pre-bid queries reply for design, engineering, supply
TRANSCRIPT
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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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)