-60076-6

IS-5553 &IEC-60076-

6

TR 3 1,2

1

13)Measurementof mutualreactance onthree phaseshunt reactorsas per IS-5553, Part-2and IEC-60076-6.

Major Electrical

As perspecification

IS-5553& IEC-60076-6

IS-5553 &IEC-60076-

6

TR 3 1,2

1

14) (a)Measurementof acousticsound level asper IS-5553 atambienttemperature(b)Measurementof acousticsound level asper IEC-60076-6(Close toservicetemperatureduring heatrun test).

Major Electrical

As perspecification

IS-5553& IEC-60076-6

IS-5553 &IEC-60076-

6

TR 3 1,2

1

15)Measurementof vibrationand stress ontank for shuntreactors as perIS-5553, Part-2 and IEC-60076-6.

Major Electrical

As perspecification

IS-5553& IEC-60076-6

IS-5553 &IEC-60076-

6

TR 3 1,2

1

16)Measurementof harmonicsof the currentas per IS-5553and IEC-

Major Electrical

As perspecification

IS-5553& IEC-60076-6

IS-5553 &IEC-60076-

6

TR 3 1,2

1

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 60 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

SL.No.

Components

Characteristic checked

Category

Methodof check

Extentofcheck

Referencedocument

Acceptance norm

Format ofrecord

AGENCY RemarkV P W H

60076-6.17)Measurementofmagnetizationcharacteristicsas per IS-5553and IEC-60076-6.

Major Electrical

As perspecification

IS-5553& IEC-60076-6

IS-5553 &IEC-60076-

6

TR 3 1,2

1

18) Mineraloil used beforeand after heat

run test.

Major Electrical

As perspecific

ation

IS-5553& IEC-60076-6

IS-5553 &IEC-60076-

6

TR 3 1,2

1

19) Short timecurrent test

andmeasurementof impedanceat short time

current.

Major Electrical

As perspecific

ation

IS-5553& IEC-60076-6

IS-5553 &IEC-60076-

6

TR 3 1,2

1

20) Partialdischargemeasurementtest as per IS-2026 on shuntreactors

Major Electrical

As perspecification

IS-5553& IEC-60076-6

IS-5553 &IEC-60076-

6

TR 3 1,2

1,2

21) Frequencyresponseanalysis onshunt reactors

Major Electrical

As perspecification

IS-5553& IEC-60076-6

IS-5553 &IEC-60076-

6

TR 3 1,2

1

22) Voltage-currentcharacteristicstest on NGRup to shorttime ratedcurrent

Major Electrical

As perspecification

IS-5553& IEC-60076-6

IS-5553 &IEC-60076-

6

TR 3 1,2

1

23) Coreisolation test :Test voltageshall be 2kVfor 1 minutefor shuntreactors andNGR betweencore to tank

Major Electrical

As perspecification

IS-5553& IEC-60076-6

IS-5553 &IEC-60076-

6

TR 3 1,2

1

24)Measurementof earthleakagecurrent duringpowerfrequency testandtemperaturerise test fromall earthingterminal

Major Electrical

Typetest

As perspecification

As perspecification

TR 3 1,2

1

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 61 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

SL.No.

Components

Characteristic checked

Category

Methodof check

Extentofcheck

Referencedocument

Acceptance norm

Format ofrecord

AGENCY RemarkV P W H

points likemain tank,radiator banksetc to earth.25) Fullvacuum test

Major Electrical

As perspecification

As perspecification

As perspecification

TR 3 1,2

1

26) Oilleakage test

Major Electrical

As perspecification

As perspecification

As perspecification

TR 3 1,2

1

3.4 Painting Material,shade, numberof coats(shade 631 ofIS-5)

Minor Visual 100% IS IS TR 3 1,2

1

Quality ofpaint, Dryfilmthickness.(DFT)

Minor Verification

100% IS IS TR 3 1,2

1

Paint adhesiontests

Minor Mechanical

Sampling

IS IS TR 3 1,2

1

Peel test andScratch test

Minor Mechanical

Sampling

IS IS TR 3 1,2

1

4.0 Packing Soundness ofpacking

Minor Visual 100% AD AD TR 1 3 2

5.0 Pre-shipmentchecksand testsatmanufacturer’sworks

a) Verificationof finalchecking

Major Visual 100% TR 3 1,2

b) Dew pointmeasurementof N2 at thetime of filling& after 24hours inReactor tank.

Critical Mechanical

100% TR 3 1,2

At the time offilling, dew pointshould be better

than -50 oC. After24 hours dew point

should be betterthan -30 oC

c) Nitrogengas tightness,pressurereading,availability ofpressuregauge,availability of2 nos. reservegas cylinders

Critical Visual 100% TR 3 1,2

d) Installationof impactrecorder &functionalcheck on thesame in X,Y,Zdirection

Critical Test 100% TR 3 1,2

e) Check oncompletenessof despicableReactormounting of

Critical Visual 100% TR 3 1,2

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 62 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

SL.No.

Components

Characteristic checked

Category

Methodof check

Extentofcheck

Referencedocument

Acceptance norm

Format ofrecord

AGENCY RemarkV P W H

nitrogen gascylinder andregularizationof pressure.f) Check forproper loadingof reactor onroadtrailer/railwaywagon, properbracing &anchoring.

Major Visual /mechanical

100% TR 3 1,2

g) Properpacking ofaccessories &fittings

Major Visual 100% TR 3 1,2

6.0 Enddocument

Completeness. Major Visual 100% AD AD 1 3 2 All end documentshall be submitted

before dispatch7.0 Transpor

tation7.1 Core and

coil intank

Nitrogenpressure 0.15Kg/Sq.Cm to0.20Kg/SqCmaboveatmosphere.

Major Measurement

100% AD AD TR 1 3 2

Leak testbeforedispatch

Major Measurement

100% AD AD TR 1 3 2

7.2 Components

Packingmethod

Major Visual 100% AD AD TR 1 3 2

7.3 Oil Drum quality,Leak tightnessand oilquantity

Major Visual Sampling

AD AD TR 1 3 2

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 63 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

10.0 FORMULA FOR EVALUATION OF TENDERS:

Vendor shall submit separate value for losses (viz iron and copper loss), However thetenders will be evaluated for total losses as per the loading formula given below:

L = (A1 × D) + (B1×E)

L = Cost of loading for losses consumption in Rupees

A1 = Difference in kW of Iron losses from base case.

B1 = Difference in kW of Copper losses from base case.

D = Rs. 172319/-per kW of Iron loss

E = Rs. 172319/-per kW of Copper loss.

As D=EThen L= D× (A1+B1)

A1+B1= Total losses

10.1 For evaluation, guaranteed losses shall be increased by 10 % to reflect + 10 % tolerancepermitted by IS.

10.2 The offer with lowest loss will be considered as the 'Base'.

10.3 Penalty for excess loss after manufacture of reactor:

Rates of penalty for exceeding guaranteed losses is: Rs. 172319/- per kW

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 64 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

11.0 TESTS AT SITE:

The scope of this section covers the details for Receipt & Storage, Erection, Pre-commissioning checks and tests to be done at site for the Reactors covered in the tender.The CONTRACTOR shall carry out a detailed inspection and testing programme for fieldactivities covering areas right from the receipt of material stage up to commissioning stage.An indicative programme for such activities as envisaged by the Purchaser is given below.However, it is CONTRACTOR's responsibility to draw up and carry out such a programmeduly approved by the Purchaser.

11.1 RECEIPT AND STORAGE CHECKS:

The Reactors and their accessories shall be duly receipt at site and stored by adopting properpreservation method till erection work is taken-up. The CONTRACTOR shall ensurefollowing points for safe receipt and storage of equipment:

11.1.1 Check and record reading of impact recorder at receipt and verify the allowable limits as permanufacturer's recommendations.

11.1.2 Check and record the gas pressure in the Reactor tank as well as in the gas cylinder.

11.1.3 Check and record condition of each package, visible parts of the Reactor etc. for anydamage.

11.1.4 If equipment is received in good physical condition with no visible damage duringtransportation, ensure its safe storage.

11.1.5 Carry out basic healthiness checks on equipment during storage.

11.2 ERECTION CHECKS:

The Reactors and their accessories shall be shifted to their designated location in theSwitchyard area after ensuring readiness of foundation for installation. The CONTRACTORshall ensure following points for the erection of equipment:

11.2.1 Physical inspection of equipment after transportation up to Switchyard area for erection.

11.2.2 Check whole assembly for tightness, gasket integrity and general appearance etc.

11.2.3 Check electrical clearances of equipment to be erected with respect to nearby installation.

11.2.4 Give a physical check on all bushings for any crack or any breakage of porcelain. Bushingswith cracks or any other defects shall be immediately replaced. Oil level in high voltagebushings shall be made up to the level mark on oil gauge on side of top cap, if oil gauge is

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 65 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

provided. Carryout leakage check on bushing before erection.

11.2.5 Measure and record the dew point of nitrogen/dry air in the main tank before assembly.Manufacturer shall submit dew point acceptable limits along with temperature correctionfactor and shall form part of instruction manual. In case dew point values are not withinpermissible limit suitable drying out process shall be applied for dry out of active parts.

11.2.6 Release trapped air through air release plugs and valves fitted for the purpose on variousfittings like Headers, Radiators, Bushing caps, Bushing flanges, Bushing turrets, Expansionbellows, etc.

11.2.7 Visual check for wedging of core and coils before filling up with oil and also checkconditions of core and winding in general.

11.2.8 Inspection and performance testing of accessories before erection.

11.2.9 Ensure that Reactors are erected as per NPCIL approved procedure and as per approvedlayout drawing to the satisfaction of site engineer.

11.3 PRECOMMISSIONING CHECKS

The following pre commissioning checks and tests shall be carried out by theCONTRACTOR after completion of erection of Reactors at site. CONTRACTOR shallprepare detailed pre commissioning check list as per requirement of Reactor manufacturer’sinstallation & commissioning instruction manual. Procedures for site drying, oilpurification, oil filling etc shall be submitted for approval and complete instructions shallform part of the procedure. The CONTRACTOR shall ensure inclusion of following pointsin the pre commissioning checks:

11.3.1. Ensure Reactor readiness for taking up oil filling. Check oil sample prior to filling

11.3.2. Oil filling

i) Oil impregnation or drying under vacuum at site shall be done at a temperature notexceeding 70°C.ii) The duration of the vacuum treatment shall be demonstrated as adequate by means ofwater measurement with a cold trap or other suitable method but shall generally not be lessthan 72 hours. The vacuum shall be measured on the top of the Reactor tank and should beless than 1mbar.iii) Vacuum shall not be broken until the Reactor is oil filled up to the Buchholz relay.Whenever the active insulation or any paper insulated HV connections, especially thosefrom the windings to the bushings are exposed, these shall be impregnated under vacuumalong with the complete Reactor. For this purpose the Reactor shall first be drained toexpose all insulation material.iv) The minimum safe level of oil filling (if different from the Buchholz level) to which the

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 66 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

Reactor shall be oil filled under vacuum, shall be indicated in the procedure.v) The Ultra High Vacuum type oil treatment plant of suitable capacity (preferably 4500 to6000 litres per hour) suitable for treatment of oil in EHV class shall be used in order toachieve properties of treated oil. The plant shall be capable of treatment of new oil (as perIEC 60296/IS: 335 and reconditioning of used oil (as per IS: 1866/IEC: 60422 for oil inservice) at rated capacity on single pass basis as follow :(a) Removal of moisture from 100 ppm to 3 ppm (max.)(b) Removal of dissolved gas content from 10% by vol. to 0.1% by vol.(c) Improvement of dielectric strength breakdown voltage from 20 to 70 kV(d) Vacuum level of degassing chamber shall be less than 0.15 torr/0.2 mbar at rated flow

and at final stage. Machine shall have minimum of two degassing chambers and theseshould have sufficient surface areas to achieve the final parameters.

(e) Filter shall be capable of removing particle size more than 0.5 micron in the filtered oil.(f) Processing temperature shall be automatically controlled and have a adjustable range

from 40°C to 80°C

11.3.3. Oil leakage test

Oil Leakage Test on all assembled Reactors shall be carried out at site as a pre-commissioning test and all gasket joints shall be checked. The main Reactor tank and alloil filled compartments shall be filled with Reactor oil and subjected to normal pressureplus 35 kN /sq. m measured at the base of the tank and the pressure shall be maintainedfor 24 hours during which no sweating shall occur.

11.3.4. Make sure that oil runs through petcock of Buchholz relay, when bleeding pipe is notprovided. If bleeding pipe is provided, oil shall run out of petcock provided at its bottom.

11.3.5. Check the oil level in the breather housing, cooling system, condenser bushing etc.

11.3.6. Ensure that the conservator is filled up to the filling oil level marked on plain oil gaugeside corresponding to ambient temperature and corresponding to the pointer reading onM.O.G. side.

11.3.7. Ensure that silica gel in the breather is active and the color is blue. Check that the oil isfilled in the silica gel breather up to the level indicated.

11.3.8. Check that the thermometer pockets on tank cover, header, etc. are filled with oil.

11.3.9. Make sure that all valves except drain, filter and sampling valves are open.

11.3.10. Checks on PRD.

11.3.11. Ensure that off-load switch handle is locked at the desired tap position with padlock.

11.3.12. Connection checks for neutral formation as per drawing and make sure that neutrals of HV

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 67 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

and LV are effectively earthed.

11.3.13. Ensure that tank and cooler bank are effectively earthed at two points.

11.3.14. Check for tightness of all external electrical connections.

11.3.15. Alarm and trip contacts of Buchholz relay, WTIs, dial type thermometer, magnetic oilgauge, oil flow indicator, etc. shall be checked.

11.3.16. Ensure that CTs secondary terminals of the spare CT cores are shorted and earthed.

11.3.17. Check that the terminals in the marshalling box are connected to WTI, CT terminalsindicated in the rating and diagram plate.

11.3.18. Touching up of paint shall be done after erection wherever necessary with the same paintas is specified for the finish coat.

11.3.19. Clear off extraneous materials like tools, earthing rods, pieces of clothes, waste, etc.

11.3.20. Lock the rollers for accidental movement on rails.

11.3.21. Check whether all interfaces to PURCHASER’s protection and control panels are OK andsettings found OK.

11.4 SITE COMMISSIONING TESTS

The following commissioning tests shall be conducted by the CONTRACTOR at site asper Standards specified. Contractor shall prepare a comprehensive commissioningprocedure. CONTRACTOR shall also submit report including all commissioning testresults and forward to Employer for future record.

11.4.1. Insulation resistance of all windings.

11.4.2. Core loss test at service tap at low voltage.

11.4.3. Capacitance and tan-delta test of windings.

11.4.4. Measurement of winding resistance.

11.4.5. Capacitance and tan-delta test of condenser type bushings, before assembly

11.4.6. Magnetising current test.

11.4.7. Sweep Frequency Response Analysis (SFRA).

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 68 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

11.4.8. Test the oil for dielectric strength (BDV) tan-delta, acidity, resistivity, dissolved gases,moisture content and particles in the oil and interfacial tension. Test values shall be as perAnnexure-A, IS: 1866. The various tests on oil shall be conducted prior to filling in maintank at site and prior to energisation at site. Oil samples are to be drawn from top andbottom of main tank, cooling system.

11.4.9. Core isolation test shall be conducted at site during pre-commissioning stage (Testvoltage shall be 2 kV for 1 min) betweena) Core to tank.b) Clamp plates to tank.c) Core to Clamp plates.

11.4.10. Impedance measurement

11.4.11. Tests on Current Transformers

i) Continuityii) Polarityiii) Insulation resistance between windings and between secondary winding & earth.iv) Magnetisation characteristicsv) Ratio testvi) Secondary winding resistance

11.4.12. Operation & leak tightness tests on cooling system equipment. Tests on

11.4.13. Calibration of temperature indicators, temperature relays

11.4.14. Operation tests on Buchholz relay (for alarm and trip), PRD, and all protective devicesand interlocks (Excessive winding temperature, excessive oil temperature, low oil levelindication etc).

11.4.15. Infra red thermography shall be done after 12 hours of full load operation and results willbe recorded for future reference.

All non-O ring gaskets shall be retightened in second six month of service by the Contractor at noextra cost to the Purchaser. Gaskets and O-rings shall be replaced each time they are disturbed byopening.

12.0 SPECIAL TOOLS AND TACKLES FOR ERECTION & MAINTENANCE:

12. 1 The TENDERER shall supply all the necessary special tools, tackles, appliances andlifting devices for the effective maintenance and servicing of the complete equipment andcomponents as listed below. The PURCHASER reserves the right to exclude any of theitems listed below, from the CONTRACTOR'S scope of supply and effect priceadjustments on the basis of the unit rates quoted by the CONTRACTOR. The despatch of

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 69 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

tools, tackles, appliances and lifting devices shall be synchronised with the despatch of therelated equipment. All the tools and tackles shall be of reputed make. The make of toolsand tackles shall be subject to approval of PURCHASER.

Sl.No.

Item Description Total Qty.

a Set of Hydraulic jacks suitable for lifting each unit of Reactor with oil. 4

b Set of slings for lifting of tank cover, bushing, and core coil assembly(including wire rope steel slings – 4 Nos. & nylon rope to lift Linebushings-2 nos).

2 sets

c Standard hand tools as listed belowi Spanners of different sizes (open jaw, double ended) 6-32 mm 10

ii Spanners of different sizes (cranked ring, double ended), double ended 6-32mm

10

iii Spanner (tubular box, double ended) 6-32 mm 8

iv Tommy Bar (for box spanner) 4

v Adjustable wrenches (8" & 12") 4vi Pipe wrench- 18" 4vii Screw Drivers of different sizes (8", 10" & 12") 6

viii Pliers (Flat Nose, Round Nose, side cutting) 4

ix Gasket Punches (of different sizes)- 6mm/ 8mm/ 10mm 10

x Files with handles- 6" & 8" 4xi Hammers with handles- 500 gm & 800 gm 4xii Knife with handle 4xiii Adjustable Hack-saw-12" 4xiv Cold Chistle- 10" 4

12. 2 Each set of tools and appliances shall be suitably arranged in fitted boxes of mild steelconstruction, the number of boxes being determined in relation to the layout of the Plantin question. If the weight of any box and its contents is such that it cannot beconveniently carried, it shall be supplied on steerable rubber tired wheels.

12. 3 Each tool box shall be fitted with a lock and two keys and shall be painted navy blueand clearly marked, in white letters, with the name of the Plant for which the tools andappliances therein are intended.

12. 4 The tools and appliances, with the appropriate boxes, are to be handed over to thePURCHASER or his authorised representatives at the time of issue of the Taking-OverCertificate.

12. 5 The TENDERER shall furnish details of all special tools and tackles for erection andmaintenance of equipment supplied under this contract .

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 70 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

12. 6 The necessary hydraulic jacks required for erection of transformers should be arranged bythe CONTRACTOR and the same shall be removed from the site after use.

12. 7 The CONTRACTOR shall supply all tools and tackles clearly marked with its size and/orpurpose.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 71 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

Data sheet:

Data sheet – ‘A’

1.0 The items are covered under the scope of the tender are indicated below:

Sl. No Item Description Quantity for KGS-3&4

1 125 MVAR, 3-phase, 420 /√3 kV,ONAN cooled bus shunt reactors withall accessories suitable for solidearthing.

01

2. Type of Earthing at KGS-3,4 Copper

Data sheet-‘B’1.0 The items are covered under the scope of the tender:

Sl No Item Description Quantity for KGS -3&4

1

for 125 MVAR, 3-

phase, 420 /√3 kV, bus shunt reactors.

01

2 List of Drawings/Documents attached:

Sl. Drawing No. Description

1 PC-E-558 Technical Specification for Firefighting water

spray system

2 KGS-3&4/ SKETCH-1/GA 400 kV Switchyard plan for Reactors (showing

terminal points)

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 72 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

ANNEXURES:14. 1

ANNEXURE-A:-Specifications for Un-Inhibited Naphthenic based EHV grade Oil

S.NO. Characteristics Requirements1 Appearance Clear & transparent and free

from suspended matter orsediments

2 Density at 20 Deg.C Kg/dm3, Maximum. 0.895

3 Kinematic Viscosity, mm2/S

a) at 40 deg.C, Maximum 11

b) at Minus 30 deg.C, Maximum. 1800

4 Interfacial Tension at 27 deg.C (N/m),Minimum

0.04

5 Flash Point deg.C, Minimum. 1406 Pour Point deg.C, Minimum Minus 457 Neutralization Value

7-a Total Acidity, Maximum 0.03 mg KOH/g

7-b Inorganic Acidity / alkalinity Nil

8 Corrosive Sulphur ( CIGRE test method (TFA2.32.01 Revision of tests and pacificationsfor corrosive Sulphur in Transformer Oils)

Non-Corrosive

9 Electric Strength (Break Down Voltage)a) New Unfiltered oil, kV, Minimum 30 kV

a) After Filtration kV, Minimum 70 kV

10 Dielectric Dissipation Factor (Tan Delta) at 90deg.C , Maximum

0.002

11 Specific Resistance (Resistivity)

a) at 90 deg.C, Minimum 35x1012 Ohm - cm

b) at 27 deg.C, Minimum 1500x1012 Ohm - cm12 Oxidation Stability after 164 Hrs. at 100

deg.Ca) Neutralization Value, Maximum 0.2 mg KOH/g

b) Total sludge % Wt., Maximum 0.05% by weight

13 Ageing characteristics after accelerated aging(Open beaker method with Copper Catalyst)

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 73 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

S.NO. Characteristics Requirementsa) Specific resistance :

At 27 deg.C, Minimum 2.5 x 1012 Ohm - cm

At 90 deg.C Minimum 0.2 x 1012 Ohm - cm

b) Tan Delta at 90 deg.C, Maximum 0.20

c) Total acidity , Maximum 0.05 mg KOH/g

d) Total sludge, Maximum 0.05% by Wt.

14 Water content, mg/kg 30 in bulk delivery40 in drum delivery

15 Presence of oxidation inhibitor, percent byweight

Not Detectable with respectto IS-335 Amendment-1997

16-a Naphthenic Content 46 to 53%

16-b Paraffinic Content 36 t0 46 %

16-c Aromatic Content Remaining/balance17 Health, Safety and Environment (HSE)

17.1 PCA content (BS 2000 Part 346), %, Maximum 3 %17.2 PCB content (IEC 61619), mg/kg Less than 117.3 Negative Impulse Voltage testing kVp

(ASTM D-3300), Minimum145

18 Total Sulphur content (BS 2000 part 373 orISO 14596), %

0.15 %

19 2-Furfural content (IEC 61198) , mg/kg,Maximum

0.1

20 Gassing (IEC 60628 A) No general requirement,however, negative gassingtendency is not acceptable

NOTE: 1 Oil samples ( One Composite and 8 individual) shall be tested at the works oftransformer oil manufacturer)

NOTE: 2 Test Results of 1 (One) Composite sample shall meet test requirement as perItem Nos. 1 to 20 above.

NOTE: 3 Test Results of 8 Individual samples shall meet test requirement as per ItemNos. 9,10& 11 above.

NOTE: 4 In case, test facilities of any test mentioned above are not available at the worksof transformer oil manufacturer, the same test shall be conducted at any thirdparty test lab approved by NPCIL.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 74 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

14. 2ANNEXURE-B:-

VALVES AND PIPE FITTINGS

1.0 TECHNICAL SPECIFICATION FOR VALVES

1.1 GATE VALVES HAVING SIZE LESS THAN OR EQUAL TO 50 NB

1.1.1 Rating : 8001.1.2 Application : Transformer oil1.1.3 Constructional Features1.1.3.1 Stem : Rising/Outside screw and yoke

1.1.3.2 Ends : Socket welded to ASA B 16.11

1.1.3.3 Bonnet : Bolted

1.1.3.4 Disc : Solid wedge

1.1.3.5 Operation : Hand wheel

1.1.3.6 Seat : Body - Renewable Disc - Integral

1.1.4 Materials

1.1.4.1 Body : Forged Carbon Steel (ASTM A-105)

1.1.4.2 Disc : 13% Cr. Steel

1.1.4.3 Stem : 13% Cr. Steel

1.1.4.4 Body Seat : 13% Cr. Steel

1.1.4.5 Packing : Asbestos

1.1.4.6 Bolts, Studs and Nuts : ASTM A193 Gr.B7/A194 Gr.2H

1.1.5 Testing

1.1.5.1 Shell test : 3000 PSIG Hydro

1.1.5.2 Seat test : 2000 PSIG Hydro

1.1.5.3 Back seat test : 2000 PSIG Hydro

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 75 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

Notes:1. Valves shall be furnished with back seating arrangement for repacking whileworking under full working pressure.

2. Ends of socket welded valves should be prepared to match pipes as per IS:1239 CLHVY (for cooling water).

3. Ends of socket welded valves should be prepared to match pipes as per ASTMA106 Gr.B SCH 40 for oil system.

1.2 GATE VALVES HAVING SIZE GREATER THAN 50 NB

1.2.1 Rating : ANSI 150

1.2.2 Application : Transformer oil

1.2.3 Constructional Features

1.2.3.1 Stem : Rising/Outside screw and yoke

1.2.3.2 Ends : Flanged/Raised face, Ends drilled toANSI B16.5

1.2.3.3 Bonnet : Bolted

1.2.3.4 Disc : Solid wedge

1.2.3.5 Operation : Hand wheel

1.2.3.6 Seat : Body - Renewable Disc - Integral

1.2.4 Materials

1.2.4.1 Body : Cast Carbon Steel (ASTM A216WCB)

1.2.4.2 Disc : Carbon steel faced with 13% Cr. Steel

1.2.4.3 Stem : 13% Cr. Steel

1.2.4.4 Body Seat : 13% Cr. Steel

1.2.4.5 Packing : Asbestos

1.2.4.6 Bolts, Studs and Nuts : IS: 1367 CL 4.6/4

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 76 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

1.2.5 Testing

1.2.5.1 Shell test : 425 PSIG

1.2.5.2 Seat test : 300 PSIG

1.2.5.3 Back seat test : 300 PSIG

Notes1. Valves shall be furnished with back seating arrangement for repacking while

working under full working pressure.

2. End to end dimensions of flanged valves should be as per ASA B 16.10.

1.3 GLOBE VALVES HAVING SIZE LESS THAN OR EQUAL TO 50 NB

1.3.1 Rating : 800

1.3.2 Application : Transformer Oil

1.3.3 Constructional Features

1.3.3.1 Stem : Rising/Outside screw and yoke

1.3.3.2 Ends : Socket welded to ASA B16.11

1.3.3.3 Bonnet : Bolted

1.3.3.4 Disc : Renewable loose plug/ suitable forcontrolling

1.3.3.5 Operation : Hand wheel

1.3.3.6 Seat : Body - Renewable Disc - Integral

1.3.4 Materials

1.3.4.1 Body : Forged Carbon Steel (ASTM A105)

1.3.4.2 Disc : 13% Cr. Steel

1.3.4.3 Stem : 13% Cr. Steel

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 77 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

1.3.4.4 Body Seat : 13% Cr. Steel

1.3.4.5 Packing : Asbestos

1.3.4.6 Bolts, Studs and Nuts : ASTM A193 Gr.B7/A194 Gr.2H

1.3.5 Testing

1.3.5.1 Shell test : 3000 PSIG Hydro

1.3.5.2 Seat test : 2000 PSIG Hydro

1.3.5.3 Back seat test : 2000 PSIG Hydro

Notes

1. Valves shall be furnished with back seating arrangement for repacking whileworking under full working pressure.

2. Ends of socket welded valves should be prepared to match pipes as per IS:1239 ClHVY (For cooling water).

3. Ends of socket welded valves for oil service shall be prepared to suit pipes as perASTM A106 Gr.B Sch 40.

4. Bidder shall indicate in their proposals the turndown ratio namely no. of turn requiredfor opening/closing of the valve. This should be as high as possible to permit flow-control over a wide range.

1.4 GLOBE VALVES HAVING SIZE GREATER THAN 50 NB

1.4.1 Rating : ANSI 150

1.4.2 Application : Transformer Oil

1.4.3 Constructional Features

1.4.3.1 Stem : Rising/Outside screw and yoke

1.4.3.2 Ends : Flanged/raised face, Ends drilled toANSI B16.5

1.4.3.3 Bonnet : Bolted

1.4.3.4 Disc : Renewable loose plug/ suitable for

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 78 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

controlling

1.4.3.5 Operation : Hand wheel

1.4.3.6 Seat : Body - Renewable Disc - Integral

1.4.4 Materials

1.4.4.1 Body : Cast Carbon Steel (ASTM A216WCB)

1.4.4.2 Disc : Carbon steel faced with 13% Cr. Steel

1.4.4.3 Stem : 13% Cr. Steel

1.4.4.4 Body Seat : 13% Cr. Steel

1.4.4.5 Packing : Asbestos

1.4.4.6 Bolts, Studs and Nuts : IS: 1369 Cl 4.6/4

1.4.5 Testing

1.4.5.1 Shell test : 425 PSIG Hydro

1.4.5.2 Seat test : 300 PSIG Hydro

1.4.5.3 Back seat test : 300 PSIG Hydro

Notes

1. Valves shall be furnished with back seating arrangement for repacking whileworking under full working pressure.

2. End to end dimensions of flanged valves should be as per ASA B16.10.

3. Bidder shall indicate in their proposals the turndown ratio namely no. of turn requiredfor opening/ closing of the valve. This should be as high as possible to permit flowcontrol over a wide range.

1.5 CHECK VALVES HAVING SIZE LESS THAN OR EQUAL TO 50 NB

1.5.1 Rating : 800

1.5.2 Application : Transformer Oil

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 79 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

1.5.3 Constructional Features

1.5.3.1 Type : Piston Lift

1.5.3.2 Ends : Socket welded to ASA B16.11

1.5.3.3 Cover : Bolted

1.5.3.4 Seat : Body - Renewable Disc - Integral

1.5.4 Materials

1.5.4.1 Body : Forged Carbon Steel (ASTM A105)

1.5.4.2 Disc : 13% Cr. Steel

1.5.4.3 Body Seat : 13% Cr. Steel

1.5.4.4 Bolts, Studs and Nuts : ASTM A193 Gr.B7/A194 Gr.2H

1.5.5. Testing

1.5.5.1 Shell test : 3000 PSIG Hydro

1.5.5.2 Seat test : 2000 PSIG Hydro

Notes:

1. Ends of socket welded valves should be prepared to match pipes as per IS:1239 CLHVY (For cooling water).

2. Ends of socket valves for oil service shall be prepared to suit pipes as per ASTM A106Gr.B Sch 40.

1.6 CHECK VALVES HAVING SIZE GREATER THAN 50 NB

1.6.1 Rating : ANSI 150

1.6.2 Application : Transformer Oil

1.6.3 Constructional Features

1.6.3.1 Type : Swing

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 80 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

1.6.3.2 Ends : Flanged/Raised face Ends drilled toANSI B16.5

1.6.3.3 Cover : Bolted

1.6.3.4 Seat : Body - Renewable Disc - Integral

1.6.4 Materials

1.6.4.1 Body : Cast Carbon Steel (ASTM A216WCB)

1.6.4.2 Disc : 13% Cr. Steel

1.6.4.3 Body Seat : 13% Cr. Steel

1.6.4.4 Bolts, Studs and Nuts : IS: 1367 CL 4.6/4

1.6.5 Testing

1.6.5.1 Shell test : 425 PSIG

1.6.5.2 Seat test : 300 PSIG

Notes

1. End to end dimensions of flanged valves should be as per ASA B16.10.

2.0 PIPE FITTINGS MATERIAL SPECIFICATION

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 81 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

Application : Reactor oil

------------------------------------------------------------------------------------------------------------------------SL. ITEM NOMINAL MATERIAL SPEC. DIMENSIONALNO. PIPE SIZE STANDARD

RANGE MM------------------------------------------------------------------------------------------------------------------------

2.1 Elbows 15 - 50 ASTM A105 ANSI B16.113000 SW

> 50 ASTM A234 Gr.WPB ANSI B16.9SCH. 40 BF

2.2 Bends

2.3 Mitre

2.4 Branch conn.

2.4.1 Half Couplings < 50 ASTM A105 ANSI B16.113000 SW

2.4.2 Nozzles > 50 Pipe Material -

2.4.3 Tees < 50 ASTM A105 ANSI B16.113000 SW

2.4.4 Tees > 50 ASTM A234 Gr.WPB ANSI B16.9

2.5 Reducers < 50 ASTM A105 ANSI B16.113000 SW

> 50 ASTM A234 Gr.WPB ANSI B16.9SCH. 40 BE

2.6 Flanges < 150 ASTM A105 ANSI B16.5150 SORF

2.7 Blind Flanges < 150 ASTM A105 ANSI B16.5150 RF

2.8 Bolts All sizes IS:1367 CL 4.6 IS:1364 -

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 82 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

14. 3ANNEXURE-C:-

ESSENTIAL SPARES

SL. NO. DESCRIPTION QTY1 Complete set of gaskets required for the Reactors (List of

various types and sizes of gaskets shall be furnished duringdetailed engineering stage)

1

2 Set of bushingsa) Line Bushings 2b) Neutral Bushing 2

3 Set of current transformers consisting one current transformerof each type

1

4 Oil temperature indicator. 15 Magnetic oil level gauge ( consisting one of each type) 16 Set of Winding temperature indicating equipment complete

with all accessories including WTI repeater1

7 Pressure relief device along with suitable accessories 18 Silica gel breather (Consisting one of each type) 19 Set of valves consisting of one valve of each type 110 Buchholz relay ( Reed Type) ( suitable for Seismic duty) 111 Set of spares for marshalling boxes ( one of each type/rating) 112 Pipe fittings (Bidder to indicate quantity for each unit) 113 Air bag for the conservator 114 Spare Un-inhibited Naphthenic based EHV grade transformer

oil for NPCIL.10000Litres

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 83 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

14. 4ANNEXURE-D:-

DRAWING LIST FOR REACTOR OF KGS-3&4 PROJECTS

Sl.No. Description Indicative NPCIL Drawing NoKGS-3&4//Reactor USI/

1 General Arrangement 2501/GA2 Foundation Plan 2502/DD

3 Line Bushing 2503/DD

4 Neutral Bushing 2504/GA

5 WPS 2505/GA

6 Tank Profile 2506/GA7 Technical Data Sheets 2507/GA

8 Rating & Connection Diagram Plate 2508/DD

9 Details of Magnetic Flux Shunts 2509/DD

10 Thermosiphon Filter 2510/DD

11 GA of Marshalling Box 2511/GA

12 MOG indicator model 2512/GA

13 PRDs 2513/DD

14 Instruction on conservator fitted withflexible separator

2514/DD

15 Gas collection arrangement 2515/DD

16 QAP 2516/DD

17 Butterfly Valves 2517/DD

18 Valve Schedule Plate 2518/GA

19 Calibration Curve for WTI 2519/DD20 Radiator 2520/DD21 Loose Supply Items 2521/GA

22 Ladder 2522/DD30 Terminal Connector for Line Bushing 2530/DD31 Connecting Lug for Neutral bushing 2531/DD32 Auxiliary lead wiring 2532/DD33 Settings of indicators & PRD 2533/DD

34 BCT terminal plate engraving 2534/DD

35 Internal Assembly Details 2535/DD

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 84 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

Sl.No. Description Indicative NPCIL Drawing NoKGS-3&4//Reactor USI/

36 Globe Valves 2536/DD

37 Disconnecting Chamber 2537/DD

38 Painting Procedure 2538/DD39 Transport outline 2539/DD40 Permissible over fluxing 2540/DD

41 Core Earthing Details 2541/DD42 Calculation for Thermal Ability to

withstand seismic forces/moments2542/DD

43 Interconnection Cable Schedule/terminallists as per NPCIL Engineering document.

2543/DD

44 General Notes on OGA 2544/DD

45 Temperature Indicator 2545/DD

46 Tools and Tackles 2546/DD47 Moving Coil Electrical Repeaters 2547/DD48 Flexible Separators 2548/DD49 Other items 2549/DD

50 Other Items 2550/DD

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 85 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

Annexure – HVWS1.0 GENERAL SCOPE OF WORK :

This specification covers Design & Engineering, manufacture, material supply, Pre-fabrication, , construction, design review by PURCHASER, examination & testing atfactory, inspection at works, packing, transportation and delivery to site, fabrication at site,Handling, Storing, Field-welding, assembly, erection, site testing, commissioning, puttinginto successful operation, trial operation, performance guarantee (PG), handing over ofpiping, pipe-fittings, valves, piping supports, equipments & equipment supports, tubing,on-line instrumentation and submission of documentation of complete high velocity firewater spray system (HVWS) including piping, pipe supports, valves, casting of concretepedestals for pipe supports , construction of Deluge valve housing. This specification isapplicable for oil filled Electrical Equipment such as Transformers and Shunt reactors,Neutral grounding reactors & Bus reactors for the Switchyard 400 kV Reactors for KGS-3&4 . The scope shall also include Seismic qualification by way of analysis, Environmentalqualification of items, performance guarantee (PG), handing over of fire water spraysystem with in the terminal points as specified in the tender drawings. The fire water spraysystem shall be High Velocity Water Spray System (HVWS). The scope also includesDesign and engineering of all control & instrumentation necessary for operation of firewater spray system including control panels, instruments, fire detectors, field instruments(viz. Pressure gauges, Pressure switches etc), cables & junction boxes , cablingterminations, tubes & tubing, Cable pans/trays for laying various cables and otherspecialties to meet the intended functional requirement of complete fire water spray systemlocated near equipment to be protected for KGS -3&4..

The items covered under the scope of this tender are indicated in Datasheet –‘B’.

The scope includes supply, installation & commissioning of fire water lines, compressedair lines & 220 V DC control supply etc beyond the identified terminal points at whichPurchaser shall terminate his supply lines. It will be the responsibility of Contractor to tap-off from Purchaser’s terminal point and do necessary internal distribution or extensionfrom one equipment to other equipment location.

1.1. Design & Engineering:-

Scope of design & engineering covers from conceptual design to detailed engineering andpreparation of drawing and documents covering but not limited to development of designbasis, equipment / piping design philosophy, design / sizing criteria, design calculation,design parameters finalization, preparation of Process and Instrumentation Diagrams(PIDs),valve list, development and finalization of control and logic requirements,redundancy & design margins requirements and material selection of various system,equipment and piping, preparation of layout drawings, equipment foundation design,isometric drawings, various schedules, seismic analysis calculations, environmental

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 86 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

qualification for site condition. However while sizing the piping components appropriatepiping material specifications, provided by PURCHASER shall be followed. Any change indesign philosophy wherever specified/provided by Purchaser, shall be indicated in Bid andshall be implemented only with the prior written approval of the Purchaser.

1.2. Scope of Engineering covers engineering modification of piping near equipment nozzlesand at interface piping, at terminal points, routing of small diameter auxiliary piping (lessthen including 50 NB) / tubing including supports, casting of RCC pedestals along withrequired excavation with embedded parts and supports for over ground piping routed inoutdoor area.

1.3. Estimation of Bill of Quantity (BOQ) for piping supports in terms of support member, sizeand lengths, is in the scope of Contractor.

1.4. High velocity water spray system shall meet requirement as per IS-3034. This system shallbe separately mounted and designed to take into account the possibility of a Reactor /Transformer explosion. The water spray deluge valve house shall be located outside theequipment fire zones and protected from radiant heat and other fire effects. The actuationof this system shall be automatic but manual operating valves shall also be provided.

1.5. The high velocity spray system should be well designed to have adequate coverage of theentire equipment including the conservator tanks, the bushings and the bottom area. Thepositioning of the nozzles should be such to protect all surfaces of the equipment and togive intended discharge rate for the system for the area to be protected. This aspect shall bereviewed during Design Review and vendor shall demonstrate the adequacy of system byway of calculation & testing. The automatic high velocity water spray shall be of pre-activewith Quartzite Bulbs.

1.6. The fire protection systems covering the Transformer / Reactors & associated oilconservator tank and cooler shall be designed to meet the single risk concept so thatsimultaneous deluge over all the risk zones is possible.

1.7. The electrical clearances between voltage source and high velocity spray system shall bemaintained as per IS and IE rules.

1.8. The High velocity water spray (HVWS) system shall meet requirement given in NPCILSpecification PC-E-558 with clauses as applicable for HVWS for outdoor area.

1.9. Necessary spare parts and maintenance tools and tackles for the above shall be included inthe scope of supply.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 87 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

1.10. Inputs required for civil construction, fire fighting system, external connections shall begiven within the month after placement of order.

1.11. Adequacy of space available for Transformer / Reactors fire protection system shall beconfirmed at the time of bid after review of layout plan. The CONTRACTOR shall developa equipment layout drawing showing the Reactor Tank outline, Radiator area, fireprotection system and other civil structural details for Control Cabinets etc.

1.12. The grounding of fire protection system equipment at required locations with Purchaser’sgrounding grid / pig tails / earth pads shall be in Contractor’s scope including supply ofearthing conductors and connecting accessories.

1.13. The scope includes design and engineering of control system necessary for interfacingwith Control Room for equipment control and annunciation. The preparation of controlcircuit terminal list for Purchaser’s approval shall be in the scope. Later on, aftercompletion of equipment commissioning, TL and other drawings shall be updated for “asbuilt” information.

1.14. Painting including supply, handling, surface preparation, application of primer and finalpaint as per NPCIL approved painting procedure in line with NPCIL Specification No PC-E-615.

1.15. Training of Purchaser’s personnel is included in the scope of the tender.

1.16. In addition to the supply and commissioning of Fire Protection System, scope shall alsoinclude coordination for interfacing with other equipments (not supplied byCONTRACTOR & which are not covered under this contract) such as Control Room, andSCADA etc so as to ensure safe and satisfactory performance of the entire system. Details,if any required from other systems will be provided by PURCHASER during detailedengineering.

2.0 CONTENTS:The contents of the specification are covered under following heading:

Content Page No.

Applicable codes/ standards 89

System description of main equipment and accessories 93

Design Requirements 93

Supply Fabrication & Erection 96

Inspection and testing 97

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 88 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

History Docket requirement 99

Documents to be submitted along with Bid 99

Drawings & documents to be submitted for approval after award of

contract

100

Documents to be submitted for records 101

Preparation for shipments 101

Guarantee 101

Spares 102

Erection and maintenance tools 102

Label & Diagram plate 102

3.0 APPLICABLE SPECIFICATIONS, CODES AND STANDARDS:

3.1 The design, material, construction, manufacture, inspection, testing and performance offire protection system for Shunt Reactors and Neutral Grounding Reactors and accessoriesshall comply with the latest editions (including amendments thereto) of all currentlyapplicable standards, statutes, regulations and safety codes in the locality wherethe equipment will be installed. Nothing in this specification shall be construed to relievethe CONTRACTOR of this responsibility. This specification may contain references toolder versions of NFPA/IEC/IS, but since all standards are subject to revision, bidder shalloffer equipment applying the latest revision of standards.

3.2 In the event of any conflict between the requirements of the codes/ standards and thisspecification, the more stringent of the two shall govern.

3.3 Prior approval shall be obtained by the CONTRACTOR from the PURCHASER regardingmake and type of items as well as make and type of components, instruments andsubcontracted items (if any) included in the scope .

3.4 Other National Standards are acceptable if they are established to be equal to orsuperior to the listed standards. In all such cases, however, copies of English translationof such National Standards shall be attached to the tender. The tenders not complying withthis requirement are liable for rejection.

3.5 All documents listed below and those referred to elsewhere in this specification issue ineffect on the date of tender documents constitute a part of this specification to the extentdefined herein. In the event of any conflict between the requirements of this specificationand the publications and drawings listed below, this specification shall govern. The systemdesign shall generally conform to the following :-

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 89 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

AERB/NF/SS/FPS, R-1 : Fire Protection systems for Nuclear Facilities

AERB/SG/D-4 : Fire Protection in PHWR based Nuclear Power plants

Fire Protection Manuals : Tariff Advisory Committee's (TAC)

NFPA-13 : Standard for the Installation of Sprinkler Systems

NFPA-15 : Standard for Water Spray Fixed Systems for Fire

Protection

NFPA-72 : National Fire alarm Code-2007

IS:9000-1994/Part-III

and V

: Basic environmental testing procedure for electrical and

electronic items

IS:9972 : Specification for auto sprinkler heads

3.6 The selected materials, equipment and the design of the total spray system shall meet theapproval of Tariff Advisory Committee (TAC). For system components namely, delugevalve and its accessories (trims), spray nozzles and quartzite bulb (Q.B.) detectors,manufacturer’s standard will be applicable. However these components, equipments anditems shall be of good quality and shall pass the test procedures stipulated by LossPrevention Council (LPC), Factory Mutual Corporation (FM), Underwriter’s Laboratories(UL), or other Underwriting Authorities, VDS or any other equivalent and recognized,reputed testing authority to ensure satisfactory service life. Compliance certificate for thesame shall be submitted for purchaser’s review and records.

3.7 Applicable NPCIL Specifications :

PC-E-558 : Technical specification for fire fighting water spray system

PP-P-1819 : Technical specification on Seismic Qualification of

Valves, Panels, Reciprocating & rotary equipment,

Tanks, Vessels, Piping, Supports & structures

PC-E- 535 : Technical Specification for Tanks and Vessels

PC-M-599 : Technical Specification for Carbon Steel Pipe, Pipe fittings

and Piping Components for Light Water Systems.

PC-M-308 : Technical specification for Austenitic Stainless steel pipes

PC-M-309 : Technical specification for Austenitic Stainless steel

fittings

PC-P-285 : Technical specification for Field Welding of Piping

PC-P-344 : Technical specification for Piping fabrication for Nuclear

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 90 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

Power Plants (PHWRs)

PC-P-345 : Technical specification for Cleaning Methods of Piping

PC-E-262 : Technical specification for Solenoid Valves

PC-E-263 : Technical specification for Filter Pressure Regulators

(PRVs)

PP-M-1890 : Technical specification for Seamless copper tubing

PP-E-155 : Technical specification for Brass compression type(flare

less) tube fittings

PP-M-107 : Technical specification for Seamless austenitic stainless

steel tubing

PC-E-274 : Technical specification for Stainless steel compression

type twin ferrule (flarelss) tube fittings

PC-E-448 : Technical specification for Stainless Steel Bourdon Tube

Pressure Gauges

PC-E-607 : Technical specification for Pressure and Differential

Pressure Switches

PC-E-615 : Technical specification for Painting

PC-E-635 : Technical specification for Stainless Steel Instrument

Isolation Needle Valves

PC-E-608 : Technical specification for Temperature Switches

PC-E-347 : Technical specification for Junction Box

PC-E- 234 : Technical specification for EPR insulated LHLS sheathed

unarmoured instrumentation cables.

PC-E-298 : Technical specification for Electromagnetic Relays

PC-E-730 : Technical specification for Local Control Panels/Racks.

PC-E-709 : Engineering standard on Instrumentation & Control system

grounding

PC-E-710 : Engineering standard on electromagnetic compatibility

qualification of C&I equipment

PP-E-2061 : NPC technical specification for requirements of

components for instrumentation items

PP-E-1443 : NPC specification for manufacture of Single sided, Double

sided and Multilayered printed wiring boards.

PC-E-188 : Technical specification for DC to DC Converter and SMPS

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 91 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

The Bidder shall indicate date of issue of the codes / standards he proposes to use while

making his quotation. Copies of applicable NPCIL specifications will be provided to

successful bidder.

4.0 SYSTEM DESCRIPTION OF HVWS EQUIPMENT AND ACCESSORIES:

System shall meet requirements outlined in Clause No 4.1.1 of Specification No PC-E-558

as attached with this specification.

High velocity water spray (HVWS) system:

The system shall consist of a suitable heat sensing device, a Deluge Valve (DV) assembly

and special nozzles. The heat sensing device shall be the Quartzoid Bulb (Q.B.) Detector

with a fixed temperature rating of 79 deg C for outdoor application. The nozzle shall be

capable of producing high velocity water spray. The bore, spray angle and the discharge

coefficient of nozzle (“k” Value) shall be carefully selected for each application to achieve

the required flow rate, emulsifying effect and coverage of surface area protected. The

operating pressure of nozzle will be generally in the range of 3.5 kg/cm2 (g) to 5.5 kg/cm

(g). The DV shall be pneumatically operated. To achieve actuation of the DV, Q.B.

detectors will be mounted on a pipe-work charged with compressed air at about 3.5 kg/cm2

(g). The compressed air also maintains adequate pressure to balance the water pressure

upstream of DV. Compressed air supply will be drawn from the instrument air

compressors. In event of fire detection by Q.B. detectors the bulb will break on reaching

rated temperature. This will result in escape of compressed air from air pipe-work. Due to

fall in air pressure, the water pressure upstream of DV overcomes the reduced air pressure

and causes the DV to open, thereby releasing water into the water pipe-work consisting of

open H.V. spray nozzles. The DV shall also be capable of manual actuation. Suitable air

accumulator tank with capacity sufficient for three operations of the DVs shall be provided

by the CONTRACTOR. Refer Annexure-1 showing scope of fire water spray vendor and

typical schematic for out door HWVS system. All DVs including its trim kit and

accessories and instruments etc. shall be located inside enclosed suitable structure called

DV housing with a provision of door.

5.0 DESIGN REQUIREMENTS:

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 92 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

CONTRACTOR to carry out complete design & engineering of entire fire water spray

system as per scope of the tender and with in the terminal points and work out the pipe size

with respect to flow requirement for each spray system to ensure complete design and

engineering of the system. It may be noted that sizing and routing of water piping of fire

water spray system within the terminal points is in the scope of the CONTRACTOR.

The design requirements for fire water spray system are as given below:-

1 Spray system design basis NFPA – 15, IS – 3034

2 Minimum terminal pressure required at the

farthest nozzle from Deluge valve (DV)

3.5 kg/cm2 (g) for HVWS

3 Flow restriction for each HVWS System per

equipment.

Not more then 200 m3/hr. (why this restriction

in flow )

5.1 QUALIFICATION:

Complete fire water spray system pipes & pipe-fittings including Control &Instrumentationpanels and devices shall be designed to withstand seismic as IS-1893 for Zone-III andIEEE-693. For checking the stresses due to different load combinations ASME Sec. III NDshall be referred. The pipes, equipment and the supports shall be qualified to meet seismicloads. Seismic qualification to be carried out by analytical method for pipe, pipe-fittings,supports etc.

5.2 The contractor shall submit design, analysis and test procedure to Purchaser for approval.

5.3 Standard for the Installation of sprinkler systems shall be designed as per NFPA- 13 ,Standard for water spray system for fire protection shall be designed as per NFPA- 15 andSpecification for auto sprinkler heads shall be as per IS:9972.

5.4 The water application rate (discharge density) should not be less then 10.2 lpm /m2 ofsurface for HVWS.

5.5 CONTRACTOR to ensure that all control and instrumentation devices and local controlpanel supplied for fire water spray system and which are located in outdoor area should bequalified for worst outdoor environment like rain-water, dust etc. If not, thenCONTRACTOR shall provide suitable protection for such items located in outdoor area sothat their performance is not hampered.

5.6 Reliable operation of instrumentation items shall be for 15 to 20 years of operation.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 93 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

5.7 The water demand of each protected area shall be established and accordingly the size ofDV shall be finalized. The CONTRACTOR shall furnish detailed hydraulic calculationsindicating the water flow and pressure requirement at the inlet flange of each DV and ateach spray nozzle.

5.8 The maximum flow restriction for individual fire water spray system for equipments hasbeen limited to 200 m3/hr.

5.9 The residual pressure at the farthest nozzle in the HVWS system shall be minimum 3.5kg/cm2 (g).

5.10 Contractor to maintain desired system pressure in the spray system headers.

5.11 The water supply pipes & pipe-fittings for fire water and spray system shall be as perPiping Material Specification for kgs-3&4. Of fire water system. However, pipes & pipe-fitting materials for compressed system for HVWS system shall be as per Piping MaterialSpecification of Compressed air system for KGS-3&4.. However, fire water spray systembeyond Deluge valve shall be galvanised. Contractor shall submit Piping materialSpecification for review of PURCHASER.

5.12 The terminal point for compressed air supply shall be as per drawing. The pressure atterminal point shall be tentatively 8 kg/cm2 (g) and Purchaser shall provide 200 NB valveat terminal point. Further tapping and pressure adjustment as per equipment requirementshall be Contractor’s responsibility.

5.13 The open spray nozzles (HVWS) will have bore size of minimum 6mm. One Y-typestrainer will be provided upstream of DV with a suitable wire mesh to avoid clogging ofnozzles. The spray nozzles will also be provided with blow off caps to avoid dirtaccumulation.

5.14 The QBD shall be rated for 79 deg. C for outdoor locations.5.15 Deluge valve and its accessorise including Local control panel shall be housed in covered

RCC/brick structure.

5.16 ENVIRONMENT QUALIFICATION (EQ) :

All equipment/valves/instruments of fire water system shall be environmentally qualified

as per relevant Standards for outdoor application for site conditions as mentioned in Project

Site Data in Section C-0 of tender Specification. Contractor shall submit required Type &

Routine test certificates and other analysis to demonstrate that the system meets the

qualification requirements.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 94 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

5.17 INSTRUMENTATION & CONTROL:Instrumentation and Controls required for fire fighting water spray system are indicated inClause No 5.17 of Specification No PC-E-558 as applicable for HVWS. However allInstrumentation & Control required, depending on process selection, for monitoring &protection of system & equipment and for intended system operation shall be provided bythe contractor.The contractor shall provide and wire potential free contacts to terminal strip for eachHVWS "DV’ for purchaser’s use(i) Pilot line open.(ii) Spray System Actuated(iii) Control Power Supply failureThe contractor shall wire all annunciation contacts of Reactors in series to generate a singlealarm as “Reactor Trouble” for annunciation in Main Control Room.

Add the following also:

Also contacts needed Switch yard panel interface as per Electrical design like in 700 MWeshould be mentioned here by electrical group.

Source and voltage level of Control power supply provision for panel is to be included.

All circuit voltage shall be 24 VDC. Provision for manual operation of system from LCP isrequired.

Clause regarding Spares to be included is to be added.5.18 SEISMIC REQUIREMENT:

CONTRACTOR shall carry out seismic analysis as per IEEE 693 and shall comply the

structural requirement as per Standard.5.19 DESIGN REVIEW:

The intent of design review is to ensure that the quality expected in the various design

stages and drawing submittals are met to the satisfaction of Purchaser and various

industrial standards. The PURCHASER shall carryout design review of Reactor fire water

protection system as a part of CIGRE design review as per CIGRE WG 12.1.22 for

Reactors.

6.0 SUPPLY, FABRICATION, ERECTION & COMMISSIONING:

Supply of materials required for HVWS fire water spray system for Transformers/Reactors

shall include all material and components and services to make the system functional at site

to meet the intended function as per Specification requirement. Materials shall be supplied

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 95 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

at site along-with co-related materials test certificates showing mechanical properties and

chemical analysis as per relevant material specifications, codes/standards. Materials shall

be dispatched to site only after release of shipping release issued by the PURCHASER’sauthorized representatives. After supply of materials at site, materials shall be kept under

proper storage as per the approved storage procedures. Cleaning methods used for cleaning

of pipes, pipe-fittings and small components during construction of the system shall

conform to the requirements stipulated in PURCHASER’s specification no. PC-P-345.

Requirements related to welding of piping either field welding or shop welding during

construction shall conform to PURCHASER’s specification no. PC-P-285. Requirements

of fabrication and erection of piping and equipments shall conform to PURCHASER’sspecification no. PC-P-344. Before carrying out flushing of piping system all spray nozzles

and fire detectors installed on piping network shall be removed.

The scope of erection and construction covers material handling duringerection/construction, transportation from Contractor’s storage area to erection site,Inspection, examination, testing before and during erection, complete erection, site testingafter erection with provision of required temporary piping, supports, instruments and systemnormalisation after testing , identification and establishing QA program for site works inline with PURCHASER’s QA Program, preparation of QA documents, QA Plans, workprocedures for erection & construction procedures for all equipment, structures and systemsas specified herein. Erection and construction of all systems, equipment and structures insuch a manner so as to render the system complete for safe & efficient operation of theplant. Preparation of as-built drawings for all systems, including field routed piping.Preparation of construction completion reports. Collection and documentation of all testingand inspection data.

Scope of equipment erection covers casting of secondary reinforced concretepedestals/structures, curing, foundation bolts & nuts, erection of equipment coveringalignment, levelling, and grouting, dry packing.

Scope of piping erection covers installation, alignment, fixing of piping withsupports. U-clamps shall be fixed along with bolts, nuts, locknuts, plain washers, taperwashers.

Scope of commissioning & testing include preparation of detailed logical andsequential programme of commissioning activities, commissioning procedures.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 96 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

Commissioning of all the system, structure and equipment to verify the designintent, preparation of commissioning reports. Carryout any modification required in thesystem, structure and equipment based on commissioning feed back.

Scope of trial operation and handing over includes carrying out the performance testof complete spray system and equipment, operation as per the operating procedures alongwith the PURCHASER’s personnel and resolving problem if any, observed during trialoperation and carryout modification if required, in the system, structure and equipmentbased on the feed back of trial operation. Handing over system structure and equipmentalong with all the drawings and documents to purchaser to the satisfaction of purchaser.

7.0 INSPECTION AND TESTING:Acceptance and routine tests for all supply equipments/component parts will be as per

Specification PC-E-558 as applicable for HVWS. Tests shall be carried out as per the

relevant standards and as per approved QAP. These test reports and available type test

reports shall be submitted to the PURCHASER before dispatch of the equipment.

Three copies of test reports shall be submitted for Purchaser’s approval. And approvedcopies shall be included in the final documentation.

The CONTRACTOR shall be responsible for and shall provide for and perform all the

examination and testing specified herein, in the presence of PURCHASER’s authorized

quality control representative. The product shall be carefully examined during manufacture

and after completion to determine its conformance with this specification with respect to

material, workmanship, finish, marking and dimensions and to assess its conformance with

other requirements stated or reasonably implied and not covered by specific tests.

Inspection and testing shall be conducted in a satisfactory manner and test reports shall be

submitted by the Contractor to the Purchaser. The Purchaser or his authorized agency shall

have access to the Contractor’s premises at all times to the extent necessary to ensure

compliance with the provisions of this specification. The Purchaser shall also have the right

to conduct at his own expense any additional inspection or testing, he deems necessary.

The Contractor shall obtain permission from Purchaser before repair and subsequent use of

such equipment or part. If the repairs, including redesign, are likely to affect the result of

tests or work previously completed, appropriate re-inspection and retesting shall be

conducted. A final inspection will be made by the Purchaser’s representative beforedispatch of equipment. Testing of pipes, fittings, conventional valves, specials etc. shall be

carried out as per relevant data sheets. The DV shall be tested at manufacturer’s works at

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 97 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

12.3 kg/cm2(g) (175 psig) or higher pressure if required by the manufacturing standards.

Test report shall be submitted for each DV. After erection, the entire piping system with

DV shall be hydrostatically tested at 1.5 times the working pressure or shut-off head of fire

water pump whichever is higher. During the test no leakage shall be seen in the DV or any

point in the system.

Requirements of testing of piping and equipments shall conform to PURCHASER’sspecification no. PC-P-344. Before carrying out the hydro-test of completed piping system,

it must be ensured that all spray nozzles and QBD (Quartz Bulb Detectors) installed on the

pipe-network are removed. Piping network shall be suitably plugged before subjecting it to

testing. CONTRACTOR to carry out dry simulation test for each fire water spray system

without spraying fire water. After completion of hydro-test at site, CONTRACTOR to

show performance test of fire water spray system. This test shall be done after all control

and instrumentation system are commissioned. The test should show integrated function of

fire water spray system. During this test CONTRACTOR to ensure and show that all

design parameters as stipulated in the specifications are met. Such design parameters

observed during performance tests should be recorded. All test reports for the standard

functional tests carried out at manufacturer’s works on DV, spray nozzles and Q.B.detector shall be submitted before dispatch to site. Tests of field mounted instruments shall

be as per NPCIL specifications.

8.0 HISTORY DOCKET REQUIREMENTS:

As part of the Quality Assurance records requirement, a draft copy of History Docket shallbe prepared for spray system components and submitted to the Purchaser at the time ofinspection for approval. Four hard copies and three soft copies in CDs of the approvedhistory docket shall be submitted. This docket shall consist of the minimum of thefollowing records/documents.a) Purchase order and sub-order copies, copies of approved QAP and procedures.b) Copies of shipping release against sub-orders on sub-vendors.c) Certified material test reports, test certificates including for bought out items.d) NDE Reports and Dimensional Records.e) Hydrostatic Test Reportsf) Type test and routine test reports.g) Approved design concession requests.h) Guarantee certificatei) Component ordering information for future replacement, if required.j) Finally approved “As Built” drawings & datasheets.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 98 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

9.0 DOCUMENTS TO BE SUBMITTED ALONG WITH BID:

The BIDDER shall furnish the following data along with data asked in Data sheet-B toenable evaluation of his BID.

9.1 Flow schemes for each of the sub-systems called for.

9.2 A key piping plan showing location of deluge valves (DV) and location of spray nozzles.

9.3 A preliminary hydraulic calculation indicating the pressure values at important points likespray nozzles and each deluge valve.

9.4 A detailed process and Instrumentation flow sheet

9.5 Control Philosophy

9.6 Deluge valve and trim schematic and a write-up giving operational principles.

9.7 Bill of Materials of system components.

9.8 All information called for in data sheet B.

9.9 Data Sheet `B' duly filled.

9.10 Proposed QAP

9.11 Existing infrastructure available with the bidder and possible sub-vendor(s) for design,engineering and manufacture/fabrication of the fire water spray system components.

9.12 Existing facilities/infrastructure available with the bidder and possible sub-vendor(s)for carrying out examination and testing . Capability for seismic analysis and method of theanalysis.

9.13 Experience in similar field with Purchaser and other industries along with the jobreferences.

9.14 Scope of sub-contract, if any (names/address of possible sub-vendors, item and value ofsub-contract).

9.15 Manufacturing and delivery schedule, from the date of placement of the Letter of Intent orPurchase Order – whichever is earlier, with break-up of major activities.

9.16 List of deviations (if any) section-wise from this specification no. PC-E-558 and thisspecification.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 99 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

9.17 Other details required for the comparison and evaluation of the bids.

10.0 Drawings and documents to be submitted for approval after awards of contract:

10.1 Data Curvesa) Spray nozzle characteristics curves, spray pattern etc.b) Data sheets for the nozzle.c) Design calculations for each fire water spray system.d) Design calculation showing hydraulic calculations, sizing etc.

10.2 Drawings four copies of drawings showing:(a) Process and design parameters.(b) General arrangement (plan, section and view) covering nozzle sizes and orientation,

outline dimensions, support etc.(c) Cross-sectional drawing showing all parts, bill of materials, standards/codes of

materials.(d) Instrument Schedule, Instrument Erection Drawings, Engineering & Wiring

Diagrams, Panel General Arrangement Drawings, Interconnection Cable Schedule,Terminal Lists and Specification sheets for Instruments.

10.3 Documents(a) Quality Assurance Plan.(b) Control Philosophy(c) Material examination procedure.(d) Visual and dimensional examination procedure.(e) Liquid penetrant examination procedure.(f) Radiographic examination procedure.(g) Seismic analysis report for structural integrity.(h) Welding and weld repair procedure (s)(i) Hydrostatic test procedure(j) Air leak test procedure(k) General performance test procedure(l) Cleaning procedure(m) Painting and rust preventive procedure(n) Packing procedure(o) Storage procedure

11.0 DOCUMENTS TO BE SUBMITTED FOR RECORDS:

11.1 One set of reproducible (dilar/tracing) for each as built drawing. One set of microfilm ofeach drawing.

11.2 Four hard copies and three soft copies in CDs of all approved design reports.

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 100 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

11.3 Four hard copies and three soft copies in CDs of approved history docket (Section 6.0 ofthis specification) and Seismic analysis reports. Radiographic films.

11.4 Four hard copies and three soft copies in CDs of approved Installation, Operation andMaintenance Manual.

11.5 All examination and test reports shall be signed by vendor, sub-vendor as Purchasersrepresentative the shipping release may not be issued if history docket is not ready inacceptable form. Delivery will be deemed incomplete till the history docket is supplied.

12.0 PREPARATION FOR SHIPMENT:Before shipment items shall be thoroughly cleaned and dried. To prevent ingress of dirt or

dust during shipment and site storage, openings shall be shielded protected against damage

by steel plates and gaskets securely bolted in place. All small loose pieces, including

bolting tools, gasket, etc. shall be adequately crated or boxed for protection during

shipment. All pieces shall be marked with the equipment piece number or mark number.

13.0 GUARANTEE:The guarantee of material and workmanship & performance shall be as per general

conditions of contract attached with the tender.

14.0 SPARES :

14.1 Essential spare should be provided. The Contractor shall provide 20% spare instruments

subject to a minimum 1 no. of each type per unit.

14.2 Recommended spares by suppliers: Vendor shall recommend spares for 3 years of trouble

free service.

15.0 ERECTION AND MAINTENANCE TOOLS:

The supplier shall furnish a complete unused set of all special tools, wrenches etc., withnecessary tools boxes as required for erection, maintenance, overhaul and completereplacement of any equipment being supplied under this specification for each Project. Inaddition, the following Detector Removal/Installation Tool shall also be provided.i) Installation & removal of detector located at height of 7 meters shall be possible

from a distance with the help of detector removal tool.ii) On line detector removal tool by the help of which detectors can be exchanged from

the floor also shall be supplied.iii) The detector removal tool arm length shall be at least 6 meters and the length shall

be achievable by three or four pieces or it shall be of collapsible type of concentricrods.

Special Tool Kit: In addition all special tools required if any for installation and

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 101 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

maintenance shall be offered.

16.0 LABELS AND DIAGRAM PLATE:

i. All components of Fire water control system shall be provided with individual labelswith equipment designation/rating. Also, the cabinet shall be provided on the frontwith anodized aluminum / SS label having black letters engraved on white background with the designation of the cabinet as furnished by the PURCHASER. Sizeand wording of the labels shall be subject to Purchaser's approval.

ii. Inside the control panel’s door a circuit diagram engraved on non-rusting metal/anodized aluminium shall be fixed for reference.

17.0 PRIMER PAINT AND FINISH PAINT:

No. ItemsSurface

PreparationPrimer

FinalPainting

TotalThickn

ess

ColourCode

A Piping

1 Fire Water

System

Piping in

outdoor

areas

Blast clean to SA

2.5. If not practical,

manual/mechanical

cleaning to

ST2/ST3

2 coats (50

microns per coat)

of polyamide

cured high build

epoxy zinc

phosphate primer,

55% solids,

colour: red oxide

1 coat (75

microns) of

Polyamide cured,

high build epoxy

intermediate with

laminar micaceous

ion oxide pigment,

52% solids

content.

2 coats (40

microns per

coat) of

aliphatic

isocyanate

cured

acrylic

Polyurethan

e at site

255

microns

Ground

Colour –Signal Red

(537)

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 102 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

No. ItemsSurface

PreparationPrimer

FinalPainting

TotalThickn

ess

ColourCode

B Equipments

1 Uninsulated

Tanks,

valves,

Pumps,

motors,

electric

panels and

other

equipments

located

outdoor

areas

Blast clean to SA

2.5. If not practical,

manual/mechanical

cleaning to ST 2 /

ST 3

2 coats (50

microns per coat)

of polyamide

cured high build

epoxy zinc

phosphate primer,

55% solids,

colour: red oxide

1 coat (75

microns) of

Polyamide cured,

high build epoxy

intermediate with

laminar micaceous

ion oxide pigment,

52% solids

content.

1 coat (40

microns per

coat) of

aliphatic

isocyanate

cured

acrylic

Polyurethan

e paint at

shop and 1

coat (40

microns) of

touch up

paint (of

same

material) at

site

255

microns

Sprinkler

Pipe / Fire

fighting

equipment

s – Signal

Red (537)

Cranes,

hooks,

hoists –Light

Orange

(557)

Other

Equipment

s –Aircraft

Grey (693)

C Supports

1 Supports in

outdoor area

a Complete

shop

fabricated

Blast clean to SA

2.5. If not practical,

manual/mechanical

cleaning to ST 2 /

ST 3

2 coats (50

microns per coat)

of polyamide

cured high build

epoxy zinc

phosphate primer,

55% solids,

1 coat (40

microns per

coat) of

aliphatic

isocyanate

cured

acrylic

250

microns

Aircraft

Grey (693)

Nuclear Power Corporation of India Limited

2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire

protection

Page 103 of 104

Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

No. ItemsSurface

PreparationPrimer

FinalPainting

TotalThickn

ess

ColourCode

colour: red oxide

1 coat (75

microns) of

Polyamide cured,

high build epoxy

intermediate with

laminar micaceous

ion oxide pigment,

52% solids

content.

Polyurethan

e paint at

shop and 1

coat (40

microns) of

touch up

paint (of

same

material) at

site

b Welding at

site

Blast clean to SA

2.5. If not practical,

manual/mechanical

cleaning to ST 2 /

ST 3

2 coats (50

microns per coat)

of polyamide cured

high build epoxy

zinc phosphate

primer, 55%

solids, colour: red

oxide.

1 coat (75 microns)

of Polyamide

cured, high build

epoxy intermediate

with laminar

micaceous ion

oxide pigment,

52% solids

content.

2 coats (40

microns per

coat) of

aliphatic

isocyanate

cured

acrylic

Polyurethan

e paint at

site

255

microns

Aircraft

Grey (693)

Nuclear Power Corporation Of India Limited

Kaiga Atomic Power station-3&4

Technical Specification for Bus Reactors & its Fire protection

Page 104 of 104

Rev-0

SPECIFICATION NO.: PP-E-00034 DEC, 2016

NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL.

ANNEXURE-I OF SPECIFICATION PC-E-558

HVWS SYSTEM OUTDOOR AREA (TYP.)

Nuclear Power Corporation of India Limited2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire protectionPage 1 of 22Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

SECTION-D

1.0 GUARANTEED TECHNICAL PARTICULARS FOR THE REACTORS:

Following guaranteed technical particulars shall be completed by the CONTRACTOR andsubmitted along with the technical part of the bid:

Sl. No. Item Description Detailsregarding

Bus Reactor1.1 Reactor application/designation1.2 Manufacturer's name and country1.3 Manufacturer's type/ designation of equipment1.4 Quantity (Nos).1.5 Applicable standards1.6 Rating1.7 Rated Voltages1.8 Type of Cooling1.9 Current at rated voltage & frequency1.10 Impedance at 75 deg. C winding temperature on

rated MVAR at rated current & frequency(subject to tolerance / Indicate the tolerance)

1.11 Reactance at rated frequency1.12 Zero sequence impedance at Temperature of 75

deg C1.13 Whether the linearity of reactance is maintained

up to 150% of rated voltage?1.14 Loss at rated MVAR at 75 deg C winding

temperature (guaranteed subject to tolerance asper applicable standards ) ( kW0

1.15 Inrush current and duration1.16 Noise level when energised at normal voltage

and frequency without load ( dB)1.17 TANK1.17.1 Type of tank & Material1.17.2 Thickness of sheet (mm)

a) Sidesb) Bottomc) Coverd) Cooling tubes/ Radiators

1.17.3 Vacuum to which the(a) tank can be subjected without distortionb) radiators can be subjected to withoutdistortion

1.17.4 Number of points at which tank earthingprovided

1.17.5 Type of tank cover (Conventional/Bell type)

Nuclear Power Corporation of India Limited2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire protectionPage 2 of 22Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

Sl. No. Item Description Detailsregarding

Bus Reactor1.17.6 Minimum clearance height for lifting core and

winding from tank (mm)1.17.7 Arrangement for preventing overheating of tank

and other structure1.18 CORE1.18.1 Type of core construction

a) Flux density considered for the designof core at 100% voltage and frequency:

b) Flux density in general & Flux densityat yoke portions

c) Measures adopted to provide linearity offlux and avoid saturation.

d) Core construction is five limb or threelimb? Dimensional details of windowsize?

1.18.2 Core laminationsa) Material of core laminationb) Thickness of core laminationsc) Insulation of core laminationd) Type of joints (mitred/lapped)

1.18.3 Core clampinga) Method of core clampingb) Material of core bolts when usedc) Material of core clamps when usedd) Material of binding tapese) Insulation of core bolts and washers

when usedf) Insulation of core clamps when usedg) Insulation between core laminations

TENDERER shall furnish brief write-up ofmethod of core clamping and grounding.

1.18.4 Core earthing arrangement and provision ofbushing for measurement of core earthing

1.18.5 Test voltage between core and earth1.18.6 Maximum flux density at rated frequency at

core and yokea) At 90% rated voltageb) At 100% rated voltagec) At 110% rated voltage

1.18.7 No of stray flux shields and their locations, Size& dimensions (including internal drawing)provided for flux shielding?

1.18.8 Over fluxing capability and durationa) 110% (Sec)

Nuclear Power Corporation of India Limited2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire protectionPage 3 of 22Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

Sl. No. Item Description Detailsregarding

Bus Reactorb) 125% (Sec)c) 140% (Sec)d) 150% (Sec)e) 170% (Sec)

1.19.0 Windings1.19.1 Connections:

a) Lineb) Neutral/ Earth

1.19.2 Terminal arrangement1.19.3 Type of winding (multi-layered/disc)1.19.4 Conductor Material of the windings1.19.5 Shape/size of the conductor1.19.6 Maximum Current density at 90%, 100% and

110% rated voltage1.19.7 Type of radial coil supports1.19.8 Type of axial coil supports1.19.9 Winding insulation category1.19.10 Insulating material for inter-turn insulation1.19.11 Torque for coil clamping bolts (kg-m)1.19.12 Whether any joints are permitted in conductors

forming coils?1.19.13 Lightning impulse withstand voltage (1.2/50

micro second wave)a) Line (KVp)b) Neutral (KVp)

1.19.14 Separate source/ power frequency withstandvoltage

a) Line KVp)b) Neutral (KVp)

1.19.15 Induced overvoltage withstand testa) Maximum PD level at voltage specified

for overvoltage test (i) Line & (ii)Neutral

b) Maximum allowed change in PD aftervoltage enhancement

1.19.16 Switching impulse withstand voltage test (KVp)1.19.17 The details of internal terminal arrangements

for connection leads1.19.18 Winding impregnation process proposed to be

adopted and acceptance criteria for drying1.19.19 Max. Permissible water content in solid

insulation at the end of drying process?1.19.20 Surge protection provided?1.20.0 LINE BUSHINGS

Nuclear Power Corporation of India Limited2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire protectionPage 4 of 22Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

Sl. No. Item Description Detailsregarding

Bus Reactor1.20.1 Manufacturer's name1.20.2 Manufacturer's type designation1.20.3 Applicable standards1.20.4 Rated voltage class (kV)1.20.5 Rated current (A)1.20.6 Lightning impulse withstand voltage (1.2/50

micro second) kV peak1.20.7 Switching impulse withstand voltage (250/2500

micro second) kV peak1.20.8 Power frequency withstand voltage (kV rms)

(i) Dry for 1 minute (ii) Wet for 1 minute1.20.9 Rated thermal short circuit current (sec)1.20.10 Minimum clearance in air (mm) (i) P-P (ii)P-E1.20.11 Minimum creep age distance (mm) (i) Total (ii)

Protected, if applicable1.20.12 Quantity of oil filled in oil filled bushings

(Litres)1.20.13 Free space required at top for removal (mm)1.20.14 Cantilever strength (N)1.20.15 Spacing between the bushings (mm)1.20.16 Weight of assembled bushing (kg)1.21.0 NEUTRAL BUSHINGS1.21.1 Manufacturer's name1.21.2 Manufacturer's type designation1.21.3 Applicable standards1.21.4 Rated voltage class (kV)1.21.5 Rated current (A)1.21.6 Lightning impulse withstand voltage (1.2/50

micro second) kV peak1.21.7 Switching impulse withstand voltage (250/2500

micro second) kV peak1.21.8 Power frequency withstand voltage (kV rms)

(i) Dry for 1 minute (ii) Wet for 1 minute1.21.9 Rated thermal short circuit current (sec)1.21.10 Minimum clearance in air (mm) (i) P-P (ii)P-E1.21.11 Minimum creep age distance (mm) (i) Total (ii)

Protected, if applicable1.21.12 Quantity of oil filled in oil filled bushings

(Litres)1.21.13 Free space required at top for removal (mm)1.21.14 Cantilever strength (N)1.21.15 Spacing between the bushings (mm)1.21.16 Weight of assembled bushing (kg)1.22.0 CURRENT TRANSFORMERS

Nuclear Power Corporation of India Limited2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire protectionPage 5 of 22Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

Sl. No. Item Description Detailsregarding

Bus Reactor1.22.1 Manufacturer's name1.22.2 Type designation1.22.3 Purpose1.22.4 Applicable standards1.22.5 Quantity & number of cores1.22.6 Ratio1.22.7 Rated burden (VA)1.22.8 Accuracy class1.22.9 Knee point voltage (V)1.22.10 Magnetising current at knee point voltage/2

(mA)1.22.11 Secondary resistance (Ohms)1.22.12 Insulation class1.22.13 Permissible temperature rise1.23.0 Guaranteed maximum temperature rise at MVA

equal to 110%, 100%, 95% of rated MVAR,over design ambient of 50 o C

1.23.1 Top Oil by thermometer ONAN cooling (o C)1.23.2 Winding by resistance for ONAN cooling (o C)1.23.3 Surface of tank and other structural (o C)1.23.4 Limit of hot spot temperature for which the

reactor is designed (deg C) over the maximumyearly weighted average temperature

1.24.0 Conservator1.24.1 Type of conservator1.24.2 Type and details of oil preserving system

provided (Thermosiphon filter)1.24.3 Whether Silica Gel Breather provided? (Yes/

No)1.24.4 Capacity of conservator (Litres).1.24.5 % age conservator level at various top oil

temperaturesa) At 50 deg C top oil temperatureb) At 60 deg C top oil temperaturec) At 70 deg C top oil temperatured) At 80 deg C top oil temperaturee) At 90 deg C top oil temperaturef) At 100 deg C top oil temperature

1.25.0 OIL1.25.1 Make/type1.25.2 Grade1.25.3 Applicable standard1.25.4 Tan delta & water content1.25.5 Breakdown voltage (Dielectric strength)

Nuclear Power Corporation of India Limited2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire protectionPage 6 of 22Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

Sl. No. Item Description Detailsregarding

Bus Reactor1.25.6 Paraphinic/ Naphthenic based1.25.7 Oxidation stability (max.)

a) Neutralisation value after oxidation(max) (mg KOH/ gm)

b) Total sludge after oxidation (max) ( %by wt)

c) SK value (%)1.26.0 Valves1.26.1 Make1.26.2 Application1.26.3 Applicable standards1.26.4 Material of construction1.26.5 Type & Quantity1.26.6 Valve size/rating1.26.7 Test pressure1.27.0 Gas and oil relay1.27.1 Manufacturer's name1.27.2 Type designation1.27.3 Applicable standards1.27.4 Type of relay element provided1.27.5 Whether tested for seismic level specified1.27.6 No. of contacts1.27.7 Contact rating at 220V DC, 110V AC

a) Making (A)b) Breaking (A)

1.28.0 Oil/ winding temperature indicators1.28.1 Manufacturer's name1.28.2 Type designation1.28.3 Applicable standards1.28.4 IP Class1.28.5 Dial size ( mm)1.28.6 No. of contacts1.28.7 Contact rating at 220V DC, 110V AC

a) Making (A)b) Breaking (A)

1.28.8 Details of repeater1.29.0 Magnetic oil level gauge1.29.1 Manufacturer's name1.29.2 Type designation1.29.3 Applicable standards1.29.4 IP Class1.29.5 Dial size ( mm)1.29.6 No. of contacts1.29.7 Contact rating at 220V DC, 110V AC

Nuclear Power Corporation of India Limited2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire protectionPage 7 of 22Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

Sl. No. Item Description Detailsregarding

Bus Reactora) Making (A)b) Breaking (A)

1.30.0 Pressure relief device1.30.1 Manufacturer's name1.30.2 Type designation1.30.3 Applicable standards1.30.4 IP Class1.30.5 Operating pressure (kN/sqcm)1.30.6 Resealing pressure (kN/sqcm)1.30.7 No. of contacts1.30.8 Contact rating at 220V DC, 110V AC

a) Making (A)b) Breaking (A)

1.30.9 Whether oil spillage guide provided?1.31.0 Wheels1.31.1 No. of wheels1.31.2 No. of wheels1.31.3 Unidirectional/ bidirectional1.31.4 Gauge(s)1.31.5 Arrangement1.32 Whether the reactor and its components

designed to withstand specified seismicaccelerations?

1.33 Whether necessary seismic calculations anddetails of anti-earthquake arrangement providedin the event of order?

1.34 Recommended electrical protections to beprovided by the Purchaser

1.35 Recommended requirements for maintenance/calibration of devices so as to ensure properoperation of reactors and associated equipmentand getting full service life of the equipment.

1.36 Whether the equipment is designed for use offire protection system based on the principle ofinjection of high pressure nitrogen in to the tankand evacuation of oil

1.37 Whether the reactor is suitably designed for useof high pressure water sprinkler system for itsfire protection?

1.38 Whether spurious operation of the watersprinkler system is harmful to equipment?

1.39 Indicate expected life of the reactor whenoperating under the site conditions. Also submitexpected life v/s temp. rise curve

Nuclear Power Corporation of India Limited2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire protectionPage 8 of 22Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

Sl. No. Item Description Detailsregarding

Bus Reactor1.40 Whether all drawings and documents to be

submitted after the award of contract will besubmitted within specified time?

1.41 Whether compliance to QAP and stage wiseinspection included in the scope?

1.42 Whether compliance to recommended list ofsub-suppliers and related Provisions ensured?

1.43 Whether layout showing location of reactorsenclosed? (Yes/ No)

1.44 Whether space adequacy has been consideredwhile designing the reactors?

1.45 Minimum distance between the radiator bankand fire protection wall (mm)

1.46 List of routine tests to be carried out1.47 List of other tests which will be carried out

against extra price1.48 CONTRACTOR's drawing no. of general

outline drawing enclosed with the TENDERshowing reactors with all its fittings andaccessories in plan, front and side elevationsand other details.

1.49 Shipping schedule provided?1.50 Size of the largest package (L x B x H) (mm)1.51 Weight of the heaviest package (kg)1.52 Manufacturer's recommended procedure for off-

line preservation and maintenance1.53 List of make and type designations of all bought

out items1.54 Weight and dimensions

a) Core with clamping (kg)b) Core with insulation (kg)c) Core and winding (kg)d) Total oil required for first filling (Litres)e) Tank, coolers and fittings (kg)f) Total weight with oil and fittings (kg)g) Overall dimensions

1.55 All accessories supplied as specified (Yes/ No)1.56 Whether all catalogues enclosed ? (Yes/No)1.57 Design review aspects and requirements as

outlined in tender are taken into considerationand whether they are met adequately?

1.58 Does equipment comply IS and IEC guidelinesand if any deviation?

1.59 Does equipment comply all requirements

Nuclear Power Corporation of India Limited2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire protectionPage 9 of 22Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

Sl. No. Item Description Detailsregarding

Bus Reactoroutlined in tender specification?

1.60 Indicate limits of tan δ , IR, PI, paper insulationfor offered design and their co-relation withtemperature rise/ ambient temperature.

1.61 Electrical life with maintenance and betweenspecified maintenance intervals

1.62.0 Indicate facilities available and experience inthe following activities:

1.62.1 Design and engineering of:a) Reactors of the type under considerationb) Magnetic circuit and providing

measures to eliminate harmful effects ofmagnetic flux concentrations andheating of tank, structural etc.

c) Insulation systemd) Heat transfer system so as to ensure that

hot spot temperatures are within thecontrolled limits.

e) Mechanical assemblies like tank,supports, windings, and seismicanchoring of core to tank and to thefoundation.

1.62.2 Manufacturing of:a) Coreb) Windingc) Impregnationd) Fabricatione) Testing

1.63 Indicate jobs proposed to be outsourced1.64 Indicate the civil inputs that will be required for

proper erection of reactors at site1.65 Indicate the details for erection and

commissioning at site including tests, testequipment and oil processing equipment to beused, proposed site organisation etc.

1.66 Reliability dataa) MTBFb) MTTRc) Component with max failure rated) Calibration intervals for instruments

Nuclear Power Corporation of India Limited2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire protectionPage 10 of 22Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

2.0 GUARANTEED TECHNICAL PARTICULARS FOR MARSHELLING BOXES:

Sl. No. DESCRIPTION Details of M Box2.1 Manufacturer's name2.2 Panels Designation2.3 Suitable for indoor/outdoor application2.4 Cable entry (top/bottom)2.5 Thickness of sheet steel and material (Hot rolled/ Cold

rolled) (mm)2.6 Degree of protection (as per IEC-60529 or equivalent)2.7 Bill of material for the various equipment giving make, type,

ratings, etc. Enclosed (Yes/ No)2.8 Whether the marshalling box mounted on Reactor body

mounted/ pedestal mounted2.9 Colour of finish paint

a) Outsideb) Inside

2.10 Bus bars (when applicable)a) Material (Insulated/Bars)b) Continuous current rating (A)

2.11 Earthing padsa) Numbersb) Size

2.12 Control wiring/ power wiringa) Material and size of conductorb) For CT circuitsc) For other circuitsd) Stranded conductor (Yes/ No)

2.13 Terminals2.13.1 Make2.13.2 Current rating

a) Power terminals (A)b) Other terminals (A)

2.14 All tests as specified in Specification under ‘'Marshallingboxes' will be carried out” (Yes/ No)

2.15 Space heater rating (Watts)2.16 List of make and type of all bought out items2.17 Overall dimensions (mm)2.18 Approximate weight (kg)2.19 Whether the marshalling boxes are provided with all

components, devices etc as required to make the systemcomplete as per the tender drawings attached and aselaborated in the tender?

2.20 Whether the marshalling boxes and its mountingarrangement has been designed to withstand specified levelof seismic accelerations?

2.21 Whether the supply and installation of all cabling between

Nuclear Power Corporation of India Limited2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire protectionPage 11 of 22Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

Sl. No. DESCRIPTION Details of M Boxitems of reactor included in the scope?

3.0 MANUFACTURER’S GENERAL PARTICULARS:

The TENDERER shall furnish here the following general particulars:

Sl. No. Description Details3.1 Name of the TENDERER/ MANUFACTURER3.2 Address of the TENDERER/ MANUFACTURER3.3 Telegraphic and telex addresses of the TENDERER/

MANUFACTURER3.4 Name and designation of the Officer of the TENDERER/

MANUFACTURER to whom all reference shall be made forexpeditious technical co-ordination

3.5 If equipment is manufactured in foreign collaboration pleasefurnish necessary details

3.6 Place of manufacture & assembly3.7 Whether service facilities available, if so details3.8 Whether sufficient spares are available in stock

4.0 MANUFACTURER’S EXPERIENCE:

The TENDERER shall furnish here a list of all similar jobs executed by him to whom areference may be made by the PURCHASER in case the PURCHASER considers such areference necessary.

Sr.No.

DescriptionOf workIncludingQty. ofItems

Work OrderOr P.O. No.& Date

ValueOfwork

DeliveryDate asPer P.O.

ActualDate ofDelivery

ContactAddressOf Purchaser

Nuclear Power Corporation of India Limited2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire protectionPage 12 of 22Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

5.0 DRAWINGS TO BE SUBMITTED:

5.1 Vendor shall submit list of drawings for Shunt and Neural Reactors separately as perdetails given in Annexure-D after the award of contract.

5.2 Technical details, catalogue and Installation and cable connection drawings for shall befurnished.

5.3 All necessary literature, catalogues, pamphlets for all equipment and accessories coveredunder this contract.

5.4 Tenderer shall note that all drawings and data shall be annotated in English.

6.0 PERFORMANCE DATA;

6.1 For current transformers, guaranteed design characteristics, viz. excitation current vsvoltage and CT secondary resistance etc.

6.2 Type test certificates, characteristic curves including hysteresis characteristic curves forcore/yoke, descriptive literature, etc. for all major components.

6.3 Performance certificates from clients where the reactors are in satisfactory operation.

6.4 Data on failure of identical equipments supplied in the past, expected life ofcomponents.

7.0 SCHEDULE OF SUBMISSION OF DRAWINGS AND DATA:

7.1 DRAWINGS

The CONTRACTOR shall furnish the following drawings for the reactors within the timeindicated, after issue of LOI for PURCHASER’S/ CONSULTANT'S approval.

a) Detailed dimensional GA drawings for reactors 1 months

b) Foundation plan showing the layout, mounting details, loadingData, cable entry, etc. 1 months

c) GA of all bushings showing dimensions, terminal details, mount-ing details, make and type number, current and voltage ratings,creepage distances and principal characteristics 1 months

d) Line& neutal side connection details 1 months

e) GA of earthing connections, requirement ofInserts in fire partition walls, etc. 1 months

Nuclear Power Corporation of India Limited2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire protectionPage 13 of 22Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

f) Rating and diagram plates 2 months

g) Maximum dimensions and weights of large sub-assemblies 2 months

h) GA drawing for marshalling box 2 months

i) Interconnection wiring diagram with terminal numbers, showingdetails of cabling between marshalling box and instruments/devices 3 months

j) Detailed wiring diagram of the marshalling box & 3 monthsdevices

k) Bill of materials including technical specifications for allequipment supplied under this contract 4 months

l) Quality assurance plan 1 months

m) List of recommended spare parts 4 months

n) Any other drawing/document considered necessary including allmanufacturers technical literature for all equipment and accessories 4 months

o) Engineering schedule giving a list of all drawings, documents, data,performance curves, test certificates, manuals, etc. to be submittedby the CONTRACTOR together with dates of submissions andcategory of approval, ie., for approval or for reference 1 months

7.2 DATA

The CONTRACTOR shall furnish the following information within 1 months ofplacement of order.

a) Impedance of reactor

b) Efficiency at 75 deg C winding temperature at:

c) Resistance per phase

d) Conductor area (sq.cm):

e) Type of windings:

f) All auxiliary relays and timers:

g) Control switches:

Nuclear Power Corporation of India Limited2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire protectionPage 14 of 22Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

h) Cubicle heatersi) Cubicle illumination lamps:

i) Rating of each lamp (W)ii) Total numbers

j) Conservator:

i) Total volume of conservator (litres)ii) Volume of conservator between the highest and lowest levels of oil (li

7.3 INSTRUCTION MANUALS

The CONTRACTOR shall furnish 2 draft copies of the manual for PURCHASER'sreview 3 months before despatch of the equipment. After the PURCHASER's clearance,the manuals shall be furnished along with equipment.

The CONTRACTOR shall furnish no. of copies of the instruction manuals as specifiedwhich would contain detailed instructions for all erection, testing, commissioning,operation and maintenance requirements. The manual shall be furnished at the time ofdespatch of the equipment and shall include the following aspects :

a) Outline dimensional drawings showing relevant cross sectional views, earthing detailsand constructional features.

b) Detailed views of the core and winding assembly, winding connection andtappings, tap changer construction, etc. These drawings are required for carrying outoverhauling operations at site.

c) Full technical information which may be necessary for the erection, testing,commissioning, safe operation and maintenance of the reactor.

d) Catalogues of all the components which are liable to be replaced during the life of thereactor and all the component parts.

e) Unpacking.

f) Handling at site.

g) Erection drawings with written assembly instructions that would enable thePURCHASER to carry out erection with his own personnel.

h) Detailed instructions for the operation and maintenance of the reactor and its accessories.

i) Precommissioning tests and test procedures.

j) Procedures for removal and replacement of any faulty component with the spare one.

Nuclear Power Corporation of India Limited2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire protectionPage 15 of 22Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

k) Precautions to be taken during operation and maintenance work.

l) Detailed procedure for installation and commissioning of reactor.

m) Complete set of all type, routine and special test reports.

7.4 TEST CERTIFICATES

a) Type test & special tests (which are to be carried out on one reactor only) certificatesfor all the tests specified for the reactor and the component parts shall be submitted bythe CONTRACTOR. Available type test certificates for component parts shall besubmitted within 3 months from the receipt of the order and other type test certificatesat least 1 month before the date of despatch.

b) Routine test & special routine test certificates for all tests specified for the reactor andthe component parts shall be submitted by the CONTRACTOR at least 1 month afterthe date of despatch.

c) Equipment shall not be despatched unless the test certificates are duly approved bythe PURCHASER/ CONSULTANT.

d) The specified number of copies of the compiled and approved test certificates shall besubmitted to the PURCHASER within one month of the despatch of the equipment.

e) Records of radiography tests and other NDT as specified, shall be submitted withintwo weeks of completing the tests.

8.0 PERFORMANCE GUARANTEE:

8.1 The TENDERER shall furnish performance guarantee in respect of the followingparameters. Any variation of values stated below during the performance Tests will betaken into account by the PURCHASER for penalty or rejection.

a) Impedance:

b) Maximum temperature rise at rated MVAR fori) Oil using thermometers : deg Cii) Winding using resistance method for (deg C)

ONAN Cooling : deg C

c) Hot spot on reactor tank during its operation with all connectedequipment at site at rated capacity : deg C

d) Losses after alltests, at 100% rated voltage and frequency : kW

8.2 REJECTION

Nuclear Power Corporation of India Limited2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire protectionPage 16 of 22Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

8.2.1 Purchaser may reject any reactor if during test or service, any of the guaranteed parametersare found unsatisfactory and deviating from acceptable value.

9.0 SCHEDULE OF TECHNICAL DEVIATION:

All deviations from the technical specification shall be filled in by the TENDERER clauseby clause in this schedule.

Section Clause No Deviation

The TENDERER hereby certifies that the above mentioned are the only deviations fromthe technical specification of the enquiry.

10.0 SCHEDULE OF MANUFACTURE AND DELIVERY:

The TENDERER shall indicate the time for manufacture, delivery and other activities ofeach equipment as shown below :

Equipment

Time fromdate oforder toworks test

Time for workstest, dismantling,packing & readyfor despatchfrom works

Timerequired forshipment tosite

Total timefrom date oforder toreceipt at site

Time requiredforerection/timerequired fortesting andcommissioning

(Months) (Months) (Months) (Months) (Months)1

2

We, the undersigned hereby undertake to meet the above time schedule from the date oforder.

Nuclear Power Corporation of India Limited2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire protectionPage 17 of 22Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

11.0 SCHEDULE OF PERSONAL FOR ERECTION, COMMISSIONING ANDTESTING:

The TENDERER shall indicate below the number and category of personnel required forerection, start-up and performance testing and commissioning.

Category Erection Testing & CommissioningNumber NumberExpatriatePersonel

LocalRecruitment

ExpatriatePersonel

LocalRecruitment

The Tenderer shall also indicate here those section of works or items for which specialistservices on site are required.

SIGNATURE ______________

SEAL OF COMPANY DESIGNATION ____________

COMPANY ________________

DATE ___________________

Nuclear Power Corporation of India Limited2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire protectionPage 18 of 22Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

INFORMATION TO BE SUBMITTED BY BIDDER ALONG WITH BID FOR REACTOR

FIRE PROTECTION SYSTEM:

(As per DATA SHEET-B of Specification PC-E-558)

(A) GENERAL DATA

1. Name of High Velocity fire water spray system vendor :

2. List of supporting documents:

3. Make, model, approval of deluge valves assembly :

4. Make, model, approval of QB detectors and other types of fire detectors :

5. Probabilistic Safety Analysis (PSA) Input Data:

Following data to be submitted for PSA to be carried out by the PURCHASER :-

a Mean time between failures (MTBF) :

b Test Frequency :

c Impact of ageing on performance :

d No. of cycles of operation in life time:

(B) DESIGN DATA

1 Spray nozzle characteristics for each type of spray:

2. Terminal pressure required at spray nozzle of each type :

3. Terminal velocity (m/s) of spray nozzle of each type :

4. Design codes & standards :

5. Approval from UL/TAC/FM

6. Type of deluge valve of each size :

7. Pressure drop across deluge valve of each size

(C) CONSTRUCTION FEATURES

1. Material of construction of:-

Nuclear Power Corporation of India Limited2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire protectionPage 19 of 22Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

(a) Spray nozzles :

(b) Piping materials :

(c) Quartz bulb detector

(d) Local control panel :

(D) PROOF OF ABILITY

The bidder shall submit with the bid a brief list of power stations / fertilizer plants /

chemical plants, oil refineries etc. where the manufacturer has carried out similar mature

of work of complete design & engineering, supply , construction, erection, testing

including control and instrumentation required for fire water spray system and which are

in operation. The supplier shall indicate the year of commissioning and guaranteed

effluent quality on each case.

(E) DRAWINGS, LITERATURE, CURVES AND OTHER INFORMATION TO BE

SUBMITTED WITH THE BID

Following drawings, data and information for the equipment shall be submitted by the

Bidder along with his proposal.

1. Schematic flow and instrumentation diagram of each type of fire water spray system

with control panel, fire detectors etc.

2. Preliminary general arrangement drawings showing location of fire detectors, control

panels, deluge valve, spray nozzles etc. and giving overall dimensions.

3. Particulars of the performance tests to be conducted.

4. Descriptive and illustrative drawings including cross-sectional drg. With Bill of

material of construction of the deluge valve assembly.

5. Cleaning Procedure.

6. Approvals form recognized body like FM/UL/TAC.

Nuclear Power Corporation of India Limited2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire protectionPage 20 of 22Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

7. Literature/Catalogues for all equipment/instruments offered.

(F) DRAWINGS, DATA, INSTRUCTION MANUAL, TEST REPORTS SCHEDULE

OF SUBMISSION - DELIVERY

The various certified drawings and data shall be submitted for review of PURCHASER

and afterwards for final distribution in quantities as called in the Specification.

Submission of Drawing for Approval in weeks after the issue of Purchase Order

Sr.no Description Weeks

1. Final version of all the drawings, data etc. which includes P & I

diagram.

Vendor to

give

schedule2. Final layout drawings.

3. Load and foundation design data of all equipment.

4. Erection procedure

5. Detailed equipment/DV/EV/AV drawing indicating dimensions

and materials of construction

6. O & M instruction manuals

7. Reports on various test at site

8. End documents

9. Other drawings and data

10. Start of procurement / fabrication of equipment/component

11. Completion of procurement/fabrication of equipment

12. Start of dispatch of equipment to site

13. Completion of delivery of equipment to site

14. Completion of erection of equipment to site

15. Completion of testing & commissioning of fire water spray

Nuclear Power Corporation of India Limited2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire protectionPage 21 of 22Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

system

(G) DRAWINGS AND INFORMATION TO BE SUBMITTED BY SUCCESSFUL

BIDDER

1. After finalisation of the contract, various drawings and data shall be submitted for

review of PURCHASER and afterwards final distribution in quantities & procedures as

indicated in the applicable Clauses elsewhere in this specification. The various drawings

and data to be furnished shall include the following :

(a) Final version / as built drawings of piping and supports .

(b) Design Documents-Process & control description, Technical specification, data

sheets.

(c) Erection manual.

(d) Operation and maintenance instruction manual as specified in relevant clauses.

(e) Valve and Instrument Specification Sheets.

(f) Instrument Schedule & Data-Sheets, Instrument Erection Drawings, Engineering &

Wiring Diagrams, Panel General Arrangement Drawings, Interconnection Cable

Schedule, Terminal Lists.

(g) Pipe line reference list, support schedule, bill of quantities, list of equipments,

valves etc.

2. All data furnished during bidding stage including details furnished above shall be

treated as final and binding on the Bidder. If, however, any change is essential during

detail design stage for any improvement in the system, such changes shall be carried out

only after obtaining PURCHASER

Nuclear Power Corporation of India Limited2 X 220MWe Kaiga Atomic Power station-3&4

Technical Specification for 400Kv, 125MVAR Bus Reactors & its Fire protectionPage 22 of 22Rev-0

SPECIFICATION NO: PP-E-00034 DEC, 2016NOT FOR PUBLICATION/ PRESENTATION OUTSIDE NPCIL

3. Test reports, performance data and other particulars as required by the applicable

clauses of this specification.

(H) MANUFACTURER’S GENERAL PARTICULARS:

The TENDERER shall furnish here the following general particulars:

Sl. No. Description Details3.1 Name of the TENDERER/ MANUFACTURER3.2 Address of the TENDERER/ MANUFACTURER3.3 Telegraphic and telex addresses of the TENDERER/

MANUFACTURER3.4 Name and designation of the Officer of the TENDERER/

MANUFACTURER to whom all reference shall bemade for expeditious technical co-ordination

3.5 If equipment is manufactured in foreign collaboration pleasefurnish necessary details

3.6 Place of manufacture & assembly3.7 Whether service facilities available, if so details3.8 Whether sufficient spares are available in stock

Page 1 of 5

ADDENDUM TO TECHNICAL SPECIFICATION FOR

400kV BUS REACTORS & ITS FIRE PROTECTION SPECIFICATION NO. PP-E-00034-R0

Page 2 of 5

1. This addendum shall supplement to the technical specification for 400kV Bus Reactor & its Fire Protection, Specification No. PP-E-00034-R0 to incorporate scope of work pertaining to supply of two numbers 125MVAR reactors at Kaiga Power Station (KGS)-3&4.

2. Material for earthing is mentioned as Copper in data sheet - A of specification

no. PP-E-00034 is to be read as MS/GS.

3. The scope includes design, engineering, material, construction, manufacture, inspection and testing at the contractor's/sub-contractor's works, packing, transportation, delivery at site, unloading, handling, temporary storage, commissioning and functional testing, at site of two number, three phase, 420kV, 125MVAR Bus Reactor.

4. NPCIL will undertake construction of civil structure, installation of bus reactor (except bushing installation) and other jobs related to bay extension. The bidder has to provide supervision during installation works of bus reactor and inform NPCIL for any deficiencies and suggest corrective action thereupon.

5. The cranes / lifting arrangement required for installation of the bushing will

be provided by NPCIL. All other materials, test kits, tools and tackles for carrying out this work shall be arranged by the contractor (these test kit, tool and tackles can be taken back by bidder after complete installation), however power supply will be provided free of cost by NPCIL.

6. Special test (Category “C” and Category “D”) to be performed as specified in the technical specification. If special test report for the similar type of reactor is available then same to be submitted for the review and acceptance.

7. Unloading and temporary storage (till the installation of bus reactor) of the bus reactor at Kaiga site shall be in the scope of the bidder.

8. Delivery schedule for the two-bus reactor are 18 months from the date of the purchase order, however bidder shall submit the QAP and civil foundation drawing 2 months from the date of the purchase order.

9. Commissioning and functional testing of each bus reactor shall be completed within 12 months after intimation by NPCIL. NPCIL will intimate one month in advance to bidder regarding start of work.

10. Testing at site and commissioning activities of two bus reactor shall be in the scope of the bidder in coordination with installation activities of the auxiliary equipment e.g. circuit breaker, current transformer etc. During the commissioning process of bus reactors if any short coming of tools/ancillary part of reactor, which is necessary for the successful commissioning of the reactor is observed, same shall be arranged by bidder without any extra financial implications.

Page 3 of 5

11. As this tender does not cover, auxiliary equipment installation (e.g. circuit breaker, current transformer, isolators etc.), hence requirement of axillary support (e.g. requirement of civil foundation, requirement of control power supply etc.) shall be clearly indicated after the purchase order placement. In case any of shortcoming of requirement which surface out during the installation of reactor, these shall be arranged by bidder without any extra financial implication.

12. All the contractor personal visiting Kaiga site must possess valid police verification certificate with photographs and negative RT PCR certificate (as per directives of state and central government)

Following clauses of PP-E-00034-R0 are modified in view of supply of bus reactor at Kaiga Site:

Sr. No.

Clause No. Specification Clause Modified Clause

1. 1.2, page-5 The quantities of Reactors and associated equipment covered under the scope are detailed in Datasheet – ‘A’ and Datasheet – ‘B’.

Datasheet-B is not required.

2. 1.3, page-5 The scope also includes design & Engineering, manufacture, material supply, fabrication, construction, testing, inspection, packing, transportation and delivery to site, erection, site testing, commissioning, putting into successful operation, handing over of piping, pipefittings, valves, piping supports, tubing, on-line instrumentation and documentation of complete high velocity fire water spray system (HVWS) including piping, pipe supports, valves, casting of concrete pedestals for pipe supports, construction of Deluge valve housing as per Annexure -HVWS.

Not covered in the tender scope

3. 1.7, page 5 Inputs required for civil construction, firefighting system, external connections shall be given within the month after placement of order.

Inputs required for civil construction of Bus reactor foundation shall be given within two months from the date of issue of PO.

4. 1.9, page-5 The scope includes design and engineering of control system necessary for interfacing with Switchyard Control Room for equipment control and annunciation. The preparation controls

The scope includes design, engineering and implementation of all protection, annunciation and metering devices including Bushing CTs mounted on Bus reactor and their termination up to Marshalling Box. The preparation of scheme drawings,

Page 4 of 5

Sr. No.

Clause No. Specification Clause Modified Clause

circuit terminal list for PURCHASER’s approval shall be in the scope. Later on, after completion of equipment commissioning, TL and other drawings shall be updated for “as built” information.

cable wiring and laying details and terminal list up to Marshalling Box for PURCHASER’s approval is included in the scope. Later on, after completion of equipment commissioning, Terminal list and other drawings shall be updated for “as built” information.

5. 1.12, page-6 The scope includes design, engineering and supply of all items required for interfacing and coordination for equipment covered under this specification. In addition, scope also includes coordination for interfacing with equipment such as Protection Panels, Firefighting systems, 400 kV overhead lines, switchyard, Switchyard Control Room (S/Y CR), SCADA etc which are not covered under this contract so as to ensure safe and satisfactory performance of the entire electrical system. Details, if any required from other systems will be provided by PURCHASER during detailed engineering.

The scope includes design, engineering and supply of all items required for interfacing and coordination for equipment covered under this specification. Offered bus reactor design shall have suitable provisions for interfacing with protection panels, firefighting systems, switchyard control room, SCADA etc which are not covered in this tender. Details, if any required from other systems will be provided by PURCHASER during detailed engineering.

6. 3.1, page-7 The design, material, construction, manufacture, inspection, testing and performance of Shunt Reactors and Neutral Grounding Reactors and accessories shall comply with the latest editions (including amendments thereto) of all currently applicable standards, statutes, regulations and safety codes in the locality where the equipment will be installed. Nothing in this specification shall be construed to relieve the CONTRACTOR of this responsibility. This specification may contain references to older versions of IEC/IEEE/IS, but since all standards are subject to revision, bidder shall offer

The design, material, construction, manufacture, inspection, testing and performance of Shunt Reactors and Neutral Grounding Reactors and accessories shall comply with the latest editions (including amendments thereto) of all currently applicable standards, statutes, regulations and safety codes in the locality where the equipment will be installed. Nothing in this specification shall be construed to relieve the CONTRACTOR of this responsibility. This specification may contain references to older versions of IEC/IEEE/IS, but since all standards are subject to revision, bidder shall offer equipment conforming to the

Page 5 of 5

Sr. No.

Clause No. Specification Clause Modified Clause

equipment applying the latest revision of IEC/IEEE/IS standards.

latest revision of IEC/IEEE/IS standards.

7. 10, page-63 10.0 FORMULA FOR EVALUATION OF TENDERS: Vendor shall submit separate value for losses (viz iron and copper loss), However the tenders will be evaluated for total losses as per the loading formula given below: L = (A1 × D) + (B1×E) L = Cost of loading for losses consumption in Rupees A1 = Difference in kW of Iron losses from base case. B1 = Difference in kW of Copper losses from base case. D = Rs. 172319/-per kW of Iron loss E = Rs. 172319/-per kW of Copper loss. As D=E Then L= D× (A1+B1) A1+B1= Total losses 10.1 For evaluation, guaranteed losses shall be increased by 10 % to reflect + 10 % tolerance permitted by IS. 10.2 The offer with lowest loss will be considered as the 'Base'. 10.3 Penalty for excess loss after manufacture of reactor: Rates of penalty for exceeding guaranteed losses is: Rs. 172319/- per kW

10.0 FORMULA FOR EVALUATION OF TENDERS:

Vendor shall submit total losses (total losses= iron + copper loss), tenders will be evaluated for total losses as per the loading formula given below:

L = (A × B) L = Cost of loading for losses consumption in Rupees

A = Difference in kW of total losses (Iron losses+ Copper losses) from base case. B = Rs. 172319/-per kW

of total losses

10.1 For evaluation, guaranteed losses shall be increased by 10 % to reflect + 10 % tolerance permitted by IS.

10.2 The offer with lowest loss will be considered as the 'Base'.

10.3 Penalty for excess loss after manufacture of reactor:

Rates of penalty for exceeding guaranteed losses is: Rs. 172319/- per kW

8. 11.2, page-64

ERECTION CHECKS: Shifting of the reactors from temporary storage to the installation location is not covered under this tender. All other checks and functional tests which are required for successful commissioning of the bus reactors are covered under this tender.

9. Annexure-HVWS,

General Scope of Work Supply and installation of Heavy Velocity Water System (HVWS) is not

Page 6 of 5

Sr. No.

Clause No. Specification Clause Modified Clause

page-85 to 104,

Datasheet-B

covered under this tender.

10. General Voltage rating of 400kV technical specification

All 400kV voltage rating may be read as 420kV

11. General

Unloading and temporary storage of the bus reactor

Unloading and temporary storage (till the installation) of the bus reactor at Kaiga site shall be in the scope of the bidder. Bidder has to transport the bus reactors from manufacturing facility to the Kaiga site premises, unloading at the identified location and make arrangement for temporary storage before its installation to the location. Temporary storage means storing the bus reactor on appropriate wooden sleepers and covering it with tarpaulin or equivalent covering material to avoid the moisture/rain water ingress to reactor at least for 12 months from the date of unloading. Sleepers for the temporary storage has to arranged by the bidder. Location of unloading for bus reactors will be provided by NPCIL within the premises of Kaiga site.

Tender No :- 59220

Tender Reference No :- CMM/OPS/58-50-9-3395

Template Name :- 1. TENDER FORM - PART - I

TENDER FORM - PART - I (Technical and Commercial Bid except Price)

FORM No. CMM - 44A/Rev. 2

DescriptionRemarks/BiddersCompliance

Tenderer's Bid No.

Dated

1. I/We have read the 'Invitation to Tender & Tendering Conditions' and the 'Conditions ofContract' as set out in Section-‘B’ of the tender document.2. I/We have thoroughly examined the specifications, drawings and/or patterns quoted orreferred to herein and/or fully aware of the nature of the stores required and my/our bid isto supply the stores strictly in accordance with the requirements under this tender asdetailed in Section-'C' of the tender document.3. I/We hereby agree to supply the stores, strictly adhering to the Conditions of the Contractas set out in Section-B of the tender document.4. You will be at liberty to accept any one or more of the items of stores offered by us andI/We shall be bound to supply you the stores as may be specified in the purchaseorder/contract.5. I/We hereby agree to keep the prices and our bid valid for your acceptance for a period of120 (one hundred and twenty) days from the date of actual opening of Part-II (Price Bid) ofthis tender.6. Deviations to technical specifications contained in Section-'C' of the tender documents aredetailed in Annexure-'A' to the Tender Form and compliance proposed to Conditions ofContract contained in Section-'B' of the tender documents are detailed in Annexure-'B' tothe tender form.7. I/We hereby authorize you to conduct any enquiry to verify the statement/documents andinformation submitted in connection with this tender form and to seek clarifications from ourbankers and clients regarding any financial and technical aspects.8. I/We are also enclosing herewith all the leaflets/catalogues etc. pertaining to the storesoffered.

**Deviations to Technical Specifications - Annexure 'A' (Bidders to indicate Yes/ No/ N.A.and remarks, if any)

Checklist - Annexure 'D' (Bidders to indicate Yes/No and remarks, if any)

TPT /Supply - 1

NOTES :

https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZ...

1 of 2 09-03-2021, 16:06

1. Since remarks column is mandatory, say 'OK' or provide relevantcomments.

2. Deviation to Technical Specification, if any, to be confirmed in Onlinebidding form - Annexure-A.

3. Compliance to Conditions of Contract to be confirmed in Online biddingform - Annexure-B.

4. Details as per Checklist to be confirmed in Online bidding form - Section - D: Checklist for Technical Bid.

5. Leaflets / Catalogues, if any to be uploaded along with the bid.

https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZ...

2 of 2 09-03-2021, 16:06

Tender No :- 59220

Tender Reference No :- CMM/OPS/58-50-9-3395

Template Name :- ANNEXURE- 'A' - (Technical Deviations, if any)

Design, Engineering, material, construction, manufacture, inspection and testing at the contractor's/sub-contractor's works, packing, transportation, delivery at site, unloading, handling, temporary storage,commissioning and functional testing, at site of two number, three phase 420Kv 125MVAR Bus Reactorsfor Kaiga-3&4

Sl. No. Clause No. Details as per Specification / Document Deviation Proposed

Notes :

1. Bidders should right click on row to add more records.

2. Bidders need to furnish the requisite details as per the format above.

3. Bidders should indicate Technical Deviations, if any, in this form only. Technical deviationsindicated elsewhere in the tender will be considered invalid and will be ignored.

4. If no Technical Deviations are taken, bidders should indicate “No Deviations” in the form.

e-TPT/ SUPPLY-1

https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZ...

1 of 1 24-05-2021, 11:20

Tender No :- 59220

Tender Reference No :- CMM/OPS/58-50-9-3395

Template Name :- ANNEXURE - B (1.0 - Commercial Terms & Conditionsof Tender)

ANNEXURE - B ( 1.0 - Commercial Terms & Conditions of Tender)

1.0 Format for submission of Commercial Terms and Conditions of Tender bid

Sr.No. Item/Description Bidder’s Response/Confirmationas the case may be

1 Price Basis:

a)For Supply - On DAP (Delivered At Place) basis at Purchaser’s sitesinclusive of packing, forwarding, freight & transit insuranceincluding GST.

b) For Commissioning and Functional Testing : at Purchaser's siteinclusive of GST and all other indirect taxes

2 Condition of Price: Specify whether they are firm or Variable.

If the Prices quotes are Variable and subject to Price Adjustment asper Tender, details as mentioned under SCC Clause No. 13.0 shallbe applicable.

Bidders to take note of the sameand submit the relevant detailsbelow in Sr. No. 2.1 (a) to 2.1(e)

2.1(a)

The details regarding coefficients for Material and Labour portionalong with the Material indices shall be as per SCC Clause No.10.0. Please confirm the acceptance.(Bidders to indicate "ACCEPTABLE" or "NOT ACCEPTABLE", as thecase may be.).

2.1(b)

With respect to Labour Index, please indicate whether "All IndiaAverage" OR any specific location i.e. Place of Manufacturing ischosen.(Bidders to indicate the relevant information i.e., "All IndiaAverage" OR any specific location ONLY)

2.1(c)

Please upload/submit the copy of the indices (for both Material andLabour) marking/ highlighting the applicable values therein dulycertified and signed in ink by the Bidder with requisite office seal.In case the applicable indice values as per tender conditions arenot published as on bid submission, then latest available indicecopies identifying the indice values may be furnished for referencepurposes.

2.1(d)Bidders are required to confirm that the requisite indice copiesshall be furnished immediately after their publication by RBI andLabour Bureau of Shimla.

https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZ...

1 of 2 05-04-2021, 14:17

(Bidder to indicate "YES" or "NO" as the may be.

2.1(e)As per GCC Clause No. 5.4.4 - No adjustment of prices is allowedon spares, tools, tackles and accessories. Engineering charges,testing charges, analysis charges etc. Please confirm acceptance.

3 The bidder is under liquidation, court receivership or similarproceedings

4 Please confirm Delivery Schedule as per tender Document. Uploadmilestone chart, if any.

5 Validity of offer (120 days from the actual opening of Part - II(Price Bid) of this tender) Please confirm.

6

The documents towards Qualifying Criteria as per Appendix-Xunder Invitation to Tender and Tendering Conditions (ITT) of tenderdocuments are submitting along with Part-I (Technical andCommercial Bid except price) bid. Please confirm.

7 Confirm that prices quoted in the Price Schedule are for the totalscope of work covered under this Tender.

8 Confirm that all the points mentioned in Notes to Bidders havebeen complied while submitting the bid.

TPT/Supply-1

NOTES :Terms which are not applicable shall be filled as "NA"

https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZ...

2 of 2 05-04-2021, 14:17

Tender No :- 59220

Tender Reference No :- CMM/OPS/58-50-9-3395

Template Name :- ANNEXURE - B (2.0 Compliance to the Conditions ofContract)

ANNEXURE - B (2.0 Compliance to the Conditions of Contract)

1.0 Format for submission of Compliance to the Conditions of Contract contained inSection-B of the tender1.1 The tenderer shall note that any deviation to above mentioned terms and conditionsof our tender may lead to disqualification of their Bid.

1.2 The compliance/confirmation to the specific clauses may please be furnished as perthe format below:

Sr.No. Item / Description Bidder’sCompliance/Confirmation

I

Acceptance of "Performance Security Bond" as per Clause No. 1.1 underSpecial Conditions of Contract (SCC) and "Integrity Pact Bank Guarantee"as per Clause No. 2.5.2 of Invitation to Tender and Tendering Conditionsof Section - A.

II Acceptance of “Subletting / Assignment of Contract” as per Clause No.3.7under GCC/SUPPLY-1/R-5.

III Acceptance of “Defect Liability” as per Clause No.6.4 underGCC/SUPPLY-1/R-5 & as per clause no. 9 of SCC.

IV Acceptance of “Liquidated Damages” as per Clause No.6.2 underGCC/SUPPLY-1/R-5

V Acceptance of “Quality Surveillance, Inspection, Acceptance andRejection” as per Clause No.10 under GCC/SUPPLY-1/R-5.

VIAcceptance of “Terms of Payment” as per Clause No.1.6.1 under SpecialConditions of Contract (SCC) and as per Clause No. 5.6.3 underGCC/SUPPLY-1/R-5.

VII Acceptance of “Settlement of Dispute” as per Clause No. 14 underGCC/SUPPLY-1/R-5.

VIII Acceptance of “Confidentiality” as per Clause No. 1.10 under GCC/SUPPLY-1/R-5.

IX

Compliance to INTEGRITY PACT as per clause No. 2.5 of Invitation totender & tendering conditions of Section - 'A' and Confirm that Bidder’sAuthorize Signatory has signed the ‘PRE CONTRACT INTEGRITY PACT’ asper 'Annexure - IP' of Invitation to tender & tendering conditions of

https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZ...

1 of 2 06-04-2021, 15:23

Section – ‘A’.

X Compliance to the remaining clauses of GCC/SUPPLY-1/R-5 and SpecialConditions of Contract (SCC).

XI Compliance to all clauses of Invitation to Tender & tendering Conditions(ITT).

XII Compliance to Notes to Bidder under Section-E of Tender Document.

TPT/Supply-1

https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZ...

2 of 2 06-04-2021, 15:23

Tender No :- 59220

Tender Reference No :- CMM/OPS/58-50-9-3395

Template Name :- ANNEXURE - C - Checklist

Bidders are requested to check their quotation for following items, fill in this Check List in Yes / Noand remarks, if any, and submit along with the bid.

Sr.No. Description

BiddersCompliance(Yes/No)

Remarks,if any.

1.0 Have studied and understood the tender requirements clearly.

2.0 Are there deviations from tender specifications (If yes, whether theyhave been clearly listed out in online bidding form - Annexure - A).

3.0 List of likely items/jobs proposed to be contracted and extent of sub-contracting.

4.0 Information regarding manufacturer. - -

4.1 Proposed Manufacturing and Shipment plan.

5.0Quality Surveillance shall be carried out by the Purchaser. TheManufacturer / Bidder agrees to quality surveillance as per Tenderdocument and enclosed sample QAP.

6.0 Delivery schedule as per tender has been accepted and details are clearlyindicated in the bid. Please confirm.

7.0 Validity date (120 days from the actual opening of Part -II of this tender)for the bid has been accepted.

8.0 Any specific point / detail Bidder desires to highlight. If yes, indicate inremarks column where the point / detail has been highlighted.

9.0 "Subcontracting" - Submit list of sub-contractors, for approval of thePurchaser (as per GCC Clause No. 3.6)

10.0 "Program of Performance" - Submit format for submission of Program ofPerformance, for approval of the Purchaser (as per GCC Clause No. 7.2)

11.0"Review/Approval of Contractor's Documents" - Submit schedule forfurnishing drawings/documents in bid, for approval of the Purchaser (asper GCC Clause No. 8.3)

12.0

"Procurement & Supply" - 'General Provisions'- Submit time schedule forplacement of Purchase order on sub-contractors and completion of theprocurement process in bid, for approval of the Purchaser (as per GCCClause No. 9.1)

13.0Whether Un-priced Price Schedule containing all the Items and quantitiesbeing quoted as per Section-E of the Tender Document is furnished inPart-I (Technical & Commercial except Price) bid.

https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZ...

1 of 2 06-04-2021, 14:30

14.0All the files and documents provided in the soft copy of the Tenderdocument are retrievable, opened & taken note of while submitting theBid.

E-TPT/SUPPLY-1

https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZ...

2 of 2 06-04-2021, 14:30

Tender No :- 59220

Tender Reference No :- CMM/OPS/58-50-9-3395

Template Name :- Company Information

You are requested to furnish following details for our reference:

Sr.no Description Bidder'sResponse

1 Name of the Company

2 Address of the Company

3 Contact Person Details:

3.1 Name and Designation of the Contact Person

3.2 E-mail ID

3.3 Phone Nos. - Office

3.4 Phone Nos. - Mobile

3.5 Fax Nos.

4 GSTIN Number

5 PAN Number

66.1

MSE Details as per MSMED Act 2006 (If Applicable)Mention Category - Micro/Small Enterprise

6.2

MSE Sub Classification with respect to above category:(i) Enterprises owned by Scheduled Castes.(ii) Enterprises owned by Scheduled Tribes.(iii) Enterprise owned by women(iv) Enterprise owned by other than above three categories.

6.3MSE Registration details with any of the agencies mentioned under Clause No. 3 of ITT.(Upload relevant documentary proof. If relevant documentary evidence is not submitted,Purchase Preference, if any, as per Cl. No. 3.4 of ITT will not be applicable.)

6.4 Terminal validity date of MSE registration.

7 Please confirm whether bid is submitted by Startups (Indicate Yes/No)

7.1 Upload "Certificate of Recognition" towards establishing as per clause no. 2.6 of IIT, ifapplicable.

NOTES :

https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZ...

1 of 2 06-04-2021, 14:32

If not applicable fill as 'NA'

https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZ...

2 of 2 06-04-2021, 14:32

Tender No :- 59220

Tender Reference No :- CMM/OPS/58-50-9-3395

Template Name :- ANNEXURE - D-1 - Declaration Format(US origindeminimis level)

Declaration Format

Declaration to be submitted by the bidder along with bid.

Sl.No. Description Bidder's

Acceptance/Response

1 Country of origin

2 Confirmation for items being imported do not have US origin Componentsabove the de minimis level

3 NPCIL do not agree for end use verification. This may please be notedand confirmed

Note : Sl. No. 2 and 3 above to be filled as "Yes / No".

https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZ...

1 of 1 09-03-2021, 16:16

Tender No :- 59220

Tender Reference No :- CMM/OPS/58-50-9-3395

Template Name :- Annexure D-2 : Technical Particulars

Sr.No. Details Name of fileuploaded

Remarks ofBidder

1.Technical details to be filled in the form available in Section-D ofTechnical specification under Section-C of Tender document and to beuploaded along with Part-I Bid

https://npcil.etenders.in/EN-L3RlbXBsYXRlX21hc3RlcnMvdGVuZ...

1 of 1 06-04-2021, 16:20

Tender No :- 59220

Tender Reference No :- CMM/OPS/58-50-9-3395

Template Name :- ANNEXURE - E- Qualifying criteria

Details of Financial turnover

Sr.No. Description Value in

INR

Type of documentary evidenceuploaded Reference No. / FileName.

Remark, ifany.

1.0 Financial Year - 2017-2018

2.0 Financial Year - 2018-2019

3.0 Financial Year - 2019-2020

4.0Networth of the company as at the end of theimmediately preceding financial year as onbid due date

Notes:

1. All the above columns are mandatory.

E-TPT/ SUPPLY-1

https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZ...

1 of 1 19-03-2021, 16:29

Tender No :- 59220

Tender Reference No :- CMM/OPS/58-50-9-3395

Template Name :- Annexure F - Certificate/Declaration to be provided byall bidders

Certificate/Declaration to be provided by all biddersBidder'sCompliance(Yes / No)

Bidder'sRemarks

“I have read the clause regarding restriction on procurement from a bidder of acountry which shares a land border with India and on sub-contracting to contractorsfrom such countries; I certify that this bidder is not from such a country or, if it isfrom such a country, has been registered with the Competent Authority and will notsub-contract any work to a contractor from such countries unless such contractor isregistered with the Competent Authority. I hereby certify that this bidder fulfills allrequirement in this regard and is eligible to be considered. (Where applicable,evidence of valid registration by the Competent Authority shall be attached.)”

https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZ...

1 of 1 09-03-2021, 16:22

Tender No :- 59220

Tender Reference No :- CMM/OPS/58-50-9-3395

Template Name :- Annexure H : Bid security declaration

Design, Engineering, material, construction, manufacture, inspection and testing at the contractor's/sub-contractor's works, packing, transportation, delivery at site, unloading, handling, temporary storage,commissioning and functional testing, at site of two number, three phase 420Kv 125MVAR Bus Reactorsfor Kaiga-3&4

Sr.No. Description Bidder’sconfirmation

1We hereby accept that in case we modify or withdraw our Bid during the period ofvalidity, we shall be liable to be suspended to participate in NPCIL Tenders for aperiod of (03) Three years from such modification/ withdrawal of Bid.

https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZ...

1 of 1 24-05-2021, 11:19

Tender No :- 59220

Tender Reference No :- CMM/OPS/58-50-9-3395

Template Name :- ANNEXURE - Z

Certificate/Declaration to be provided by bidder as per the “Public Procurement(preference to make in India) Order 2017” issued by Department of Industrial Policy andPromotion (now Department for Promotion of Industry and Internal Trade, DPIIT),Ministry of Commerce and Industry, Government of India vide No - P-45021/2/2017-PP(B.E.-II) dated 16/09/2020, as amended from time to time and as applicable on the date ofsubmission of tender, herein after referred as “PPP-MII Order 2017”is applicable forparticipation in this tender.

ItemNo.

ItemDescription

Manufacturer/Supplier

CountryofOrigin

Domestic ValueAddition inPercentage(%)

LocationofDomesticvalueaddition

Upload "acertificate fromthe statutoryauditor or costauditor of thecompany or froma practicing costaccountant orpracticingcharteredaccountant givingthe percentage oflocal content".(Yes/No)

Type ofDocumentaryEvidenceuploadedrefernce no. /File Name.

1.0As perTenderItems

Notes:1. Bidder to refer Order No. P-45021/2/2017-PP (BE II) dated 16.09.2020 of Department of

Promotion of Industry and Internal Trade.

e-TPT/ SUPPLY-1

https://npcil.etenders.in/EN-dGVtcGxhdGVfbWFzdGVycy90ZW5kZ...

1 of 1 09-03-2021, 16:17

Tender No :- 59220

Tender Reference No :- CMM/OPS/58-50-9-3395

Template Name :- TENDER FORM (PART-II)

TENDER FORM

PART-II (Price Bid)

Tender No. CMM/OPS/58-50-9-3395

Description Remarks

Tenderer's Bid No.

Dated

Dear Sir,1. In response to your invitation to the tender and as per your tendering conditions, the price andquantity schedule of items applicable for the scope of supply (and other commercial terms andconditions) contained in Part-I (Technical and Commercial bid except price) are indicated in theformat as Annexure to this tender form.

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

NOTE : Since remarks column is mandatory, say 'OK' or provide relevant comments.

https://npcil.etenders.in/EN-ZXhjZWx3b3Jrcy90ZW5kZXJfdXBsb2...

1 of 1 10-03-2021, 11:35

Tender No.CMM/OPS/58-50-9-3395

SECTION – E-Notes

1. Bidder shall quote for supply of all main items (Three phase 420Kv 125 MVAR Bus Reactor), Functional testing and Commissioning excluding Civil Works, Special test and mandatory spares. In case bidder have quoted for some of the main item and not quoted for Functional testing & Commissioning of main item and mandatory spares, such bids shall summarily be rejected & no correspondence in this respect shall be entertained. Purchaser’s decision in this respect shall remain final and binding. Further, bidders are required to quote for main item (i.e. Item No.1.0 of Section E-I, Main) along with Section E-II (Mandatory spares), Section E-III (Special tests), In case supply of main item as per Section E-1 (Main) is quoted but Section E-II (Mandatory spares), Section E-III (Special test) are not quoted bid for such item will not be considered, and vice versa.

2. Schedules / Bill of Quantities are to be read for the purpose of pricing in conjunction with

the General Conditions of Contract, Special Conditions of Contract, Technical Specifications and Drawings, Special Instructions to the Tenderer, etc. as contained in the Tender Document. Prices are to be quoted in accordance with GCC Clause no. 5 (contract price and payment) and corresponding SCC.

3. The bidders are required to take note of the testing requirements of the items being

quoted under this tender as per clause no. 10 of “Invitation to Tender and Tendering Conditions” and “Technical Specification” and quote price accordingly.

4. Price Bid evaluation shall be based on “Total of Summary Prices” of Section-E-I (Main),

Section E-II (Mandatory spares), Section E-III (Special testing), Section E-IV (Functional testing & Commissioning) as per clause no 15 of ITT.

5. In case there is inconsistency between the Unit Price and the Total Price that is obtained

by multiplying the Unit Price and the Quantity, the Unit Price shall prevail and the Total Price will be corrected accordingly.

6. Imported raw materials / components, required for indigenous manufacture of items

covered in this tender, will attract concessional customs duty as applicable as per sr. no. 414 of custom notification No. 50/2017 dated 30th June 2017. Necessary recommendatory letter will be provided by the Purchaser, however the bidder shall be responsible for timely submitting request for issue of the recommendatory letter well in advance. In view of this, the bidder shall submit their price bid based on this assumption. Further, the bidder shall avail Input tax Credit against IGST component of imported raw materials meant for manufacture of indigenous item and pass on the benefits to NPCIL.

.

Tend

er N

o :-

5922

0

Tend

er R

efer

ence

No

:- CM

M/O

PS/5

8-50

-9-3

395

Tem

plat

e N

ame

:- A

: Su

mm

ary

of T

otal

Pric

e Sc

hedu

le fo

r Eva

luat

ion

Sr.

No.

Des

crip

tion

)

1Se

ctio

n E-

I :

Pric

e fo

rmat

for

Sup

ply

of T

hree

pha

se 4

20Kv

, 12

5 M

VAR B

us r

eact

or f

or K

aiga

-3&

4. (

Tota

l of

Col

umn

'C10

' of Sec

tion

E-1)

2Se

ctio

n E-

II :

Price

for

mat

for

sup

ply

of M

anda

tory

spa

res

for

Thre

e ph

ase

420K

v, 1

25 M

VAR B

us r

eact

or f

or K

aiga

-3&

4 (T

otal

of Col

umn

'C10

' of Sec

tion

E-I

I)

3Se

ctio

n E-

III

: Pr

ice

form

at f

or s

uppl

y of

Spe

cial

Tes

ts for

Thr

ee p

hase

420

Kv,

125

MVA

R B

us r

eact

or f

or K

aiga

-3&

4 (T

otal

of Col

umn

'C8'

of S

ectio

n E-

III)

4Se

ctio

n E-

IV :

Price

for

mat

for

Com

mis

sion

ing

and

Func

tiona

l Tes

ting

(To

tal o

f Col

umn

'C8'

of

Sect

ion

E-II

)

Tota

l = 0

.000

0

Not

es:-

1. IN

R - I

ndia

n Ru

pees

.

2. E

valu

atio

n sh

all b

e do

ne b

ased

on

Tem

plat

e N

ame

: (A

) Sum

mar

y of

Tot

al P

rice

Sche

dule

for E

valu

atio

n.

3. B

idde

rs a

re re

quire

d to

fill

the

tota

l of c

olum

n "C

10" o

f Sec

tion

E-1

to D

, tot

al o

f col

umn

"C10

" of

Sect

ion

E-II

, tot

al o

f col

umn

"C8"

of S

ectio

n E-

III,

tota

l of c

olum

n "C

8" in

Tem

plat

e : A

- Su

mm

ary

of T

otal

Pric

e Sc

hedu

le.

http

s://n

pcil.

eten

ders

.in/E

N-Z

Xhj

ZWx3

b3Jr

cy90

ZW5k

ZXJf

dXBs

b2Fk

X2V

4Y2V

sLzY

zNzM

3Lzc

...

1 of

205

-04-

2021

, 16:

08

e-TP

T/SU

PPLY

-1

http

s://n

pcil.

eten

ders

.in/E

N-Z

Xhj

ZWx3

b3Jr

cy90

ZW5k

ZXJf

dXBs

b2Fk

X2V

4Y2V

sLzY

zNzM

3Lzc

...

2 of

205

-04-

2021

, 16:

08

Tend

er N

o :-

5922

0

Tend

er R

efer

ence

No

:- CM

M/O

PS/5

8-50

-9-3

395

Tem

plat

e Nam

e :-

SECT

ION

- E

- I -

Pric

e Fo

rmat

for s

uppl

y of

Thr

eeph

ase

420K

v, 1

25 M

VAR

Bus

reac

tor f

or K

AIG

A 3

&4

Sr.

No

C0

Item

Des

crip

tion

C1

HSN

Cod

eC2

Qty

C3

Uni

t of

Mea

sure

men

tC4

Uni

t Ba

sic

Pric

e(i

nclu

sive

of

P&F

char

ges)

excl

udin

g G

STC5

Uni

t Tr

ansp

orta

tion

& T

rans

it In

sura

nce

Cha

rges

exc

ludi

ngG

ST

C6

Tota

l Uni

tPr

ice

excl

udin

gG

ST

in I

NR

C7=

C6

+C5

GST

rate

in %

(Per

cent

age)

on (

C7)

C8

Tota

l Uni

t Pr

ice

incl

usiv

e of

GST

C9

=C7*

(1+

C8/

100)

Valu

e in

clus

ive

ofG

ST -

DAP

Des

tinat

ion

aspe

r IN

CO

TERM

S20

10C10

= C

3 *C

9

1.0

Sup

ply

of T

hree

Pha

se42

0kV

125M

VAR b

usRe

acto

r as

per

Tech

nica

l spe

cfic

atio

nat

tach

ed in

Sec

tion-

Cof

Ten

der

docu

men

t

2N

o.

Tota

l = 0

.000

0

NO

TES

:

1. D

AP

as p

er In

cote

rms 2

010

stan

ds fo

r : T

he S

elle

r de

liver

s whe

n th

e goo

ds a

re p

lace

d at

the B

uyer

's di

spos

al o

n th

e arr

ivin

g m

eans

of t

rans

port

read

y fo

r un

load

ing

at th

e nam

ed p

lace

of d

estin

atio

n. T

he S

elle

r bea

rs a

ll ri

sks i

nvol

ved

in b

ring

ing

the

good

s to

the n

amed

pla

ce.

http

s://n

pcil.

eten

ders

.in/E

N-Z

Xhj

ZWx3

b3Jr

cy90

ZW5k

ZXJf

dXBs

b2Fk

X2V

4Y2V

sLzY

zNzM

3Lzc

...

1 of

205

-04-

2021

, 15:

53

2. B

idde

r sh

all q

uote

in IN

R -

Indi

an R

upee

s onl

y.

3. B

idde

r sh

all t

ake n

ote

of S

ECTI

ON

- E

- NO

TES

whi

le q

uotin

g.

4. D

eliv

ery

Sche

dule

: A

s per

Cla

use N

o. 1

1.0

of IT

T (I

nvita

tion

to T

ende

r and

Ten

deri

ng C

ondi

tions

) atta

ched

und

er S

ectio

n-A

of t

ende

r do

cum

ent.

5. T

he p

rice

s ind

icat

ed a

t C10

abo

ve sh

all b

e inc

lusiv

e of T

rans

port

atio

n, T

rans

it In

sura

nce,

taxe

s and

dut

ies.

6. P

lace

of D

eliv

ery

:

Kai

ga A

tom

ic P

ower

Sta

tion-

3&4,

PO

Kai

ga,

Utta

ra K

anad

a, P

in- 5

8140

0, K

arna

taka

. G

STIN

: 29

AA

AC

N31

54F1

ZM

http

s://n

pcil.

eten

ders

.in/E

N-Z

Xhj

ZWx3

b3Jr

cy90

ZW5k

ZXJf

dXBs

b2Fk

X2V

4Y2V

sLzY

zNzM

3Lzc

...

2 of

205

-04-

2021

, 15:

53

Tend

er N

o :-

5922

0

Tend

er R

efer

ence

No

:- CM

M/O

PS/5

8-50

-9-3

395

Tem

plat

e Nam

e :-

Sect

ion

E-II

- Pric

e Fo

rmat

for s

uppl

y of

Man

dato

rysp

ares

for 4

20kV

, 125

MVA

R Bu

s Rea

ctor

s

Sr.

No

C0

Item

Des

crip

tion

C1

HSN

Cod

eC2

Qty

C3

Uni

t of

Mea

sure

men

tC4

Uni

t Bas

icPr

ice

(inc

lusi

ve o

fP&

F ch

arge

s)ex

clud

ing

GST

C5

Uni

tTr

ansp

orta

tion

&Tr

ansi

t In

sura

nce

Cha

rges

exc

ludi

ngG

STC6

Tota

l Uni

tPr

ice

excl

udin

gG

ST in

IN

RC7=

C6

+C5

GST

rat

e in

%(P

erce

ntag

e)on

(C7)

C8

Tota

l Uni

t Pr

ice

incl

usiv

e of

GST

C9

=C7*

(1+

C8/

100)

Valu

e in

clus

ive

of G

ST -

DAP

Des

tinat

ion

aspe

r IN

CO

TERM

S20

10C10

= C

3 *C

9

1.0

Man

dato

ry s

pare

for

420k

V, 1

25M

VAR

reac

tors

as

men

tione

dbe

low

---

-

1.1

Com

plet

e se

t of

gas

kets

requ

ired

for

the

Reac

tors

(Li

st o

f va

riou

sty

pes

and

size

s of

gask

ets

shal

l be

furn

ishe

d du

ring

deta

iled

engi

neer

ing

stag

e)

1Se

t

1.2

Line

Bus

hing

s2

No.

1.3

Neu

tral

Bus

hing

2N

o.

http

s://n

pcil.

eten

ders

.in/E

N-Z

Xhj

ZWx3

b3Jr

cy90

ZW5k

ZXJf

dXBs

b2Fk

X2V

4Y2V

sLzY

zNzM

3Lzc

...

1 of

324

-05-

2021

, 12:

55

1.4

Set

of c

urre

nttr

ansf

orm

ers

cons

istin

gon

e cu

rren

t tr

ansf

orm

erof

eac

h ty

pe

1Se

t

1.5

Oil

tem

pera

ture

indi

cato

r.1

No.

1.6

Mag

netic

oil

leve

l gau

ge(

cons

istin

g on

e of

eac

hty

pe)

1Se

t

1.7

Set

of W

indi

ngte

mpe

ratu

re in

dica

ting

equi

pmen

t co

mpl

ete

with

all

acce

ssor

ies

incl

udin

g W

TI r

epea

ter

1Se

t

1.8

Pres

sure

rel

ief de

vice

alon

g w

ith

suita

ble

acce

ssor

ies

1N

o.

1.9

Silic

a ge

l bre

athe

r(C

onsi

stin

g on

e of

eac

hty

pe)

1Se

t

1.10

Set

of v

alve

s co

nsis

ting

of o

ne v

alve

of ea

chty

pe1

Set

1.11

Buc

hhol

z re

lay

( Re

edTy

pe)

( su

itabl

e fo

rSe

ism

ic d

uty)

1N

o.

1.12

Set

of s

pare

s fo

rm

arsh

allin

g bo

xes

( on

eof

eac

h ty

pe/r

atin

g)1

Set

1.13

Pipe

fitt

ings

(Bi

dder

to

indi

cate

qua

ntity

for

each

uni

t)1

Set

1.14

Air

bag

for

the

cons

erva

tor

1N

o.

1.15

Spar

e U

n-in

hibi

ted

Nap

hthe

nic

base

d EH

Vgr

ade

tran

sfor

mer

oil

for

NPC

IL.

10,0

00Li

ter

http

s://n

pcil.

eten

ders

.in/E

N-Z

Xhj

ZWx3

b3Jr

cy90

ZW5k

ZXJf

dXBs

b2Fk

X2V

4Y2V

sLzY

zNzM

3Lzc

...

2 of

324

-05-

2021

, 12:

55

Sub

Tot

al=

0.00

00G

rand

Tot

al =

0.00

00

NO

TES

:

1. D

AP

as p

er In

cote

rms 2

010

stan

ds fo

r : T

he S

elle

r de

liver

s whe

n th

e goo

ds a

re p

lace

d at

the B

uyer

's di

spos

al o

n th

e arr

ivin

g m

eans

of t

rans

port

read

y fo

r un

load

ing

at th

e nam

ed p

lace

of d

estin

atio

n. T

he S

elle

r bea

rs a

ll ri

sks i

nvol

ved

in b

ring

ing

the

good

s to

the n

amed

pla

ce.

2. B

idde

r sh

all q

uote

in IN

R -

Indi

an R

upee

s onl

y.

3. B

idde

r sh

all t

ake n

ote

of S

ECTI

ON

- E

- NO

TES

whi

le q

uotin

g.

4. D

eliv

ery

Sche

dule

: A

s per

Cla

use N

o. 1

0.0

of S

CC

of t

ende

r doc

umen

t.

5. T

he p

rice

s ind

icat

ed a

t C10

abo

ve sh

all b

e inc

lusiv

e of T

rans

port

atio

n, T

rans

it In

sura

nce,

taxe

s and

dut

ies.

6. P

lace

of D

eliv

ery

:

Kai

ga A

tom

ic P

ower

Sta

tion

- 3&

4, P

O K

aiga

, Utta

ra K

anad

a D

istri

ct, P

in 5

8140

0, K

arna

taka

GST

IN :

29A

AA

CN

3154

F1ZM

http

s://n

pcil.

eten

ders

.in/E

N-Z

Xhj

ZWx3

b3Jr

cy90

ZW5k

ZXJf

dXBs

b2Fk

X2V

4Y2V

sLzY

zNzM

3Lzc

...

3 of

324

-05-

2021

, 12:

55

Tend

er N

o :-

5922

0

Tend

er R

efer

ence

No

:- CM

M/O

PS/5

8-50

-9-3

395

Tem

plat

e Nam

e :-

Sect

ion

E-III

- Pr

ice

form

at fo

r Spe

cial

tests

Sl.N

oC

0D

escr

iptio

nC1

SAC

Cod

eC

2

Qua

ntity

C3

UO

MC

4

Basi

c U

nit

Pric

e(i

nclu

sive

of

P&F

char

ges)

exc

ludi

ngG

STC5

GST

rat

e in

%(p

erce

ntag

e on

C5)

C6

Tota

l uni

t pr

ice

incl

usiv

e of

GST

(C7)

C7=

C5*

(1+

C6/

100)

Valu

e in

clus

ive

of G

ST -

DAP

Des

tinat

ion

-IN

CO

TERM

S 20

10 (

C8)

C8

= C

7*C3

1.0

Spec

ial t

est

as p

er T

echn

ical

Spe

cific

atio

nat

tach

ed in

Sec

tion

-C o

f te

nder

doc

umen

t as

men

tione

d be

low

:--

---

---

--

1.1

Mea

sure

men

t of

cap

acita

nce

& t

an d

elta

of

win

ding

s as

per

IS-5

553

and

IEC-

6007

6-6.

1N

o.

1.2

Det

erm

inat

ion

of li

near

ity o

f re

acta

nce

as p

erIE

C-60

076-

61

No.

1.3

Mea

sure

men

t of

loss

clo

se t

o re

fere

nce

tem

pera

ture

dur

ing

tem

p. r

ise

test

as

per

IEC-

6007

6-6

Para

7.8

.6.

1LS

1.4

ACLD

(AC

Lon

g D

urat

ion)

tes

t as

per

IEC

6007

6-6

Para

7.8

.10.

3 pa

ge 2

9)1

No.

1.5

ACSD

(AC S

hort

Dur

atio

n) t

est

as p

er I

EC60

076-

3 Pa

ra 1

2.3.

1N

o.

http

s://n

pcil.

eten

ders

.in/E

N-Z

Xhj

ZWx3

b3Jr

cy90

ZW5k

ZXJf

dXBs

b2Fk

X2V

4Y2V

sLzY

zNzM

3Lzc

...

1 of

305

-04-

2021

, 15:

55

1.6

The

chop

ped

light

ning

impu

lse

test

as

per

IEC

6007

6-3

Para

13,

141

No.

1.7

Mea

sure

men

t of

Zer

o-se

quen

ce im

peda

nce

ofth

ree

phas

e Shu

nt R

eact

ors

as p

er I

S-55

53 a

ndIE

C60

076-

6.1

No.

1.8

Mea

sure

men

t of

mut

ual r

eact

ance

on

thre

eph

ase

Shun

t Re

acto

rs a

s pe

r IS

- 55

53 P

art

2an

d IE

C60

076-

6.1

No.

1.9

Mea

sure

men

t of

aco

ustic

sou

nd le

vel a

s pe

rIS

-555

3 at

am

bien

t te

mpe

ratu

re .

1N

o.

1.10

Mea

sure

men

t of

aco

ustic

sou

nd le

vel a

s pe

rIE

C-60

076-

6 (c

lose

to

serv

ice

tem

pera

ture

duri

ng h

eat

run

test

).1

No.

1.11

Mea

sure

men

t of

vib

ratio

n an

d st

ress

mea

sure

men

t on

tan

k fo

r Sh

unt

Reac

tors

as

per

IS-

5553

Par

t 2

and

IEC-

6007

6-6.

1N

o.

1.12

Mea

sure

men

t of

har

mon

ics

of t

he c

urre

nt a

s pe

rIS

-555

3 an

d IE

C60

076-

6.1

No.

1.13

DG

A o

f m

iner

al o

il us

ed b

efor

e &

aft

er h

eat

run

test

s1

No.

1.14

Shor

t tim

e cu

rren

t te

st a

nd m

easu

rem

ent

ofim

peda

nce

atsh

ort

time

curr

ent.

1N

o.

1.15

Part

ial D

isch

arge

mea

sure

men

t te

st a

s pe

rIS

-202

6 on

Shu

nt R

eact

ors

1N

o.

1.16

Freq

uenc

y Re

spon

se A

naly

sis

on S

hunt

Rea

ctor

s1

No.

1.17

Volta

ge-c

urre

nt c

hara

cter

istic

s te

st o

n N

GR u

pto

Sho

rt t

ime

rate

d cu

rren

t1

No.

1.18

Cor

e is

olat

ion

test

:Te

st v

olta

ge s

hall

be 2

kV

for

1 m

in for

Shu

nt R

eact

ors

& N

GR b

etw

een

a)Cor

e to

tan

kb)

Cla

mp

plat

es t

o ta

nkc)

Cor

e to

Cla

mp

plat

es.

1N

o.

1.19

Mea

sure

men

t of

Ear

th L

eaka

ge C

urre

nt d

urin

gpo

wer

fre

quen

cy t

est

and

tem

pera

ture

ris

e te

stfr

om a

ll ea

rthi

ng t

erm

inal

poi

nts

like

mai

n ta

nk,

radi

ator

ban

ks e

tc t

o ea

rth.

1N

o.

http

s://n

pcil.

eten

ders

.in/E

N-Z

Xhj

ZWx3

b3Jr

cy90

ZW5k

ZXJf

dXBs

b2Fk

X2V

4Y2V

sLzY

zNzM

3Lzc

...

2 of

305

-04-

2021

, 15:

55

Sub

Tota

l= 0

.000

0G

rand

Tot

al =

0.0

000

Not

es:

1. B

idde

r sha

ll qu

ote

in IN

R - I

ndia

n Ru

pee

only

2. B

idde

r sha

ll ta

ke n

ote

of S

ECTI

ON

E-N

OTE

S w

hile

quo

ting

3. D

eliv

ery

Sche

dule

: A

s per

Cla

use

No.

10.0

of S

CC o

f te

nder

doc

umen

t

4. P

lace

of T

estin

g : S

peci

al te

sts w

ill b

e co

nduc

ted

befo

re d

ispat

chin

g of

reac

tor t

o K

aiga

-3&

4 sit

e.

http

s://n

pcil.

eten

ders

.in/E

N-Z

Xhj

ZWx3

b3Jr

cy90

ZW5k

ZXJf

dXBs

b2Fk

X2V

4Y2V

sLzY

zNzM

3Lzc

...

3 of

305

-04-

2021

, 15:

55

Tend

er N

o :-

5922

0

Tend

er R

efer

ence

No

:- CM

M/O

PS/5

8-50

-9-3

395

Tem

plat

e N

ame

:- Se

ctio

n E-

IV P

rice

form

at fo

r Com

mis

sioni

ng a

ndFu

nctio

nal T

estin

g of

Bus

Rea

ctor

for K

aiga

-3&

4

Sl.N

oC0

Des

crip

tion

C1

SAC

Cod

eC2

Qua

ntity

C3

UO

MC4

Bas

ic U

nit

Pric

e(i

nclu

sive

of P&

Fch

arge

s) e

xclu

ding

GST

C5

GST

rate

in %

(per

cent

age

onC5)

C6

Tota

l uni

t pr

ice

incl

usiv

e of

GST

(C7)

C7=

C5*

(1+

C6/

100)

Valu

e in

clus

ive

of G

ST

-D

AP

Des

tinat

ion

-IN

CO

TERM

S 20

10 (

C8)

C8

= C

7*C

3

1C

omm

issi

onin

g an

d Fu

nctio

nal

Test

ing

of t

hree

pha

se 4

20kV

125M

VAR B

us R

eact

or--

-2

No.

Tota

l = 0

.000

0

Not

es:

1. B

idde

r sha

ll qu

ote

in IN

R - I

ndia

n Ru

pee

only

2. B

idde

r sha

ll ta

ke n

ote

of S

ECTI

ON

E-N

OTE

S w

hile

quo

ting

3. D

eliv

ery

Sche

dule

: A

s per

Cla

use

No.

11.0

of I

TT (I

nvita

tion

to T

ende

r and

Ten

derin

g Co

nditi

ons)

atta

ched

und

er S

ectio

n A

of t

ende

r doc

umen

t

4. P

lace

of F

unct

iona

l Tes

ting

and

Com

miss

ioni

ng :

http

s://n

pcil.

eten

ders

.in/E

N-Z

Xhj

ZWx3

b3Jr

cy90

ZW5k

ZXJf

dXBs

b2Fk

X2V

4Y2V

sLzY

zNzM

3Lzc

...

1 of

205

-04-

2021

, 15:

57

Kai

ga A

tom

ic P

ower

Sta

tion-

3&4,

PO

Kai

ga,

Utta

ra K

anad

a, P

in- 5

8140

0, K

arna

taka

. G

STIN

: 29

AA

AC

N31

54F1

ZM

http

s://n

pcil.

eten

ders

.in/E

N-Z

Xhj

ZWx3

b3Jr

cy90

ZW5k

ZXJf

dXBs

b2Fk

X2V

4Y2V

sLzY

zNzM

3Lzc

...

2 of

205

-04-

2021

, 15:

57

Tend

er N

o :-

5922

0

Tend

er R

efer

ence

No

:- CM

M/O

PS/5

8-50

-9-3

395

Tem

plat

e Nam

e :-

Sect

ion

E-V

: Pr

ice

form

at fo

r Rec

omm

ende

d Sp

ares

for

420k

V, 1

25 M

VAR

Bus R

eact

ors f

or K

aiga

-3&

4

Sr.

No.

C0

Item

Des

crip

tion

C1

HSN

Cod

eof

the

item

C2

Qua

ntity

C3

Uni

t of

Mea

sure

men

tC4

Uni

t Bas

ic P

rice

of P

&F

char

ges)

excl

udin

g G

ST

C5

Uni

t Tr

ansp

orta

tion

and

Tran

sit

Insu

ranc

e

excl

udin

g G

ST

C6

Tota

l Price

excl

udin

g

C7=

C5+

C6

GST

rate

in %

(Per

cent

age)

on (

C7)

C8

Tota

l Uni

t Pr

ice

of G

STC9=

C7*

(1+

C8/

100)

of G

ST

- D

APD

estin

atio

n as

per

INCO

TERM

S 20

10C

10=

C3*

C9

NO

TES

:

1. B

idde

r sh

all q

uote

in IN

R -

Indi

an R

upee

s onl

y.2.

Bid

der

shal

l tak

e not

e of

SEC

TIO

N -

E - N

OTE

S w

hile

quo

ting.

3. T

he p

rice

s ind

icat

ed a

t C10

abo

ve sh

all b

e inc

lusiv

e of f

reig

ht, i

nsur

ance

, tax

es a

nd d

utie

s.

http

s://n

pcil.

eten

ders

.in/E

N-Z

Xhj

ZWx3

b3Jr

cy90

ZW5k

ZXJf

dXBs

b2Fk

X2V

4Y2V

sLzY

zNzM

3Lzc

...

1 of

106

-04-

2021

, 15:

01