2019 - clri.org
TRANSCRIPT
File No. 28(01)/2019/Pur Date: 28/06/2019
Revised Technical Specifications & clarifications issued after the Pre-Bid Conference Dated 18.06.2019 for Supply, Erection, Installation, Commissioning, Operation and Maintenance of Co-Digestion plant for Organic Fraction of Leftover Food Waste, Vegetable Peels and Fruit Peels for Biogas Generation from Hotel Industry on Turnkey Basis Capacity of the Plant – 500 kg/day ( mixed waste)
Revised Technical Specification for Supply, Erection, Installation, Commissioning,
Operation and Maintenance of Co-Digestion plant for Organic Fraction of Leftover Food
Waste, Vegetable Peels and Fruit Peels for Biogas Generation from Hotel Industry on
Turnkey Basis
ELIGIBILITY CONDITIONS, SPECIFICATIONS AND ALLIED TECHNICAL DETAILS
4.1 Eligibility Conditions for Supply, Erection, Installation and Commissioning, Operation and
Maintenance of Co-Digestion of Organic Fraction of Leftover Food Waste, Vegetable Peels and
Fruit Peels for Biogas Generation from Hotel Industry on Turnkey Basis
Minimum Eligibility Criteria for Supply, Erection, Installation and Commissioning, Operation
and Maintenance of Co-Digestion of Organic Fraction of Leftover Food Waste, Vegetable Peels
and Fruit Peels for Biogas Generation from Hotel Industry on Turnkey Basis.
The bidder should have successfully designed and installed/ implemented biogas plants
for various kinds of organic fraction of sewage sludge /Industrial Solid Waste/ MSW /
Food Wastes/combination of these wastes. Documentary evidence for atleast plant of
capacity 400 kg/day or atleast 2 Nos of plant of capacity 300 kg/day should be
submitted with the Technical Bid, failing which the bid would be considered as
unresponsive or not meeting the eligibility criteria.
(Note: Firms not meeting the minimum eligibility conditions will not be considered for
technical evaluation.)
4.1.2 General criteria:-
1. Vendors not meeting the minimum eligibility criteria will not be considered for technical
evaluation.
2. List of installations of similar work with contact details should be provided. (Annexure IX)
3. The bidder shall furnish documentary evidence to demonstrate that the bidder satisfies
the bidders’ eligibility criteria.
4. Bidders shall invariably furnish documentary evidence (client’s certificate) in support of
the satisfactory operation of the similar plants executed by him.
5. Spares and service support for the instrument for the period of 7 years from the date of
installation.
6. Details of make, model, service support for the outsourced items/ supporting accessories
(Technical details in Technical bid)
7. Details of Service Centre and information on service support facilities that would be
provided after the warranty period (in the Service Support Form).
8. That adequate and specialized expertise is already available or will be made available
following the execution of the contract in the Purchaser’s country, to ensure that the
support services are responsive and adequate as per ‘Instructions To Bidders 1.13.2(c).
Specifications for Implementation of co-digestion plant for Leftover Food Wastes, Fruit and
Vegetable Peel; Capacity of Plant: 500 kg/day
Supply, Erection, Installation, Commissioning, Operation and Maintenance of Co-Digestion
plant for Organic Fraction of Leftover Food Waste, Vegetable Peels and Fruit Peels for Biogas
Generation has to be implemented with Commissioning and stabilization for a period of 3
months and O & M for a period of 3 months.
Water supply and power requirements
Water supply and power will be supplied to the contractor by the Beneficiary. Accordingly the
contractor has to make arrangements for taping water and electricity during construction;
commission and stabilization period and O &M period; till handover of the plant to the
“Purchaser”.
Main Units to be provided are listed below:
Sl.
No
Unit Size /capacity MOC
1. Feed Preparation
tank (with
removable cover)
1.5mx1.5x1.2m
(LD) + 0.3 m FB
MS ( minimum 6 mm thickness with minimum FRP coating of 1 mm thickness)
MS should satisfy IS 2602 code
2. Anaerobic Digester
with Scum breaking
mechanism
3.6 Diameter x
3.6m LD +0.6
Gas space
MS ( minimum 6 mm thickness with minimum FRP coating of 1 mm thickness)
MS should satisfy IS 2602 code.
Digester should be provided over Suitable concrete foundation
3. Gas Holder – Fully
enclosed
For a gas balloon
of 50m3 Capacity
Epoxy coated MS frame with
Galvalume sheeting of 0.45 -
0.5 mm thickness
must be provided over
Suitable concrete foundation.
Colour Coating of the Sheet:
Environmental Green
4. Digestate Collection
tank (with
removable cover)
1mx1mx1.2m
(LD) + 0.3m(FB)
MS ( minimum 6 mm thickness with minimum FRP coating of 1 mm thickness)
MS should satisfy IS 2602 code
5. Supernatant
Collection tank (with
1m x 1m x 1.2m MS ( minimum 6 mm
thickness with minimum
Sl.
No
Unit Size /capacity MOC
removable cover) (LD)+0.3 m (FB) FRP coating of 1 mm
thickness)
MS should satisfy IS 2602
code
6. Gas Flare Platform To suit the gas
flare.
(Height: 6m
above GL)
Mild Steel platform with
hand rails, safety and access
arrangements, suitable
support structure and
concrete foundation should
be provided.
7. Pump Pads To suit the size of
the pumps
Suitable concrete platform
has to be provided.
Note:
For the above units, the bidder has to provide suitable foundation based on Self weight which includes Dead Load+ Live Load and weight due to loading of the waste every day. The foundation has to be designed based on Safe bearing capacity of the existing soil. For that, the contractor has to conduct soil testing and based on soil test report the foundation has to be designed. Contractor has to provide Soil test reports and design calculations to purchaser for their approval. Once after getting approval from purchaser only, the work has to be executed at site. The minimum thickness of the base above GL shall be of 0.3 m in order to avoid submergence of the units in rain water.
The units fabricated in MS with FRP coating shall be of corrosion resistance, leak proof, high strength and stable with changing weather conditions. Also these units shall be provided with suitable inlet, outlet and recirculation arrangement with suitable fixtures and piping arrangement.
All the MS Units / Structures ( External) shall be painted with 2 coats over a primer
with approved colour and quality
All the Civil units shall be coated with 2 coats of cement paint over a coat of primer
with approved colour and quality.
Overall List of Mechanical and Instrumentation Items
Sl.
No.
Mechanical Items Type Capacity
Head Nos.
1. Sorting table Sorting
table shall
be of MS
with Epoxy
and top
surface
shall be of
SS
1
2. Shredder/ Mincer
(To mince 500 kg/day)
250 kg/hr
minimum
capacity
1No
3. Agitator- Feed
Preparation Tank
Turbine - - 1 No
4. Agitator- Digestate
Collection Tank
Turbine - - 1 No
5. To pump feed from
Feed Preparation tank
to Digester
Submersible
Pumps
2 m3/hr
(minimum
capacity)
8 m 2
(1W+ 1S)
6. Digestate Withdrawal pumps
Centrifugal
Pumps
1m3/hr
( minimum
capacity)
5 m 2
(1W +
1S)
7. Chamber Filter press
with filter feed pumps
- - - 1
Sl.
No.
Mechanical Items Type Capacity
Head Nos.
and other accessories
8. Gas balloon for
collection of biogas
- 50 m3 - 1
9. Gas burners with
necessary piping for
connection to the
Kitchen for utilization of
biogas
- - - 1 Lot
10. Biogas Flaring System
with safety
arrangements
- - - 1
11. Pressure Gauges - - - 1 Lot
12. Pressure Relief Valves - - - 1 Lot
13. Gas Flow Meter 15 to 25
liters/min
1 Nos
Note : W – Working, S – Stand-by
4.2.1 Shredder/ Mincer
The tenderer has to quote shredder/mincer for size reduction of food waste including vegetables
and fruit peels with high fiber content, Banana peduncles, bones etc. generated from hostels/
hotels/ cafeteria/food courts. The Shredded waste has to be conveyed to feed preparation tank.
Accordingly the contractor has to provide suitable chute/ conveyance provision. The quantity of
waste to be shredded is 500 kg/day and particle size after shredding shall be minimum of 5 mm.
MOC shall be of:
Cutter Blades : Tool Hardened Steel
Impeller : Tool Hardened Steel
Teeth Ring : Tool Hardened Steel
4.2.2 Agitators
4.2.2.1 Technical Data Sheet for Agitators
Description Feed Preparation
Tank
Digestate
Collection tank
Tank Dia/ Size (m) 1.5 x 1.5 1.0 x 1.0
Tank Height (m) 1.5 1.5
Shaft Length-from Tank Top 1.2 1.2
Bottom Clearance (m) 0.3 0.3
Shaft Dia (mm) 40 40
Impeller Dia (mm) 450 to 500 mm 450 to 500 mm
Propeller Turbine
MOC Shaft, Propeller SS304 SS304
Agitator RPM(+/- 10%) 30- 50 30-50
Gear Box Type Worm or Helical
Motor HP 1.0 1.0
Motor RPM 1440 1440
No. required 1 1
Static Load 85 to 100 85 to 100
Dynamic Load 120 to 150 120 to 150
4.2.3 Pumps
Technical Data Sheets for Submersible Pumps
Item Specification
Purpose / Location To pump feed from Feed Preparation
tank to Digester
pH of the fluid to be handled 6 to 8
Temp deg C Ambient
Sp. Gr (kg/m3) 1.002
Total Head (m) maximum 8
Cap (m3/Hr) 1
NPSH (m) Required 8
BKW Water 0.32
Speed (rpm) 1450
Suc x Dis (inches) 2 to 2.5 inches * 2 to 2.5 inches
(Flanged)
MATERIALS; Casing/Cover CI / CI
Impeller / Type SS 304 / semi open
Shaft SS 304
Bearings Deep groove Grease
Driver 1.0 / 1450
Technical Data Sheets for Centrifugal Pumps
Item Specification
Location to be Provided Digestate Withdrawal Pumps
pH of the fluid to be handled
6 to 8
Sp. Gr (kg/m3) 1.002
Total Head (m) maximum 8
Cap (m3/Hr) 1
BKW Water 0.12
Speed (rpm) 1450
Suc x Dis (inches) 2” X 2”(Threaded)
MATERIALS; Casing/Cover CI / CI
Impeller / Type SS 304 / semi open
Shaft SS 304
Bearings Deep groove Grease
1.0 / 1450
4.2.4 Gas Holder
Balloon type gas holder with safety enclosure shall be provided for a capacity of 50 m3 needs to be
installed with safety arrangements and automatic release valve and alarm warning when 100 %
capacity of the gas holder is reached.
Biogas collection and flare system
Anaerobic digester after digestion of mixture of waste will generate methane rich biogas. The
expected gas composition would be 65% - 70 % of CH4 and balance 30% - 35 % consisting of CO2
and N2, with traces of H2S and NH3. The biogas production would be around 15- 20 cum per day.
The biogas produced from the digester will be collected in the gas holder connected through the
moisture trap. For removal of CO2 and H2 S biogas purification system has to be provided. Bidder
can use iron pellet and Lime soda pellets to ensure scrubbing of both H2S and CO2 from biogas.
When the gas level in the gas balloon reaches about 80 % the valve in the gas line to flare will be
opened. One pressure release valve shall be provided at the top of the balloon, which will open
out when the levels reaches 100 % value. One high-level switch shall be provided at 95% to give
an audible alarm signal in the control room.
The main units in biogas collection and flaring shall consist of
1. Flare Burner Assembly
2. Flame Arrester
3. Control Panel (Weather Proof)
4. Ignition System
5. Control Valve Assly
6. Riser Pipe
7. Moisture Separator
8. Structure Assembly
9. Thermocouple (K Type)
10. TC Cable & HV Cable;
11. Biogas balloon 50m3 with biogas appropriate purification system
12 Gas Compressor (Inbuilt) receiver tank of capacity 150 to 200 liters; Flow rate: 12 to 15
cfm; HP : 3 Pressure rating upto 7 to 10 bar ; Make : ELGI/ ANESTIWATA/ LEINTZ
Technical data sheet for biogas flaring system is given below:
Sl.No. Category Parameter Unit
1. Gas flaring system
Quantity 1
Type Aspirated type open flare
Capacity 15–20 Cum/day
Flow rate 15-20 Cum/day
Working pressure 100-150 mm of wc
Height 6 Meters
Sl.No. Category Parameter Unit
Location As per layout
Duty To flare produced biogas
2. MOC of various parts
Flare burner assembly. SS 304
Pilot burner SS 304
Flame arrestor SS 304
Main gas line pipe SS 304
Control valve assembly SS 304
Control panel Weather proof
Ignition system
Gas line SS 304
Moisture separator SS 304
Derrick structure MS with epoxy coating
3 Flare burner
Type Aspirated type
Capacity 15-20 cum/day
Flow rate 15-20 cum/day
Working pressure 100-150 mm of wc
Location Flaring station – outdoor
Duty To flare the gas
4 Flare burner material of
Sl.No. Category Parameter Unit
construction
Flare burner SS 304
Flare pipe SS 304
Burner SS 304
Wind shield SS 304
Mounting flange SS 304
TC mounting SS 304
Pilot burner housing SS 304
5 Pilot burner & accessories
Quantity . 1 No
Type Premix with aspirator or Spark
Location Integrated with flare burner
Duty To provide the pilot flame for main
burner
MOC SS 304
6 Flame arrestor
Quantity 2 Nos
Type Inline flanged end
Capacity 15-20 cum/day
Size 25 nb
Location Flaring station – outdoor
Duty To prevent flame flash back
Sl.No. Category Parameter Unit
Material to be handled Biogas
7 Material of construction
Body SS 304
Flame arrestor element SS 304
Gaskets EPDM & Teflon
End connection Flanged end
Nut & bolts SS 304
8 Ignition system ( consist of)
Ignition electrode Ceramic electrode
Hv transformer Brahma
Hv cable 10 kVA
Capacity 2 x 12 kVA
Hv transformer box Flame proof structure mounted
Location On structure
9 Control valve assembly
Ball valve Standard 1” Nb
Control valve (solenoid valve) Standard 1” Nb
Pressure gauge 0- 500 mm wc
Pilot burner gas line Standard 1” Nb
Drain valve Standard 4” Nb manual ball valve
10 Moisture separator
Sl.No. Category Parameter Unit
Type Cylindrical
Duty To remove moisture from the gas
Size 25nb
Pressure side connection Flanged
Location Flaring station – outdoor
Drain type Manual
11 Material of construction
Body SS 304
Legs MS with epoxy coating
Gasket EPDM
Drain valve Standard ½” Nb manual ball valve
Flanges SS 304
Drain ball valve SS 304
12 Derrick structure
Height 6 Min. Meters
MOC MS
Painting Epoxy painting to all MS parts
Specifications for Biogas Balloon
Base Material shall be of Polyamide 1670 dtx; Weight in g/m2 1350 ; Breaking Strength Warp
500 kg min; 50 mm X 200mm; Weft 460 kg min; Peel off Adhesion; Warp 4.5 kg min;
Color; Outer- Black/ Grey Coating; Outer Coating- Hypalon; UV Resistantant Inside Coating-
Neoprene; Working pressure- 300 mm wc; Inlet & outlet nozzle and D ring Hook arrangement.
Technical specifications for Biogas Balloon is given below:
Balloon Capacity 50 m3
MOC Rubber coated (Outside Hypalon & Inside Neoprene)
Base Material Polyamide 1670 dtx
Weight in gms/m2 1350 to 1500
Breaking Strength Warp 500 kg min
Peel off Adhesion Warp 4.5 kg min
Coating Outer Coating- Hypalon, UV Resistant Inside Coating-
Neoprene
Working pressure 100 to 300 mm Water Column
Inlet & outlet nozzle To suit field requirement at the time of installation
Tying Arrangement D ring Hook arrangement
4.3 Filter Press
One filter press is to be supplied and the quantity of digestate to be filtered is 0.20 to 0.25 m3/day
of wet sludge. The equipment shall include filter press feed pump, filter press frame, hydraulic
closing system, filtrate tray, drip tray, polypropylene filter plates, filter cloth, manual plate
shifting device for cake discharging, light curtain and such other fittings or appurtenances
necessary for a complete operating installation. The digestate solids concentration may be 5 to 10
%. pH will range from 7 - 11. No provision has been made for chemical dosing to the sludge to be
dewatered by the filter press. The solid concentration of the cake shall be at least 28 %. The
percent recovery of suspended solids shall be at least 85 %. The total digestate volume has to be
dewatered in 8 hours shift time. Hence adequate numbers of filter plates has to be provided.
Technical specifications for Filter press is given below:
Basic Parameters
Flow rate 0.20 to 0.25 mᶟ/day
Number of filtration batches 1 in 8 hrs
No. of Filter Press 1
Solids consistency (inlet) 5 to 10 %
Expected Solids consistency (outlet) 35 to 30 %
Filter Press – skid Mounted
Type Sliding
Plate Size 470 mm x 470 mm
No. of Plates 5 Nos
No. of Chambers 4 Nos
Filtration Area 1.23 m² Approx
Chamber volume 25 Litres Approx
Operating pressure 7 bar
Plate closing Capstan Closing System
Plates Details
Size 470 mm x 470 mm
Type Recessed
Material Polypropylene
Thickness 57 ± 2 mm
Cake thickness 32 ± 2 mm
Feed Central
Discharge Open
Operating pressure 7 Bar
Plate shifting Manual
MOC of the structure MS, Fabricated & machined
Feed Pump Details
Type Progressive cavity pump
Capacity 1 cum /hr
Head 7 to 8 Bar
Drive Belt Driven or Direct Driven
Filter Cloth 1 Set
All fasteners and anchor bolts shall be SS304. In order to safeguard against overloads in the filter
press and / or the filter feed pump, adequate provisions shall also be made to manually override
the controls.
4.4 PIPING AND VALVES – SPECIFICATIONS
All pipes shall be of HDPE and Valves shall be of PP. All bots and nuts shall be SS 304. All pipes
and valves shall be as per B1 standards. For successful functioning of the Biogas plant, If
additional pipings are required in any locations, the same shall be provided by the contractor
without any additional financial implications.
4.4.1 RECOMMENDATIONS FOR PIPING
1) Make
(1) HDPE: Hasti / Manikya/ Reliance
(2) PVC : Finolex /ASTRAL/ ASHIRVAD/ SUPREME
2) UPVC or CPVC pipes and shall comply with ANSI class standards which can withstand
the pressure in the range of 12 kg/cm2 to 15 kg/cm2 pressure
3) Type - As per IS specification for HDPE pipes for Industrial effluent
4) Arrangements Piping work shall be carried out as per approved drawing.
5) Pressure - for all sizes of pipes : 6 Kgf/ cm2
6) Collar & Flanges - Collar & flanges shall be provided for every 6 meter length and for every Tee
and bend.
Stator Nitrile
Rotor Alloy Steel
Other Accessories required for operation of
Filter Press with necessary piping
arrangement
7) Testing of pressure
Pipes 1.5 times the rated pressure measured for one hour
( DIN 4 279)
Accessories Molded Tee, Bends, Elbows only should be used and not fabricated at site.
Lip formation Lip formation during HDPE welding shall be removed properly to avoid
build-up of scale. The collar ID and pipe ID should be same to avoid
restriction of flow at the flange joints, thereby avoiding sludge accumulation
at joints.
4.4.2 RECOMMENDATIONS FOR VALVES
(i) Make AUDCO/KSB/ CRI/AMCO/LEHREY/CALIBER
(ii) Type CI Gate Valve, Non raising spindle & NRV etc.,
(iii) Size Suitable size for Underflow pipe, recirculation line
(iv) Bolt, Nut & Washers SS All pulley and coupling guards shall be in FRP.
4.5 Electrical Works
The work involves complete electrification to demonstration plant including provision of power
feeding panels, distribution boards, UG cables, motor starters, etc., with required cabling, wiring
and connections. The scope includes obtaining mandatory approval from concerned authorities
including payment of required fees.
The plant shall be provided with power / motor control panel for feeding Agitators, Feed pumps,
Digestate withdrawal pumps, Sludge/feed preparation pumps, Filter press loads, Supernatant
withdrawal pumps, shredder/ mincer, small power outlets etc. This panel shall consist of all
required switches, fuses, motor starters, meters, push buttons, bus bar and cable chambers with
all required accessories.
The power supply to the plant shall be tapped from existing 3 phase, 415 V, 50 Hz power source
through an adequate size armoured underground cable. All the loads shall also be connected
through either armoured underground cable or with conduit wiring as per the plant
requirement.
The plant shall be provided with required power sockets, motor starters, push button stations,
suitable earthing system, etc. Any other item which is inadvertently omitted shall also form a
part in the scope of work
The work shall be handled by a qualified and competent electrical contractor.
4.5.1 Electrical equipment
The following constitutes a set of approved makes of equipment. The bidder shall be eligible to
propose alternative equipment provided the burden of proof of equivalency is taken upon by the
bidder. All the same, the employer reserves the right to specify and insist on his choice of makes
from a minimum of three mandatory optional makes which the bidder shall offer for each of
equipment or any one of the makes mentioned below.
Recommended Manufacturers List
DETAILS MANUFACTURER
Motors BB/ Kirloskar / Jyoti / ABB / Crompton Greaves
Cables Asian (RPG) / Incab / Omega / Torrent / Fort Gloster / Universal / Finolex/ Tropodur(CCI)/ ORBIT/POLYCAB
Lighting Fixtures Philips / Crompton Greaves/ Bajaj
Ammeter , Voltmeter, KWhr meter
Automatic Electric / Universal Electric / MECO Instruments Pvt. Ltd. / L&T/ ABB/SCHNEIDER
Relays English Electric / Jyoti / Universal Electric Ltd., / Hindustran Brown Bowery / MEI/ L&T/ ABB/SCHNEIDER
SFU / FSU Alstom / L&T / Siemens / Standard/Contro& Switch gear/ ABB/SCHNEIDER
HRC Fuses (Power & Control) Alstom / L&T / Siemens / Standard/Contro& Switch gear/ ABB/SCHNEIDER
MCB Alstom / L&T / Siemens / Standard/Contro& Switch gear/ ABB/SCHNEIDER
OL / relays L & T / Siemens/ BCH/ Alstom
Terminal Elmex / Oesser
PBS with actuator & Elements L & T / Siemens / BCH
Local start / stop PB stn Alstom / L&T / Siemens / Standard/Contro& Switch gear/ ABB/SCHNEIDER
Indication Lamp Alstom / L&T / Siemens / Standard/Contro& Switch gear/ ABB/SCHNEIDER
DETAILS MANUFACTURER
Selector / Control Switches Alstom / L&T / Siemens / Standard/Contro& Switch gear/ ABB/SCHNEIDER
LT Bus duct KLK / Star Drive / Eltech
PT & CT KAPPA / AEP
4.6 RECOMMENDED MANUFACTURERS/ SUPPLIERS LIST FOR OTHER UNITS
Sl. No. Equipment RECOMMENDED MAKE
1. Agitators Remi/ SHINE
2. Pumps Kirloskar/KSB/ Grandfos/ Crompton
Greaves/CRI
3. Filter Press Hydropress Industries/Andriz
4. Biogas Flaring
System
Super Combustion Technologies/ Ashish Engineering Works, Pune/ Petroman Marketing (d) Pvt. LTDL, New Delhi
Important Information:
Makes other than these listed above too are acceptable, provided the bidder encloses reference of successful installations of similar application in not less than three cases.
The successful tenderer should submit detailed design calculations, GA drawings for each
unit, specifications and data sheets of each of mechanical, instrumentation and electrical
items, hydraulic flow diagram, piping layout, Plant layout, P & I diagram for the approval
before implementation. The purchaser will scrutinize and approve if they are suitable
otherwise insist for modification and resubmission. For civil units the structural drawings
with detailed design calculations have to be provided for approval. Only after the
approval, the successful tenderer should carry out the works. The contractor is responsible
for the structural stability of all the units mentioned in the tender document. In addition to
the items mentioned in the tender document, any additional arrangements required for
the successful implementation and O & M of the plant, the contractor has to provide those
items/ services without any further financial implications.
Note:
Turnkey and Two bid system will be followed.
After Supply, Erection , Installation and testing of the plant, the bidder has to carry
Commissioning and Stabilization activities for a period of 3 months and Operation and
maintenance of the plant for a period of 3 months
The technical specifications and data sheets all units shall be submitted with the technical
bid
List of critical spares such as gaskets shall be provided by the bidder
Minimum One year warranty shall be provided for all the equipment in the plant
Any item which is necessary but inadvertently omitted shall be included at any stage of
work within the total quoted tender cost. Hence, the tendered price shall be deemed to
include all items which are mandatorily required for the comprehensive physical and
functional completion of the offered items in all respects to meet the scope of work as
mentioned in this tender document.
The bidders are requested to visit the site to take care of the site specific requirements.
Power and water supply will be provided by beneficiary during Supply, Erection,
Installation of the plant.
Proper labeling of all tanks and equipment with name, dimension and other details should
be done by the contractor.
Contractor shall provide a color display board (A1 Size) indicating the features of the plant
and details of stake holders etc. The content shall be finalized in consultation with the
technical agency (CLRI).
Training of beneficiary personnel to be provided by the contractor
Operating manual of the plant including do’s and Don’ts for the operation of the plant to
be provided by the contractor
4.7 Scope of Supply
Supply, Erection, Installation and Commissioning, Operation and Maintenance of Co-Digestion plant for the Organic Fraction of Leftover Food Waste, Vegetable Peels and Fruit Peels for Biogas Generation from Hotel Industry on Turnkey Basis
4.8 Inspection & Tests
4.8.1 General
1. The Supplier shall at its own expense and at no cost to the Purchaser carry out all such tests and/or inspections of the Goods and Related Services as are specified here.
2. The inspections and tests may be conducted on the premises of the Supplier or its subcontractor(s), at the point of delivery and/or at the Goods final destination.
3. Whenever the Supplier is ready to carry out any such test and inspection, it shall give a reasonable advance notice, including the place and time, to the Purchaser. The Supplier shall obtain from any relevant third party or manufacturer any necessary permission or consent to enable the Purchaser or its designated representative to attend the test and/or inspection.
4. Should any inspected or tested Goods fail to conform to the specifications, the Purchaser may reject the goods and the Supplier shall either replace the rejected Goods or make alterations necessary to meet specification requirements free of cost to the Purchaser.
5. The Purchaser's right to inspect, test and, where necessary, reject the Goods after the Goods' arrival at final destination shall in no way be limited or waived by reason of the Goods having previously been inspected, tested and passed by the Purchaser or its representative prior to the Goods shipment.
6. The Supplier shall provide the Purchaser with a report of the results of any such test and/or inspection.
7. With a view to ensure that claims on insurance companies, if any, are lodged in time, the bidders and /or the Indian agent, if any, shall be responsible for follow up with their principals for ascertaining the dispatch details and informing the same to the Purchaser and he shall also liaise with the Purchaser to ascertain the arrival of the consignment after customs clearance so that immediately thereafter in his presence the consignment could be opened and the insurance claim be lodged, if required, without any loss of time. Any
delay on the part of the bidder/ Indian Agent would be viewed seriously and he shall be directly responsible for any loss sustained by the purchaser on the event of the delay.
8. Before the goods and equipment’s are taken over by the Purchaser, the Supplier shall supply operation and maintenance Manuals together with Drawings of the goods and equipment’s built. These shall be in such details as will enable the Purchase to operate, maintain, adjust and repair all parts of the works as stated in the specifications.
9. The Manuals and Drawings shall be in the ruling language (English) and in such form and numbers as stated in the Contract.
10. Unless and otherwise agreed, the goods and equipment shall not be considered to be completed for the purposes of taking over until such Manuals and Drawing have been supplied to the Purchaser.
11. On successful completion of acceptability test, receipt of deliverables, etc., and after the Purchaser is satisfied with the working of the equipment, the acceptance certificate signed by the Supplier and the representative of the Purchaser will be issued. The date on which such certificate is signed shall be deemed to be the date of successful commissioning of the equipment.
ACCEPTANCE TERMS
12. Specifications should be strictly adhered to without compromise. At the time of supply, all the parts supplied should be the latest one i.e. should there be a new and improved version of the part(s) developed after the quote was furnished the improved versions should only be supplied and without any additional cost to the buyer. Parts that have become obsolete in the rest of the world (USA, Europe, Japan) should not be supplied here. Proper documents should be furnished to support this.
13. A simple step-by-step operating procedure (max 2 pages) which will be kept near the equipment indicating the precautions for eg. Safe pressures, dos and don’ts for safe and correct use of the entire equipment including software should be provided to help extend the life of the system.
14. With respect to the columns, specific maintenance and handling procedures including during operation as well as idling periods should be provided.
15. Demonstration of the equipment should be done at least for three standard proteins at the extreme ranges and one intermediate (flow rates)
16. The service manual to be given.
4.8.2 Pre-dispatch Inspection by CLRI
Applicable at factory premises
4.8.3 Manufacturer’s Inspection Certificate
After the goods are manufactured and assembled, inspection and testing of the goods shall be carried out at the supplier’s plant by the supplier, prior to shipment to check whether the goods are in conformity with the technical specifications. Manufacturer’s test certificate with data sheet shall be issued to this effect and submitted along with the delivery documents. The purchaser reserves the options to be present at the supplier’s premises during such inspection and testing.
4.8.4 Third Party Inspection
Not Applicable
4.8.5 Acceptance Test
The acceptance test will be conducted by the Purchaser, their consultant or other such person nominated by the Purchaser at its option after the equipment is installed at Purchaser’s site in the presence of supplier’s representatives. The acceptance will involve trouble free operation. There shall not be any additional charges for carrying out acceptance test. No malfunction, partial or complete failure of any part of the equipment is expected to occur.
The Supplier shall maintain necessary log in respect of result of the test to establish to the entire satisfaction of the Purchaser, the successful completion of the test specified. In the event of the ordered item failing to pass the acceptance test, a period not exceeding two weeks will be given to rectify the defects and clear the acceptance test, failing which, the Purchaser reserve the right to get the equipment replaced by the Supplier at no extra cost to the Purchaser.
Successful conduct and conclusion of the acceptance test for the installed goods and equipment’s shall also be the responsibility and at the cost of the Supplier.
4.9 TRIAL RUNS, COMMISSIONING, STABILISATION, OPERATION AND MAINTENANCE
GENERAL
After successful completion of works, pre-commissioning protocol, test run, trial runs shall be
done by the turnkey contractor. After satisfactory commissioning and stabilization for a period of
three months, the contractor shall operate and maintain the pilot scale biogas plant for co-
digestion of Organic Fraction of Leftover Food Waste, Vegetable Peels and Fruit Peels for a
period of three months with the biogas generation with the wastes specified in the tender
document and all the parameters required for the final utilization/disposal of digestate.
Training of personnel of the beneficiary for the proper operation and maintenance of the pilot
scale biogas plant for co-digestion of Organic Fraction of Leftover Food Waste, Vegetable Peels
and Fruit Peels shall be imparted by the contractor during this period of three months from the
successful commissioning of the plant.
Pre-commissioning activities
Before initiating the trial run and commissioning activities, the contractor shall satisfy the
purchaser that all activities related to the implementation of the pilot scale biogas plant for co-
digestion of Organic Fraction of Leftover Food Waste, Vegetable Peels and Fruit Peels has been
satisfactorily completed by the contractor as stated in this tender. A written communication to
this effect shall be issued to the contractor by the Employer to commission the operation and
maintenance of the pilot scale biogas plant for co-digestion of Organic Fraction of Leftover Food
Waste, Vegetable Peels and Fruit Peels.
Before all installations are put into operation all construction litter shall be collected at the site
and shall be removed from the site and disposed safely.
Recruitment of all staff of the contractor required for the commissioning, stabilization and
training shall be completed at least one month prior to the commissioning of the pilot scale
biogas plant for co-digestion of Organic Fraction of Leftover Food Waste, Vegetable Peels and
Fruit Peels. The “purchaser” reserves the right to alter the composition of the team any time
during the project period.
The contractor shall make all consumables as required for Pilot scale biogas plant ready prior to
the start up.
The contractor shall create a separate test protocol for each construction and each equipment,
including the tests of the electrical equipment, instrumentation and process control. The test
protocol will take into account the coherence with other process equipment. The test results of
the each item shall be described in a protocol and only accepted when approved by the
“purchaser”
The Contractor shall prepare a detailed commissioning protocol for operation of the pilot scale
biogas plant for co-digestion of Organic Fraction of Leftover Food Waste, Vegetable Peels and
Fruit Peels as per the specific terms & conditions. This protocol will be deemed as accepted
only when approved by the “ purchaser”.
A written approval to this effect is mandatory for starting the pilot scale biogas plant for co-
digestion of Organic Fraction of Leftover Food Waste, Vegetable Peels and Fruit Peels
Trial run of pilot scale biogas plant for co-digestion of Organic Fraction of Leftover Food Waste,
Vegetable Peels and Fruit Peels
The trial run involves the following stages:
Leak testing of all Units
Checking of all electrical installations.
Wet running of all electro-mechanical equipment and hydro testing of pipes.
Arranging seed for start-up of the pilot scale biogas plant for co-digestion of Organic
Fraction of Leftover Food Waste, Vegetable Peels and Fruit Peels
The Contractor on his own resources will carry out all requirements for the trial run
In succession the following installations shall be tested with clear water:
4.9.1 COMMISSIONING AND STABLIZATION
First stage – Start-up of Pilot Scale Plant
Procurement of Seed Sludge and its characterization before feeding into the Anaerobic
Digester
Procurement of the Waste from the Beneficiary
Segregation of wastes
Size reduction of waste
Preparation of feed in the specified proportion by the purchaser
Pumping of feed into the Digester
Operation of Digester with biogas Collection and Flaring System and connecting for
cooking purpose in the kitchen
Frequent withdrawal of digestate and dewatering of the digestate
Drying of Dewatered digestate
Sieving and packing of Dried Digestate
Transportation and disposal of dewatered digestate to the place designated by the
Employer or beneficiary/ purchaser or its utilization.
Regular testing and treatability studies of biogas plant using the laboratory facilities to be
provided at various stages of treatment
The commissioning & stabilization of pilot scale biogas plant shall not take more than three
months’ time.
O & M OF THE PILOT SCALE BIOGAS PLANT
After successful stabilization, Contractor’s personnel shall operate the pilot scale biogas plant for
co-digestion of Organic Fraction of Leftover Food Waste, Vegetable Peels and Fruit Peels using
his own resources for a minimum period of 3 months, in which the performance of the pilot
scale biogas plant should be satisfactory in all respects, including but not limited to, achieving
the performance in terms of biogas generation and meeting the quality requirements of
digestate.
It is necessary to operate and maintain the pilot scale biogas plant during the minimum 3 months
period with full load. While failure to provide this designed quantity shall not be taken as a reason
for providing required performance of the plan.
Training of Purchasers and Beneficiary Personnel
The Contractor, using the Pilot scale biogas plant for co-digestion of Organic Fraction of Leftover
Food Waste, Vegetable Peels and Fruit Peels Facility operation team, as well as utilizing external
expertise, shall train the staff of the beneficiary in O & M aspects during commissioning and
stabilization and minimum 3 month’s period of operation and maintenance.
Resources for test run, commissioning, stabilization, operation and maintenance and training
The Contractor’s scopes include, but are not limited to:
Expenses related to trial run, test run and commissioning of pilot scale biogas plant for co-
digestion of Organic Fraction of Leftover Food Waste, Vegetable Peels and Fruit Peels
including making arrangement for procurement of seed to start the anaerobic digester
Supply of all spares, Supply of manpower, maintenance facilities and any other
requirements for running the pilot scale biogas plant
All resources required for the said operation of the pilot scale biogas plant for co-digestion
of Organic Fraction of Leftover Food Waste, Vegetable Peels and Fruit Peels for the total
period of 3 months (after 3 months trial runs and stabilization ) after successful
commissioning shall be in the Contractor’s scope.
Transportation and disposal of dewatered digestate to the place designated by the
Employer or beneficiary.
Handing Over of the Pilot Scale Biogas Plant
Only if all the criteria mentioned in the above sections are fulfilled to the complete satisfaction of
the “purchaser”, the plant will be taken over by the purchaser. A proper handing over document
shall be prepared by the ”Purchaser for the transfer of possession of the pilot scale biogas plant
for co-digestion of Organic Fraction of Leftover Food Waste, Vegetable Peels and Fruit Peels
from Contractor to the purchaser.
Process Flow diagram and typical diagram for Digester is enclosed at the end of the Tender
document
PERT chart for Execution of Work
Supply, Erection, Installation, Commissioning, Operation and Maintenance of Co-Digestion Plant of Organic Fraction of Leftover Food Waste, Vegetable Peels and Fruit
Peels for Biogas Generation on Turnkey Basis
Activity Duration in Months
1 2 3 4 5 6 7 8 9 10 11 12 13
Implementation Period
(4 months)
Trail runs,
Commissioning and
Stabilization Period
(3 months)
Operation and
Maintenance
( 3 months)
Issue of Commissioning
Certificate
Defects Notification
Period
Issue of Performance
Certificate
Technology
Dissemination
CLARIFICATIONS
Firm Name: M/s. Kankyo Group of Companies.
Question 1
We have udyog Aadhaar Registration Certificate with MSME doing major activity of manufacturing and Micro Enterprise type. We enclose herewith the proof of Registration certificate and we are seeking clarification for exemption from payment of Bid Security. Kindly clarify.
Answer Yes, Bid security is exempted. If you are a Micro or small enterprise as evidenced from your certificated submitted.
Question 2
20% of the work order against completion of detailed engineering and proof of ordering the equipment against equivalent bank guarantee
Answer Payment terms have been mentioned in the Tender Document Page No. 53. However, an amendment to special conditions of contract header “Payment for Goods and services supplied from India” is issued below. Please go through it.
Question 3
Kindly clarify the timeline of BG Submission and when shall it be released.
Answer Performance Bank Guarantee for 10% should be submitted within 14 days from the date of Purchase Order and should be valid for a period covering the warranty of the plant and 60 days.
Question 4
Can we follow the timeline as specified in the PERT Chart for Execution of work.
Answer Implementation period is 4 Months Trail Runs and Stabilization period is 3 months Operation and Maintenance period is 3 months
Question 5
It has been specified that Bidder has to provide suitable foundation, Kindly clarify whether the foundation has to be provided for specific equipment’s or whole plant area.
Answer Foundation has to be provided for all the Units mentioned in Page no 57 and 58 of the Tender Document.
Question 6
It has been specified that contractor has to conduct soil testing and based on soil test report the foundation has to be designed, Contractor has to provide soil test reports and design calculation to purchaser for their approval, We request to waive of this clause from the scope of supplier.
Answer Safe Bearing capacity of the Soil is approximately 12 tonnes/m2. However, the bidder has to confirm with testing at site before design of the foundation.
Question 7
The feedstock pumping can be progressive cavity screw pump instead of the submersible pumps. This will have a better performance than submersible pumps.
Answer Bidder has to quote for submersible pumps only. No deviation is allowed.
Question 8
Horizontal plug flow digester are efficient compared to the vertical CSTR. This can handle more solids and reduces water consumption. We have an advance in-house design. Plug flow digestors don’t require scum breakers as scum will not be formed. Can we suggest this
Answer Bidder has to quote as per the specifications and unit sizes mentioned in the tender document.
Question 9
Mixing in the digester is very important to improve the interface between feedstock and microbes. This will enhance the gas outputs and consistent output.
Answer For mixing of the digester contents, pipeline arrangements have to be made for recirculation of supernatant, digestate and biogas.
Question 10
All agitators and pump wetted parts can be in SS 304 instead of SS 316.
Answer Yes acceptable. All agitators and pump wetted parts shall be of SS 304 instead of SS 316 given in the Tender Document
Question 11
Feed and digestate collection tank thickness is more. Can this be optimized to have cost economics.
Answer No deviation is allowed. bidder has to follow the specifications given in the tender document
Question 12
Agitators are not required in the digestate tanks. The tanks can have a hopper bottom to concentrate the solids from where it could be pumped to the filter press. Chemical coagulants are not recommended, however organic coagulants are acceptable
Answer No deviation is allowed. It is under the scope of the bidder without any financial implications
Question 13
Gas pressure in the gas holder can be measured using a pressure switch in the gas feed line.
Answer Pressure Transmitter
Question 14
The tender does not specify clearly of the H2S scrubbing system. However we can provide iron pellet based dry scrubber for scrubbing the H2S. There is no need to remove CO2 as the biogas is used only for gas stove.
Answer Bidder can provide iron pellet and Lime soda pellets to ensure scrubbing of both H2S and CO2from biogas.
Question 15
Gas balloon capacity is high, hence sufficient pressure will not be maintained. Ideal volume will be 20 m3. The gas generation will be 40 to 50 m3/day based on the quality of feedstock.
Answer No deviation is allowed.
Question 16
Kindly specify the distance between the biogas plant and the utility point to design the gas compressor.
Answer Around 75 metres
Question 17 Since agitators are custom built and produced by us, we cannot source it from Remi. Can we supply our own product.
Answer No deviation is allowed. Make : REMI or SHINE can be provided
Question 18
Drawing specifies recirculation pumps but not captured in the specifications. Kindly brief on this.
Answer For recirculation of digestate as reply mentioned in the Point No 9, digestate withdrawal pumps can be used. Necessary valve arrangements may be made.
Question 19
Biogas flaring systems are manufactured by us and hence we will provide the same.
Answer No deviation is allowed.
Question 20
We assume that the drying is by natural means.
Answer For dewatering of Digestate, Filter press has to be provided. No deviation is allowed.
Question 21
The sorting table can be in FRP instead of SS 304. The structure can be MS with FRP lining. This will have better life than SS 304.
Answer No deviation is allowed.
Question 22
Vacuum pumps for gas holder is not required as we have gas compressor to pump the gas to the utility point.
Answer Yes. Vacuum Pump mentioned in page no 65 of the Tender Document is not necessary. Biogas Compressor is sufficient.
Question 23
Filter press is not a suitable system considering the consistency of the biosludge and low quantity. Either we can go for a simple drying bed or a gravity sludge bag dewatering system.
Answer No Deviation is allowed.
Firm Name: M/s. Mailhem IKOS Environment Pvt. Ltd.
Question 1
Is hard copy submission required? If yes, please provide address and addressee details with the pin code.
Answer No. However, all documentation as requested with the technical bid and commercial
bid in appropriate format needs to be uploaded online.
Question 2
Please clarify the Annexures required to be submitted along with the technical bid
Answer Please refer to Chapter – 1 – Instruction to Bidders - 1.10 Documents comprising the bid (Page No.13) – Please include chapter 7 – Annexure – XI – Format for Affidavit of Self Certification regarding local content in a R & D Equipment to be provided on Rs. 100/- Stamp paper.
Question 3
Please clarify Annexures to be submitted by the successful bidder post project awarding.
Answer Chapter – 6 – Contract Form, Chapter – 7 – Annexure – XII – Acceptance Certificate Form, Annexure – XIII – Performance Security.
Question 4
Please clarify – definition of the incoterm 'FOR' basis and is it at Beneficiary project site address?
Answer Yes, Delivery should be made at beneficiary’s site.
Question 5
What is total piping line distance from Biogas plant to end utilization point?
Answer Around 75 metres
Question 6
Power supply available at tapping point is 440 V / 220 V?
Answer It is 440 V – 3 phase
Question 7
Clause says - “Transportation and disposal of dewatered digestate to the place designated by the Employer or beneficiary.” Is to contractor scope as per clause – But Since the volume is very small, handling / disposal / utilization of the dewatered sludge to be considered in client scope.
Answer It is in the purview of the scope of contractor. However, the location of disposal / utilization of the digestate will be within the beneficiary campus and it will be identified by the beneficiary only.
Question 8
Disposal of excess liquid overflow from digester and filter press to be considered in client scope.
Answer To maximum extent it has to be utilized in the preparation of feed. Excess, if any, even after utilization for feed preparation, can be sent to the existing STP near the proposed site with an approximate distance of 20-30 m.
Question 9
What is the MANUFACTURERS' AUTHORIZATION FORM and why is it necessary? All equipment suppliers to fill this form? Please clarify.
Answer It is to be used if a dealer quotes for a manufacturer for the plant as a whole.
Firm Name: M/s. B-Sustain Energy Pvt Ltd
Question 1
In page :58 .,s.no 3., Gas holder enclosure, whether the balloon shed is fully enclosed or only the canopy and also we request you to mention the type of sheet has to used either Galvalume or polycarbonate or GI and also we request to mention the sheet thickness & colour coating of sheet, Please clarify.
Answer Gas holder is fully Enclosed. Type of Sheet: Galvalume Sheet Thickness: 0.45 - 0.5 mm Colour Coating of the Sheet: Environmental Green
Question 2
In page no : 60., s.no 13.,Gas flow meter flow rate mentioned is 15 to 25lit/min, but the actual flow meter unit reading is measured in m3/hr with total flow rate. Please confirm.
Answer Flow meter reading can be measured in liter/min or m3/hr. Bidder can convert the units mentioned in liter/min to m3/hr.
Question 3
In page no 60 ., (4.2.2.1) .,Agitator Shaft dia., 50mm is given, which is on higher side for the given tank size, we request you to consider the agitator shaft dia as 35 to 40mm. Please confirm.
Answer Bidder can provide Agitator Shaft dia. of 40 mm instead of 50 mm given in the tender document.
Question 4
For Feed collection tank Agitator Impeller dia., 667mm is given, which is on higher side for the given tank size, we request you to consider the impeller dia from 450 to 500mm. Please confirm.
Answer Bidder can provide impeller dia of 450 to 500mm instead of 667mm is given the tender Document.
Question 5
For digestate collection tank Impeller dia., 667mm is given, which is on higher side for the given tank size, we request you to consider the impeller dia from 330 to 360mm. Please confirm.
Answer Bidder can provide impeller dia of 450 to 500 mm instead of 667 mm is given the tender Document.
Question 6
Agitator RPM 50 is given, this speed causes vortex formation during agitation. So, we request you to consider the agitator RPM from 25 to 32 which is sufficient for this capacity of tank. Please confirm.
Answer RPM of the agitator shall be of 30 to 50
Question 7
Agitator Gear box type worm is mentioned, we requested you provide option for helical type also. Please confirm.
Answer Agitator Gear box type: Worm or helical type.
Question 8
Agitator Motor 1.5HP for both feed preparation tank and digestate collection tank is mentioned is on higher side for this tank capacity. We request you to consider agitator motor capacity as 1HP. Please confirm.
Answer Agitator motor capacity shall be of 1 HP instead of 1.5 HP
Question 9
In page no: 59. As per the tender technical data sheet Pump flow rate and Head for both submersible pumps and centrifugal pump is not available in the market, but the flow rate & head available in the market is on higher side. Please clarify
Answer Acceptable.
Question 10
In page no: 61. , (4.2.3) technical data sheet for submersible pumps. That suction and discharge flange 3 * 3 inches is not available. So we request you to consider from 2 to 2.5 inches. Please confirm.
Answer Acceptable. However, bidder has to ensure the proper functioning of the pumps without any technical/ operational difficulties during pumping of the waste.
Question 11
For Pump impeller and shaft SS316/SS304 is not readily available in the market. So we request you to consider CI also an option. Please confirm.
Answer MOC of Impeller and shaft of Submersible pumps and Centrifugal Pumps shall be of SS 304 instead of SS 316.
Question 12
In page :58 .,s.no 3., Gas holder enclosure, whether the balloon shed is fully enclosed or only the canopy and also we request you to mention the type of sheet has to used either Galvalume or polycarbonate or GI and also we request to mention the sheet thickness &colour coating of sheet, Please clarify.
Answer Gas holder is fully Enclosed. Type of Sheet: Galvalume Sheet Thickness: 0.45 - 0.5 mm Colour Coating of the Sheet: Environmental Green
Question 13
In page no: 62. Biogas collection and flare system. Here CO2 and H2S removal system is mentioned, we request you to mention the type of CO2 and H2S purification with the specification and the flow rate required for that. Please clarify.
Answer Bidder can use iron pellet and Lime soda pellets to ensure scrubbing of both H2S and CO2 from biogas.
Question 14
And for balloon direct mounted pressure release valve and high level switch are not necessary. Because AUTOMATIC RELEASES VALVE and ALARM WARNING already included is enough. Please confirm.
Answer For safety purpose it has been included in the Tender Document. However, the bidder can ensure safety with the help of AUTOMATIC RELEASES VALVE and ALARM WARNING. It is acceptable.
Question 15
In page no: 62. s.no 12, Gas compressor is mentioned and we request you to provide the specification, Flow rate, Motor capacity either flame proof or without flame proof (2HP or 3HP), pressure rating, receiver tank capacity (1m3 or 2m3), make (ELGI, ANEST IWATA, LEINTZ). Please confirm.
Answer Compressor in-built receiver tank of capacity 150 to 200 liters Flow rate: 12 to 15 cfm HP : 3 Pressure rating upto 7 to 10 bar Make : ELGI/ ANESTIWATA/ LEINTZ
Question 16
In page no: 63. s.no 2 ,technical data sheet for flaring system, in MOC of various parts (Pilot burner, flare burner assembly, flame arrestor, main gas line pipe, control valve assembly and gas line and moisture separator) For this SS316 is mentioned which is on higher side for this application and SS 304 will work for this same application. We request you to consider SS304 MOC for all the flaring unit parts apart from derrick structure. Please confirm.
Answer MOC of various parts mentioned in the Biogas Flaring System viz., Pilot burner, flare burner assembly, flame arrestor, main gas line pipe, control valve assembly and gas line and moisture separator shall be of SS 304 instead of SS 316.
Question 17
In page no: 63. S.no 4, flare burner material for construction, SS316 is mentioned. We request you to consider SS304 for the same application. Please confirm.
Answer MOC for flare burner shall be of SS 304 instead of SS 316
Question 18
In page no: 63. S.no 5, pilot burner, Flare using pilot ignition for this smaller capacity flaring unit is not required. We request you to consider Spark ignition system for flaring unit. Please clarify.
Answer Spark ignition system
Question 19
In page no: 64. S.no 7, material of construction, for flame arrestor element SS 316 is mentioned. We request you to consider SS 304 for the same application. Please confirm.
Answer MOC for Flame arrester element shall be of SS 304 instead of SS 316 mentioned in the Tender Document
Question 20
In page no: 65. S.no 11, material of construction, for moisture trap (body, flange, drain ball valve) SS316 is mentioned but we suggest SS304 will work for same application. Please confirm.
Answer MOC for moisture trap (body, flange, drain ball valve shall be of SS 304 instead of SS 316
Question 21
In page no: 65. Specification for gas balloon, 1350 gsm is mentioned. So we request you to provide option for 1050gsm with PVC coated fabric. Please confirm.
Answer No deviation is allowed.
Question 22
In page no: 67.Filter press feed pump details, please mention pump make for filter press.
Answer Type: Progressive Cavity Type Make: Hydro Prokav
Question 23
Belt driven feed pump is given, we request you to consider direct driven pump also. Please confirm.
Answer Belt Driven/ Direct Driven
Question 24
We request you to confirm the stator and rotor MOC for filter press feed pump. Please clarify.
Answer Stator: Nitrile Rotor: Alloy Steel
Question 25
In page no: 67. (4.4.1) Recommendation for piping, we request to consider UPVC or CPVC for slurry & low pressure gas lines, these pipe fittings has flanges, bends and all other necessary items with ANSI class standards and the pipes are available from 12kg/cm2 to 15kg/cm2 pressure. Please confirm.
Answer UPVC or CPVC acceptable
Question 26
In additional to Finolex make PVC pipes, we request you to include ASTRAL, ASHIRVAD and SUPREME make. Please confirm.
Answer In addition to the recommended make given in the tender document, ASTRAL, ASHIRVAD and SUPREME makes can also be provided.
Question 27
We request you to mention MOC for gas pipe line. We suggest CPVC pipeline for low pressure gas line upto 500 millibar and MS seamless pipe or SS304 schedule pipe for gas pressure above 1bar. Please confirm.
Answer Yes Confirmed
Question 28
In page no: 68. (4.2) Recommendation for valve, valve make (AUDCO/KSB) is mentioned, in additional to AUDCO/KSB we suggested you to include optional makes (CRI/AMCO/LEHREY/CALIBER). Please confirm.
Answer In addition to the recommended make given in the tender document, CRI/AMCO/LEHREY/CALIBER makes can also be provided.
Question 29
In page no: 69. (4.5.1) Electrical Equipment, In addition to the recommended make please consider and add the below mentioned make also. Please confirm. Please consider and add ORBIT/POLYCAB makes for Electrical Cables. Please confirm.
Answer In addition to the recommended make given in the tender document, ORBIT/POLYCAB can also be provided.
Question 30
Please consider and add ABB/SCHNEIDER for Ammeter, Voltmeter, Relay, SFU, HRC Fuses, MCB, OL/Relays, Local Start/Stop PB Stn, Indication Lamp, Selector/Control Switch. Please confirm.
Answer In addition to the recommended make given in the tender document, ABB/SCHNEIDER may be considered
Question 31
In page no: 70. (4.6), Agitators make recommended REMI. We suggest/request you to give options which are equivalent to REMI or please mention as other equivalent make. Please confirm.
Answer REMI or SHINE
Question 32
Minimum One year warranty for equipment’s is mentioned, please let us know it covers from which phase of the project.
Answer Warranty would run from the date of installation of the plant.
Question 33
Please clarify the stage-wise payment terms.
Answer 20% of the work order against completion of detailed engineering and proof of
ordering the equipment against equivalent bank guarantee
40% of the work order cost against factory inspection and the delivery of all
equipment in site
30% of the work order cost against the erection, testing, trial run,
commissioning and three months operation and maintenance of the plant
10% of the cost after the warranty period of One Year from date of installation
and commissioning
Question 34
In page no: 76. (4.9.1), Please mention the scope of waste (raw material) collection from the beneficiary’s place. Please confirm.
Answer Raw material: Leftover Food Waste, Vegetable and Fruit Peels only.
Question 35
Please let us know the scope of work for drying and is there any solar drying yard available or any new solar dryer has to be installed; please provide the technical data or specification for dryer. Please confirm
Answer Within the premises.
Question 36
Please let us know the scope of supply of Sieving mesh and Collection Bags to collect the filtered slurry cakes/powder. Also please let us know the scope of Liquid slurry disposal. Please confirm.
Answer Scope of supply of Sieving mesh and Collection Bags to collect the filtered slurry cakes/powder is Not Necessary. Beneficiary will provide bags to collect the dewatered cake.
Question 37
Laboratory facilities for testing and treatability studies of Biogas Plant should be arranged by the beneficiary at their own. Please clarify.
Answer Except analysis of the biogas composition, all other facilities required for testing and treatability studies of Biogas Plant can be arranged at CSIR-CLRI Campus. The selected contractor has to bring the samples to the CSIR-CLRI premises and can be tested by the contractor man power only
Question 38
We request you to permit and arrange for site visit. Please confirm.
Answer Site visit is permitted. Kindly contact Dr. K Sri Balakameswari, Email ID – [email protected], [email protected] Bidder shall visit the site
Question 39
During the pre-bid meeting, while discussing about the operation of filter press for food waste application and its ineffectiveness of solid separation because of slimy nature of the food waste digestate, the committee advised to use coagulant to filter the digestate using filter press. Please confirm and let us know the scope of supply of coagulants during the Plant Stabilization and Operation & Maintenance period.
Answer As mentioned in the tender document, during (i) Trail runs, commissioning and stabilization period and (ii) Operation & Maintenance period, necessary chemicals if required, manpower, spares etc. has to be arranged by the bidder.
Question 40
Please consider and mention the scope of providing enclosure/shed/room for Filter press, Gas Compressor and Electrical Panel.
Answer Electrical Panel has to be provided by bidder as mentioned in the Tender document.
CLRI Clarification to all bidders:
1. Time Schedule
Implementation period is 4 Months
Trail Runs and Stabilization period is 3 months
Operation and Maintenance period is 3 months
2. All the MS Units / Structures ( External) shall be painted with 2 coats over a primer
with approved colour and quality
3. All the Civil units shall be coated with 2 coats of cement paint over a coat of primer
with approved colour and quality
Amendment to Clause 1.10 of Chapter – 1 – Instruction to Bidders – Page No. 13
1.10. Documents Comprising the Bid
1.10.1 The bid prepared by the Bidder shall include documents as under:
A. Technical bid – COVER 1
(a) Bidder Information Form – Annexure – I (Chapter 7 – Page No. 85);
(b) Declaration abiding by the Code of Integrity and no conflict of interest for public
procurement – Annexure – II (Chapter 7 – Page No. 86);
(c) Manufacturer’s Authorization Form along with a certified copy of the Agency Agreement between
the bidders and the Indian Agent –Annexure – III (Chapter 7 – Page No. 87);
(d) Bid security as specified in the Invitation to Bids – Annexure – IV (Chapter 7 – Page No. 88);
(e) Bid Securing Declaration in Lieu of EMD - Annexure – V (Chapter 7 – Page No. 89)
(f) Performance Statement Form – Annexure – VI (Chapter 7 – Page No. 90);
(g) Deviation Statement Form – Annexure – VII (Chapter 7 – Page No. 91);
(h) Service support details form - – Annexure – IX (Chapter 7 – Page No. 93);
(i) Bid Form - Annexure – X (Chapter 7 – Page No. 94-95);
(j) Format for Affidavit of Self Certification regarding Local Content in a R & D Equipment to be
provided on Rs. 100/- Stamp paper – Annexure – XI (Chapter 7 – Page No. 96)
(k) Declaration of eligibility - ANNEXURE – XVI (Chapter 7 – Page No. 107 -108)
(l) Site inspection declaration - ANNEXURE – XVII (Chapter 7 – Page No. 109)
(m) Organization chart with (technical qualification)/ power of attorney of tenderer - Annexure –
XVIII (Chapter 7 – Page No. 110)
(n) Financial statement of the tenderer - ANNEXURE – XIX (Chapter 7 – Page No. 111 -112)
(o) Workplan & programme - ANNEXURE – XX (Chapter 7 – Page No. 113)
(p) Experience as contractor - ANNEXURE – XXI (Chapter 7 – Page No. 114)
(q) Documentary evidence establishing that the bidder is eligible and is qualified to perform the
contract if its bid is accepted;
(r) Integrity Pact, if required;
(j) Documents establishing goods eligibility and conformity to bidding documents; indicating the
Indian Customs Tariff Number (ICT & HSN No.)
(k) Schedule of requirements – Chapter 3 – Page No. 55;
(l) Purchase order copies or Installation and Commissioning reports in support of Minimum
eligibility criteria as specified in Chapter 4, Page No.56
(m) Warranty offered by the firm for the said goods. A statement regarding warranty offered should
be enclosed with the Technical Bid.
B Price bid – Cover 2 - Bill of Quantity (BoQ1.xls sheet)
Amendment to Special Conditions of Contract of Chapter – 2 – General Conditions of
Contract & Special Conditions of Contract – Page No. 53
Performance Security
The amount of the Performance Security shall be 10 % of the contract value. The Performance
Security should be valid for a period covering supply period + warranty period of plant and
60 days. The Performance Security should be submitted within 14 days of release of the Purchase
Order.
Payment for Goods and Services supplied from India:
The payment shall be made in Indian Rupees, as follows:
20% of the work order against completion of detailed engineering and proof of ordering
the equipment against equivalent bank guarantee
40% of the work order cost against factory inspection and the delivery of all equipment in
site
30% of the work order cost against the erection, testing, trial run, commissioning and
three months operation and maintenance of the plant
10% of the cost after the warranty period of One Year from date of installation and commissioning
The tender specification, instructions to bidders, General conditions of contract and
special conditions of contract would stand changed to the above extent.
Tender Due Date & Time: 16th July, 2019 at 3.00 P.M (IST)
Technical Bid Opening Date & Time: 17th July, 2019 at 3.00 P.M (IST)
STORES & PURCHASE OFFICER