pre-bid queries reply for design, engineering, supply

61
Page 1 of 61 PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY, CONSTRUCT, OPERATE AND MAINTAIN COMMON EFFLUENT TREATMENT PLANT WITH ZERO LIQUID DISCHARGE (ZLD) FACILITY AT INDUSTRIAL AREA MUZAFFARPUR, BARARI BHAGALPUR, FATUHA AND HAZIPUR IN THE STATE OF BIHAR, NIT Dt. 09.09.2019 S. No NIT part Section Page Clause Particular Query BIADA Reply Commercial 1. General - - - - Please clarify whether all the 04 plants can be awarded to one bidder, in case the bidder is lowest in all 04 plants? Is there any restriction in regard to number of plants to be awarded to one bidder? Please confirm. Bidders can participate in either group or both groups: Group 1: Barari Bhagalpur (1 MLD) & Bela Muzaffarpur (5 MLD) Group 2: Fatuha (2 MLD) & Hajipur (6 MLD) EMD Requirement: Separate for Each Group. Amount for Group 1. Rs.1,14,13,500/-. Amount for Group 2. Rs.1,28,69,900/-. Financial Capability as per given in Notes 2. Completi on Period Terms & Conditions Contract Data & Technical Bid 22 of 110 GCC 1.22 & S.No (A)- 1.1,1.2, 1.3 & 1.4 Stipulated period of completion: 24 months including rainy season for Project Execution & 5 year O & M after successful commissioning of CETP Whereas Period of completion (In months) has We understand that completion period required for each location is 24 months. Kindly confirm. 16 Months from date of Agreement

Upload: others

Post on 30-Dec-2021

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 1 of 61

PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY, CONSTRUCT, OPERATE AND MAINTAIN COMMON EFFLUENT TREATMENT

PLANT WITH ZERO LIQUID DISCHARGE (ZLD) FACILITY AT INDUSTRIAL AREA MUZAFFARPUR, BARARI BHAGALPUR, FATUHA AND HAZIPUR

IN THE STATE OF BIHAR, NIT Dt. 09.09.2019

S. No NIT part Section Page Clause Particular Query BIADA Reply

Commercial

1. General - - - - Please clarify whether all the 04 plants can be awarded to one bidder, in case the bidder is lowest in all 04 plants? Is there any restriction in regard to number of plants to be awarded to one bidder? Please confirm.

Bidders can participate in either group or both groups: Group 1: Barari Bhagalpur (1 MLD) & Bela Muzaffarpur (5 MLD) Group 2: Fatuha (2 MLD) & Hajipur (6 MLD) EMD Requirement: Separate for Each Group. Amount for Group 1. Rs.1,14,13,500/-. Amount for Group 2. Rs.1,28,69,900/-.

Financial Capability as per given in Notes

2.

Completion Period

Terms & Conditions

Contract Data &

Technical Bid

22 of 110

GCC 1.22 & S.No (A)-

1.1,1.2, 1.3 &

1.4

Stipulated period of completion: 24 months including rainy season for Project Execution & 5 year O & M after successful commissioning of CETP Whereas Period of completion (In months) has

We understand that completion period required for each location is 24 months. Kindly confirm.

16 Months from date of Agreement

Page 2: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 2 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

been mentioned as Barari-10 months, Fatuha-12 months, Hajipur-18 months and Bela – 15 months.

3. Tender Documen

ts available

on https://www.eproc.bihar.gov.in/BEL

TRON and

https://www.biadabihar.in

General Tender Documents available for download

Different Tender Documents are available on both the websites. We understand that tender documents available on https://www.eproc.bihar.gov.in/BELTRON is to be considered for download & bidding purpose. Kindly confirm

Bid documents uploaded on eproc website is to be followed.

4. Corrigendum/Addendum available on https://www.eproc.bihar.gov.in/BELTRON

General Document No.0004 Document Name: TERMCONDTIONAPPRO00VAL & Document No.0004 Document Name: NIT2019

We have found two documents in Corrigendum/addendum section at https://www.eproc.bihar.gov.in/BELTRON. However, NIT2019 contains the NIT which is same as uploaded in the Tender Documents Section. However, the other document named TERMCONDTIONAPPRO00VAL does not contain any information.

Document Named As “TERMCONDTIONAPPRO00VAL” to be avoided.

Page 3: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 3 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

Kindly clarify.

5. Bank Guarantee Format for EMD

Technical Bid Sheet

& Contract Data

1 & 24 of 110

S.No (A)-

1.1,1.2, 1.3 & 1.4 & GCC

point No. 26

Format of Bank Guarantee for EMD not available

We understand that separate bank guarantees from Nationalized/Commercial scheduled bank are required to be submitted for each of four locations as given in the S.No (A)- 1.1,1.2, 1.3 & 1.4 of Technical bid. Please confirm. We request the department to kindly provide the format for the bank Guarantee, as same is not available in the tender documents.

Format of Bank Guarantee shall be provided. Separate BG to be submitted by the bidder for each group which can be from a Nationalized bank or Scheduled Commercial Bank.

6. NIT date

NIT & Technical Bid Sheet

1 Notice_Inviting_Tender_NO_4_CETP dated 07/09/2019

& CETP Compressed dated

16/09/2019 & Technical Bid Sheet S. No. 2 Date of issuance of Notice

Inviting Tender dated 09/09/2019

We request the department to kindly clarify the NIT date as three different dates has been mentioned in the NIT’s uploaded on following websites: https://www.eproc.bihar.gov.in/BELTRON and https://www.biadabihar.in and Technical Bid Sheet

NIT date: 09 Sep. 2019

7. Date and time for sale of BOQ

(Only on website-https://w

Technical Bid Sheet

1 S.No. 3 Date and time for sale of BOQ (Only on website-

https://www.eproc.bihar.gov.in/BELTRON ) – Dated

19/09/2019 to 11/10/2019, Time-0300 pm

This refers to the standard practice followed by various govt. department wherein due date and time of sale of BOQ on website is allowed till due date. In view of above we request the department to kindly allow date and time of

As per RFP

Page 4: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 4 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

ww.eproc.bihar.gov.in/BEL

TRON )

sale of BOQ on website upto 14/10/2019 till 1200 pm. Kindly confirm.

8. Cost of Bid

documents

Technical Bid Sheet

1 S.No. 9 Cost of Bid Document/ Bid Processing fee (Non-

Refundable)- Rs. 50,000/- + GST 18%

We understand that the cost of bid document is Rs. 50,000/- + GST 18% i.e. Rs. 59,000/- will covers all the 4 plants. Irrespective, of bidder bidding for any number of plants, a single fee of Rs. 50,000/- + GST 18% i.e. Rs. 59,000/- is to be submitted. We request the Department to kindly confirm whether processing fee is inclusive of Rs. 50,000/- + GST 18% or is it exclusive of Rs. 50,000/- +GST 18% as we have found a processing fee of Rs. 1180/- separately to be paid on https://www.eproc.bihar.gov.in/BELTRON. Kindly confirm.

The cost of the Bid document shall be Rs. 50,000/- + GST 18% i.e. Rs. 59,000/- will covers both groups.

9. BOQ Technical Bid Sheet

1 S.No. 3 BOQ is not available on website-

https://www.eproc.bihar.gov.in/BELTRON

We request the department to kindly upload the BOQ in Encrypted Excel file, if possible on https://www.eproc.bihar.gov.in/BELTRON

As per RFP

10. Variations-

Change

Conditions of Contract - General

14 of 110

Cost Control Clause

The Engineer-in-Charge shall have power to make any alterations, omissions or

We request the Department to kindly consider the following amendment in clause 21.1 of

No change in Technology. Minor change in process and equipment shall be considered

Page 5: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 5 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

in original

Specifications,

Designs and

Drawings etc

No. 21.1 additions to or substitutions in the original specifications, drawings, designs and instructions that may appear to him to be necessary during the progress of the work and the contractor shall carry out the work in accordance with any instructions which may be given to him in writing signed by the Engineer-in-Charge and such alterations, omission, additions or substitutions shall not invalidate the contract and any altered, additional or substituted work, which the contractor may be directed to do in the manner above specified, as part of the work, shall be carried out by the contractor on the same conditions in all respects on which he agrees to do the main work.

variation due to criticality of the clause for contractors: The Engineer-in-Charge shall have power to make any alterations, omissions or additions to or substitutions in the original specifications, drawings, designs and instructions that may appear to him to be necessary during the progress of the work and the contractor shall carry out the work in accordance with any instructions which may be given to him in writing signed by the Engineer-in-Charge and such alterations, omission, additions or substitutions shall not invalidate the contract and any altered, additional or substituted work, which the contractor may be directed to do in the manner above specified, as part of the work, shall be carried out by the contractor on the same conditions in all respects on which he agrees to do the main work at an additional price mutually agreed between Engineer-in-charge and the contractor.

as per the requirement during construction after prior approval of Engineer in Charge.at an additional price mutually agreed between engineer in charge and the contractor

11. No Conditions 16 of Clause The Engineer-in-Charge may We request the department to Group 1: Barari Bhagalpur (1

Page 6: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 6 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

compensation for alterations in or restriction of work to be carried out.

of Contract - General

110 No.24 & Sub

Clause No. 21.3

supplement the work by engaging another agency to execute such portion of the work, without prejudice to his rights.

kindly delete this clause. Being a lump Sum tender, contractor’s portion of work cannot be supplemented to another agency. Please clarify.

MLD) & Bela Muzaffarpur (5 MLD) Group 2: Fatuha (2 MLD) & Hajipur (6 MLD) Work of Both Groups can be awarded to L1 Bidder.

12. Tax Conditions of Contract - General

16 of 110

Clause No. 27 & Sub Clause

No. 27.3

Any changes in the taxes due to change in legislation or for any other reason shall not be payable to the contractor.

This has reference to the tenders invited by almost all the Govt. authorities wherein following clause is mandatory: If there is any change in law or enactment of new law/legislation which results into increase in the rate of Wages, Tax, or any other negative statutory variations thereby increase the cost of the Contractor, the same shall be reimbursed/paid/borne by the Client. We request the department to kindly include the above clause.

Any changes in the taxes due to change in legislation or for any other reason shall be payable to the contractor.

13. Statuary Permissions

Special Conditions For CETP At Industrial

Area

107 of 110

Clause No. 02

Lump Sum tender shall be inclusive of all the required Material Labor including Statuary permissions etc complete so as to

We understand that responsibility of obtaining Environmental Clearance, Consent to Establish and Consent to operate shall be in scope of BIADA. Kindly Confirm.

Environmental Clearance for all the 4 plants has already been taken. The fee and letter communication for Consent to Establish and Consent to operate

Page 7: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 7 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

commission the plant in all respect.

shall be in scope of BIADA the procedure of getting the same shall be done by bidder.

14. Manufacturer’s

Guarantees

Special Conditions For CETP At Industrial

Area

110 of 110

Clause No. 36

and last Sub

clause

The manufacturer’s guarantee for design, workmanship and performance for all bought out items shall be made available to the BIADA and shall be valid at least for the entire defects liability period. In the event of failure of any particular equipment which fails more than three times during the guarantee period as mentioned in clause below, the contractor shall replace at his own cost that equipment.

We understand that Bidder has to rectify the same instead of replacement or only faulty component of equipment will be replaced. Kindly confirm.

Accepted.

15. Managements Right

Conditions of Contract - General

21 of 110

Clause No. 42

MD BIADA reserves the right to accept all the tenders, split the work between the tenderers at lowest quoted rate in the interest of work or Cancel all the tenders without assigning any reason thereof.

We understand that one project will be allotted to one bidder on turnkey basis without splitting of work. Kindly confirm.

Already Replied.

16. Green belt for

Information to Bid

5 of 15

Clause 1.1

Green belt for odor management & Pollution

We request the Department to kindly clarify the density of the

As per requirement.

Page 8: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 8 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

odor management &

Pollution control.

Background sub Clause No.3

control. green belt.

17. Environmental

Management Cell

Information to Bid

5 of 15

Clause 1.1

Background sub Clause No.4

Technical Infrastructure such as Environmental Management Cell along with a well-developed Lab.

We request the department to kindly clarify the Environmental Management Cell.

As per requirement.

18. Introduction of

Innovative

Technology/Methodology

Information to Bid

6 of 15

Clause 1.2

Project sub

Clause 1.2.3

We have to achieve ZLD (Zero Liquid Discharge) for proposed four CETPs for different four industrial areas. If any firm/agency is interested to introduce any innovative technology/methodology to reduce the cost of Capex and Opex of the project, as well as less land requirement, they may collaborate with our technical person.

We understand that Department requires the ZLD concept and In case Department requires any specific innovative Technologies/ Methodologies, same has to be clarified so that it will be common for all the bidders.

As per RFP.

19. Eligible Applicant

s

Information to Bid

9 of 15

Clause 2.2

Eligible Applican

ts sub Clause

Where the Applicant is a single entity, it may be required to incorporate a company under the Companies Act, 1956 as a Special Purpose Vehicle

We understand that JV is not allowed as per Clause No 2.2.1 and incorporation of SPV has no relevance to the tender.

JV is not allowed

Page 9: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 9 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

2.2.3 (SPV) to execute the Concession Agreement and implement the Project.

20. Payment upon

Termination

Conditions of Contract - General

17 of 110

Clause No. 30

Sub Clause

No.30.1

If the contract is terminated, the Engineer shall issue a certificate for value of the work accepted on final measurements, less Advance Payments and Penalty as indicated in the Contract Data. The amount so arrived at shall be determined by the Engineer-in-Charge and shall be final and binding on both the parties.

We request the Department to kindly consider the following amendment in clause 30.1 of payment upon termination due to criticality of the clause for contractors: If the contract is terminated, the Engineer shall issue a certificate for value of the work accepted on final measurements, less Advance Payments and Penalty as indicated in the Contract Data. The amount so arrived at shall be determined by the Engineer-in-Charge after mutual discussion with Contractor and shall be final and binding on both the parties.

Accepted

21. Table of Milestones (s) &

Compensation for

Delay

Condition of Contract & Technical Specificatio

n

34 of 110

- Table of Mile Stone (s) & Compensation for Delay

We understand that compensation for delay is

applicable instead of Table of Mile stone(s). Kindly confirm.

Accepted

22. Turnkey Project

Execution: Break

Condition of Contract & Technical Specificatio

98 of 110

Clause No.

Note: 4

Completion of Civil Works 25 % of total cost

We understand that Civil works payment will be on prorate basis however, point No. 4 provided in the Notes clearly mentioned that

As per RFP

Page 10: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 10 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

up schedule

for payment

n civil payments are on prorate basis. Kindly confirm

23. Turnkey Project

Execution: Break

up schedule

for payment

Condition of Contract & Technical Specificatio

n

98 of 110

Clause No.

Note: 3

Contractor would required to submit total effluent treated per month of user/member industries along with his monthly bill towards O & M of CETP, which will be recovered from user/member industries.

We understand that Contractor would required to submit total effluent treated per month of user/member industries along with his monthly bill towards O & M of CETP however, bills will be recovered from user/member industries by BIADA only. Kindly confirm.

SPV Scope

24. Type of Contract

Order

General - - - Please confirm whether the order will be placed on the contractor in a single contact or divisible contract.

Already Replied Above

Civil

1. Condition of

contract &

Technical specificat

ions

Part-II Design

specifications

46 - Specifications for civil units Kindly provide the contour Survey of the Site with FGL.

Available Survey Map Shall be Provided.

2. -do- -do- -do- - Finished ground level Kindly also provide the level of adjacent site and road.

Available Survey Map Shall be Provided.

3. -do- -do- -do- - Disposal Kindly provide the disposal area of soil/unused material/etc. and provide the location from soil to be borrowed for filing inside the

Page 11: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 11 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

plant if required.

4. -do- -do- -do- - Construction water and power

Please provide the source of Construction water & Power.

Bidder Scope.

5. -do- -do- -do- - Storm water drain Please provide the tie in point for connecting storm water drainage/plant drains. Please also arrange to provide specification/section/drawing of storm water drains/plant drains.

Tie in point shall be provided by BIADA later.

6. -do- -do- -do- - Road Please provide the Section of Road & MOC. Also please provide Top of Road level from Finished Ground Level.

Road shall be PCC and 4m wide.

7. -do- -do- -do- - Cutting/filling Please provide the depth of filling / Cutting, required to create the FGL.

Refer response no. 1 under Civil.

8. -do- -do- -do- - Inside coating Kindly convey the coating specification on concrete surface in contact with backfilled soil. For eg. Footings and pedestals OR outer faces of wall below ground levels.

As per Site Condition.

9. -do- -do- -do- - Outside coating Kindly convey the coating specification on concrete surface exposed to sunlight above ground level.

As per Requirement.

10. -do- -do- -do- - Soil Investigation report Kindly provides the soil investigation report/ recommendations for foundation design. Also provide ground water table depth.

Soil investigation report shall be provided by BIADA.

Page 12: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 12 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

11. -do- -do- -do- - Existing facilities Please provide layout showing existing facilities in our area of work to ascertain the dismantling required.

Bidders are suggested to visit the site for their better understandings.

12. -do- -do- -do- - Boundary wall Please confirm if boundary wall or fencing is to be provided around battery limit of proposed plant. If yes please confirm the material of construction of boundary wall.

Yes. Brick wall shall be 2.13m high above FGL.

13. -do- -do- -do- - Cement type Kindly specify if any special type i.e. Sulphate resistance cement is required as per site.

Not required

Electrical

1. 1.

2. CONDITION OF CONTRACT & TECHNICAL SPECIFICATION

Specification of

electrical and

instrumentation works

Page no-51-

56

- General 2. We understand that client

will arrange power supply

(11KV, 3Ph, 50 Hz) up to

each proposed CETPs

battery limit

(MUZAFFARPUR, BARARI

BHAGALPUR, FATUHA

AND HAZIPUR)

3. We understand that

metering panel shall be

provided by Electricity

Supply Company along

with the electrical supply

connection up to the

Bidder Scope

Page 13: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 13 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

proposed CETP

(MUZAFFARPUR, BARARI

BHAGALPUR, and FATUHA

AND HAZIPUR).

4. Kindly provide Initial

power factor detail of

source.

3. CONDITION OF CONTRACT & TECHNICAL SPECIFICATION

Specification of

electrical and

instrumentation works

Page no-51-

56

- General Detailed specifications of electrical items are not mentioned in tender specification, so we will design as per relevant IS/IEC/BS. Kindly confirm.

Accepted

4. CONDITION OF CONTRACT & TECHNICAL SPECIFICATION

Specification of

electrical and

instrumentation works

Page no-51-56

- General We could not found Hazardous area classification document. Please confirm if any Hazardous process effluent is in the plant, if yes then classify / locate the same in Layout.

Bidders are suggested to visit the site for their better understandings.

5. CONDITION OF CONTRACT & TECHNICAL SPECIFIC

Specification of

electrical and

instrumentation works

Page no-51-56

- General In tender specification requirement of plant lighting, lightening system, solar system is not defined. Kindly confirm requirement for the same.

Electrical Lighting as per Site Condition.

Page 14: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 14 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

ATION

6. CONDITION OF CONTRACT & TECHNICAL SPECIFICATION

Specification of

electrical and

instrumentation works

Page no-51-56

- General In tender specification requirement of UPS for PLC system & its type of battery, backup time is not defined. Kindly confirm requirement for the same along with specifications.

As per Requirement.

7. CONDITION OF CONTRACT & TECHNICAL SPECIFICATION

Specification of

electrical and

instrumentation works

Page no-51-

56

- General In tender specification requirement of spares (mandatory, recommended) is not defined. Kindly confirm requirement for the same.

As per Requirement

Instrumentation & Control

1. CONDITION OF CONTRACT & TECHNICAL SPECIFICATION

Specification of electrical and instrumentation works

Page-53

- Operational Requirement As per Specification, We understand that bidder to provide Common PLC with SCADA System at each proposed CETPs. Kindly confirm. SCADA System shall have 01 No. Engineering cum Operator Work Station. PLC system shall be Non-Redundant System (Non-redundant Processor, Power

Already Replied

Page 15: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 15 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

Supply and I/O Modules). Kindly confirm.

2. CONDITION OF CONTRACT & TECHNICAL SPECIFICATION

Specification of electrical and instrumentation works

Page-54

- On Line Real Time CETP Water Quality Monitoring

As per Specification, We understand that Real Time CETP Water Quality Monitoring & Central Network shall be installed for parameters viz. pH, TSS, Temp., BOD, COD, Nitrate and DO, Chlorine and Flow with Remote as well as local display in control room. The Wireless Connection Using GSM/GPRS shall be preferred for control room display. In response of above , we understand that above mentioned instruments and water quality analysers shall have wireless ( GSM/GPRS) facility. Kindly confirm.

As per requirement.

3. CONDITION OF CONTRACT & TECHNICAL SPECIFICATION

Specification of electrical and instrumentation works

- - - Kindly Confirm the requirement of any PLC data exchange (Communication Interface) between different CETP’s Locations (MUZAFFARPUR, BARARI BHAGALPUR, FATUHA AND HAZIPUR).

Already Replied.

4. CONDITION OF CONTRACT

Specification of electrica

- - - Please confirm & provide detail if any third party communication is required with PLC to transfer the

As per Requirement.

Page 16: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 16 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

& TECHNICAL SPECIFICATION

l and instrumentation works

data to CPCB or other locations.

5. CONDITION OF CONTRACT & TECHNICAL SPECIFICATION

Specification of electrical and instrumentation works

- - - Security system, Fire Alarm , Public address system is not defined in tender, Kindly confirm the requirement.

As per Requirement.

Legal

1. CONDITIONS OF CONTRACT Part – I General Conditions of Contract (GCC)

Section 10

11 Clause-10.1

Contractor’s

Risks

All risks of loss or damage to physical property and of personal injury and death which arise during and in consequence of the performance of the Contract are the responsibility of the Contractor.

In case due to such act or omission of Employer/Client, the Contractor suffer any losses/cost/damages, the same shall be reimbursed by the Employer/ Client to the Contractor upon submission of relevant document. Please confirm

As per RFP

2. CONDITIONS OF CONTRACT Part – I General Conditions of Contract (GCC)

Section 11

11 Clause-11

Liability for

Accidents to

Person

The contractor shall be deemed to have indemnified and saved harmless Government against all action, suits, claims, demands, costs etc. arising connection with injuries suffered by any persons employed by the

The Employer/Client shall indemnify the Contractor for any loss/damages/claims sustained by the Contractor due to act/omission/ negligence of the employees of the Employer/Client during the performance of the work by the employees of the Contractor. Please confirm

As per RFP

Page 17: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 17 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

contractor or his subcontractor for the works whether under the General law or under workman's compensation Act, or any other statute in force at the time of dealing with question of the liability of employees for the injuries suffered by employees and to have taken steps properly to ensure against any claim there under.

3. CONDITIONS OF CONTRACT Part – I General Conditions of Contract (GCC)

Section 12

12 Clause-14.6

Dispute Resoluti

on System

Further Appeal against the Appellate Authority to be referred to Arbitration and conciliation Act, 1996 as amended from time to time, Wherein panel of three Arbitrators (One Arbitrators by each party and the Arbitrator so appointed shall appoint a third presiding Arbitrator) should adjudicate the dispute. The language of Arbitration shall be English.

Further the fees/expense payable to the Arbitrator shall be borne equally by the parties. Please confirm

Confirmed

4. - - - - Termination of Contract by Contractor- General TWS

Since this is a EPC contract for which payment is monthly, in case

As Per RFP.

Page 18: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 18 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

Query a of default by the client in release of monthly payment for a period of 45 days, the Contractor gets unfettered right to terminate the Contract and in such case outstanding payment and claims shall become payable immediately. Please Confirm

5. - - - - Statutory Approvals-General TWS Query

Contractor will only be responsible for such approvals & clearances as statutorily applicable to Contractor in respect of its scope of work. Please confirm

Confirmed

6. - - - - Change in law-General TWS query

If after bid submission/during execution, there is any change in law or enactment of new law/legislation which results into increase in the rate of Wages, Tax, or any other negative statutory variations thereby increase the cost of the Contractor, the same shall be reimbursed/paid/borne by the Client. Please Confirm

Confirmed

7. - - - - Waiver of Consequential Damages:- General TWS query

There is no provision for waiver of consequential damages, therefore we understand neither party shall be responsible for waiver of consequential damages. Please Confirm.

There shall be a waiver of consequential damages. No consequential damages shall be applicable on either party.

8. - - - - Limitation of Liability: General TWS query

There is no upper limit cap for limitation of liabilities provision in

Confirmed

Page 19: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 19 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

the tender, therefore we understand that the total aggregate liability of the contractor should not be more than annual contract value. Please Confirm.

Process

1.

Termand condition

Part-I General Condition of contract

9 of 110,

Clause no 3.

Construction of CETP based on 60 % ZLD concept.

As per tender document we understand that the 60 % of total flow shall be based on ZLD concept (UF, RO and MEE) and rest 40 % water shall be used for the gardening purpose after activated carbon filtration. Also we understand that this 60 % water shall be based on ZLD concept in all CETP’s i.e. 5 MLD, 6 MLD, 2 MLD & 1 MLD. Please confirm our understanding.

The understanding is correct.

2.

General

We understand that the 5, 6, 2 & 1 MLD are feed flow to the plant and not the permeate flow. Please confirm.

5, 6, 2 & 1 MLD is the capacity of CETP considering all Units in operation including closed and vacant plots. It is the feed flow / inlet to the CETP.

3. Term and condition

Part-I General Condition of contract

12 of 110,

Clause no 15 , 19 & 29.2 f.

List of machinery being place in field laboratory.

We request you to provide the list of field laboratory to be considered along with the specification.

As per requirement.

4. Term and condition

Part-I General

14 of 110,

Clause no 21.

The engineer shall in charge shall have power to make

Please note that if there will be any changes required beyond the

Confirmed

Page 20: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 20 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

Condition of contract

Variations- Change in original specification, design and drawings.

tender specification at the time of project execution, additional price shall be mutually agreed between contractor and engineer in charge. Please confirm.

5. Term and condition

Part-I General Condition of contract

27 of 110,

g 7.2 MEE condensate water

We understand that the MEE condensate water shall mix with the RO permeate water. Kindly confirm.

Confirmed

6. Term and condition

Part-I General Condition of contract

27,29,31 & 33 of 110,

g 7.2 Ultra –Filtration

As per the tender document flow diagram given on page no 27, 29, 31 & 33 Ultra- filtration in not mentioned however in the mechanical item it is mentioned for all 4 CETPS’s. As per the process requirement it is required. Please confirm.

Confirmed, that Ultra filtration is required.

7. General

No of Member Industries and their type.

We request you to confirm the no of member industries for CETP along with their type of industry.

Available data shall be provided.

8.

General Piping MOC for specific application

We request to provide the details of which material of pipe to be used for a specific application (for e.g. Raw effluent / Sludge / Air / Steam /RO Reject etc).

As per requirement.

9.

General Valve MOC for specific application

We request to provide detailed specification for Valves and which material of valve to be used for a specific application (for e.g. Raw effluent / Sludge / Air / Steam

As per requirement.

Page 21: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 21 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

/Reject etc) – to be provided.

10. General

Battery Limit/Termination point

We request to provide all the termination/ battery limit points.

As per RFP.

11.

General Utilities

We request you to provide the details of all the utilities available at site (steam along with pressure available at site/ construction power with input voltage/ compressed air with available pressure /construction water / cooling water with temperature).

Bidder Scope.

12.

General Plot Plant

Plot plan / proposed area with dimensions for all CETP’s is not given in tender document, we request you to provide the same.

Available drawing shall be provided.

13. Term and condition

Part-II Special Condition of contract

56,66,76,86 of 110,

Table 7.1

Combined Inlet Effluent Parameter

We request you to provide the combined effluent parameter for all four CETP’s i.e. 5, 6, 2, & 1 MLD without which it is not possible to design and estimate the requirement of the tender.

Available data shall be provided. Member units have to install PETP as per norms. Copy of guidance is attached below. Bidders are suggested to analyse the combined inlet characteristics of wastewater as on date for their satisfaction and meeting the desired outlet wastewater characteristics.

14. Term and condition

Part-II Special Condition of contract

56,66,76,86 of 110,

Tentative CETP’s Units

Design Criteria for CIVIL Treatment Unit

We request you to provide the design Criteria for the of Civil treatment units (volume or hydraulic retention time) along with the design specifications and

Available drawing shall be provided.

Page 22: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 22 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

dimensions from S.N. one to 42.

15. Term and condition

Part-II Special Condition of contract

60,70,80,90 of 110,

Tentative mechanical items

Design Criteria for Mechanical Unit

We request you to provide the design Criteria for the mechanical item (Such as bar screen, primary clarifier or HRSCC, Aeration system, PSF, ACF & ZLD Etc.) Along with the MOC & specifications from S.N. one to 48.

As per RFP.

16. Term and condition

Part-II Special Condition of contract

60,70,80,90 of 110,

Tentative mechanical items

Design Criteria for Mechanical Unit

We request you to provide the design Criteria for the mechanical item along with the specifications.

As per RFP.

17. Term and condition

Part-II Special Condition of contract

62,72,82 & 92 of 110,

Tentative mechanical items S.N. 30

Air compressor for equalization tank

As per tender document air compressor shall be considered for the equalization tank however it is better to use the twin lobe type air blower for the equalization tank. Kindly confirm.

As per RFP. Minor change in

process and equipment shall be considered as per the requirement during construction after prior approval of Engineer in Charge.

18. Term and condition Part-II

Special Condition of contract

63,73,83 & 93 of 110,

Tentative mechanical items 28

UF Feed Tank

As per the tender document UF feed pump has been mentioned after ACF. Thus we understand that UF feed tank shall be provided after ACF. Please confirm the capacity/HRT.

As per RFP. Minor change in

process and equipment shall be considered as per the requirement during construction after prior approval of Engineer in Charge.

19. Term and condition

Part-II Special Condition of contract

64,74,84 & 94 of 110,

Tentative mechanical items

RO & UF System mode of operation

Please confirm the mode of operation of the RO & UF system shall be semiautomatic or fully automatic.

As per RFP.

Page 23: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 23 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

20. Term and condition Part-II

Special Condition of contract

64,74,84 & 94 of 110,

Tentative mechanical items S.N. 45

Reverse Osmosis System-III

As per tender document RO-III shall be considered Disc type RO however We request you to allow conventional RO system. Kindly confirm.

As per RFP.

21. Term and condition Part-II

Special Condition of contract

64,74,84 & 94 of 110,

Tentative mechanical items S.N. 48

MEE System with ATFD

As per the tender document MEE system shall be Mechanical vapour re-compressor type however we also propose to include the MEE of thermal vapour re-compressor type.

Please refer the note and RFP.

22. Term and condition

Part-II Special Condition of contract

57,67& 87 of 110,

Tentative mechanical items S.N. 12

Aeration system based on Extended aeration

As per tender document extended aeration technology shall be considered for the 5,6 & 1 MLD however SBR based aeration system shall be considered for the 2 MLD CETP. We understand that technology for 2 MLD CETP should also be extended aeration. Kindly confirm.

As per RFP

23. Term and condition

Part-II Special Condition of contract

62,72,82 & 92 of 110

Tentative mechanical items S.N. 14

High Rate Solid Contact clarifier

As per tender document tentative flow diagram(Page no 26,28,30 & 32 of 110) it is mentioned that primary clarifier shall be considered after Flash mixer & flocculation tank however in the tentative mechanical item High rate Solid Contact Clarifier is given.

As per RFP.

Page 24: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 24 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

We request you to clarify.

24. Term and condition

Part-II Special Condition of contract

62,72,82 & 92 of 110

Tentative mechanical items S.N. 1 & 2

Mechanical Cleaned coarse screen & Medium screen

We understand that the mechanical cleaned coarse screen shall be designed based on the 1 No. x 100% capacity and 2 Nos. X 50 % flows.

Confirmed that 1 x 100 % of coarse screen and 2 x 50% of medium screen shall be provided.

25. Term and condition

Part-II Special Condition of contract

64,74,84 & 94 of 110

Tentative mechanical items S.N. 48

MEE system with ATFD

We request you to provide the following details regarding MEE. Type of evaporator to be

considered MOC of tube for MEE &

ATFD both MOC of Heat exchanger&

condenser MOC of process pumps MOC of wetted part/non

wetted part MEE piping for process,

condensate, non-condensate & vapour line

Operating hour for MEE & ATFD

Please refer the Note and RFP.

26. Term and condition Part-II

Special Condition of contract

58,68,78 & 88 of 110

Tentative mechanical items S.N. 32

Dry sludge storage area Please clarify whether we have to consider sludge drying bed? Please clarify.

As per RFP.

27. Term and Part-II 57,67, Tentativ Chemical house Please confirm the minimum size/ Seven days minimum capacity of

Page 25: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 25 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

condition Special Condition of contract

77 & 87 of 110

e CETP Unit items S.N. 10

no of days to be considered for the bulk chemical storage & salt.

bulk chemical storage tanks shall be provided.

28. Term and condition Part-II

Special Condition of contract

64,74,84 & 94 of 110

Tentative mechanical items S.N. 46

Flash mixer and flocculation

As per tender document we understand that the 2 No of flash mixer and One no of flocculation tank shall be considered. Kindly confirm.

As per RFP

29. Term and condition

Part-II Special Condition of contract

57,67,77 & 87 of 110

Tentative CETP Unit items S.N. 10

Dosing tank

We understand that the lime, FeSO4 and poly dosing tank shall be in RCC. Please confirm.

Confirmed.

30. Term and condition Part-II

Special Condition of contract

62,72,82 & 92 of 110

Tentative mechanical items S.N. 46

Air blower of chemical mixing.

Kindly confirm that for which chemical mixing air blower shall be provided?

This requirement is deleted.

31. Term and condition Part-II

Special Condition of contract

62,72,82 & 92 of 110

Tentative mechanical items S.N. 46

Gas chlorinator

We understand that gas chlorination shall be provided for the disinfection purpose. If yes the please provide us the capacity of chlorinator in kg/hr.

As per Requirement.

32.

General Filter Backwash pump

As per the tender document filter backwash pump is not mentioned. Kindly confirm the scope as well as quantity to be considered.

Filter backwash pumps are required. Quantity / capacity shall be as per requirement.

Page 26: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 26 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

33.

General Air scouring blower

As per the tender document filter backwash blower is not mentioned. Kindly confirm the scope as well as quantity to be considered.

Backwash blowers are required. Quantity / capacity shall be as per requirement.

34. General RO System operating hour

Kindly confirm the RO operating hours.

RO shall operate for 24 hours.

35. General Painting specification

We request you to provide us the painting specification for mechanical and civil both.

Already Replied.

36. General Civil tank

We request you to provide that which civil tank shall be closed and open.

As per requirement.

37. General

Structure Specification/platform

We request you to provide us the structure/platform specification.

As per requirement.

38. General

We request you to confirm the scope of HVAC system along with the specification.

As per requirement.

39. General

We request you to confirm the scope of Fire fighting system along with the specification.

Fire fighting required.

40.

General Invert Level We request you to provide the invert level of incoming effluent pipe.

The conveyance system is under construction. However, The bidder can take assumption of invert level of incoming raw effluent pipe 1 m below ground level.

41. General Pump

Kindly confirm that all the pumps shall be gland packing or with mechanical seal.

Mechanical seal.

42. General

UF/Filter Backwash Water/Centrate

We understand that all the UF backwash water, filter backwash,

Confirmed.

Page 27: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 27 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

filter press filtrate & centrifuge Centrate shall be recycled back to the equalization tank. Please confirm our understanding.

43. General UF And Ro dosing Tank MOC

Please confirm the MOC of UF & RO dosing tank.

As per requirement.

44. Term and condition

Special Condition for CETP

106 of 110

Clause no 5

Consumable Please clarify what are the consumables that shall be in bidder scope.

As per RFP.

45. Term and condition

Special Condition for CETP

106 of 110

Clause no 5

Spare parts

Please confirm the scope of supply of recommended/mandatory spare. If mandatory spare shall be in bidder scope then we request you to provide the mandatory spare list.

Bidder shall have to provide spares that are required during routine operation of CETP during O & M period.

46. Term and condition

Special Condition for CETP

106 of 110

Clause no 5

Chemical for the operation of the plant

We understand that the chemical for trial run, pre-commissioning, commissioning and the O&M period shall be in client scope. Please confirm our understanding.

Chemicals for a combined period of 15 days shall be in bidder’s scope against trial run, pre-commissioning, commissioning and performance guarantee test shall be in Bidder’s scope. During complete O & M period, the chemicals shall be in bidder’s scope.

47. Term and condition

Special Condition for CETP

106 of 110

Clause no 5

Contractor will be responsible to make member of CETP to industries of BIHAR Industrial Area before accept effluent from user

We request BIADA to take the responsibility to make member of CETP to industries of BIHAR Industrial Area before accept effluent from user industries according to their consent issued

Scope of SPV

Page 28: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 28 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

industries according to their water consent issued by BPCB. Effluent treatment cost per KL including all expenses will be recovered from user industries by Contractor himself.

by BPCB. Also this clause “Effluent treatment cost per KL including all expenses will be recovered from user industries by Contractor himself” is for a typical boot project which should not be a part of operation & maintenance. Please confirm.

48.

General Operation & Maintenance period

Please confirm the time duration of operation & maintenance, whether 5 years or 10 years.

O & M duration shall be 10 years.

49. Term and condition

Special Condition for CETP

106 of 110

Clause no 6

BIADA will be responsible for disposal of hazardous waste generated from CETP under the HW (M H & TBM) rules 2008 & amendments. However BIADA will pay as per Actual to Contractor (if required) for the charges of facilitation of Disposal of Hazardous waste (Including Logistics, Membership fees, Disposal charges etc). Contractor need to specify the Generation of Such waste from CETP on per day basis and ensure a temporary Storage facility.

We understand that the sludge/salt disposal as well as any transportation or disposal cost shall be in client scope. Please confirm.

Confirmed.

Page 29: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 29 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

50. Term and condition

Special Condition for CETP

106 of 110

Clause no 7

Proposed CETP will be developed with complete infrastructure, in-house laboratories, and support utilities for operation of MEE.

As per tender document we understand that in house laboratory shall be in bidder scope. If it is in bidder scope then we request you to provide the list of the lab equipment shall be considered along with the specification and approved make.

Already Replied.

51. Term and condition

Special Condition for CETP

106 of 110

Clause no 8

Contractor will do the routine checking of effluent transportation from user units to common ETP. Contractor will intimate for any major leakage / seepage to attend the same. However minor leakage problems / covering of effluent transportation system will be taken-care by contractor for immediate solution.

Please note that it is difficult to check the effluent transportation from each member industries to common CETP. So we request you to provide the effluent at one point within CETP area.

BIADA shall provide common pipe line carrying raw effluent from all the member industries. Bidder’s scope shall start from the battery limit of the CETP. The responsibility of routine checking of effluent transportation from user units to common ETP, intimation of any leakage / seepage in raw effluent pipeline during transportation shall be in BIADA’s scope.

52. Term and condition

Special Condition for CETP

106 of 110

Clause no 9

Transportation of effluent will be optional facility of CETP operator, effluent may be sent by user industries with advance intimation to CETP operator/ BIADA engineer in-charge.

We understand that the client will provide us the effluent at the one point within CETP area, Hence this clause shall not be valid.

Confirmed.

53. Term and condition

Special Condition

106 of 110

Clause no 11

Common Effluent treatment plant will be operated by

We request you to clarify the meaning of user pay principal

Scope of SPV. Successful bidder, BIADA, IAMC AND BSPCB will be

Page 30: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 30 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

for CETP contractor. On user pay principle concept for units of BIADA Industrial Area. In this connection, contractor will be responsible for maintaining readings of effluent received from individual units on day to day basis. These data will be submitted to BIADA in line of membership agreement with CETP operator, units of BIADA.

basis? We understand that this type of clause is applicable for the BOOT (Build Own Operate & transfer) project. Hence this clause should not be valid as per our understanding. All the data related to effluent shall be maintain by bidder and available at site. We request you to clarify.

the part of SPV. In SPV the responsibility of the successful bidder shall be limited to only to O&M of the plant. Recovery of the any financial charges from member industries, as well as maintaining reading received from member industries shall be done by BIADA in consultation with SPV.

54. Term and condition

Special Condition for CETP

107 of 110

Clause no 12

Contractor will depute competent supervisor for day to day operation & maintenance of common ETP, So that supervisor can monitor the incoming effluent daily basis for any deviation / disputes in effluent quantity & quality.

Please note that in case of deviation in the combined effluent parameter performance guarantee shall not be valid. Also note that if the combined effluent parameter are higher than the tender design condition in that case the entire treatment unit in downstream like UF & RO system may be fouled/ damaged. Please confirm what are the provisions are considered by BIADA to take up this matter.

SPV Responsibility.

55. Term and condition Special

Condition for CETP

107 of 110

Clause no 13

BIADA will be authorize to contractor for taking samples of effluent from user industry premises, in case of deviation

Please note that it is difficult for bidder to take sample and check effluent quality from each member industries. So we request you to provide the

SPV will monitor the procedure of sample collection .Cost of collection and testing shall be in the scope of Industrial units.

Page 31: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 31 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

circumstances. combined effluent at one point within CETP area.

56. Term and condition

Special Condition for CETP

107 of 110

Clause no 14

Contractor will send the sample in well packed, sealed & labeled manner to MoEF approved laboratory /immediately with intimation to BIADA. The charges of effluent Testing will be borne by Individual User Industry.

Please note that it is difficult for bidder to take sample from each member industries and do the effluent testing. Hence we request BIADA to consider this in own scope.

SPV will monitor the procedure of sample collection .Cost of collection and testing shall be in the scope of Industrial units.

57. Term and condition

Special Condition for CETP

107 of 110

Clause no 15

Contractor will maintain daily log sheet, deviation, observations, flow coming to Common ETP Effluent discharges by user units.

Please note that it is difficult for bidder to take sample from each member industries. So we request you to provide the combined effluent at one point within CETP area and bidder shall monitor the combined effluent log sheet and observation.

SPV Responsibility.

58.

Term and condition

Special Condition for CETP

107 of 110

Clause no 21

Contractor will make ensure smooth operation & maintenance of common ETP by close monitoring of operational parameters. In this regard any sampling & analysis of incoming effluent from user industries required for maintaining ZLD, it will be carried out by Contractor on his cost.

Please note that it is difficult for sampling & analysis of incoming effluent from each member industries to common CETP. So we request you to provide the combined effluent at one point within CETP area.

SPV Responsibility.

59. Term and Special 107 of Clause Contractor will make ensure Please note that in case of SPV shall monitor the inlet

Page 32: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 32 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

condition Condition for CETP

110 no 25 to ZLD concept, at any circumstances, Violation of this condition will attract penalty and / or termination of contract in terms of agreement of BIADA with contractor for this work.

deviation in the combined effluent parameter performance guarantee shall not be valid. Also note that if the combined effluent parameter will be increased form the tender design condition in that that cases the entire treatment unit in downstream like UF & RO system will be fouled/ damaged. Please confirm what are the provisions are considered by BIADA to take up this matter.

effluent parameters.

60.

Term and condition

Special Condition for CETP

108 of 110

Clause no 33

The ZLD conditions, if not found within CETP premises, the remedial measures are to be taken immediately by the operating agency, till rectification is done and correct result is obtained. Any penalty on this account shall be borne by the Contractor.

Please note that in case of deviation in the combined effluent parameter performance guarantee shall not be valid. Also note that if the combined effluent parameter will be increased form the tender design condition in that that cases the entire treatment unit in downstream like UF & RO system will be fouled/ damaged. Please confirm what are the provisions are considered by BIADA to take up this matter.

Already Replied.

61. Term and condition

Special Condition for CETP

108 of 110

Clause no 34

The instructions of inspecting officer from BIADA and Pollution Control Board shall be binding on

Please note that any instruction or compliances outside contract requirement suggested by inspecting officer of CPCB/BIADA

Accepted.

Page 33: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 33 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

the contractor for compliance.

shall be mutually agreeable between client and bidder.

62.

Term and condition

Special Condition for CETP

108 of 110

Clause no 36

Any disposal of material outside CETP shall be prohibited. The waste/ dispose material shall be disposed from CETP in environmentally & legally manner by the contractor at his own cost.

We understand that the salt/sludge disposal battery limit shall be limited to the sludge dewatering unit and ATFD outlet, further disposal of salt or sludge shall be in client scope. Please confirm.

Confirmed.

63.

Term and condition

Special Condition for CETP

108 of 110

Clause no 36

During commissioning of common ETP, the Contractor shall arrange at his own cost, analysis of the composite effluent samples all the effluent parameters required form an external laboratory approved by MoEF under EPA act 1986 or from the BPCB laboratory. The results shall conform to the performance guarantee for the plant which shall be a pre requisite for the takeover of the plant. In case of non-compliance to the guaranteed ZLD for given design input conditions, the Contractor shall take necessary measures to bring the plant

We request you to confirm the no of sampling for the external laboratory testing of composite sample at the time of commissioning. Hence in absence of these details we are considering the one composite sample per shift at the time of commissioning. Also in case, the combined effluent parameters are not in line with the design parameter then performance guarantee shall not be valid.

As per requirement.

Page 34: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 34 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

to the desired performance.

Sr. No.

Page No.

Volume / Section No./ Clause No.

As per Tender Conditions IEIL Suggestion BIADA Reply

64 Nit Page no. 2

Clause no. 20 Technical Bid Sheet

The tenderer shall submit separate tender for each location and site

Pl confirm whether bidder can participate any one or more locations and not necessary to bid for all location. Pl confirm

Bidders can participate in either group or both groups: Group 1: Barari Bhagalpur (1 MLD) & Bela Muzaffarpur (5 MLD) Group 2: Fatuha (2 MLD) & Hajipur (6 MLD) EMD Requirement: Separate for Each Group, Amount for Group 1. Rs.1,14,13,500/-. Amount for Group 2. Rs.1,28,69,900/-

Financial Capability as per given in Notes

65 NIT page 2

Clause no. 22 and 6. Technical Bid Sheet

EMD and DD submission date As per clause no. 22 it is mentioned DD and EMD to be deposited before a day in original before submission date whereas in clause no. 6 it was mentioned EMD in original to be submitted on 16th Oct 2019. Kindly confirm exact date for EMD submission in hard at BIADA office.

Date for EMD submission: 16 Oct. 2019 up-to 15:00 Hrs.

Page 35: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 35 of 61

66 NIT EMD EMD format We request you to kindly provide Bank Guarantee format for EMD

Shall be provided

67 Cl. No. 1.2.2 information of Bid

It is mentioned that prior to release effluent into the CETP as per the inlet parameters primary treatment should be done at individual industries unit as per MOEF and CPCB/BSPCB guidelines

Kindly confirm what type of primary treatment envisaged for the individual industries before releasing effluent to CETP.

Shall be provided (Approved inlet parameters for CETP Shall be given) and SPV will monitor it.

68 Pg No. 6 Cl. No. 1.2.2 information of Bid

We have to achieve ZLD (Zero Liquid Discharge) for proposed four CETPs for different four industrial areas. If any firm/agency is interested to introduce any innovative technology/methodology to reduce the cost of Capex and Opex of the project, as well as less land requirement, they may collaborate with our technical person

With this clause we understand that bidder is allowed to quote any technology for CETP and technology is open. Please confirm

No change in Technology. Minor change in process and equipment shall be considered as per the requirement during construction after prior approval of Engineer in Charge.

69 General NIT Completion period . for each location different completion period is mentioned

We request you to kindly keep 24 months completion period for all location irrespective of capacity as most of the supply items are critical and imported and will have long lead delivery period

16 Months from date of Agreement

70 Pg no. 9 Tender document, cls. No. 4 (iii)

The bidder shall quote rates inclusive of all duties, taxes, royalties and other levies but exclusive of GST and the Employer shall not be liable for the same.

We understand that bidder should not quote GST value in a financial bid. Please confirm.

As per RFP.

71 Pg no. 9 and pg no 25 of Technical tender contract data

Tender document, cls. No. 6.2, and Technical tender contract

The EMD shall be in the form of Fixed Deposit Receipt of a scheduled commercial bank, issued in favour of the name given in the Bid Data Sheet. The Fixed Deposit Receipt shall be valid for six months or more after the last date of receipt of bids. However, other forms (s) of EMD may be

As per clause no. 6.2 and item no. 26 of GCC we understand that EMD is payable in the form of FDR or BG from Nationalized Bank. Please confirm.

Any schedule commercial/ Nationalized bank of India.

Page 36: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 36 of 61

data allowed by the Employer by mentioning it in the Bid Data Sheet. Form of Earnest Money Deposit as per contract data (i). FDR or BG from Nationalized Bank (ii). Bank demand draft of scheduled commercial Bank.

72 Pg no. 17

Tender document, cls. No. 25, No Interest Payable

No interest shall be payable to the Contractor on any payment due or awarded by any authority.

In the event due payment is delayed considerably/beyond time limit by BIADA in that case interest should be paid to the contractor.

As per RFP

73 Pg no. 24

Technical tender contract data

Mobilization and Construction Machinery Advance Applicable

We request you to kindly allow 10% mobilization advance against bank guarantee

Mobilization and Construction Machinery Advance shall be given against BG submitted by bidder.

74 Pg no. 27 to 34

Tentative flow diagram for treatment scheme

Tentative flow diagram for treatment scheme for Bhagalpur, Fatuha, Hajipur and Muzaffarpur

We understand that bidder is allowed to propose any treatment scheme / process as per their technology which will meet outlet parameters.

No change in Technology. Minor change in process and equipment shall be considered as per the requirement during construction after prior approval of Engineer in Charge.

75 Pg no. 48

Design Specification

CETP campus shall have an office and a laboratory with essential facilities for analysis of common parameters.

We request you to kindly provide least of equipment required for Laboratory setup.

As per Requirement.

76 Pg no. 48

Design Specification

In tentative scheme it is mentioned primary clarifier is required.

We request you to allow High rate Solids Contact Clarifier which has flash mixer and Flocculation inbuilt, instead of primary clarifier.

As per RFP

77 Pg no. 49

Basic Assumptions for

Item rates for civil works had been taken as per Bihar Govt. Schedule of Rates (7th Edition, Oct 2014) for working out the cost of

Based on this clause we understood that civil work is estimated based on Oct 2014

Civil cost is as per SOR 2018

Page 37: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 37 of 61

working out cost of civil works

civil works. SOR. Please confirm whether department has considered escalation in their estimation of Civil as per 2019.

78 Pg no. 58

Inlet parameter

Average Characteristics of Combined Untreated Effluent for Design

Inlet parameters of combined untreated effluent for design purpose are not provided in tender. Request you to kindly provide the same.

Shall be Provided. Bidders are also requested to test the parameters for their better understanding.

79 Pg no. 58

Table no. 7.1 Expected characteristics of Effluent after Physico Chemical treatment, Effluent after Biological treatment

Total Dissolved Solids value and other parameters

In tender the following inlet parameters are missing: request you to kindly provide the values for the same: Total Dissolved Solid (TDS) value with their breakup such as Ca, Mg, sulphate, phosphate, Fluoride, TKN, TN Heavy metals if any, alkalinity, silica etc.

Available parameters shall be Provided. Bidders are also requested to test the parameters for their better understanding.

80 Pg no. 58

Table no. 7.1 Expected characteristics of Effluent after Physico Chemical Treatment

Parameters We request you to kindly do not ask the intermediate guarantee / outlet guarantees at the out let of physico- chemical treatment. As each technology / process philosophy in the form of COD / BOD reduction will be different in physico chemical and biological system . Bidder can achieve final treated water quality for the water quality mentioned for plantation/

Accepted

Page 38: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 38 of 61

irrigation as well as RO permeate water

81 Pg no. 58

Primary Treatment

BOD and COD reduction after primary shall be 30%

Based on our experience, BOD & COD reduction in primary treatment will be possible upto 30 % . hence the guarantee of the Outlet of physico chemical will be provided by bidder accordingly .pl confirm

As per RFP

82 Pg no. 58

Table 7.2 Biological treatment

Chromium Value Pl provide chromium parameters in inlet and source industries for the same.

Available parameters shall be Provided. Bidders are also requested to test the current parameters for their better understanding before tender submission.

83 Pg no. 63

Tentative Mechanical item details

Tentative quantities mentioned for mechanical items

In tender Tentative quantities are specified for screen, pumps, agitator, flocculator blowers, and diffusers. Since it is tentative quantities, the bidder is allowed to consider/propose the quantities of equipments as per their process requirement. in this case, bidders are free to propose less or additional quantity as against quantity mentioned in tender.pl confirm

Accepted. Ultimate purpose should be achieved.

84 Pg no. 67

Tentative Mechanical item details: HAJIPUR

Reverse Osmosis System-I Recovery 75 % Type of membranes Spiral wound No. of Membranes 1 Set Material of Pressure Vessels FRP / Equivalent

We request you to allow bidder to propose maximum / min allowable recovery from RO I system as per RO manufacturers recommendations/ projections

Accepted. Ultimate purpose should be achieved.

Page 39: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 39 of 61

(6 MLD) FATHUA (2 MLD) BHAGALPUR (1 MLD) MUZAFFARPUR (5 MLD)

and not to restrict for 75% recovery only.

85 Pg no. 58

Table no. 7.2 Expected characteristics of Effluent after Biological treatment

Raw effluent quality

Pl confirm Raw effluent should not contain any inhibitory or Toxic chemicals which will hamper bacterial growth in Biological system

All the member units have to discharge the effluent quality as per norms. SPV will monitor the same.

86 Pg no. 9 2.2.3

Where the Applicant is a single entity, it may be required to incorporate a company under the Companies Act, 1956 as a Special Purpose Vehicle (SPV) to execute the Concession Agreement and implement the Project

This is an EPC contract, in view of this SPV may not be required. However, if SPV to be formed then modality of SPV formation escrow account mechanism is not given in tender document which request you to provide for clarity.

SPV Required. The mechanism to run the SPV shall be as per the Govt. Rules and shall be finalised at the time of SPV Formation.

87 Pg no. 68

Tentative Mechanical item details

Reverse Osmosis System-II Recovery 60 % Type of membranes Spiral wound No. of Membranes 1 Set Material of Pressure Vessels FRP / Equivalent

We request you to allow bidder to propose maximum / min allowable recovery from RO II system as per process requirement and RO manufacturer’s recommendations/ projections and not to restrict for 60% recovery only.

Accepted. Ultimate purpose should be achieved.

Page 40: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 40 of 61

88 General General Environmental clearance We understand that BIADA has already taken environmental clearance. pl confirm

Yes

89 Pg no. 68

Tentative Mechanical item details, sr no. 45

Reverse Osmosis System-III Type: RO Module Material module plates ABS End flanges Stainless Steel Tie rod Stainless Steel Recovery 50%

We understand that spiral wound RO / Disc type RO is allowed and recovery will be as per process requirement and as per RO Manufacturers projections and not to restrict for 50% recovery only.

Accepted. Ultimate purpose should be achieved.

90 Pg no. 68

Tentative Mechanical item details, sr no. 46

Degasser Tower As per our process requirement Degasser tower is not required and hence this should not be applicable. Please confirm.

As per Requirement

91 Pg no. 68

Tentative Mechanical item details, sr no. 48

Muzaffarpur 5 MLD MEE System with ATFD Type Thermal Vapour Re-compressor With all necessary Accessories

We request you to please confirm steam availability and steam pressure at site for TVR operation. In the event steam is not readily available at site then MVR is the best option to opt as MVR is operated by electricity and continuous steam (steam will be required only for initial start up) will not be required. Please confirm the BIADA stand on this.

As per RFP. Minor change in process and equipment shall be considered as per the requirement during construction after prior approval of Engineer in Charge.

92 General General Performance Bank guarantee during project

execution

We request you to kindly accept separate Performance Bank Guarantee for location wise separately during execution period

Accepted.

93 General Tentative Mechanical item

HAJIPUR (6 MLD) - MEE with ATFD

– MVR

Please provide details of each location to design the MVR system:

Bidders Scope. Soil Investigation Report Shall be Provided.

Page 41: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 41 of 61

details FATHUA (2 MLD)- MEE with ATFD –

MVR

BHAGALPUR (1 MLD)- MEE with

ATFD - MVR

1) Steam pressure available? 2) If no steam available,

please suggest the fuel to be considered for the steam generation in boiler

3) Cooling water available? 4) Compressed Oil free

Instrumentation air availability?

5) MOC requirements? 6) Soil data, seismic zone and

wind velocity requirements for structural works design for MEE.

94 General - Request you to provide Power charges Per kW.

There will be a high consumption of Power in evaporator system (MVR) in view of this kindly provide power cost in RS/kW.

Bidders are suggested to refer the concerned govt. Website and check the same.

95 Pg no. 82

Tentative CETP units for Fatuha 2 MLD, Cls. No. 9.2

Fatuha 2 MLD - Tube settler Please confirm bidder can propose lamella clarifier instead of tube settler or any other mechanism as per process requirement.

As per RFP

96 Pg no. 23

Contract Data

Price Adjustment formula and procedure to calculate

We request you to kindly allow price variation / escalation during O &M period linked with WPI / CPI index.

Shall be considered after evaluation and approval of Engineer in Charge.

97 Pg no. 82

Tentative CETP units for Fatuha 2 MLD, Cls.

Fatuha 2 MLD – SBR tank Please allow bidder to specify/ propose any process required to treat the effluent and generate a treated water quality as per tender conditions.

As per RFP.

Page 42: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 42 of 61

No. 12

98 General Approved make for mechanical and electrical equipments

MVR blower- approved vendor is killer There is spelling mistake in the name of approved vendor. However we understand that make name is “Piller”.

Correction Accepted.

99 General Approved make for mechanical and electrical equipments

RO membrane- approved vendors We request you to kindly add RO membranes of Hydramem make.

Please Refer Note.

100 General Approved make for mechanical and electrical equipments

Filter Press- approved vendors We request you to kindly add sludge dewatering units/filter press of Thorat Filtration and Delhi filtration make.

Please Refer Note.

101 General Special Conditions For Cetp At Industrial Area

Cost of Consumables, wear and tear parts/ spare parts, for Operation & Maintenance period of CETP shall be in the scope of Contractor. Contractor will be responsible to make member of CETP to industries of BIHAR Industrial Area before accept effluent from user industries according to their water consent issued by BPCB. Effluent treatment cost per KL including all expenses will be recovered from user industries by Contractor himself.

Please provide the list of consumable and for spare parts also.

As Per Requirement

Page 43: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 43 of 61

102 General Electrical E&I Battery limits kindly provide E&I Battery limits for all the plant location clearly defining scope and exclusions

Bidder Scope, BIADA will support in taking connection from Electricity Board.

103 General Electrical Specification of electrical equipment Kindly confirm bidder is allowed to select technical specification of the following E&I equipments to enable us to select LT MCC/ PMCC/ LT Power and control cables/ LPBS/LCS/Earthing & Lightning system/ DC system/UPS / DG / VFD/Soft-starters/Instrument cables/Junction Box/PLC(Programable Logic controllers) & Scada….any other missing E&I Item

As per RFP.

104 General Electrical DG We understand that there will not be any requirement of Bulk storage Diesel tank outside the DG.

As per Requirement

105 General Electrical Automatic voltage regulator We understand that there is no requirement of AVR(Automatic voltage regulator) at incoming of power supply

As per Requirement

106 General Electrical Standards for E&I We understand that applicable IS(Indian standard)/IEC standards shall be used for E&I equipments

Accepted

107 General Electrical MCC/ PMCC We understand that client will provide 415V, 3ph at inlet of each plant MCC/PMCC. Further distribution in contractor scope of supply

Bidder Scope, BIADA will support in taking connection from Electricity Board.

108 General Electrical Voltage levels Kindly clarify operating voltage levels for electrical and

As per Requirement

Page 44: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 44 of 61

instrument equipments

109 General Electrical Equipment MOC Material of contraction for equipments shall be as per process design

As per Requirement

110 General O &m Power cost during O &m We understand that power cost will paid by BIADA during O &m period. In this situation bidder is not required to consider power cost in price bid. Pl confirm

Bidder Scope

111 General Electrical Electrical rating We understand that there is no minimum rating requirement for Electrical equipments. Rating shall be as per process requirements

As per Requirement

112 Page

no. 107

Clause

no. 11 .

Special

Conditions

For CETP

At

Industrial

Area

Common Effluent treatment plant will be operated by contractor on user pay principle concept for units of BIADA Industrial Area. In this connection, contractor will be responsible for maintaining readings of effluent received from individual units on day to day basis. These data will be submitted to BIADA in line of membership agreement with CETP operator, units of BIADA

This is EPC contract hence request you to kindly pay O &M charges directly by BIADA to contractor as per quoted price and it should not be linked to user pay principal. Payment collection is also not reasonability of contractor However, marinating meter reading of individual units is not possible to the contractor as its out of scope of work. hence this work need to delete from the tender.

SPV Scope

113 Page

no. 108

Clause

no. 17.

Special

Conditions

For CETP

At

Contractor will make ensure regular interaction with Engineer in-charge of BIADA and schedule of monthly visit of his senior Technical officer to review the smooth operation& maintenance of common ETP& coordination with user industry, so that

Coordination with user industry is not responsibility of contractor for User pay principal. Request you to kindly delete this clause form the tender

SPV Scope

Page 45: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 45 of 61

Industrial

Area

Implementation of user pay principle concept for effluent treatment & disposal management.

114 Page

no. 108

Clause

no. 13 .

Special

Conditions

For CETP

At

Industrial

Area

BIADA will authorize to contractor for taking samples of effluent from user industry premises, in case of deviation circumstances

We request you to kindly delete this clause from the tender as its out of the scope of the tender. Moreover, Contractor has no legal power to collect the sample and generate laboratory report for the deviataion. Its responsbilitty of Govt monitoring body

SPV Decision.

115 Page

no. 107

Clause

no. 8 .

Special

Conditions

For CETP

At

Industrial

Area

Contractor will do the routine checking of effluent transportation from user units to common ETP. Contractor will intimate to BIADA for any major leakage / seepage to attend the same. However minor leakage problems / covering of effluent transportation system will be taken-care by contractor for immediate solution

We request you to kindly delete this clause from the tender as effluent pipeline / network is not in scope of the contractor. Contractor is responsible for the operation of CETP only not network.

SPV Scope.

116 Page

no. 107

Clause

no. 6 .

Special

Conditions

For CETP

At

Industrial

Area

BIADA will be responsible for disposal of hazardous waste generated from CETP under the HW (M H & TBM) rules 2008 & amendments. However BIADA will pay as per Actual to Contractor (if required) for the charges of facilitation of Disposal of Hazardous waste (Including Logistics, Membership fees, Disposal charges etc). Contractor need to specify the Generation of Such waste from CETP on per day basis and ensure a temporary Storage facility

With this clause , we understand bidder is not required to consider solid waste disposal costing their price bid as its paid by BIADA as actual to the contractor for Disposal cost at disposal facility .pl confirm.

Accepted

117 Page

no. 107

Clause

no. 6 .

Solid waste disposal Request you to kindly confirm location for solid waste

Shall be given later after the decision of Govt. Of Bihar and

Page 46: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 46 of 61

Special

Conditions

For CETP

At

Industrial

Area

disposal. cost of the same will be provided by BIADA as per actual.

118 Page

no. 109

Clause

no. 36 .

Special

Conditions

For CETP

At

Industrial

Area

Any disposal of material outside CETP shall be prohibited. The waste/ dispose material shall be disposed from CETP in environmentally & legally manner by the contractor at his own cost

Hope this is excluding solid waste generated from the process which is in hazardous and not disposal at solid waste facility.

Yes

119 33.2 If

yes,

Amount of

Secured

Advance

75% of value of material as determined by the Engineer-in-Charge

We request you to kindly accept the condition as below : 90% of value of material as determined by the Engineer-in-Charge

As per RFP

120 General 27.3 Any changes in the taxes due to change in legislation or for any other reason shall not be payable to the contractor.

Change in law for taxes is not in control of bidder and BIADA . Hence any upward and downward changes in taxes will be applicable / payable as and when to the contractor

Accepted

121 General Electrical ZLD All different location of ZLD plants are independently operated and monitored by there respective PLC. There is not interchange of data between plants

Accepted

Page 47: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 47 of 61

122 General MEE TVR In of the location is mentioned MEE of TVR type and all other location its proposed MVR. we request you to kindly propose MVR for all locations.

As per RFP

123 General Storage of

Treated

Water

Storage of Treated Water and Distribution Please let us know the minimum storage to be maintained for 40 % of treated effluent for and 60% ZLD treated water to be distributed and its pumping duration and methodology of distribution.

As Per Requirement

124 General Constructi

on Power

and Water

Construction Power and Water We request you to please clarify whether construction Water and Power will be provided within battery limits free of Cost or not.

Bidder Scope

125 General CETP

Capacity

and Peak

Flow

CETP Capacity and Peak Flow We assume the capacity has been designed based on peak load factor with all units working. Please specify the in present condition what would be minimum effluent (in MLD) coming to CETP at all the four locations. Also please specify time interval of peak flow throughout the day and its contribution to the total flow per day.

As per RFP

Page 48: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 48 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

Commercial

25. Loss on Damages

Terms and Conditions

34 of 110

- Compensation for Delay We understand that loss on damages is applicable at the rate of 0.05% per day of delay limited to a maximum of 5% of Balance Part of Contract price. Kindly Confirm

As per RFP

26.

Basis for Evaluation

- - - - We request the department to kindly specify the criteria for financial evaluation of bids. Kindly confirm.

LCBS

27. Payment Terms

Terms and Conditions

98 of 110

Turnkey Project Execution Phase- Common ETP 1. On approval of Design of CETP and mobilization of work: 5 % of total cost 2. Completion of Civil Works: 25 % of total cost 3. Supply of Electro-Mechanical Equipments Electrical, Piping, Instrumentation, Utilities items, Laboratory Equipment, Tanker and all miscellaneous Items(on prorate basis): 55% of total cost 4. Complete Installation of Electro- Mechanical Equipments, Electrical, Piping, Instrumentation,

We would like to apprise the department that we have analysed the current payment terms and same would results in negative cash flow for the bidders. Further, we would like to propose the following payment terms for Turnkey Project Execution Phase- Common ETP Supply:

• 5% (Five Percent) of Supply Price component of the CONTRACT will be released on placement of all purchase orders This Payment shall be released only after submission of BG for 110% of the payment Amount.

• 75% (Sixty Five percent) On Issue of Certificate of Verification of Goods on receipt at Site, Against Contractor's Certified Running Account Bill i.e(a) Verification and acceptance report of Third Party

As per RFP

Page 49: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 49 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

Utilities and all miscellaneous Items: 5 % of total cost 5. Commissioning and Testing of Common ETP with complete infrastructure: 5% of total cost 6. Balance amount of turnkey execution after three month from the date of successful commissioning of CETP :5% of total cost

Inspection (b) Tax paid invoices. (c) Certificate of Verification of Goods on receipt of material at site. (d) Insurance documents e) Indemnity Bond

• 10% (Ten percent) of total Supply value of CONTRACT on issue of MECHANICAL COMPLETION Certificate.

• 8% (Eight percent) of total Supply value of CONTRACT on issue of Project Acceptance Certificate.

• 2% (Two percent) total Supply value of CONTRACT on completion of balance job, if any,

Services: • 80% (Seventy Percent) of the

Services Price component shall be paid on pro-rata basis against progress of Service duly certified by the Owner for the quantum of work completed and field quality billed as per the approved Billing Schedule

• 10% (Ten percent) of Services Price component of CONTRACT on issue of MECHANICAL COMPLETION Certificate.

• 8% (Eight percent) of Services Price component of CONTRACT on issue of PRELIMINARY ACCEPTANCE

Page 50: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 50 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

CERTIFICATE. • 2% (Two percent) of Services Price

component of CONTRACT on completion of balance job, if any, against the Contractor’s certified Final Bill on certification by the Owner.

Civil & Structural Works:

80% (Seventy Percent) of the Civil and Structural Work Price Component shall be paid on pro-rata basis against progress of Work duly certified by the Owner for the quantum of work completed and field quality billed as per the approved Billing Schedule, after adjustment of advance, if any.

10% (Ten percent) of Civil and Structural Works price component on issue of MECHANICAL COMPLETION Certificate for respective Plant.

8% (Eight percent) of Civil and Structural Work Price Component on issue of PRELIMINARY ACCEPTANCE CERTIFICATE for respective Plant.

2%(Two percent) of Civil and Structural Work Price Component on completion of balance job, if

Page 51: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 51 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

any, against the Contractor’s certified Final Bill on certification by the Owner

Process

64. -- -- -- -- Land availability for CETPs Please confirm that the land required for the CETPs at the four locations is available with BIADA, so that there is no delay in acquisition of land, after the project has been awarded to the successful bidder.

Land is Available

65. -- -- -- -- Minimum flow requirement

Please confirm that minimum 75 % of the feed flow of the respective capacity of the CETP shall be available for carrying out the Preliminary Acceptance Certificate (PAC).

Closed pipeline for effluent shall be constructed and effluent quantity will be as per number of working units at the time of O&M.

66. -- -- -- -- Alternate Power source during O & M duration

Please confirm that in case of power outage during O & M period, BIADA shall be responsible to provide alternate source of power.

Bidder Scope.

67. -- -- -- -- Power charges We understand that only construction power charges are to be paid by the successful bidder, while power during O & M period shall be provided by BIADA and shall not be chargeable to the bidder, hence shall not be a part of the O & M

Bidder Scope.

Page 52: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 52 of 61

S. No NIT part Section Page Clause Particular Query BIADA Reply

costing.

68. -- -- -- -- Raw effluent parameters Kindly provide the inlet value of pH, TSS, COD, BOD, Oil & Grease, Total dissolved solids, Chlorides, Sulphates, Colloidal Silica, Reactive silica, Total Chromium, Tri valent Chromium, Hexavalent chromium and phenolic compounds in the raw effluent.

Already Replied.

Page 53: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 53 of 61

WASTE WATER QUANTIFICATION BELA MUZAFFARPUR

Details of Wastewater Generation from Domestic and Process Activities

Industrial Group No of

Industry Functional Closed U/C Cancelled DWW (lit/day) PWW (lit/day)

PDWW

(lit/d)

PPWW

(lit/day)

Plot Area in

Sq.ft

*Tannery 8 5 1 2 0 5,625 600,000 9,000 2,000,000* 964,592

Chemical 29 28 1 0 0 16,250 130,950 16,830 135,627 591,648

Engineering 45 31 6 8 0 20,715 32,050 30,070 46,524 1,151,667

Food 58 41 4 13 0 70,170 628,700 99,265 889,380 1,388,841

Institution 21 15 3 3 0 58,165 - 81,431 - 2,323,680

Mineral Water 3 3 0 0 0 1,170 40,000 1,170 40,000 17,300

Others 37 28 4 5 0 19,735 49,700 26,078 65,675 1,219,762

Pharmaceutical 3 2 1 0 0 2,115 6,500 3,173 9,750 2,861,780

Plastic 41 27 3 11 0 16,380 16,100 24,873 24,448 505,538

Poultry 14 9 1 4 0 22,410 60,500 34,860 94,111 630,809

Printing 3 2 0 1 0 3,420 6,000 5,130 9,000 33,000

*Textile 4 3 1 0 0 900 - 1,200 - 15,890

266 194 25 47 0 237,055 1,570,500 333,081 3,314,516

1,807,555 3,647,596 11,704,507

Note: DWW-Domestic Wastewater; PDWW-Projected Domestic Wastewater, PWW-Process Wastewater; PPWW-Projected Process Wastewater, U/C-Under Construction

*Tannery: 2MLD* wastewater estimated for Tanneries by considering vacant plot/future expansion under Tannery cluster. *Textile: These units produce Hosiery goods & Garments and there is no use of water in production. Therefore, Process wastewater generation not considered.

Page 54: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 54 of 61

DESIGN CAPACITY OF PROPOSED CETP: 5 MLD

WASTE WATER QUANTIFICATION BARARI BHAGALPUR

Distribution of industrial clusters & Waste Water Quantification in Barari, Bhagalpur Region

Industrial Group Number of

Industry Functional Closed

Under

Construction

DWW

(lit/day)

PWW

(lit/day)

PDWW

(lit/day)

PPWW

(lit/day)

Plot area in

sq.ft

Automobile 2 2 0 0 1,485 25,000 1,485 25,000 19300

Chemical 7 7 0 0 2,275 9,500 2,275 9,500 55900

Engineering 11 9 1 1 5,000 4,100 6,111 5,011 110280

Food 23 17 3 3 10,465 233,000 14,159 315,235 264970

Institution 7 4 0 3 37,380 - 65,415 - 250931

Mineral Water 4 2 1 1 1,725 10,000 3,450 20,000 44700

Others 13 9 2 2 4,820 7,600 6,962 10,978 179348

Pharmaceutical 1 0 1 0 - - - - 7500

Plastic 8 5 1 2 1,710 - 2,736 - 98176

Poultry 2 1 1 0 225 1,000 450 2,000 7000

Printing 6 4 0 2 6,975 12,000 10,463 18,000 122010

Textile 9 8 0 1 6,165 48,600 6,936 54,675 93695

93 68 10 15 78,225 350,800 120,441 460,399

Total

429,025 580,840 1,253,810

Note: DWW-Domestic Wastewater; PDWW-Projected Domestic Wastewater, PWW-Process Wastewater; PPWW-Projected Process Wastewater, U/C-Under Construction DESIGN CAPACITY OF PROPOSED CETP: 1MLD

Page 55: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 55 of 61

WASTE WATER QUANTIFICATION FATUHA PATNA

Distribution of industrial clusters in Fatuha Industrial Area

Industrial Group No. of

Industry Functional Closed U/C

DWW

(lit/day)

PWW

(lit/day)

PDWW

(lit/day)

PPWW

(lit/day)

Plot Area in

sq.ft

*Vacant Plot

- - - 700,000 1,965,427

Chemical 20 14 2 4 8,995 22,100 12,850 31,571 401,065

Engineering 19 10 5 4 13,530 73,500 25,707 139,650 1,388,842

Food 21 13 4 4 18,165 256,000 29,343 413,538 405,757

Institution 2 2 0 0 7,860 - 7,860 - 891,200

Mineral Water 2 1 1 0 360 50,000 720 100,000 32,500

Others 43 20 14 9 28,575 149,650 61,436 321,748 2,393,141

Pharmaceuticals 12 8 2 2 3,015 8,100 4,523 12,150 123,629

Plastic 16 9 3 4 9,585 1,500 17,040 2,667 405,886

Poultry 5 1 2 2 360 150 1,800 750 132,140

Printing 3 1 2 0 1,000 1,000 3,000 3,000 68,500

Textile 4 1 2 1 90 500 360 2,000 52,456

147 80 37 30 91,535 562,500 164,639 1,727,074 8,260,543

654,035 1,891,713

*DWW- Domestic waste water, PWW-Process waste water, PDWW- Projected Domestic Waste water, PPWW- Projected Process Waste water.

DESIGN CAPACITY OF PROPOSED CETP: 2MLD

Page 56: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 56 of 61

WASTE WATER QUANTIFICATION HAJIPUR VAISHALI

Table Details of Wastewater Generation from Domestic and Process Activities

Industrial Group

No of Industry

Functional Closed U/C Vacant DWW

(lit/day) PWW

(lit/day) PDWW

(lit/day) PPWW

(lit/day) Plot area

in Sq.ft

Automobile 2 2 0 0 0 1,305 5,000 1,305 5,000 32,500

Chemical 10 8 2 0 0 27,790 42,500 34,738 53,125 249,462

Engineering 14 10 4 0 0 14,625 14,500 20,475 20,300 397,068

Food 36 26 5 2 3 167,250 2,791,200 231,577 3,864,738 2,496,734

Institution 8 8 0 0 0 114,165 - 114,165 - 1,054,092

Mineral Water 8 6 2 0 0 2,520 71,500 3,360 95,333 130,079

Others 35 22 7 4 2 18,990 103,750 30,211 165,057 1,296,279

Pharmaceutical 12 5 3 3 1 12,600 17,000 30,240 40,800 1,028,395

Plastic 31 24 4 3 0 24,975 48,400 32,259 62,517 583,607

Poultry 19 16 1 2 0 34,560 219,600 41,040 260,775 1,776,166

Printing 3 2 0 0 1 1,980 5,500 2,970 8,250 31,446

Textile 4 3 1 0 0 3,645 18,000 4,860 24,000 186,240

182 132 29 14 7 424,405 3,336,950 547,200 4,599,895 9,262,068

3,761,355 5,147,095

DWW-Domestic Wastewater; PDWW-Projected Domestic Wastewater, PWW-Process Wastewater; PPWW-Projected Process Wastewater U/C-Under Construction DESIGN CAPACITY OF PROPOSED CETP: 6MLD

Page 57: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 57 of 61

5 MLD CETP at Bela Muzaffarpur: Average Characteristics of Combined Untreated Effluent for Design

S. No. Parameters Units Values

1 pH value - 6.0 ~8.5

2 Total Suspended Solids (TSS) mg/l 400~500

3 Chemical Oxygen Demand (COD) mg/l 2000

4 Biochemical Oxygen Demand (BOD, 3 days, 27 0C) mg/l 700-750

5 Oil and Grease mg/l 40~50

1 MLD CETP at Barari Bhagalpur: Average Characteristics of Combined Untreated Effluent for Design

S. No. Parameters Units Values

1 pH value - 6.5 ~8.5

2 Total Suspended Solids (TSS) mg/l 350~400

3 Chemical Oxygen Demand (COD) mg/l 1250

4 Biochemical Oxygen Demand (BOD, 3 days, 27 0C) mg/l 500

5 Oil and Grease mg/l 30~40

Page 58: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 58 of 61

2 MLD CETP at Fatuha Patna: Average Characteristics of Combined Untreated Effluent for Design

S. No. Parameters Units Values

1 pH value - 6.5 ~8.5

2 Total Suspended Solids (TSS) mg/l 300~400

3 Chemical Oxygen Demand (COD) mg/l 1200

4 Biochemical Oxygen Demand (BOD, 3 days, 27 0C) mg/l 500

5 Oil and Grease mg/l 30~40

6 MLD CETP at Hajipur Vaishali: Average Characteristics of Combined Untreated Effluent for Design

S. No. Parameters Units Values

1 pH value - 6.5 ~8.5

2 Total Suspended Solids (TSS) mg/l 300~400

3 Chemical Oxygen Demand (COD) mg/l 1400

4 Biochemical Oxygen Demand (BOD, 3 days, 27 0C) mg/l 525

5 Oil and Grease mg/l 30~40

Note: Above given Characteristics are indicative and based on field study, Past Experience and literature survey. CETP Member

units have to install PETP and meet the discharge parameters as per norms given below:

Page 59: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 59 of 61

CETP DRAIN INLET NORMS: Industrial units have to discharge their effluent after installing PETP and meet the norms given below.

Parameter for Inlet Effluent Quality of CETP Standards (Concentration in mg/l)

pH 5.5 - 9.0

Temperature °C 45

Oil & Grease 20

Phenolic Compounds (as C6H5OH) 5

Ammonical Nitrogen (as N) 50

Cynide (as N) 2

Chromium hexavalent (as Cr+6) 2

Chromium (total) (as Cr) 2

Copper (as Cu) 3

Lead (as Pb) 1

Nickel (as Ni) 3

Zinc (as Zn) 15

Arsenic (as As) 0.2

Mercury (as Hg) 0.01

Cadmiun (as Cd) 1

Selenium (as Se) 0.05

Fluoride (as F) 15

Boron (as B) 2

Radioactive Materials:

Alpha emitters, Hc/mL 10-7

Beta emitters, He/ml 10-8

Page 60: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 60 of 61

Note:

1. Change in government norms (NGT/CPCB/BSPCB/GOVT. OF BIHAR etc.) regarding any part of the work shall be

applicable to the bidder. variation in cost shall be paid by BIADA after approval of Engineer in Charge.

2. Electro-mechanical and RO items of- ROCHECM, Alfa Therm, Water 2 People Technologies, A1Blowers, Kohler DG Set,

Mahindra DG Set, CCI Transformer, Wilo, Xylem, Everest, TMVT, KETAV Consultant for MEE, Johnson or better may

be used. Apart from these ISI/ BIS / ISO approved make of items may be used prior to permission of Engineer-in-charge.

3. Data/ Drawings provided by BIADA are indicative bidders are suggested to visit the site, evaluate the desired parameters of

effluent if required for better understandings.

4. Bidder has to handover the CETP to BIADA after 10 years of operation in running and well maintained condition.

5. FINANCIAL CAPABLITY

Applicant should have a following net-worth and Turn over requirement in each of the last three financial years (2016-

17,2017-18 and 2018-19)

Page 61: PRE-BID QUERIES REPLY FOR DESIGN, ENGINEERING, SUPPLY

Page 61 of 61

FINANCIAL CAPABILITY

Sr.

No

Minimum Eligibility Criterion Documentary Proof Format Reference

1 Applicant should have a

minimum net-worth of

INR 50 Crore in any one

year of the last three

financial years (2016-

17,2017-18 and 2018-19)

Audited Annual Account for the

last three financial years

Annexure-2 of

Information Bid. 2 Applicant should have a

minimum Turnover of

INR 65 Crore in each of

the last three financial

years (2016-17,2017-18

and 2018-19)